HomeMy WebLinkAboutR-2023-002 Awarding Bid for Line Creek Trail and Approving Agreement with Dondlinger and Sons Construction CompanyRESOLUTION NO. R-2023-002
A RESOLUTION AWARDING THE BID FOR THE LINE CREEK TRAIL CONNECTOR
AND APPROVING THE AGREEMENT BETWEEN THE CITY AND DONDLINGER
AND SONS CONSTRUCTION COMPANY, INC. FOR CONSTRUCTION OF SUCH
PROJECT
WHEREAS, the City issued a request for bids for the construction of the Line Creek Trail
Connector (Project No. 218-018) ("Project"); and
WHEREAS, the City received five (5) responses to its request for bid and the proposal
submitted by Dondlinger and Sons Construction Company, Inc. ("Dondlinger') in the amount of
$543,367.00 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 Dondlinger 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 Dondlinger for the construction of the Project in the amount of
$543,367.00 is hereby accepted and approved; and
FURTHER THAT an agreement by and between the City of Riverside and Dondlinger in
substantially the same form as attached hereto in Exhibit A and incorporated herein by reference
is hereby authorized and approved; and
FURTHER THAT the project is subject to the requirements of Section 292.675 RSMo,
which requires all contractors or subcontractors doing work on the project to provide, and require
its on -site employees to complete, a ten (10) hour course in construction safety and health
approved by the Occupational Safety and Health Administration (OSHA) or a similar program
approved by the Missouri Department of Labor and Industrial Relations which is at least as
stringent as an approved OSHA program. Such training must be completed within sixty (60) days
of the date work on the Project commences. On -site employees found on the worksite without
documentation of the required training shall have twenty (20) days to produce such
documentation; and
FURTHER THAT the Mayor, City Administrator, City Attorney, and Finance Director are
hereby authorized to execute all documents and agreements necessary or incidental to carry out
the terms and conditions of such bid award and the City Clerk is authorized to attest thereto.
PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside
Missouri the 3rd day of January 2023.
ATTEST.,
Robin Kincaid, City Clerk
EXHIBIT A
Project Manual: 2022 Line Creek Trail Connector Project (218-018) (RTP 2021-05)
PROJECT MANUAL
2022 LINE CREEK TRAIL CONNECTOR
PROJECT
PROJECT NO: 218-018 (RTP 2021-05)
The City of Riverside, Missouri
November 8, 2022
TABLE OF CONTENTS
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
ADVERTISEMENT FORBIDS
INFORMATION FOR BIDDERS
BID FOR UNIT PRICE CONTRACT
BID FORM
BID BOND
EXPERIENCE QUESTIONAIRE
BUSINESS ENTITY CERTIFICATION, ENROLLMENTDOCUMENTATION AND
AFFIDAVIT OF WORK AUTHORIZATION WITH E-VERIFY
AGREEMENT
EXHIBIT A
PERFORMANCE BOND
EXHIBIT B
PAYMENT BOND
EXHIBIT C
STATE PREVAILING WAGE RATES ISSOURI
EXHIBIT D
TIME FOR COMPLETION
EXHIBIT E
SCOPE OF WORK
EXHIBIT F
TECHNICAL SPECIFICATIONS
EXHIBIT G
NOTICE TO PROCEED
EXHIBIT H
EXAMPLE - APPLICATION FOR PAYMENT FORM
EXHIBIT I
EXAMPLE - CHANGE ORDER FORM
EXHIBIT I
CERTIFICATE OF SUBSTANTIAL COMPLETION
EXHIBIT K
AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW
EXHIBIT L
CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
EXHIBIT M
SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
EXHIBIT N
ENGINEER/CONSULT. CERT. for Acceptance & Final Payment
EXHIBIT O
FHWA 1273
EXHIBIT P
CERTIFICATION REGARDING NON -SEGREGATED FACILITIES
EXHIBIT Q
CERTIFICATION REGARDING DEBARMENT, ETC.
EXHIBIT El
OF ORIGIN FORMS
EXHIBITS
STORMWATER POLLUTION PREVENTION PLAN SWPPP
SPECIFICATIONS
DIVISION 1 —GENERAL REQUIREMENTS
Section
I Description
01015
ONTRACTOR USE OF PREMISES
01030
SPECIAL CONDITIONS
01040
rOORDINATION
01051
ONSTRUCTION SURVEY AND STAKING
01060
TANDARD SPECIFICATIONS AND PLANS
01270
dEASUREMENT AND PAYMENT
01310
OB SITE ADMINISTRATION
O1320
ONSTRUCTION SCHEDULE
01330
UBMITTALS
01410
'ESTING LABORATORY SERVICES
01524
IWASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE
01567
POLLUTION CONTROL
01570
TEMPORARY TRAFFIC CONTROL
01732
DEMOLITION AND SITE PREPARATION
01800
ENVIRONMENTAL AND HISTORICAL PROTECTION
DIVISION 2 — SITE WORK
Section
Description
02820
SEEDING AND MULCH TYPE
02923
FOPSOIL MATERIAL AND APPLICATION
03132
EOTECHNICAL DATA
05120
STEEL PEDESTRIAN BRIDGE
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
CITY OF RIVERSIDE, MISSOURI
ADVERTISEMENT FOR BIDS
Separate sealed bids for the 2022 LINE CREEK TRAIL CONNECTOR PROJECT (218-018) will
be received by the City Clerk at Riverside City Hall, 2950 NW Vivion Road, Riverside, Missouri until
10:00 A.M., on Thursday, December 8. 2022, and then publicly opened and read aloud at Riverside
City Hall.
A pre -bid meeting will be held on November 18, 2022 at 10:30 A.M. at Riverside City Hall.
The Information for Bidders, Form of Bid, Agreement, Plans, Specifications, and Forms of Bid Bond,
Performance and Payment Bond, and other Contract Documents may be examined at the office of the
City Engineer at the above city hall address. Copies may be obtained at the office of Drexel
Technologies, Inc. Plamoom, located at 10840 W. 86th Street, Lenexa, KS 66214, (913) 371-4430. Such
documents will be at the contractor's expense. Such fee shall be non-refundable. Contract documents
can also be viewed or downloaded at (https://Plmmom.drexeltech.com). The Information for bidders
and advertisement can be viewed on the City of Riverside's website httyWwww.riversidemo.eov/rfos.
The City reserves the right to waive any informality or to reject any or all bids.
Attention of bidders is particularly called to the requirements as to conditions of employment to be
observed and minimum wage rates to be paid under the agreement. This is an equal opportunity bidding
event. MBE/WBE firms are encouraged to bid.
Federal funds are being used for this project. All relevant federal, state, and local requirements apply. Bidders
are notified that Buy America Act provisions are required (see Information for Bidders, item 20).
Dated: November 8. 2022
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
2022 LINE CREEK TRAIL CONNECTOR PROJECT
(Project No. 218-018)
1. Receipt and Ooenine 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 December 8. 2022, 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 "2022 LINE CREEK TRAIL
CONNECTOR PROJECT (Project No. 218-018)" 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 Meetine will be held on November 18, 2022 at 10:30 A.M. at Riverside City Hall
3. Refection of all Bids. If the City rejects all Bids, the City may: (1) re -advertise or re -solicit Bids following the
City's normal bidding procedure; or (2) use an expedited Bid submission schedule when the City determines that
the delay would not be in the best interest of the project or the City.
BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY
BECAUSE OF SUCH REJECTION, AND THE SUBMISSION OF ANY BID IN RESPONSE TO THIS
INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS.
4. Preparation and Submission of Bid. Each bid must be submitted on the prescribed form(s) and accompanied
by:
(1) Qualifications of Bidder (Experience Questionnaire) with Certificate of Good Standing
(2) Business Entity Certification, Enrollment Documentation, and Affidavit of Work Authorization with E-Verify
attached (see Exhibit 1)
(3) Certification of Non -Segregated Facilities (see Exhibit P)
(4) Certification Regarding Debarment, Suspension and Other Responsibility Matters (see Exhibit Q)
(5) Certification Regarding Lobbying (see Exhibit Q)
(3) Bid Bond
(4) Bid Form.
All blank spaces for bid prices must be filled in, in ink or typewritten, and the foregoing Certifications most be
fully completed and executed when submitted. On alternate items for which a bid is not submitted, a written
indication of "no bid" on the bid form is required. No oral, electronic, facsimile or telephonic bids or alterations
will be considered.
A complete set of the bidding documents are on file for examination at the office of the City Engineer at Riverside
City Hall. A copy of the bidding documents may be obtained from Drexel Technologies, Inc. Planmom
fps://Planroom.drexeltech.com), located at 10840 W. 86th Street, Lenexa, KS. 66214, (913) 371-4430, upon
payment of a non-refundable sum for each complete set. An additional charge may apply far mailing of bidding
documents.
CONTRACTORS SHOULD READ AND BE FULLY FAMILIAR WITH ALL BIDDING AND CONTRACT
DOCUMENTS BEFORE SUBMITTING A BID. IN SUBMITTING A BID, THE BIDDER WARRANTS
THAT IT HAS READ THE BIDDING AND CONTRACT DOCUMENTS AND IS FULLY FAMILIAR
THEREWITH, THAT CONTRACTOR HAS VISITED THE SITE OF THE WORK TO FULLY INFORM
ITSELF AS TO ALL EXISTING CONDITIONS AND LIMITATIONS, AND CONTRACTOR HAS
INCLUDED IN THE BID A SUM TO COVER THE COST OF ALL ITEMS OF THE WORK.
The submission of a bid will constitute an incontrovertible representation by the bidder that the Bid Documents are
sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of
the work.
Bids by a corporation must be executed in the corporate name by the president or a vice-president (or other
corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested
by the secretary or an assistant secretary. The corporate address shall be shown below the signature.
Bids by a partnership must be executed in the partnership name and signed by a partner, whose title most 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:
Desian Enaineer: McClure, Matt Eblen; meblen(dmcclurevision.com
with a copy to:
Resident Project Representative, City of Riverside: Noel Bennion: nbennion(a),rivemidemo.eov
and to be given consideration must be received by 5pm on November 30&, 2022.
Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the
Bid Documents which, if issued, will be provided at the Drexel Technologies, Inc. Plamocm
(https:0ulanroom.drexeltech com), not later than three (3) calendar days prior to the date fixed for the opening of
bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any
obligation under his bid as submitted. All addenda so issued shall become pan 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.
7
The Bidder must be capable of demonstrating to the satisfaction of City that bidder has the capability at the time
of submission of the bid to manage or perform all of the Work required to be performed on the project by
Contractor under the Agreement.
8. Qualifications of Bidder (Experience Ouestionnaire). 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 most contain evidence of bidder's qualification and
good standing in 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 in 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 m outlined in the Information to Bidders' concerning Bidder's
participation in the federal work authorization program.
• Statement that there is no collusion or fraud with reference to illegal relationships of bidders and
representatives of the City, bid pooling or 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 Treasurer of the City of Riverside" may be used
in lieu of a bid bond. Attorneys -in -fact who sign bid bonds must file with each bond a certified and effectively
dated copy of their power of attorney.
As soon as the bid prices have been compared, the City will return the bonds of all except the three (3) lowest
responsible bidders. The bid bond of the remaining bidders will be retained by the City until the earlier of (a) the
91" 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. Liauidated Damaees 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 within 120 calendar
days. Bidder must agree also to pay as liquidated damages, the sum of $500 for each consecutive calendar day
thereafter as hereinafter provided in the Agreement and Contract Documents. No time extensions will be granted,
except in case of unusual (unseasonable) weather conditions or additional work requested by the City. Bidder
agrees that the sum of $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 famish 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 havingjurisdiction over construction of the project shall
apply to the contract throughout, and they will be deemed in 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.
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 famish 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 in 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. Oblieation 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 in the site
to conduct such investigations and tests as each Bidder deems necessary for submission of his bid.
16. Federal Work Authorization Program Particination. 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);
10
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.
IS. Safety Standards and Accident Prevention. With respect to all work performed under this contract, the
Contractor shall:
a. Comply with the safety standards provisions of applicable laws, building and construction codes, and
the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of
America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596), and
the requirements of Section 292.675, RSMo
b. Exercise every precaution at all times for the prevention of accidents and the protection of persons
(including employees) and property.
c. Maintain at Contractor's office or other well known place at thejob site, all articles necessary forgiving
first aid to the injured, and shall make arrangements for the immediate removal to a hospital or a doctoes
care of persons (including employees), who may be injured on the job site.
it. 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. Buy America Provisions. The Bipartisan Infrastructure Law (BIL) established Buy America
requirements known as the Build America, Buy America Act (BABA). The Act requires the following
Buy America preference:
All iron and steel used in the project must be produced in the United States. This means
all manufacturing processes, from the initial melting stage through the application of
coatings, must occur in the United States. Complying with 23 U.S.C. 313 and 23 C.F.R.
635.410 meets the BIL requirements. All steel or iron products (including protective
coatings) that are permanently incorporated into the project, must use a domestic
manufacturing process. Contractor shall provide step certifications complying with 23
CFR 635.410(b)(1)(ii) on all steel or iron products and their coatings where each handler
(supplier, fabricator, manufacturer, processor, applier of coatings, etc.) certifies that their
step in the process was domestically performed. The contractor must provide these
certifications prior to incorporation of the material in the project. See Appendix R for an
example certification.
11
b. All manufactured products used in the project must be produced in the United States. This
means the manufactured product was manufactured in the United States, and the cost of
the components of the manufactured product that are mined, produced, or manufactured
in the United States is greater than 55% of the total cost of all components of the
manufactured product.
All construction materials must be manufactured in the United States. This means that all
manufacturing processes for the construction material occurred in the United States.
Pending OMB's issuance of final standards on construction materials, and absent any
existing applicable standard in law or regulation that meets or exceeds these preliminary
standards, contractors should consider "all manufacturing processes" for construction
materials to include at least the final manufacturing process and the immediately preceding
manufacturing stage for the construction material.
The BABA extends the application of Buy America to "Construction materials" which includes an
article, material, or supply that is or consists primarily of:
• non-ferrous metals;
• plastic and polymer -based products (including polyvinylchloride, composite building materials,
and polymers used in fiber optic cables);
• glass (including optic glass);
• lumber; or
• drywall.
Items excluded from "Construction materials" include cement and cementitious materials; aggregates
such as stone, sand, or gravel; or aggregate binding agents or additives. Asphalt concrete pavement mixes
are typically composed of asphalt cement (a binding agent) and aggregates such as stone, sand, and
gravel. Accordingly, asphalt is also excluded from the term construction materials.
An article, material, or supply should only be classified into one of the following categories: (1) iron or
steel; (2) a manufactured product; or (3) a construction material. An article, material, or supply should
not be considered to fall into multiple categories. Items that are predominantly iron or steel shall meet
the requirement above for iron and steel.
21. American Products. Pursuant to RSMo 34.353, any manufactured good orcommodities 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
12
from its computed costs all sales and use taxes related to the purchase of materials or other tangible personal
property incorporated into or consumed in the construction of the Project.
25. Non Discrimination and Equal Opportunity. Contractor shall ensure that all employees are treated equally
without regard to their race, color, religion, sex, age, handicap or national origin. The City hereby notifies all
bidders that socially and economically disadvantaged business enterprises will be afforded full opportunity to
submit bids in response to this invitation and will not be discriminated against on the grounds of race, color,
religion, sex, age, ancestry or national origin in consideration for an award. The City of Riverside is an equal
opportunity employer and encourages minority, women and disadvantaged contractors in 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 Rest'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 authorirffiion 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.
13
BID FOR UNIT PRICE
To:
City of Riverside, Missouri
Project:
2022 LINE CREEK TRAIL CONNECTOR
Project No.
218-018
Date
12/8/2022
Proposal of Dondlinger & Sons Cosntmction Co, Inc. (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
General Contractor
To the City of Riverside, Missouri (hereinafter called "City")
To Whom It May Concern:
The Bidder, in compliance with your invitation for bids for the construction of the above referenced project
having examined the specifications with related documents and the site of the proposed work, and being
familiar with all of the conditions surrounding the construction of the proposed project including the
availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to
construct the project in accordance with the contract documents, within the time set forth therein, and at the
prices stated below. These prices are to cover all expenses incurred in performing the work required under
the contract documents, of which this proposal is a part.
Bidder hereby agrees to commence work under this contract on or before a date to be specified in written
"Notice to Proceed" of the City and to fully complete the project within one hundred twenty (120) consecutive
calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages,
the sum of $500 for each consecutive calendar day thereafter that the project is not complete, as provided in
the Contract Documents. Bidder agrees that the sum of $500 ner 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):
Addendum 1
Addendum 2
Addendum 3
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:
(s 543,367.00 )
14
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 Five Percent of Amount Bid Dollars
(S 5 % ) 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.
(SEAL - if bid is by a corporation)
Respectfully submitted:
By Dondlinger & Sons Construction Co., Inc.
Name: Mark Lorenz
Title: Vice 10ridk
Street: 2656 S Sheridan
City, State, Zip: Wichita, KS 67217
Phone: 316-94"555
15
BID FORM
BID FOR UNIT PRICE CONTRACTS
(Pricing)
CONTRACTOR: Dondlinger & Sons Constmction Co., Inc.
2022 LINE CREEK TRAIL CONNECTOR PROJECT (218-018)
Item
spec.
Item
Unit
Unit Peke
Ouentity
Total Coal
No.
1
N/A
MOBILIZATION
LS
$27, 000.00
1
$ 21, 000.00
2
CONTRACTOR FURNISHED
$9, 60o.00
1
$ 9,600. 00
N/A
SURVEYING
LS
3
CLEARING, GRUBBING, AND
$13, 650.00
0.8
$ 10, 920.00
2100*
DEMOLITION
ACRES
4
2100*
EXCAVATION
CY
$10. 50
870
$ 9,135.00
5
2100*
EMBANKMENT
CY
$27. 00
580
$ 15, 660. 00
6
2150*
SEDIMENT FILTER LOG
LF
$2.10
730
$ 1, 533. 00
EROSION CONTROL BLANKET,
505
$
7
2150*
TYPE
SY
$1.65
833.25
8
2150*
CONSTRUCTION ENTRANCE
SY
$27. 50
120
$ 3,300,00
6" CONCRETE TRAIL W/ FIBER
651.2
$ 00
9
2200*
REINFORCEMENT
BY
$105. 00
68, 376.
10
2200*
CONCRETE APPROACH SLAB
SY
$272.00
44.6
$ 12,131.20
11
6" CONCRETE TRAIL W/ FIBER
$298. 50
234.3
$ 69, 938. 55
2200*
W/RETAININGWALL
BY
12
2600*
RIP RAP 1/4 TON TDEPTH
TON
$60.00
1420
1 $ 85,200.00
13
2400*
SEEDING AND STRAW MAT
ACRES
$9,100.00
0.5
$ 4,550.00
14
2600*
15"RCP PIPE
LF
$9s.0o
16
1 $ 1, 520.00
15
2600*
15" RCP FLARED END SECTION
EACH
$1, 650. 00
1
$ 1, 650. 00
4' X 4' JUNCTION BOX (8.5'
1
$
16
2600*
DEPTH
EACH
11 300.00
11 300.00
17
5120
STRUCTURAL STEEL PILE
LF
$125.00
200
$ 25,000.00
PREFABRICATED PEDESTRIAN
1
$
18
5120
TRAIL BRIDGE
EACH
$145, 250.00
145, 250.00
BRIDGE ABUTMENTS -KCMMB-
2
$
19
2200'
5K
EACH
$12,210.00
24,420.00
20
FORMLINER/STAIN COLOR -
535
$
N/A
ABUTMENT/RETAINING
SF
$30.00
16,o5o.00
TOTAL CONSTRUCTION
Is 543,367.00
*-PER KC-APWA SPECIFICATIONS
BID BOND
(Bid Security)
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
Dondlinger & Sons Construction Co., Inc. as PRINCIPAL and
Federal Insurance Company as SURETY, are held and firmly bound
unto the City of Riverside, Missouri, ("City") in the sum of
Five Percent of Amount Bid Dollars ($ 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 December 8th , 2022 , to enter into a contract in writing for the 2022 LINE
CREEK TRAIL CONNECTOR PROIr+r"!' (Project No. 218-018);
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.
17
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.
Dondlinger & Sons Construction Co., Inc.
PRINCIP
By: YIP
Printed Name: Mark Lorenz
Title: Vice President
Date: 12r5/2022
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.
Federal Insurance Company
SURETY
By: '{ • �L3�
n tre
Printed Name: Desiree E. Westmoreland
Title:_ Attorney -in -Fact
Date: 12/82022
SURETY POWER OF ATTORNEY MUST BE ATTACHED
18
C H U B B
Power of Attorney
Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Nmw AO by Thew Fwwmq thaz KMM INSURANCE COMPANY, an Indian automation. VIGIL&W IN MNU COMPANY, a New Vwk rea,dimn, PACIFIC INDEMNITY
COMPANY,a Wisovin ro"ando n. WFSTOIGSrm PINE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY commonly of NeComlmnwealUl ofFemsylvanla,
do much hereby mhmom, and appobt Todd Alan Rambo, Timothy Craig Smith, Etydah A. Valdivia and Desiree E. Westmoreland of Wichita, Kansas;
Katherine J. Brain, Monica F. Danatelli, Carolyn J. Johnson, Camille 0. Parman, Morgan L. Wilkerson and 5. Mark Wilkerson of Ovedand Park, Kansas
with as Ihertme and lawfulArtomey'Ift-Fan memmue undersuch desig don in Mnrnammand in aIfsdam emportesmk in and delIrmafor and on IbeirbMalfu suretythereoa
r obb-a i,, hands and undeasono and other writings obligatory in the mrule thereof (onder' Nan bail bands) given or exeryrtd in dw camm.f bmflnes , and any iNtmmenh
amending m altering Neamee, add commithe madifialon or alteration of my Wovommmit referred bin said bonds or obig.Nion
In Wlmove MT I mid FEDERAL INSURANCE COMPANY, WGIUDy INSURANCE COMPANY, PAaFIC INDEMNITYCOMPANY, WESITNESTEA 1.181NWMNU COMPANY
and ACEAMERICAN Ifti ..COMPANY havemN warmad and attestedtbeseprreerib ansafixed,Nteirm,mate seals on Nis Tayy of Oeremhee=I.
Insdu )l Uthme .t. ace,"", MCIAnn \I Il:waY. \`hrlY,�dan
STATE OF NEW JERSEY
Cawntydf Hanrerdon ss
Do Out T+ My of DeamM, ZQ1 Wom me, a salary, Punic vNew let.,, personAlY come Down M. Chloms and StepNed N Nway, Do me brown to be A ... at SaFeRry and
Vim President mptmiMy. or FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY. WESTCHMTM FIRE INSURANCEMMPANYam1
ACE AMERICAN INSURANCE COMPANY. don companies which.. the mon,mng PuwerofAmrtwy, and the mid Dawn M Worry and SWpd— M. Nvuy,beinRbY row duly sworn.
e-1.11, sea math 0r herself and MmttU did depae and say Nat Ney are As Went Searmry and We %endenc rWmas t-1,, of EYmmM INW MryCE COMPANY, VIGIIAN I'
INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and MR.. AME.K.AN INSURANCE COMPANY and know Me nryarme seala
NewoC that the says, MRis to the mart ing Power ofAtbmey are such mrpeatr arms and were inside affixed] by auMontyof mid ComW^im and that Nor sig dum as suO
.in, --duty affixed and subscilhed by Eke auMonry,
shumb sal NATIEWNEJMEtMR
NOTMY wNow .I RMgEy
DsnnYYu.EMmJury lB. aVN NuplWle
CER RI TION
Remlunons adoMM bythe DmaNs of Diramn car FEDERAL INSURANCE COMPANY, VIGILANT IHWMNCE COMPANY, and PACIFIC INDEMNITY COMPANY on august 30, 2016:
WERCHESTER FIRE INSURANCE COMPANY on Daemher 11, 2OO6; and ME AMERICAN INSURANCE COMPANY on North 20.2009:
'E.LVEV. Wt Ue Iullawlne stun anw come to tne.m s n , Im,nena.11.I the Com v' of houses ondom,Mngi rtegnnantg teanm. aMtr wmma mmmawwwet Uw rever-Y
en¢rtdln In NtoNlnu twolnue mD'xh a'wXna[om ni 1'
Its axn vl the Cntliman the lmtlna and Ue Yen PmYtlmu tl aMCmpanY6M1oe6y+mnnrbed mecmimny WrlvenfommltwntrorWwhMNumbefunme, ha Aewal
um,to,thnWu
(1) FithoaY.,—m vromsyN vy1dw Cnmpvry..Mmnr+'+Di........I"rmun CemmsMmt as-m.n nebodum'ne Compalksont the sal mth,tow mon'smse,
u [ntmmulvtwRaa,iomsautbotss4 nytneemm�lpaa.++pnnaM4lus in+uaM1 RnonYwnnen aptlntmen nm,b attmmy-m-M
nl sari of to,Chaimun. the .-I am tlw mu, laden, or ue Gun.... b, +wamnedmd. fn randms xIallao,t.ut-, —'sou wastes myP— Xw.mrney-m
unt star bt rmrany, m awll�ww11 admnmem,ut, s—us, Is lmday whhal a We Carol, amv rut+tar olthtmomwu ur saww—sh cam,(numounts orN,!µmany
Y 9111-1 type or Mn of Wmxn fmn msen or wmamesam tl rme, W mWar n ne
IQ soh eft L m me n v, Ue pwshand msenof the C,ey is hereby su r-Am Co smalfolthe nnwMee r. m km iss.v the m anvumner— of Uo
ComP+^Yml saotho tYm mouse. on, and to MM1Y1 of the mum." we" Ue Company', ¢A or oM w1a, mob Probes I'm Mtemu M Uo ranpny aaa my,mud o-A wmmn
othont — massm,ashowas, he by 1-sou 111, may of Nu nen Commmnem, mby, ryeAUasm of on —,come reviews,Me.. ammsmm
III �TN�+ airy nn ,new mime 0.*Com +pp smmem or tlelR an gmpnl to Ub BestluJooaM the xeY of Me[..nyany.m'luene¢dhP
n e rely .r�mm m a. w. teenapwm� aedm to
PuaWPR R6oLvso that the Mrtem-M enewtwn you cat W umnieu m m,n tam.ne.Wwmmt „line Bowen.ne,mlwmvdtNrw.vempwv`"I,aewme,Pemmwror. k„mwMMxm Nis
eomgnr.amytn Rt,tlautn N,ll rt WnimmtMrvnt Nhrt the rtiaaetl.wmmgw.tmauwmr m�-+wi,e.,lidh rrtmwtntm�
I. Down M Chlums, Assidems fosterer, of FEDERAL INSUeach COMPANY. VI61UNT INSURANCE COMPANY. PACIFIC INDEMNITY COMPANY, WE]TCNESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY [the"Comp rles f do busby certify that
D) me fofem"M Resolutions adopted by the EmNof Direabrs ofReCompanle, art trut, mrowl and In ON form and ei
(if] the brtimng Powerd Atmrneyis trvgmm,tand sets) husband enen �p
!oven undtt mYFand aMseals of vtd[mmpaniesat Whitehouse StarbR Nl.Nis IZr p —3J�1Z
=j maw. m. c clwas
Itnm SI aTFna.YaNam SLAndsy'
- mills xveXiYms WnllissVErvltYiXC.3N11nIrICIM1nFiN159UN URNOr 4YU9VPMYUtNE0.MTtBRPL ASP CdRaRNAT.
TtkMwe Sir Wl.la93
Co.: FFD-ViC-Pi-vsiC-nnic Vm n-sal
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
Dondlinger & Sons Construction Co., Inc. Aaron Carter
(Company Name) (Primary Contact Name)
2656 S Sheridan Wichita, KS 67217
(Address) (City, State, Zip Code)
316-452-0954 316-945-9009 acarterQdondlingercomt.com
(Phone Number) (Fax Number) (E-mail)
Federal ID Number. 48-0601790
® General Contracting
® Pre -fabricated Bridge
® Erosion Control
or SSN:
(Check all that apply)
® Stormwater
M
Plumbing
® Demolition
®
Earthwork
® Paving
❑
Other:
Name of State(s) in which incorporated: Kansas
Date(s) of incorporation:
November 25tb, 1955
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-12012022-0020 Date:
Name of the following officers:
Thomas E. Dondlinger
(President's Name)
April Taube
(Secretary's Name)
12/1/2022
Mark Lorenz
(Vice -President's Name)
April Taube
(Treasurer's Name)
Date of Organization: May 22, 1961
Type of Partnership: NIA General N/A Limited N/A Association
:9
Names and addresses of all partners (use additional sheet if necessary):
N/A
(Name) (Address) (City, State, Zip)
N/A
(Name) (Address) (City, State, Zip)
1. How many years has your Company been in business as a contractor under your present business
name? 124
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:
N/A
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 34 7
4. List the three most recent projects your Company has completed similar in scope to the proposed
work:
Protect Name or City Blue Valley School District Pedestrian Bridges 2,3 and 5
Contact Name Tony Barron Phone 913-239-4324
Contract Amount $ 232 111.25 When Completed? December 2022
Description of Work Replacement of three pedestrian bridges on new abutments in
existina trail network Reconstruction of trail sections to tie in to new bridges.
Protect Name or City City of Osawatomie - Flint Hills Nature Trail Pedestrian Bridge
Contact Name Mike Scanlon Phone 913-755-2146
Contract Amount$85.142.77 When Completed? May2021
Description of WorkConstruction of new pedestrian bridge on existing Flint Hills Nature
Trail Bridge included concrete abutments a prefabricated steel truss section and a cast
in place Concrete Deck Reconstruction of trail sections to tie in to new bridge was also
part of scope.
20
Protect Name or City City of Grain Valley Cross Creek Park Trail of Blue Branch Creek
Contact Name Shannon Davies ph ... 816-847-6230
Contract Amount $ 220,961.50 When Completed?June 2022
Description of Work Construction of 96' Long pedestrian bridge over Blue Branch Creek
and grading for new trail section. Bridge was prefabricated steel on concrete abutments
supported by driven structural steel piling.
5. What other important projects has your Company completed?
Protect Name or City City of Lawrence - Bowersock Dam Rehabilitation
Contact Name Matt Bond Phone785-764-3634
Contract Amount 51 675 919.99 When Completed?April 2022
Description of Work
Reconstruction of the south 1/3 of the historic BowerSGCk Dam in
Lawrence KS. Scope included soil nail anchors cast in place variable thickness walls
and reinforced spillway slabs Dewatering and temporary cofferdams across the Kansas River.
Protect Name or City Leavenworth County Bridge F-46 Replacement
Contact Name Bill Noll Phone913-684-0470
Contract Amount $ 689,215.00 When Completed -?October 2022
Description of Work Reconstruction of existing bridge on 166th St near Basehor KS
Scope included Struct Steel Piling in Drilled shafts, Galv. Struct Steel End bents and Beams
Cast in Place Concrete Deck and Rail. Grading, Concrete and Asphalt Paving to tie in roadway.
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:
Finney & Turnipseed Transportation & Civil Engineering LLC - Craig Mattox, P.E.- 785-235-2394
Olsson Associates - Grant Luckenbill, P.E.- 913-381-1170
21
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)
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:
Federal Insurance Company
Desiree E. Westmoreland 430 E Douglas Ave. Suite 400, Wichita, KS 67202 316-267-9221
9. What is your present bonding capacity?
Unlimited
10. List each and every incidence of failure to perform that resulted in a claim under a Performance or
Payment Bond:
None
11. The construction experience of the Key Personnel in your Company is required. At a minimum,
information regarding experience and qualifications ofthe following positions must he provided: GC
Project Manager, On -Site Field Superintendent, QC/QA Manager, Safety Officer.
NAME Mark Lorenz Position vice President Civil Const./Project Manager
Years of construction experience: 34
Magnitude & Type of Work Civil Bridge Construction & Heavy Highway Division Construction Manager & PM
In What Capacity? Pre Construction, Project Management, Construction Management, Phase Project Scheduling,
Cost Estimating 34
Years of Employment with Contractor:
Other projects this individual will be involved with concurrently with this project:
Bridge Earthwork & Underground Utility Projects
Education, professional registrations, certifications and credentials held by individual applicable to
the Project:
BS - Construction Science, Kansas State University, Silica Competent Person, First Aid & CPR Trained
22
NAME Aaron Carter position Field Superintendent & QC/QA Manager
Years of construction experience: 177
Magnitude & Type of Work General Superintendent Civil Bridge Division NE Kansas
In What Capacity? Oversees all field operations. Directs tasks of foreman & craft supers. Assists in estimating
and project management and phase project scheduling.
Years of Employment with Contractor. 10
Other projects this individual will be involved with concurrently with this project:
KTA #7903 Cashless Tolling Sites Shawnee Douglas & Leavenworth Counties
Education, professional registrations, certifications and credentials held by individual applicable to
the Project:
BS Construction Engineering Technology, Pittsburgh State University, OSHA 30-HR, Silica Authorized
ser, Fall Protection I mining
NAME Clark Jones
Position Safety Director
Years of construction experience: 42
Magnitude & Type of Work Coordinate and conduct safety meetings and routine safety inspections.
In What Capacity? Site Safety and Health Officier
Years of Employment with Contractor: 26
Other projects this individual will be involved with concurrently with
was as
Education, professional registrations, certifications and credentials held by individual applicable to
the Project
23
12. List the major items of equipment which you own or which will be used on the project:
Quantity. Description. & CaMcily Age in Years Caudillon
1 EA Komatsu 215 HB Excavator 10 years Good Less than 4,000 hrs
1 EA CAT 259 D3 Mini Track Loader 2 years Good Less than 2,000 hrs
Linkbelt -108B 45 TN Crawler Crane 45 years Good Recently Rebuilt
Rental Mini Excavator 1 Yr or less New or Like New
Misc Compaction & Grading Equip 1 Yr or less New or Like New
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):
USD259 Heights High School, Wichita, roof top unit blown off during>60 mph wind. Resolved & Dismissed
USD259 South Ruth School, Wichita, roof leak & water damage due to failure in subcontractor roof assembly.
Resolved & Dismissed.
14. On a typical project, what percent of the work is completed by your own forces? 76 % What
percent by subcontract? 24 "/. List subcontractors you propose to use on this project and their
responsibility in this contract.
Subcontractor Name Contract Responsibility %of Contract
(1) Erosion Specialists, LLC Seeding & Erosion Control 1.0%
2627 NW Platte Rd, Riverside, MO 64150 816-321-1847
Addrcea Sm�c Zip Ph.Numbcr
(2) Wilkerson Crane Rental, Inc. Crane Service for Setting Bridge 1 4
14101 Gibbs Rd. Bonner S rp ings, KS 66012 913-238-7030.
Add. stew Zip Phone Number
Addme State Zip Phone Numbs
Add,uc< stew Zip Ph.. Numbtt
15. Is your Company current on payment of Federal and State income tax withholdings and
unemployment insurance payments? Yes
24
If the answer is no, please provide detail: N/A
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: N/A
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: N/A
The undersigned hereby authorizes and requests any person, film, or corporation to famish 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 Sth day of December 2022
By:
Name: Mark Lorenz
Title Vice President
State of Kansas )
as
County of Sedgwick )
BEFORE ME, the undersigned notary, personally appeared Mark LOreuz
who being duly sworn, deposes and says that he or she is the Viw President of
Dondlinger & Sons Construction Co, Inc. , 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 lith day of December 20 22 .
My commission expires: No Public
25 NOTARY PUBLIC
STATE OF KANSAS
ANDREA FRYE
Ny Appt Expire 5'Q
e,TNTE O MISSO UPI
John R.Ashcroft
Secretary of State
CORPORATION DIVISION
CERTIFICATE OF GOOD STANDING
I, JOHN R. ASHCROFT, 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
DONDLINGER & SONS CONSTRUC17ONCO, INC
using in Missouri the name
DONDLINGER & SONS CONSTRUCTION CO., INC
F00014174
a KANSAS entity was created under the laws of this State on the 22nd day of May, 1961, and is Goad
Standing, baving fully emptied with all requirements
of this off oe.
IN TESTIMONY WHEREOF, I hereumo set my hand and
cause to be affixed the GREAT SEAL of the State of
Missouri. Done at the City of Jefferson., this Ist day of
December, 2022.
Certifcafion Number CERT-12012022-0020
CERTIFIED COPY OF RESOLUTION OF THE BOARD OF DIRECTORS
OF Dondlinaer & Sons Construction Co., Inc.
A Kansas Corporation
The undersigned being the duly elected qualified and acting Secretary of
Dondlinaer & Sons Construction Co.. Inc. , a Kansas
Corporation (the "Corporation"), hereby certified as follows:
At a special meeting of the board of directors of the Corporation, which meeting was duly and
properly called according to the by-laws of the corporation and at which a quorum of said
board was present, the following resolution was passed and adopted:
"WHEREAS, the Corporation desires to contract with the City of Riverside, (the "City")
for the construction of certain public improvements; and, "WHEREAS, the Corporation
desires to authorize certain officers of the Corporation to execute and deliver to the
State all agreements and documents related thereto.
"NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF
Dondlinaer & Sons Construction Co.. Inc. . A Kansas corporation, that
Mark Lorenz (name)
Vice President (title), of the
corporation, be and is hereby authorized to execute and deliver to the State all
contracts and documents incidental thereto, including but not limited to statutory
bond, construction bonds, insurance agreements and policies, plans and specifications,
and any further documents required thereby, relating or pertaining to the following
described project:
2022 Line Creek Trail Connector Project (218-018)
"BE IT FURTHER RESOLVED BY THE BOARD OF DIRECTORS OF THE CORPORATION that
the authority conferred hereby upon such officer is continuing unless notice in writing
be given by the Corporation to the "City."
Dated this Rd, day of December 2022 .
Secretary 4 _:9 lff'�
O
baui
o
v
C
W
OLL
a
g
LL
a
V
O
J
O
V
Z
Q
O
�
00
C
J
Q
V
cr
cc
`0
V
w
Z
Z
O
_J
Q
F-
Y
w
w
U
w
Z
J
m
y
«
«
m
c
c
a�
°
T
•m
•'c
E
c
°o
Q
U
a
'O
L
u
Q
a1
°•
N
,a
m¢
°
a
c
v°
C
u
'O
a
O
E
C
a
a
a
'0
d
p
R
E
m
a
Y
a
O.
«
c
u
o
a
s
u
_
Q
.3
N
d
L
O
`
a
N
a
m
u
V
«
a
N
N
10
N
T
N
d
C
yC
L'
O
Q
C
L
m
«
9
O
O
Lu
a
°
m
C
5
y
a
m
e
a
Q
N
'E
5
>
Q
M
«
p
0
N
c
`+
T
W
Q
A
yp�.
Q
O
>O
'�
Q
`w
m
u
d
—
u
m
Q
Z
'c
C
°L„
a
Y
a
�'•3
°
ova
c
vv
m«
v
E
m
`'•
a
c
',o
c
v
t
m
c
m
m
a
O
c_
f0
w
t
c
a
E
cN
cN
tE3
c
a
ma
O
aj
vywooLa
a
a
a
u
w�
am
w
3
3
m
E
'°°
3
w
m
ti
o
m
3
'3vmm
mau
bo
3=
.abo0:E
xaaxt
m
A
a
a
m
m
N
E
y
c
a
o
Y'nvav
m
Wo
«
3
v
03
v
a
yo,v
min
m
Y
a
r
c
a
Y
E
a
a
0
u
O
a
Z
W
u
K«
��
N
a
S�
a
auo�•E
am
°
Qy�L
=ra
46
O
O
V
a
O«
?
N
4>I
W
d
N
J
U
w
VO
0
T
O
E
p,
C
f0
a
N
U
y
d
�p
`
p
p
a
N
T
a
n
0
Q`
c
v
N
N
u
-
7
C
a
C
Q
a
O�
d
U
c
>
a
�c
L
r
3
Q
m
Q
y
s�
a
O
C
a
L
C
`¢a
yOr:
aQ
au
a
N
p
N°
N°
N0
N
p
C
C
C
C
C
W
W
W
W
W
a.
N
m
a
m
L
Y C a y � V�
.; Z Y «« W m y r OOD
N u E m'Eb
C
C u y m N u O a0+ O
E c
a L 3
O. O L a+ c w m 0 N N
E _a a c 3- a N p c .a w e
V �0 a Y m
d C Y U J m E m m 00 a
J w d a Y u O. O pp C
c r o u v m }o Op o .- u
a C OCO L a c y C O. m C a
j O.tuo p C m C
a + „ O m E.O
oL N c u O ' u L
30 d'� - o
a °�
'N y U •O j E O.
0 0
c u 10 eo •` a c w+ c w '�, a O c
m e E
K o
m e o c« '^ a
w m° E m
o a E EOU
y a s m w =a an d
O t C y O
3 c c o.
a 3 m t c —;o m m d v m c
m a a c Y CLy�a N y
w c" o v o 3 1O a a c a a .'
•u U v " - .�O- d u E °u E o t
E a °u
a W o v '3 E •3 m o u E E:2 o
E q u �' o 4 °� � a v CL � 3 � v m
d O a _> G L E a a L a N~ m 9 m W aL+ N 00
u N. O. V L y E O a O C N N c O S C V
u O Y E Q c d O. c w G `m N j W
a 0- u a Q m Y m 0` W C N C a a d U N
N O N 0 N V N V
C C C C
W W W W
e
2|\
�
)\2
�#k
|�
)
-
a[
!
-*!
)\!
`
2�!
!!
■ZO
t
|!
�-
k\�
!
)�
�§!
!m96
!
|
_
r
m
!
LP
§
�
°
!
11111111
millions
MINIIIII
NIIIIIII
NIIIIIII
NIIIIIII
MINIBOOM
`o
a
a
Y
L
V
u
E
c
d
a
J
Y
�
C
d
q
16
J
ip
Eu
a
m
n
c
q
J
O
O
c
q
C
d
q
°
E
v
E
S
°
E
o
u
m
AL
m
E
c
ry
ry
m
�
'nv
c
t
a
m
c
o
E
c
5
o
E
E
o
o
O
O
q
i
q
o
€
J
d
m
E
c
3
E
C
«
�
E
n
E
N
_
o
o
c
a
m
m o
V
�
d
2
ii
a
W
y
Oy
°
E E
C
u
d
d
V
V
u
m
y
w
E
si
E
n
n v
«
u
«
E
«
E
E
« E
O
O
O
O
O q
a`
¢
a`
5
e
n
au
°i
Inspection & Testing:
DIVISION 700: Structures
minimum emquency
QU
um
men"
..
E
Snrt Perarmlara Acuptancs
Contractor OC MNIOT OA
+
Y
o
y
O
Spec. Deacriptlm Provisions AddlUonM RNormc• CrlFun
y
=
Y
t
SmAlle 701: load
S&M SPIMa
702 .2.1 Material Concrete
sea Sec 501
Tasting See 501 See 501
Aggregates
702 .2.2
Conaere
t from first
mixture
truckload add 1
Ad. Slump.
see Sec MI
teslin 9
per 100 CY t per 500 CY
4
Cyllndars
tnereanar per
pourparday
702 3A
Construction
Installation
Sea CMcklist
Visuall
1 per Each Shall
Y
Measurement
702 4.2
Construction
Equipmenl
See Checkllsl
Visuall
1par Plle
MeaeuremaM
Sectlen 7G1: ConcnaeMemryCmaellcllm
703 2.0. Material
A
21 Concrete see Sec WI Tasting See 501 See 501 Y
Aggregates
703 Al
Concrete
I in. first
mixture
occluded and 1
Air. Slump,
see Sec 501
testing
9
per 1 W CY 1 per 500 CY
¢
4
Cylinders
thereafter per
pour per day
703 3.1
ConsWclion
Forms.
Placement.
See Checklisl
Visual
1 par poor
A
Y
Finianin
703 .3A
Construction
Cutup or
$Be Checklist
Visual/
1per Pour
AA
Y
Sealing
measurement
swum 101: Centel
591 2 1 Aggregate OA T27 and! T11. 1005 lasting na 1 per Project
>500 cy Independent TM 71. T85
501 .3.8
Consistency
Compressive
1frem first
Strength
s'M
truckload end 1
Requirement,
T22. T119, T152,
telling
per 100 CY 1 per 500 CY
¢ 4
Slump and Air
ZQ
thereafter per
day
501 5.
Consistency
Concrete Small
visual!
Iper 1ped
Quantities
certification
ackvlty project
501 38
Mix Design
28 day cured
Venficatem
Cytecters
T22. T23
Field Testing
1 per 500 CY, I
Mis Design Iper x
par
min
71 Page
v
a
m
t�
w
V
C
Lu
J
C
Q
A
U
C7
t
U
o
�
a
rc
a
�
m
O
EXHIBIT 1
BUSINESS ENTITY CERTIFICATION, ENROLLMENT DOCUMENTATION,
AND AFFIDAVIT OF WORK AUTHORIZATION
BUSINESS ENTITY CERTIFICATION:
The project sponsor must certify their current business status by completing either Box A or Box B or Box C on
this Exhibit.
BOX A: To be completed by a non -business entity as defined below.
BOZO _: To be completed by a business entity who has not yet completed and submitted documentation pertaining to
the federal work authorization program as described at
hUp//www.dhs.p.ov/fles/prouams/ee 1185221678150shtm.
BOX Q To be completed by a business entity who has current work authorization documentation on file with a
Missouri state agency including Division of Purchasing and Materials Management.
ni nneei..in, . aenned m s arma 21$5.325. RSMo, per fining to section 285,530, RSMo, is say person or group of persons performing or
engaging in any activity, enterprise, profession, or occupation for gain, benefit, advantage, or livelihood. The term "business aunty" shill include but
not be limited to self-employed individuals, partnerships, corporations, contracmrs, and suboonlmctors. The tent "buslneas entity" shall include any
business entity that possesses a business permit, license, or tax certificate issued by the state, any business entity that is exempt by law from
.barring such a business permit, end any business entity that is opareting unlawfully without such a business pea nit. The term "business etatity"shall
not include a self-employed individual with no employees or entities utilizing the services of direct sellers as defined in subdivision (V) of subsection 12
ofsectio r 288,034, RSMo.
Note: Regarding govemmrnml entities, business entity includes Missouri schools, Missouri universities (other than stated in Box Q, oat of state agencies,
out of state schools, out of state universities, and political subdivisions. A business entity does not include Missouri state agencies and federal
government entities.
I certify that (Company/Individual Name) DOES NOT CURRENTLY MEET the
definition of a business entity, as defined in section 285.525, RSMci pertaining to section 285.530, RSMo as stated
above, because: (check the applicable business status that applies below)
❑ I am a self-employed individual with no employees; OR
❑ The company that I represent employs the services of direct sellers as defined in subdivision (17)
of subsection 12 of section 288.034, RSMo.
I certify that I am not an alien unlawfully present in the United States and if (Company/Individual
Name) is awarded a Recreational Trails Program Grant for (Project Title) and if the business
status changes during the project period to become a business entity as defined in section 285.525, RSMo,
pertaining to section 285.530, RSMo, then, prior to proceeding with the project as a business entity,
(Company/Individual Name) agrees to complete Box B, comply with the requirements
stated in Box B and provide the Department of NaturalResources, Division of State Parks with all documentation
required in Box B of this exhibit.
Authorized Representative's Name (Please Print) Authorized Representative's
Company Name (if applicable)
Date
EXHIBIT 1. continued
(Complete the following ifyou DO NOT have the E-Verify, documentation and a curevntA.01dauit of Work
Authorization already on file with the State ofAfissouri. If completing Roc h, do not enmplefeBour GJ
I certify that D,ondlinger & Sow Const.,Businp� Entity Name) MEETS the definition of a business entity as
defined in sac 'h 5.5oi—T 25, RSMo, pertaining to section 285.530.
Mark Lorenz
Authorized Business Entity Representative'sAuthortzeciffitumM Entity
Name (Please Print) Representative's Signature
Dondhnger & Sons Construction Co., Inc. 12/8/2022
Business Entity Name Date
mlorenz@dondlingerconst.com
E-Mail Address
As a business entity, the project sponsor must perform/provide each of the following. The project sponsor
should check each to verii'y completion/submission of all of the following:
® Enroll and participate in the E-Verity federal work authorization program (Website:
httn//www.dhs.eov/fdea/oroarams/¢c 1185221678150 abtm Phone: 888A64-4218; Email: k
verlfv(a),dhs.eovl with respect to the employees hired after enrollment in the program who are
proposed to work in connection with the services required herein; AND
XI Provide documentation affirming said company's/individual's enrollment and participation in the I -
Verify federal work authorization program. Documentation shall include EITHER the E-Verify
Employment Eligibility Verification page listing the project Spenser's name and company ID OR a
page from the E-Verify Memorandum of Understanding (MOU) listing the project sponsor's name
and the MOU signature page completed and signed, at minimum, by the project sponsor and the
Department of Homeland Security — Verification Division. If the signature page of the MOU fists
the project sponsor's name and company ID, then no additional pages of the MOU most be
submitted; AND
® Submit a completed notarized Affidavit of Work Authorization provided on the next page of this
Exhibit.
M
EXHIBIT 1. continued
AFFIDAVITOF WORKAUTHORIZATION:
The project sponsor who meets the section 285.525, RSMo, definition of a business entity most complete and return the
following Affidavit of Work Authorization.
Comes now Mark Lorenz (Name of Business Entity Authorized Representative) as Vice President
(Positiontritle) first being duly swom on my oath, afftrmtMndlinger & Soo, (Business Entity Name) is enrolled and
will continue m participate in the E-Verify federal work aut�ionzahon program with respect to employees hired after
enrollment in the program who are proposed to work in connection with the proposed RecreationalTmils Program project
with the State of Missouri for the duration of the contract(s), if awarded in accordance with subsection 2 of section
285.530, RSMo. I also affirm that ftond'^au & Sons Corot. Co., ITBus ness Entity Name) does not and will not knowingly
employ a person who is an unauthorized alien in connection with the proposed Recreational Trails Program pmject for the
duration of the project period, if awarded.
In A, fJ rmodon thereof, the facts stated above are bur and correct (The undersigned understands that false statements,
made in this filing are.Yubject to the penalties provided under section 575.040, RSMo.)
11
7 Mark Lorenz
Authorized Rep ontativ s Signature Printed Name
Vice President 1202022
Title Date
mlore=@dondlingerconst.com 894733
E-Mail Address E-Verify Company ID Number
Subscribed and sworn to before me this 8th of December. 2022 AM
am
PAY) (MOMH, YF.M)
commissioned as a notary public within the County of Sedgwick , State of
WM OF COunrY)
Kansas
(NAME eF STAiE)
and my commission expires on 2/15/2025
curb)
12/8/2022
Srgna r Notary 4ate
NOTARY PUBLIC
STATE OF 5ANSAS
ANDREA FRYE
My Appt.Fxpiresd15•-t u
EXHIBIT I, continued
(Complete the following ifyou have the E-Verify documentation and a currentAf idavit of Work Authorization already
on file with the State of MissourL if completing Box C, do not complete Box B.)
I certify that (Business Entity Name) MEETS the definition of a business entity as
defined in section 285.525, RSMo, pertaining to section 285.530, RSMo, and have enrolled and currently participates
in the E-Verify federal work authorization program with respect to the employees hired after enrollment in the
program who are proposed to work in connection with the Recreational Trails Program project with the State of
Missouri. We have previously provided documentation to a Missouri state agency or public university that affirms
enrollment and participation in the E-Verify federal work authorization program The documentation that was
previously provided included the following.
✓ The E-Verify Employment Eligibility Verification page OR a page from the E-Verify Memorandum of
Understanding (MOU) listing the project sponsor's name and the MOU signature page completed and signed
by the project sponsor's and the Department of Homeland Security - Verification Division
✓ A current, notarized Affidavit of Work Authorization (must be completed, signed, and notarized within the
past twelve months).
Name of Missouri State Agency or Public University' to Which Previous E-Verify Documentation Submitted:
(*Public University includes the following five schools under chapter 34, MMo: Hams -Stowe Stye University — St Louis; Misso uti So
uthem State University -Joplin; Missouri Western Stele University— St Joseph; Northwest Missoun State University - Maryville; Southeast
Missouri State University -Cape Girardeau.)
Date of Previous E-Verify Documentation Submission:
Previous Bid/Contract Number for Which Previous E-Verify Documentation Submitted:
(if known)
Authorized Business Entity Representative's
Name (Please Print)
Authorized Business Entity
Representative's Signature
E-Verify MOU Company ID Number E-Mail Address
Business Entity Name
Documentation Verification Completed By:
Date
E-Verify
company ID Number: 894733
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
Dondlinger and Sons Construction Co., Inc. (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 1-9). 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.C.
§ 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.
Pepe 1 of 17 E-Verry WU Ior Employers I Revision Dale OeM1113
E VeriFy 0 �!l
Company ID Number: e94733
4. The Employer agrees to become familiar with and comply with the most recent version of the
E-Verify User Manual.
5. The Employer agrees that any Employer Representative who will create E-Verify cases will
complete the E-Verify Tutorial before that individual creates any cases.
a. The Employer agrees that all Employer representatives will take the refresher tutorials when
prompted by E-Verify in order to continue using E-Verfy. Failure to complete a refresher tutorial
will prevent the Employer Representative from continued use of E-Verify.
6. The Employer agrees to comply with current Forth 1-9 procedures, with two exceptions:
a. If an employee presents a "List B" identity document, the Employer agrees to only accept 'List
B' documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can
be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo
requirement for religious reasons, the Employer should contact E-Verify at
888-4644218.
b. 8 an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766
(Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9,
the Employer agrees to make a photocopy of the document and to retain the photocopy with the
employee's Form 1-9. The Employer will use the photocopy to verify the photo and to assist DHS
with its review of photo mismatches that employees contest. DHS may in the future designate
other documents that activate the photo screening tool.
Note: Subject only to the exceptions noted previously In this paragraph, employees still retain the right
to present any List A. or List B and List C, document(s) to complete the Form 1-9.
7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print
the screen containing the case verification number and attach It to the employee's Form 1-9.
B. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to
complete, retain, and make available for inspection Fortes 1-9 that relate to its employees, or from other
requirements of applicable regulations or laws, including the obligation to comply with the
antidiscrimination requirements of section 274E of the INA with respect to Form 1-9 procedures.
a. The following modified requirements are the only exceptions to an Employers obligation to not
employ unauthorized workers and comply with the anti -discrimination provlsion of the INA: (1) List B
identity documents must have photos, as described in paragraph 6 above; (2) When an Employer
confirms the identity and employment eligibility of newly hired employee using E-Vedfy procedures,
the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of
the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the
Employer receives a final nonconfirmation for an employee, but continues to employ that person,
the Employer must notify DHS and the Employer is subject to a civil money penalty between $550
and $1,100 for each failure to notify DHS of continued employment following a final
nonconfir mation; (4) If the Employer continues to employ an employee after receiving a final
nonconfr oration, then the Employer is subject to a rebuttable presumption that it has knowingly
Pepe 2 of 17 E-Verry WU for Empb,re I Revision Data O 1113
E-Verify O VO!,
Company ID Number: 894733
employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant
is civilly or criminally liable under any law for any action taken in good faith based on information
provided through the E-Verify.
b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other
enforcement or compliance activity authorized by law, including site visits, to ensure proper use of
E-Verify.
9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been
hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was
completed. The Employer agrees to create an E-Verify case for new employees within three Employer
business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been
completed), and to complete as many steps of the E-Verify process as are necessary according to the
E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period vnll be extended
until it is again operational In order to accommodate the Employer's attempting, in good faith, to make
inquiries during the period of unavailability.
10. The Employer agrees not to use E-Verify for pre -employment screening of job applicants, in
support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User
Manual does not authorize.
11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively
and will not verify employees hired before the effective date of this MOU. Employers who are Federal
contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU.
12. The Employer agrees to follow appropriate procedures (see Article If below) regarding tentative
nonconfirmations. The Employer must promptly notify employees in private of the finding and provide
them with the notice and letter containing information specific to the employee's E-Verify case. The
Employer agrees to provide both the English and the translated notice and letter for employees with
limited English proficiency to employees. The Employer agrees to provide written referral Instructions
to employees and Instruct affected employees to bring the English copy of the letter to the SSA. The
Employer must allow employees to contest the finding, and not take adverse action against employees
f they choose to Contest the finding, while their case is still pending. Further, when employees contest
a tentative nonconfirmatlon based upon a photo mismatch, the Employer must take additional steps
(see Article III.B. below) to contact DHS with Information necessary to resolve the challenge.
13. The Employer agrees not to take any adverse action against an employee based upon the
employee's perceived employment eligibility status while SSA or DHS is processing the verification
request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee
is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated
verification system to verify work authorization, a tentative nonconfirmation, a case in continuance
(indicating the need for additional time for the government to resolve a case), or the finding of a photo
mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work
authorized. In any of such cases, the employee must be provided a full and fair opportunity to Contest
the finding, and if he or she does so, the employee may not be terminated or suffer any adverse
employment consequences based upon the employee's perceived employment eligibility status
Pape 3 of 17 &Varfy MOU for E ployam I Ravi" Deb 06/m/13
E-Verify_emo.ki
Company le Number: 894733
(including denying, reducing, or extending work hours, delaying or preventing training, requiring an
employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal
contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and
unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has
been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo
mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the
Employer can find the employee is not work authorized and terminate the employee's employment.
Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-
4218 (customer service) or 1-888-897-7781 (worker hotline).
14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 2748 of
the INA as applicable by not discriminating unlawfully against any Individual in hiring, firing,
employment eligibility verification, or recruitment or referral practices because of his or her national
origin or citizenship status, or by committing discriminatory documentary practices. The Employer
understands that such illegal practices can include selective verification a use of E-Verify except as
provided in part D below, or discharging or refusing to hire employees because they appear or sound
'foreign' or have received tentative nonconfirmations. The Employer further understands that any
Violation of the Immigration -related unfair employment practices provisions in section 274B of the INA
could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of
Title VII could subject the Employer to back pay awards, compensatory and punitive damages.
Violations of either section 2748 of the INA or Title VI may also lead to the termination of its
participation in E-Verity. If the Employer has any questions relating to the anti -discrimination provision
it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD).
15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the
employment eligibility of employees as authorized by this MOU. The Employer agrees that It will
safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it
is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that
it is not disseminated to any person other than employees of the Employer who are authorized to
perform the Employer's responsibilities under this MOU, except for such dissemination as may be
authorized in advance by SSA or DHS for legitimate purposes.
16. The Employer agrees to notify DHS immediately in the event of a breach of personal information.
Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All
suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at
E-VerifvCaldhs.cov. Please use "Privacy Incident— Password' in the subject line of your email when
sending a breach report to E-Verify.
17. The Employer acknowledges that the information it receives from SSA is govemed by the Privacy
Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who
obtains this information under false pretenses or uses it for any purpose other than as provided for in
this MOU may be subject to criminal penalties.
18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and
evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon
Pepe 4 of 17 E-Verify MOU far lFatooyea I aevislon Dale 06101/13
E-VerifyO
Company ID Number: 894733
reasonable notice, to review Forms 1-9 and other employment records and to interview it and its
employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner
to DHS requests for information relating to their participation in E-Verify.
19. The Employer shall not make any false or unauthorized claims or references about its participation
In E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its
services as federally -approved, federally -certified, or federally -recognized, or use language with a
similar intent on its website or other materials provided to the public. Entering into this MOU does not
mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false.
20. The Employer shall not state in its website or other public documents that any language used
therein has been provided or approved by DHS, USCIS or the Verification Division, without first
obtaining the prior written consent of DHS.
21. The Employer agrees that E-Verify trademarks and logos may be used only under license by
DHSIUSCIS (see M-795 (Web) 1 and, other than pursuant to the specific terms of such license, may not
be used in any manner that might imply that the Employers services, products, websites, or
publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify.
22. The Employer understands that if it uses E-Verify procedures for any purpose other than as
authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its
participation in E-Verify according to this MOU.
B. RESPONSIBILITIES OF FEDERAL CONTRACTORS
1. If the Employer is a Federal contractor with the FAR E-VeriFy clause subject to the employment
verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most
current version of the E-Verify User Manual for Federal Contractors as well as the E-Verity
Supplemental Guide for Federal Contractors.
2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands
that If It is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the
FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in
FAR 22,1801). Once an employee has been verified through E-Verify by the Employer, the Employer
may not create a second case for the employee through E-Verify.
a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract
award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of
Contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires
using E-Verify. The Employer must verify those employees who are working In the United States,
whether or not they are assigned to the contract. Once the Employer begins verifying new hires,
such verification of new hires must be initiated within three business days after the hire date. Once
enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees
assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an
employee's assignment to the contract, whichever date is later.
Page 5 of 17 E-VeMy MM ror Employers I Re nsion Date 0MV13
E-VerifY * a:j�� .'
Company ID Number: MA733
b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a
contract award must use E-Verify to begin verification of employment eligibility for new hires of the
Employer who are working in the United States, whether or not assigned to the contract, within
three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal
contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90
days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who
are working in the United States, whether or not assigned to the contract. Such verification of new
hires must be initialed within three business days after the date of hire. An Employer enrolled as a
Federal contractor in E-Verify must begin verification of each employee assigned to the contract
within 90 calendar days after date of contract award or within 30 days after assignment to the
contract, whichever is later.
c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)),
state or local governments, governments of Federally recognized Indian tribes, or sureties
performing under a takeover agreement entered into with a Federal agency under a performance
bond may choose to only verify new and existing employees assigned to the Federal contract. Such
Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired
after November 6, 1986. Employers in this category must begin verification of employees assigned
to the contract within 90 calendar days after the date of enrollment or within 30 days of an
employee's assignment to the contract, whichever date is later.
d. Upon enrollment, Employers who are Federal contractors may elect to verify employment
eligibility of all existing employees working in the United States who were hired after November 6,
1986, Instead of verifying only those employees assigned to a covered Federal contract. After
enrollment, Employers must elect to verify existing staff following DHS prooedures and begin
E-Verify verification of all existing employees within 180 days after the election.
e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify
case for an employee assigned to a contract as long as:
That Form 1-9 is complete (including the SSN) and complies with Article II.A.6
I. The employee's work authorization has not expired, and
iii. The Employer has reviewed the Form 1-9 information either in person or in
communications with the employee to ensure that the employee's Section 1, Form 1-9
attestation has not changed (including, but not limited to, a lawful permanent resident alien
having become a naturalized U.S. citizen).
f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the
previous Form 1-9 to provide the necessary information If.
1. The Employer cannot determine that Form 1-9 complies with Article II.A.6,
ti. The employee's basis for work authorization as attested in Section 1 has expired or
changed, or
iii. The Form 1-9 contains no SSN or is otherwise Incomplete.
Note: If Section 1 of Form 1-9 Is otherwise valid and up-to-date and the form otherwise complies with
Page 6 of 17 E-Verily MOU for Employers I Revivon Dale 6N01113
E-Verify O
Company ID Number. 894733
Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after
completing Form 1-9, the Employer shall not require the production of additional documentation, or use
the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions
that may be provided on this subject in the E-Verify User Manual.
g. The Employer agrees not to require a second verification using E-Verify of any assigned
employee who has previously been verified as a newly hired employee under this MOU or to
authorize verification of any existing employee by any Employer that is not a Federal contractor
based on this Article.
3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a
performance requirement under the terms of the Federal contract or subcontract, and the Employer
consents to the release of information relating to compliance with its verification responsibilities under
this MOU to contracting officers or other officials authorized to review the Employer's compliance with
Federal contracting requirements.
C. RESPONSIBILITIES OF SSA
1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA
sends DHS confirmation that the data sent either matches or does not match the Information in SSA's
database.
2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA
also agrees to limit access to such information, as Is appropriate by law, to individuals responsible for
the verification of Social Security numbers or responsible for evaluation of E-Verify or such other
persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a),
the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401).
3. SSA agrees to provide case results from its database within three Federal Government work days of
the initial inquiry. E-Verify provides the information to the Employer.
4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative
nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an
SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA
agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that
more than eight days may be necessary. In such cases, SSA will provide additional instructions to the
employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final
nonconfirnation to the employer.
Note: ff an Employer experiences technical problems, or has a policy question, the employer should
contact E-Verify at 1-88841644218.
D. RESPONSIBILITIES OF DHS
1. DHS agrees to provide the Employer with selected data from DHS databases to enable the
Employer to conduct, to the extent authorized by this MOU:
a. Automated verification checks on alien employees by electronic means, and
Page 7 d 17 ENedy MOU W Emplayers I ReWeion Dale 08I91/13
E-Verify * ?'.gip:,
Company to Number: e94733
b. Photo verification checks (when available) on employees.
2. DHS agrees to assist the Employer with operational problems associated with the Employer's
participation in E-Verity. DHS agrees to provide the Employer names, titles, addresses, and telephone
numbers of DHS representatives to be contacted during the E-Verify process.
3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an
E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for
both SSA and DHS, Including restrictions on the use of E-Verify.
4. DHS agrees to train Employers on all important changes made to E-Verify through the use of
mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to
E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials.
5. DHS agrees to provide to the Employer a notice, which Indicates the Employer's participation In
E-Verify. DHS also agrees to provide to the Employer anti -discrimination notices issued by the Office of
Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division,
U.S. Department of Justice.
6. DHS agrees to issue each of the Employers E-Verify users a unique user identification number and
password that permits them to log in to E-Verify.
7. DHS agrees to safeguard the information the Employer provides, and to limit access to such
information to individuals responsible for the verification process, for evaluation of E-Verify, or to such
other persons or entities as may be authorized by applicable law. Information will be used only to verify
the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal
criminal laws, and to administer Federal contracting requirements.
B. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA
verification procedures) confirmation or tentative nonwrifirmation of employees' employment eligibility
within three Federal Government work days of the initial inquiry.
9. DHS agrees to provide a means of secondary verification (Including updating DHS records) for
employees who contest DHS tentative nonconfirmations and photo mismatch tentative
nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment
eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS
determines that more than 10 days may be necessary. In such cases, DHS will provide additional
verification instructions.
ARTICLE Ill
REFERRAL OF INDIVIDUALS TO SSA AND DHS
A. REFERRAL TO SSA
1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the
notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding
and provide them with the notice and letter containing information specific to the employee's E-Verify
Pepe a of O E-Vetlly MOU for Employers I ReW4on Date 0W1M3
E-Verify s -41
Company ID Number: 894733
case. The Employer also agrees to provide bath the English and the translated notice and letter for
employees with limited English proficiency to employees. The Employer agrees to provide written
referral instructions to employees and instruct affected employees to bring the English copy of the letter
to the SSA. The Employer must allow employees to contest the finding, and not take adverse action
against employees if they choose to contest the finding, while their Case is still pending.
2. The Employer agrees to obtain the employee's response about whether he or she will Contest the
tentative nonconfirmation as soon as possible after the Employer receives the tentative
nonconfirmation. Only the employee may determine whether he or she will contest the tentative
nonconfirmation.
3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as
directed by E-Verify. The Employer must record the Case verification number, review the employee
information submitted to E-Verify to Identify any errors, and find out whether the employee contests the
tentative nonconfirmation. The Employer will transmit the Social Security number, or any other
corrected employee information that SSA requests, to SSA for verification again if this review indicates
a need to do so.
4. The Employer will Instruct the employee to visit an SSA office within eight Federal Govemment work
days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal
Government work days of the referral unless it determines that more than 10 days Is necessary.
5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case
updates.
6. The Employer agrees not to ask the employee to obtain a printout from the Social Security
Administration number database (the Numident) or other written verification of the SSN from the SSA.
B. REFERRAL TO DHS
1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly
notify employees in private of the finding and provide them with the notice and letter containing
Information specific to the employee's E-Verify case. The Employer also agrees to provide both the
English and the translated notice and letter for employees with limited English proficiency to
employees. The Employer must allow employees to Contest the finding, and not take adverse action
against employees If they choose to Contest the finding, while their case is still pending.
2. The Employer agrees to obtain the employee's response about whether he or she will contest the
tentative nonconfirmation as soon as possible after the Employer receives the tentative
noncanfinnation. Only the employee may determine whether he or she will contest the tentative
nonconfirmation.
3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a
tentative nonconfirmation.
4. If the employee contests a tentative nonconfirmation Issued by DHS, the Employer will instruct the
Page 9 d t7 E-Vady MW for Employers I ReWelon Date DVn/13
E-Verify O N(t-,
Company 10 Number: SW733
employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight
Federal Government work days.
5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative
nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative
nonconfirmadans, generally.
6. The Employer agrees that if an employee contests a tentative noncon6rmation based upon a photo
mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or
passport card to DHS for review by:
a. Scanning and uploading the document, or
b. Sending a photocopy of the document by express mail (furnished and paid for by the employer)
7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the
Employer must forward the employee's documentation to DHS as described in the preceding
paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will
determine the photo match or mismatch.
8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal
Government work days of the referral unless it determines that more than 10 days is necessary.
9. While waiting for rase results, the Employer agrees to check the E-Ver fy system regularly for case
updates.
ARTICLE IV
SERVICE PROVISIONS
A. NO SERVICE FEES
1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The
Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an
Employer will need a personal computer with Internet access.
ARTICLE V
MODIFICATION AND TERMINATION
A. MODIFICATION
1. This MOU Is effective upon the signature of all parties and shall continue in effect for as long as the
SSA and DHS operates the E-Verify program unless modified In writing by the mutual consent of all
parties.
2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify
checking against additional data sources and instituting new verification policies or procedures, will be
covered under this MOU and will not cause the need for a supplemental MOU that outlines these
changes.
Page IDor 9 E-VeRy MM for Empbyers I rteNebn Date a31e1n3
E-Verify O l
Company ID Number: 894733
B. TERMINATION
1. The Employer may terminate this MOU and Its participation in E-Very at any time upon 30 days
prior written notice to the other parties.
2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the
Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of
the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach
of system integrity a security by the Employer, or a failure on the part of the Employer to comply with
established E-Verify procedures and/or legal requirements. The Employer understands that if It is a
Federal contractor, termination of this MOU by any party for any reason may negatively affect the
performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state
where E-Verify is mandatory, termination of this by any party MOU may negatively affect the
Employer's business.
3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that
requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor
must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such
notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this
MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify
procedures to verify the employment eligibility of all newly hired employees.
4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer
Is terminated from E-Verify.
ARTICLE VI
PARTIES
A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and
SSA and DHS may adjust verification responsibilities between each other as necessary. By separate
agreement with DHS, SSA has agreed to perform Its responsibilities as described in this MOU.
B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive
or procedure], enforceable at law by any third party against the United Stales, Its agencies, officers, or
employees, or against the Employer, its agents, officers, or employees.
C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or
merger, all or any part of Its rights or obligations under this MOU without the prior written consent of
DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign,
or transfer any of the rights, duties, or obligations herein Is void.
D. Each party shall be solely responsible for defending any clalm or action against it arising out of or
related to E-Verify or this MOU, whether civil or Criminal, and for any liability wherefrom, including (but
not limited to) any dispute between the Employer and any other person or entity regarding the
applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer.
E. The Employer understands that Its participation In E-Verify Is not confidential Information and may be
disclosed as authorized or required by law and DHS or SSA policy, including but not limited to,
Pe9e 11 or 17 E-Verily MOU ror Employem I Revision Data DWOI I13
E-Verify O ei
Company ID Number: 994733
Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with
Federal contractual requirements, and responses to inquiries under the Freedom of Information Act
(FOIA).
F. The individuals whose signatures appear below represent that they are authorized to enter into this
MOU on behalf of the Employer and OHS respectively. The Employer understands that any inaccurate
statement, representation, data or other information provided to OHS may subject the Employer, its
subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to
18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or, (3) possible debarment or
suspension.
G. The foregoing constitutes the full agreement on this subject between DHS and the Employer.
To be accepted as an E-Verify participant, you should only sign the Employer's Section of the
signature page. If you have any questions, contact E-Verify at 1.888.464.4218.
Page 12 of 17 E-Verify MOD for Employers I R.Akion Dale 06l01113
E-Verify O h a
Company ID Number: e94733
Approved by:
Employer
Dondlirger am Sons Construction Co., IM.
Name (Please Type or Print)
Me
Jeff Mullen
Signature
Date
Electronically Signed
07/17M15
Department of Homeland Security— Verification Division
Nam (Please Type or Print)
Title
USCIS Verilicallon Division
Signature
Date
Electronically Signed
07/17/2015
Page 13 of 17 E-Verity MOU for Employers I Revision Date Oe V13
Verify ,
Company ID Numbac 894733
Information Required for the E-Verify Program
Information relating to your Company:
Do dllrger and Sons Construction Co., Inc.
Company Name
2656 S Sheridan Ave
Wichita, KS 97217
Company Facility Address
PO Box 398
Wichita, KS 67201
mpany Alternate Address
County or Parish
SEDDWICK
Employer Identification Number
480631790
North American Industry
asslfication Systems Code
236
Dondinger Companies, Inc
arent Company
umber of Employees
100to 499
umber of Sites Verified for
1
Pape 14 or 17 E-Vent' MOU fw Employsra I Revision Dab OOk I113
E Verify
Company ID Number: 894733
Are you verifying for more than 1 site? If yes, please provide the number of sites verified for In
each State:
KANSAS 1 site(sl
Page 15 of 17 E-Vergy MOO for Employers I ReNsbn Date OM1113
E-Verify OM:�:
Company ID Number: 694733
Information relating to the Program Administrator(s) for your Company on policy questions or
operational problems:
Name
Diane Bums
Phone Number
(316) 945 - 0555
Fax Number
Email Address
dburds@dondlingerwnst.00m
Name
Raymond Dondlinger
Phone Number
(316)945-0555
Fax Number
Email Address
m@dondlirlgerwnat.00m
Name
April Taube
Phone Number
(316) 945 - 0555
Fax Number
Email Address
Jaube@dondlirgerconstXDM
Name
Jeff Mullen
Phone Number
(316) 945 - 0566
Fax Number
Email Address
(mullw@dmdlingerwnstwm
Page 16 of 17 E-Verify MOIL for Employers I Revision Date 06/01113
E-VeriFy * y,ir,`.
Company ID Number: 894733
Page intentionally left blank
Page 17 of 17 EVenty MOU br Employers I Remain Date OWV13
AGREEMENT
BETWEEN
CITY OF RIVERSIDE, MISSOURI AND
Contractor: Dondlinger and Sons Construction Company, Inc.
FOR
COMPLETION OF
2022 LINE CREEK TRAIL CONNECTOR PROJECT
Project No. 218-018 (RTP 2021-05)
RESOLUTION NO.: kzs-ooZ
CONTRACT PRICE: $543,367.00
AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR
2022 LINE CREEK TRAIL CONNECTOR PROJECT
Project No: 218-018
THIS AGREEMENT, made and entered into as of the J_ day of January, 2023, by and
between the City of Riverside, Missouri ("City"), and Dondlinger and Sons Construction Company, Inc.
("Contractor"), shall govern all Work to be provided by Contractor for City on the Project.
WHEREAS, City, under the provisions of Resolution No. 2OZ3-002 , duly approved
on the Yd day of January, 2023 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.
31
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(amcclurevision.com.
1. "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(ai'iversidemo.gov 816-
372-9028.
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 ofthe 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 E (Scope of Work) and Exhibit F (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.
32
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 Five Hundred Forty Three Thousand Three Hundred Sixty Seven Dollars
($543,367.00). 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) final payment for all unit price items set forth
in Contractor's Bid for Unit Price Contracts will be based on actual quantities as determined by City.
The Contractor is responsible for verifying the unit quantities before excavation and/or installation at the
Project site. Contractor shall identify and notify the City of any variance in unit quantities in excess of
ten percent (10%) of the amount set forth in Contractor's Bid for Unit Price Contracts IN ADVANCE
of performing the Work. Any increase in quantities of materials or Work performed as a result of over -
excavation by Contractor will not be compensated.
C. Payment of the Contract Amount shall be full compensation for all labor, services,
materials, supplies, tools, equipment, supervision, management, and anything else necessary to complete
the respective items in place, in full compliance with all requirements set forth in the Contract
Documents. All costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind
related to the Work are included in the Contract Amount. No labor, services, materials, supplies, tools,
33
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 PAYMENT
SHALL BE LIMITED TO THE AMOUNT OF PARTICULAR APPROPRIATION FOR THE WORK
BY THE BOARD OF ALDERMEN. THE TOTAL PAYMENT UNDER THIS AGREEMENT
SHALL NOT EXCEED THE APPROPRIATION CONTAINED IN THE APPLICABLE
RESOLUTIONS OR ORDINANCES ADOPTED BY THE BOARD OF ALDERMEN
AUTHORIZING THE WORK AND CONTRACTOR SHALL NOT SEEK, NOR BE ENTITLED TO,
PAYMENT EXCEEDING THIS AMOUNT UNLESS CITY DIRECTS CONTRACTOR TO
PERFORM ADDITIONAL WORK IN ACCORDANCE WITH THIS AGREEMENT, AND CITY
ENACTS ANOTHER RESOLUTION OR ORDINANCE AUTHORIZING THE AMOUNT CITY
AGREES TO PAY UNDER THIS AGREEMENT.
ARTICLE IV
PROGRESS OF WORK /SUBMITTALS
A. COMMENCEMENT OF WORK. The date of beginning and the time for completion of the
Work are essential conditions of the Contract Documents. Contractor shall commence performance of
the Work on the date indicated in a written notice ("Notice to Proceed") that shall be given by City to
Contractor.
B. TIME FOR COMPLETION. Contractor shall achieve Substantial Completion, as defined
in Article I hereof, no later than 120 Calendar Days from Notice to Proceed. The Contractor will proceed
with the Work at such rate of progress to ensure Substantial Completion within the contract time. It is
expressly understood and agreed, by and between the Contractor and the City, that the contract time to
achieve Substantial Completion of the Work described herein is a reasonable time, taking into
consideration the average climatic and economic conditions and other factors prevailing in the locality
of the Work. No extensions will be granted, except in case of unusual (unseasonable) weather conditions
or additional work requested by the City under Change Order. Following Substantial Completion,
Contractor shall proceed to complete all uncompleted Work items as promptly as permitted by weather
conditions or any other conditions affecting completion of the Work.
C. LIQUIDATED DAMAGES. If Contractor fails to achieve Substantial Completion of all
the Work as set forth in the Contract Documents, Contractor shall pay City $500.00 oer dav, 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 dav is a fair and reasonable
approximation of the actual damages incurred by the City for the Contractor's failure to complete the
Project within the time outlined above and that such liquidated damages in this section are not penal in
nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for such
delays. Recovery of liquidated damages is not City's exclusive remedy for Contractor's failure to
34
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 Paragmph does not preclude Contractor from working Saturdays, Sundays,
holidays, or days of inclement weather. Contractor shall give the City at least 48 hours notice if intending
to work on Saturday, Sunday, holidays or days of impending inclement weather.
E. CONSTRUCTION SCHEDULE. Promptly after the execution of this Agreement, and in
any event before commencing performance of the Work, Contractor shall submit to City for approval a
construction schedule that specifies the dates on which Contractor plans to begin and complete various
parts of the Work, including dates on which information and approvals are required from City. Upon
City's written approval of the schedule, Contractor shall comply with it unless directed by City to do
otherwise. Contractor shall update the schedule on a monthly basis or at more frequent appropriate
intervals if required by the conditions of the Work and the Project. With each Application for Payment
under Article VI of this Agreement, Contractor shall submit an updated, current schedule. Neither the
original schedule nor any update shall exceed time limits for the entire Project under the Contract
Documents.
F. PHOTOGRAPHS OF PROJECT. The Contractor shall furnish photographs of the Project site
in the number, type, and stage as enumerated below:
1. Pre -Construction photos - minimum of 15 ground level digital shots
2. Construction photos of significant changes - minimum of 15 ground level digital shots
3. Post Construction photos - minimum of 15 ground level digital shots
G. DELAY IN PERFORMANCE. In the event the City determines that performance of the
Work is not progressing as required by the Contract Documents or that the Work is being unnecessarily
delayed or will not be finished within the prescribed time, the City may, in the City's sole discretion and
in addition to any other right or remedy City may have, require Contractor, at Contractor's sole cost, to
accelerate Contractor's progress. Such acceleration shall continue until the progress of the Work
complies with the Contract Documents and clearly indicates that all Work will be completed within the
prescribed time.
H. SUSPENSION OF WORK. The City may suspend the Work or any portion thereof for a
period of not more than ninety (90) days or such further time as agreed upon by the Contractor, by written
notice to the Contractor which shall IN 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
35
or an extension of the contract time, or both, directly attributable to any suspension
1. DRAWINGS AND SPECIFICATIONS. The intent of the drawings and specifications is
that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for
the proper execution of the Work in accordance with the Contract Documents and all incidental Work
necessary to complete the Project in an acceptable manner, ready for use, occupancy or operation by the
City. In case of conflict between the drawings and specification, the specifications shall govern. Figure
dimensions on drawings shall govern over general drawings. Any discrepancies found between the
drawings and specifications and site conditions or any inconsistencies or ambiguities in the drawings or
specifications shall be immediately reported to the Resident Project Representative in writing, who shall
promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after
discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk.
J. SHOP DRAWINGS. Contractor shall submit to Resident Project Representative for review
all shop drawings, samples, product data, and similar submittals required by the Contract Documents.
Contractor shall be responsible to City for the accuracy and conformity of its submittals to the Contract
Documents. Shop drawings shall bear the Contractor's certification that it has reviewed, checked and
approved the shop drawings and that they are in conformance with the requirements of the Contract
Documents. Contractor shall prepare and deliver its submittals to City in a manner consistent with the
construction schedule and in such time and sequence so as not to delay performance of the Work.
Portions of the Work requiring a shop drawing or sample submission shall not begin until the shop
drawing or submission has been reviewed by the Resident Project Representative. Review of any
Contractor submittal shall not be deemed to authorize deviations, substitutions, or changes in the
requirements of the Contract Documents unless express written approval is obtained from City
specifically authorizing such deviation, substitution, or change. When submitted for the Resident Project
Representative's review, any shop drawing which substantially deviates from the requirement of the
Contract Documents shall be evidenced by a Change Order. If the Contract Documents do not contain
submittal requirements pertaining to the Work, Contractor agrees upon request to submit in a timely
fashion to City for review by Resident Project Representative any shop drawings, samples, product data,
manufacturers' literature, or similar submittals as may reasonably be required by City. Contractor shall
perform all Work strictly in accordance with approved submittals. Resident Project Representative's
review does not relieve Contractor from responsibility for defective Work resulting from errors or
omissions of any kind on the reviewed submittals. A copy of each shop drawing and each sample shall
be kept in good order by the Contractor at the site and shall be available to the Resident Project
Representative.
K. MATERIALS, SERVICES AND FACILITIES. It is understood that except as otherwise
specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials,
labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any
nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, and
deliver the Work within the specified time. Materials and equipment shall be so stored as to insure the
preservation of their quality and fitness for the Work. Stored materials and equipment to be incorporated
in the Work shall be located so as to facilitate prompt inspection. Manufactured articles, materials and
equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by
the manufacturer. Material, supplies and equipment shall be in accordance with samples submitted by
the Contractor and approved by the Resident Project Representative. Materials, supplies or equipment
to be incorporated into the Work shall not be purchased by the Contractor or by any Subcontractor subject
36
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 famish the Resident Project Representative the required
certificates of inspection, testing approval. Inspections, tests or approvals by the Resident Project
Representative or others shall not relieve the Contractor from the obligation to perform the Work in
accordance with the requirements of the Contract Documents. The Resident Project Representative and
the City's representatives will at all times have access to the Work. In addition, authorized
representatives and agents of any participating Federal or State agency shall be permitted to inspect all
Work, materials, payrolls, records or personnel, invoices of materials and other relevant data and records.
The Contractor will provide proper facilities for such access and observation of the Work and also for
any inspection or testing thereof.
If any Work is covered prior to inspection by the Resident Project Representative it must,
if requested by the Resident Project Representative, be uncovered for the Resident Project
Representative's observation and replaced at the Contractor's expense. If the Resident Project
Representative considers it necessary or advisable that covered Work be inspected or tested by others,
the Contractor, at the Resident Project Representative's request, will uncover, expose or otherwise make
available for observation, inspection or testing as the Resident Project Representative may require, that
portion of the Work in question, furnishing all necessary labor, materials, tools and equipment.
M. CORRECTION OF WORK. The Contractor shall promptly remove from the Project site all
Work rejected by the Resident Project Representative for failure to comply with the Contract Documents,
whether incorporated in the construction or not, and the Contractor shall promptly replace and re -execute the
Work in accordance with the Contract Documents and without expense to the City and shall bear the expense
of making good all work of other contractors destroyed or damaged by such removal or replacement. All
removal and replacement Work shall be done at the Contractor's expense. If the Contractor does not take
action to remove such rejected Work within ten (10) days after receipt of written notice, the City may remove
such Work and store the materials at the expense of the Contractor.
N. SUBSTITUTIONS. Whenever a material, article, or piece of equipment is identified on
the drawings and specifications by referenced to brand name or catalog numbers, it shall be understood
that this is referenced for the purpose of defining the performance or other salient requirements and that
other products of equal capacitates, quality and function shall be considered. The Contractor may
recommend the substitution of material, article or piece of equipment of equal substance and function
for those referred to in the Contract Documents by referenced to brand name or catalog number, if, in
the opinion of the City, such material, article or piece of equipment is of equal substance function to that
specified, the City may approve, in writing, its substitution and use by the Contractor. Any cost
differential shall be deductible from the contract price and in such event the Contract Documents shall
be modified by Change Order. The Contractor warrants that if substitutes are approved, no major changes
37
in the function or general design of the Project will result. Incidental changes or extra component parts
required to accommodate the substitute will be made by the Contractor without a change in the contract
price or contract time.
O. LANDS & RIGHT OF WAY. Prior to issuance of Notice to Proceed, the City shall obtain
all lands and rights -of -way necessary for the carrying out and completion of Work to be performed
pursuant to the Contract Documents, unless otherwise mutually agreed by the Contractor and City, in
writing. The City shall provide to Contractor information which delineates and describes the lands
owned and right of way acquired. The Contractor shall provide at its own expense and without liability
to the City any additional land and access thereto that the Contractor may desire for temporary
construction facilities, or for storage of materials.
P. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all boundary
surveys and establish all base lines for locating the principal component parts of the Work together with
a suitable number of bench marks adjacent to the Work as shown in the Contract Documents. From the
information provided by the City, unless otherwise specified in the Contract Documents, the Contractor
shall develop and make all detail surveys needed for construction such as slope stakes, batter boards,
stakes for pipe locations and other working points, lines, elevations and cut sheets.
The Contractor shall carefully preserve bench marks, reference points and stakes and, in
case of willful or careless destruction, shall be charged with the resulting expense and shall be
responsible for any mistake that may be caused by their unnecessary loss or disturbance.
Permits and licenses of temporary nature necessary for the prosecution of the Work shall
be secured and paid for by the Contractor unless otherwise stated in the supplemental general conditions.
Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall
be secured and paid for by the City, unless otherwise specified. The Contractor shall give all notices and
comply with all laws, ordinances, rules and regulations bearing on the conduct of the Work as drawn
and specified. If the Contractor observes that the Contract Documents are at variance therewith, the
Contractor shall promptly notify the City in writing, and any necessary changes shall be adjusted as
provided in Article VII changes in the Work.
Q. SUBSURFACE CONDITIONS. The Contractor, before bidding the Project, has the
responsibility to become familiar with the Project site and the conditions under which Work will have
to be performed during the construction period. Excavating for foundations of surface structure:
buildings, bridges, tanks, towers, retaining walls and other types of surface structures. The Contractor
shall promptly, and before such conditions are disturbed (excepting an emergency), notify the City by
written notice of subsurface or latent physical conditions at the site differing materially from those
indicated in the Contract Documents. Contractor shall also be required to notify City of any unknown
physical conditions at the site of unusual nature, differing materially from those ordinarily encountered
and generally recognized as inherent in work of the character provided for in the Contract Documents at
the location of the Project. The City shall investigate the conditions, and if it is found that such conditions
do so materially differ and cause an increase or decrease in the cost of, or in the time required for,
performance of the Work, the Contract Documents may be modified by Change Order as provided in
Article VIL 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
m
justify consider and adjust any such claims asserted before the date of the final payment. Excavating for
below -surface structures: water mains, sewers, power and telephone cables and other types of below
surface structures. No extra compensation will be paid for rock excavation or varying geologic features
encountered on the Project, unless so shown as a bid item in the Bid Form for bid. If man-made hazards
are encountered by the Contractor, excluding utilities, which are not visible from the surface, such as
buried concrete foundations, buried garbage dumps that cannot be by-passed and requires additional
Work consult the Resident Project Representative.
R. SUPERVISION BY CONTRACTOR. The Contractor will supervise and direct the Work.
The Contractor will be solely responsible for the means, methods, techniques, sequences and procedures
of construction. The Contractor will employ and maintain on the Work a qualified supervisor or
superintendent who shall have been designated in writing by the Contractor or the Contractor's
representative at the site. The supervisor shall have full authority to act on behalf of the Contractor and
all communications given to the supervisor shall be a binding as if given to the Contractor. The
supervisor shall be present on the site at all times as required to perform adequate supervision and
coordination of the Work.
ARTICLE V
CONTRACT DOCUMENTS
A. The following documents, and any other documents that are attached to, incorporated by
reference into, or otherwise included in them, and all Change Orders, are hereby incorporated into this
Agreement, and form the entire agreement between City and Contractor, and are referred to as the
Contract Documents:
1. INFORMATION FOR BIDDERS
2. BID FOR UNIT PRICE CONTRACTS
3. BID FORM
4. BID BOND
5. EXPERIENCE QUESTIONNAIRE
6. BUSINESS ENTITY CERTIFICATION, ENROLLMENT DOCUMENTATION,
AND AFFIDAVIT OF WORK AUTHORIZATION WITH E-VERIFY
7. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR
8. PERFORMANCE BOND
9. PAYMENT BOND
10. PREVAILING WAGE RATES - STATE OF MISSOURI DIVISION OF LABOR
STANDARDS
11. TIME FOR COMPLETION
12. SCOPE OF WORK
13. TECHNICAL SPECIFICATIONS
14. NOTICE TO PROCEED
15. APPLICATION FOR PAYMENT FORM
39
16. CHANGE ORDER FORM
17. CERTIFICATE FOR SUBSTANTIAL COMPLETION
18. AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW
19. CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
20. SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
21. ENGINEERICONSULTANT CERTIFICATE for Acceptance & Final Payment
22. FHWA 1273
23. CERTIFICATION REGARDING NON -SEGREGATED FACILITIES
24. CERTIFICATION REGARDING DEBARMENT, ETC.
25. MATERIAL OF ORIGIN FORMS
26. STORMWATER POLLUTION PREVENTION PLAN (SWPPP)
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 H (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,
40
review and approve such Application for Payment, or return the Application for Payment to the
Contractor indicating in writing the reasons for refusing to approve payment. In the latter case, the
Contractor may make the necessary corrections and resubmit the Application. Within fifteen (15) days
of its receipt of payment from City, Contractor shall pay all Subcontractors and suppliers to whom
payment is owed from the amount paid to Contractor.
C. All payments under this Agreement shall be made only upon the approval of Resident
Project Representative and Administrator. Resident Project Representative shall review each
Application for Payment and certify for payment such amounts as Resident Project Representative
determines are due Contractor. From the total amount certified, City shall withhold five percent (5%) as
retainage until final completion and acceptance of the Work. The five percent (501.) retainage may be
reduced by Change Order if final completion and acceptance of the Work is delayed due to unforeseen
circumstances and the Work is usable for its intended purpose by the City. If reduction in the retainage
is approved, the remaining retainage shall be an amount equal to or greater than 200% of the estimated
amount necessary to complete the Work.
D. The City Treasurer, upon presentation of an Application for Payment, shall prepare a check
for the sum certified to be due (exclusive of retainage), payable out of the funds in the City Treasury
available for Contractor under the authorizing Resolution or Ordinance approved by the Board of
Aldermen. Payment shall be made to Contractor after the Board of Aldermen review and approve the
payment and authorize the Mayor and City Treasurer to sign and deliver the check.
E. Neither Administrator or Resident Project Representative's approval certificate nor
payment made to Contractor shall constitute acceptance of any part of the Work. Contractor shall remain
obligated to perform all Work in accordance with the Contract Documents.
F. With each Application for Payment, Contractor shall submit a signed certificate of receipt
of prior payments and release of claims and rights in connection with prior payments, in a form approved
by City. City may, at its option, also require a similar receipt and release of claims and rights from each
Subcontractor or supplier performing any Work, prior to making any payment to Contractor. The
Subcontractors' and suppliers' receipts and releases shall be in a form approved by City and shall indicate
that (except for retainage) all debts for Work performed or materials supplied included on any previous
Application for Payment to City from Contractor have been satisfied and that the Subcontractor or
supplier waives and releases any and all claims or rights in connection therewith.
G. Contractor shall not be entitled to final payment for the Work until Contractor submits a
final Application for Payment, all requirements of the Contract Documents are complied with, and
Resident Project Representative issues his or her certificate to that effect. The Engineer's Certificate of
Acceptance will be on the form attached hereto as Exhibit N. City, within thirty (30) days after the
delivery of Engineer's Certificate of Acceptance, shall pay Contractor all remaining funds which
Contractor is due under this Agreement.
H. Acceptance of final payment by Contractor shall release City from all further obligations
to Contractor, except as to such amounts, if any, Contractor has identified in its final Application for
Payment as claimed by Contractor. All claims not identified in the final Application for Payment are
waived. Any payment, however final or otherwise, shall not release the Contractor or its sureties from
any obligations under the Contract Documents or the Performance and Payment Bonds.
41
1. City may withhold final or any other payment to Contractor on any reasonable basis,
including but not limited to the following:
1. Unsatisfactory job progress,
2. Defective Work,
3. Failure to make payments to Subcontractors or suppliers,
4. Reasonable evidence that all Work cannot be completed for the unpaid balance of
the Contract Amount,
S. 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:
42
1. If the Work is covered by unit prices set forth in Contractor's Bid for Unit Price Contracts,
by application of such unit prices to the quantities of the items involved; or
2. If the Work involved is not covered by unit prices set forth in Contractor's Bid for Unit
Price Contracts, by a lump sum as to which Contractor and City mutually agree prior to the
commencement of performance of the change.
C. If a change to the Work causes an increase or decrease in the time required for Contractor's
performance, an equitable adjustment to the time for performance shall be made.
D. A change in the Contract Amount or the time for performance of the Work shall be
accomplished only by written Change Order, which shall state the increase or decrease, if any, in the
Contract Amount or the time for performance. No course of conduct or dealings between the parties, nor
express or implied acceptance of alterations or additions to the Work, and no claim that City has been
unjustly enriched by any alteration or addition to the Work, whether or not there is, in fact, any such
enrichment, shall be the basis of any claim to an increase in any amounts due under the Contract
Documents or a change in the time for performance of the Work.
E. Agreement on any Change Order shall constitute a final settlement of all matters relating
to the change in the Work that is the subject of the Change Order, including but not limited to all direct
and indirect costs associated with such change and any and all adjustments to the Contract Amount and
time for performance of the Work.
F. If Contractor is delayed or interfered with at any time in the commencement or prosecution
of the Work by an act or neglect of City, an employee, officer, or agent of City, or an architect or engineer
or separate contractor engaged by or on behalf of City, or by changes ordered in the Work, an act of
God, fire, or other cause over which Contractor has no control and that Contractor could not reasonably
anticipate, the time for performance of the Work shall be equitably extended, provided that Contractor
gives notice as provided for in Paragraph G below.
G. Any claim by Contractor for additional time or money for the performance of the Work,
including but not limited to any claim based on or arising out of an addition to, deletion from, or other
change to the Work and/or delay to or interference with commencement or prosecution of any of the
Work, shall be submitted to City's designated representative within five (5) working days of the
beginning of the event for which the claim is made or on which it is based. If any claim is not submitted
within the five-day period, it shall be deemed waived.
H. No change or claim, nor any delay or dispute concerning the determination of any increase
or decrease in the amount of time and money for the performance of the Work, shall excuse Contractor
from proceeding with prosecution of the Work, including any Work as changed.
ARTICLE VIII
INSURANCE
A. Contractor shall, at all times during the performance of any of the Work, maintain not less
than the following insurance coverages and amounts:
43
1. COMMERCIAL GENERAL LIABILITY - Contractor shall provide coverage for
Contractor, City, its employees, officers, and agents, and any architects, engineers, or
other design professionals engaged by or on behalf of City against claims for damage
to property and/or illness of, injury to, or death of any person or persons related to or
arising out of the Work. Such coverage shall name the City, together with its
employees and officers, as an additional insured and have not less than the following
limits:
a. Each occurrence $3,000,000.00
b. General aggregate $3,000,000.00
c. Products/completed operations aggregate $3,000,000.00
d. The following coverage shall be included:
• Blanket contractual liability
• Products/completed operations
• Personal/advertising injury
• Broad form property damage
• Independent contractors
• Explosion, Collapse, and Underground Damage
2. OWNERS PROTECTIVE LIABILITY — Contractor shall purchase, maintain and
deliver to the City for operations of the Contractor of any Subcontractor in connection
with execution of the agreement Owner's Protective Liability insurance in the same
minimum amounts as required for Commercial General Liability Insurance above.
AUTOMOBILE LIABILITY - Contractor shall provide coverage for Contractor,
City, its employees, officers, and agents, and any architects, engineers, or other design
professionals engaged by or on behalf of City against claims for bodily injury and/or
property damage arising out of the ownership or use of any owned, hired, and/or non -
owned vehicle and shall include protection for any auto, or all owned autos, hired
autos, and non -owned autos. The coverage shall have not less than a combined single
limit of $3,000,000.00 for each accident.
4. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY - This insurance
shall protect Contractor against all claims under applicable state workers'
compensation laws. Contractor also shall be protected through employer's liability
coverage against claims for injury, disease, or death of employees which, for any
reason, may not fall within the provisions of a workers' compensation law. The limits
shall not be less than the following:
a. Workers' Compensation Statutory
b. Employer's Liability:
• Bodily injury by accident $1,000,000.00
• Bodily injury by disease $500,000.00 each employee
44
B. All insurance shall be written by an insurer or insurers acceptable to City and with a
minimum financial rating not lower than "A-" in Best's Insurance Guide, latest edition. All insurance
shall be written on an occurrence basis, and all aggregate limits shall apply in total to the Work only.
Each policy providing general liability coverage or automobile liability coverage (including any
umbrella or excess policy that provides any required general or automobile liability coverage) shall
provide contractual liability coverage for all indemnity obligations of Contractor under the Contract
Documents. Each policy providing general liability or automobile liability coverage (including any
umbrella or excess policy that provides any required general or automobile liability coverage) shall, in
form satisfactory to City, (1) name as additional insureds City, its employees, officers, and agents, and
any architects, engineers, or other design professionals engaged by or on behalf of City, and (2) provide
that it is primary to any other insurance maintained by any additional insured, which other insurance
shall be excess or contingent. The insurance provided to the additional insureds shall apply, without
limitation, to injury or damage caused by Work included in the products/completed operations hazard.
C. Contractor shall maintain the products and completed operations coverage for not less than
one (1) year after the date of final acceptance by City of all of Contractor's Work.
D. Contractor shall obtain property insurance upon the entire Work for the full cost of
replacement at the time of loss. This insurance shall list as named insureds City, Contractor,
Subcontractors, and suppliers. This insurance shall be written as a Builder's Risk/Installation Floater"all
risk" or equivalent forth to cover all risks of physical loss except those specifically excluded by the
policy and shall insure at least against the perils of fire, lightning, explosion, wind storm, hail, smoke,
aircraft and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal,
flood, earthquake, earth movement, water damage, wind, testing, and collapse. This insurance shall,
without limitation, insure portions of the Work stored on or off the Project site or in transit, when at the
risk of City, Contractor, or a Subcontractor or supplier. Contractor shall be solely responsible for any
deductible amounts. This insurance shall remain in effect until final payment has been made to
Contractor or until no person or entity other than City has an insurable interest in the property to be
covered by this insurance, whichever is sooner. City and Contractor waive all rights against each other
and their respective employees, agents, contractors, Subcontractors, and suppliers for damages caused
by risks covered by the property insurance provided for in this Paragraph, except such rights as they may
have to the proceeds of the insurance.
E. All policies and certificates of insurance shall provide no less than thirty (30) days' prior
written notice to City in the event of cancellation, expiration, non -renewal, alteration, or reduction
(including but not limited to reduction by paid claims) of coverage or limits contained in the policy or
evidenced by the certificate of insurance. Contractor shall furnish City a certificate or certificates and
copies of policies, all satisfactory to City, evidencing that Contractor has all the required insurance and
is in compliance with this Article. The certificate or certificates and copies of policies shall be delivered
to City's designated representative not less than seven (7) days before Contractor first performs any of
the Work. All policies except Workers' Compensation and Employer's Liability shall contain a waiver
of subrogation in favor of City, its employees, officers, and agents, and architects, engineers, or other
design professionals engaged by or on behalf of City.
45
F. Contractor also shall maintain any additional insurance coverages and any higher limits
provided for elsewhere in the Contract Documents and shall furnish City any additional insurance
documentation provided for elsewhere in the Contract Documents.
G. If any part of the Work is subcontracted, each Subcontractor, or Contractor on behalf of the
Subcontractor, shall maintain liability and worker's compensation insurance coverages and amounts
satisfying all the requirements of this Article. Certificates and copies of policies, satisfactory to City,
evidencing the required insurance and compliance with this Article shall be delivered to City's
designated representative not less than seven (7) days before the Subcontractor first performs any of the
Work.
H. If Contractor is a transient employer as defined in Section 285.230 RSMo, Contractor must
post in a prominent and easily accessible place at the Work site a clearly legible copy of the following:
(1) the notice of registration for employer withholding issued to such transient employer by the Director
of Revenue; (2) proof of coverage for workers' compensation insurance or self-insurance signed by the
transient employer and verified by the Department of Revenue through the records of the Division of
Workers' Compensation; and (3) the notice of registration for unemployment insurance issued to such
transient employer by the Division of Employment Security. Any transient employer failing to comply
with these requirements shall, under Section 285.234 RSMo be liable for a penalty of $500 per day until
the notice required by this Paragraph are posted as required by law.
ARTICLE IX
INDEMNITY
A. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold
harmless City, its employees, officers, and agents, and any architects, engineers, or other design
professionals engaged by or on behalf of City, from and against claims, damages, losses, and expenses,
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
46
infringement of any Letters Patent in the performance of this Agreement or any breach or violation of
trademark or proprietary or trade secret rights of others, as well as against any judgments, decrees,
damages, costs and expenses sought, adjudicated, or recovered against any of them, on account of any
such actual or alleged infringement.
ARTICLE XI
COVENANT AGAINST LOBBYING AND UNDUE INFLUENCE
A. Contractor represents and warrants that it has not employed or retained any company or
person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and
that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee,
commission, percentage, brokerage fee, gift, or any other consideration contingent upon or resulting
from the award or making of this Agreement. For breach or violation of this warranty, City shall have
the right to void this Agreement without liability and, in its discretion, to deduct from the Contract
Amount, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift,
or contingent fee.
B. Contractor represents and warrants that no payments have been or shall be made, directly
or indirectly, by or on behalf of Contractor to or for the benefit of any officer, employee, or agent of City
who may reasonably be expected to influence the decision to requisition issue or take any action with
respect to this Agreement. Contractor shall allow a mutually agreeable nationally recognized certified
public accounting fine 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
47
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
2950 NW Vivion Rd.
City of Riverside, MO
Riverside, MO 64150
nbennion(iilriversidemo.aov
with a copy to:
McClure
Matt Eblen
5015 NW Canal Street, #100
Riverside, MO 64150
meblen(amcclurevision.com
Name: Mark Lorenz
Title: Vice President
Street Address: 2656 S Sheridan
City, State Zip: Wichita, KS 67217
Email: mlorenz(adondlineerconst.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
48
or any others on the Project, (4) abandonment by Contractor of all or any part of the Work, or (5)
bankruptcy, insolvency or general assignment for the benefit of creditors by Contractor, Contractor shall
be in default, and if the default is not corrected to City's satisfaction within seventy-two (72) hours of
delivery of a written notice to Contractor to correct such default, City may, in addition to any other right
or remedy City may have, terminate the services of the Contractor and take possession of the Project and
of all materials, equipment, tools, construction equipment and machinery thereon owned by the
Contractor and finish the Work by whatever method the City may deem expedient to correct the default,
at Contractor's expense. In such case the Contractor shall not be entitled to receive any further payment
until the Work is finished. If such costs exceed the unpaid balance due to Contractor, the Contractor
will pay the difference to the City.
B. If City exercises its right to take over and complete any part or all of the Work, City and its
designees shall have access to and may take possession of Contractor's materials, tools, equipment, and
other items at the Project site, en route to the site, or in storage or being manufactured or fabricated away
from the site, as may be necessary to prosecute the Work taken over by City, and may employ
Contractor's employees or former employees, all without any liability to Contractor.
C. Contractor shall be liable for and shall pay to City all costs and expenses of whatsoever
nature incurred by City as a result of any default by Contractor, including but not limited to the cost of
labor, supervision, materials, tools, equipment, services, overhead, travel, and legal and accounting fees.
Contractor also shall he 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 total[ Work executed.
49
G. The City, without terminating the service of the Contractor or written notice to the Surety,
through the Administrator may withhold, without prejudice to the rights of the City under the terms of
the Agreement, or on account of subsequently discovered evidence, nullify the whole or part of any
approved partial payment estimate to such extent as may be necessary to protect the City from loss on
account of (1) defective Work not remedied, (2) claims filed or reasonable evidence indicating probably
filing of claims, (3) failure of Contractor to make payments property to Subcontractors or for material
or labor, (4) a reasonable doubt that the Work can be completed for the balance then unpaid, (5) damages
to another contractor, or (6) performance of Work in violation of the terms of the Contract Documents.
ARTICLE XV
TERMINATION FOR CONVENIENCE
Notwithstanding anything contained herein to the contrary, City may, at any time, for any reason,
and without Contractor's being in default, terminate Contractor's performance of any part or all of the
Work for City's own convenience by giving written notice to Contractor. Upon receipt of notice of
termination for City's convenience, Contractor shall, to the extent directed by City, stop Work and turn
over to City or City's designee materials and equipment purchased for the Work. City shall pay
Contractor, in accordance with the Contract Documents, for only so much of the Work as is actually
performed as of the termination for convenience. City shall not be obligated to Contractor for any further
payment, including but not limited to prospective overhead or profit on unperforated 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. Amy 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.
50
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 C 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 K shall be completed by Contractor and every Subcontractor employed
on the Project prior to final payment. The Contractor will forfeit a penalty to the City of $100 per day
(or portion of a day) for each worker that is paid less than the prevailing rate for any Work done under
the contract by the Contractor or by any Subcontractor.
B. EXCESSIVE UNEMPLOYMENT. During periods of excessive unemployment (any
month immediately following two consecutive calendar months during which the level of unemployment
in the state has exceeded five percent (5%) as measured by the United States Bureau of Labor Statistics)
only Missouri labors (persons who have resided in Missouri for at least thirty days and intend to become
or remain Missouri residents) and laborers from non-restrictive states (persons who are residents of a
state which has not enacted state laws restricting Missouri laborers from working on public works
projects in that state, as determined by the Labor and Industrial Relations Commission), may be
employed under the contract, except that other laborers may be used when Missouri laborers or laborers
from nonrestrictive states are not available, or are incapable of performing the particular type of work
involved, if so certified by the Contractor and approved by the City.
C. UNDERPAYMENT OF WAGES. In case of underpayment of wages by the Contractor or
by any Subcontractors to laborers or mechanics employed by the Contractor or Subcontractor upon the
Work covered by this Agreement, the City, in addition to such other rights as may be afforded it under
this Agreement shall withhold from the Contractor, out of any payments due the Contractor, so much
thereof as the City may consider necessary to pay such laborers or mechanics the full amount of wages
required by this Agreement. The amount so withheld may be disbursed by the City, for and on account
of the Contractor or the Subcontractor (as may be appropriate), to the respective laborers or mechanics
to whom the same is due or on their behalf to plans, funds, or programs for any type of fringe benefit
prescribed in the applicable wage determination.
D. LIMITATIONS ON EMPLOYMENT. No person under the age of sixteen (16) years and
no person who, at the time, is serving sentence in a penal or correctional institution shall be employed
on the Work covered by this Agreement.
ARTICLE XVIII
EQUAL EMPLOYMENT OPPORTUNITY
The Contractor will not discriminate against any employee or applicant for employment because
of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that
applicants and employees are treated during employment, without regard to their race, color, religion,
sex, or national origin. Such action shall include, but not be limited to, employment, upgrading,
demotion, or transfer; recruitment, or recruitment advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship.
51
ARTICLE XIX
SUBCONTRACTS, ASSIGNMENT, OR TRANSFER
A. Except with the prior written consent of City, Contractor shall not assign this Agreement
or any money due or to become due Contractor or issue a subcontract or purchase order to any person or
entity for any or all of the Work. City's consent to any assignment, subcontract, or purchase order shall
not relieve Contractor from any obligation under the Contract Documents, nor shall it create any
obligation from City to any assignee, Subcontractor, or vendor.
B. Each subcontract or purchase order issued by Contractor for any of the Work shall be in
writing and shall provide that City is an intended third -party beneficiary of the subcontract or purchase
order.
C. The Contractor shall be fully responsible to the City for the acts and omissions of its
Subcontractors, and of person either directly or indirectly employed by them, as the Contractor is for the
acts and omissions of person directly employed by it.
D. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative
to the Work to bind Subcontractors to the Contractor by the terms of the Contract Documents insofar as
applicable to the Work of Subcontractors and give the Contractor the same power as regards terminating
any Subcontract that the City may exercise over the Contractor under any provision of the Contract
Documents. Nothing contained in this Agreement shall create any contractual relation between any
Subcontractor and the City.
E. Each subcontract or purchase order issued by Contractor for any of the Work shall provide
that it is freely assignable by Contractor to City. Contractor hereby assigns to City all its interest in any
present or future subcontract or purchase order issued by Contractor for any or all of the Work. This
assignment shall be effective upon acceptance by City in writing and only as to the specific
subcontract(s) and/or purchase order(s) that City designates in the writing. This assignment may be
accepted by City at any time, whether before or after final payment to Contractor, and may not be
withdrawn by Contractor without City's written consent.
ARTICLE XX
SEPARATE CONTRACTS
A. The City reserves the right enter into other contracts in connection with the Project. The
Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their
materials and the execution of their Work, and shall properly connect and coordinate the work with
theirs. If the proper execution or results of any part of the Contractor's Work depends upon the work of
any other contractor, the Contractor shall inspect and promptly report to the Administrator any defects
in such work that render it unsuitable for such proper execution and results.
B. The City may perform additional work related to the Project or the City may enter into other
contracts containing provisions similar to these. The Contractor will afford the other contractors who are
parties to such contracts (or the City, if the City is performing the additional work) reasonable
opportunity for the introduction and storage of materials and equipment and the execution of work, and
shall properly connect and coordinate the Work with theirs.
52
C. If the performance of additional work by other contractors or the City is not noted in the
Contract Documents prior to the execution of the contract, written notice thereof shall be given to the
Contractor prior to starting any such addition work. If the Contractor believes that the performance of
such additional work by the City or others involves it in additional expense or entitles it to any extension
of the contract time the Contractor may make a claim thereof as provided in Article VII.
ARTICLE XXI
ACCESS TO SITE/CLEANING UP
A. Contractor shall ensure that the Work, at all times, is performed in a manner that affords
reasonable access, both vehicular and pedestrian, around the site of the Work and all adjacent areas.
B. Representatives of City may inspect or review any Work performed by Contractor, and
consult with Contractor, at any time. City's inspections or reviews shall not constitute acceptance or
approval of Work unless specifically stated in writing. Contractor shall meet with City at the request of
City.
C. Contractor shall at all times, during performance of the Work, keep the Project site clean and
free from debris resulting from the Work. Prior to discontinuing Work in an area, Contractor shall clean
the area and remove all rubbish and its construction equipment, tools, machinery, waste, and surplus
materials. Contractor shall make provisions to minimize and confine dust and debris resulting from
construction activities. If Contractor fails to comply with cleanup duties within twenty-four (24) hours
after written notification from City of non-compliance, City may implement cleanup measures without
further notice and deduct the cost from any amounts due or to become due Contractor.
ARTICLE XXII
COMPETENCE
Contractor represents and warrants that it maintains all necessary licenses, registration,
competence, and experience to perform all the Work.
ARTICLE XXIII
WARRANTY
A. Contractor shall exercise high professional skill, care, and diligence in the performance of
the Work, and shall carry out its responsibilities in accordance with customarily accepted good
professional practices. The Contractor shall guarantee all materials and equipment furnished and Work
performed for a period of one (1) year from the date of completion and acceptance of the Work. The
Contractor warrants and guarantees for one (1) year from the date of completion and acceptance of the
Work that the completed Work is free from all defects due to faulty materials or workmanship. The date
of completion for all scopes of work shall be the last date of acceptance of all Work in this Agreement.
Contractor shall promptly make such corrections as may be necessary by reason of such defects including
the repair of any other damages that were caused by defects in the Work, at its own expense. The City
will give notice of observed defects with reasonable promptness. In the event that the Contractor fails
to make such repairs, adjustments or other Work that may be necessary by such defects, the City may do
so and charge the Contractor the cost thereby incurred. In emergency where, in the judgment ofthe City,
delay would cause serious loss or damage, repairs and replacement of defects in the Work and damage
53
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 prevision in the Contract Documents
shall affect Contractor's obligation to complete the Work free of defects in workmanship and material.
B. Contractor shall remain solely responsible for the performance of the Work as required by
the Contract Documents, notwithstanding any suggestions or observations made by another person or
entity with respect to the Work.
C. This Article does not establish a period of limitation with respect to any obligation of
Contractor under the Contract Documents, and does not limit the time allowed by law for any action for
breach of such obligation.
ARTICLE XXIV
STORAGE OF MATERIALS AND EQUIPMENT
The Contractor shall provide at its own expense and without liability to the City any additional
land and access thereto that the Contractor may desire for temporary construction facilities, or for storage
of materials. Only materials and equipment that are to be used directly in the Work shall be brought to
and stored at the Project site by Contractor. After equipment is no longer required for the Work, it shall
be promptly removed from the Project site. Protection of construction materials and equipment stored at
the Project site from weather, theft, and all other casualty or damage is solely the responsibility of
Contractor.
ARTICLE XXV
TAXES
A Missouri Sales Tax Project Exemption Certificate (Missouri Department of Revenue Form
5060) will be provided by the City for the purchase of any materials or personal property incorporated
into or consumed in the Project, pursuant to RSMo 144.062. The Contractor will pay all other sales,
consumer, use and other similar taxes required by the State of Missouri or other taxing jurisdiction.
ARTICLE XXVI
SAFETY
A. Contractor shall be responsible for initiating, maintaining, and supervising all safety
precautions and programs in connection with perfomtance 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
54
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 exemise proper precaution at all times for the protection of persons
and property and shall be responsible for all damages to persons or property, either on or off the site,
which occur as a result of its prosecution of the Work. The safety provisions of applicable laws and
building and construction codes shall be observed and the Contractor shall take or cause to be taken,
such additional safety and health measures as the City may determine to be reasonably necessary.
D. Pursuant to Section 292.675 RSMo, Contractor shall provide a ten (10) hour Occupational
Safety and Health Administration (OSHA) construction safety program for all employees who will be
on -site at the Project. The construction safety program shall include a course in construction safety and
health that is approved by OSHA or a similar program approved by the Missouri Department of Labor
and Industrial Relations which is at least as stringent as an approved OSHA program as required by
Section 292.675 RSMo. Contractor shall require its on -site employees to complete a construction safety
program within sixty (60) days after the date Work on the Project commences. Contractor acknowledges
and agrees that any of Contractor's employees found on the Project site without documentation of the
successful completion of a construction safety program shall be required to produce such documentation
within twenty (20) days, or will be subject to removal from the Project. Contractor shall require all of
its Subcontractors to comply with the requirements of this Paragraph and Section 292.675 RSMo.
E. Contractor shall forfeit to the City as a penalty two thousand five hundred dollars
($2,500.00), plus one hundred dollars ($100.00) for each on -site employee employed by Contractor or
its Subcontractor, for each calendar day, or portion thereof, such on -site employee is employed without
the construction safety training required herein. The penalty described in this Paragraph shall not begin
to accrue until the time periods herein have elapsed. Violations of this requirement and imposition of
the penalty described in this Paragraph shall be investigated and determined by the Missouri Department
of Labor and Industrial Relations.
F. If City deems any part of the Work or the Project site unsafe, City, without assuming
responsibility for Contractor's safety program, may require Contractor to stop performance of the Work
or take corrective measures satisfactory to City, or both. If Contractor does not adopt corrective
measures, City may perform them or have them performed and deduct their cost from the Contract
Amount. Contractor shall make no claim for damages, for an increase in the Contract Amount, or for a
change in the time for performance ofthe 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
55
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 XXVDI
INDEPENDENT CONTRACTOR
Contractor is an independent contractor, and neither Contractor or any Subcontractors, suppliers,
employees, or agents shall be deemed an employee or agent of City for any purpose.
ARTICLE XXIX
CONFLICT
Contractor shall promptly upon discovery notify City of any conflict, ambiguity or inconsistency
in the Contract Documents, or between any Contract Document and actual field conditions, and City
shall resolve such conflict, ambiguity or inconsistency in its sole discretion.
ARTICLE XXX
PERFORMANCE AND PAYMENT BONDS
The Contractor shall within ten (10) days after the receipt of the Notice of Award famish 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 Contractorall undertakings, covenants, terms, conditions and agreements ofthe 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.
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.
Q
ARTICLE XXXII
NO PRESUMPTION AGAINST THE DRAFTER
No presumption or inference against the City shall be made because of the City's preparation of
this Agreement or other Contract Documents.
ARTICLE XXXIII
DISPUTESIATTORNEY 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.
57
[THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK]
m
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their
authorized representatives.
APPROVED AS TO FORM:
ATTORN
By:
Attorney, -cav-po
COUNTERSIGNED BY:
CITYPURCHASING AGENT
7Br
E. Koml
Administ ator
CITYOFRIVERSIDE:
By: Gt
Kathleen L. Rose, Mayor -
CONTRACTOR:
(Signature)
Printed Name:
Robin Kinbaid,)City Clerk
ATTEST:
SECRETARY,
59
(Name Printed)
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their
authorized representatives.
APPROVED AS TO FORM:
ATTORNEY.:
By:
Attorney,
COUNTERSIGNED BY:
CITY P URCHASING AGENT.
By:
Brian E. Koral
City Administrator
CITYOFRIVERSIDE:
By:
Kathleen L. Rose, Mayor ATTEST:
CONTRACTOR:
Dondlinger & Sons Construction Co., Inc.
By:
Printed Name: ark Lorenz
Title- Vice President
Robin Kincaid, City
ATTEST:
SECRETARY, April Taube
59
(Name Printed)
Bond No. K41566226
EXHIBIT A
PERFORMANCE BOND
FOR THE FAITHFUL PERFORMANCE of each of the terms and stipulations of the AGREEMENT
between the CITY OF RIVERSIDE and CONTRACTOR, for construction of 2022 LINE CREEK
TRAIL CONNECTOR PROJECT (218-018), dated January 1, 2023, designated Resolution No. 2023-
in every particular, Dondlinger and Sons Constrution Company, Inc. as Principal, and
FeJezl Inwrance eanpeny, 202 a Hall Mill Rae, NMb09Ne SiN , NJ 99999 , 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 Five Hundred Forty Three
Thousand Three Hundred Sixty Seven Dollars ( 543 367 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 terns 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 tens "Amendment',
M.
wherever used in this bond, and whether referring to this bond or the Agreement, shall include any alteration,
addition, extension, or modification of any character whatsoever.
The Performance Bond above is accepted by the City this � �-Mday of �F hJAJP—�) , 2023.
Dondlinger & Sons Construction Co., Inc.
B: P IPAL
By:
(Signatu
Printed Name: Mark Lorenz
Title: Vice President
I hereby certify that (1) I have authority to execute
this document on behalf of Surely; (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.
Federal Insurance Company
S Y
By:
gnatme)
Printed Name: Desiree E. Westmoreland
Title: Attomey-in-Fact _
Date:
Note:
• Date of Bond most 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
61
CH U B B"
Power of Attorney
Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Nnnw All by Three Preunb, that FEDERAL INSURANCE COMPANY, an Indiana corporation. VIGILANT INSUM CE COMPANY, a New York mrPoratiom PACIFIC INDEMNITY
COMPANY a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations orMe Commonwealth of Pennsylvania,
do each hereby constitute and appoint Todd Alan Ramiro, Timothy Craig Smith, Myriah A. Valdivia and Desiree E. Westmoreland of Wichita, Kansas;
Katherine 1. Breit, Monica F. Donatelli, Carolyn J. Johnson, Camille 0. Parman, Morgan L. Wilkerson and S. Mark Wilkerson of Overland Park, Kansas
each as their tmeaddlawfil Attorney in -Fact to emcum under such designation in their names and to albs Neircom rate mabto and del merfor and on their behalf as suretythereon
or otherwke bonds and undertakings and other writings obligatory in the nature thereof(.ther than bail bonds) gmen or executed in the course of business. and any inaHumenN
amending or altering the same, and consents to the modification or animation of any Instrument referred to in said bonds or obligations.
In WlNeas Wbereo(, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WEST CHEYFER FIRE INSURANCE COMPANY
and ACE AMERICAN INSURANCE COMPANY haw Each executed and attested these presents and aRaed their mrporare seals on this Tm day of De ember, 2021.
M35A+ ti�ii, ftdjciLrn .. alt't
IRro:n %I. Chhnn AwsllmI *tvraal) bn9hm M Ilanq. Cs. V"'I"r
STATE OF NEW JERSEY
Cmmt,.f Hunterdon 55.
On Nie Tm dayor December, 2021 before me, a Notary Public or New Jemmy, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and
Vice President resprodonly, or FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and
ACE AMERICAN INSURANCE COMPANY, the mmpamea which executed Ne foregoing Power orAmorney and the said Dawn M. CMems and Stephen M. Hany, being by me duly sworn,
verally and each for herself and himself did depose and say that they are Assistant Secretary and Via President, respeRivNy, of FEDERAL INSURANCE COMPANY, VIGILANT
INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and kmw, Ne cmparate seals
thereof Hurt the seals affiaM to the foregoing Power ofAnomey are such tortuous seals and were Nerero aRaed by authority of said Companies; and Hut their signatures as such
.inters were duty aRUM sad mb.... bad by Him station,
Notarial Seal XA ..'stE J. dCE1Mq
r'W NOTMY III OF NEW JENBEY
Pueuc ➢ Me vaned.
Commissioner, Eammen JWy 10. 20my 1NaryPiElk
CERTIFICATION
Divisions adapted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGRANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016;
WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006, and ACE AMERICAN INSURANCE COMPANY on March 20, 2009:
'REEOLVEO, that the framing aulhonaatios roam to in, eumHan, for and on heard" o1 fin Company. of bens, mount Ems'remgnkam'a, mntrun antl oNer wm¢n mmmlunenm W me Company
entered Info In the mdmry rourn.u.norns leacha'Wmmsi [ommNment]'.
III Cori of WeChairman, the Presidon and the Via Position of the Company is blety anhorhM bemmt, my Wmrtn Commitment foram on NMulfnfine Companyunder the col
"Cre Com edymmberwne.
131 ... duly som imN annrneymfam.'re UmWny is handsanaerei to I.t. any VOODOO Commmnent.,.ad onbehoUDl the Compmy,uMm tri of the Comed....hemue,
b Neepemtha...h Oman U satisfied by the groad powers pmulded bar in mA Fr i swarm appolnament as such artornry-Imna
Of E1. of Ne omsonan Ge President and the Vne yreaidenu DI the Company is hemby-thoomd, air nd on WINUo the Company I,apman In wdnry any person the afmmryam
fist of Me Company an lull power andambonry or O-mr., for and ran had.g. the Co.,., umet the skid. be Campanyor mhervllarmOh FacMnComml.nenn olMe Company
may M ".a.In is. wrn¢n apmin.nena woo SpedRonon may be by general type or class of W damn Commlemenu or by s aihnti r, of one or mom pari Writom
mrderenn.
IQ Each of the Charmer, fee Pasided antl the am ismadem of me Company is hereby amhm6M, for and ran behalf of mr, forpanp W delegaw in among to any mh—runafthe
Comlwny the asmah,mI—..Em.. re behalf of Ne Compan, under the Cooper, and or otherwise, such wddm Commitment altbe Compare, vre ...fitdme-h-had
moramom waid spttt scam. may be Ey general rypew class of Wrimn Condiments or 4speci rmanofoneormort paNmlar WtlNm Curtained.
(5) card sagredureel any offisar oreffort Person mdng on, yorderm commitment or appolnMent or delegatbn pursuant to Has Resolmmn. and the not of the Comfort may be aMmd by
laolmneon...h Firms Comeatedent or wrne, appmnnne mmissudHon
ES .
FORTHER RESOLVED, thed the fangn aing Remlutloshall not be deemem to be an somaiue mtememofthe powers and authority of dhren employed and oNer pent.. to as Twain en minsfo rm.
Compader-dI.. gemlutlon xfrl am far oMerwlse Otte, Ne associate, each powerorauGodry eNdommomldfy gnnmd oruro d
1. Dawn M. Chloms, Assistant Senetary, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANYadd ACE AMERICAN INSURANCE COMPANY (the "Companies) do hereby certify thor
(1) the foregoing Resolutions adopted by me Beard or Directors of Me Companies are mug correct and in Nit force and effect,
Hi) Ne foregoing Powerof Attarmym from, Comertand in Nil tom andeRec,
Gimn under my Hand and seals of said Companies at Whitehouse Station, NJ, this
00000 IRIwn S[CMuae. L.vu:un Eu3ceiip
INTHE EVENT YOO WISH TO VRPIM1THE AVIXENTICRYOFTNISBONDORNmTDy USOFANYOTNPRMATTER¢LGSECOXTA(TOSAT:
TelmMne 9W19Y3N93 Fam 90R 9033656
f iblmd: FED.WG-PF CaoNC (to. 11-19)
�\
i�
�.
������
".
Bond No. K41565226
EXHIBIT B
PAYMENTBOND
KNOW ALL PERSONS BY THESE PRESENTS: that Dondlinger and Sons Constmtion
Federal Inwranm Company,
Company, Inc., hereinafter called Principal, and 292 B Han•s Mill Road, PoTaehowe smdon, NJ 08889 , 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 Five Hundred Forty Three Thousand Three
Hundred Sixty Seven Dollars ($543.367 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 II -Id' day of January, 2023, for the construction of 2022
LINE CREEK TRAIL CONNECTOR PROJECT (218-018) approved by Resolution No. 2023-M2.;
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 290.0I0 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
62
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 Lll� day of January, 2023.
Dondlinger & Sons Construction Co., Inc.
CONTRA T CIPAL
B
(Signatu%r
Printed Nark: Mark Lorenz
Title: Vice President
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.
Federal Insurance Company
TY
By
� gnature)
Printed Name: Desiree E. Westmoreland
Title: Attomey-in-Fact
Date:
Note:
• Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT
• If Contractor is a partnership, all partners must execute the Bond. -
SURETY POWER OF ATTORNEY MUST BE ATTACHED
63
C H U B B"
Power of Attorney
Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
that FEDERAL INSURANCE COMPANY, an Indiana mrporanoR VIGILANT IMUMNCE COMPANY, a New York corporation. PACIFIC INDEMMM
do each hereby core imre and appine Todd Alan Rambo, Timothy Craig Smith, Myriah A. Valdivia and Desiree E. Westmoreland of Wichita,
Katherine J. Breit, Monica F. Oonatelli, Carolyn J. Johnson, Camille 0. Parman, Morgan L. Wilkerson and S. Mark Wilkerson of Overland Park,
each as their true and lawful Attorney in Factto execute under such designation in their names and to affix their radiance seals to and deliver for and on thelrbehalfas study, therearn
or otherwise, Bonds and undertakings and other writings obligatory in the names thereof (other than ball bonds) giVan or executed in the course of business, and any instruments
amending or sharing the same and consents toLee modification or afternoon of any instrument referred to in said bonds or obligations.
In Wu ltneWhersof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY
and ACE AMERICAN INSUMHCE COMPANY have eazb executed and attested these prosems and afll d their corporate seats on His'N day of December. 2021.
T�.NT7LLJ r�Y�k:, l'S�lYNLL06 Arto- 4vk IJA-(
Hurt fl. ( Edai e. c a,a(mI Refa:I15 Slgahcn A IIfe" Cicc POvdcnl
STATE OF NEW JERSEY
Coumyof Nunmidmi ss.
On Nis ]n day of December, 2021 before me, a Farm, Public of New Jersey, personally came Dawn M. Chlome and Stephen M. Haney, m me known m be Assistant secretary and
Vitt President respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY . WESTCHESTER FIRE INSURANCE COMPANY and
ACE AMERICAN INSURANCE COMPANY, the companies which executed the Suregeins Power of AtmnwM and the said Dawn M. Chloms and Stephen M. Haney, being by me duly sworn,
severally and barb for herself and himself did depose and say that they are Assistant Secretary and Vice Presidium, respectively, of FEDERAL INSURANCE COMPANY. VIGILANT
INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corponte seals
thereof, that One beri affixed to the foregoing Power of Attorney are such mtpmrate seals and were rherem sued by authatlW of said Companies; and that their sigvmres as such
officers were duty aNixM and subscribed by like authority.
Notarial Seal MTIenINEJ P➢eLwua
rA= NOTMY PUmacy OF Me"SJI.
No PUFLIE Oaynykn E.puese Any org02a I M1egPWk
CERTIFICATION
Resolutions admired by the Boards of Directors of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY an August 30, 2016.
WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on Mae& 20. 2009:
'dp1mV[nlhat Or. I011owing ass.—te- relax m the x—tise, loran on heMN 6alfoltM1e company, of funds, ueXlnµmnnrea, mv regnlmnuand othe
r wummmk n rmeof tic e Company
emered iotaImmM. lna rearx- x le nnfia sNuesse C.suramparmt,
IIIEsd al the Ousiv .the Picture, sea me Vhr Proclem, of the recursion,bercby amnny mmmNaf C, bilms! be eaRacomes. Conem n xd a hehalloe Cmmpanynedir Ae seal
ofthe Companyerm,'res e.
(2) Essb duly appeastedan u Laofth,Lmpany b bercby awharied b amy Wnrte 'mlmand Compaq,basic Isixinithe Compabasic Geseal of led Company or othroarLe,
tithe ex¢muuh aa haucmms wrorhM by the Fewer of rimer provided for Insuch pers 's wtl ten aparmano as inch ammry4niM
Ill Each of the Charman,the P... best and He Via Pmldeme of Nu Company h herebyaithwee6 cursed-MholfmNe Company, happolm In wrnes, any Person tM1e-x'--
lace of the Company wIN full power astinkenry m swismy, for and on MENIH lthe ComPo^Y. antler the seal of h,tompany or offenviw, such Wrinen Comm,mllt, lithe Company
as may he mixtrid In each wren app...,, wI,. apeclnistw, mew be by genecar Or, by class of WtlMn Cormanowere or m m-ficanon of one or m rc paNwlsr Written
commusexamas
(4) Each of the Charne. the PeeslJentand the Wre Preeidmn ni me Company is hereby authorM6 brand on ushol ofthe Company, b desame In writing by am One bbi the
Co.., the ..than, b esem¢.(brand on minuf of the LompmX under the Comp,me nal or oNemise, eacM1 panne, LommltmenuoMeCompn namspeclnedlnauehwdttm
mieptlorywhishaper[funon may M by general typeor clan of Written Lommlonmv or Eyspetlflutlon oloneormore paNalac Wtlrten [ommhmentl.
(5) Thrivabrenlany ofllmoroNtt person eneamng any Wnam[ommltmentar appalnnrcnt or tleleVtion pan uanit, this RlardsWnanb Neseal olbe Urapany,mryh schism
faaimuennsnmwriRn Comminnen nrwr,ne,mmi,mnen ncdelWOon.
Nampa remsil q bat Ne loregeing Rerfam shall act bedeemM m bun extluslvesmtemen[olthe powenandaufbotlryolmlflrers. emplolees and mM1erpecmnsm aa(oc and on heballolNe
Lompny.andsu[h geaolmionsM1allnot GmnocoNewlmaReGMeeeweniveolany... powecorauthonryoNem'IsenllJlygnntad orvntedl
1. Dawn M. Chloms, coalition Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies) do hereby certify Man
(1) fire Surviving Resolutions adopted by the Board of Directors ofthe Companies are truecorrect and in Poll fora and eHeCt
III) rise foregoing Power of Attorney is true correct and in tall force and eaem
Given under my hand and seals of said Companies at Whitehouse Station, NJ, Has
M}S-,J A.1 a a' 1XY1910.FC
Ikeen id I:Platw. ASLaR:srµ.[ rcF.oy
IN THE EVENT YOU WISH TO VERIFY THE AUTHENTIODY.1 THIS ROXfnRNDTRYUEOFAXYMNERMAITE0.PVAFE[nXiptTYF AT:
Tras
Forpio
ser
se"
comre]'. rFDMGJY-WEICMIC(mv. 11-19)
EXHIBIT C
PREVAILING WAGE RATES
Somial Waee Determination: Prevailing hourly rates of wages follow, as determined by the Division of
Labor Standards, Jefferson City, Missouri.
64
Missouri
Division of Labor Standards
WAGE AND HOUR SECTION
MICHAEL L. PARSON, Governor
Annual Wage Order No. 29
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 Sinned by
Todd Smith, Director
Division of Labor Standards
Filed With Secretary of State: March 10, 2022
Last Date Objections May Be Filed: April 11, 2022
Prepared by Missouri Department of Labor and Industrial Relations
Building Construction Rates for
PLATTE County
OCCUPATIONAL TITLE
"Prevailing
Hourly
Rate
Asbestos Worker
$68.12
Boilermaker
$32.16'
Bricklayer
$59,27
Carpenter
$60,12
Lather
Linoleum Layer
Millyinght
Pile Driver
Cement Mason
$32.16'
Plasterer
Communications Technician
$61.41
Electrician Inside Wireman
$65.93
Electrician Outside Lineman
$32.16'
Lineman Operator
Lineman - Tree Trimmer
Groundman
Groundman -Tree Trimmer
Elevator Constructor
$32.16'
Glazier
$56.53
Irdnvrorker
$66.13
Laborer
$47.93
General Laborer
First Semi -Skilled
Second Semi -Skilled
Mason
$54,19
Marble Mason
Marble Finisher
Terrazzo Worker
Terrazzo Finisher
Tile Setter
Tile Finisher
Operating Engineer
$59.08
Group I
Group II
Group III
Group III -A
Group IV
Group V
Painter
$50.03
Plumber
$72.42
Pipe Filler
Roofer
$56 95
Sheet Metal Worker
$76,72
Sprinkler Fitter
$32.16'
Truck Driver
$49,75
Truck Control Service Driver
Group, I
Group It
Group III
Group IV
Section 083
'The Division of Labor Standards received hoer than 1,000 reportable hours for this otcupetional title. The public ¢arks connecting
minimum vage is estathamed for this oocupetional title using dale provided by Missoun Economic Beseamh and Information Center.
"The Prevailing Hourly Rate includes any applicable mnge benefit amounts for each occupational title as defined in Section 290.210 Ruislip.
ANNUAL WAGE ORDER NO. 29 a122
Heavy Construction Rates for
PLATTE County
OCCUPATIONAL TITLE
—Prevailing
Hourly
Rate
Carpenter
$60.24
Millwn
ht
e over
Electrician Outside Lineman
$32.16`
Lineman Operator
Lineman - Tree Trimmer
Groundman
Groundman - Tree Trimmer
Laborer
$49.23
General Laborer
Skilled Laborer
Operating En ineer
$56.99
Group I
Group 11
Group III
Group IV
Truck Driver
$49.73
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 303.040(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 the that is not listed on the
Heavy Construction Rate Sheet, use Me rate for that occupational title as shown on the Building
Construction Rate Sheet.
Section 083
'The Division of Labor Standards received fewer than 1,000 reportable hours for this occupational title. The public works contracting
minimum wage is established forth is occupational file 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
Section 290.210 RSMo.
ANNUAL WAGE ORDER NO. 29 3122
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. 29 3/22
EXHIBIT D
Time for Completion
2022 LINE CREEK TRAIL CONNECTOR PROJECT (Project No. 218-018)
Time for Completion: 120 Calendar Days from Notice to Proceed
M
EXHIBIT E
SCOPE OF WORK for
2022 LINE CREEK TRAIL CONNECTOR PROJECT (Proicct No. 21L0181
Contractor shall perform the following Work as more fully set forth in the Contract Documents:
All Work necessary to construct the 2022 LINE CREEK TRAIL CONNECTOR as shown on the
construction documents and in accordance with the Technical Specifications referred to in Exhibit F to
the Agreement. Please note that the phase 2 trail layout is shown on Sheet 9 of the drawings. Phase
2 will not be bid as part of this project. Please bid phase 1 only per the quantities listed on the bid
form and Sheet 3 of the drawings.
Contractor to provide all necessary 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 P party Special Inspections as required to demonstrate compliance with project
specifications, including but not limited to compaction and proof rolls 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 IF) 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.
70
EXHIBIT F
TECHNICAL SPECIFICATIONS
2022 LINE CREEK TRAIL CONNECTOR PROJECT (Project No. 218-018)
The following Specifications govern Contractor's performance of the Work:
ENUMEEA TION OFSPECIFICA TIONSAND 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
ONTRACTOR USE OF PREMISES
01030
SPECIAL CONDITIONS
01040
ZOORDINATION
01051
ONSTRUCTION SURVEY AND STAKING
01060
3TANDARD SPECIFICATIONS AND PLANS
01270
VEASUREMENT AND PAYMENT
01310
OB SITE ADMINISTRATION
01320
ONSTRUCTION SCHEDULE
01330
UBMITTALS
01410
'ESTING LABORATORY SERVICES
01524
WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE
01567
IOLLUTION CONTROL
01570
EMPORARY TRAFFIC CONTROL
01732
EMOLITION AND SITE PREPARATION
01800
NVIRONMENTAL AND HISTORICAL PROTECTION
Division 2 — Site Work
Section
Description
02820
3EEDING AND MULCH TYPE
02923
TOPSOIL MATERIAL AND APPLICATION
03132
3EOTECHNICAL DATA
05120
3TEEL PEDESTRIAN BRIDGE
ADDENDA:
No. 1 Date 11/10/2022
No. 2 Date I1/22/2022
No. 3 Date 12/02/2022
71
DATE:
PROJECT:
PROJECT NO.:
RESO:
EXHIBIT G
CITY OF
OFF
MIAOURI
upstre— (rvm o.dino.y
NOTICE TO PROCEED
2022 LINE CREEK TRAIL CONNECTOR PROJECT
218-018
(approved
TO: Contractor: Dondlineer and Sons Construction Company, Inc.
(address) 2656 S Sheridan
Wichita, KS 67217
You are hereby notified to commence work on or after the day of � 2023 in accordance with
the Agreement dated January-2023.
The date of substantial completion is / 2023. The project shall be completed and ready for final
payment by
CITY OF RIVERSIDE
Brian E. Komi, City Administrator
Receipt of the above NOTICE TO PROCEED is hereby acknowledged
M
this the day of , 2023.
72
EXHIBIT H
APPLICATION FOR PAYMENT
Continuation Sheet for Application for Payment
(Contact Capital Projects and Parks Manager, Noel Bennion with the City of Riverside for an
electronic version nbennionna rivemidemo.eov or by calling 816-372-9028)
ACT flF
<M pt RX.�%ee
w vhaaa RMe Proles xeme
RXeNEa Mhsourl. M150
R Ntt[Na "i lNagepEen:
-
wa. m sru.a al«hlsb Wye: $ -
PAY APPLICATION NO.
alu cm~
m WehbLun'. $
B ValueVM fangAeEbMe: $
NM m: $
.,m, o.rm.m: $
aaa ftoa XMpll a=: $
$
Page NumM 1a1
N W Pgs A�:
I.1. g,✓.fer.r,
Ix.fl
Iti.l.q
%0.oledfan(41eb DaY AIVNI
u:ursmmr
� � �Na tl a pawn
1,MFCtYnq�.
CwlwYRnM.paw-
uaa+Ntan
Wn.
n P+M'M VIn enmmR mle.w�nyuip�neaamr
SueS
msa�mexmw
NpdamM�wi� on�auxd�nPe
aT�awas��
[IM'.
`aw[e+Y�'+e�m
��m�wv�
I om[a�mmry.n
gwmewweeunwrt
vwTymaoercumarcel sap�aixenemmaq
¢a.rRus
rynni nna�ona4e.mwrv'n.ar
pry MpVB1M{ W
mumr:
Fbirn
C4Fllywr.
lYE
&mn N«�
73
EXHIBIT I
CHANGE ORDER
(Contact Capital Projects and Parks Manager, Noel Reunion with the City of Riverside for an
electronic version nbennion(&riversidemo.eov or by calling 816-372-9028)
,an�.Aa��,^RRSC�
Fgv[mu�: gFnL2. Mmul
CHANGE ORDER NO
iM bbny [ Nnyee b Te wgMl [m4ec1 maim aere �¢xd ro [aa [m rtu�e1
New C¢nlalx n b relk[ I v[ags reYvM ry IM CYmxb� o a rta[ d a[ na�Na F
xNal [ mSVx� ynNlei lmm IM esOma4tl awnNies Ywn m IM M Vlayul.
�Tame�
Y"
Va¢nv
��
lFX
�RunNnF aw�cn¢pcvx nalw Wa��xY
Cb Luxmmm[9x CnJonomllMYmpFIa FFwWaao
IbFtl
Map
�
N]/o
/uw�.
'bF�
wm
,om
Wm
som,
Wm
Wm
Wm
Wm
Wm
m
mm
,om
nman xYLJ
DEMON ENCWEER:
CDRIRACIOR:
���r+RimrxeemF�em:aMi..w�m.,w k
a9FY C[xrYtl Mlnaa
Nm
ns
plm
iM Na4ueYx
WfO
II¢ Vues�b �
f0.[O
fVM
Wm
1-
Porten,t, C1ayem{'gnTxlumum �
YpVgl
p�
rNl<m�ya fom
CIWOF RIVERSIDE, W SWURI:
CIyEE In r.
r Ikwer L Vn.
Clb Aaminls m:
74
CITY Of
RIVERS
MISSOURI
EXHIBIT J
Certificate of Substantial Completion
rro bo oommn a afto, suhsu oal oomoie,ion of me nroi�i
Project Name: 2022 LINE CREEK TRAIL CONNECTOR
PROJECT
Project #: 218-018
R uestor of Project: Ci[ of Riverside
This [tentative] [definite] Certificate of Substantial Completion applies to:
❑ All Work under the Contract Documents: ❑ 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:
75
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 Contractors 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
�6
EXHIBIT K
DIVISION OF MISSOURI DEPARTMENT OF LABOR AND INDUSTRIAL RELATIONS
LABOR
AFFIDAVIT
STANDARDS COMPLIANCE WITH THE PREVAILING WAGE LAW
upon being duly sworn upon my oath state that: (1)1 am the
of ; (2) all requirements of
?itlei (Nmne ofCom/.mnyJ
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 company's work on ,
(Name ofProyed)
(3)1 have reviewed and am familiar with the prevailing wage rules in 8 CSR 30-3.010 to 8 CSR 30-3.060; (4) based
upon my knowledge of these rules, including the occupational titles set out in 8 CSR 30-3.060, 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 irrevocably made 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
contracting public body and will be available, as often as may be necessary, to such body and the Missouri
Department of Labor and Industrial Relations; (7) such records shall not be destroyed or removed from the state for
one year following the completion of this company's work on this project; and (8) there has been no exception to the
full and complete compliance with the provisions and requirements of Annual Wage Order No. - Section
issued by the Missouri Division of Labor Standards and applicable to this project located in
County, Missouri, and completed on the day of ,
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 above may subject me to criminal prosecution pursuant to 290.340,
570.090, 575.040, 575.050, or 575.060, RSMo.
Signature
Subscribed and sworn to me this _ day of ,
My commission expires ,
Notary Public
Receipt by Authorized Public Representative
Missouri Department of Labor and Industrial Relations is an equal opportunity employer/program.
77
PW-4 (07-14) At
EXHIBIT L
CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
oo M mmpleW at condmion of projmt)
2022 LINE CREEK TRAIL CONNECTOR PROJECT (Project No. 218-018)
STATE OF
SS:
COUNTY OF
The Undersigned,
as follows:
of lawful age, being first duly sworn, states under oath
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 w 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
W.
EXHIBIT M
SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
no be mmpletd at comclmiom ofpmject)
2022 LINE CREEK TRAIL CONNECTOR PROJECT (Project No. 218-018)
STATE OF
SS:
COUNTY OF
After being duly sworn the person whose name and signature appears below hereby states under penalty of perjury that:
1. 1 am the duly authorized officer of the business indicated below (hereinafter Subcontractor) and I make this affidavit on
behalf of Subcontractor in accordance with the requirements set forth in Section 290.290, RSMo. Subcontractor has
completed all of the Work required under the terms and conditions of a subcontract as follows:
Subcontract with:
Work Performed:
Total Dollar Amount of Subcontract and all Change Orders:
Contractor
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:
(� Missouri Corporation
(_) Foreign Corporation
Fictitious Name Corporation
C_) Sale Proprietor
(_) Limited Liability Company
(__) Parmership
(_) Joint Venture
(__) Other (Specify)
Subcontractor's Legal Name and Address
Phone No
Fan:
Federal
I hereby certify that I have the authority to execute this affidavit on behalf of Subcontractor.
By:
(Signature) (Print Name)
NOTARY
Subscribed and sworn to before me this
My Commission
79
day of , 20
(Signature)
EXHIBIT N
ENGINEER/CONSULTANT'S CERTIFICATION
For Acceptance and Final Payment
no Ix completol at conclusion of pmjw)
City of Riverside, Missouri
Project Name: 2022 LINE CREEK TRAIL CONNECTOR PROJECT
Project No: 218-018
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.
1 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:
The work described above accepted by the consultant is hereby acknowledged and final
payment authorized.
(SEAL)
Attest:
Robin Kincaid, City Clerk
cc: Contractor
Kathleen L. Rose, Mayor
Date:
m
EXHIBIT O
REQUIRED CONTRACT PROVISIONS
FEDERAL-I11D CONSTRUCTION CONTRACTS
I. General
II. Nondiscrimination
III, Non -segregated Facilities
IV. Davis -Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act
Provisions
VI. Subletting or Assigning the Contract
VII, Safety: Accident Prevention
VIII. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water
Pollution Control Act
A. Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion
XI. Codification Regarding Use of Contract Funds for
Lobbying
XII. Use of United States -Flag Vessels:
ATTACHMENTS
A. Employment and Materials Preference for Appalachian
Development Highway System or Appalachian Local Access
Road Contracts (included in Appalachian contracts only)
GENERAL
1. Farm FHWA-1273 must be physically incorporated in each
construction contract handed! under title 23. United States
Code, as required in 23 CFR 633.102(b) (excluding
emergency contracts solely intended for tlebris removal). The
contractor (or subcontractor) must insert this form in each
subcontract ant further require its inclusion in all lower tier
subcontracts (excluding purchase orders, rental agreements
and other agreements for supplies orsemced 23CFR
633.102(e).
The applicable requirements of Form FHWA-12T3 are
incorporated by reference for work done under any purchase
order, rental agreement or agreement for other services. The
prime contractor shall be responsible for compliance by any
subcontractor, lower -tier subcontractor or service provider. 23
CFR 633.102m).
Form FHWA-12T3 must be included in all Federal -aid design -
build contracts, in all subcontracts and in lower tier
subcontracts (excluding subcontracts for design semces,
purchase orders, rental agreements and other agreements for
supplies or services) in accordance with 23 CFR 633.102, The
design -builder shall be responsible for compliance by any
subcontractor, lower -tier subcontractor or service provider.
Contracting agencies may reference Tom FHWA-12731n
solicitation -far -bids or request -for -proposals documents,
however, Me Form FHWA-12T3 must be physically
incorporated (not referenced) in all contracts, subcontracts and
lower -tier subcontracts (seducing purchase orders, rental
agreements ant other agreements for supplies or services
related to a construction contract). 23 CFR 633.102(b).
2. Subject to Me applicability criteria noted in the following
sections, these contract provisions shall apply to all work
61
FHWA-1273 -- Revised July 5, 2022
performed on Me contact by the contractors own organization
and with the assistance of workers under the contractors
immediate superintendence and to all work performed on the
compact by piecework, station work, or by subcontract. 23
CFR 633.102(d).
3. A breach of any of the stipulations contained in these
Required Contract Provisions may be sufgciem grounds for
withholding of progress payments, withholding of final
payment, tsvnination of the carried, suspension I debarment
or any other action determined to be appropriate by Me
contracting agency and FHWA.
4. Selection of Labor: During the performance of this conned,
the contractor shall not use convict labor for any purpose
within the limits of a construction project on a Federal -aid
highway unless it Is labor performed by convicts who are on
pamle, supervised release, orpmbabon. 23 US.C.114(b).
The term Federal -aid highway does not include roadways
functionally classified as local roads or rural minor collectors.
23 U.S.C. 101(a).
It. NONDISCRIMINATION(23 CFR 230.107(a); 23 CFR Pad
230, Subpart A, Appendix A; EO 11246)
The provisions of this section related to 23 CFR Part 230,
Subpart A, Appendix A are applicable to all Federal -aid
construction contracts and to all related construction
subcontracts of$10,000 or more. Theprovislonsof23CFR
Pad 230 are not applicable to material supply, engineering, or
amhitedural service contracts.
In addition, the contractor and all subcontractors must comply
with the following policies'. Executive Order 11246, 41 CFR
Pad 60, 29 CFR Pads 1625-1627, 23 U.SD. 140, Section 554
of the Rehabilitation Art of 1973, as amended (29 U,S.C. 794),
This VI of Me Civil Rights Act of 1W4, as amended (42 U S.C.
200M at seq.), and related regulations including 49 CFR Parts
21. M. and 21: and 23 CFR Parts 200. 230. and 633.
The contractor and all subcontractors must comply wit- the
requirements of Me Equal Opportunity Clause in 41 CFR 60-
1.4(b) and, for all construction contracts exceeding $10,000,
the Standard Federal Equal Employment Opportunity
Construction Contract Specifications in 41 CFR 64)4.3.
Note: The U.S. Department of Labor has exclusive authority to
determine compliance wit Executive Order 11246 and the
policies of Me Secretary of Labor including 41 CFR Pad 60,
and 29 CFR Parts 1611 The contracting agency and
Me FHWA hale the authority and the responsibility to ensure
compliance with 23 U.S.C. 140, Section 504 of the
Rehabilitation Ad of 1973, as amended in U.S.C. 79vtL and
Title VI of the Civil Rights Ad of 1961 as amended (42 U.S.C.
20OW el si and related regulations including 49 CFR Parts
21. 26, and 27; and 23 CFR Parts 20D 230. and 633.
The following provision is adopted from 23 CFR Pad 230,
Subpart A. Appendix A. with appropriate revisions to comorm
to the U.S. Department of Labor (US DOL) and FHWA
requirements.
EXHIBIT O
1. Equal Employment Opportunity: Equal Employment
Opportunity (EEO) requirements not to discriminate and to
take affirmative action to assure equal opportunity as set font
under laws, execotive orders, miss, regulations (see 28 CFR
Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR
Part 60 and 49 CFR Part 27) and orders of Me Secretary of
Labor as modified by the provisions prescribed herein, and
imposed pursuant to 23 U.S.C. 140, shall constitute Me EEO
and specific affirmative action standards for the contractors
projed activities under this contract. The provisions of Me
Americans with Disabilities Act of 1990 (42 U.S.C. 12101 at
seq) set forth under 28 CFR Pan 35 and 29 CFR Part 1630
are Incorporated by reference in Mis contract. In Me execution
of this contract, Me contractor agrees to comply with Me
following minimum specific requirement activities of EEO:
a. The contractor will work with the contracting agency and
the Federal Government to ensure that it has made every
good faith effort to provide equal opportunity with respect to all
of its terms and conditions of employment and in their review
of activities under the contract. 23 CFR 230.409 (g)(4) 8 (5).
b. The contractor will accept as its operating policy the
following statement.
"It is Me policy of this Company to assure that applicants
are employed, and that employees are treated during
employment, without regard to their race, mlgion, sex,
sexual orientation, gentler identity, color, national origin, age
or disability. Such action shall include: employment,
upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other foots
of compensation: and selection for training, including
apprenticeship, pre apprenticeship, and/or on-the-job
training"
2. EEO Of icsr The connector will designate and make
known to the contracting officer an EEO Officer who will have
the responsibility for and must be capable of effectively
administering and promoting an active EEO program and who
must be assigned adequate authority and responsibility to do
60.
3. Dlaseminal on of Policy: All members of the contractors
staff who are authorized to hire, supervise, promote, and
discharge employees. or who recommend such action or am
substantially involved in such action, will be made fully
cognizant of and will implement the cantredors EEO policy
and contractual responsibilities to provide EEO in each grade
antl daseificabon of employment. To ensure that the above
agreement will nd met, the following actions will be taken as a
minimum:
a. Periodic meetings of supervisory and personnel once
employees will be conducted before the shin of work and Men
not less often Man once every six months, at which time the
contractors EEO policy and its implementation will be
reviewed and explained. The meetings will be conducted by
the EEO Officer or other knowledgeable company official,
b. All new supervisory or personnel office employees will be
given a thorough indoctrination by the EEO Officer, cowering
all major aspects of tie contractors EEO obligations within
dirty days following Meir report ng for duty with Me contractor.
c. All personnel who are engaged in direct recruitment far
the project will be instructed by Me EEO Officer in the
contractors procedures for locating and hiring minorities antl
women.
Z,
it Notices and posters setting faith the contractors EEO
policy will be placed in areas readily accessible to employees,
applicants for employment and potential employees.
is The cantractors EEO policy and the procedures to
implement such policy will be brought to the attention of
employees by means of meetings, employee handbooks, or
other appropriate means.
4. RacruiMont: When advertising for employees. Me
contractor will include in all advertisements for employees the
notation: "An Equal Opportunity Employer" All such
advertisements will be placed in publications having a large
circulation among minorities and women in the area from
which the project work force would normally he derived.
a. The contractor will, unless precluded by a valid
bargaining agreement, conduct systematic and direct
recruitment through public and private employee relenal
sources likely to yield qualified minorites and women. To
meet this requirement, Me contractor will identity sources of
potential minority group employees and establish with such
identified sources procedures whereby minority and women
applicant may W referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining
agreement providing for exclusive hiring hall referrals. Me
connector is expected to observe the provisions of that
agreement to the extent that the system meets the contractors
compliance with EEO contred provisions. Where
implementation of such an agreement has the effect of
discriminating against minorities or women, or obligates the
contractor to do the same, such implementation violates
Federal nondiscrimination provisions.
c. The contractor will encourage its present employees to
refer minorities and women as applicants for employment.
Information and procedures with regard to referring such
applicants will be discussed with employees.
S. Personnel Acquire: Wages, working conditions, and
employee benefits shall be established and administered, and
personnel actions of every type, including hiring, upgrading.
promotion, transfer, demotion, layoff, and termination, shall be
taken without regard to race, color, religion, sex, sexual
orientation, gender identity, national origin, age or disability.
The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project
sites to ensure Mat working conditions and employee facilities
de not indicate discriminatory treatment of project site
Personnel.
It, The contradorwill periodically evaluate the spread of
wages paid within each classification to determine any
evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of
discrimination. Where eyldence is found the contractor will
promptly take corrective action, time review indicates that the
discrimination may extend beyond the actions reviewed such
cortective action shall Include all affected persons.
it The contractor will promptly investigate all complaints of
alleged discrimination made to Me contractor in connection
with its obligations under this contract, will attempt to resolve
such complaints, and will take appropriate corrective action
EXHIBIT O
within a reasonable time. If the investigation indicates that the
discrimination may affect persons other than the complainant.
such corrective action shall include such other persons. Upon
completion of each investigation, the contractor will inform
every complainant of all of their avenues of appeal.
S. Training and Promotion:
a. The contraclorwrll assist in locating qualifying and
increasing the skills of min aitles and women who are
applicants for employment or current employees. Such efforts
should be aimed at developing full journey level all
employees in the type of trade or job classification involved.
to. Consistent with Me c ifficu fs work force requirements
and as permissible under Federal and Stale regulations, the
contractor shall make full use of training programs (i.e.,
apprenticeship and on -the -lob Mining programs for Me
geographical area of contractperformance). In the event a
special provision for training is provided! under Mrs contract,
this subparagraph will be superseded as indicated in Me
special provision. Tire contracting agency may reserve
training positions for persons who receive welfare assistance
in accordance with 23 U.S.C. 140(a).
c. The contractorwill advise employees and applicantsfor
employment of available training programs and entrance
requirements for Seen.
or The contractor will periodically review the training and
promotion potential of employees who are minorities and
women and will encourage eligible employees to apply for
such training and promotion.
T. Unions: If the contractor relies in whale or in part upon
unions as a source of employees, the contractor will use good
faith efforts to obtain Me cooperation of such unions to
increase opportunities for minorities and women. 23 CFR
230.409. Actions by the contractor, either directly or through
contractors association acting as agent, will include Me
procedures set forth below:
a. The contractor will use good faith efforts to develop, in
cooperation with the unions, joint training programs aimed
toward qualifying more minorities and women for membership
in the unions and increasing the skills of minontres and women
so that they may qualify for higher paying employment.
It, The contractor will use good faith efforts to incorporate an
EEO clause into each union agreement to the end that such
union will be contractually bound to refer applicants without
repel to their race, color, religion, sex, sexual onentetioo,
gender identity, national origin, age, or disability.
c. The contractor Is to obtain information as to the reterrel
practices and policies of the labor union except Mat to the
extent such information is within the exdusrve possession of
the labor union and such labor union refuses to furnish such
information to the contractor, the contractor shall so ceMfy to
the contracting agency and shall set forth what efforts have
been made to obtain such information.
It In Me evertthe union is unablefo provide Me connector
with a reasonable flow of reforms within the time limit set fate
in the will bagsning agreement. Me contractor will,
through independent recrurtment efforts, fill Me employment
vacancies without regal to race, color. w ll sex, sexual
orientation, gender identity, national origin, age, or disability:
making full efforts to obtain qualified and/or qualifiable
minorities and women. The failure of a union to provide
sufficient nationals (even though it is obligated to provide
exclusive reterrals under the terms of a collective bargaining
agreement) does not relieve the contractor from the
requirements of this paragraph. In the event the union referral
practice prevents the contractor from meeting the obligations
pursuant to Executive Order 11246, as amended, and these
special provisions, such contractor shall immediately notify the
contracting agency.
8. Reasonable Accommodationfor Applicants/
Employees with Disabll816s: The contractor must be familiar
with the requirements for and comply with the Americans with
Disabilities Act and all miss and regulations established
thereunder. Employers must provide reasonable
accommodation in all employment achnnims unless to do so
would cause an undue haMship.
9. Selection of Subdontratton, Proqurement of Materials
and Leasing of Equipment: The contractor shall not
discriminate on Me grounds of race, color, religion, am sexual
orientation, gender identity, Mandrel origin, age. or disability in
the selection and retention of subcontractors, including
procurement of materials and leases of equipment. The
contractor shall lake all necessary and reasonable steps to
ensure nondiscrimination in the administration of this contract.
a. The contractor shall notify all potential subcontractors,
suppliers, and lessors of their EEO obligations under this
conduct.
b. The contractor will use good forth eons to ensure
subcontractor compliance with their EEO obligations.
10. Assurances Required:
a. The requirements of 49 CFR Part 26 and the State
Mrs FHWA approved Disadvantaged Business Enterprise
(DBE) program are Incorporated by reference.
b. The contractor, subreciprent or subcontractor shall not
discriminate on the basis of race, color, national origin, or sex
in the performance of this contrail. The contractor shall carry
out applicable requirements of 49 CFR pad 26 in the awed
and administration of DOT -assisted contracts. Failure by the
contractor to carry, out these requirements is a material breach
of this contract, which may result in the bennination of this
contract or such other remedy as the recipient deems
appropriate, which may include, but is not limited to:
(1) Withholding monthly progress payments;
(2) Assessing sanctions;
(3) Liqulaated damages; and/or
(4) Disqualifying the contractor from future bidding as non -
responsible.
c. The Title Vl and nondiscrimination provisions of U.S.
DOT Oder 1050.2A at Appendixes A and E are incorporated
by reference. 49 CFR Part 21.
11. Records and Reports: The contractor shall keep such
records as necessary to document compliance with the EEO
requirements. Such records shall be retained for a period of
three years following the date of the final payment to the
contractor for all contract work and shall be available at
reasonable times and places for inspection by authonzed
representatives of the contracting agency and the FHWA.
a. The records kept by the contractor shall document the
following:
EXHIBIT O
(1) The number and work hours of minority and non -
minority group members and women employed in each work
classification on the project;
(2) The progress and efforts being made in cooperation
with unions, when applicable, to increase employment
opportunities for minorities and women', and
(3) The progress and efforts being made in locating, hiring,
training, qualifying, and upgrading minorities and women.
b. The contractors and subcontractors will submit an annual
report to the contracting agency each July for the duration of
the project indicating the number of minority, women, and non -
minority group employees currently engaged in each work
classification required by the contract work. This information is
to be reported on Form FHWA-1391. The staffing data should
represent the project work force on board in all or any part of
the last payroll period preceding the end of July. If on -me -job
training is being required by special provision, the contractor
will be requiretl to collect and report training data. The
employment dam should reflect the work farce on board during
all or any part of the last payroll period preceding the end of
July.
III. NONSEGREGATED FACILITIES
This provision is applicable to all Fedeml-aid construction
contracts and to all related construction subcontracts of mom
Man $10,000. 41 CFR 60-1.5.
As prescribed by 41 CFR 60-1 8. the contractor must ensure
Met facilities provided for employees are provided in such a
manner that segregation on me basis of race, color, religion,
sex, sexual orientation, gender identity, or national origin
cannot result. The contractor may neither require such
segmgatad use by written or oral policies nor tolerate such use
by employee custom. The contractors oblgation extends
further to ensure that its employees are not assigned to
perform their services at any location under the contractors
control where the facilities are segregated The term "facilities'
includes waiting rooms, work areas, restaurants and other
eating areas, time clocks, restrooms, washrooms, locker
rooms and other storage or dressing areas, parking lots,
drinking fountains, recreation or entertainment areas,
transportation, and housing provided for employees. The
contractor shall provide separate or single -user restrooms and
necessary dressing or sleeping areas to assure privacy
between sexes.
IV. DAVIS-Ill AND RELATED ACT PROVISIONS
This section is applicable to all Federal -aid construction
projects exceeding $2,000 and to all related subcontracts and
lower -tier subcontracts (regardless of subcontract size), in
accordance with 29 CFR 55. The requirements apply to all
projects located within the right-of-way, of a roadway that is
functionally classified as Fedeml-aid highway. 23 U.S.C. 113,
This excludes roadways functionally classified as local roads
or coral minor celledod, which are exempt 23 U.S.C. 101.
Where applicable law requires that projects be treated as a
project on a Fedeml-aitl highway, the provisions of this subpart
will apply regardless piths location ofthe project. Examples
include'. Surface Transportation Black Grant Program projects
funded under 23 US C. 133 [excluding recreational trails
projects[, the Nationally Significant Freight and Highway
84
Projects funded under 23 U.S.C. 117, and National Highway
Freight Program projects funded under 23 U.S.C. 167.
The following provisions are from the U.S. Department of
Labor regulations in 29 CFR 5.5 `Contract provisions and
related matters with minor revisions to confound to the FHWA-
1273 format and FHWA program requirements.
1. Minimum wagas(29 CFR 55)
a. All laborers and mechanics employed orworking upon
the site ofthe work, will be paid unconditionally and not less
ofled than once a week, and without subsequent deducting or
rebate on any account (except such payroll deductions as are
permitted by regulations issued by the Secretary of Labor
under the Copeland Ad (29 CFR part 3)), the full amount of
wages and bona fide fringe bent (or cash equivalents
thereof) due at time of payment computed at rates not less
Man those contained in the wage determination of the
Secretary of Labor which is attached hereto and made a part
hereof, regardless of any contreclual relationship which may
be alleged to exist between the contractor and such latiorem
and mechanics.
Contributions made or costs reasonably anticipated for bona
fide fringe benefits under section fill ofthe Davis -Bacon
Act on behalf of laborers or mechanics are considered wages
paid to such laborers or mechanics, subject to the provisions
of paragraph 1.dof this section: also, regular contributions
made or costs incurred for more men a weekly period (but not
less often man quarterly) under plans, funds, or programs
which cover the pamwler weekly period, are deemed to be
constructively made or incurred during such weekly Period,
Such laborers and mechanics shall be paid the appropriate
wage rate and fringe berrefiis on the wage determination for
the classification of work actually performed without regard to
skill, except as provided in 29 CFR 5.5(a)(4). Laborers or
mechanics performing work in more than one ctassffical
may be compensated at me rate specified for each
classifcation for the time actually worked therein Provided.
That the employers payroll records accumtely set form the
time spent in each classigwtion in which work Is performed.
The wage determination (including any additional classification
and wage rates conformed under paragraph 1.b. of this
section) and the Davis -Bann poster (WH-1321) shall be
posted at all times by the contractor and its subcontractors at
the site of the work in a prominent and accessible place where
it can be easily seen by the workers.
b.(1) The contracting officer shall require mat any Gass of
laborers at mechanics, including helpers, which is not listed in
me wage determination and which is to be employed under the
contract shall W classified in conformance with the wage
determination. The contracting officer shall approve an
additional classification and wage mile and fringe benefits
therefore only when the fallowing criteria have been met:
(i) The work to be performed by the classification
request is not performed by a classification in the wage
determination. and
(Ill The classification is utilized in the area by me
construction industry', and
EXHIBIT O
(iii) The proposed wage rate, including any bona fide
hinge benefits, bears a reasonable relationship to the
wage rates centered in the wage determination.
(2) If the contractor and the laborers and mechanics to be
employed in the classification (t known), or their
representatives, and the contracting officer agree on the
classification and wage rate (including the amount
designated for fringe benefits where appropriate), a report of
the action taken shall be sent by the contracting officer to the
Administrator of the Wage and Hour Division, U.S.
Department of Labor, Washington, OC 20210. The
Administrator, or an authorized representative, will approve,
modify, or disapprove every additional classification action
within 30 days of receipt and so advise the contracting
officer or will notify the centmcting officer within Me 30-day
period that additional time is necessary.
(3) In the event the contractor, the laborers or mechanics
to be employed in the classification or their representatives,
and the contracting officer do not agree on the pmposed
classification and wage rate (including the amount
designated for fringe benefits, where appropriate), the
contracting officer shall defer the questions, including the
were of all Interested parties add the recommendation of the
contracting officer, to the Administrator for determination,
The Administrator, or an authorized representative, will issue
a determination within 30 clays of receipt and so advise Me
contracting officer or will notify the contracting officer within
the 30-day period Mat additional time is necessary.
(a) The wage rate (including fringe benefits where
appropriate) determined pursuant to paragraphs I e(2) or
t.b.(3) of this section, shall be paid to all workers performing
work in Me classification under this contract from the first
day on which work is performed in the classification.
c. Whenever the minimum wage rate prescribed in the
contract for a class of laborers or mechanics includes a fringe
benefit which is not expressed as an hourly rate, the contractor
shall either pay the benefit as stated in the wage determination
or shall pay another bona fide Mngs, benefit or an houdy cash
equivalent thereof,
d. If the contractor does not make payments to a trustee or
other third person, the contractor may consider as part of the
wages of any laborer or mechanic Me amount of any costs
reasonably anficipzted in providing bona fide hinge benefits
under a plan or program, Provided, That Me Secretary of
Labor has found, upon the written request of the central
that the applicable standards of Me Davis -Bacon Ad have
been met The Secretary of Labor may require the contractor
to set aside in a separate account assets for the meeting of
obligations under the plan or program.
2. Withholding (29 CFR 5.5)
The contracting agency shall upon its own action or upon
written request of an authorized representative of the
Department of Labor, withhold or muse to be withheld from
the contractor under this contract, or any other Federal
contract with the same prime contractor, or any other federally -
assisted contract subject to Davis -Bacon prevailing wage
requirements, which is held by the same prime contractor, so
much of Me accrued payments or advances as may be
considered necessary to pay laborers and mechantm,
RN
including apprentices, names, and helpers, employed by the
contractor or any subcontractor the full amount of wages
required by the contract. In the event of failure to pay any
letterer or mechanic, including any apprentice, trainee, or
helper, employed or working on the site of the work, all or part
of the wages required by the contract, the contracting agency
may, after written notice to the contractor, take such action as
may be necessary to rouse the suspension of any further
payment, advance, or guarantee of funds unfit such violations
have ceased.
s. Payrolls and basic records (29 CFR 5.5)
a. Payrolls and basic mcodus relating thereto shall be
maintained by the contractor during the course of the wank and
preserved for a perod of three years thereafter for all laborers
and mechanic working at the site of the work. Such records
shall contain the name, address, and social security number of
each such worker, his or her coned classification, hourly miles
of wages paid (including hates of contributions or costs
anticipated for bona We fringe benefits or cash equivalents
thereof of the types described in section 1(b)(2)(B) of the
Davis -Bacon Act), daily and weekly number of hours worked,
deductions made and actual wages paid. Whenever the
Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) Mal
the wages of any laborer or mechanic include the amount of
any costs reasonably anticipated in providing benefits under a
plan or program described in section 1(b)(2)(B) of the Dal
Bacon Ad, the contractor shall matntain records which show
that the commitment to provide such benefits is enforceable,
that the plan or program is financially responsible, and that the
plan or program has been communicated in writing to the
laborers or mechanics affected, and records which show the
costs anticpated or the actual cost incurred in providing such
benefits. Contractors employing apprentices or trainees under
approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of
prime programs, the registration of the apprentices and
trainees, and the ratios and wage rates prescribed in the
applicable programs.
b.11) The contractor shall submit weekly for each week in
which any mntred work is performed a copy of all payrolls to
the contracting agency. The payrolls submitted shall set out
accurately and completely all of Me information required to be
maintained under 29 CFR 5.5(s)(3)(f, except that full social
security numbers and home addresses shall not be included
on weekly transmittals. Instead the payrolls shall only need to
include an individually identifying number for each employee
(e.g., the last four fill of the employee's social secul
number). The required weekly payroll information may be
submittal in any form desired. Optional Focal W ril is
available for this purpose from Me Wage and Hour Division
Web site. The prime contractor is responsible for the
submission of copies of payrolls by all subcontractors.
Contractors and subcontractors shall maintain the full social
security number and current address of each covered worker,
and shall provide Mein upon request to the contracting agency
far transmission to the State DOT, Me FHWA or the Wage and
Hour Division of the Department of Labor for purposes of an
investigation or audit of compliance with prevailing wage
requirements. It is net a violation of this section for a prime
contractor to require a subcontractor to provide addresses and
social security numbers to tie prime contractor for its own
records, without weekly submission to the contracting agency.
(2) Each payroll submitted shall be accompanied by a
'Statement of Compliance; signed by the contractor or
EXHIBIT O
subcontractor or his or her agent who pays or supervises the
payment of the persons employed under the contract and shall
certify the following:
(i) That the payroll for the payroll period contains the
information required to be provided under 29 CFR
5.5(a)(3)(d), the appropriate information is being
maintained under 29 CFR 5.5(a)(3)(i), and that such
information is correct and complete;
III) That each laborer or mechanic (including each
helper, apprentice, and trainee) employed on the contract
during the payroll period has been paid the full weekly
wages earned, without rebate, either directly or Indirectly,
and that no deductions have been made either directly or
indirectly from the full wages eamed, other than
pernissibd deductions as set forth in 29 CFR part 3;
(id), That each laborer or mechanic has been paid not
Mae than the applicable wage rates and fringe benegta or
cash equivalents for the classification of work performed.
as specified in the applicable wage detemmination
into omted into the contract.
(3) The weekly submission of a properly executed
certification set fond on the reverse side of Optional Form
MH 7shall aatisfy the requirement for submission of the
'Statement of Compliance' required by paragraph 3.b.(2) of
this section.
(a) The falsification of any of the above codifications
may
subject the contractor or subcontractor 0 coil or criminal
prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231.
c. The contractor or subcontractor shall make the recerds
required under paragraph 3o of this section available for
inspection, copying, or transcription by authorized
representatives of the contracting agency the State DOT, the
FHWA, or the Department of Labor, aid shall permit such
representatives to interview employees during working hours
on the job. If the contactor or subcontractor fails to submit the
required records or to make them available, fie FHWA may,
after written notice to Me cmtiador, the contracting agency or
the State DOT, take such action as may be necessary to
cause the suspension of any further payment, advance, or
guarantee of funds. Furthermore, failure to submit the required
receNs upon request or d make such records available may
be grounds for debarment action pursuant to 29 CFR 5.12.
a. Apprentices and tralnwa (29 CFR 5.5)
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at ides than the
predetermined rate for the work they performed when May are
employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the US. Department of
Labor, Employment and Training Administration, Office of
Apprenticeship Training, Employer and Labor Services, or with
a State Apprenticeship Agency recognbed by the Office, or If a
person is employed in his or her first 90 days of probationary
employment as an apprentice In such an apprenticeship
program, who is not individually registered in the program, but
who has been certified by Me Office of Apprenticeship
Training, Employer and Labor Services or a State
Q
Apprenticeship Agency (where appropriate) to be eligible for
probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the lob
site in any craft classification shall not be greater then the ratio
permitted to the contractor as to the entire work force under
the registered program. Any worker listed on a payroll at an
apprentice wage rate, who is not registered or otherwise
employed as stated above, shall be paid not less than the
applicable wage rate on the wage determination for the
classification of work actually perforrmed. In addition, any
apprentice performing work on the job site in excess of the
ratio permitted under the registered program shall be paid not
less than the applicable wage rate on the wage denomination
for the work actually performed Mere a contractor is
performing construction on a project in a locality other than
that in which its program is registered, the ratios and wage
rates (expressed in percentages of the journeyman's hourly
rate) specified in the contractor's or subcontractor'e registered
program shall be observed.
Every apprentice must be paid at not less than the rate
specified in the registered program for the apprentice's level of
Plotless, expressed as a percentage of the journeymen hourly
rate specifietl in the applicable wage detemmination.
Apprentices shall be paid fringe benefits in accordance with
the provisions of the apprenticeship program. If the
apprenticeship program does not specify fringe benefits,
apprentices must be pad Me full amount of fringe benefits
listed on the wage determination for the applicable
classification, If the Administrator determines that a different
practice prevails for the applicable apprentice classification,
tinges shall be paid in accordance with Mal determination.
In the event the Office, of Apprenticeship Training, Employer
and Labor Services, or a State Apprenticeship Agency
recognized by the Office, withdraws approval of an
apprenticeship program, the coMrectorwill no longer be
pemmitted to utilize apprentices at less than the applicable
predetermined rate for the work performed until an acceptable
program is approved.
b. Trainees (programs of the USDOL).
Except as provided in 29 CFR 5.16, trainees will not be
permitted to work at less than the predetermined rate for the
work performed unless they are employed pursuant to and
individually registered in a program which has receivetl prior
approval, evidenced by formal certification by the U S.
Department of Labor. Employment and Training
Administation.
The ratio of trainees to journeymen on the jab site shall not be
greater than permitted under the plan approved by the
Employment and Training Administration.
Every trainee must be paid at not leas than the rate specified
in the approved program for the trainee's level of progress,
expressed as a percentage of the journeyman hourly roe
specified in the applicable wage delermina0on. Trainees shall
be paid fringe benefits in accordance with the provisions of the
trainee program. If the trainee program does not mention
hinge benefits, trainees shall be paid the full amount of fringe
benefits listed on the wage determination unless the
Administrator of the Wage and Hour Division determines Mat
there is an apprenticeship program associated with the
EXHIBIT O
corresponding journeyman wage rate on the wage
determination which provides for less than full fringe Denetds
for apprentices. Any employee listed on Me payroll at a trainee
rate who is not registered and participating in a training plan
approved by the Employment and Training Administration shall
be paid not less than the applicable wage rate on the wage
determination for the cassificedon ofwork actually performed.
In addition, any trainee performing work on Me job site in
excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the
wage determination for the work actually performed.
In the event the Employment and Training Administration
withtlrews approval of a training program, the contractor will no
longer be ped iNetl to utilize trainees at less than the
applicable predetermined rate for Me work performed until an
acceptable program is approved
c. Equal employment opportunity. The utilization of
apprentices, trainees and journeymen under this part shall be
in conformity with the equal employment opportunity
rcquiremenla of Executive Order 11246, as amended, and 29
CFR part 30.
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and
skill training programs which have been certified by the
Secretary of Transportation as promoting EEO in connection
with Faderel-ale highway construction programs are not
subject to the requirements of paragraph 4 of this Section IV.
23 CFR 230.111(e)(2). The straight time hourly wage rates for
apprentices and trainees under such programs will be
established by the particular programs. The ratio of
apprentices and trainees to journeymen shall not be greater
Man permitted by Me terms of the particular program.
6. Compliance with Copeland Act requirements. The
contractor shall comply with Me requirements of 29 CFR part
3, which are incorporated by reference in this contract as
provided in 29 CFR 5.5,
6. Subcontracts. The contredor or subcontractor shall insect
Form FHWA-1273 in any subcontracts and also require the
subcontractors to include Form FHWA-1273 in any lower tier
subcontracts. The prime contractor shall be responsible for the
compliance by any subcontractor or lower tier subcontractor
with all the contract clauses in 29 CFR 5.5.
T. Contract tarminabon: debarment A breach of the
contract clauses In 29 CFR 5.5 may be grounds for termination
of the contract, and for debarment as a contractor and a
subcontractor as provided in 29 CFR 512.
8. Compliance with Davla-Bacon and Related Act
requirements. All rulings and interpretations of the Davis -
Bacon and Related Ads contained in 29 CFR parts 1, 3, and 5
am herein incorporated by reference in this contrail as
provided in 29 CFR 5.5.
set forth in 29 CFR parts 5, 6, and T. Disputes within Me
meaning of this cause include disputes between the contractor
(or any of its subcontractors) and Me contracting agency, the
i Department of Labor, or Me employees or their
representatives.
10. C Mflcollon of eligibility (29 CFR 5.5)
a. By entering into this contract, the contractor certifies Met
neither it (nor he or she) nor any person or firth who has an
intimst in the contractor's firm is a person or firm ineligible to
be awarded Goverment contracts by virtue of section 3(s) of
Me Davis -Bacon Ad or 29 CFR 512(a)(1).
b. No part of this contract shall be subcontractetl to any person
or firm ineligible for award of a Goverment contract by virtue
of section 3(a) of Me Davis -Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements is proscribed in the
U.S. Criminal Code. 18 U.S.C. 1001.
V. CONTRACT WORK HOURS AND SAFETY STANDARDS
ACT
Pursuant to 29 CFR 5.5(b), Me following causes apply to any
Federal -aid construction contract in an amount in excess of
$100,000 and subject to Me overtime provisions of the
Contract Work Hours and Safety Standards Act. These
causes shall be !needed in addition to the clauses required by
29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the
terms laborers and mechanics incude watchmen and guards.
1. Overtime requlmman%. No contractor or subcontractor
contracting for any part of the contract work which may require
or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any
workweek in which he or she is employed on such work to
work in excess of forty hours in such workweek unless such
laborer or mechanic receives compensation at a rate not less
Man one and one -hag times Me basic rate of pay for all hours
worked in excess of forty hoursin such workweek. 29 CFR
5.5.
2. Violation, liability for unpaid wages) liquidated
damages. In the event of any violation of the cause set forth
in paragraph 1 of this section, the contractor and any
subcontractor responsible Merefor shall be liable for the
unpaid wages. In addition, such contractor and subcontractor
shall be liable to the United States (in Me case of work done
under contract for the District of Columbia or a territory, to such
District or to SUM territory), for liquidated damages. Such
liquidated damages shall be computed with respect to each
individual laborer or mechanic, including watchmen and
guards, employed in violation of the cause set forth in
paragraph 1 of this section, in the sum currently provided in 29
CFR 5.5(b)(2)' for each calendar day on which such individual
was required or permitted to work in excess of the standard
workweek of forty hours without payment of Me ovartime
wages required by the cause set forts in paragraph 1 of this
sector. 29 CFR 5.5.
9. Disputes concerning labor standards. As provided in 29 • $27 as of January 23, 2019 (See 84 FR 213-01. 218) as may
CFR 5S. disputes arising out of the labor standards provisions be adjusted annually by the Department of Labor, pursuing to
of arm contrad shall not be subject to the general disputes the Federal Civil Penalties Inflation Adjustment Ad of 1991
cause of this combed. SUM disputes Shall be resolved in
accordance with the procedures of the Department of Labor
711
EXHIBIT O
3. Withholding for unpld wages and liquidaled damages.
The FHWA or the contacting agency shall upon its awn action
or upon written request of an authorized representative of the
Department of Labor withhold or cause to be wdmi tram
any moneys payable on account of work performed by the
contractor or subcontractor under any such contract or any
other Federal contract with the same prime contractor, or any
other federally -assisted contract subject to the Contract Work
Hours and Safety Standards Act, which is held by the same
prime contractor, such sums as may be determined to be
necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as
provided in the clause set erfh in paragraph 2 of this section.
29 CFR 5.5,
4. Subcontracts. The contractor or subcontractor shall insert
in any subcontracts Me clauses set font in paragraphs 1
through 4 of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor
with Me clauses set forth in paragraphs 1 through 4 of this
secen. 29 CFR 5.5.
in. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction
contracts an the National Highway System pursuant to 23 CFR
635116,
i. The contractor shall perform with its own organization
contract work amounting to not less Man 30 percent (or a
greater percentage if specified elsewhere in the contract) of
Me total original contract price, excluding any specially items
designated by Me contracting agency. Specialty items may be
performed by subcontract and Me amount of any such
specialty items performed may be deducted from the total
original contract price before computing the amount of work
required to be performed by Me contractors own organization
(23 CFR 635.116).
a. The tend "perform work with its own organization' in
paragraph 1 of Section VI refers to workers employed or
leaned by the prime contractor, and equipment owned or
rented by the prime contractor, with or without operators.
Such term does not include employees or equipment of a
subcontractor or lower tier subcentractor, agents of the prime
contractor, or any other assignees. The term may inclutle
payments for the costs of hiring leased employees from an
employee leasing firth mcefing all relevant Federal and State
regulatory requirements. Leased employees may only be
included in this tend tithe prime contractor meets all of the
following conditions: (based on longstanding interpretation)
(1) the prime contractor maintains control over the
supervision of the clay -to -day activities of the leased
employees;
(2) Me prime contractor remains responsible for the quality
of the work of the eased employees;
(3) Me prime contractor retains all power to accept or
exclude individual employees from work on Me project; and
(4) Me prime contractor remains ultimately responsible for
Me payment of predetermined minimum wages, the
submission of payrolls, statements of compliance and all
other Federal regulatory requirements.
to, "Specialty Items" shall be constroed to be limited to work
Mat requires highly specializetl knowledge, solutes, or
M.
equipment not ordinarily available in the type of whass ing
organizations qualified and expected to bid or propose on Me
contract as a whole and in general are to be limited to minor
components of Me overall contract. 23 CFR 635.102.
2. Pursuant to 23 CFR 635.116(a), the contract amount upon
which the requirements set farth in paragraph (1) of Section VI
is computed includes the cost of material and manufactured
products which are to be purchased or produced by the
contractor under the contract provisions.
3. Pursuant to 23 CFR 635.116(c), the contractor shall furnish
(a) a competent superintendent or supervisor who is employed
by Me firm, has full authority M direct performance of Me work
in accordance with the contract requirements, and is in charge
of all construction operations (regardless of who performs the
work) and (b) such other of its own organizational resources
(supervision. management, and engineering services) as the
contracting officer determines is necessary to assure Me
performance of the contract.
4. No portion of the contract shall be sublet, assigned or
otherwise disposed of except with the written consent of the
contracting officer, or authorized representative, and such
consent when given shall not be construed to relieve the
contractor of any responsibility for the fulfillment of the
contract. Written consent will be given only after Me
contracting agency has assured that each sutwo ntract Is
evidenced in writing and that it contains all pertinent provisions
and requirements of the prime contract. (based on long-
standing interpretation of 23 CFR 635,116),
5. The 30-percent salt -performance requirement of paragraph
(1) is not applicable to design -build contracts; however.
contracting agencies may establish their own self -performance
requirements. 23 CFR 635.116(d).
Mi. SAFETY: ACCIDENT PREVENTION
This provision is applicable to all Federal -aid construction
coni ant to all related subcontracts.
1. In Me performance of this contract Me contractor shall
comply with all applicable Federal, State, and local laws
governing safety, health, and sanitation (23 CFR Part 635).
The contractor shall provide all safeguards, safety devices and
Protective equipment and take any other needed actions as it
determines, or as the contmang officer may determine, to be
reasonably necessary to protect the life and heath of
employees on the job ant Me safety of the public and to
protect properly in connection with the performance of Me
work covered by the contract. 23 CFR 635,108.
2. It e a wnddion of this wntmd, and shall be made a
condition of each subcontract, which the contractor enters into
pursuant to Mis contract, Mat Me contractor and any
subcontractor shall not permit any employee, in performance
of the contract, to work in surroundings or under conditions
which are unsanitary, hazardous or dangerous to hislher
heath or safety, as deMrmined under construction safety and
heath standards (29 CFR Pad 1926) promulgated by Me
Secretary of Labor, in accordance with Section 107 of Me
Contract Work Hours and Safety Standards Act (40 U,S.C.
3204). 29 CFR 1926.10.
3. Pursuant to 29 CFR 1926.3, it is a wndition of this wntmd
Mat the Secretary of Labor or authorized representative
thereof, shall have night of entry to any site of contract
Performance to inspect or investigate the matter of compliance
EXHIBIT O
with the construction safety and health standards and to carry
Out Me duties of the Secretary under Section 107 done
Contact Work Hours and Safety Standards Ad (40 U.S.C.
3704).
WII. FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
This provision is applicable to all Federalaidconstmdion
contracts and ro all relatetl subcontracts.
In order to assure high quality and durable construction in
conformal with approved plans and specifications and a high
degree of reliability on statements and representations made
by engineers, contractors, suppliers, and workers on Federal
aidhighway projects, it is essential that all persons concemed
with the project perform their functions as carefully, thoroughly,
and honestly as possible. Wilttul falsification, distoNon, or
misrepresentation with respect to any fads related to Me
projed is a violation of Federal law. To prevent any
misunderstanding regarding the seriousness of these and
similar acts, Form FHWA-1022 shall be posted on each
Fedeml-aid highway projed (23 CFR Part 635) in one or more
places where it is readily available to all persons concemed
with the project:
18 U.S C. 1020 reads as follows'.
"Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory, or whoever, whether a
person, association, gml, or Corporation, knowingly makes any
false statement, false representation, or false report as to the
character, quality, quantity, or cost of Me material used or to
be used, or Me quantity or quality of the work performed or to
be performed, or the cost thereof in connection with the
submission of plans, maps, apecifieabons, contrails, or costs
of commotion on any highway or related project submitted for
approval to the Secretary of Transportation; or
WOcever knowingly makes any false statement, hiss
represenabon, false report or lot" claim with respect to the
character, quality, quantity, or cost of any work performed or to
be performed, or materials furnished or to be furnished, in
connection with Me construction of any highway or relatetl
project approved 4 Me Secretary of Transportation; or
WToever knowingly makes any false statement or false
representation as to material fad in any statement, certificate
or report submitted pursuant M provisions of the Federal -aid
Roads Ad approved July 11, 1916, (39 Suit, 355), as
amended and supplemented;
Shall be fined antler this title or imprisoned not more than 5
years or both "
UL IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT (42 U.SC. 7608', 2
CFR 200.88; EO 11738)
This provision is applicable to all Federal-vid construction
contracts in excess of $150,000 and to all related
subcontracts. 48 CFR 2,10/', 2 CFR 200,326
By submission of this bid/proposal or the exewhon of this
contract or subcontract, as appropriate, the bidder, proposer
Federal -aid construction contractor, subcontractor, suppler, or
vendor agrees M comply with all applicable standards, orders
M
or regulations issued pursuant to the Clean AirAct (42 U.S.C.
7401-7671q) and the Federal Water Pollution Control Ad, as
amended (33 U.S.C. 1251-1387). Violations must be reported
to Me Federal Highway Administration and Me Regional Office
of the Enviranmemal Protection Agency. 2 CFR Part 200,
Appendix ll.
The contractor agrees to include or mum to W included Me
requirements of Mis Section in every subcontract, and further
agrees to take such action as the contracting agency may
direct as a means of enforcing such requirements. 2 CFR
200 326.
X. CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
This provision Is applicable to all Federal -aid construction
COMrads, design -build Confech, subcontrads, lower -tier
subcontracts, purchase orders, lease agreements, confident
contracts or any other covered transaction requiting FHWA
approval or Mat is estimated to cost $25,000 or more — as
defined in 2 CFR Park 180 and 1200. 2 CFR 180.220 and
1200,220.
1. Instructions for CertNlcatlon — First Tier Participants:
a. By signing and submitting this proposal, the prospective
first tier participant is providing the certification set out below.
b. The inability of a person to provide the certification set out
below will not necessarily result in denial of participation in this
covered transaction. The prospective first tier participant shall
submit an explanation of why it cannot provide Me codification
set out below. The certification or explanation will be
considered in connection with the department or agency's
determination whether to enter into this transaction. However,
failure of the prospective first tier participant to hrmish a
certification or an explanation shall disqualify such a person
from participation in this transaction. 2 CFR 180.320.
c. The codification in this clause is a material representation
of fad upon which reliance was placed when Me contracting
agency determined to enter into this transaction. If it is later
determined Mat Me prospective Participant knowingly rendered
an erroneous cedttmztion, in addition to other remedies
available to the Federal Government, the contracting agency
may terminate Mis transaction for cause of default. 2 CFR
180.325.
d. The prospective first tier participant shall provide
Immediate written notice to the contracting agency to whom
this proposal is submitted if any time the prospective that tier
participant learns that its certification was errorreous when
submitted or has become erroneous by reason of changed
circumstances. 2 CFR 180.345 and 180.350.
e. The terms "covered transaction; 'deban xi
'suspended, "ineligible,""participant.-'person, "Principal,"
and'voluntanly excluded' as used in this clause, are defined
in 2 CFR Park 180, Subpart I, 180.900-180.1020, and 1200,
'First Tier Covered Transactions' refers to any covered
transaction between a recipient or subrecipient of Federal
funds and a participant (such as the prime or general witted).
Lower Tier Covered Transactions' refers t0 any covered
transaction under a First Tier Covered Transadion (such as
subcontracts). 'First Tier Participant" refers to Me participant
EXHIBIT O
who has entered into a covered transaction with a recipient or
subrecipient of Federal funds (such as the prime or general
contractor). "Lower Tier Participant" refers any participant who
has entered into a covered transaction with a Finn Tier
Participant or other Lower Tier Participants (such as
subcontractors and suppliers).
C The prospective that her participate agrees by submating
this proposal Mat, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred,
suspended, dechmed ineligible, or volu llumly excluded from
participation in this coveretl transaction, unless authorized by
the department or agency entering into this transaction. 2
CFR 180,330.
g. The prospective first gar participant further agrees by
submitng this proposal that it will include to clause tilled
"CertMcation Regarding Debarment. Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered Transactions,"
provided by the department or contracting agency, entering
into this Covered transaction, without modification, in all lower
tier covered transactions and In all solicitations for lower ter
cowhal transactions exceeding the S25,000 threshold. 2 CFR
180.220 and 180.300.
In. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction Mat is not debarred, suspended, ineligible, or
voluntarily excluded from the covered mansactioo unless it
knows that the certification is erroneous. 2 CFR 180,300;
180.320, and 180.325. A participant is responsible for
ensuring Mat its principals are not suspended, debarred, or
otherwise ineligible to paNcipant in covered transactions. 2
CFR 180.335. To verify the eligibility of its principals, as well
as Me eligibility of any lower ter prospective participants, each
participant may, but is not required to, check the System for
Award Management website fh tps:Avww.samaovA. 2 CFR
180 300, 180.320, and 180 325.
i. Nothing contained in the fomgoing shall be construed to
require the establishment of a system of records in order to
render in good faith the certification required by this clause.
The knowledge and information of the prospective participant
is not required to exceed that which is normally possessed by
a prudent person in the ordinary course of business dealings.
j. Except for transactions authorized under paragraph (1) of
these iOaWd' ions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to
other remedies available to the Federal Govemment, Me
department or agency may terminate has transaction for muse
or default 2CFR 180. 325.
2. Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion — First Tier
Participant:
a. The prospective first liar participant candles to the best of
its knowledge and belie[ Mat it and its principals:
(1) Are not presently debarred, suspentled, proposed for
debarment, declared ineligible, or voluntarily excluded from
participating In covered transactions by any Federal
department or agency, 2 CFR 180,335;.
m
(2) Have not within a three-year period preceding this
proposal been convicted of or had a civil judgment rendered
against them for commission of tend or a criminal offense in
connection with obtaining, attempting to obtain, or performing
a public (Federal, State, or loWI) transaction or contrec under
a public transaction: violation of Federal or State Shall
statutes or commission of embezzlement, Me8, forgery,
bribery, falsification or destruction of records, making false
statements, or receiving stolen property, 2 CFR 180,800:
(3) Are not presently indicted for orothemiss criminally or
civilly charged by a governmental Shall (Federal, Stale or
local) with commission of any of the offenses enumerated in
paragraph (s)(2) of this certification, 2 CFR 180.700 and
180.800; and
(4) HavenotwiMinathree-yearpedodpmwding Mis
application/proposal had one or more public transactions
(Federal, State or local) terminated for cause or default 2
CFR 180.335(d).
(5) Are not a corporation that has been convicted of a felony
violation under any Federal law within the two-year period
preceding this proposal (USDOT Order 42008 implementing
appropnsfions act requirements); and
(6) Are not a corporation with any unpaid Federal tax liability
that has been assessed. for which all judicial and
administrative remedies have been exhausted, or have lapsed,
and that is not being paid in a timely manner pursuant to an
agreement with the authority responsible for collecting the tax
liability (USDOT Order 4200.6 implementing appropriations act
requirements).
b. Where Me prospective participant is unable to minify 0
any of the statements in this mNfimtion, such prospective
participant Should attach an explanation to this proposal. 2
CFR 180.335 and 180.340.
3. Instructions for Certification - Lower Tier Participants
(Applicable to all subcontracts, purchase orders, and other
lower tier transactions requiring prior FHWA approval or
estimated to cost $25,000 or more - 2 CFR Parts 180 and
1200), 2 CFR 180.220 and 1200.220.
a. By signing and submitting this proposal, the prospective
lower tier pa opant is providing the certification set out below.
b. The certification in this clause is a material representation
of fed upon which reliance was placed when this transaction
was entered into. If it is later determined Mat Me prospective
lower tier participant knowingly rendered an erroneous
certification, in addition to other remedies available to the
Federal Government, the department, or agency with which
this transaction originated may pursue available remetlies,
including suspension and/or debarment.
c. The prospective lower tier participant shall provide
immediate writen notice to the person to which this proposal is
submitted if at any time the prospective lower tier participant
Teams that its modification was erroneous by reason of
changed circumstances. 2 CFR 180.365.
d. The terms "covered transaction." "debaretl."
"suspentled,""ineligible,""paNcipant; "person.""principal,"
and Voluntinly excluded," as used in this cause, are defined
in 2 CFR Parts 180, Subpart I, 180.900—180.1020, and 1200.
You may contact the person to which this proposal is
EXHIBIT O
submitted for assistance in obtaining a copy of those
regulations. "First Tier Covered Transactions''refersto any
covered transaction between a recipient or subrecipient of
Federal funds and a padlcipant (such as the prime or general
contact). 'Lower Tier Covered Transactions" rears to any
covered transaction under a First Tier Covered Transaction
(such as subcontads). "Fiat Tier Partiopant'refers to the
participant who has entered into a coveted transaction with a
recipient or subredpient of Federal funds (such as the prime or
general contractor). "Lower Tier Particpant- refers any
participant who has entered into a covered transaction with a
First Tier Padidpant or other Lower Tier PaNcipants (such as
subcontractors and supplied).
e. The prospective lower tier participant agrees by
submitting this proposal Mat, shouts the proposed covered
transaction be entered into, it shall not knowingly enter into
any lower tier covered transaction with a person who is
debarred, suspended, declared ineligible, or voluntarily
excluded from parldisnon in this covered h imundron, unless
authorized by the department or agency with which this
transaction originated. 2 CFR 1200.220 and 1200.332.
f The prospective lower tier participant further agrees by
submitting this proposal Mat it will include Mis clause titled
-C Mficetion Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered Transaction,"
without modification, in all lower tier covered transactions and
in all solicitations for lower tier covered transactions exceeding
the $25,000 threshold. 2 CFR 180.220 and 1200.220.
g. A paNdpant in a covered transaction may rely upon a
cortificetion of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that Me codification is erroneous. A participant is
responsible for ensuring that its prindpals are not suspended,
debarred, or otherwise ineligible to participate in covered
transactions. To valley Me eligibility of its pnocipals. as well as
the eligibility of any lower tier prospective participants, each
participant may, but is not required to, check the System for
Award Management wonder (htlboldivww.source v/),whichis
compiled by the General Services Administration. 2 CFR
180.300, 180 320, 180.330, and 180.335.
h. Nothing contained in Me foregoing shall be construed to
require establishment of a system of records in order to render
in good faith the codification required by Mis clause. The
knowledge and information of participant is not required fo
exceed Mat which is normally possessed by a prudent person
in Me ordinary course of business dealings.
I. Expept for transactions authorized under paragraph a of
these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a
person who is suspended, tlebaned. ineligible, or voluntarily
excudetl from participation in this tansamon, in addition to
other comedies available to the Federal Government, the
department or agency wide which this transaction originated
may pursue available remedies, including suspension and/or
debarment 2CFR 180.326
Codification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion —Lower Tier
Participants:
1. The prospective lower tier pon icipant certifies, by
submission of this proposal, that neither it nor its principals:
91
(a) is presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from partiapating in
covered transactions by any Federal department or agency, 2
CFR 180.355:
Us) is a corporation Mat has been convicted of a relony
violation under any Federal law within Me two-year period
preceding this proposal (USDOT Order 4200.6 implementing
appropriations ad requirements); and
(c) is a corporation with any unpaid Federal tax liability that
has been assessed, for which all judicial and administagve
dmedies have been exhausted, or have lapsed, and Mat is
not being paid in a timely mentor pursuant to an agreement
with Me authority responsible for collecting the tax liability.
(USDOT Order 4200.6 implementing appropriations ad
requirements)
2. More Me prospective lower tier participant is unable to
codify to any of the statements in this certification, such
prospective participant should attach an explanation to this
proposal.
%I. CERTIFICATION REGARDING USE OF CONTRACT
FUNDS FOR LOBBYING
This provision is applicable to all Federal -aid constr ii
contacts and to all related suecondacts which exceed
$100,000, 49 CFR Pad 20. App. A.
1. The prospective participant certifies, by signing and
submitting this bid or proposal, 0 the best of his or her
knowledge and belief, that
a. No Federal appropriated funds have been paid or will be
paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of
Congress in communion with Me awarding of any Federal
contract, the making of any Federal grant, the making of any
Federal loan, Me entering into of any cooperative agreement,
antl the extension, combnustion, renewal, amendment, or
modification of any Federal contract, grand, loan, or
cooperages, agreement.
b. If any funds other than Federal appropriated funds have
been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any Federal
agency, a Member of Congress. an officer or employee of
Congress, or an employee of a Member of Congress in
connection wit this Federal contract, grant, loan, or
cooperative agreement, Me undersignetl shall complete and
submit Standard Foram "Disclosure Form to Report
Lobbying," in accordance with its instructions.
2. This certificetion Is a material representation of fad upon
which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite
for making or entering Into this transaction imposed by 31
U.S.C. 1362. Any person who fails to file Me requiretl
certi8cauon shall be subject to a civil penalty of not toss than
$10,000 and not more than $100,000 for each such failure.
3. The prospective partiandir also agrees by submitting its
bid or proposal Mat Me participant shall require that the
language of this codification be included in all lower tier
EXHIBIT O
subcontrads, which exceed $100,000 and that all such
recipients shall Certify and disclose accordingly.
XII. USE OF UNITED STATES -FLAG VESSELS
This provision is applicable to all Federal -aid construction
contracts, design -build contracts, subcontracts, lower -tier
subcontracts. purchase orders, lease agreements, or any other
covered transaction. 46 CFR Pact 381.
Thu requirement applies to material or equipment that is
acquired for a specific Federal -aid highway project. 46 CFR
381 T It is not applicable to goods or materials that come into
inventories independent of an FHWA funded -contract.
When oceanic shipments (or shipments across Me Great
Lakes) are necessary for materials or equipment acquired for a
spedfic Federal -aid construction project. Me bidder, proposer,
contractor, subcontractor, or vendor agrees:
1. To utilize pnvately owned United States -flag commercial
vessels to ship at least 50 percent of Me gross tonnage
(computed separately for dry bulk carriers, dry cargo liners,
and tankers) involved, whenever shipping any equipment,
material, or commodities pursuant to this contract, to the
extent such vessels are available at fair and reasonable rates
for United States -flag commercial vessels. 46 CFR 3811,
2. To famish within 20 days following the data of loading for
shipments originating within Me United States or within 30
working days following the date of loading for shipments
originating outside the United States, a legible copy of a rated,
'on -board' commercial ocean bill -of -lading in English for each
shipment of cargo described in paragraph (b)(1) of this section
to both the Contracting Officer (through Me prime contractor in
the case of subcontractor billsaf-lading) and to the Office of
Cargo and Commercial Seatifl (MAR-620), Maritime
Administration, Washington, DC 20590, (MARAD requires
copies ofthe ocean carriers (master) bills of lading, certified
unloosed, dated, wit rates and charges. These bills of lading
may contain business sensitive information and therefore may
be submitted directly to MARAD by the Ocean Transportation
Intermediary on behalf of Me contractor). 46 CFR 381.7.
92
EXHIBIT O
ATTACHMENT A - EMPLOYMENT AND MATERIALS
PREFERENCE FOR APPALACHIAN DEVELOPMENT
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS
ROAD CONTRACTS (23 CFR 633, Subpart S, Appendix S)
This provision is applicable to all Federal -aid projects funded
under the Appalachian Regional Development Act of 1965.
1. During the perfermance of this contract, the contractor
undertaking to do work which is, or reasonably may be, done
as on -site work shall give preference to qualified persons who
regularly reside in the labor area as designated by Me DOL
wherein the central work is situated or the subregion, or Me
Appalachian counties of the State wherein the contract work is
situated, except:
a. To the extent that qualified persons regularly residing in
the area are not available.
b. For the reasonable needs of Me centradar to employ
supervisory or specially experiencetl personnel necessary to
assure an efficient execution of the central work.
c. For the obligation of the contractor to offer employment to
present or farmer employees as the result of a lawful collective
bargaining contract, provided that the number of nonresident
persons employed under this subparagraph (1d shall not
exceed 20 percent of Me total number of employees employed
by Me contractor on the contract work, except as provided in
subparagraph (4) below.
2. The contractor shall place a job order with the State
Employment Service indicating (a) the classifications of the
laborers, mechanics and other employees required to perform
the contract we*, (b) the number of employees required in
each lasslfication, (c) the date on which the participant
estimates such employees will be required, and (d) any other
pertinent Informal required by the State Employment
Service to complete the job order form. The job order may be
placed with the State Employment Service in writing or by
telephone. If during the mums of the contract work, the
information submitted by the contractor in the original job order
is substantially modified, the participant shall promptly notify
the State Employment Service.
3. The contractor shall give full consideration to all qualified
job applicants referred to him by Me State Employment
Service. The contractor is not required to grant employment to
any lab applicants who, in his opinion, are not qualified to
perform Me classification of work required.
4. If, within one weak following the placing of a jab order by
Me contractor with the Stale Employment Service, the State
Employment Service is unable to refer any qualified job
applicants to the contractor, or law Man the number
requested Me State Employment Service will famed a
certificate to the contractor indicating the unavailability of
applicants. Such earful shall as made a part of the
cantralors permanent project records. Upon receipt of this
ceNficate, the contractor may employ persons who do not
normally reside In the labor area to fill positions covered by the
ceNficate, notwithstanding Me provisions of subparagraph (1 c)
above.
5. The provisions of 23 CFR 633.20y(e) allow Ma
contrecling agency to provide a contractual preference for Me
use of mineral resource materials native to the Appalachian
region.
S. The contractor shall include Me provisions of Sections 1
through 4 of this Attachment A in every subcontract for work
which Is, or reasonably may be, done as onsitework.
93
EXHIBIT P
Certification of Non -Segregated Facilities
CERTIFICATION OF
NON -SEGREGATED FACILITIES
The federally assisted construction contractor certifies that he/she does not maintain or provide for
his/her employees any segregated facilities at any of his/her establishments, and that he/she does not
permit his/her employees to perform their services at any location, under his/her control, where
segregated facilities are maintained. The federally assisted construction contractor certifles further that
he/she will not maintain or provide for his/her employees any segregated facilities at any of his/her
establishments, and that he/she will not permit his/her employees to perform their services at any
location, under his/her control, where segregated facilities are maintained. The federally assisted
construction contractor agrees that a breach of this section is a violation of the Equal Opportunity Clause
in this contract. As used in this caption, the term "segregated facilities" means any waiting rooms, work
areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other
storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees which are segregated by explicit directive or
are in fact segregated on the basis of race, color, religion, or national of because of habit, local custom, or
otherwise. The federally assisted construction contractor agrees that (except where he/she has obtained
Identical certifications from proposed subcontractors for specific time periods) he/she will obtain
identical certifications from proposed subcontractors prior to the award of subcontracts exceeding
$10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he/she will
retain such certifications in his/her files.
NOTE-. The penalty for maki f e�ents in offers is prescribed in 18 U.S. C. 1001.
Contractor Signature
Typed Name& Title Mark Lorenz, Vice President Date 12/8/2022
94
EXHIBIT Q
U.S. Department of the Interior
Certifications Regarding Debarment, Suspension and
Other Responsibility Matters, Drug -Free Workplace
Requirements and Lobbying
Persons signing this form should refer to the regulations
referenced below for complete instructions:
Certification Regarding Debarment, Suspension, and Omer
Responsibility Matters - Pdmary Covered Transactions - The
prospective primary participant further agrees by
submitting this proposal that It will Include the clause
titled, "Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion - Lower Tier Covered
Transaction," provided by the Department or agency
entering into this covered transaction, without
modification, In all lower tier covered transactions and In
all solicitations for lower tier covered transactions. See
below for language to be used or use this form certification
and sign. (See Appendix A of Subpart D of 43 CFR Part 12.)
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion - Lower Tier Covered Transactions -
(See Appendix B of Subpart D of 43 CFR Part 12.)
Certification Regarding Dmg-Free Workplace Requirements
- Alternate I. (Grantees Other Than Individuals) and
Alternate II. (Grantees Who are Individuals) - (See Appendix
C of Subpart D of 43 CFR Part 12)
Signature on this form provides for compliance with
certification requirements under 43 CFR Parts 12 and 18.
The certifications shall be treated as a malarial
representation of fact upon which reliance will be placed
when the Department of the Interior determines to award the
covered transaction, grant, cooperative agreement or loan.
PARTA: Certification Regarding Debarment, Suspension, and Other Responsibility Matters.
Primary Covered Transactions
CHi IF THIS CERTIFICATION IS FOR A PRIMARY COVERED TRANSACTIONAND IS APPLICABLE.
(1) The prospective primary participant candies to the best of its knowledge and belief, that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any
Federal department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against
them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a
public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust
statutes or commission of embemlemenl, theft, forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local)
with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and
(d) Have not within a three-year period preceding this application/proposal had one or more public lransactiens (Federal.
Stale or local) terminated for cause or default.
(2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective
participant shall attach an explanation to this proposal.
PART a: Certification Regarding Debarment, suspension, Ineligibility and Voluntary Exclusion -
Lower Tier Covered Transactions
CHECK IF THIS CERTIFICATION IS FOR A LOWER TIER COVERED TRANSACTION AND APPLICABLE.
(1) The prospective lower tier participant certifes, by submission of this proposal, that neither it nor its principals is presently
debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any Federal department or agency.
(2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective
participant shall attach an explanation to this proposal.
m.mm
x" 19%
m,b 1mm rtgew. oL1951 o4195i.
DL195s, x-199e9na n41 W91
95
PART C: Certification Regarding Drug -Free WorkplaceRequirements
CHECI� X IF THIS CERTIFICATION IS FOR AN APPLICANT WHD IS NOTAN INDIVIDUAL
Alternate I. (Grantees Other Than Individuals)
A. The grantee certifies that it will or continue to provide a drug -free workplace by:
(a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or
use of a controlled substance Is prohibited in the grantee's workplace and specifying the actions that will be taken
against employees for violation of such prohibition;
(b) Establishing an ongoing drug -free awareness program to inform employees about—
(1) The dangers of drug abuse in the workplace;
(2) The grantee's policy of maintaining a drui workplace;
(3) Any available drug counseling, rehabilitation, and employee assistance programs; and
(4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;
(c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the
statement required by paragraph (a);
(d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the grant,
the employee will --
(1) Abide by the terms of the statement; and
(2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring In the
workplace no later than five calendar days after such conviction;
(a) Notifying the agency in writing, within ten calendar days after receiving notice under subparagraph (d)(2) from an
employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide
notice, Including position title, to every grant officer on whose grant activity the convicted employee was working,
unless the Federal agency has designated a central point for the receipt of such notices. Notice shall include the
Identification number(s) of each affected grant;
(1) Taking one of the following actions, within 30 calendar days of receiving notice under subparagraph (d)(2), with
respect to any employee who is so convicted --
(1) Taking appropriate personnel action against such an employee, up to and including termination, consistent
with the requirements of the Rehabilitation Act of 1973, as amended; or
(2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program
approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency;
(g) Making a good faith effort to continue to maintain a drug -tree workplace through implementation of paragraphs (a) (b),
(o), (d), (a) and (f).
B. The grantee may Insert in the space provided below the sile(s) for the performance of work done in connection with the
specific grant:
Place of Performance (Street address, city, county, state, zip code)
Check_if mere are workplaces on files that are not identified here.
PART D: CartRlcatlon Regarding Drug -Free Workplace Requirements
CHECP(_IF MIS CERTIFICATION IS FORANAPPLICANT WN IS AN INDIVIDUAL.
Alternate If. (Grantees Who Are Individuals)
(a) The grantee certifies that, as a condition of the grant, he or she will not engage in the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance in conducting any activity with the grant;
(b) If convicted of a criminal drug offense resulting from a violation occurring during the conduct of any grant activity, he
or she will report the conviction, in writing, within 10 calendar days of the conviction, to the grant officer or other
designee, unless the Federal agency designates a central point for the recalpt of such notices. When notice is made
to such a central point, It shall include the identification number(e) of each affected grant.
OI-ID10
b ua1W5
Q6eb,ml-lgvi ,10�1 a I95i.
OI-1955, 01-09511 enG DN91i0)
PART E: Certification Regarding Lobbying
Certification for Contracts, Grants. Loans, and Cooperative Agreements
CHECKX /F CERTIF/CATION IS FOR THE AWARD OFANY OF THE FOLLOWING AND
THEAMOUNT EXCEEDS $100,000: AFEDERAL GRANTOR COOPERATIVEAGREEMENT,
SUBCONTRACT, OR SUBGRANT UNDER THE GRANTOR COOPERATIVEAGREEMENT.
CHECK IF CERRFICATION FOR THEAWARD OFA FEDERAL
LOAN EXCEEDBIG THEAMOUNT OF $150,000, OR A SUBGRANT OR
SUBCONTRACTEXCEEOING $100,000, UNDER THE LOAN.
The undersigned certifies, to the best of his or her knowledge and belief, that
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned. to any person for
influencing or attempting to influence an officer or employee of an agency. a Member of Congress, and officer of employee
of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making
of any Federal grant. the making of any Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting
to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, 'Disclosure Form to Report Lobbying' in accordance with its
(3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at
all tiers (including subcontracts, subgrants. and contracts under grants, loans, and cooperative agreements) and that all
subrecipients shall certify accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered
into. Submission of This certification is a prerequisite for making or entering into this transaction Imposed by Section 1352. title
31, U.S. Code. An yy person who falls to file the required certification shall be subject to a civil penally of not less then $10,000
and not more than $100,000 for each such failure.
As the authorized certifying official, I hereby certify that the above specified certifications are true
CERTIFYING OFFICIAL
Mark Lorenz, Vice President
TYPED NAME AND TITLE
12/8/2022
eLH110
97 w� Tess
Imisiwm nW.w. dL+asa w +as:a.
311o1-sx.na oNBB9l
EXHIBIT R
CERTIFICATE
OF MATERIALS ORIGIN
FEDERAL PROJECT
NUMBER
RT21005
STATE PROJECT NUMBER
RTP 2021-05
ITEM DESCRIPTION
BID ITEM NUMBER
INVOICE NUMBER
QUANTITY
DATE RECEIVED
BILL OF LADING No.
MATERIAL SOURCE (NAME AND ADDRESS) TO INCLUDE EACH SUPPLIER, FABRICATOR, AND
MANUFACTURER INCLUDING HEAT/BATCH NUMBERS IF AVAILABLE
MATERIAL DESCRIPTION
DESCRIPTION OF MATERIALS OF UNKNOWN ORIGIN OR FOREIGN MATERIALS DELIVERED TO
THE PROJECT
This certification is made for the purpose of establishing the materials acceptance under the Buy
America Certification (23CFR 635.410) and the Contract Special Provisions. All iron and steel
manufacturing processes, including protective coating for the domestic materials described above
occurred in the United States of America. Manufacturer's certificates verify the origin above described in
the domestic materials and will be kept on file for three years by the suppliers following final payment.
Copies will be provided to the Missouri Department of Natural Resources upon request.
I declare under penalty of perjury under the Missouri and Federal Laws that the foregoing is true and
correct.
Company Name and Address
Authorized Representative
Name:
Title:
Signature:
Date:
m
EXHIBIT R
CERTIFICATE OF MATERIALS ORIGIN (NON-IRON/STEEL)
FEDERAL PROJECT
NUMBER
RT21005
STATE PROJECT NUMBER
I RTP 2021-05
ITEM DESCRIPTION
BID ITEM NUMBER
INVOICE NUMBER
QUANTITY
DATE RECEIVED
BILL OF LADING No.
MATERIAL SOURCE (NAME AND ADDRESS) TO INCLUDE EACH SUPPLIER, FABRICATOR, AND
MANUFACTURER INCLUDING HEAT/BATCH NUMBERS IF AVAILABLE
MATERIAL DESCRIPTION
DESCRIPTION OF MATERIALS OF UNKNOWN ORIGIN OR FOREIGN MATERIALS DELIVERED TO
THE PROJECT
This certification is made for the purpose of establishing the materials acceptance under the Buy
America requirements in the Jobs ACT legislation which includes Build America, Buy America Act
Publication L. No. 117-68. This certification is for the additional construction material requirements to be
domestically produced in addition to the existing steel and iron Buy America requirements. The
construction material origin and any manufacturing processes for this product shall all be performed
domestically in the United States of America. Manufacturer's certificates shall verify the origin above
described in the domestic materials and will be kept on file for three years by the suppliers following final
payment. Copies will be provided to the Missouri Department of Natural Resources upon request.
I declare to the best of my knowledge under penalty of perjury under the Missouri and Federal Laws that
the foreaoino is true and correct.
Company Name and Address
Authorized Representative
Name:
Title:
Signature:
Date:
EXHIBIT S
SWPPP
STORM WATER POLLUTION
PREVENTION PLAN
For
CITY OF RIVERSIDE, MISSOURI
CONSTRUCTION ACTIVITIES
At
Line Creek Trail Connector
Prepared by:
City of Riverside
2950 NW Vivian Road
Riverside, MO 64150
Ms. Noel Bennion
Capital Projects & Parks Manager
September 2022
TABLE OF CONTENTS
"Please note: a Lard Disturbance Permit is not required, disturbing less than I acre
SECTION 1
Owner's Certification and Delegation
Contractor's Certification and Delegation
Sub -Contractor Certifications
SECTION 2
Storm Water Pollution Prevention Plan (SWPPP)
SECTION 3
Temporary Erosion and Sedimentation Control Plan Sheets (TESDPS)
National Resources Conservation Service (MRCS) Soil Map
SECTION 4
Inspection Report Form
Record of Stabilization and Major Activities Form
SWPPP Modification Report Form
Project Rainfall Log Form
SECTION S
Final Stabilization Certification Checklist and Contractor's Certification
SECTION 6
Attachments
Record Keeping Documentation of the SWPPP
101
SECTION 1
Owner's Certification and Delegation
Contractor's Certification and Delegation
Sub -Contractor Certifications
102
STORM WATER POLLUTION PREVENTION PLAN
Line Creek Trail Connector
City of Riverside
2950 NW Vivion Rd
Riverside, MO 64150
'S CERTIFICATION and DELEGATI
1 certify under penalty of law, that this document and all attachments were prepared under my
direction or supervision in accordance with a system designed to assure that qualified personnel
properly gathered and evaluated the information submitted. Based on my inquiry of the person or
persons who manage the system, or those persons directly responsible for gathering the
information submitted is, to the best of my knowledge and belief, true, accurate, and complete.
Project Owner: City of Riverside
Authorized Representative: Noel Bennion
Title: Capital Proiects & Parks Manager
Address: 2950 NW Vivion Road, Riverside, MO 64150
Signature, Date:
As Project Owner, I have delegated the following individual to monitor Storm Water Prevention
Plan (SWPPP) compliance:
Owner Representative: Noel Bennion
Title: Capital Proiects & Parks Manager
Signature, Date:
Phone: 816-741-3993
103
STORM WATER POLLUTION PREVENTION PLAN
Line Creek Trail Connector
City of Riverside
2950 NW Vivion Rd
Riverside, MO 64150
1\ 1' ;_ 114 mv V Lem tip 1 1\
I certify under penalty of law, that I understand the terms and conditions of the National Pollutant
Discharge Elimination System (NPDES) Construction General Permit (CGP) that authorizes the
storm water discharges associated with industrial activity from the construction site identified as
part of this Certification. I understand that 1 am legally required under the Clean Water Act, to
ensure compliance with the terns and conditions of NPDES storm water CGP and this Storm
Water Pollution Prevention Plan (SWPPP).
1 understand that I am fully responsible for all subcontractors who perform work activities on the
construction site, to comply with all provisions and requirements of the NPDES storm water CGP
and this SWPPP.
Authorized
Address:
Signature,
As Contractor, I have delegated SWPPP compliance and inspection responsibilities to the
following individual for the duration of construction activities for which this company is under
contract with this project.
Contractor SWPPP Representative:
Signature,
104
STORM WATER POLLUTION PREVENTION PLAN
Line Creek Trail Connector
City of Riverside
2950 NW Vivion Rd
Riverside, MO 64150
I certify under penalty of law, that I understand the terms and conditions of the National Pollutant
Discharge Elimination System (NPDES) Construction General Permit (CGP) that authorizes the
storm water discharges associated with industrial activity from the construction site identified as
part of this Certification. I understand that I am legally required under the Clean Water Act, to
ensure compliance with the terms and conditions of NPDES storm water CGP and this Storm
Water Pollution Prevention Plan (SWPPP).
Authorized
Signature, Date:
Authorized Representative:
Signature,
Sub -Contractor:
Authorized
Signature,
105
SECTION 2
Storm Water Pollution Prevention Plan (SWPPP)
106
STORM WATER POLLUTION PREVENTION PLAN
PROJECT AND SITE DESCRIPTION:
PROJECT NAME AND LOCATION
Line Creek Trail Connector
From Renner Brenner Park to east side of Gateway Avenue
Total Site Area: 0.8 Acres Estimated Disturbed Area: 0.8 Acres
OWNER'S NAME AND ADDRESS
City of Riverside
2950 NW Vivion Road, Riverside, MO 64150
DESCRIPTION
This project will consist of construction ofthe Line Creek Trail Connector. Soil
disturbing activities will primarily include:
1. Full depth construction of a trail connecting to the existing tmil in Renner Brenner
Park.
2. Construction of bridge abutments and placement of a pre -fabricated pedestrian
bridge.
3. Rip-mp of stream banks.
4. Construction of storm sewer.
5. Site grading.
The estimated completion date of the construction project is late winter or early
spring of 2023.
SOILS, AND RAINFALL INFORMATION
The site consists of soils that are classified by the USDA Soil Conservation Service
as approximately 48.3%Nodaway Silt Loam, 0-2% slopes and 51.7%Nodaway Silt
Loam, 1-3% slopes. The soils are listed as "frequently flooded." See NRCS Soil
Map for spatial distribution of soils on the site.
The site is in Platte County, which typically receive 38 to 42 inches of rainfall
annually with the highest amounts of rainfall received in the months of May through
July.
NAME OF RECEIVING WATERS
Runoff from the project site is discharged by sheet flow and the existing, to be
improved, storm drain into Line Creek on the south side of the project. Line Creek
flows into the Missouri River, which ultimately flows into the Gulf of Mexico
through the Mississippi River.
107
STORM WATER POLLUTION PREVENTION PLAN
CONTROLS:
EROSION AND SEDIMENT CONTROLS
1. Stabilization Practices
Stabilization practices for this site include:
A. Land clearing activities shall be done only in areas where earthwork will be
performed and shall progress as earthwork is needed.
B. Frequent watering of disturbed areas to minimize dust during construction.
C. Installation of interim Best Management Practices (BMPs) to reduce overland
flow lengths.
D. Permanent seeding will be placed on disturbed areas when earthwork is
completed.
2. Structural Practices
Structural practices for this site include but are not limited to the following range
of BMPs. Construction details of BMPs are included in the Erosion Control Plan
Sheets (ECPS):
A. Sediment Filter Logs.
B. Erosion Control Blanket, Type A.
C. Seeding and Straw Mulch.
3. Sequence of Major Activities
The Contractor will be responsible for implementing the following erosion control
and storm water management control structures. All structural practices shall be
maintained through the course of the construction and shall be sequenced according
to activities in the field. The Contractor may designate these tasks to certain
subcontractors as he sees fit, but the ultimate responsibility for implementing these
controls and ensuring their proper functioning remains with the Contractor. Refer
to ECPS contained in this SWPPP for details. The order of activities will be as
follows and shall be documented on the Record of Stabilization and Construction
Activities Form:
A. Install perimeter silt fences and other BMPs.
B. Perform grading and storm sewer installation.
C. Frequent watering of the disturbed areas to minimize dust.
D. Disturbed areas of the site where construction activity has ceased for more than
14 days shall he stabilized.
E. Install BMPs at the locations of all area inlets and curb inlets.
F. Carry out final grading, paving and permanent seeding.
G. Remove BMPs only after all paving is complete and exposed surfaces are
stabilized.
108
STORM WATER POLLUTION PREVENTION PLAN
OTHER CONTROLS:
Management of materials and practices, outside of soil disturbing activities, shall be the
responsibility of the Contractor. Such activities shall include, but not be limited to, the items shown
below.
1. Waste Disposal
All waste materials will be regularly removed from the construction site. No construction
waste materials will be buried onsite.
2. Sanitary Waste
All sanitary waste will be collected from the portable units on a frequent, periodical basis
by a licensed sanitary waste management contractor.
3. Concrete Waste from Concrete Trucks
Excess concrete and concrete wash water shall be returned to the concrete plant or
deposited at a designated containment area on site, constructed in a manner to prevent run-
off from entering the street, storm water drainage systems or waterways. Wash water may
not be deposited in streets, curbs, gutters, storm drains, or waterways.
4. Hazardous Substances and Hazardous Waste
All hazardous waste materials will be disposed of in the manner specified by local or
state regulation or by the manufacturer. The contractor's site personnel will be instructed
in these practices and the contractor's Site Manager will be responsible for seeing that
these practices are followed.
109
STORM WATER POLLUTION PREVENTION PLAN
MAINTENANCE/INSPECTION PROCEDURES:
Erosion and Sediment Control and Stabilization Measures Maintenance and Inspection Practices
A. The following inspection and maintenance practices will be used to maintain erosion
and sediment controls and stabilization measures to be performed by the Contractor.
1. All control measures will be inspected at least every 14 days and within 24 hours
following a 0.5 inch or greater rainfall event.
2. All measures will be maintained in good working order; if repairs are found to be
necessary, they will be initiated within 24 hours of report.
3. Built-up sediment will be removed from sediment logs as required by manufacturer
and to maintain grade.
4. The sediment basin, if present, will be inspected for depth of sediment, and built-up
sediment will be removed when it reaches 10 percent of the design capacity.
5. Temporary and permanent seeding and all other stabilization measures will be
inspected for bare spots, washouts, and healthy growth.
6. A maintenance inspection report will be made after each inspection. Copies of the
Inspection Report Forms to be completed by the inspector are included in this
SWPPP under SECTION 4.
7. The Contractor will be responsible for selecting and training the individuals who
will be responsible for these inspections, maintenance, and repair activities, and
filling out inspection and maintenance reports.
8. Personnel selected for the inspection and maintenance responsibilities will receive
training from the Contractor. Documentation of this personnel training will be kept
in the Contractor's SWPPP Folder.
9. Disturbed areas and materials storage areas will be inspected for evidence of or
potential for pollutants entering storm water systems.
10. Report to U.S. Environmental Protection Agency within 24 hours any
noncompliance with the SWPPP that will endanger public health or the
environment.
Inspection and Maintenance Report Forms
These Inspection Report Forms shall be readily accessible to governmental inspection
officials and the Owner for review upon request. Copies of the reports shall be provided to
any of these persons, upon request, via mail or facsimile transmission. Inspection and
maintenance report forms are to be maintained by the permittee for five years following
the final stabilization of the site.
Other Record -Keeping Requirements
The Contractor shall provide copies of the completed forms and any reports filed with
regulatory agencies if reportable quantities of hazardous materials are spilled.
110
STORM WATER POLLUTION PREVENTION PLAN
SUMMARY OF EROSION AND SEDIMENT CONTROL AND STABILIZATION
MEASURES MAINTENANCE/INSPECTION PROCEDURES
❑ All control measures will be inspected at least every 14 days and within 24 hours
following a rainfall event of 0.5 inches or greater.
❑ All measures will be maintained in good working order; if a repair is necessary, it
will be initiated within 24 hours of report.
❑ Built-up sediment will be removed from silt fences when it has reached one-third
the height of the fence.
❑ Sediment filter logs will be inspected and maintained per manufacturers
recommendation. Sediment filter logs shall be securely attached to the ground.
❑ Sediment basins, if present, will be inspected for depth of sediment, and built-up
sediment will be removed when it reaches 10%of the design capacity or at the end
of the job.
❑ Diversion dikes, if present, will be inspected and any breaches promptly repaired.
❑ Temporary and permanent seeding and planting and other stabilization measures
will be inspected for bare spots, washouts, and healthy growth.
❑ A maintenance inspection report will be made after each inspection. A copy of the
Inspection Report Forms to be used is included in this SWPPP under SECTION 4.
❑ The Contractor will select the individuals who will be responsible for inspections,
maintenance, and repair activities, and filling out the inspection and maintenance
reports.
❑ Personnel selected for inspection and maintenance responsibilities will receive
training from the Contractor. They will be trained in all the inspection and
maintenance practices necessary for keeping the erosion and sediment controls used
onsite in good working order.
❑ Disturbed areas and materials storage areas will be inspected for evidence of or
potential for pollutants entering stonn water systems.
❑ Report to U.S. Environmental Protection Agency within 24 hours any
noncompliance with the SWPPP that will endanger public health or the
environment. Follow up with a written report within 5 days of the noncompliance
event.
ill
STORM WATER POLLUTION PREVENTION PLAN
CONSTRUCTION/IMPLEMENTATION C H E C K L I S T
1. Maintain Records of Construction Activities, including:
❑ Dates when major grading activities occur.
❑ Dates when construction activities temporarily cease on a portion of the site.
❑ Dates when construction activities permanently cease on a portion of the site.
❑ Dates when stabilization measures are initiated on the site.
❑ Dates of rainfall and the amount of rainfall.
❑ Dates and descriptions of the character and amount of any spills of hazardous
materials.
❑ Records of reports filed with regulatory agencies if reportable quantities of
hazardous materials spilled.
2. Prepare Inspection Reports summarizing:
❑ Name of inspector.
❑ Qualifications of inspector.
❑ Measures/areas inspected.
❑ Observed conditions.
❑ Changes necessary to the S WPPP.
3. Report Releases of Reportable Quantities of Oil or Hazardous Materials (if they occur):
❑ Notify National Response Center (1-800-424-8802) immediately.
❑ Notify the Missouri Department of Natural Resources.
❑ Notify the City of Riverside.
❑ Modify the pollution prevention plan to include:
- the date of release.
- circumstances leading to the release.
- steps taken to prevent reoccurrence of the release.
4. Modify Pollution Prevention Plan as necessary to:
❑ Comply with the minimum permit requirements when notified by U.S.
Environmental Protection Agency or Missouri Department of Natural Resources
that the plan does not comply.
❑ Address a change in design, construction operation, or maintenance, which has an
effect on the potential for discharge of pollutants.
❑ Prevent reoccurrence of reportable quantity releases of a hazardous material or oil.
112
STORM WATER POLLUTION PREVENTION PLAN
SPILL PREVENTION CONTROL AND COUNTERMEASURES PLAN (SPCC):
MATERIALS COVERED
The following materials or substances with known hazardous properties are expected to be present
onsite during construction:
Concrete Cleaning solvents
Petroleum based products Concrete additives
Concrete color Fertilizers
MATERIAL MANAGEMENT PRACTICES
The following are the material management practices that will be used to reduce the risk of spills
or other accidental exposure of materials and substances to storm water runoff.
I. Good Housekeeping
The following good housekeeping practices will be followed onsite during the construction
project.
A. An effort will be made to store only enough products required to do the job.
B. All materials stored onsite will be stored in a neat, orderly manner, and if possible,
under a roof or other enclosure.
C. Products will be kept in their original containers with the original manufacturer's label
in legible condition.
D. Substances will not be mixed with one another unless recommended by the
manufacturer.
E. Appropriately dispose of empty product containers.
F. Manufacturer's recommendations for proper use and disposal will be followed.
G. The Contractor will be responsible for daily inspections to ensure proper use and
disposal of materials.
H. If surplus product must be disposed of, manufacturers or local/state/fedeml
recommended methods for proper disposal will be followed.
1. If manufacturer recommends rinsing container before disposal, rinse water used in
container will be disposed of in a manner in compliance with state and federal
regulations and will not be allowed to mix with storm water discharges.
113
STORM WATER POLLUTION PREVENTION PLAN
2. Spill Prevention Practices
In addition to good housekeeping, the following practices will be followed for spill
Prevention and cleanup.
A. Manufacturer's recommended methods for spill cleanup will be clearly posted and site
personnel will be trained regarding these procedures and the location ofthe information
and cleanup supplies.
B. Materials and equipment necessary for spill cleanup will be kept in the material storage
area onsite in spill control and containment kit (containing, for example, absorbent such
as kitty litter or sawdust, acid neutralizing powder, brooms, dust pans, mops, rags,
gloves, goggles, plastic and metal trash containers, etc.).
C. All spills will be cleaned up immediately after discovery.
D. The spill area will be kept well ventilated, and personnel will wear appropriate
protective clothing to prevent injury from contact with the hazardous substances.
CONTROL OF ALLOWABLE NON-STORMWATER DISCHARGES:
Certain types of discharges are allowable under the U.S. Environmental Protection Agency
General Permit for Construction Activity, and it is the intent of this SWPPP to allow such
discharges. These types of discharges will be allowed under the conditions that no pollutants will
be allowed to come in contact with the water prior to or after its discharge. The control measures,
which have been outlined previously in this SWPPP, will be strictly followed to ensure that no
contamination of these non -storm water discharges takes place. The following allowable non -
storm water discharges that may occur from the job site include:
A. Discharges from firefighting activities.
B. Fire hydrant flushing.
C. Waters used to wash vehicles or control dust to minimize offsite sediment tracking.
D. Potable water sources such as waterline flushing and irrigation drainage from watering
vegetation.
E. Pavement wash waters where spills or leaks of hazardous materials have not occurred,
or detergents have not been used.
F. Springs and other uncontaminated groundwater, including dewatering ground water
infiltration.
G. Foundation or footing drains where no contamination with process materials such as
solvents is present.
114
SECTION 3
Erosion Control Plan Sheets
(ECPS) - See Sheet 11 of Drawings
NRCS Soil Map
115
NRCS soil map
Platte county, Missouri (Mo165)
Platte County, Missouri (MO165)
Map Acres Percentof
Unit Map Unit Name In AOI Am
Symbol
36031 Nodaway silt 0.9 48.3%
loam, 0 to 2
percent slopes,
frequently
Flooded
36087 Nodaway slit 1.0 51.7%
loam, 1 to 3
percent slopes,
frequently
Flooded
Totals for Area of 1.9 100.0%
Interest
116
SECTION 4
Inspection Report Form
Record of Stabilization and Major Activities Form
SWPPP Modification Report Form
Project Rainfall Log Form
117
STORM WATER POLLUTION PREVENTION PLAN
Line Creek Trail Connector
City of Riverside
2950NW Vivion Rd
Riverside, MO 64150
Inspection
Does Inspector have Required Training? Y N
Date & Amount of Last Rainfall:
Condition nC
Construction Entrances:
Acceptable
Not Acceptable
N/A
Drop Inlet Protection:
Acceptable
Not Acceptable
N/A
Curb Inlet Protection:
Acceptable
Not Acceptable
N/A
Culvert Inlet Protection:
Acceptable
Not Acceptable
N/A
Outlet Stabilization:
Acceptable
Not Acceptable
N/A
Diversions & Slope Drains:
Acceptable
Not Acceptable
N/A
Stream Crossings:
Acceptable
Not Acceptable
N/A
Slope Breaks:
Acceptable
Not Acceptable
N/A
Sediment Basins:
Acceptable
Not Acceptable
N/A
Sediment Traps:
Acceptable
Not Acceptable
N/A
Check Dams:
Acceptable
Not Acceptable
N/A
Erosion Control Blankets:
Acceptable
Not Acceptable
N/A
Temporary Seeding:
Acceptable
Not Acceptable
N/A
Permanent Seeding:
Acceptable
Not Acceptable
N/A
Surface Roughening:
Acceptable
Not Acceptable
N/A
Dust Control:
Acceptable
Not Acceptable
N/A
Maintenance Required for Deficiencies Identified:
To Be Completed By:
Within 7 Calendar Days, On or Before: 1202 _
These reports shall be kept on file as part of the Stonn Water Pollution Prevention Plan for at least three
years from the date of completion and submission of the Final Stabilization Certification/Termination
Checklist and Request for Termination of a General Permit. A copy of the S W PPP shall be always available
during construction, on the construction site, or pre -approved ofY site location.
118
STORM WATER POLLUTION PREVENTION PLAN
City of Riverside
2950 NW Vivion Rd
Riverside, MO 64150
A record of dates when major grading activities occur, when construction activities temporarily or
permanently cease on a portion of the site, and when stabilization measures are initiated shall be
maintained until final site stabilization is achieved and the Request for Termination of a General
Permit is filed.
Description of Activity:
Location:
Contractor:
Begin Date: End Date:
Stabilization Method: Application
Contractor:
Begin Date: End Date:
Stabilization Method: Application
Description of.
Begin Date: End Date:
Stabilization Method: Application
Description of Activity:
Begin Date: End Date:
Stabilization Method: Application
Description of Activity:
Begin Date: End Date:
Stabilization Method: Application Date:
119
Date
STORM WATER POLLUTION PREVENTION PLAN
Line Creek Trail Connector
City of Riverside
2950 NW Vivian Rd
Riverside, MO 64150
SWPPP MODIFICATION REPORT FORM
Submit To:
City of Riverside
Address:
2950NW Vivion Road
Riverside, MO 64150
Telephone:
816-741-3993
Email:
nbennion(a) iversidemo.eov
Sent Via:
❑ Email ❑ Courier ❑ L S Mail
Authorized Author: Title:
Company: Project Role:
Signature: Date:
Modifications Required to the STORMWATER POLLUTION PREVENTION PLAN:
Reasons for Modifications:
120
p
SECTION 5
Final Stabilization Certification Checklist and Contractor's Certification
123
STORMWATER POLLUTION PREVENTION PLAN
Line Creek Trail Connector
City of Riverside
2950 NW Vivion Road
Riverside, MO 64150
FINAL STABILIZATION CERTIFICATION CHECKLIST
AND CONTRACTOR'S CERTIFICATION
❑ All soil disturbing activities are complete.
❑ Temporary Erosion and Sediment Control Measures have been removed or will be
removed at the appropriate time.
❑ All areas of the Construction Site not otherwise covered by a permanent pavement or
structure have been stabilized with a unifonn perennial vegetative cover with a density of
75%or equivalent measures have been employed.
CONTRACTOR'S CERTIFICATION:
"I certify under penalty of law that all storm water discharges associated with
industrial activity from the identified project that are authorized by NPDES General
Permit have been eliminated and that all disturbed areas and soils at the construction
site have achieved Final Stabilization and all temporary erosion and sediment
control measures have been removed or will be removed at the appropriate time."
Printed
Company
124
SECTION 6
Attachments
Attach here all required record keeping documentation of the SWPPP
125
DIVISION 1 - GENERAL REQUIREMENTS
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 thejob 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.
127
01040 COORDINATION:
A. All construction activities shall be coordinated with all utility owners and the City of Riverside.
Contractor shall be responsible for notifying all utility owners with facilities within the project
limits prior to construction so the utilities can be located and identified.
B. All construction activities shall be coordinated with adjacent property owners affected by
construction of the project to assure access to their properties. Driveways to adjacent properties
shall be accessible at the end of each working day.
C. The Contractor will be responsible for notifying the Resident Project Representative in writing
of the dates when construction will begin and end. The City will notify the school district, fire,
and police departments, and the local newspapers.
D. The Contractor shall be responsible for obtaining all necessary permits, and paying for any and
all inspection and permit fees as required by the City.
E. Proiect 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.
1. 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.
B. Payment: Payment shall be made per lump sum on bid form.
01060 STANDARD SPECIFICATIONS AND PLANS
128
A. General: The work shall conform to the plans and contract specifications as outlined. In case of
conflict, the specifications listed in this document shall take precedence over those listed in the
stated Standard Specifications.
B. Standard Specifications: Except where noted otherwise, the work shall conform to the latest
edition of the Kansas City Metropolitan Chapter of APWA Standard Specifications and Design
Criteria, Division 11 (APWA Standard Specifications) available at the following website:
htto://kometro.apwa.net/chanters/kcmetro/specifications.aso.
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:
ham://kcmetro.ar)wa.net/chapters/kcmetro/specifimtions.asy 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 Forn 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 govem, and the extensions or totals will be corrected accordingly.
129
F. Items for payment will be measured in accordance with the stipulations of these specifications
and as further shown on the drawings. Pay limits given are maximum, and where actual
quantities of work items are less than as computed by said pay limits, the Contractor will be paid
only for the actual quantities.
G. Payment will be made as the sum of the following:
I. 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 mpresentative(s).
A. General: The Contractor shall prepare and maintain a construction schedule for the duration of
the project.
B. Baseline Schedule: The Contractor shall prepare a baseline schedule to be presented to the Owner
for review at the pre -construction meeting. The baseline construction schedule shall be in a form
approved by the Owner and shall include at least the following information for each significant
work item during each phase of the project:
1. Beginning date of Project.
2. Ending date of Project.
3. Beginning Date of Each Phase.
4. Completion Date of Each Phase.
5. Scheduled percentage of completion at the end of each calendar month.
6. Scheduled percentage complete for each phase at the end of each calendar month.
130
The Owner will review the proposed progress schedule, and may require the Contractor to revise
the same if, in the Owners judgment, revisions are required to provide for completion of the
project within the Contract Time.
C. Schedule Updates: In addition to submitting a baseline project schedule, the Contractor shall
update the project schedule prior to each monthly construction progress meeting. The updated
schedule shall show the original baseline schedule, the actual work progress and the estimated
completion of each significant work item for each phase of the project. The updated schedule
shall be distributed to the City at each progress meeting.
D. Payment: No direct payment shall be made.
01330 SUBMITTALS
A. Shoo 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 as noted in KCAPWA. Additional submittals include but are
not limited to the following:
1.1 Utility Conduits
A. Certification that all materials used comply with KCAPWA.
01410 TESTING LABORATORY SERVICES
A. General: Work under this item shall consist of furnishing all materials, labor and equipment
necessary for a private testing laboratory to provide the material testing for items incorporated
into the project. The tests, frequency and reports required to confirm contract compliance shall
be as specified in the KCAPWA Standard Specifications unless otherwise noted below:
One copy of the test results shall be submitted to the Owner electronically within 24 hours of the
test completion.
The testing lab must be agreed upon by the Contractor and the Owner.
131
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. This item shall be considered subsidiary. to the bid
item, "Mobilization".
01567 POLLUTION CONTROL
No open burning will be permitted. See Section 2150 of KCAPWA for erosion and sediment
control, Section 2400 of KCAPWA for seeding/sodding.
Contractor is responsible for maintaining and updating site specific Stormwater Pollution
Prevention Plan.
01570 TEMPORARY TRAFFIC CONTROL
A. 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.
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
132
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.
Sawcut Existing Pavement Full Dew 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: Payment will be made at the contract unit bid price.
01800 ENVIRONMENTAL AND HISTORICAL PROTECTION
A. General: Funding for this project is partially provided by a Recreational Trails Program Grant.
Due to these funds being provided through the Federal Highway Administration, certain project
requirements must be met.
1. Tree removal: No trees shall be removed from June 1 - July 31, the summer roosting
season for Northern Long-eared Bat. No trees shall be removed from April 1 — October
31, the no felling period for Indiana Bat. The April 1 — October 31 timeframe will also
protect Monarch butterflies during their migration.
2. Bald Eagle: Be alert for Bald Eagle nests within 1500 meters of project activities. If a
nest is sited, Contractor shall follow the federal guidelines at this website:
https://www.fws.gov/story/do-i-need-eagle-takc-t)emit.
3. Pallid Sturgeon: Contractor shall not conduct in -stream work that disturbs substrate
between March 15 — June 15.
4. Prevent Invasive Species Spread:
i) Remove any mud, soil, trash, plants or animals from equipment before leaving
any water body or work area.
ii) Drain water from boats and machinery that has operated in water, checking motor
cavities, live -well, bilge and transom wells, tracks, buckets, and any other water
reservoirs.
iii) When possible, wash and rinse equipment thoroughly with hard spray or HOT
water (>140° F, typically available at do-it-yourself car wash sites), and dry in the
hot sun before using again.
133
iv) Equipment initially brought to the project site should be clean. Contractor shall
inspect all equipment prior to it entering the site to ensure there is no plant debris
or seeds from noxious weeds being spread by the equipment. For information
about controlling noxious weeds, see the Missouri Department of Agriculture's
website at httus://agriculture.mogov/plants/nests/noxiousweeds.i)ho.
5. Protect Streams and Rivers: Care should be taken to keep machinery out of the waterway
as much as possible. Work should also be conducted during low flow periods when
possible. If temporary in -channel fill is required to construct this project, Contractor shall
not restrict or interrupt natural stream flow. Culverts of sufficient size should be employed
to avoid water impoundment and allow for fish passage. This project is authorized under
Nationwide Permits 42 and 13. All requirements of these permits shall be met.
6. Historical and Cultural Resource Protection: If cultural materials are encountered during
project activities, all construction shall be halted. Notify the City of Riverside and we will
contact the State Historic Preservation Office for further consultation.
Payment No direct payment shall be made. This item shall be considered subsidiary.
134
DIVISION 2 - SITEWORK
135
02820 SEEDING AND MULCH TYPE
A. General: Contractor shall seed all disturbed areas in accordance with APWA Standard
Specifications Section 2401.
B. Seed Mix: Required seed mix shall comply with Seeding Mix #1 (Turf Areas) from KCAPWA
Section 2401.2.A.I.
C. Mulch Type: Required mulch shall comply with Vegetative Type (cereal straw) from KCAPWA
Section 2401.2.C.1.
D. Payment Direct payment will be made by unit price.
02923 TOPSOIL MATERIAL AND APPLICATION
PART1-GENERAL
1.1 SECTION INCLUDES
A. Final grade topsoil for turf areas.
1.2 RELATED SECTIONS
A. Section 02820 — Seeding & Mulch Type
PART2-PRODUCTS
2.1 MATERIAL
A. Topsoil: On -site topsoil shall be used for turf areas. All topsoil shall be ASTM D5268, natural,
friable, fertile, fine, loamy soil possessing characteristics of representative topsoil in the vicinity
that produces heavy growth to the satisfaction and approval of the Owner's Representative. It shall
not have a mixture of subsoil and contain no slag, cinders, stones, lumps of soil, sticks, roots, trash
or other extraneous materials larger than 1-1/2 inches in diameter. Topsoil must also be free of
plants or plant parts of common bemnuda-grass,johnsongrass, nutsedge, poison ivy, canada thistle,
or others as specified.
1. No plant material shall be planted in soil that has been chemically treated until sufficient time
has elapsed to permit dissipation of all toxic materials. The Contractor shall assume full
responsibility for any loss or damage to the plants arising from improper use of chemicals or
due to his failure to allow sufficient time to permit dissipation of toxic residues, whether or not
such materials are specified herein.
PART 3- EXECUTION
3.1 EXAMINATION
136
A. Before all work in this Section, carefully inspect the installed work of all other trades and verify
that all such work is complete to the point where this installation may properly commence.
1. In case of discrepancy, immediately notify the Owner's Representative.
2. Do not proceed with installation in areas of discrepancy until all such discrepancies have been
fully resolved.
B. Verify substrate base has been contoured and compacted.
C. Weeds that have emerged or persisted shall be removed or eradicated with an acceptable post -
emergent herbicide that is approved in writing by the Owner's Representative.
D. The Contractor shall verify that all turf areas to receive topsoil have been graded to a minimum
slope of 2%before beginning work of this section.
E. The Contractor acknowledges his acceptance of previous related work at the time he proceeds with
the work of this specification Section.
3.2 SUBSTRATE PREPARATION
A. Scarify subgrade to a minimum depth of 4-inches where topsoil is scheduled. Scarify in areas
where equipment is used for hauling and spreading topsoil and has compacted subsoil.
B. Remove stones, sticks, debris, roots, branches, and other extraneous matter measuring over 1-1/2
inches in any dimension.
C. Eliminate uneven areas and low spots.
D. Limit preparation to areas that will be planted promptly after preparation.
3.3 PLACING TOPSOIL
A. Place topsoil in turf areas at the minimum thickness indicated in the schedule on Page 02923-3.
1. Spread topsoil to minimum depth required to meet lines, grades, and elevations shown, after
light rolling and natural settlement. Rake until smooth.
2. Place approximately %, the total amount of topsoil required. Work into top of loosened
subgrade to create a transition layer and then place remainder of planting soil.
B. Topsoil shall not be placed while in a frozen or muddy condition, when the subgrade is excessively
wet, or in a condition that may otherwise be detrimental to proper grading.
C. Fine grade topsoil eliminating rough or low areas. Maintain profiles and contour of subgrade.
D. Remove roots, weeds, rocks and foreign material while spreading.
E. Compact placed topsoil to 85 percent standard proctor density.
F. Remove surplus subsoil from the site. Surplus topsoil shall be wasted on the site at a location
designated by the Owner's Representative.
137
G. Leave stockpile area and site clean and raked, ready to receive seeding. Stockpile area shall be a
location designated by the Owner's Representative.
3.4 GRADING
A. Finish Grading: The finishing of side slopes, cuts and fills shall be to smooth uniform surfaces that
will merge with the adjacent terrain without noticeable break. Finishing shall be done according to
grades shown on the drawings and without variations that me readily discernible.
B. Finish grading shall be done to the lines and grades shown on the drawings. All areas disturbed by
the Contractor during construction operations shall be bladed smooth, shaped, and compacted as
specified hereinbefore.
3.5 TOLERANCES
A. Top of Lawn Area Topsoil: Provide final grades within a tolerance of 1.5-inches when tested with
a 10-foot straightedge.
B. Repair rills and gulleys made by rainfall and runoff.
3.6 PROTECTION
A. Protect turf areas and other features remaining as final work.
B. Protect existing trees, structures, fences, sidewalks, utilities, paving and curbs.
3.7 SCHEDULES
A. Compacted topsoil thickness at the following areas:
1. Turf areas: 6 inches.
3.8 CLEAN UP
A. After the topsoil has been spread and the final grades approved, the site shall be cleared of all
grade stakes, surface trash and other objects that would hinder planting and/or maintenance of
seeding. Paved areas over which hauling operations are conducted shall be kept clean, and any soil
that may be brought upon the surfacing shall be promptly removed. The wheels of all vehicles
shall be kept clean to avoid tracking soil on the surfacing of roads or other paved areas.
3.9 OBSERVATION AND ACCEPTANCE
A. The Owner's Representative will, upon minimum 48 hours notification in writing, make a site visit
to determine acceptability of work. Acceptance shall be given, by the Owner's Representative,
upon satisfactory completion of the work indicated on the drawings and as specified in this section.
B. When the observed work does not comply with the aforementioned requirements, replace rejected
work.
3.10 PAYMENT
138
A. No direct payment will be made.
END OF SECTION
03132 GEOTECHNICAL DATA
A. General: Reference the attached Geotechnical Report from Alpha Omega dated 3/11/2021.
B. Payment: No direct payment will be made.
05120 STEEL PEDESTRIAN BRIDGE & LOAD BEARING PILES
1.0 GENERAL
1.1 Scope
These specifications are for a fully engineered clear span bridge of steel construction and
shall be regarded as minimum standards for design and construction.
2.0 GENERAL FEATURES OF DESIGN
2.1 Span
Bridge span shall be 83'-0" (straight line dimension) and shall be as measured from each
end of the bridge structure.
2.2 Width
Bridge width shall be 10'-6" and shall be as measured from the inside face of structural
elements at deck level allowing for a 10' clear width between pipe hand mils.
2.3 Bridge System Type
Bridge(s) shall be designed as a Continental Connector Truss (or equal), that has one (1)
diagonal per panel and plumb end vertical members. Interior vertical members may be
either plumb or perpendicular to the chord faces.
2.3.1 Bridge(s) shall be designed utilizing an underhung Floor beam (top of floor beam
welded to the bottom of the bottom chord) or be designed utilizing an H-Section
configuration where the floor beams are placed up inside the trusses and attached to the
truss verticals.
2.3.3 The top of the top chord shall not be less than 54 inches above the deck (measured from
the high point of the riding surface) on bike path structures.
139
2.4 Member Components
All members of the vertical trusses (top and bottom chords, verticals, and diagonals) shall
be fabricated from square and/or rectangular structural steel tubing. Other structural
members and bracing shall be fabricated from structural steel shapes or square and
rectangular structural steel tubing.
Unless the floor and fastenings are specifically designed to provide adequate lateral support
to the top flange of open shape stringers (w-shapes or channels), a minimum of one
stiffener shall be provided in each stringer at every floor beam location.
2.5 Attachments
2.5.1 Safety Rails
Vertical safety rails or pickets shall be placed on the structure to a minimum height of
4'-6" above the deck surface. The pickets shall be spaced so as to prevent a 4" sphere
from passing through the truss. Pickets may be placed on the inside or outside of the
structure at the bridge fabricators option. The top of the vertical pickets shall have a
continuous cap angle or some other means to prevent bridge users from cutting or
scraping their hands.
The picket safety system shall be designed for an infill loading of 200 pounds, applied
horizontally at right angles, to a one square foot area at any point in the system.
2.5.3 Toe Plate
The bridge shall be supplied with a steel toe plate mounted to the inside face of both
trusses. The toe plate shall be a minimum of 4 inches high. Toe plating will be welded
to the truss members at a height adequate to provide a 2" gap between the bottom of the
plate and the top of the deck or the top of the bottom chord, whichever is higher. The
span of unstiffened flat toe plating (from center to center of supports) shall not exceed
5'-8"
2.5.5 Rubrails
The bridge will be supplied with a IN 5-1/2" (actual size) naturally durable hardwood
1pe (Tabebuia Spp Lapacho Group) mbrail. Rubmil shall be partially air dried to a
moisture content of 15%to 20%, shall be supplied S4S (surfaced four sides), E4E
(eased four edges), with the edges eased to a radius of 1/8". Measured at 30% moisture
content, the width and thickness shall not vary from specified dimensions by more than
± 0.04 inches. Ends of each piece shall be sealed with "Anchorseal" Mobil CER-M or
an equal aquious wax log sealer.
Rubrails shall be attached flush to the inside face of the bridge truss verticals and
fastened with two carriage bolts at each support location. The span of the rubtail from
centerline to centerline of support shall not exceed 6'-6".
140
The top of the rubrail shall be 4'-6" above the top of the deck (measured at the outside
edge of the deck).
2.5.2 Pipe Handrails
Not required as part of this project.
2.6 Camber
The bridge shall have a vertical camber dimension at midspan equal to 100% of the full
dead load deflection, as to not produce deck slopes at any point on the bridge greater than
2.00%.
2.7 Elevation Difference
The bridge abutments shall be constructed at the same elevation on both ends of the bridge.
2.8 Tethering
The bridge shall be tethered at each abutment with a minimum 3/4" diameter steel braided
cable in order to withstand stream forces.
3.0. ENGINEERING
Structural design of the bridge structure(s) shall be performed by or under the direct
supervision of a licensed professional engineer and done in accordance with recognized
engineering practices and principles. The engineer shall be licensed to practice in the State of
MiaSOurl
3.1 Design Loads
In considering design and fabrication issues, this structure shall be assumed to be statically
loaded. No dynamic analysis shall be required nor shall fabrication issues typically
considered for dynamically loaded structures be considered for this bridge.
3.1.1 Dead Load
The bridge structure shall be designed considering its own dead load (superstructure and
original decking) only. No additional dead loading need be considered.
3.1.2 Uniform Live Load
3.1.2.1 Pedestrian Live Load
Main Members: Main supporting members, including girders, trusses and
arches shall be designed for a pedestrian live load of 90 pounds per square foot
141
of bridge walkway area.
3.1.3 Concentrated Loads
3.1.3.3 A 10,000 pound four wheeled vehicle with the appropriate wheelbase, tire track and
tire print area as shown in the following diagram: (See Table I for the values
corresponding to the selected vehicle.)
INSIDE OF TRUSS
MEMBERS OR CURB � �
U
Ti
DIRECTION F
BRIDGE SPAN
P" WB Pr
REAR !� mI FRONT
Vehicle
Axle and
Wheel
Spaciruzs
Front Wheels
Rear Wheels
Weight
WB
T
PF
L
W
PR
L
W
C�
4,000#
48"
32"
1,0009
2.0"
5.0"
1,000#
2.0"
6,000#
66"
48"
1,500#
2.5"
6.0"
1,500#
2.5"
8,000#
102"
60"
1,600#
3.0"
8.0"
2,400#
3.0"
10,000#
120"
72"
1,000#
3.5"
8.5"
4,000#
3.5"
('C is the minimum dimension from center of wheel to the inside face of truss or curb. )
TABLE
All of the concentrated or wheel loads shall be placed so as to produce the maximum
stress in each member being analyzed. Critical stresses need be calculated assuming
there is only one vehicle on the bridge at any given time. Assumptions that vehicles
only travel down the center of the bridge or that the vehicle load is a uniform line load
will not be allowed.
142
Each four wheeled vehicle load listed in Table I, up to and including the maximum
weight vehicle selected, must be used in determining critical deck stresses. The wheel
distribution for deck design shall be as specified in Section 4.3.1. Stringers shall be
designed for the applied wheel loads assuming no lateral load distribution to adjacent
stringers.
A vehicle impact allowance is not required.
3.1.4 Wind Load
3.1.4.1 Horizontal Forces
The bridge(s) shall be designed for a wind load of 35 pounds per square foot on
the full vertical projected area of the bridge as if enclosed. The wind load shall
be applied horizontally at right angles to the longitudinal axis of the structure.
The wind loading shall be considered both in the design of the lateral load
bracing system and in the design of the truss vertical members, Floor beams and
their connections.
3.1.4.2 Overturning Forces
The effect of forces tending to overturn structures shall be calculated assuming
that the wind direction is at right angles to the longitudinal axis of the structure.
In addition, an upward force shall be applied at the windward quarter point of
the transverse superstructure width. This force shall be 20 pounds per square
foot of deck.
3.1.5 Stream Load
The bridge shall be designed for Meet of water over bridge deck and 6 feet per
second.
3.1.6 Top Chord/Railing Loads
The top chord, truss verticals, and Floor beams shall be designed for lateral wind loads
(per section 3.1.4.1) and for any loads required to provide top chord stability as outlined
in Section 3.3.6; however, in no case shall the load be less than 50 pounds per lineal
foot or a 200 pound point load, whichever produces greater stresses, applied in any
direction at any point along the top chord or at the top of the safety system (42" or 54"
above deck level), if higher than the top chord.
3.1.7 Load Combinations
The loads listed herein shall be considered to act in the following combinations,
whichever produce the most unfavorable effects on the bridge superstructure or
structural member concerned.
143
[DL=Dead Load; LL = Live Load; WL = Wind Load; VEH = Vehicle Load]
DL+LL
DL + VEH
DL+WL
DL+LL+.3WL
DL+VEH+.3 WL
NOTE:For service load design, the percentage of the basic unit stress used for
each combination shall be in accordance with table 3.22.1 A of the AASHTO
"Standard Specifications for Highway Bridges".
It shall be the responsibility of the foundation engineer to determine any additional
loads (i.e. earth pressure, stream force on abutments, wind loads other than those
applied perpendicular to the long axis of the bridge, etc.) and load combinations
required for design of the abutments.
3.2 Design Limitations
3.2.1 Deflection
3.2.1.1 Vertical Deflection
The vertical deflection of the main trusses due to service pedestrian live load
shall not exceed 11500 of the span.
The vertical deflection of cantilever spans of the structure due to service
pedestrian live load shall not exceed 1/300 of the cantilever arm length.
The deflection of the floor system members (floor beams and stringers) due to
service pedestrian live load shall not exceed 1/360 of their respective spans.
The service pedestrian live load shall be 85 PSF, reduced in accordance with
Section 3.1.2.1, but should in no case be less than 65 PSF for deflection checks.
Deflection limits due to occasional vehicular traffic shall not be considered.
3.2.1.2 Horizontal Deflection
The horizontal deflection of the structure due to lateral wind loads shall not
exceed 1/500 of the span under an 85 MPH (25 PSF) wind load.
3.2.2 Minimum Thickness of Metal
The minimum thickness of all structural steel members shall be 1/4" nominal and be in
accordance with the AISC Manual of Steel Constructions"'Standard Mill Practice
144
Guidelines". For ASTM A500 and ASTM A847 tubing, the section properties used for
design shall be per the Steel Tube Institute of North America's Hollow Structural
Sections "Dimensions and Section Properties".
3.3 Governing Design Codes / References
Structural members shall be designed in accordance with recognized engineering practices
and principles as follows:
3.3.1 Structural Steel AASHTO LRFD
American Association of State Highway and Transportation Officials (AASHTO).
Latest Pedestrian Guide Specifications for Pedestrian Bridges.
3.3.2 Welded Tubular Connections
American National Standards Institute / American Welding Society (ANSI/AWS) and
the
Canadian Institute of Steel Construction (CISC).
All welded tubular connections shall be checked, when within applicable limits, for the
limiting failure modes outlined in the ANSUAWS DLL Structural Welding Code or in
accordance with the "Design Guide for Hollow Structural Section Connections" as
published by the Canadian Institute of Steel Construction (CISC).
When outside the "validity range" defined in these design guidelines, the following
limit states
or failure modes must be checked:
* Chord face plastification
* Punching shear (through main member face)
* Material failure
- Tension failure of the web member
- Local buckling of a compression web member
* Weld failure
- Allowable stress based on "effective lengths"
- "Ultimate" capacity
* Local buckling of a main member face
* Main member failure:
- Web or sidewall yielding
- Web or sidewall crippling
- Web or sidewall buckling
- Overall shear failure
All tubular joints shall be plain unstiffened joints (made without the use of reinforcing
plates) except as follows:
145
• Floor beams hung beneath the lower chord of the structure may be constructed with
or without stiffener (or gusset) plates, as required by design.
• Floor beams which frame directly into the truss verticals (H-Section bridges) may
be designed with or without end stiffening plates as required by design.
• Where chords, end floor beams and in high profiles the top end struts weld to the
end verticals, the end verticals (or connections) may require stiffening to transfer the
forces from these members into the end vertical.
• Truss vertical to chord connections.
NOTE: The effects of fabrication tolerances shall be accounted for in the design of the
structure. Special attention shall be given to the actual fit -up gap at welded truss joints.
3.3.4 Wood
American Institute of Timber Construction (AITC), the U.S. Forest Products
Laboratory,
and the American Forest & Paper Association (AF&PA).
Sawn lumber shall be designed in accordance with the ANSI/AF&PA NDS, "National
Design Standard for Wood Construction", as published by the American Forest & Paper
Association or
the "Timber Construction Manual" as published by the American Institute of Timber
Construction (AITC). Design properties for naturally durable hardwoods shall be in
accordance with "Tropical Timbers of the World", as published by the U.S. Forest
Products Laboratory.
3.3.6 Top Chord Stability
Structural Stability Research Council (SSRC), formerly Column Research Council.
The top chord shall be considered as a column with elastic lateral supports at the panel
points. The critical buckling force of the column, so determined, shall exceed the
maximum force from dead load and live load (uniform or vehicular) in any panel of the
top chord by not less than 50 percent for parallel chord truss bridges or 100 percent for
bowstring bridges. The design approach to prevent top chord buckling shall be as
outlined by E.C. Holt's research work in conjunction with the Column Research Council
on the stability of the top chord of a half -through truss. See Appendix A for the
calculation of the spring constant C and the determination of an appropriate K factor for
out -of -plane buckling.
In addition, for the dead load plus vehicle load combination, the spring constant "C"
furnished by the transverse "U-Frames" shall not be less than "C" required as defined
by:
146
C required = I A6 P
L
where P� is the maximum top chord compression due to dead load plus the vehicle load
times the appropriate safety factor (1.5 for parallel chord truss bridges or 2.0 for
bowstring bridges) and L is the length in inches of one truss panel or bay.
For uniformly loaded bridges, the vertical truss members, the Floor beams and their
connections (transverse frames) shall be proportioned to resist a lateral force of not less
than I A 00k times the top chord compressive load, but not less than .004 times that top
chord load, applied at the top chord panel points of each truss. The top chord load is
determined by using the larger top chord axial force in the members on either side of the
"U-frame" being analyzed. For end frames, the same concept applies except the
transverse force is I%of the axial load in the end post member.
For bridges with vehicle loads, the lateral force applied at the top chord elevation for
design of the transverse frames shall not be less than 1 % of the top chord compression
due to dead load plus any vehicle loading.
The bending forces in the transverse frames, as determined above, act in conjunction
with all forces produced by the actual bridge loads as determined by an appropriate
analysis which assumes that the Floor beams are "fixed' to the trusses at each end.
NOTE: The effects of three dimensional loading (including "U-frame" requirements)
shall be considered in the design of the structure. The "U-frame" forces shall be added
to the forces derived from a three dimensional analysis of the bridge.
4.0 MATERIALS
4.1 Steel
4.1.1 Unpainted Weathering Steel
Bridges which are not to be painted shall be fabricated from high strength, low alloy,
atmospheric corrosion resistant ASTM A847 cold -formed welded square and
rectangular tubing and/or ASTM A588, or ASTM A242, ASTM A606 plate and
structural steel shapes (Fy = 50,000 psi). The minimum corrosion index of atmospheric
corrosion resistant steel, as determined in accordance with ASTM G101, shall be 6.0.
4.3 Decking
4.3.1 Treated Fir Decking
4.3.1.1 Wood decking shall he Select Structural Fir planks (Minimum Fb=1,450
psi). Decking to be treated to AWPA standards. Preservative utilized shall be
Alkaline Copper Quatemary (ACQ). Decking shall be treated to a total
147
absorption of 0.40 pounds per cubic foot of wood or to refusal.
4.3.1.2 Wood Decking Attachment
At time of installation, planks are to be placed tight together with no
gaps.
• Every plank must be attached with at least one fastener at each end.
'All fasteners to be zinc plated. Self -tapping screws or hex -head bolts,
with a steel plank holddown, are to be used at the ends of planks. Self -
tapping screws or carriage bolts are to be used as interior connection
fasteners when required. Power actuated fasteners will not be allowed.
• Planks are to be drilled prior to installation of bolts and/or screws.
• In addition to at least one fastener at each end of every plank (typical
for all installations), planks for bridges with widths of 72" to 143" shall
be attached with a minimum of two fasteners at a location approximately
near the center of the bridge width. Bridges wider than 143" are to have
two fasteners located at a minimum of two interior stringer locations,
approximately at the third points of the bridge width.
NOTE: Attachments at the ends of the planks may be modified as required
when obstructions, such as interior safety system elements, prevent installation
of the specified holddown system.
5.0 WELDING
5.1 Welding
Welding and weld procedure qualification tests shall conform to the provisions of
ANSVAWS DLI "Structural Welding Code", 1996 Edition. Filler metal shall be in
accordance with the applicable AWS Filler Metal Specification (i.e. AWS A 5.28 for the
GMAW Process). For exposed, bare, unpainted applications of corrosion resistant steels
(i.e. ASTM A588 and A847), the filler metal shall be in accordance with AWS DI.1,
Section 3.7.3.
5.2 Welders
Welders shall be properly accredited operators, each of whom shall submit certification of
satisfactorily passing AWS standard qualification tests for all positions with unlimited
thickness of base metal, have a minimum of 6 months experience in welding tubular
structures and have demonstrated the ability to make uniform sound welds of the type
required.
148
6.0 SUBMITTALS
6.1 Submittal Drawings
Schematic drawings and diagrams shall be submitted to the customer for their review after
receipt of order. Submittal drawings shall be unique drawings, prepared to illustrate the
specific portion of the work to be done. All relative design information such as member
sizes, bridge reactions, and general notes shall be clearly specified on the drawings.
Drawings shall have cross referenced details and sheet numbers. All drawings shall be
signed and sealed by a Professional Engineer who is licensed in accordance with Section
3.0.
6.2 Structural Calculations
Structural calculations for the bridge superstructure shall be submitted by the bridge
manufacturer and reviewed by the approving engineer. All calculations shall be signed and
sealed by a Professional Engineer who is licensed in accordance with Section 3.0. The
calculations shall include all design information necessary to determine the structural
adequacy of the bridge. The calculations shall include the following:
• All AASHTO allowable stress checks for axial, bending and shear forces in the critical
member of each truss member type (i.e. top chord, bottom chord, floor beam, vertical,
etc.).
• Checks for the critical connection failure modes for each truss member type (i.e.
vertical, diagonal, floor beam, etc.). Special attention shall be given to all welded tube
on tube connections (see section 3.3.2 for design check requirements).
• All bolted splice connections.
• Main truss deflection checks.
• U-Frame stiffness checks (used to determine K factors for out -of -plane buckling of the
top chord) for all half through or "pony" truss bridges.
• Deck design.
NOTE: The analysis and design of triangulated truss bridges shall account for moments
induced in members due tojoint fixity where applicable. Moments due to both truss
deflection and joint eccentricity must be considered.
6.3 Welder certifications in compliance with AWS standard qualification tests.
6.4 Welding procedures in compliance with Section 5.1.
7.0 FABRICATION
149
7.1 General Requirements
7.1.1 Drain Holes
When the collection of water inside a structural tube is a possibility, either during
construction or during service, the tube shall be provided with a drain hole at its lowest
point to let water out.
7.1.2 Welds
Special attention shall be given to developing sufficient weld throats on tubular
members. Fillet weld details shall he in accordance with AWS Dl.1, Section 3.9 (See
AWS Figure 3.2). Unless determined otherwise by testing, the loss factor `Z" for heel
welds shall be in accordance with AWS Table 2.8. Fillet welds which run onto the
radius of a tube shall be built up to obtain the full throat thickness (See Figure 7.1). The
maximum root openings of fillet welds shall not exceed 3/16" in conformance with
AWS DI.1, Section 5.22. Weld size or effective throat dimensions shall be increased
in accordance with this same section when applicable (i.e. fit -up gaps> 1116").
RADIUS OF TUBE TO
BE BUILT UP IN ORDI
TO OBTAIN FULL WE
THROAT THICKNESS
FIGURE 7.1
BUILD UP RADIUS WELD
The fabricator shall have verified that the throat thickness of partial joint penetration
groove welds (primarily matched edge welds or the flare -bevel -groove welds on
underhung floor beams) shall be obtainable with their fit -up and weld procedures.
Matched edge welds shall be "flushed' out when required to obtain the full throat or
branch member wall thickness.
For full penetration butt welds of tubular members, the backing material shall be
fabricated prior to installation in the tube so as to be continuous around the full tube
perimeter, including comers. Backing may be of four types:
150
• A "box" welded up from four (4) plates
+ Two "channel" sections, bent to fit the inside radius of the tube, welded together
with full penetration welds.
+ A smaller tube section which slides inside the spliced tube.
* A solid plate cut to fit the inside radius of the tube.
Comers of the "box" backing, made from four plates, shall be welded and ground to
match the inside comer radii of the chords. The solid plate option shall require a weep
hole either in the chord wall above the "high side" of the plate or in the plate itself. In
all types of backing, the minimum fit -up tolerances for backing must be maintained at
the corners of the tubes as well as across the "flats".
7.2 Quality Certification
Bridge(s) shall be fabricated by a fabricator who is currently certified by the American
Institute of Steel Construction to have the personnel, organization, experience, capability,
and commitment to produce fabricated structural steel for the category "Major Steel
Bridges" as set forth in the AISC Certification Program with Fracture Critical Endorsement.
Quality control shall be in accordance with procedures outlined for AISC certification. For
painted structures, the fabricator must hold a "Sophisticated Paint Endorsement" as set forth
in the AISC certification program. Furthermore, the bridge(s) shall be fabricated in a
facility owned and/or leased by the corporate owner of the manufacturer, and fully
dedicated to bridge manufacturing.
8.0 FINISHING
8.1 Blast Cleaning
8.1.1 Bare applications of enhanced corrosion resistant steels.
All Blast Cleaning shall be done in a dedicated OSHA approved indoor facility owned
and operated by the bridge fabricator. Blast operations shall use Best Management
Practices and exercise environmentally friendly blast media recovery systems.
To aid in providing a uniformly "weathered" appearance, all exposed surfaces of steel
shall be blast cleaned in accordance with Steel Structures Painting Council Surface
Preparation Specifications No. 7 Brush -Off Blast Cleaning, SSPC-SP7 latest edition.
Exposed surfaces of steel shall be defined as those surfaces seen from the deck and
from outside of the structure. Stringers, floor beams, lower brace diagonals and the
inside face of the truss below deck and bottom face of the bottom chord shall not be
blasted.
151
9.0 DELIVERY AND ERECTION
Delivery is made to a location nearest the site which is easily accessible to normal over -the -
road tractor/trailer equipment. All trucks delivering bridge materials will need to be unloaded
at the time of arrival.
The manufacturer will provide detailed, written instruction in the proper lifting procedures and
splicing procedures (if required). The method and sequence of erection shall be the
responsibility of others.
The bridge manufacturer shall provide written inspection and maintenance procedures to be
followed by the bridge owner.
10.0 BEARINGS
10.1 Bearing Devices
Bridge bearings shall consist of a steel setting or slide plate placed on the abutment or grout
pad. The bridge bearing plate which is welded to the bridge structure shall hear on this
setting plate. One end of the bridge will be fixed by fully tightening the nuts on the anchor
bolts at that end. The opposite end will have finger tight only nuts to allow movement
under thermal expansion or contraction.
The bridge bearings shall sit in a recessed pocket on the concrete abutment. Minimum 28-
day strength for the abutment concrete shall be 3,000 PSI. The bearing seat shall be a
minimum of 16" wide. The step height (from bottom of bearing to top -of -deck) shall be
determined by the bridge manufacturer.
Bridges in excess of 100 feet in length or bridges with dead load reactions of 15,000 pounds
or more (at each bearing location) shall have teflon on teflon or stainless steel on teflon
slide bearings placed between the bridge bearing plate and the setting plate. The top slide
plate shall be large enough to cover the lower teflon slide surface at both temperature
extremes.
11.0 FOUNDATIONS
Unless specified otherwise, the bridge manufacturer shall determine the number, diameter,
minimum grade and finish of all anchor bolts. The anchor bolts shall be designed to resist all
horizontal and uplift forces to he transferred by the superstructure to the supporting
foundations. Engineering design of the bridge supporting foundations (abutment, pier, bracket
and/or footings), including design of anchor bolt embedments, shall be the responsibility of the
foundation engineer. The contractor shall provide all materials for (including anchor bolts) and
construction of the bridge supporting foundations. The contractor shall install the anchor bolts
in accordance with the manufacturer's anchor bolt spacing dimensions.
Information as to bridge support reactions and anchor bolt locations will be furnished by the
bridge manufacturer after receipt of order and after the bridge design is complete.
152
12.0 WARRANTY
The bridge manufacturer shall warrant that it can convey good title to the goods, that they are
free of liens and encumbrances and that their steel structure(s) are free of design, material and
workmanship defects for a period of ten years from the date of delivery. Durable hardwood
decking and hardwood attachments shall carry a ten-year warranty against not, termite damage
or fungal decay. Other types of wood and decking material such as Southern Yellow Pine,
Douglas Fir and composites carry no warranty. There are no warranties, expressed or implied
with respect to structures sold hereunder which are used, supplied for use or made available for
use in any nuclear application of which bridge manufacturer has not been notified in writing at
the time of order of the structure(s).
This warranty shall not cover defects in the bridge caused by abuse, misuse, overloading,
accident, improper installation, maintenance, alteration or any other cause not expressly
warranted. This warranty does not cover damage resulting from or relating to the use of any
kind of de-icing material. This warranty shall be void unless owner's records are supplied
which show compliance with the minimum guidelines specified in the "Recommendations for
the Inspection and Maintenance of Steadfast Vehicular Steel Bridges and Continental
Pedestrian Steel Bridges," attached hereto and incorporated herein by this reference.
Repair, replacement or adjustment, at the sole discretion of the bridge manufacturer, shall be
the exclusive remedy for defects under this warranty. Under no circumstances shall the bridge
manufacturer be liable for any consequential or incidental damages.
Any claim under this warranty shall be made promptly and directly to CONTECH Bridge
Solutions Inc who shall have the option, at its sole discretion, to repair, replace or adjust any
covered defect without charge to the original purchaser.
SELLER MAKES NO OTHER WARRANTY WHATSOEVER, EXPRESS OR IMPLIED.
ALL IMPLIED WARRANTIES OF MERCHANTABILITY AND ALL IMPLIED
WARRANTIES OF FITNESS FOR ANY PARTICULAR PURPOSE ARE DISCLAIMED BY
SELLER AND EXCLUDED FROM THIS CONTRACT
STRUCTURAL STEEL PILES FOR PEDESTRIAN BRIDGES:
General
The work of this project shall be performed in accordance with the "Missouri Standard Specifications
for Highway Construction' English Edition, dated 2019 as amended or supplemented herein.
Materials will be accepted on the basis of certification of structural steel compliance and substantiating
test reports famished by manufacturers and/or fabricators.
Field testing will be performed by the consultant according to the requirements of the current Local
Public Agency Manual, provided by the Missouri Highway & Transportation Commission.
153
DIVISION 700
STRUCTURES
SECTION 702 — LOAD -BEARING PILES
Delete Section 702.1 in its entirety and substitute the following:
702.1 Description. This work shall consist of furnishing and driving concrete and steel load -bearing piles
to the bearing and penetration required, at the location shown on the plans.
702.3.1 Driving Equipment. In the fourth sentence, change the words "nominal axial compressive
resistances" to "bearing values".
Section 702.3.5 Hammer Energy.; Delete (b) in the table for Structural Steel and substitute the
following:
(b) 22511-lb/ton times the design bearing value in tons,
divided by the pile batter factor, B, if applicable.
Delete Section 702.4.10 in its entirety and substitute the following:
702.4.10 Dynamic Bearing Formula. The following formulas shall be used as a guide to determine the safe
hearing value of piles when other methods of determination are not specified in the contract documents:
Single acting Hammers. P= 2WH 2W'
(5+0.1) x (W+w)
Double acting hammers and diesel P = 2E 2W'
powered hammers with enclosed rams (5+0.1) x (W+w)
and bounce pressure gauges
All other diesel powered hammers P = 2(0.75E) 2W'
unless tested as specified in Sec. 702.3.1. (5+0.1) x (W+w)
'The value of 2W shall be considered one if 2W exceeds W+w.
(W+w)
P = safe allowable hearing value in pounds.
W = weight of striking part of hammer in pounds.
w = weight of pile and mandrel in pounds.
H = height of fall in feet.
E = manufacturer's rated energy in foot-pounds per blow at manufacturer's rated speed, or in case of
a diesel hammer equipped with a bounce pressure gauge the actual energy shown by the gauge
chart.
S = average penetration in inches per blow for 10 to 20 consecutive blows, measured along the pile
154
batter, if applicable.
Delete Section 702.4.10.2 in its entirety and substitute the following
702.4.10.2 For piles driven to a batter, the safe allowable bearing value, P, in the equations provided in Sec
702.4.10 shall be divided by the pile batter factor, B, in order to calculate the value of S, the average
penetration per blow.
B=0.1 (10-m), pile batter factor
(1+m')
m=the tangent of the angle of batter to a vertical line
Delete Section 702.4.11 in its entirety and substitute the following
702.4.11 Minimum and Maximum Limits of Pile Driving. Piles shall be driven to at least the minimum
tip elevation indicated on the plans. If no minimum tip elevation is shown on the plans, piles shall have a tip
elevation at least 10 feet below the bottom of the supported footing, unless specifically authorized otherwise
by the engineer. Piles other than structural steel piles shall be driven to attain a bearing value no less than
that shown on the plans, determined in accordance with Sec 702.4.10. Structural steel piles shall in general
be driven to practical refusal, which will be defined as a pile bearing value of 1.9 times the design bearing
value. Prior to driving structural steel piles, the contractor shall review the boring logs to determine conditions
of practical refusal. When indication of practical refusal occurs, driving shall cease immediately to avoid
damage to the pile and to reduce the risk of injury. Shells for cast -in -place concrete piles shall not be driven
to a bearing value in excess of 10 tons over the design bearing value.
Delete Section 702.6.6 in its entirety and substitute the following:
702.6.6 Splices. Splices may be required to extend a structural steel or steel shell pile to reach the minimum
design bearing. Any additional splices authorized to achieve the minimum design bearing will be paid for as
an additional 8 feet of pile in place at the contract unit price.
13.0 PAYMENT
Direct payment will be made by unit price.
155