<<

fuPUBLIC MISSOUR I

G RlH" I>' G TOG LT t-! [f,

I Exhibit F I

AGENDA ITEM STAFF ANALYSIS

Project/Issue Name: Resolution #17-R-44 A Resolution of the City Council of the City of Republic, Missouri, Accepting the Bidding Processes and Cooperative Purchasing Terms Between Visu-Sewer of Missouri, LLC and the City of Monett and Carthage Water and Electric Plant and Authorizing the City Administrator to Execute a Contractor Agreement for the Rehabilitation of Sanitary Sewer Infrastructure.

Submitted By: David Brock, Public Works Director

Date: June 6, 2017

Issue Statement

Contract sanitary sewer collection system rehabilitation utilizing cooperative purchasing agreements. Discussion and/or Analysis

Utilizing cooperative purchasing agreements for sewer rehabilitation has proven to be a highly valued means to contract for inflow and infiltration (l&I) work. The 2017 operating budget includes $60,000 for smoke testing and manhole rehabilitation. Under this proposed contract the City will hire Visu-Sewer to perform smoke testing on 30,000 feet of sewer main and install a structural relining on three manholes at a total cost of $29,228.12. The remaining appropriated funds will be utilized for sewer main rehabilitation; the contract for which is expected to be presented to City Council in the near future.

The Contractor Agreement that provides basic structure to govern the work meets all Republic standards. The pricing and technical specifications are associated with awarded competitive bids conducted by the City of Monett (smoke testing) and Carthage Water and Electric Plant (manhole repair and rehabilitation). The bid specifications and executed contracts for both Monett and Carthage included cooperative pricing provisions that allow Republic or other public agencies to piggyback on their formal process. This approach allows us to avoid the delay and expense of preparing detailed technical specifications. The bid prices in these communities are substantially lower than could be expected in Republic since the quantity of work in Monett and Carthage was much greater than is being performed here.

The three manholes to be repaired are located on W. Elm Street and the smoke testing will be conducted in the area between Hwy 174 and the BNSF Railroad.

Recommended Action

Public Works Director David Brock recommends approval of Resolution #1 7-R-44. RESOLUTION NO. 17-R-44

A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF REPUBLIC, MISSOURI, ACCEPTING THE BIDDING PROCESSES AND COOPERATIVE PURCHASING TERMS BETWEEN VISU-SEWER OF MISSOURI, LLC, AND THE CITY OF MONETT AND CARTHAGE WATER AND ELECTRIC PLANT AND AUTHORIZING THE EXECUTION OF A CONTRACTOR AGREEMENT FOR THE REHABILITATION OF SANITARY SEWER INFRASTRUCTURE

WHEREAS, the City of Republic, Missouri, (herein called the "City") is a municipal corporation and Charter City located in Greene County, Missouri, being duly created, organized and existing under the laws of the State of Missouri; and

WHEREAS, the City Council desires to utilize the results of bidding processes and cooperative price agreements from the City of Monett and Carthage Water and Electric Plant; and

WHEREAS, Visu-Sewer of Missouri, LLC, has submitted cost proposals in conformance with the technical specifications and unit pricing as contained in the City of Monett and Carthage Water and Electric Plant price agreement; and

WHEREAS, a contract document has been prepared and reviewed by the City Attorney, setting forth the terms and conditions to govern the proposed work,

NOW THEREFORE, BE IT RESOLVED BY TI:IE CITY COUNCIL OF THE CITY OF REPUBLIC, MISSOURI, AS FOLLOWS:

Section 1. That the bidding procedure and cooperative purchase agreement between the City of Monett, Missouri and Visu-Sewer of Missouri, LLC for smoke testing sanitary sewer facilities is accepted and approved for use by the City of Republic.

Section 2. That the bidding procedure and cooperative purchase agreement between the Carthage Water and Electric Plant and Visu-Sewer of Missouri, LLC for the rehabilitation of sanitary sewer manholes is accepted and approved for use by the City of Republic.

Section 3. That the proposals submitted by Visu-Sewer of Missouri, LLC conforming to said bidding procedures and cooperative purchase agreements is accepted at the unit pricing shown for an estimated contract price of $29,228.12.

Section 4. That David Cameron, City Administrator, is hereby authorized to execute on behalf of the City of Republic, Missouri, a Contractor Agreement with Visu-Sewer of Missouri, LLC, said on with the City Clerk and incorporated herein by reference.

RESOLUTION NO. 17-R-44 RESOLUTION NO. 17~R-44

PASSED AND APPROVED at a regular meeting of the City Council of the City of Republic, Missouri, this 6th day of June 2017.

Jeff Ussery, Mayor

Attest:

Brenda L. Jackson, City Clerk ()

ApprovedastoForm: ,CityAttorney i7. ~ 0~ Final Passage and Vote:

RESOLUTION NO. 17-R-44 M 1 ~ S C) l_J ~ I

GR()\\lfNG TC)GETt1ER

2017 MANHOLE REHABILITATION AND SMOKE TESTING OF SANITARY SEWER CONTRACT DOCUMENTS

VISU-SEWER OF MISSOURI, LLC 7895 ST. CLAIR A VENUE EAST ST. LOUIS, IL 62203 PHONE: (800) 495-6036

SIGNATURE:(}_ ~ JA . ES BOHN, VICE PRESIDENT l\EPUBLIC 1\'\ I'-) \()lJ 11 I

City of Rep11blfr Missouri 2 I 3 North Main Republic, Missouri 65738-1472 Phone: (417} 732-3100 Fax: (417) 732-3149

CONTRACTOR AGREEMENT

THIS AGREEMENT, made and entered into this __ day of , 20 __, by and between Visu- Sewer of Missouri, LLC, hereinafter called ''Contractor," and the City of Republic, Missouri, a municipal corporation, hereinafter called "City."

WHEREAS, the City of Republic desires to engage Contractor for Cured in Place Manhole (CIPM) sewer manhole rehabilitation and Smoke Testing of sanitary sewer mains, hereinafter described on Exhibit A- Description of Work and Notice of Award which is attached hereto and incorporated herein; and

WHEREAS, the Contractor pursuant to a Cooperative Price Agreement with the Carthage Water and Electric Plant (CWEP), Carthage Missouri, and the City of Monett, Missouri, submitted cost proposals received by the City on February 8, 2017, which cost proposal is attached hereto and incorporated herein on Exhibit B Submittal for Unit Pricing; and

WHEREAS, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for the services described in Exhibit A for the City which is attached hereto and incorporated herein;

The City and Contractor agree to the following:

1. Manner and Time for Completion. The Contractor will furnish all superv1s1on, labor, tools, equipment, materials and supplies necessary to perform, and to perfonn said work at Contractoris own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws within the time specified in the contract documents.

2. Terms and Conditions. In addition to the requirements to comply with applicable city, state and federal law, the Contractor shall become familiar with the technkal specifications and requirements for construction projects of the City and shall comply with those provisions applicable to this project.

3. Sales Tax E:xemption. The contract price does not include and the City shall not pay any sales or use taxes on the materials used in the project. Pursuant to the provisions of RSMo. Section 144.062, the City will provide the Contractor with a Project Exemption Certificate and a Missouri Tax Exemption letter from the City of Republic to use in purchasing materials on a tax-free basis. It will be the Contractor's responsibility to provide the documentation to any subcontractor. These documents will be used solely for purchase of materials being directly incorporated into or conswned in the construction of the work under this contract. 4. Payment Shall Not Exceed. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the contract documents upon acceptance of the work by the City and in accordance with the rates and/or amounts stated in the proposal of Contractor received February 8, 2017, which by reference 1s made a part hereof as Exhibit B.

5. Contingency Set Aside. The contract amount set forth in paragraph 4 above may include an amount specified in the Notice of Award which shall be set aside as a contingency allowance. Although the contingency allowance may be included in the total amount of the contract, the Contractor sha11 not be entitled to be paid any portion of the contingency allowance unless and until spedfically authorized by written change order to the City's initial Notice to Proceed. The contingency allowance shall be authorized solely in the event additional work not included or specified in the base bid is required.

6. NOTUSED.

7. Performaeee Bend aBd balun & Materials Payment Bond. The Contractor shall execute a Perfonnanoe Bond and a Labor and Materials Payment Bond with surety approved by the City and on the fomis approved by the City, each bond shall be in the amount of (Not Required) conditioned upon the full and faithful performance of all major terms and conditions of this contract and payment of a11 labor and material supplies. It is further mutually agreed between the parties herete that if at any time after the execution of this agreement and the surety bond(s) hereto attached for its faithful perfonnance and payment ef labor and material SUflpliers, the City shall deem the surety or sureties upon such bond(s) to ee imsatisfactory, or if; for any reason, such bond(s) ceases to be adequate to cover the performance of the ·.vork, the Contractor shall, at its expense, 'Within five (5) days after the receipt of notice from the City to do so, furnish an additional bond or bonds, in such form and amount, and ·.vith such surety or sureties as shall be satisfactory to the City. In Slleh event no further payment to the Contfaetor shall be deemed to be due under this contraet until saeh nev.· oF additional security fur the faithful perfomiance of the ·.vork aB:d the paymerit of la-bor and material suppliers shall be furnished in-a manner and form satisfactory to the City. The corporate surety on any perfom1anee OF paymeRt bond must be licensed by the State of Missouri frftd if the required bead exceeds $25,000 must be listed ffi-th.e United States Treasury Circalar 570.

8. Insurance Requirements. Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall secure and maintain at its own cost and expense, throughout the duration of this Contract and until the work is completed and accepted by the City, insurance of such types and in such amounts as may be necessary to protect it and the interests of the City against all hazards or risks ofloss as hereunder specified or which may arise out of the performance of the Contract Docwnents. The form and limits of such insurance, together with the underwriter thereof in each case, are subject to approval by the City. Regardless of such approval, it shall be the responsibility of the contractor to maintain adequate insurance coverage at all times during the term of the Contract. Failure of the Contractor to maintain coverage shall not relieve it of any contractual responsibility or obligation or liability under the Contract Documents.

The certificates of insurance, including evidence of the required endorsements hereunder or the policies, shall be filed with the City within ten (10) days after the date of the receipt of Notice of Award of the Contract to the Contractor and prior to the start of work. All insurance policies shall provide thirty (30) days written notice to be given by the insurance company in question prior to modification or cancellation of such insurance. Such notices shall be mailed, certified mail, return receipt requested, to: City of Republic, Public Works, 221 North Main, Republic, MO 65738

The minimum coverage for the insurance referred to herein shall be in accordance with the requirements established below:

a. Workers' Compensation Statutory coverage per RS Mo. 287.010 et seq Employer's Liability $1,000,000.00

b. Commercial General Liability Insurance, including coverage for Premises, Operations, Products and Completed Operations, Contractual Liability, Broad Form Property Damage, Independent Contractors, Explosion, Collapse, and Underground Property Damage and endorsed for blasting if blasting required. Such coverage shall apply to bodily injury and property damage on an "Occurrence Form Basis" with limits of Two Million Seven Hundred Sixty-Two Thousand Seven Hundred and Eighty-Nine DoJ1ars ($2,762,789) for all claims arising out of a single accident or occurrence and Four Hundred Fourteen Thousand Four Hundred and Eighteen DolJars ($414,418) for any one person in a single accident or occurrence.

c. Automobile Liability Insurance covering bodily injury and property damage for owned, non­ owned and hired vehicles, with limits of Two Million Dollars ($2,000,000) for alJ claims arising out of a single accident or occurrence and Three Hundred Thousand Dollars ($300,000) for any one person in a single accident or occurrence.

d. Subcontracts. In case any or a11 of this work is sublet, the Contractor shall require the subcontractor to procure and maintain all insurance required in subparagraphs (a), (b) and (c) hereof and in like amounts. Contractor shall require any and all subcontractors with whom it enters into a contract to perform work on this project to protect the City through insurance against applicable hazards or risks and shall, upon request of the City, provide evidence of such insurance.

e. Notice. The Contractor and/or subcontractor shall furnish the City prior to beginning the work, the policy as specified in subparagraph (d), and satisfactory proof of carriage of all the insurance required by this contract, with the provision that policies shall not be canceled, modified or non­ renewed without thirty (30) days written notice to the City of Republic.

f. Pending Legislation. In the event the scope or extent of the City's tort liability as a governmental entity as described in Section 537.600 through 537.650 RSMo. (Supp 1995) is broadened or increased during the term of this agreement by Jegislative or judicial action, the City may require Contractor, upon I 0 days written notice, to execute a contract addendum whereby the Contractor agrees to provide, at a price not exceeding Contractor's actual increased premium cost, additional liability insurance coverage as the City may require to protect the City from increased tort liability exposure as the result of such legislative or judicial action. Any such additional insurance coverage shall be evidenced by an appropriate certificate of insurance and shall take effect within the time set forth in the addendum.

9. Contractor's responsibility for subcontractors. The Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the tenns herein set forth, and insofar as applicable to the work of subcontractors and to give Contractor the same power regarding tennination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relation between the subcontractor and the City or between any subcontractors.

I 0. Liquidated Damages. Time of completion of work by the Contractor is of the essence. Should Contractor, or in the case of default, the surety, fail to complete the work within the time specified in the contract, or within such extra time as may be allowed in accordance with the tenns of this contract, Contractor (or surety) shall be liable to the City in the amount of $200.00 per day for each and every calendar day that the contract remains uncompleted after the time allowed for completion, as liquidated damages, and not as a penalty, it being stipulated that actual damages to the City and the public arising from Contractor's failure to timely complete the work would be difficult, if not impossible, to ascertain. The amount assessed as liquidated damages may be withheld from any moneys otherwise due to Contractor from the City.

1 I. Termination. The City may cancel the contract at any time upon ten (10) days advance written notice if the Contractor is consistently unable to schedule services compatible to the City's required workload schedule or project site. The City may also cancel the contract, at any time, if the Contractor fails to comply fully with the specifications stated herein. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any such breach of the contract by the Contractor.

12. City's Right to Proceed. ln the event this contract is tenninated pursuant to Paragraph 11, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case, the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws.

13. Termination for Convenience of the City. The City shall have the right by written notice to Contractor to tenninate and cancel this contract, without cause, for the convenience of the City, and Contractor shall :immediately stop work In such event City shall not be liable to Contractor except for work performed prior to such notice in an amount proportionate to the completed contract price and for the actual costs of preparations made by Contractor for the performance of the canceled portions of the contract, including a reasonable allowance of profit applicable to the work performed and such preparations. Anticipatory profits and consequential damages shall not be recoverable by Contractor. The Contractor shall make every effort to mitigate cost to the City. The Contractor shall attempt to return for credit any materials purchased by the Contractor for use under this contract. Payments due the Contractor resulting from tennination of contract pursuant to this paragraph shall be offset by any progress payments made by the City to the Contractor.

14. Delay by City. City and Contractor agree that the schedule of services to be provided by the Contractor under this agreement may depend upon timely fulfillment of City responsibilities. lfthe City is unable to provide services and/or facilities as specified in the contract documents, and/or causes delays to the project beyond Contractor's control, the Contractor shall be entitled to an extension of the time for contract completion but such contract time of completion shall be extended no more than one day for each day of delay caused by the City. Any such agreement to modify or extend the time of contract completion shall be made in writing by formal addendum to the contract. The time of application of liquidated damages shall not begin until after the amended date for contract/phase completion. The contract time of completion shall not be extended because of delay caused by the City unless and until the Contractor has notified the City, in writing, that the City has caused a delay; such notice shall be made not later than seven (7) days after the beginning of the delay caused by the City.

15. Guards and Lights. The Contractor agrees that during the perfonnance of said work, it will maintain proper guards for the prevention of accidents and put up and maintain suitable and sufficient lights.

16. Liability and Indemnity.

a. In no event shall the City be liable to the Contractor for special, indirect, or consequential damages, except those caused by the City's gross negligence or willful or wanton misconduct arising out of or in any way connected with a breach of this contract. The maximum liability of the City shall be limited to the amount of money to be paid or received by the City under this contract.

b. The Contractor shall defend, indemnify and save harmless the City, its elected or appointed officials, agents and employees from and against any and all liability, suits, damages, eosts (including attorney fees), losses, outlays and expenses from claims in any manner caused by, or allegedly caused by, or arising out of, or connected with, this contract, or the work or any subcontract thereunder (the Contractor hereby assuming full responsibility for relations with subcontractors), including, but not limited to, claims for personal injuries, death, property damage, or for damages from the award of this contract to Contractor, notwithstanding any possible negligence, whether sole or concurrent, on the part of the City, its officials, agents and employees.

c. TI1e Contractor shall indemnify and hold the City harmless from all wages or overtime compensation due any employees in rendering services pursuant to this agreement or any subcontract, including payment of reasonable attorneys' fees and costs in the defense of any claim made under the Fair Labor Standards Act, the Missouri Prevailing Wage Law or any other federal or state law.

d. The indemnification obligations of Contractor hereunder shall not be limited by any limitations as to the amount or type of damages, compensation or benefits payable by or for the Contractor, under any federal or state law, to any person asserting the claim against City, its elected or appointed officials, agents and employees, for which indemnification is sought.

e. The indemnification obligations herein shall not negate, abridge or reduce in any way any additional indemnification rights of the City, its elected or appointed officials, agents and employees, which are otherwise available under statute, or in law or equity.

f. Contractor affinns that it has had the opportunity to recover the costs of the liability insurance required in this agreement in its contract price. Contractor's obligation under this agreement to defend, indemnify, and hold harmless any person from that person's own negligence or wrongdoing is limited to the coverage and limits of the applicable insurance required of the Contractor under this agreement.

17. Payment for Labor and Materials. The Contractor agrees and binds itself to pay for all labor done and for all the materials used in the construct10n of the work to be completed pursuant to this contract.

18. Contract Documents. The contract documents shall consist of part if not all of the following: a. This Contract b. Exhibit A- Descriptions of Work and Notice of Award c. Exhibit B-Price Submittals dated February 8, 2017 d. Any Duly Executed Change Orders e. Caiihage Water and Electric Plant (CWEP), Carthage, Missouri; Manhole Repair and Rehabilitation Contract #WW-MB.REHAB 10.2016 dated November 40, 2016 and City of Monett, Missouri; Supplemental Contract Renewal Agreement No. 2 To Contract Agreement dated August 20, 2014 f. Visu-Sewer Technical Specifications for each task type g. Missouri Division of Labor Standards, Wage Order No. 23 for Greene County

This contract, together with the other documents enumerated in this paragraph, forms the contract between the parties. These documents are as fully a part of the contract as if attached hereto or repeated herein.

19. Subsurface Conditions. Contractor agrees that no information has been provided concerning subsurface conditions and the Contractor is solely responsible for determining or anticipating the subsurface conditions at the job site.

20. General Independent Contractor Clause. This agreement does not create an employee/employer relationship between the parties. It is the parties' intention that the Contractor will be an independent contractor and not the City's employee for all purposes, including, but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, Missouri Revenue and Taxation laws, Missouri Workers' Compensation and Unemployment Insurance laws. The Contractor will retain sole and absolute discretion in the judgment of the manner and means of carrying out the Contractor's activities and responsibilities hereunder. The Contractor agrees that it is a separate and independent enterprise from the public employer, that it has a full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This agreement shall not be construed as creating any joint employment relationship between the Contractor and the City, and the City wi11 not be liable for any obligation incuned by the Contractor, including but not limited to unpaid minimum wages and/or overtime premiums.

21. Prevailing Wage. Not less than the prevailing hourly rate of wages, as set out in the wage order attached to and made part of the specification for work under the contract, must be paid to all workers performing work under the contract (see Section 290.250, RSMo, enclosed in the laws section). The contractor will forfeit a penalty to the contracting public body of $100 per day (or portion of a day) for each worker that is paid less than the prevaj}jng rate for any work done under the contract by the contractor or by any subcontractor (see Section 290.250, RSMo, enclosed in the laws section). For detailed information on rules and occupational titles, see 8 CSR 30-3.010 through 3.060 (enclosed in the laws section, Code of State Regulations-Prevailing Wage rules) 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 (as measured by the United States Bureau of Labor Statistics), only Missouri laborers (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 detennined by the Labor and Industrial Relations Commission), (see Excessive Unemployment section), may be employed under the contract, except that other laborers may be used when Missouri laborers or laborers from non-restrictive states are not available, or are incapable of perfonning the particular type of work involved, if so certified by the contractor and approved by the contracting officer. (See Sections 290.550 through 290.580, RSMO).

2L Transient Employers. Every transient employer, as defined in Section 285.230, RSMo., must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: (I) The notice of registration for employer withholding issued to such transient employer by the Director of Revenue; (2) Proof of coverage of Worker's Compensation Insurance or self-insurance signed by the transient employer and verified by the Department of Revenue through records of the Division of Worker's 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 notices required by this section are posted as required by that Statute.

23. Nonresident/Foreign Contractors. The Contractor shall procure and maintain during the life of this contract;

a. If the Contractor is a foreign corporation, a certificate of authority to transact business in the State of Missouri from the Secretary of State, unless exempt pursuant to the provisions of Section 351.570 RSMo. b. A certificate from the Missouri Director of Revenue evidencing compliance with the transient employer financial assurance law, unless exempt pursuant to the provisions of Section 285.230 RS Mo.

24. E-Verify and Safety Training Compliance Requirements. All Bidders/Contractors for contracts exceeding five thousand dollars 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 with the contracted services. Every such business entity shall also sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. Such Affidavit of Compliance shall be submitted with the bid on the forms included in these Contract Documents. Subsequent to award, each subcontractor shall complete an Affidavit of Compliance to the same. Subcontractor affidavits shall be submitted to the Owner. Bidders are infonned 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 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.

25. Safety Training. The contractor shall provide the following safety training: 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.

a. Require its on-site employees to complete a construction safety program within sixty (60) day after the date work on the Project commences. b. Acknowledges and agrees that any of the Contractor's employees found on the project site with 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. c. Require all of its Subcontractors to comply with the requirements of this section and Section 292.675 RSMo.

26. Notice of Penalties for Failure to Provide Safety Training. The contractor shall be liable for penalties for failure to provide safety training as follows:

a. Pursuant to Section 292.675, RSMo, the 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 the Contractor or its Subcontractor, for each calendar day, or portion thereof. Such on-site employee is employed without the construction safety training required in Paragraph 25(a) above. b. The penalty described in this section shall not begin to accrue until the time periods described in Paragraph 25(a). and (b). have elapsed. c. Violation of Paragraph 25 above and imposition of the penalty described in this Section shall be investigated and determined by the Missouri Department of Labor and Industrial Relations.

27. Payment Withheld for Violations of Safety Training Provisions. In the event that the Missouri Department of Labor and Industrial Labor Relations has determined that a violation of Section 292.675, RSMo, has occurred and that a penalty as described in Section 26 a. shall be assessed, the Owner shall withhold and retain all sums and amounts due and owing when making payments to the Contractor.

28. Occupational License. The Contractor shall obtain and maintain an occupational license with the City of Republic, Missouri. The cost for this occupational license shall borne by the Contactor. No contract shall be executed by the City until this occupational license has been obtained.

29. Assignment. The Contractor shall not assign any interest in this contract, and shall not transfer any interest in the same (whether by assignment or notation), without prior written consent of the City thereto, provided, however, that claims for money due or to become due to the Contractor from the City under this Contract may be assigned to a bank, trust company, or other financial institution without such approval. Notice of such assignment or transfer shall be furnished in writing promptly to the City and the bond surety. Any such assignment is expressly subject to all rights and remedies of the City under this agreement, including the right to change or delete activities from the Contract or to terminate the same as provided herein, and no such assignment shall require the City to give any notice to any such assignee of any actions which the City may take under this agreement.

30. Conflict of Interest. In accepting this contract, Contractor certifies that no member or officer of its firm or corporation is an officer or employee of the City of Republic, Missouri, or any of its boards or agencies, and further that no officer or employee of the City has any financial interest, direct or indirect, in this contract. All applicable federal regulations and provisions of RSMo. Section 105.450 et seq. shall not be violated.

31. Nondiscrimination. The Contractor agrees :in the perfonnance of this contract not to discriminate on the grounds or because of race, creed, co]or, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 32. Notices. All notices required or permitted herein under and required to be in writing may be given by FAX or by first class mail addressed to City and Contractor at the addresses shown above. The date of delivery of any notice given by mail shall be the date falling on the second full day after the day of its mailing. The date of dehvery of notice by FAX transmission shall be deemed to be the date transmission occurs, except where the transmission is not completed by 5:00 p.m. on a regular business day at the terminal of the receiving party, in which case the date of delivery shall be deemed to fall on the next regular business day for the receiving party.

33. Waiver. No provision of the contract documents shall be construed, expressly or by implication, as a waiver by the City of any existing or future right or remedy available by law in the event of any claim of default or breach of contract.

34. Entire Agreement. This agreement contains the entire agreement of the parties. No modification, amendment, or waiver of any of the provisions of this agreement shall be effective unless in writing specifically refening hereto, and signed by both parties.

35. Jurisdiction. This agreement and every question arising hereunder shall be construed or determined according to the laws of the State of Missouri. Should any part of this agreement be adjudicated, venue shall be proper only in the Circuit Court of Greene County, Missouri. IN WITNESS WHEREOF, the panies hereto have set their hands on the day and year herein stated.

APPROVED AS TO FORM

Ron Dirickson, City Attorney

DEPARTMENT HEAD CERTIFICATION CITY OF REPUBLIC, MISSOURI l hereby certify that this contract is within the purpose of the appropriation to which is to be By: charged and that there is an unrestricted balance to the credit of such appropriation sufficient to pay Davi

David Brock, Public Works Director EXHIBIT A

DESCRIPTION OF WORK AND NOTICE OF AWARD

DATED: ----- TO: Visu-Sewer of Missouri, LLC c/o James Bohn 7895 St. Clair Avenue East St. Louis, IL 62203

PROJECT: Republic, MO 2017 Sewer Manhole Rehabilitation and Smoke Testing of Sewer Mains

DESCRIPTION OF WORK: 2017 Sanitary Sewer Manhole Rehabilitation. Rehabilitate by the use of Cured-In-Place Manhole (CIPM) Liners for three (3) sewer manholes. The purpose of Smoke Testing existing sanitary sewer mains is to locate defects which are causing or could cause inflow/infiltration of storm water, soil erosion, and degradation to the sewer system.

You are notified that your Proposals dated February 8, 20 l 7, for the above Contract has been considered and authorized. Your proposals, under the Carthage Water and Electric Plant (CWEP), Carthage Missouri, and the City of Monett Bid Specifications are awarded for all of the work described by these documents.

The Contract price, based on the submitted unit pricing, of your contract is estimated at

Twenty-Nine Thousand Two Hundred Twenty-Eight Dollars and Twelve Cents ($29.228.12)

Four copies of each of the proposed Contract Documents accompany this Notice of Award.

You must comply with the following conditions within ten business days of the date of this Notice of Award, that is by , 2017.

1. You must deliver to the Owner four fully executed counterparts of this Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover sheet. The date on the Contract Agreement must be left blank and will be filled in by the OWNER.

2. You must deliver with the executed Agreement Performance and Payment Bonds and Certificates of Insurance as specified in the Sections 7 and 8, respectively, of the Agreement.

Within 10 days after you comply with these conditions, OWNER will return to you two fully signed counterparts of the Agreement with the Contract Documents attached.

You are required to return an acknowledged copy of this Notice of Award to the Owner,

Date: ____ David Brock, Public Works Director ACCEPTANCE OF NOTICE ACCEPTANCE OF NOTICE

Receipt of the foregoing Notice of Award is hereby acknowledged thisZ~ ~ay of_A____ f_,__r_:___,i (--~-- 2017. s:;;~~-----

EXHIBIT A EXHIBIT B PRICE SUBMITTAL Ver 3 8/27116

Proposal for Cured-In-Place-Manhole (CIPM) liners

To: Craig Lusby From: Barry Howell City of Republic, Missouri Visu-Sewer of Missouri, LLC 915 N. West St. 7895 St. Clair Avenue Republic, MO 65738 East St. Louis, IL 62203 417.732.3140 (800) 495-6036

Date: 2/8/2017 Project: Lining (3) Manholes with CIPM

Visu-Sewer of Missouri LLC is pleased to provide the following quotation for:

D Sewer Cleaning 0 CCTV Services 0 Grouting: Test/Seal D Grouting: Structures D Grouting: Lateral Sealing D Smoke Testing D Manhole Inspection 0 Cementitious Coatings 0 Epoxy Coatings 18! CIPM Structural lining D Other Services Describe:

Project Pricing P<1y Item Description Unlt(s) U/M Unit Price Total 1 Mobilization 1 LS $ 4,065.00 $ 4,065.00 2 Base Price 0-8 VF - 3 Manholes 3 EA $ 4,710.00 $ 14, 130.00 3 Additional Footage in Excess of 8' 2 VF $ 405.00 $ 810.00 4 $ - 5 $ - Total $ 19,005.00

Notes to this proposal:

1. Visu-Sewer will provide labor, material and equipment required to complete the work per the project specifications, 2. Project Notes: a) Project based on Carthage Water and Electric Plant (CWEP} state piggy back contract for CIPM; all engineering requirements, bonds, insurance and other stipulations of the CWEP contract apply, b) Price based on field investigations of three manholes indicated by the City of Republic; pricing for

V1su-SEWER oF M1ssouRJ, LLC ,. 7895 ST. CLAIR. AVENUE EAST ST. Lours, IL 62203 .. TOlL FR.EE 800.495.6036 (0) 618.397.9840 (F) 618.397.0098 * EQUAL El

additional manholes (if any) is dependent on additional field investigations, c) City of Republic must replace frames and covers with standard frames and covers on all three manholes prior to our mobilization as current units are totally corroded by H2S, d) Visu-Sewer mu.st complete all 3 structures on one mobilization to get the piggy back price, e) Visu-Sewer will not line inverts due to force main flows unless City of Republic can guarantee four (4) or more hours down time period for rehabilitation, f) Quoted prlce includes building up manhole benches to allow Visu-Sewer to line manholes while pipe is flowing. 3-,----0 Ligtlt CleaAiAg? J'.vJs 1u1&se5 '"less with tlle &ewerjette:= RSMe,lJie&e, 4.,..-g Heav.,. CleaAiAg? /'AeFe th&R tws pesses with Ute sewerjeUet RfJ*~'e/hsse er if reot ewftiRg i5 FefllJi."8&. Hesvy e.'es191'1g t&tes wJ!! app.')' ts the eRti3'e #Re segmMt1 §, 0 Tit'l'le a A El Materials? .0.-:ieiRg .is pfH't te pelt '6w1ilis11 te thejekite fllllibsdf), There is s fs1Jr(4} heur min.'mwm b,1/-!ing; if v~Fk heuFs ~eed/flllf helAts sn f1 gi~e11 tiB'f, the 1!ie11t wiU lie llWedJer •!""eight hew HYr G, g Da•t Rate/l1o1mp Sum? lhe werk -i1.u1,ea will he aeFte uA a "da'/ rate l.Jasis" er a ''lwmp swm basis" as llWeted abeve a Ad penalRiAg 1:111 this spe&ific jab, +. lf'Jlsll Sewer is reqwiFed te previde a beAa, please aed twe perceRt (2Y') te tkese prieeSJ 8. CITY OF REPUBLIC shall provide water from nearby hydrants at no charge to Visu-Sewer, 9. CITY OF REPUBLIC shall provide a dump site for captured debris at no charge to Visu-Sewer, 10. [2l Basic traffic control is included in this proposal, 11. 0 Traffic E0Atral fer d~is prejed: is a se13arate eRarge item eA tf:1is 13ro13esal as Aeteei abo¥e, 12. CITY OF REPUBLIC is required to provide all permits, water meter/permits, traffic control beyond cones and signs, 13. CITY OF REPUBLIC shall provide access to all manholes and expose these manholes before our mobilization. 14. CITY OF REPUBLIC to provide replacement manhole c.overs for any damaged during removal process at no cost to Visu-sewer, 15. 181 Prevailing Wages: Rates are based upon prevailing wages and include Davis-Bacon provisions, OR 0 MalRt@RaAee Wages; Rates are eased 0A FtHliAtef'laAee -.vages aAEI 00 ~IOT INCHJE)E Oavis BaEeA pravisiaAs, 16. Rates quoted are based upon award of the entire proposal and all aspects will be .self-completed by Visu· Sewer.

If you have questions concerning this proposal, please contact Barry Howell (barry@visu­ sewer.com) or James Bohn ([email protected]) at 618.397.9840.

All material guaranteed to be as specified. AU work to be completed in a substantial workmanlike manner accon:!ing to specifkations submitted, per srandard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements are contingent upon strikes, accidents or delays beyond our control. Owner shall carry fire, tornado and other necessary insurance. Our workers are fully covered by Workmen's Compensation Insurance. This proposal may be withdrawn if not accepted within 30 days of issue. Time and material rates are charges "port to port". Terms - Net 30 days.

V1su-SEWER OF MISSOURI, LLC

* 7895 ST. CWR AVENUE EAST ST, LOUIS, IL 62203 •TOLL FREE 800.495.6036 (0) 618.397.9840 (F) 618.397.0098 *

EQllAL IHPLOYHE/tT OPPOR.TUNITY/AfflRNATIVE ACTlON IMPLO~R Ver J; 8127 /16

Acceptance of Proposal The above prices, specifications and conditions are satisfactory and are hereby accepted. Visu-Sewer of Missouri LLC is authorized to do the work as specified.

Date: ______Signature: ______

JF THIS PROPOSAL MEETS YOUR APPROVAL, PLEASE SIGN AND FAX A COPY TO 601.608.7887 OR. ·1 618.397.0098 TO AUTHORIZE VISU-SEWER TO DO THIS WORK. ~-_J

I A/J/JreYielions: I I EA= p1r eec/J --GAi.-=-pe:-IJil/ltm-- HK~ /Jourlyor per__ "o._'ll._.,. __ 1..s._=_~_'Ump_s_um __ °'_'-'_Y_=_rla.-1/yrat~ l I Lf= //near foot -·- ·_ _ Sf= fool_ _ __lB_'D_=_to /Je rlelermirlerl VF= nJrti'cal fool __

V1su-SewEROF Mtssouru, LLC

~ 7895 ST. CLAIR AVENUE EAST ST. LOlJIS, IL 62203 *TOLL FREE 800.495.6036 (0) 618.397.9840 (f) 618.397.0098., EQUAL EHPLOYHENT OPPORTIJN1TY/Aff1RMAT1Vf ACTlON ENPLOYBI Ver 3 6/27116

Proposal for Smoke Tes1ting

To: Craig Lusby From: Barry Howell City of Republic, Missouri Visu-Sewer of Missouri, LLC 915 N. West. St. 7895 St. Clair Avenue Republic, MO 65738 East St. Louis, IL 62203 417.732.3140 (800) 495-6036

Date: 2/8/2017 Project: Smoke Testing - City of Republic

Visu-Sewer of Missouri LLC is pleased to provide the following quotation tor:

D Sewer Cleaning D CCTV Services 0 Grouting: TesUSeal D Grouting: Structures D Grouting: Lateral Sealing 181 Smoke Testing 0 Manhole Inspection 0 CementiUous Coatings 0 Epoxy Coatings 0 CIPM Structural Lining 0 Other Services Describe: ------Project Pricing Pay Item Description Unit(s) U/M Unit Price Total 1 Mobilization 1 LS $ 2,123.12 $ 2,123.12 2 Smoke Testing 30,000 LF $ 0.27 $ 8,100.00 $ - Total $ 10,223.12 ______.. ______

Notes to this proposal:

1. Visu-Sewer will provide labor, material and equipment required to complete the work per the project specifications, 2. Project Notes: a) Pricing is based on Monett, Missouri piggy back contract, b) Pricing is based on a minimum requirement of 30,000 LF smoke testing, c} Smoke testing includes: detailed printed reports of f indings, GPS coordinates (X/Y} of all defects, painting of defects, and JPEG photos of defects. Visu-Sewer will also post public notices in the area of work prior to beginning the smoke testing, d) Monett contract pricing dependent on City doing a minimum of 30,000 LF of smoke testing

Vxsu-SEW!R OF MISSOURI, LLC

* 7895 ST. ClAIR AVENUE EAsT ST. LOUIS, IL 62203 *TOLL FREE 800.495.6036 (0) 618 .397.98'10 (F) 618.397.0096 ~ EQUAL EHPLOYHENT OPPORTUNITY/NRRHATIVE ACTION ElofPLOYER. Ver 3. 6127116

~ LigAt Cleaning? WJ9 p115-5e& 9J< Jess vii~ the 5ewerjetter R9H.'e/h95e-, 4. g Heavy Cleaniflg? Mer-e llfefl twe pll&sH wJt#r tire sewerjetter 149al£fl'lsse st jf 1eet st1Hmg i5 reftlliFeEi.

HefiWY Ele;mfng ."'1tes wiU flPfJJ)' ts #le entl-Fe .!iRe segRtJet1t1 .§..-[J Tiffie an a Mate rials? P'4si11g f5 pelt te peJ:t fe11F slltlp tB the je8site fJRd tuakJ, TheJ

qweted abffe aAd pertail'lil'lg te this spesifit jeb1 7. If Visu-Sewer is required to provide a bond, please add two percent (2%) to these prices, 8. CITY OF REPU8blC shall pre•1iee water frem Fiearby hyarants at ne cl:targe ta \!is"' Sewer, 9. CITY OF REPUBLIC shall previEle a dump site for captwred debris at ne charge te Visu Sewer, 10. l:!9 Basic traffic control is included in this proposal, 11. 0 Traffic eantrel fer this prejeet is a separate ekarge item eR tl'lis 13re13esal as neteEl abe·1e, 12. CITY OF REPUBLIC is required to provide all permits, water meter/permiu. traffic control beyond cones and signs, 13. CITY OF REPUBLIC shall provide access to all manholes and expose these manholes before our mobilization. 14. CITY OF REPUBLIC to provide replacement manhole covers for any damaged during removal process at no cost to Visu-Sewer, 15. ~ Prevailing Wages: Rates are based upon prevailing wages and indude Davis-Bacon provisions, OR D MaiAte1HAte \~ges1 Rates are easeel eA maiRteAaAce wages aAel DO NOT INCLUi:>E Da't·is BaeeA 19revisiens, 16. Rates quoted are based upon award of the entire proposal and all aspects will be self-completed by Visu­ Sewer.

If you have questions concerning this proposal, please contact Barry Howell (barry@visu­ sewer .com) or James Bohn [email protected]) at 618.397.9840. ------·------·---·---··-----··

All material guaranteed to be as specified. Alf work to be completl!d in a substantial workmanlike manner according to specifications submitted, per standard practices. Any alteration or deviation from above specifications involving extra costs will be eJCecuted only upon written orders, and will become an eictra charge over and above the estimate. All agreements are contingent upon strikes, accidents or delays beyond our control. Owner shall carry fire, tornado and other necessary insurance. Our workers are fully covered by Workmen's Compensation Insurance. This proposal may be withdrawn if not accepted within 30 days of is~ue. Time and material rates are charges "port to port". Terms - Net 30 days.

Vrsu-SEWER. OF MISSOURI, LLC '° 7895 ST. 0.JuR AVENUE EAsT ST. LOUIS, IL 62203 *TOLL FREE 800."195.6036 (0) 618.397.9840 (F) 618.397.0098 * EqUAl EllPlOYHENTOPPORTllNITY/»FlR.HATJVEACTION EHPLOYEll. Ver 3: 8127116

Acceptance of Proposal The above prices, specifications and conditions are satisfactory and are hereby accepted. Visu-Sewer of Missouri LLC is authorized to do the work as specified.

Date: ------Signature:------,F THIS iifio"PcisAL MEETS YOUR APPROVAL, PLEASE SIGN AND FAX"iCOP-YTO 601:60B.7887 OR - -· l 618.397.0098 TO AUTHORIZE VISU·SEWER TO DO THIS WORK.

I A!JbrBviations:

I EA= per each GAL= per gallon Hll::: hourfr orper hour LS=fumpsum OAY=rlailyra/e I LF= linear loot SF= square !Doi __ _ 180= ID be rle!erminerl YF= wrlica//DOI

Vrsu~SEWER OF MISSOURI, LLC

• 7895 ST. Cl.AIR AVENvE EAST ST. LOUIS, ll 62203 "'TOLL FREE 800.495.6036 (0) 6l8.397.9840 (F) 618.397.0098 •

~QVAL ENl'WYHENTOPFORTVNlTY /AFFlR>IATI\IE ACTION ~HPLOYEll I\EPUBLIC

f\. \ I \ ~ ( ' l I I~ I

City ofRepublic Mi~·s

NOTICE AND INSTRUCTIONS TO BIDDERSNENDORS REGARDING SECTIONS 285.525 THROUGH 285.550 RSMO, EFFECTIVE JANUARY 1, 2009

Effective January 1, 2009, and pursuant to the State of Missouri's RSMO 285.530(1 ), No business entity or employer shall knowingly employ, hire for employment, or continue to employ an unauthorized alien to perform work within the State of Missouri.

As a condition for the award of any contract or grant in excess of five thousand dollars by the state or by any political subdivision of the state (e.g., City of Republic, MO) to a business entity, the business entity (Company) 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 with the contracted services. Every such business entity shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. [RSMO 285-530(2))

The City of Republic, Missouri, in order to comply with sections 285.525 through 285.550 RSMO, requires the following bid and contract documents:

Required Affidavit for Contracts Over $5,000.00 (US)- Effective 1-1-2009, Company shall comply with the provisions of Section 285.525 through 285.550 RS.Mo. Contract award is contingent on Company providing an acceptable notarized affidavit stating:

1. that Company is enrolled in and participates in a federal work authorization program with respect to the employees working in connection with the contracted services; and

2. that Company does not knowingly employ any person who is an unauthorized alien in connection with the contracted services.

Copies of affidavit can be found and downloaded on the City of Republic Missouri Public Works website; http://www.republicmo.com/i mages/stories/departments/public works/affidavit-for-contracts-employment-legality.pdf See attached sample

Additionally, Company must provide documentation evidencing current enrollment in a federal work authorization program (e.g., electronic signature page from E-Verify program's Memo of Understanding (MOU). See attached sample

The City of Republic encourages companies that are not enrolled and participating in a federal work authorization program to do so. E-Verify is an example of this type of program. Information regarding E-Verify is available at http://www.dhs.gov/xprevproUprograms/gc 1185221678150.shtm or by calling 888-464-4218. CITY OF REPUBLIC, MISSOURI

AFFIDAVIT OF COMPLIANCE WITH SECTION 285.500 R.S.MO., ET SEQ. FOR ALL AGREEMENTS IN EXCESS OF $5,000.00

EFFECTIVE 11112009

STATE OF::S:.\\ 1~~' ~ ) ) SS. COUNTY OF Chi:Jtl1 sot-\ )

Before me, the undersigned Notary Public, in and for the County of fr,A. cl 1 5.o~ , State of:l.-\\1'-'01 '=> , personally appeared ---Socne> 8.c;,\..2 (Name) whois\hv'2rt.::.1clc.....,;°' (Title)of V150-5eptA. or (n\SSDL)L\ kL.C. (Name of company), (co1poration), (partnership), (sole proprietorship), (limited liability company), and after being duly sworn did depose and say:

(1) that said company is enrolled in and participates in a federal work authorization program with respect to the employees working in connection with the contracted services; and

(2) that said company does not knowingly employ any person who is an unauthorized alien in connection with the contracted services.

The terms used in this affidavit shall have the meaning set forth in Section 285.500 R.S. Mo., et seq.

Documentation of participation in a federal work authorization program is attached to this affidavit. ~

oh Printed Name

Subscribed and sworn to before me this:)../ day of_--'-/----'~•V'-'-'-'-'_.._j ___, _d-_O_l7__

Notary P lie ,_."""!!.!!!~------~MJOHNSON I 1/17 OFFICIAL SEAL My commission expires: /;9 No1ary Public, Staie o! Illinois I ' My Comm1ss1on EKpt1es • November 17 . 2019 Company ID Number: XXXXXX

The foregoing constitutes the full agreement on this subject between the SSA, OHS (Department of Homeland Security), and the Employer.

The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and OHS respectively.

To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify 0 perations at 888-464-4218. \ ".:,~ . f)J-.! ... .,.. ./ \ ~ \ .\ r" \ Employer, Your Comp'J.il.me ,,.. , r·)\ \ - - .... ' ! '\J \ .. ___ ,~} ~f\S) ' \ \ -­ John Doe \ :....; \,..i. \ f l\ - j Name (Please type or prin ,.J. , . f \ r \ jf+--+itle_':.....,...... ,_· ---- J ./. \..1), _..+J ... \

Electronically Signed . \ t \ ;:rr -').,- I .,,J.\ •~... · r~·__. "!.c•' -= \. -~_J .\. ::; Signature ~ \ \ j ~ ~j -:=-"" - . 'r· \. \ !a~. r}r '_) ..1 )r\~-~...J_. .... £tib _,. .,}, "''""" \ f '· ,.) ...... \ \~ 5VJ~ . n . -'. 0 '::_) , ~., ~ "' Department ot.Hcrhi,l!~curity Division ~ ~ .s ~::s ..... UsCI ~ification Division me (Please type or print) Title

Electronically Signed Signature Date -'~.er1 -, ~------. ~-1@.~

Company ID Number: 618487

THEE-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING

ARTICLE 1

PURPOSE AND AUTHORITY

This Memorandum of Understanding (MOU) sets forth the points of agreement belw'een the Department of Homeland Security (OHS) and VISU~SEWER OF MISSOURI, LLC {Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E­ Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of OHS, the Social Security Administration (SSA), and the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so chooses.

Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (llRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, ''Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor with the FAR E-Verify clause") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended.

ARTICLE JI

FUNCTIONS TO BE PERFORMED

A. RESPONSIBILITIES OF SSA

1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens.

2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process.

3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed

Page 1 of 14 I E-Verify MOU for Employer I Revision Da1e 09/01/09 www.dhs.gov/E-Verify Company ID Number: 618487

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 ).

4. SSA agrees to provide a means of automated verification that is designed (in conjunction with OHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry.

5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that ls designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and non-citizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 1O days may be necessary. In such cases, SSA will provide additional verification instructions.

B. RESPONSIBILITIES OF OHS

1. After SSA verifies the accuracy of SSA records for employees through E-Verify, OHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: • Automated verification checks on employees by electronic means, and • Photo verification checks (when available) on employees.

2. OHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of OHS representatives to be contacted during the E-Verify process.

3. OHS agrees to make available to the Employer at the E-Verify Web site and on the E-Verify Web browser, instructional materials on E-Verify policies, procedures and requirements for both SSA and OHS, including restrictions on the use of E-Verify. OHS agrees to provide training materials on E-Verify.

4. OHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. OHS 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.

5. OHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by employees with DHS's database.

6. OHS agrees to safeguard the Information provided to OHS by the Employer, and to limit access to such information to individuals responsible for the verification of employees' employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorfz:ed by applicable Jaw. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and

Page 2 ol 14 I E·Verify MOU for Employer I Revision Dale 09/01109 www.dhs.gov/E~Verify Company ID Number: 618487

Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements.

7. OHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry.

8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest OHS tentative nonconfirmations and photo non­ match tentative nonconf1rmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to OHS, unless DHS determines that more than 10 days may be necessary. In such cases, OHS will provlde additional verification instructions.

C. RESPONSIBILITIES OF THE EMPLOYER

1. The Employer agrees to display the notices supplied by OHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system.

2. The Employer agrees to provide to the SSA and OHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify.

3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual.

4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify. B. Failure to complete a refresher tutorial wilt prevent the Employer from continued use of the program. 5. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: • If an employee presents a "List 8" 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 888-464-4218.

• If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form 1-766 (Employment Authorization Document) to complete the 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 photocopy must be of sufficient quality to allow for verification of the photo

Page 3 of 14 I E·Verify MOU ror Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 618487

and written information. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A, or list Band List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool.

6. The Employer understands that participation ln E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 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 2748 of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E-Verify; (3) the Employer must notify OHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1, 100 for each failure to notify OHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1 )(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form 1-9 and E-Verify system compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law.

7. The Employer agrees to initiate E-Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after the Form l-9 has been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual, or in the case of Federal contractors with the FAR E-Verify clause, the E-Verify User Manual for Federal Contractors. The Employer is prohibited from initiating verification procedures before the employee has been hked and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is 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. Employers may initiate verification by notating the Form 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available.

8. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article 11.D.1.c. Except as provided in Article 11.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses the E-Verify system for any purpose other than as authorized by this MOU, the Employer

P;ige 4 or i4 IE-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 618487

may be subject to appropriate legal action and termination of its access to SSA and OHS information pursuant to this MOU.

9. The Employer agrees to follow appropriate procedures (see Article lll. below) regarding tentative nonconfirmations, including notifying employees in private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article lll.B. below) to contact DHS with information necessary to resolve the challenge.

10. 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. § 27 4a.1 (I)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or OHS automated verification system to verify work authorization, a tentative nonconflrmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non-match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, 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 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or OHS has been completed and a final nonconflrmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non-match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not worlc; 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 or OSC at 1-800- 255-8155 or 1-800-237-2515 (TDD}.

11. The Employer agrees to comply with Title Vf1 of the Civil Rights Act of 1964 and section 2748 of the lNA, as applicable, by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B{a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or 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 unfair !mmigration­ related employment practices provisions in section 2748 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 VII may also lead to the termination of its participation in E­ Verify. 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).

Pege 5 of 14 l E-Veriry MOU for Employer I Revision Dale 09/01/09 www.dhs.gov/E-Verify Company ID Number: 618487

12. 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.

13. The Employer agrees that it will use the information it receives from SSA or OHS pursuant to E-Verify and this MOU 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 OHS for legitimate purposes.

14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that 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.

15. The Employer agrees to cooperate with OHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting OHS and SSA, upon 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 timely and accurate manner to OHS requests for information relating to their participation in E-Verify.

0. RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FARE-VERIFY CLAUSE

1. The Employer understands that if it is a subject to the employment verification terms in Subpart 22.18 of the FAR, it must verify the employment eligibility of any existing employee assigned to the contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors. Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify.

a. Federal contractors with the FAR E-Verify clause agree to become familiar with and comply with the most recent versions of the E-Verify User Manual for Federal Contractors and the E-Verify Supplemental Guide for Federal Contractors.

b. Federal contractors with the FAR E-Verify clause agree to complete a tutorial for Federal contractors with the FARE-Verify clause.

c. Federal contractors with the FAR E-Verify clause not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify at the time of a contract award must enroll as a Federal contractor with the FAR E-Verify clause in E-Verify within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate verification of employment eligibllity of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor with the FAR E-Verify clause, the Employer must initiate verification of employees assigned to the contract within 90 calendar days from the time

Page 6 of 14 I E-Verily MOU for Employer I Revision Date 09J01/09 www.dhs.gov/E-Verify \~t ~ 1111111.,! -~er1-fy. _____' "Q... "'' . Q'Iv'•""'" "

Company ID Number: 618487 of enrollment in the system and after the date and selecting which employees will be verified in E-Verify or within 30 days of an employee's assignment to the contract, whichever date is later.

d. Employers that are already enrolled in E-Verify at the time of a contract award but are not enrolled in the system as a Federal contractor with the FAR E-Verify clause: Employers enrolled in E-Verify for 90 days or more at the time of a contract award must use E-Verify to initiate 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 3 business days after the date of hire. Employers enrolled in E-Verify as other than a Federal contractor with the FAR E-Verify clause, must update E-Verify to indicate that they are a Federal contractor with the FAR E­ Verify clause within 30 days after assignment to the contract. If the Employer is enrolled in E­ Verify 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 initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor with the FAR E-Verify clause in E-Verify must initiate 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.

e. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E-Verify clause 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 pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E-Verify clause may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article 11.D, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local and tribal governments, and sureties.

f. Verification of all employees: Upon enrollment, Employers who are Federal contractors with the FAR E-Verify clause 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 new employees and those existing employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by OHS and initiate E­ Verify verification of all existing employees within 180 days after the electlon.

g. Form 1-9 procedures for existing employees of Federal contractors with the FAR E· Verify clause: Federal contractors with the FAR E-Verify clause may choose to complete new Forms 1-9 for all existing employees other than those that are completely exempt from this process. Federal contractors with the FAR E-Verify clause may also update previously completed Forms 1-9 to initiate E-Verify verification of existing employees who are not completely exempt as long as that Form 1-9 is complete (including the SSN), complies with Article 11.C.5, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form

Page 7 ol 14 I E-Verlfy MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify -Verify______& :~

Company ID Number: 618487

1-9 complies with Article 11.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed. or if the Form 1-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article ll.C.5, or update the previous 1-9 to provide the necessary information. If section 1 of the Form 1-9 is otherwise valid and up-to­ date and the form otherwise complies with Article 11.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired subsequent to completion of the Form l-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article 11.C.5, subject to any additional or superseding instructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in this section shall be construed 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 with the FAR E-Verify clause.

2. The Employer understands that if it is a Federal contractor with the FARE-Verify clause, 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. ARTICLE Ill

REFERRAL OF INDIVIDUALS TO SSA AND OHS

A. REFERRAL TO SSA

1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by the E-Verify system and provide it ta tile employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private.

2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit tile Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it.

3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system-generated referral letter and instruct tile employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of tile referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E-Verify system regularly for case updates.

4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA.

Page 8 or 14 ! E-Verify MOU for Employer I Revision Dale Oll/01/09 www.dhs.gov/E·Verify Company ID Number: 618487

B. REFERRAL TO OHS

1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the E-Verify system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private.

2. Jf the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non-match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. The Employer must review the tentative nonconflrmation with the employee in private. 3. The Employer agrees to refer individuals to OHS only when the employee chooses to contest a tentative nonconfirmation received from OHS automated verification process or when the Employer issues a tentative nonconftrmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it.

4. If the employee contests a tentative nonconfirmation issued by OHS, the Employer will provide the employee with a referral letter and instruct the employee to contact OHS through its toll-free hotline (as found on the referral letter) within 8 Federal Government work days.

5. lf the employee contests a tentative nonconfirrnation based upon a photo non-match, the Employer will provide the employee with a referral letter to OHS. OHS 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. The Employer agrees to check the E­ Verify system regularly for case updates.

6. The Employer agrees that if an employee contests a tentative nonconflrmation based upon a photo non-match, the Employer will send a copy of the employee's Form l-551 or Form 1-766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mall account (paid for at employer expense).

7. If the Employer determines that there is a photo non-match when comparing the photocopied List B document described in Article 11.C.5 with the image generated in E-Verify, the Employer must forward the employee's documentation to OHS using one of the means described in the preceding paragraph, and allow OHS to resolve the case.

ARTICLE IV

SERVICE PROVISIONS

Page 9 of 14 IE-Verify MOU for Employer I Revision Date 09/01/09 www .dhs.gov/E-Verify -.'~er1-f"------•• 3.:. •... ~ ~,~,.,~.

Company ID Number: 618487

To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 888-464-4218. -, I mployer VISU-SEWER OF MISSOURI, LLC

AMES SERKETICH---- Name (Please Type or Print)

~'"·'1/19/2012 ignature pate

------Department of Homeland Security - Verlfication Division

SCIS Verification Division ame (Please Type or Print) ------~-it-le______

SI ned 11/20/2012 ------~~Da~te----~ -· ------1

Information Required for the E-Verify Program Information relatin ------

!SU-SEWER OF MISSOURI, LLC ------~

AST ST LOUIS, IL 62203

Company Alternate Address: I _j ! Count or Parish: AINT CLAIR J -~---;------

Employer Identification Number: ~--

Page 12 ol 14 I E-Veriry MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify -Verify_____ • ~

Company ID Number: 618487 ----·------North American Industry ·1 Classification Systems I Code: 37

Administrator: L_~ ------

Oto 99

Number of Sites Verified for: 1

re you verifying for more than 1 site? If yes, please provide the number of sites verified for n each State:

ILLINOIS site(s)

Information relating to the Program Administrator(s) for your Company on policy questions or operational problems:

Name: JAMES SERKETICH Telephone Number: (262) 695 - 2340 Fax Number: (262) 695 - 2359 E-mail Address: jUn.@visu-s ewer .com

Name: SHERRY BOHN Telephone Number: (618) 397- 9840 Fax.Number: (618) 397 - 0098 E-mail Address: [email protected]

Name: VALERIE PACE Telephone Number: (2 62) 695 - 2340 Fax Number: {262) 695 - 2359 E-mail Address: valerh:@visu-sewer.com

Name: JAMES BOHN Telephone Number: (618) 397. 9840 Fax NW11ber: (618) 397 - 0098 E-mail Address: [email protected]

Page 13 of 14 IE-Verify MOU for Employer J Revision Date 09/01109 www.dhs.gov/E-Verify Company ID Number: 618487

Page 14of14 IE-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify (r 1/ II tJ v ~,_ I ' )} 1 I "I I /l I Ii I

1NVITATIOl\I Jt'OJ{ HIU MANll01.J1; IU:PA IH /\ND Rl1:1 JABI LlTJ\TION NUM JJEH f/WW··Mll .lll•:I I/\ Bf 0.7,0 I (1

Cnrlhngc Wntcr & Ekctrir. Pinnt in Cmlhaf~c, Missouri is ncccpting ~i~nlctl Uitls HI ih~ lkctdv111g Builcling, 300 South River S1rccl, Carlhngc, Missouri 6lM3Ci on or bdorc Ji'l'iJn11110 ei;t~blish an ililalion for mn11.h0Jcs.

lllD DUE ])ATE: 2:0 0 p .M. (CST) NOVgMmm 1$, 20 l 6 CAHTllA

Bid J.>ocmncuCs nuiy be ol.Jlnincd by cn!ling 11 J'/-23 '/·'130 J, cxL 1JJ I or al the ( :nrthagc Water & Electric Plant liccciving OOice re1t.

l'lellSC •lh·N~l nlJ h11111M('S to: l(clli .'ilinchrooJ< .. PurcJ1nsi11g AgNl( Cnl'lhnnc WntC'J' ~~Electric Plaut l;s Ii 11 t•h roolt(a)1•\\'t•p. rn111 .. 11 l '/.. 'J.3'/ ..'/J'),~; I•' 1l I'J ..z:n:1:MO TAnJ ,T~ OF CONTF.NTl·i

(~OVER SHEJ'!'f •••t••ttU"f"tt•ttt1•••••'••u•t1u11t••••••u••••••U••••••••••Jtn11;1t••••u•n•1t•t1H111t..,tt1J1111u1utt1••1J

SUMMAH Y INFORM/\TION /\NI> :-ilJBMISSJON OF BJlJS ...... ,3

OliNl!ltAL...... ".''''11111• .. •••••t. ti It ••• ••U•••·~ •• ,, ••'4111 •'4 I' ...... h•t•UA ...... , ••• 6

PRODUC'fS ...... ~··••••4•••••t••••··························"···•••.lo•••••••••••h••••··· · ·····.,, ...... 1...... ,'4.0•I•••········ J0

EXECUTJQN '"''''''*•••••••••••••••••••••••••••••••••••••••••••• 111•ttt•tt•••••••••••••ut•••••••H••••••••••••t1n1••••1•4 r•••••••• 12

JJELlVEI<.ABLES AND PAYMEN'fS ...... ,...... ,... ,...... ,.• ,,.t .. •••••••U•UtlUt-ltl& ...... 16

STANDARD TEltMS AND CONDITIONS ., ...... 1 ...... , ...... ,...... U"Uh11IO•u•••111uu1u J8

SPECIAi~ IDRMS AND CC)Nl)J"fJClNS ...... 1····················,·~····· ... ·•••t1l••••1••i••••11••·········••1••• ... 23 Sl~CTION 1: SUMMARY INFORMATION AND SUHMJSSJON ()Ji' nms

1. lnh•oducflou C1nth11gc. Willet' & Elec1ric Plant (hcrfjinnfler "CW&EP) is a 1nunicipally·owned utillty Joc11tcll in Cnrlh11ge, Mii:;i:;oul'i. CW&EJI J>rovide.~ clcctl'ic, wlltcr~ wastcwlllcr. nnd com1mmicntion set'\•ice!i lo lhc City of Cn.rlhagc m1d employs flPJ>l'C>xim01cly 67 incllvldunls,

2, ObjccOvc The objtcti\'c or' thi.'f lnvitnlion for Hid is to nwnrd n con Imet to cstnblish nn unmml rencwnhlc

ngrccmonl for mnin1c1umcc1 repnil' nlt(l reh11bUi1ntlon for CW&HP'ii manhrojcct is identified, n Purclrnsc Order wi11 be jssued. The J>urcluitie 01·clc1· will define.the scope of woi·k nnd costs for the specific pmject. The Purclmsc Otdcr for the specific project will become n )lorl of lhe coulmcl, ·

3, Co11f!•nct Awa1•(l CW&HP Blt'Ongly p1·cfcrs owarding lhis contmcl ton firm that cnn hnndle nll of the req\1ired work. Ho\lrovcr, CW&EP i"C.Sc1·ves tlle l'lght to nwnl'd nmJliple eoutnicls nnd/otto hire addltlonal contt·ttcto1~s) at nny point dul'ing the life of lhe contmc<, shoulc.l the need nl'iso And the chosen bidder is unable to comJ>lete 1he t'cqulrcd work in a mruuicr ncccptnble lo CW&BJ>. .

4. Fol'mafloll of Cont1•nct with Successful Dlddc1· The contmc! to be enlereondence between the J>nrlies regnt'ding this IFB.

AnyChing cnlled fol' by one of lho conlrn.ct documents and not c11lled for by the otliers shnll be of like effect as if required orcnllcy nll, cxcej)t thnl" J>l'Ovislon clenrly designed to negate or fllter" J)J'OVision co11tnlned In one 01· more of the olhc1· conll"ucl c.looumc11ts shRll have the intended errecl.

By submitting n bld jn respom;e lo this sollcibdion, (he Biddcl' agrees to '111 'forms, Condltlons,

und to the Spccific1tlion section contnincd horofo1 mtlcss and excepl us olhetwi.Ne noted HS n11 exception in the Bidder's bid. Any tcnns oncl conditions llml tho Bidder pl'Oposcs lo use musl be submlUed ft!! J>nrt ofthe Md. Ternm and conditions 1mbmiUcd by a Hiddct ofter the solicitotiou clmdng date slu11i 11ol be acc.eplcd rn1d will not be considered J(w locol'j)Ol'llllou into thti terms of the U\Vl\l'(lcd COllll'RCt.

3 5. Term of Contrncl The proposed conlrncl would hnvo 111\ inili<1I term of one (I) ycllr; with the OJ>lio11 to extend ihc conlrue1 !Or rom ('~) mldHiomil one (I) yc1u periods for n to!nl of five (5) yenrs. All conlrucl extensions will be based on pnsl pcrformnnce nno nny price ntOuiHmeuls t'equestc

6. 0Jlc..;t Vulucu Uhl 11;,•nhmtion Ci·Hcl'ltt The objcclivc of lhls 6olioilntlou is to obtniu 1hc scrvicos of tho best qunlificd conirnclor 111 thll

best value. Awm-d will be bnsc

R. An1111nl Ecionomic },rice Adjustment Conlmelm· may submit R l'cquost for co111rnct prJec fnerenses 011ce mmunl1y at the t-cnevml point for ench l'enewnl yenr, Such requests musl be 8ubmllted not less thnn thhty (30) days J>rlor to tl1e end of the then-cunenl conlrAct year.

9. Net Prices All prices must he net and shnll inulude, without excc1>llon, all chat'GCS tlu1t may be JlllJ)Oseil in fuHilling lhc lcrms of(bls InvJt(ltiou and filly resulting contmct. TI1e prices omwed, should they be accepted nnd n co11trnct nwm'ded, shall remnin firm for the JlCl'iocl of the co11lmcl.

10. Hands CW&El' may l'CCJllil'C on acceptnblo pcrformnuce bond for some projecls nssignetl to the Contractot'. The cost of lllly l'e

1J.Qnc.~tlons1md Comuumtcnf h:lns All conlacl between pro~1>ectivc Bidders 011d CW&EP with res1>ect to this sollcltotion wlll be in wdtlug lhroug.h lhc Purchnshi.g Office. Ques!lon8 concerning 1his solicirution Rre due by the dendline for queidions i;hown on lhe cover 1>11gc. Misinlcr1>rclnH011 of spccificnlions shnll 1101 relieve 1he Co11trnclor(s) of responsibility to perform. Substantive qucsllous umst be submiHed

iu w1·iti11g vln mniJ, oxpross mni11 e-mnli, line, eto, 1 10 lhe nllonlion oflhe J>urcha.sing Agent li111cd on the cover pnge, by the tlemlline spccilicd on tho CCrly submiUcd $Ubstontlvc questions will be 1-es11omled lo in writing, iu tho form of rui nddcnd111n t(l the ~olicitoHon. F11ilure to submit ques!ions or lo otherwise seek clnriticnlion(s) by lhe deuclline for submitting quc.'ilions ~hall constitute n waiver or nny pote11linl clnhn hy the Hidder/Conlraelot·. 4 15. D~fhiltJon!l A. Accephmcc: the fomrnl decision by CW&EI' lo sclccl u wi1111i11g bid nml/or npprovc n quote issued there1dler. B. Award: .sluill have the snme n1cti1ti11g ns Hncceptm1cen, C. fiid: the rcsponso by u Bidder lo this hwilatiou foJ' Bid. D. nicktcr: ttl\)' pcrso11, bu~incss, ol'gAnization, orothc1' cnllly submitting n rm1p0Mc lo thi~ I FB. li. Conlmctol': the successl\11 l>Jdder receiving n conlrncl os n rcsull oflhis sulicftulion. F. DefnuH: when eilhel' pnrly lilils lo lhlfill ils contrnctmd obfigntioJls. G. Ocnernl M<1llflgcr/Supcrintcnde1tl: 1hc CW&EP employee nssigned to 1his prqjccl for )llll]>Osc.'l of oversight of the project, nu

focsimile 1 01· by cerlificd or rcgMc1·cd m!'til to lhc indlvJdunl m· entity for whom It Js intended. I. Owner: C1wthagc Wntcr & El~lric Plan! (CW&EP). J. Pmjcct: shall J1ave (ho s11mc mc1111lng ns uwork", K. Pmjcet Acceplm1ce: the pohu in time when CW&EP confirms in writing tbac the con(ract hns been completed us conlmcle

items not specified, indicntcd1 or clescrlbed which can be reasonnbly infcrl'cd us belonging to the it~m described 01· indicnted or 11s required by indusll'y pl'actlce, custom 01• ~migc to com11Jete the project tts proposed by the Bicldcl' nttd ncoopted by CW&IlP,

SECTION 2: GENERAL

1. Smnmary The Intent of1hls work Is to provide for rccn11s1n1ctiou of uumhoJcs nncl other sfruch1rcs hy 1ho inslullalion of H rosin·huprognated tJcxil>lc tube viii t1 process commonly referred lo us Curcd·ln~PJnce (CIP) or Cmcd~Jn-l'luce-Mnnhole (CIPM). TJlis tube 01· rn11torial shnU be

inse11ed into the host structure nml ex1)andcd to fit tightly 11g11lnst 1hc wnlls1 benches, mullol' inverts 01· othcl' suJ'fttctli or said stmch1rc(s) by the use of nil' pre1m1m. The resin system shall tbcu be cui·cd by elcvnting the tempemture oflhe nlr use

2. Sco1>e CJf Wol'l1. A. Prc1>1wnlion nnd ln!l11ection · · Aflcr cleaning 1md rcmovo! of debris, lhc structure shnll be inspec!ed by the Conlrnclor (o Mcntify ouy lcnks, oclivc service 111ternls, or o!her pipes 1111d

6 nppu1·1cr111nccs connected to lhc stnwlure. The Conlmclor shall scfll 11ll lcnks evident with n suitnblc chemil'al grouti11g nrnkriul und plug or bypnss othct' flows nnd pipes ni.; necess11ry to begin !he CJ PM process.

B. Jntcllt ... The intent of CIPM lining i!{ tt) restore the strucll1rnl integrity of the host slrucim~ hy providing 11 hot ufr cured mntcl'iol thnt Jmnhrntcs or bonds to lhe host :-Jtnwturc'll wtill{s). This liner· is intcndc

1 C. Bypnss l umpl11g-Thc Conlructor :-.hnll provide such piping, pumping1 connections, fiUlngs, nnd other nppurtemmces u~ rn:ccssary lo bypass flows. There shn1 I he no disn1p1lon of llow lo tho cxisling lines Cllllsc uction.

D. Rcins(ntcment of J .ntcrfllx 1rnd Com\Cclions -This work inchrde:; the rcinslnlcntcnl of llll J11turnh,: Hild other comt~tions thnt mny be tClllJ)Ot'm·Uy blocked tis n result of lhc Cf PM process. The CoC to place these cow1eclions bnek in sel'vice ns 8oon as practicable nftcr CW&EP tho cu1fog pmcess Js complete.

E. Schedule of Wol'k Hours~ The Coutmctot' shnll work dudn~ lhe hours of 7:00 AM to 7:00 PM Mondny lhrougb Fddny. Iftherc is fl need for nt\er~hom':l work 01· weekend work> p1'ior consent shaU be obluined from CW&EP.

P. Traffic Control - The Coutni.ctor sbnll be solely responsible for Hll :iignago, flagging, cones, JlCL'SonncJ ru1d llll)' other ite111 or peniol\l\el rcquil'cd for lrnffie control.

3, Rcfc1·c11ccs

A. Ame1ic1ut Sociely fOl' Tc11Ung and Materials (ASTM): B. ASTM D63H Shmd111xl Tesl Method for Tensile Slrenglh C. ASTM 0790-97 St11.11dnrd Test Methods for Flcxurnl Strength and Flexunll Modulus D. ASTM D-5813 Stondard Speciflc11lion fo1· C\ll'e

ASTM-D-790 Plcxurn! Stren~th 22,000 psl PJexurnl Modulus 900.0001>sl ASTM-D-638 'J'c11sllc Sfrcnglh 12>000 psi T.!ngineet'Cd Life Expcclnncy JOO Ycnrs l11stultulio11 Warrnnly S Ycnrs Mll!cdnts Wnrmnty 20 Yearn •

., 4. J>1·c-Q11Rllfk1'ltion imd Ap1u·ovsil A. Prc-ApJJroval of Proclncls ~ 'fhc ~ystcm pro)Josed (m11lerfr1I:;~ 111clhodi., nnd workmnnshlp) must he pmvcn fhl'Ough previous snccessfitl insl<1llationi; lo on extent nnd nnture snlisfnctory to CW&EP. Only prcvlous installtilions th111111·c commensumle with thl: size of 1hc c11rnml pmjcl.'t being ))J'Oposcd sh nil be considered fh1· a1>provut put'poscs. Since CJPM is intended Co hnv~ none hundred (l 00) yell!' design life, only pl'Oducts deemed IO hnvc this performance :.hull be uc1..-cplcd. All products uml ins1t11lcrn 11\Wlf he prc-tipprovc

U. Critcrin fo1· Acceplmtcu ~ Products nncl Tnitlflllors seeking flJ)j)l'O\lnl must mccl {!]/of the following criteria lo bo dcemc

I. Cc11incnUoll - The Conh'1tct(ir !ihall sllJJl>ly onglnccriug cc1·1Hiculion thul the llnlng system design should pmvidc n one hundred ( 100) )'CUI' Ji fo l'iCt'Vicc fo n stnttcltWd Wltfilcwatcr collcclion system envfrcmmcnt. 2. AOidnvit of Tes! Results -Contrnctorshnll submit lhe Mflnutacturcrts itftldnvJt, wllh the ttccompnnying Ulird J>11t1y tesl dnta, showing that the pl'oclucl meets or exceeds the

pbysicnl 1>rotlerdes named l1ercln on l'nbl.c J1 Test Pmperly Volues, nnd that the CIPM Jiner mnleriH.l has passed a thhiy (30) dny chemical immcrslon lesl h1 twenly percent (20 %) sulfurfo ncld concenlrntion w1th less 1ha11 a twenty pc1~11t(20%) loss in flexural modulus, 3. Experience Documeulcd -The Contrnetot· shnll submit Manufocturer's oxpcl'ience quflllficalion affidavjt tbnt the p1'0duct 1>1·oposed h11s been successfu1Jy used Jn wastewntcr stmctures for 11 minimum period of 1O·yerws in wnstcwnter coJfection systems, Including 5 refel'cnc~ where the pl'oduct hns been ins In lied for a minimum of ten (10) ycal'S. Reference shoU JncJude the nRme and address off he cllent~ dnte of instnllntion, co1ttrict person, und phono number. 4. Altemnle Product Data~ Any Rlle.mntlvc product being imbmittcd for JlrC*t1pprovol must pl'Ovldo third parly test certifiontiotl thal the Jll'Oducl 11ht1.ll meet or exceed the physical proporties nnmecl herein h1 Seel ion 1.04.E, Table l Test Properly Values. PmJloscd Jll'oducl and Contruclor muse nlso meet or exceed the instullation slflndards, exper]ence and J>crfornrnncc quollflcotions ns herein dcsct'ibcd In this SJ>ccJficntion. S1m1y and hand nppHed co111ings slmll not be considered fo1· use on this project. 5, W1urnnty • Any p1<1duct med must Jlrovidc wntrtmty 1hnt infiltmU011, furthc1· deterlornllon and mot intrusion shnll be prevented for the warnmcy period. Snld wafl'lllll)' shall be non-p1'01·nted for a tninimum twcnty (20) ycnrs 0.11 mnterinls nnd five (5) years for htbot, 6. Financhll Mc1111s rmd RcJnte

co11sidet'(ld Commercinlly Pmven, the Imilntlct· must sntisf)' nll lnsmitnce; f1nunciul 1

nnd bonding requh'y CW&JW, ooc11men1u1ion for Products and JnstnUcrs seeking pre-npproved slulus lllll81 be suhmillcd no less lhnn seven (7) working cf nys Jlrio1· lo the bid/proposnl due dnlc.

8 S. S\tbtnlf Ms I\. Sufcly l11nn -Thc Conlrnctor shnll ]>rovide n confinell spuc11 entry plan rnal id!!ntlfy dcsi~nnk

B. l1YJ)Oss Plon -·The Contmctor !ilrnll pmvidc uml otlu.nwi~c dcvcJop n plnn for byposs pum1,ing. The 1H11np nncl bypilss lines shall be of nclcquntc cnpnclly nnd si:r.c to hum lie !he t\llUCij)nt~d flow. This pion sbnll be rt)>j>rnvcd by CW&HP or Owner bcfme wol'k begins on the scclio11(11) rc<1uiring bypuiis.

C. Olhcr Submlltal hlformntlon - The Conlroetoi- shnll N\lhmH the fhllowing information lo CW &EP priol' to cormnencemcn( of lite wo1·k:

I . Litcrnttll'c - Mrumfncturcr's t>roducl litcmtu1·01 n1)J>llcntinu 11nd im1tul1111!011 requirements for mnteriuls \lseles of Miscellaneous Mnledals - A sample ofJ>ubJic notices, door hangers, And olher mntcriats to be use.id l>y lhc Contractor fol' pul>Jic conummicnlions pu.-poses shall be J>rovjded to CW&BP. 4. Appi'Ovnls - No liners shnlJ be npproved for instoHntlon unlit all ilems have been submilledJ t'eviewcd for oonfo1·mance wilb the SJ>eoifkations ru1d approved by CW&EP. . 5. Shop Dl'awings - The Contrftctor slrnlJ submit fo1· revJow, complolc detailed shot> drawJngs and schedule for all nu~terfols fumlshcd u11dc1· this f!ecllon. 6. Comtllilmce nnd Wan'l\nllos .. 111e Contn1cto1· 1hol1 submit for npprovnl nll manufm:hu·c.r wammties for ftll mntednls fi1mbihed under this l'iecllon imd Mnnufncturer•s certtfication lhat the matel'ia1s sUJlJ>Hcd ftt'C In eomf>timtce with this speciflcalhm. 7. Training Certificntlon - Tho Contmctol' shnlJ submit ror a1,pmval, lhe M1mufllcluror's Licensee CertifiCfttlon thnl the Conlracto1· is trained in the lnstt11latiou proocss nnd procedures fo1· the p1·oposcd liner flyslem 11ndc1· this section. 8. Rcfcmmcc Llsl ~ The Contmctor shall provide n t'eference list of not less than five (5) manhole J'etlabllUnlion project8> where the propD.o;cd J>roduct bas bcon ulilizcd nnd projects completed In the J'8Sl three (3) ycat~ that f\l'C similar in the size nnd scope of

this project Rercreuec shall include: Nnme and nddress of provnl of the ~mbmillals and awltrd of contmcl. I0. Field Experience ~Tho lnslnllcr s1m11 haven minimum of' liva (5) )'cum of verifiable field eKperienoo.

9 6. Qun)i(y Assurnnce A. Coffosion - Tho Conlrnctor c11· Jnsl11ller shnll fabricate li11ished liner from nrntcrillls which, when cmcd, shall be chemicully rcshihml to inlomal CJ

B. Appcnronco ··· Liner(s) slu11l be conthmous ovet· the enlil'tl lting{h of the in:;crliun nm 1md he 11s n·ee Hli commel'cially Jll'acticuhlc from visllnl dcfcols such ns forol(!.n Jnclllsions, dry ~pols, Jlinholcs, winkles Md dolnmluntion.

~F.Cl'ION 3: PJtODIJC'f~~

1. Accr.1ltet1 P1·oducts A. J,iner Performnnce Re<1uit·cmc11ts • J.inern shall he of tho type thot nllows l'chnbili1ntlon of 11 conccnh'ic, ccccnlric Ol' Ont Cot> nmnholo without l'emoving the mu11h<1le ring oud loJl i1ccHon or col'bol.

D. Curh1g - The liner shnll be lnstnllc

C. Monolithic Slrncttll'c -111c lining of the lll(IOhole or structore shRll result in A monoJUhio structure bonded lo the shape end conlour of1he existing man.hole or Sll'Ucture. TJic Jh1c1· lihRlt be cotnplelel y watertight) free of any pinholes or on:1oks.

D. ComposJtc Mntc1fols System • CJPM Line1· matoifals 11hall bu no less than 11 three-Jnyercd composite sysl6m. Linc1· matedals shall have fl total pre--satumted fabric weight (i.e. weight bofol'c the application of epoxy resin) of tb11y-fo11r (44) ounces, ol' any-six (56) o\mccst 01· sixty-eight (68) ounces per sc1ua1-e yard (see 'fest Pl'OJ>erty VAiues in Table l nhove).

J. Layer #1 slmll be twelve (12) ounces, or eighteen (l 1!) mmces~ 01' twct\ty.four (24) ounces pa·e-saturaled welght. This stn1ctural fibcrslass 111t1tc!'inl shnll be with modified epoxy l'Csins nnd bonded to the existing substmc1ure. 2. Lnyer #2 sJtnll bl} n gas nnd liquid impennenble membrane oh1>ecial non-porous nrnte1·inls wilh fel I embedded on both sldos. This layor shall be bonded to Lnyor # J and La~1c1· l/3. The wcJght of ibis layct• shnll be twenty (20) ounces. Lnyel' #2 shnlJ be J111bcddcd between t11e struchmtl lnyel's #Jl and 113 of epoxy~fiberglass to guitrd against nioksJ tenrs, nncf damage to the gas imp¢rn1cnhlo mcmlmmc. 3. l.nycr IJ3 shall bo twolvo (12) ounces, 01· eighteen ( 18) ounces, 01· 1wenly-H.mr (24) ounces J>l'~-s11.turnled weigh(. Thi111111·uc1uml flbt:rgluss lllfllul'ial shall ho impregnated with modified c1wxy resins and bondoil to the ex isling substrncturc. 11, Lnyors #1 and 113 of n singufor CJPM lino!' Rhnll nlwny~ huve 1m equal pre-imtumtccl weight. S. Ol1101· mncc1fol weights fur J,nyc1~'l /II nnd 113 lllR)' be rlcsignntcd by CW&TW If the tJMnuncloi-s 11nd conditions involving n pm·llculnr strncllire or 11truclurcs diclute mmgt.: of othoJ' weighted mntcl'iulR. 6. CW&BP shnll dosigm1le the total prC·S<'\l\lrntcd weight of tho comJ)osilo mntc1fol fol' caoh slrnclut'C.

IO F, Inner Mrnibnine ··The Cf PM li1wr .~hall he co11s(ruclcd :rnch thnl the 11011-porous polyvin)'lrhloridc {Jl\I( ~) i1111t:r 11wmlnu11e is pwter!L'

1... Ccrlilicd lnstnllcrs ··The CIPM Lining ~ystcm :-;hull he npplicd hy n Miu111foch11·c1· ccl'li lied licensed lnstnllcr mul :-:hull he Jn.~tallc

0. Approved Pfo

1, McNeil Technologies LLC Triplex 4400 Series, 5600 Series, 6800 Series, nnd/or other McNeil Technologies J.I .C T1·iplex Series ns required nnd clesrgnntcd by CW&EP, or, 2. TcJ'J'e Hill Composites, LI ,C Mullij)lcxx Liners, or, 3. l\pprovecl equal.

?.. J\p1ilirnbJc Mn11ufnch11•m·s J\. Stnudmds • J>rncluch; specified by m11ued mnnufoctnrcrs arc !ipccific

L McNeil Technologies LLC ?.. Terre IJHI Composites, LLC 3. J\pprovecl cqm11.

3. Arcr.plnblc Li11c1· J11stnllcl's A Acccpcnblc lns!ullern ·- lnslaller.c; of11pcc.ifird m£1ut1focturers urc sp~clli~cl m; npJ>rovcd installers.

I. McNeil Technologies I ,LC P. O. Box l ?.00 Dcslin, FL 325(10 !'hone: 850·Ml'/~%% .W\\'\).',JI ipk.\ litHT.l'illll 7,, Tern~ Jlill CClmposl!cs, LLC 1IOO Wc!::I tvlnin 811cd, Suite I05 Hphrnln, PJ\ I '/521. \\'\\' w. ll 1< ·o Ill po~ i ks.co 111 .L J\pprovccl Equnl

I J SJWTION 11: EXECUTION

l. ~tr1wt1n·nl lntcgl'ity In gcncml, !he Owner nssumcs responsibility for the stmcluml h1lcg1·ily of the rchobililfllcd strnctme, Prior to beginning work, !lie m1111holc slrnH be vism11ly fo1:1pcctcd by the. Conlrnctor und 1my mens of npµnrcnt struc1urnl damnge shnl! he reported 10 the Owner fo1· rcstomtloll.

2. Sfruc!nrnl P~·c1uu·11Uon A. Clcmiing - Con1rnctor shnll perform })rclimit1nry clcu11i11g <1 rthc .i;truclurc with n l1tglt­ pressurc wute1·jcl hhuil 111 n minhmnn of lhh-ty-fivc lnmdrcd (3,500) J>O\lnds per S

n, Mnnhole Steps - The Conlrnctor sh111J 1·cmovu lhu cMisling manhole slops. The. mclnl porlion of all steps ~hnll l>c removed flush or to wilhili W1 of the mimh<.lJe fntcl'i01' wnll slll'foce. A 11y romnlning holes shnl I be potchc.d flush Jll'ior to upplylng Um CJ PM manhole l'ehabllitalion system.

C. Removnl of Pelerfomle~moved nnd disposed of by the conlrnclor. 'f11e bench a1cas shnU be l'epnlred HS rcqllired nud contomecl to pro1nolc hydt11ulic flow. 'J'hc prepnn~d ~urfRce of the Ii helves shall be smooth end shall bc sloped to t1llow for nil bench 11reas lo droln to the pipo hivert. D. Palchlng - Mii\lthole chimney, wall mid shelf repair shall jnclude 1•lugging, and/or patch log as necessary, with specified grout, plugging 01· patching comJ>ounds, hydraulic endfor Type If Portland cement o.. equal.

E. Lcnks. AU 11ctlve hydl'osl11tic wnter le11knge shall l>e stopped within fom· (4) Jnchcs of whel'e the liner shnll end uround plpe.q or the shclfatcn iu m:cordmace with the Manufa.cturc1·'s lustrnctlo11, Minor nelivc infillrntion leuks und -..veeplng may be slOJlJlL'd by the 1incr dudng lhe inslallnlion process,

F. Pipe leakage - Tbc Contraclor slmll plug the 1nlct plpeJ inspecl for 1nlihralion Jc::aks arotmd the Inlet 1md olltlel plpcs fJS weJI ns in the invetl chnnncl. All lei.ks prcsonl slmll be slopped by the u~c of chemical foam grout injection wi1h Avnnti 202 01· oqunl and/or by lhc use of hydraulic oomcnt. After sloj>ping IMks w1t11 chemionl grnu1, hydmultc cement slmll be usecl to refinish the 1mrfnce where chc lcuk WflS uccurriug.

G. tlcmiing Prior lo Li11c1· Inslnllntion • Priot" to liner iMtullnlion, lhe Munufttclurer's mtthorl1.cd Tnstalle1· (l.e. the Co!llrocto1j shnll clcnu uU sm+fucos of dtc J1osl slruchll'c wjth n high-pl'essure sprayer having an opcrn1 ing prcssmc of at lcnst 3,SOO·PSI. After pressme cleaning, Che Jnstnllor umy elcnn the sll'llclm-e wilh n dc1~rensc1· nr other 1mlvenls as needed lo i·cmovc nny film or residue on !he surfoce. The slrnchtt-e shnll thcn be 1wcss111·c rinsed with clenn wt1ler.

12 IL S11h!llmtc • All crncked or before continuing with lhe CIPM rchnbilifnlion pJoccss.

J. Trlmming L11tcrnls -The Contrnclm :drnH remove uuy drop pipes to within lwo inches (2") 11 of lhc wall. All other incoming lnlcrnls shflll be h1mmcd within two inches (2 ) of lhc interior wnll. The sewer nrnin Jinc iulct nnd o\1flet openings shall be p1'0J>erly h'inuncd 11 within four inches (4 ) of the wnll in nrens, where such pipes Jll'olrnde nbove the benches llml form lhc invert chnnuel. All incoming and outgoing flnes sholl be grouted with an

n1>proxi111ntc sixty degree (oOn) h\Jlor with hydmulfc cemcn!, Pol'lfuml lypc II comont 1 or n Jitty/fUly (50/50) combinnJicnlion of grout shnll ex lend nt Jens! four inches (4')) from Hte oullel onto fhc wnll mcn mnklng fl smooth trnnsilinn for the liuel' coiu1ectlon to the t)iJ>e 011oni11gs.

3. UypAss Ptnnphtg A. Contractor RosponsibiU(y - U11less otherwise specified the Contr11ctor sh.aH be fully responsible for bypassing existing Oows Jn Jive sewers whel'e existing force mains or other com1ections or constructioa shnU bo ncccssnry lo the cxlslin8 system. Ifttlivo flow" mains Jmve heavy flow conditions, 1he Contractor 11hnll plan its work J11 order to nrnintain these flows Rnd not intcmtpl service to the sewer r;ystems' users. This plan may lncJudc night work. Tho cos! of nny night work l'cqnircd shall be incluclecl in the contract price of1he npplieahle item.

B. Approval afBypnss PJans Prior to Construction~ The Contl'aclor shalt nol perform nny counecf lou or conslmctlon to existing umnhoJes until plans for bypassing hove been Sl1bmiltcd by the Con1mclol' nnd ncccplcd by CW&EP. Additionally, no plugging of oxisting city utility system grnvity mnins shnll be nuiJ>roval of1be ntlllt!ei; depnrlment.

4. Lluer IJIMAllatlon

A. Scope - This wot·k shall hlclnde the fomlshlng of nil labor, 1nnlcrinls1 equl1)l)1e11t1 nnd tesli11g for the rchnbllltn1ion of cm ex Isling bdck or precnsl mmihole by inslnlling tt cured· In-pince lnminuled coniposite lhnt Is bom1cd to tho host stnt<:turo. The liner shnll be compdsed oJ' u thrcc-lttyercd, sh·uctm·11t systen1 containing a non-porous membmne wllh felt imlJccldcd on bo1h si)mwcd e

B. Cuslom Fnbl'icntion • J.liter mnteifol uncl components shnll hnve been custom fnhrionlcd to fit Ulc specific conrigumtion of cnch stn1cllll'f. prim· to the commencement ofthc HneJ' Jnstnlhulon. Liner mnlcrial sholl be of the type that atlows rchnbHitntlotl of concentric,

eccentric or flnt top mnnholes without l'cmovlng mnnhole ring, lop sectim1 1 llal-fop 1 01· corbel,

13 C. Mono Iit hie Structure -·The Cf PM liner s!mll complc!ciy sen I 1hc mn11hole, shelf, pipe iulel nnd oulkt:;, nml lhc Jid rlug frame ill o monolithic mel11od, ttll required, or ns :d1own un !he plnns. No hoks, cracks Ol' scams in the liner shulJ be Jen unscaled, us thi:. would nllow gnses or lluids to flow hehi11d lhe CJPM mnnholc liner.

V. Con1me101· Requirements --11m Contrnctor slrnll fi.lmish all Jnbor, materials, cquipmcnl, und incidcntrds 1·ct1uirepl)' and lnslnll a chcmlcAI rcsislnut CJPM T,incr as required or ns .~hown on the J>lllllll.

n. Prolcclfon of I ltrnl Slrocturc • The CIPM Liner shall be designed nnd inslnllccl to protccl conorclc, brick nnd other mnnhole ol' other sh·uclure)s surfnces from cor1·osion. The CJPM liner product shnlJ ho designed lo slop Jnliltrution, root h11rnsio11, m1cl ful'lhc1· dctcr1ott1clou lu the structure. The inlerior sm·focc!i lo lw Jll'Olcclc

11• Omissions - Omissiun of n ~peclJic Hem 01· component obviously ncccssn1·y for the proper installntlon and fnnctlonillg of the syslem shnll not relieve the Contraclor from the responsibnlty of supplying llmt spccillc item or oomponettt at no 11ddi1ionnt expense to the Owne1·.

E, Air Pressure • 111e liner shall be applied mu.let· a responsible level of p1-CSSlll'e.

S. Other CunstrucOon Requh·ements A. Channel Reconstruction-The Conh·nutm· shall l'entove all Joosu grout an<.I rubble from the exisling c1111nnel. The Couh11clor shall 1-obuild the chrmuel ff required by shnping find rep1.1il'ing the sJope of sholves or benches. Work shnll include 111ignmenl of inflow am{ out flow po1ts in .such a mmmer to pre\•enl the deposition of solid~ at the translf1011 polnl. A ti iltverls shnll follow the grudcs of the pjpc entel'i11g the m11.1tl1olc. Chnnses ht direction of the sewer and cntcrh1g brnneh or brnncJ1cs shnll have o 1rue C\ll'Ye oftw R mdius as the size of the nmnhole shuH permit. Channels shRU b~ shll.JH.td to allow cnfl'auce of

mnintenonce equipinenl into pipes including buckets, CCTV comerns 1 etc.

B. Liu ins ofI11ve11s ·All inverts are lo be lined unless otherwise Jnclicatc<.1 by CW&EP.

C. Ovcrlnp ttnd Connccllons -Tllo Mannfnctmer's nulhorized licensed Inslaller shall Install 1hc ClPM li11cr with simultaneously combhied nit' pressure aud steam heat injection, except where johsitc conditiot1s restrict use. Hnnd npplicd fiberglnss ond epoxy npplicnllon shnll nul be 1:1CcCJltcd. The lustnllcr shnll Jine the mnnholo shelf1bench mlCI invert channel n1·ct1s wllb CJPM Liner System m11terluh;. These nrn(crials slmll lul\'O been sntttrnfcpmxlnu1tcly llll'cc inches (3") U)> the wnll section, Im ns to ovcrlnp wW1 lho linel' wull ~ection. The CTPM Lint!!' :;hall be made longer dtfll\ the slmctlll'e to ove1·fop nncl reinforce the hcnch/Ooor tronsillon arca, providing ovct"lup nnd double llne1· 1hiclmcs:1 in Che critlcnl comer section where ~'e wnll meels the bench. D. Nishuimc I1is101J11tions - Nfghl i11s111llafions ma)' lie required in Meas wJicrc hc1wy rrnffic conditions or where tluytim~~ hcnvy scwngc flow levels exist

E. Snfcly llules - J\IJ s11H:Hy rule~; reg11l11tionsj npplicuble law~ Md i11s11rn1Lcc requirements shall be observed in storing, lrnndling, usngc nnd npplicnlion of(ho Jinel' mnte1-lnts, re1lills onrl :ml vents (ff uny).

F. Confined SJ>ncc Entry· A tripod and emergency rctricvnl system shnll be used nt nll timcs for confined spncc entry.

6. Qunrny Anm·1mce iuu1 'l'esting A. Hpttl'k TcsUng ·A complete sln1ct11rnl Jiner spnrk lest slmtJ be conducltld in t1ccordHn<.:c to ASTM 04787 nnd the in.stt·umcnl'li opcmting ln~IJ·uction 111111um1. The foll-OwJng specific pmcedurc(s) shnlf be followed:

l. P1·io1· to lining, an foitial spnrk te:d shall be conducted l<> cstubJish couductivlty of the. slructuro nnd t11e te:it voltngc. This shull be: done by s(Rrting R1 lhe highest voJlage of the meter nnd progressing downwf!rd to tho Iowo.i;l voilRgc that produce~ ti good uncllble signal and SJ>ark. This voltage shall be the (est voltnge fol' testing the lining. '!'he test sl1111l be completed utilizing n sJllconc cleclrode ntlnclunenl on the wund. This procedure ts l'equil'ed in order lo not dnmage the Uning,

2. When the Jining has been complcte<1 1 the structuro shnlt be tested to iusure thnt no holldays or pin holes at~ p1escnt. 3, This test is to be used for CJPM, with d(lc11nie11tntion nlRde to CW&IJP lhal there tue no holidnys, etc. 4. A copy of the pnst Jnstrumcnt calibration cerUfiCC1tlon must be iucludecl with the test logs. n. Mmmfncrurer's Speciliculions ~ 'fhe inslullatlon of lho approved Jinct' systom sltnll be in strkl accordance with the Manufactm'C1·1s written h1strnctlons. The Coutmetor lllR)' submit ellcl'llntc thicknesses os per the MnnllfRcturer's recmmncndalions tts conditions diclalo. The work sholl include re-grouting fill inlet ttud outlet lines nnd benches (if needed) including all J>repiu'flllon, installt1tion, curing and finish opcrntious for the complete rehnbilitation process. The liuc1· shnlJ be Jnstnlled and cured-Jn-pince vifl a simultaneous pl'cssuriU1tion blowe1: system with slenm hent htjeclion, or othcl' Manufflcturcr hJ>provcd process. The curing process sh11ll be typicRlly completed hi mnnholes in npproxhnnte1y lbm· (4) homs.

C, Bonding -The CIPM lining of tho structure shall t'es111f inn moaoli!hic slruclme, bonded to the contours of the eKlsting J10st strncltll'C, The liner sh11ll he adcqtUttcly hond1,'(I Co li1c interior strnclure !lurfncc, nnd he completely w~lcr light from the dng tinrl co\10:1· m·ca to the lmnsition urea whcro lhc shelf nud in\'erl chn1111ol connects. This bonding proceli!l Nhnl! nil es.

IS D. Procluel Testing~ Quallflc!llio11 testing of the CJPM liner 111atcrinls shnll hnvc hec11 completed prior to instoflntion. The i11i1iftl s(l'Hclurnl properties of the liner :-:1111!1 mcol or exceed lhc properties shown i11 Tuble I rcfcrnnccd nbovc.

E. Clenned Strnc!tire~·All surfaces of tile Jiusl slruclurc slmll be cleim lo the co11creCclbrick subslrntc, 1111<1 shnll he 11cccph1hlc lo tho Owncr/Insp1;ulor 1111<( 1·c,!ady to rccch 1e the liner.

F. Resin Quunlily--The liner Mm111focturer shnll provide n tng on c11ch CIPM liner luclicntin~ !he mnount of enlnlyzcd resin 11cccss01·y fol' impre_cn0Hon 1m1·poscs Jn order to meet structurnl pmperlies. Thh; slmll be 11cccplnbfo wilh o tolerl'mcc ww1n1ion of phts 01· minus five percent (:1: 5%).

7, Posl Co11sll'nctlon l11Nncli A. nlongalion • TJ1c CJPM $)'Stem slmll be Ocxiblc, mHI hnvc nu ekmg41tlM i.:ulliclcnt to 11 hl'idgc up to 11 one c11111rtcdnclt (~ ) inch sctlliug crnck 1 wHhoul dmnHge lo the IJnlng. The liner shall he t1 ble Co bridge cxpnnsion cracks Ihat may occur.

B. Post Iostnllnlion Repairs - TJ1c CIPM system shnll be rcpnimblo nt nll)' time during lhe fife of the stmcturc, wJlf1

SEC'I'JON 5: DELIVERADLES AND PAYMENTS

1. Mcns11renu111( A. Dfatm1ce Meusurcmcnt - Mensm"Cment of the nctual numbc1· of vcrtienl feel of ClPM lnstnlled shall be made from the jnverl of lhe pipe n11mlng thro\tgh the host structuro to the rim off he manhole or 11truch11'tl. Other slruch1rcs l'CCeivlng P Cf PM liner wJll be pnid for vfo n unit price or other uull of measm-e dctru-mlned by CW&EP ond provlded for on the Did Porm. 13. Othe1· Paymcut Units ~ A11y uncillary Hems (if not deemed 1neldenlal to the J)]'Ojcct by CW&EP) shall be pnid nl a unit price lmsls ns specified by Che contract's pnyment .schedule.

2. AcCCJ)hmcc A. Detective Work- Within .sixty (60) duys of1hc inslnJlnlion oflhe CJPM liner) CW&EP shall notify the Contmclo1· of nny defective work in wl'lllng. Defective work (irony) slmlf be conecled by lhe

3. Pn1•mcnfs A.· Pny nstlmntes - Pny estimates shnll be submiued 011 n rcgnlal'ly scheduled bnsis lo CW&HP by the Contrnclol'.

16 n. Pnymcnls. Paymcnl fol' the rchnbili!n!lon of !he i;tmclurc(s) shnlJ be made Rl II lump sum

pricti nnd shall inchnfo 11!1 necessnry labor 1 mntcifal nnd eq11ipmcnl lo cforni) scol off nny wntcl' infillmtion, prep11re the wnlls, provide, instnll, mid vuuuum lest !he completed fiberglass llncr.

C. Appmvnl of' Qunntilic8 - CW&EP slrnll rcview the qumHilics sullmiltcd by the Conlmclol', nnd slmll inmic

D. lll~Jleclion ·The completed instullntlon 11hall be visually inspected to ~lssu1~ thul dty ~JU'>1s arc uot present jn the fiuislml /iucr. 'l'hi11 cnn olso be nccom1)1ishcd by clmicd clrcuit · tclcvlslon ifvlmml lnspccliou cnnnol be nccompJi:ihe

$4,065,00

MobJllzation/Den1obilizatlo_n--. __E_'e_c!!_, .. -=-.--+---,.

' i ti h I0,00 : CJPM~0-8 VF Eacl.1 .= ,. .

$405.00 CIPM -:J>ErVP?' 8 VP__ ~ __V_P _ __.______

17 SECTION 6: STANDARD Tm~MS AND CONUJ'f'IONH

l. Aull~Uisrriminnlion A. Dy submitting lheir pro1101;11lsi Bidders ucrlify to CW&EP thnt lhoy will conform Lo the pmvlsiuni; of the Fuir Employment Pu1cticcs Ac!, the Public t\ccommoclnliuns Act, uncl lhe Fair Housing Act, together coasol ldntcd under Chapter 21 ~ R8Mn us the Mi:-;som·l Humnn Rlghls Act. tt l>ming tho performance of the contmcl, Ole Co1ttrnctor ngrccs 1111 follow:\: 11. The Contmclor wilJ not dii;criminatc agi\insl illl)' employee or ap1>licnnl for

employment hccausc of mcc, rcllglon, colorJ sex, untionri! odgi11 1 or diS11bllities except where rcJigion, sex, or notionnl origin is n bonu ndc m.:cupa!irnrnl qm1lificntio11 rcnsonnhly neccsimr)' to lhe mmnul OJlcrnlion of the Contrnctor. The Conlmclor ug1·ecl\ lo poi>( In conspicuous J>foccs, nvtiilflblc to cmployccs aud 1tpJ>lic1111ls fol' ompJoymont, notices selling forth the provisions of this nondisci'imlnolion clnusc, b. The Conu·nclot·, in ull solicltulions or udvol'liscmculs for employee$ plnco

beJu\lf of the Con1rnctor1 will state thnl !tUch Conlrnclor Is an cqm1J opportonlty employer. C, Notices, ad\•ertlsements. and solicftalions p)flccd in 11ccordn11ce with fcderol Juw, rule, or rci::ldation shall be deemed sufficient for the pm11ose of meeting lhc!le requh-emcnls, D. Tho Contrnctol' will include lhe provisions 11bovc in cve1·y subt:onlrocl or purchase ordel' so that the provisions wHI be bhidiug upon each subc011tmctor or vendol',

2. Aa·Jurnge lly submitting a propos11l in 1csponse to this so1loit11tion. the individual or firm Rubmfttlng the Jlroposal shall be deemed lo 1·eprescnt llntt il ls uol in anea1'tl In the payment of any obligntion dnc and owing CW&EP, the Slale ofMii."Souri, ot'lmy 11ubllc orgn11iuli()n with.In Missouri. Suid rcproscntatioJ\ shall include the pnymeut of taxes 1md employee benefits, Bld

3, A8sigmneut of lutcrCJJt The Contr«cl()I' sh"ll nol nssign m1y interest in nny resulUng contmet 1111<1 sfmll not 1mnsrer 1my lnteresl In the smne wHhonl wrillcn consent of CW&EP. of which CW&EP shnll be under no obllgntlon 10 gmnt.

4. AvnUnbUity ufl1'1md~ U is under:dood nnd ngrced behvcen 1hc pnrtics herein that CW&flP shnll be bound lmeunder only 10 the exte11f orthe l\mds nvni Jubie or which may hc1·c11 Ocl' become ovailt1 ble for the purpose of Ihis ogrccmcnt.

5. Cn11ccllnllon CW&EJ> mny cnnceJ this solichntion or nny ensuing cnlll!'acl ~I ~my time and for any reason.

6. Connletlng 'J'twms IR The tenns nnd condltlons conlaiued ;ll this solicilntfoll shnll t-0n11·ol 1my conlmcl nrising from nn mwml of this solicitullon. /\ny propo!ied terms and Cl)Oditions, inclucling nny for 11 co111rnc1 lhnl the Bidder proposes to \Jsc. shnll I.le submilled ns pnrl nf the Hidde1":-; offer to sell. Terms nnd conditions submilled hy i1 l.Hddcr Mtcr lhc dcndline for sullmHting offer:> to sell will h~ rc:jccted 011d the niclder will he held to the lcnm; and conditions contnincd herein. Conlrocl nwm·d is contingent on lhc Diddcr ond CW&HI' ug1·ccing on mutually ncccptnblo lcnns uml comliliom:. Fallm·c lo do so will iltltomnUcnlly disqunl!fy the Biddcl' from contruct ttWArd. To lhe extent lhnl u coumct mises or is found lo cxisl between tl1c nldcler's oiler to sell und !his ~mJlcih~tion, including nuy uddendn thc1·c10, tlie hmns, conditions nml spccificntions contained hi this soJichnlion t'lml filly ndclcndn thcJ'elo ~hull lo ull cm:ci; prevnil.

7, Coutt·nct CJurngcs/Cllnugc Orclct•fi No vcrlml ngreement or convimmtlon wilh any officer, ngcut m· employi:c of CW&EP either Llcfot·c 01· ttficr the c){ccution of any contmct Jcsulling from Ibis solicitation 01· follow-up negotiations sl1t1!1 11ffoot Ol' modJfy m1y of the terms, condilions, spcdlicAtions, or obligations contained In th6 RFP, ol' rcsulUng conlmct. No nltcrntlons to the terms and conditions of the contract sludl be v111id or binding upon CW&EP unJcss mnde in wrl1ing and signed and nppmvcd by CW&EP's Oenernl Monnger. Con11·11c(ol' slrnll he solely liflblc and responsible fol' nny contract chflugcs, dcvlalious, etc., mnde withoot first receiving writlen nµpl'oval by CW&EP to devlnte from lhe contract.

8. Dcbnrmcnt Stntus By submilling their proposals, Bidders cci1lfy that the}' nre not c\111·en1ly deb11wed hy the Slfltc of Missouri from submitllng proJX'l:>fllll on contl'acts for the type of goods and/or services

covered by this solicllotJon 1 nor ate they nn ngenl of .nny person or entity thnt is currently so debim'Cd. ·

9. Dt•ug Fa•cc Wo11kJ))ncll Dul'ins lhc pcrfomrnncc of tmy ensulns contt·;ict, the Conh·acto1· agrees to JJrovldc l\ drug free wo1·kplnce fo1· the Contmctor•s Cfllj)]oyeos. Fot· the 1m1poses of this section; "drug free workplnce11 menus n gJle for the pcl'fol'mttncc of work done in connect Jon wltl1 t18t)eelfic con Intel l\Wf\tdcd to n Contmctor in nccordonce wilh this solioltittiont lhc cmploycos of whom ore

pmhlbltcd from engaging tu the unlnwful mttmtfHclmll1 mdc, distribution, disJ>cnsntlon, 1>ossesslon or use of ttny controlled sub1Jtnncc or mnrijuunu during lhe pt!rfomumce of the contmct.

10. gquol Oppnrhmily Corlhnge Wurer & Elccll'ic Plt1nt 1>hall 11ot discrlminnte ognlnst n hJdder in lhe soricl!utiou or nwmding of eonlra.cts hecnuse of rncc, religion, color, sex, nntionnl ol'i~in, t1ge, disnhllity, or ROY other bcisis pmhibitcd by stnle lnw 1·elnll11g to clincrimin111ion in employment. 1J, Ex11111ilmtio11 of Reco1•d1-1 19 Dicldcr t1grccs thnl in nny rcsulling con1rnct1 ei1her C\V&llP or ils duly mllhoriwd rcpfc.scntntivc shall huve ttccess to ~lld lhc righ1 to examine nnd copy 01~)' directly perlinent hooks, document:-:, PllJlCr8, w1d 1·ecords of the conh

12. Go,•crnh1g Lnw NotwHhslnudi11g BMecl thereto shull be brought in the coul't~ of MJssouri. The conlrnctor llhnll 1llso compl.>' with 1111 llpplicablc fcdernl, slnle au

13, Jmmlgmtlon Refol'm aml Cont.rot Act of 1986 By submitting lheir proposfll, bjddct'B certify 1hat they do not nnd will not during the peifornumce of this contmct employ Illegal alien workers or othcl'wise violntc the provisions of the fcdeml Jmmlgmtion Reform nnd Control Acl.

14. Pnymont A. Tenns: All pnyments wJll be Net 30 from the d11lo of i·ccclpt of a valld invoice nt the CW&BP Acco\mting Depm1meut. PAyri1enl terms requiring payment in less than 30 do.ys wlll be regtm:led as requiring paylllCl\f 30 dllys trflcr invoice OJ' delivery, wlilchcvcr occurs l11!il. This shntl not nffecl offet·s of discounts fol' payment ;u Jess thnn lO dny:;, however. B. Jnvoiccs: The Contractor shnll submit invoices for ilems ordered, tcd. Invoices sholl show the CW&BP J>ul'ch11sc Ord\'ll' or contt·nct muuber. C. Parlial P11yments: Requests foi· p11rlial pnymcnls or n

15. l'nymcnf Clnuscs ll~t1ulrcd fn All Coutrncts CW&BP requires tl111t may contrnct mvnrded by CW&EP include lhe following clnusei;; A. The Contrnclot' shnll lnk~ one of the two foltowing actions within seven nlcl to the Contrnclor by CW&EP for work pctformed by nny suhcontrnc!or(:-i) under the contr{lcl:

20 n. The Contrnclor :>Intl! J><"Y ii~ subcontrnctol'(s) for 1hc proporlionntc shnrc oflhc total i)nymcnl received from CW&:EP nlldbutnble to the woJ'k j)e1'formed by 1he subcontrnct01· m1dcl' 1hnt conlmcl; or h. Notify CW&EP and any subconlrnctor(s), in writiuJ!,, uf l1ls intention to wilhhold all m· a parlor the subcontmclor1s J>aymcnt whh the rcnson for 11011payment. n. nicldcl'8 t1hnll include in thefr pro1m:ml submissions either: 11. lfttn individual conlri1clor, 1hcfrsocfal sccn1·Hy m1mbcrs; and b. Pmp1·ictor.shi1>.s, 1>al'lnorships, Ellld corJlOmlions lo proviconlmctOl{S) on nll mnonnts owed b)1 the Contractor flwl remain unpaid nfl:cr seven dnys following rcceiJll by the Contrnctor uf l>llYlllcnt tbl' CW&EP fo1• \V(ll'k Jlerfo1111cd hy lhe tmhconlractor undet' tho contract, cxccµ1 for 1um,unts withheld ~l!l nllowcd under 1>111'( A o!lthis f!Ubscction, D. Ou less rovidcd tmdcr the tcl'ms of this e-0um1cl, intcl'csl sbnll uccrue tit the 1·111c of one pcreont pel' month. B. ''1lc Contrnctor shull incJudo in ench of its tmbcontrn.cts a p1·ovisio11 rCC]uidng cnch subooutrtictor to Include or otherwise be subject to the same J>R)'lllcnt 11ml Interest requll'emenls w1lh respect lo each lower~tier sube()ntractors. P. A conlmclo•·•!l ol>ligfilion io .PRY on interest chnrgc to fl subcontrnctor pursunnt to the payment cJauso Jn this section shall J1ot be cousll'l1e

J(j, P1•eccdctu:c of Tcl'UIS These standRrd tem1s Rlld conditions shnll epply in nil Jnstances. Ju lhe evenl 1hel'e Is ft conflict between nny of tho ot11or stnndard lenus nnd conditions nml 1my ~J>ecial terms attd conditions in this solicllution, tho spcciflJ terms and crntditlous shnll apply.

17. Qu11Ufica0011s of Cou1lablliHcs. CW&EP fm1heJ' reserves the dght 1o i'Cjcct nuy proposul if the evidence suhmillcd by, m· investigations of, such biddc1· foils to sntisfy CW&EP thnl such biddru· Js properly

18. Tnxc.o; CW&BP is exempt from Federul Excise Tnxes, and Missouri SIH!e Sulos nnd Use 'faxes. CW&HP's fcdorul lnx. ideutificntion muubo1· is 44-6000PJ 58.

21 J 9. T1ttory 1>rofrls thal h11vc not been enniod up to lhc d11te oftc11ninnlion. Thu low~ of MJs11ouri hereunder, lnoluding the determi11n1ion ol' the l'ight11 und ubJigations of lhe pnrtics. shnll govern lcrminntiou. B. For J>efoull: If the Conlrnclor fnlls to fulfill its obligntions under 1hi:; Conlrnct pl'Opedy

nnd on time1 orothcnvjso violntcs nny provision of the Co11tr11cl, CW&HP mHy tormlnnlc tile contmct by written notice to the Contructm·. TJ1c notfoc shnll specify the acts or omissiom1 relied upnn m1 cuusc for to rm iunlioo. AH finished or unflnlshecl work pmviay the Conll'actor fair and equitable compc11Sfltlon for sutlsrnctory performance prior lo t'Ccoipl of No1icc of Termination. less the 111nount of d111mtges caused by the Coi1tmetor's breach. If the dnmnges ore more than the compcnsntlon pRyablc lo rhe Contmctor, tl1e Conb-aclor will romain liable after tcnnlnntio1t nnd CW&Bfl can nffirumtlvcly collect dmnnges. TI1c lnwa of Missouri sh11U g1wein terminRtlon, lncludJng the dctcnnlnntion of tho rights mid obJigntions or the parties lo the contract.

20, Insm·nm;o Jlequh•cJ11e11ts A. The Conlmctor shnll nt 1he Ume of execution of 11lis contmot, me with CW&:EP n Certificate or Insurance, which shell evidonco nil lnsunmce cover11ge as 1•equfred herein, nud c\•idencc of pnyment of premium.ci thereon. The Contraclor slutll nol cftncel or matcrlntly change till)' of Jils/hcr }Jmvide cw&nP with Rn updated CertificRle of Jnsumnce. All ce11ilicfttes and notice~ shall ho sc11t to: Pm-ehnsi11g Agent, Cnrthngc

W11ter & HJectrlc Pliml. PO Box 611, Cnrthngc, M01 64836. B. Nothing contained ill those hmtrnncc l'cq11lrement8 is lo be canslnu."onslbnicy for payment of damages L'osulting from hislhc1· opemlions under this Conlmc(. C. The Conlrsclor shall moiutnln insurance in force nl nll thmlH chn'ing the term of this 1tgreeiuc11t at the mi11imut11 nmon111s and types ns indicated:

--~,...· ~···~ ------· .. . . Cnvcrnge Affot·de

Worker'N Com1~ensntion sT;ooo.ooo euch

·- ·n1soose $1 ~000 1 000 policy lhn!I J)isea1-1c .... __ -$-J,ooo,ooo"ciiC'h. employee conl;;;rcin1 Geneml Combined Siuglc I ,imit s1,ooo,ooo ... cnch Lfobillty occ1111·tmce

Combined Single Limh $2,000,000 rmtrnnl nggrcgnlc

Automobile Liability Combined Sinnle J,imit $1,000iOOO OCCUl'J'e11ce

tJinb1·clln Policy .1 -- _$.i)ioo.ooo Elnm·,·aT··----..... nggrognlc

21. Locnl l,1•(lfcJ'Cnce CW&EP,s policy is to evnluntc proposul~ on the basis of v11h1c. When al I olher fflctorn Arc cqmd, preference may be given to the locnl bldde1~ in nccordance with CW&EP ))ollcy.

SECTION 7: SPllCJAL TERMS A.ND CONDITIONS

1. Ilottds CW&EP 1·eserves the l'lghl lo reRymenl f\ltd/or PerfomlRl1ce bond, ncceptnble to

CW&BP1 eqn11Ji11g 100% of the total cost of some undolcl'mincd pmjccls tlsslgned lo t11c Contractor. Any bonds required shnll 1-emnh1 In effect until one (l) year nfte1· individual project

complellon a11d CW&EP 1>mjcct acecpta11ce, Jf1·equil'cd 1 snid bond shnll be submilted wlthln l4 cn1endnr days oJ'nolincalion b)' the }>urchaslng Agent. The cost of auy rcqubed bonds wut be 1l'Cntcd flS n geparnte line item in the cos! ustimate fol' the individually assigned project.

2. Coutmcto•·'s RcR1lnmilhllltlt11 A. The Con1mct01· sltnll be t'e.~ponsibJe fo1· all p1·oducls mtd/or scrvfocs ais required by this RFP. Tbeuse ofsubcontt•actors Is prohibited unless: I. A l'ClJllCSl to inclucleii imbcontmotods included ht the Pl'Q))Os11l (orin subsequent conummlcntlons between the porUes, uhould the situation arise 11fier this conll'acl ls fol'merl); and

ii. The HJcldcl' J'CCCivos Wl'ittcn npprovttl to use u subcoutrm:lol' priol' lo 1 or us JHll'l of the formnl conll'act hetween the pm·lles. B. CW &HP must apJ>1'0\'e the use of all)' 1mbcontrnclors prior to nny work being conducted by any subcontmclm. C. 13vcn when properly authorized by CW&IW~ the wm of rt :iuhconlrncto1· docs 11ot 1·c1icvc lhe contmclo1· ofllobillty under lhc Contract. I>. The Conlraclor, ii1its1mlc expense. shnll be1·ospo11sihlc for dnmuge to CW&JW nml non~ CW&BP propc11y 11s n resull ofils lh\hrl'e lo pmletJl :rnr.:h racilHles and ulilllics. H. Whcl'e the Con1t·aclo1•'i; work m:1y cause clnmngo 01· disrupt existing CW&IlP properly, including but not limited lo utilities, plnnt equipment, instrumentntion and coulml systems, etc., 1hc Contrnetor sh111J mnke nrrnngemenls neces.~nry for Ilic pmlccllon of 23 such property. The Conlr11cto1» nl its sole expense, :-1lrnll immc

3. lusj)Ccliou of Wo1·k A. CW&EP shall at nil limes hnvc ncccss 10 lhc work, nnd the Cunlrnctor sb11/J pro\•idc pro1)c1' foci!Ulcs for such sulb ncccs:i and inspection. n. CW&HP roi;c1ycs the right 10 observe tho work nt nny Omc for complinnc"' wich nll requirements llf tho spcciiieatlons. C. CW&BP rcsc1·ves tho solo right to inspect the work before furt11er work may be done; to halt all work deemed 1o be improper or not 1n compUnncc with the 11pcdfications, ond to require the contrnctol'to promptly correct lt II impropcl' pmcliccs or defa:.ient work.

4. Site Snfcty mul Access The Contrnctor shnll comply wi1h uJl Kpplicablo Fcdcrnl, Stnte, ond locnl safety progrnms, l'Cgulatiousj sta11d11rds, ruld code8. The Conlrnclor shnll have tt w1·1lton Sllfety J>rogl'OtU that complies with all apjlllcablc. OSHA stnndar

24 COOPF..TV\TIVU: 1inocurmMEN1' WITH OTHJi:R JURISDICTIONS (Optiunnl ~Hue~ Nol lm1ml't lt:\•nhmtiom;)

The Co1lfrn<.Jllll' <1grces to provide produc(i; nnd/or s~rvicc~ to iiny n1tu1lclpnli1y1 cily, county, slntc, govcmmcntal public uliH1y, nou~proHt, lmspilul, educntionul ins1ilutio11, s11eciul i,:ovcrnmcnl ngcucy, and non-profit coqJOmtiou performing ~ovcmmcntol functions.

Snlcs will be mnclc in nccordoncc wilh the prices, terms und conditio11s of lhc Jn\'ilnlion for Bid and 1my s\1bscq11cnt fl!~l·eomcnt 01· contrnc1.

Th1;uc sh11J1 1 however, be no obllgntiou unrocurc111c11l Agreement fol' fill)' govcmmcntnl organlzntiou to utiJizc lltc ogrccmcnt or contrnct.

AIJ :s111os lo other judsdfotioJls will be mndo on pmchnsc ol·ders or the meclrnnfsm for purchMe used by thejmlsdlctlon. All rceolYing, inspection, p11ymtmls nnd olher colllrnct ndmtnlfitmtion wm be tJic responsibility of the ordering jurisdiction. CW&EP assumes no l'c:ipomdbllily fol' these sep11rnte contmctual tumsactlons.

Plense iudicnte your t'CISJ>Onse below:

x Yes, I agree 1o prnvidc tho products 01· sel'viecs within this Bid to other agencies ns identified above.

No, I do not agree to provide the J>roduets or ncrvice:; within this Bid tu othel' agencies ns idenlirtcd ttbovo.

Company N~mc: Visu~Sewer or Missouri, LLC

AuthoriY.ed Representnli\le Sig.nature:~·--

Title: Vice President

Phone:.~~~·-~~?:~~~~.... _

25 SUPPLErvmNTAL CONTllACT HENEWAL AGHEEMENT NO. 2 TO CONTHANCT AGHE~MENT

This Supplemental Agreemclll is made part of nn 11grccmcn1 dated 8/20/14 between lhc City of Mo11ell nnd Visu·Sewer o( Missouri, LLC for Evnluntion nnd Rehnbiliation of Wnstewater ~_o\li!gion System for the City of Monett, Missouri. The puqmsc of this SnpJilemenlal Agreement is to renew the contract for 011 ndditionnl one·}'Cilr through 8/20/2017 nml to adjust the contrncl unit prices per the current Federnl Consumer Price Index "CPI-U, All Hems, Urban Consumers Index Cl'I Rale. Fur!hcn11orc, lhis SupplcmcntnI Co11trnct Rcnewnl Agrccmcllt slrnll inchKle nn i11crcnse of I .0% from the contrnct unit prices scl forth in Supplcmcntnl Contrnct Rcnewnl Agreement No. 1 for work completed during this conlrncl rcnewnl period, 8/21/2016 to 8/20/2017.

Supplement Agrccmcul No. 1 accepted 41s defined herein: Visu-Sewcr of Missouri, OWNER: City of Monell, Missouri CONTRACTOR: ------·LLC. BY: '-- JJ l 1 k~ vu.c, _.\1~ , 1 1 1 1.1.,/ BY:~~ \ TITLE: ___h}cll lt ~V____ _ rrCl;;~~/U

DATE: "!(, ~ 1 C\ - I (., --- :AO DATE: Y/s1/th I

ATTEST: A1TEST:

BY: 9(u>U-/~ f:oli BY: TITLE: ft1 (!,, I CJ~ -----

DA TE: f -/ 1 - Jfa DATE:

Executed by the City on the _ / 9 ______dny of flv..-11--1.J..:5------, 20f.L ITEMIZED BID PROPOSAL EVALUATION AND REHABILITATION OF WASTEWATER COLLECTION SYSTEM MONETT. MISSOURI (,.;th oontroct ~~r pricl~g "'1d wrtli CPI lttt.,.,,.eJ 2014-ZOB Z01~2016 2016-2017 Contr.>LF s a.27 s 0.27 $ 0.27 10.3 lF '.i0.000 Work Orders 50.001-100,000 LF s 0.27 $ 1).27 $ 0.27 - - ·~~-- 10.4 LF 1.50,000 Work Orders > 100,000 LF ;S 0.27 s 0.27 $ 0.27 20 CCTV INSP~ON & CUANING

20.0 tS 1 CCTV ll\Spection & Ocain~. Mobi!i?."ltion (Ulch Purc~hsc Order) s 3,000.00 s 3,003.00 $ 3,033.03 20.1 Lr 10.000 Light Cleaning Only. 8"·12" Pipe, Worker Ord~ 0· 10.000 lF ·s 0.55 $ 0.55 $ 0.56 20.11 EA 5,000 Light Cleaning Orily. B"-12" Pipe. Worlter Ordo:rs > 10,000 lr :s Cl.SS s o.ss $ 0.56 20.1 LF 10.000 He~w Cleantnr. Only. 8"·12" Pipe, Worker Ord~s 0-10,000 LF $ 1.25 s 1.2> s 1.26 20.ll ~A 5,000 HeavyCleaning Only, s•-ll" Pipe. Worker Otders > 10,000 Lf 's l.25 s l.25 $ 1.26 20.1 lJ 10,000 Lighl~.... n_ing Only, l~~··~" P~, W__art':" ~,~.,.,. 0-~°'1!'~ : $ 0,7S $ 01S $ 0.76 - - ·------20.11 EA s.ooo Ll&hl CleanlnE Dnly.15"·1.8" Pipe, Worker Orders> 10,000 lf $ 0.15 s 0.75 $ 0.76 20.l Lf 10.000 Heaw Cle~nlnP. Only, is·-1a· Pipe. worker Orders 0-10,oou lf is us $ l.115 $ 1.87 20.11 Ell 1.000 HeavyCleanin!! Only, 15"-18" Pipit, Worbr Ot'd'-r> > 10,0ClO lF Is 1.85 s l.H) $ 1.87 20.1 iJ' 10,000 1.00 1.00 1.01 --- . .. !-is~1_c:~e".nin! _o~v._> ~~Pl~ ~~ker O_r_d__~m 0:!0,000 tF___ s s . . -- -· ! ·~-- --- ·- j ~ - -- - 20.11 EA 1.000 lJRfl l Clsning Only, > 18'" Pipe, Wnrker O..den > 10.000 tr 1$ 1.00 $ 1.00 $ 1.01 ZO.l Lf 10,000 Heavy Cleaning Only,> 18" Pipe, Workerorde.rsO-l0,000 Lf ~$ 4.6CJ s Jl.60 $ 4.65 10.11 EA 1,000 HeavyCleaning Only,> 111" Piire, Wc:irlr.e1 Orders> 10.000 Lf Is 4.bO $ 4.bO $ 4.65 20.2 l.f 10.000 CCTV ln!!dion Only, 8"-18'' Pip.,. Worker Orden 0-10.000 lF ts 1.00 s 1.00 $ 1.01 2021 EA 40.000 CCTV Inspection Only, 8"·18" Pipe. Worker Orders > 10.000 lf !s 1.00 s 1.00 $ 1.01 20.2 lf 10.000 CCTV Inspection Onlv, >18" l'ipe, Worker Orders 0-10.000 lf is 1.00 s 1.00 $ 1.01 20.21 EA 40.000 CCTV Inspection Only, >18" l'ipe. Wn1ker Or~rs > 10.000 lf ,s J.00 s 1.00 s 1.01

"Piggy s~ck" pri ting contingent an quantities Co ntact: Barry liow~ll 601.862.45 43 or and field in~Htiptir;ins by \li•u·S-et prior tr;i r•ll!CU!:ir;in of co..tr.ocb/propu-"lls h any t:i'vi n • ·~f'wc.r .com SECTION 0000

INSTALLATION OF CURED~IN-PLACE STRUCTURAL LINERS

PART 1 GENERAL

1.01 SUMMARY

The intent of this work is to provide for the reconstruction of manholes and other structures by the installation of a resin-impregnated flexible tube via a process commonly referred to as ·Cured-In-Place (CIP) or Cured-In-Place-Manhole (CIPM). This tube or material shall be inserted into the host structure and expanded to fit tightly against the walls, benches, and/or inverts or other surfaces of said structure{s) by the use of air pressure. The resin system shall then be cured by elevating the temperature of the air used for the inflation to a level sufficient for the initiators in the resin to effect a thermosetting reaction.

1.02 SCOPE OF WORK

A Preparation and Inspection - After cleaning and removal of debris, the structure shall be inspected by the Contractor to identify any leaks, active service laterals, or other pipes and appurtenances connected to the structure. The Contractor shall seal all leaks evident with a suitable chemical grouting material and plug or bypass other flows and pipes as necessary to begin the CIPM process. ·

B. Intent- The intent of CIPM fining is to restore the structural integrity of the host structure by providing a hot air cured material that laminates or bonds to the host structure's wall(s). This liner is intended to be monolithic and adhere to the walls, benches, inverts, or other surfaces of the host structure as specified by the Engineer.

C. Bypass Pumping - The Contractor shall provide such piping, pumping, connections, fittings, and other appurtenances as necessary to bypass flows. There shall be no disruption of flow to the existing lines caused by the installation of this bypass, nor shall any sewer spills or overages be caused as a result of this action.

D. Reinstatement of Laterals and Connections - This work includes the reinstatement of all laterals and other connections that may be temporarily blocked as a result of the Cl PM process. The Contractor shall use a mechanical cutter or other means as approved by the Engineer to place these connections back in service as soon as practicable after the curing process is complete.

E. Schedule of Work Hours - The Contractor shall work during the hours of 7:00 AM to 7:00 PM Monday through Friday. If there is a need for after-hours work or weekend work, prior consent shall be obtained from the Engineer.

F. Traffic Control - The Contractor shall be solely responsible for all signage, flagging, cones, personnel and any other item or personnel required for traffic control. 1.03 RELATED SECTIONS

INSERT RELATED SECTIONS HERE OR DELETE

1.04 REFERENCES

A. American Society for Testing and Materials (ASTM): B. ASTM 0638 Standard Test Method for Tensile Strength C. ASTM 0790-97 Standard Test Methods for Flexural Strength and Flexural Modulus D. ASTM D-5813 Standard Specification for Cured-in-Place Thermosetting Resin Sewer Piping Systems E. TABLE 1, Test Property Values:

ASTM-D-790 Flexural Strength 22,000 psi Flexural Modulus 900,000 psi ASTM-0-638 Tensile Strength 12.000 psi Engineered Life Expectancy 100 Years Installation Warranty 5 Years Materials Warranty 20 Years.

1.05 PRE-QUALIFICATION AND APPROVAL

A. Pre-Approval of Products - The system proposed (materials, methods, and workmanship) must be proven through previous successful installations to an extent and nature satisfactory to the Owner and the Engineer. Only previous installations that are commensurate with the size of the current project being proposed shall be considered for approval purposes. Since CIPM is intended to have a one hundred (100) year design life, only products deemed to have this performance shall be accepted. All products and installers must be pre-approved prior to the formal opening of bids/proposals

B. Criteria for Acceptance - Products and Installers seeking approval must meet ml of the following criteria to be deemed commercially acceptable:

1. Certification - The Contractor shall supply engineering certification that the lining system design should provide a one hundred (100) year life service in a standard wastewater collection system environment. 2. Affidavit of Test Results - Contractor shall submit the Manufacturer's affidavit, with the accompanying third party test data, showing that the product meets or exceeds the physical properties named herein on Table 1. Test Property Values, and that the CIPM liner material has passed a thirty (30) day chemical immersion test in twenty percent (20 %) sulfuric acid concentration with less than a twenty percent (20%) loss in flexural modulus. 3. Experience Documented - The Contractor shall submit Manufacturer's experience qualification affidavit that the product proposed has been successfully used in wastewater structures for a minimum period of 10-years in wastewater collection

2 systems, including 5 references where the product has been installed for a minimum of ten (10) years. Reference shall include the name and address of the client, date of installation, contact person, and phone number. 4. Alternate Product Data - Any alternative product being submitted for pre-approval must provide third party test certification that the product shall meet or exceed the physical properties named herein in Section 1.04.E, Table 1 Test Property Values. Proposed product and Contractor must also meet or exceed the installation standards, experience and performance qualifications as herein described in this specification. Spray and hand applied coatings shall not be considered for use on this project. 5. Warranty - Any product used must provide warranty that infiltration, further deterioration and root intrusion shall be prevented for the warranty period. Said warranty shall be non-prorated for a minimum twenty (20) years on materials and five {5) years for labor. 6. Financial Means and Related Experience - For an Installer (a/kla the Contractor) to be considered Commercially Proven, the Installer must satisfy all insurance, financial, and bonding requirements of the Owner, and must have at least three (3) year's active experience in the commercial installation of the product bid. 7. Pre-Approval Deadline - To allow for adequate consideration by the Engineer and Owner, documentation for Products and Installers seeking pre-approved status must be submitted no less than seven (7) working days prior to the bid/proposal due date.

1.06 SUBMITTALS

A. Safety Plan -The Contractor shall provide a confined space entry plan and identify designated safety supervisory personnel to the Engineer. The plan shall include confined space entry training certification of each employee assigned to the project.

B. Bypass Plan - The Contractor shall provide and otherwise develop a plan for bypass pumping. The pump and bypass lines shall be of adequate capacity and size to handle the anticipated flow. This plan shall be approved by the Engineer or Owner before work begins on the section(s) requiring bypass.

C. Other Submittal Information - The Contractor shall submit the following information to the Engineer prior to commencement of the work:

1. Literature - Manufacturer's product literature, application and installation requirements for materials used in liner. 2. Certification - Manufacturer's product certification for materials used in liner. 3. Samples of Miscellaneous Materials - A sample of public notices, door hangers, and other materials lo be used by the Contractor for public communications purposes shall be provided to the Engineer or Owner. 4. Approvals - No liners shall be approved for installation until all items have been submitted, reviewed for conformance with the specifications and approved by the Engineer. 5. Shop Drawings - The Contractor shall submit for review, complete detailed shop drawings and schedule for all materials furnished under this section.

3 6. Compliance and Warranties - The Contractor shall submit for approval all manufacturer warranties for all materials furnished under this section and Manufacturer's certification that the materials supplied are in compliance with this specification. 7. Training Certification - The Contractor shall submit for approval, the Manufacturer's Licensee Certification that the Contractor is trained in the installation process and procedures for the proposed liner system under this section. 8. Reference List - The Contractor shall provide a reference list of not less than five (5) manhole rehabilitation projects, where the proposed product has been utilized and project completed in the past three {3) years that are similar in the size and scope of this project. Reference shall include: Name and address of the client, project name, contact person, phone number, scope including number of structures lined, and gross dollar amount of the project. 9. Written Warranties - The Contractor and Manufacturer shall warrant to the Owner in writing the installation, fabrics, and resins to be free of defects in workmanship and materials for a period of twenty (20) years and certified Installer shall provide five (5) year labor warranty to repair or replace any failing conditions of the liner in the structure. Certification of the conforming warranty shall be provided prior to approval of the submittals and award of contract. 10. Field Experience -The Installer shall have a minimum of five {5) years of verifiable field experience.

1.07 QUALITY ASSURANCE

A Corrosion - The Contractor or Installer shall fabricate finished liner from materials which, when cured, shall be chemically resistant to internal exposure to domestic sewage.

B. Appearance - Liner(s) shall be continuous over the entire length of the insertion run and be as free as commercially practicable from visual defects such as foreign inclusions, dry spots, pinholes, winkles and delamination.

PART2 PRODUCTS

2.01 ACCEPTED PRODUCTS

A Liner Performance Requirements - Liners shall be of the type that allows rehabilitation of a concentric, eccentric or flat top manhole without removing the manhole ring and top section or corbel.

8. Curing - The liner shall be installed and cured in place via controlled curing by heat and pressurization in the manhole to complete the curing process.

C. Monolithic Structure - The lining of the manhole or structure shall result in a monolithic structure bonded to the shape and contour of the existing manhole or structure. The liner shall be completely watertight, free of any pinholes or cracks.

4 D. Composite Materials System - CIPM Liner materials shall be no less than a three-layered composite system. Liner materials shall have a total pre-saturated fabric weight (i.e. weight before the application of epoxy resin) of forty-four (44) ounces, or fifty-six (56) ounces, or sixty-eight (68) ounces per square yard (see Test Property Values in Table 1 above).

1. Layer #1 shall be twelve (12) ounces, or eighteen (18) ounces, or twenty-four (24) ounces pre-saturated weight This structural fiberglass material shall be with modified epoxy resins and bonded to the existing substructure. 2. Layer #2 shall be a gas and liquid impermeable membrane of special non-porous materials with felt embedded on both sides. This layer shall be bonded to Layer #1 and Layer #3. The weight of this layer shall be twenty (20) ounces. Layer #2 shall be imbedded between the structural layers #1 and #3 of epoxy-fiberglass to guard against nicks, tears, and damage to the gas impermeable membrane_ 3. Layer #3 shall be twelve (12) ounces, or eighteen (18) ounces, or twenty-four (24) ounces pre-saturated weight. This structural fiberglass material shall be impregnated with modified epoxy resins and bonded to the existing substructure. 4. Layers #1 and #3 of a singular CIPM liner shall always have an equal pre-saturated weight. 5. Other material weights for Layers #1 and #3 may be designated by the Engineer if the parameters and conditions involving a particular structure or structures dictate usage of other weighted materials. 6. The Engineer shall designate the total pre-saturated weight of the composite material for each structure.

E. Inner Membrane - The CJPM liner shall be constructed such that the non-porous polyvinylchloride (PVC) inner membrane is protected from damage by the use of a structural fiberglass and epoxy layer on both sides. This inside surface protective layer is to protect the CIPM liner from impact damage, e.g. nicks from jet rodding machines and root cutters, hydro­ vacuum nozzles, inspection cameras, survey equipment, and construction techniques used in pipeline rehabilitation. The non-porous PVC membrane shall not be exposed on the inside of the manhole. The importance of this protective layer cannot be overemphasized to protect the manhole from sulfides and other gases penetrating through nicks and cuts in an unprotected membrane. The CIPM liner must be impervious and without pinholes that shall allow hidden corrosion on the concrete behind the liner, which can cause the eventual failure of the liner and the manhole.

F. Certified Installers - The CIPM Lining System shall be applied by a Manufacturer certified licensed Installer and shall be installed in strict accordance with Manufacturer's specifications. The Installer shall be trained in handling and application of the materials, and shall custom fit the liner to the manhole in order to protect the concrete and brick surfaces from sewer gases.

G. Approved Products - The CIPM Lining System shall be:

1. McNeil Technologies LLC Triplex 4400 Series, 5600 Series, 6800 Series, and/or other McNeil Technologies LLC Triplex Series as required and designated by the Engineer, or,

5 2. Approved equal.

2.02 APPLICABLE MANUFACTURERS

A. Standards - Products specified by named manufacturers are specified as a standard of quality.

1. McNeil Technologies LLC 2. Approved equal.

2.03 ACCEPTABLE LINER INSTALLERS.

A. Acceptable Installers - Installers of specified manufacturers are specified as approved installers.

1. McNeil Technologies LLC P. 0. Box 1200 Destin, FL 32540 Phone: 850-687-9696 www.triplexliner.com

2. Approved Equal

PART 3 EXECUTION

3.01 STRUCTURAL INTEGRITY

In general, the Owner assumes responsibility for the structural integrity of the rehabilitated structure. Prior to beginning work, the manhole shall be visually inspected by the Contractor and any areas of apparent structural damage shall be reported to the Owner for restoration.

3.02 STRUCTURAL PREPARATION

A. Cleaning - Contractor shall perform preliminary cleaning of the structure with a high-pressure water jet blast at a minimum of thirty-five hundred (3, 500) pounds per square inch (PSI) to prepare the structure for any necessary grouting or other preparation.

B. Manhole Steps - The Contractor shall remove the existing manhole steps. The metal portion of all steps shall be removed flush or to within Y:!'' of the manhole interior wall surface. Any remaining holes shall be patched flush prior to applying the CIPM manhole rehabilitation system.

C. Removal of Deteriorated Material - Prior to patching severe defects in the manhole, all loose and deteriorated material shall be removed and disposed of by the contractor. The bench areas shall be repaired as required and contoured to promote hydraulic flow. The prepared surface of the shelves shall be smooth and shall be sloped to allow for all bench areas to drain to the pipe invert.

6 D. Patching - Manhole chimney, wall and shelf repair shall include plugging, and/or patching as necessary, with specified grout, plugging or patching compounds, hydraulic and/or Type II Portland cement or equal.

E. Leaks - All active hydrostatic water leakage shall be stopped within four (4) inches of where the liner shall end around pipes or the shelf area in accordance with the Manufacturer's instruction. Minor active infiltration leaks and weeping may be stopped by the liner during the installation process.

F. Pipe Leakage - The Contractor shall plug the inlet pipe, inspect for infiltration leaks around the inlet and outlet pipes as well as in the invert channel. All leaks present shall be stopped by the use of chemical foam grout injection with Avanti 202 or equal and/or by the use of hydraulic cement After stopping leaks with chemical grout, hydraulic cement shall be used to refinish the surface where the leak was occurring.

G. Cleaning Prior to Liner Installation - Prior to liner installation, the Manufacturer's authorized Installer (Le. the Contractor) shall clean all surfaces of the host structure with a high-pressure sprayer having an operating pressure of at least 3,500-PSI. After pressure cleaning, the Installer may clean the structure with a degreaser or other solvents as needed to remove any film or residue on the surface. The structure shall then be pressure rinsed with clean water.

H. Substrate - All cracked or disintegrated material shall be removed from the area to be patched exposing a sound substrate. Patches or filling of voids shall be allowed to cure according to the manufacturer's specifications before continuing with the CIPM rehabilitation process.

I. Trimming Laterals - The Contractor shall remove any drop pipes to within two inches (2") of the wall. All other incoming laterals shall be trimmed within two inches (2") of the interior wall. The sewer main line inlet and outlet openings shall be properly trimmed within four inches (4") of the wall in areas where such pipes protrude above the benches that form the invert channel. All incoming and outgoing lines shall be grouted with an approximate sixty degree (60°) taper with hydraulic cement, Portland type II cement, or a fifty/fifty (50/50) combination of hydraulic and Portland cements, a filet of not-less-than a six inch (6") radius between the structure wall and each pipe. Such application of grout shall extend at least four inches (4") from the outlet onto the wall area making a smooth transition for the liner connection to the pipe openings.

3.04 BYPASS PUMPING

A. Contractor Responsibility - Unless otherwise specified the Contractor shall be fully responsible for bypassing existing flows in live sewers where existing force mains or other connections or construction shall be necessary to the existing system. If "live flow" mains have heavy flow conditions, the Contractor shall plan its work in order to maintain these flows and not interrupt service to the sewer systems' users. This plan may include night work. The cost of any night work required shall be included in the contract price of the applicable item.

7 8. Approval of Bypass Plans Prior to Construction - The Contractor shall not perform any connection or construction to existing manholes until plans for bypassing have been submitted by the Contractor and accepted by the Owner or Engineer. Additionally, no plugging of existing city utility system gravity mains shall be made without the approval of the utilities department

3.05 LINER INSTALLATION

A Scope - This work shall include the furnishing of all labor, materials, equipment, and testing for the rehabilitation of an existing brick or precast manhole by installing a cured-in-place laminated composite that is bonded to the host structure. The liner shall be comprised of a three-layered, structural system containing a non-porous membrane with felt imbedded on both sides, encapsulated between two structural layers of woven roving fiberglass; or pre­ approved equal.

B. Custom Fabrication - Liner material and components shall have been custom fabricated to fit the specific configuration of each structure prior to the commencement of the liner installation. Liner material shall be of the type that allows rehabilitation of concentric, eccentric or flat top manholes without removing manhole ring, top section, flat-top, or corbel.

C. Monolithic Structure - The CIPM !Iner shall completely seal the manhole, shelf, pipe inlet and outlets, and the lid ring frame in a monolithic method, as required, or as shown on the plans. No holes, cracks or seams in the liner shall be left unsealed, as this would allow gases or fluids to flow behind the CIPM manhole liner.

D. Contractor Requirements - The Contractor shall furnish all labor, materials, equipment, and incidentals required to supply and install a chemical resistant CIPM Liner as required or as shown on the plans.

E. Protection of Host Structure - The CIPM Liner shall be designed and installed to protect concrete, brick and other manhole or other structure's surfaces from corrosion. The CIPM liner product shall be designed to stop infiltration, root intrusion, and further deterioration in the structure. The Interior surfaces to be protected shall include the walls, shelves, pipe junctions and the lid ring frame.

F. Omissions - Omission of a specific item or component obviously necessary for the proper installation and functioning of the system shall not relieve the Contractor from the responsibility of supplying that specific item or component at no additional expense to the Owner.

E. Air Pressure - The liner shall be applied under a responsible level of pressure.

3.08 OTHER CONSTRUCTION REQUIREMENTS

A Channel Reconstruction - The Contractor shall remove all loose grout and rubble from the existing channel. The Contractor shall rebuild the channel if required by shaping and repairing the slope of shelves or benches. Work shall include alignment of inflow and out flow

8 ports in such a manner to prevent the deposition of solids at the transition point. All inverts shall follow the grades of the pipe entering the manhole. Changes in direction of the sewer and entering branch or branches shall have a true curve of as large a radius as the size of the manhole shall permit. Channels shall be shaped to allow entrance of maintenance equipment into pipes including buckets, CCTV cameras, etc.

B. Lining of Inverts - All Inverts are to be lined unless otherwise indicated by the Engineer.

C. Overlap and Connections - The Manufacturer's authorized licensed Installer shall install the CIPM liner with simultaneously combined air pressure and steam heat injection, except where jobsite conditions restrict use. Hand applied fiberglass and epoxy application shall not be accepted. The Installer shall line the manhole shelf/bench and invert channel areas with CIPM Liner System materials. These materials shall have been saturated with the epoxy resin and placed in the bottom to extend approximately three inches (3") up the wall section, so as to overlap with the liner wall section. The CIPM Liner shall be made longer than the structure to overlap and reinforce the bench/floor transition area, providing overlap and double liner thickness in the critical corner section where the wall meets the bench.

D. Nighttime Installations - Night installations may be required in areas where heavy traffic conditions or where daytime heavy sewage flow levels exist.

E. Safety Rules - All safety rules, regulations, applicable laws and insurance requirements shall be observed in storing. handling, usage and application of the liner materials, resins and solvents (if any).

F. Confined Space Entry - A tripod and emergency retrieval system shall be used at all times for confined space entry.

3.09 QUALJTY ASSURANCE AND TESTING

A. Testing - A complete structural liner spark test shall be conducted in accordance to ASTM 04787 and the instrument's operating instruction manuaL The following specific procedure(s) shall be followed:

1. Prior to lining, an initial spark test shall be conducted to establish conductivity of the structure and the test voltage. This shall be done by starting at the highest voltage of the meter and progressing downward to the lowest voltage that produces a good audible signal and spark. This voltage shall be the test voltage for testing the lining. The test shall be completed utilizing a silicone attachment on the wand. This procedure is required in order to not damage the lining, 2. When the lining has been completed, the structure shall be tested to insure that no holidays or pin holes are present, 3. This test is to be used for CIPM, with documentation made to the Engineer that there are no holidays, etc. 4. A copy of the past instrument calibration certification must be included with the test logs.

9 B. Manufacturer's Specifications - The installation of the approved liner system shall be in strict accordance with the Manufacturer's written instructions. The Contractor may submit alternate thicknesses as per the Manufacturer's recommendations as conditions dictate. The work shall include re-grouting all inlet and outlet lines and benches (if needed) including all preparation, installation, curing and finish operations for the complete rehabilitation process. The liner shall be installed and cured-in-place via a simultaneous pressurization blower system with steam heat injection, or other Manufacturer approved process. The curing process shall be typically completed in manholes in approximately four (4) hours.

C. Bonding - The CIPM lining of the structure shall result in a monolithic structure, bonded to the contours of the existing host structure. The liner shall be adequately bonded to the interior structure surface, and be completely water tight from the ring and cover area to the transition area where the shelf and invert channel connects. This bonding process shall all also include completely sealing the manhole wall and shelf areas to the inlet and outlet pipes.

D. Product Testing - Qualification testing of the CIPM liner materials shall have been completed prior to installation. The initial structural properties of the liner shall meet or exceed the properties shown in Table 1 referenced above.

E. Cleaned Structure--All surfaces of the host structure shall be clean to the concrete/brick substrate, and shall be acceptable to the Owner/Inspector and ready to receive the liner.

F Resin Quantity--The liner Manufacturer shall provide a tag on each CIPM liner indicating the amount of catalyzed resin necessary for impregnation purposes in order to meet structural properties. This shall be acceptable with a tolerance variation of plus or minus five percent (± 5%).

3.10 POST CONSTRUCTION ISSUES

A. Elongation - The CIPM system shall be flexible, and have an elongation sufficient to bridge up to a one quarter inch (X'") inch settling crack, without damage to the lining. The liner shall be able to bridge expansion cracks that may occur.

B. Post Installation Repairs - The CIPM system shall be repairable at any time during the life of the structure, with the same type of liner system materials used in the original installation, including repair or lining of the upper chimney portion where grade adjustments have been made. Repair lining materials shall be of the type that shall bond to the original liner materials.

PART4 DELIVERABLES AND PAYMENTS

4.01 MEASUREMENT

A. Distance Measurement - Measurement of the actual number of vertical feet of CIPM installed shall be made from the invert of the pipe running through the host structure to the rim of the manhole or structure. Other structures receiving a CIPM liner will be paid for via a unit price or other unit of measure determined by the Engineer and provided for on the Bid Form.

IO B. Other Payment Units - Any ancillary items (if not deemed incidental to the project by the Engineer or Owner) shall be paid at a unit price basis as specified by the contract's payment schedule.

4.02 ACCEPTANCE

A. Defective Work - Within sixty (60) days of the installation of the CIPM liner, the Engineer shall notify the Contractor of any defective work in writing. Defective work (if any) shall be corrected by the Contractor within sixty (60) days of receipt of this written notification.

4.03 PAYMENTS

A. Pay Estimates - Pay estimates shall be submitted on a regularly scheduled basis to the Engineer by the Contractor.

8. Payments - Payment for the rehabilitation of the structure(s) shall be made at a lump sum price and shall include all necessary labor, material and equipment to clean, seal off any water infiltration, prepare the walls, provide, install, and vacuum test the completed fiberglass liner.

C. Approval of Quantities - The Engineer shall review the quantities submitted by the Contractor, and shall immediately inform the Contractor of its certification or disaltowance of any quantities submitted for payment. If the quantities of work in question by the Engineer can't be immediately resolved to the satisfaction of both parties, the pay estimate shall move forward without those quantities included. Said denied quantities may be resolved and submitted on the next pay estimate.

0. Inspection - The completed installation shall be visually inspected to assure that dry spots are not present in the finished liner. This can also be accomplished by closed circuit television if visual inspection cannot be accomplished. No dry spots should be observed in the liner and no infiltration of groundwater should be observed coming through the liner or coming out at any place where the liner ends.

END OFSECTION

11 RECOMMENDED PAYMENT SCHEDULE

~---~- -EsL -- ·------~~- - -Unit --- ~-·---- Item I Number Description Qty. Unit Price$ Total Price $

GENERAL ITEMS Mobilization 1 Lump Sum Traffic Control 1 Lump Sum Bypass Pumpinq 1 Lump Sum CURED-IN-PLACE-LINER Vertical CIPM Liner Installed 000 Foot TOTAL BIO 0,000,000.00

12 Section 02940 - SMOKE TESTING:

GENERAL

1. Descriplion: The work of this section shall consist of furnishing all labor. materials. tools, equipment. and incidentals necessary to perfonn smoke testing of gravity sanitary sewer lines. The purpose of smoke testing is to locate significant defects wbich are causing or could cause infiltration/inflow, soil erosion, and degradation to the existing sanitary sewer system or other underground utilities and surface structures.

1. Refer to the following sections for related work items:

l. Section 02970 - SEWER FLOW DJ VERSION AND CONTROL

2. Section 02960 - SEWER CLEANJNG

3. Section 02950 -TELEVISION INSPECTION

MATERIALS

A Smoke: Nontoxic, odorless, non-hazardous, and non-staining smoke generator~ (bombs or liquid smoke) shall be used to produce smoke for testing.

B. Blower: Smoke shall be blown by a "squirrel cage" or other approved blower located on top of a central manhole. Blower pressure should be adequate to force smoke throughout the isolated line section and to the ground surface through cracks, channels, improper jointing, etc. Minimum blower free fan delivery shall be 2,000 cfm, The base of the blower shall have appropriate adapters and seals to make a good connection to the manhole without excessive loss of are and smoke.

C Sand Bags; Sand bags and/01 plugs with permanently attached identification tags shal1 be placed at each end of the test section to prevent smoke from escaping through the manholes and adjacent sewer lines.

D. Photographs: Color, digital photographs with a minimum resolution of four (4) megii pixels or greater shall be taken of all locations where smoke is observed at the ground surface. The camera shall record a date and time directly onto the photo. Each photographic file generated shall be saved in a _JPEG file fom1at using the upstream manhole and the defect number as the naming convention. These files will be recorded on an external hard drive with sufficient capacity to connect vfa 2.0 USB port for the Owner's use and record, and delivered to the Owner. A sample ofa file name in the proper format is: Upstream Manhole No. - Defect No. 253 - SMl.jpeg E. Smoke Testi11g Log Form: The Contractor shall provide a Smoke Testing Log Form, which will be used to record all pertinent data for smoke testing. The log form shall include a place for a sketeb to be made showing upstream and downstream manholes, location of smoke bomb, and location of smoke leak(s). The Smoke Testing Log Form shall be submitted to the Owner prior to use for approval. The log form shall be filled out using the proper inspection coding as approved by the Ownei. This form shall be submitted to and remain in the possession of the Owner after a section of line has been tested. F. The CONTRACTOR shall provide the OWNER with a GIS compatible electronic file depicting the locations and results of smoke testing.

EXECUTION

A. Public Notification: The Contractor will be solely responsible and held liable for any claims or damages arising from the lack of public notification, and coordination with the City Police and Fire Departments.

129 B. The Contractor shall notify. by hand delivery of a notification letter, doorknob hangtags or other acceptable mc!hoJs to each ilddrcss, all residences and businesses in tbe area to be tested 48 hour~ in advance of the testing. The Owner shall approve aH notification lct!crs or hangtags.

I. The Contractor shall notify the appropriate authorities prior to beginning of any smoke lesting and will be responsible for maintaining close coordination with the local Police and Fire Departments regarding the smoke tests. 2. The Contractor shall maintain multiple copies of the Material Safety Data Sheets (MSDS) of smoke products on site in order to respond to all inquiries.

C. Site Conditions: Contractor's testing schedule shall consider the unique conditions of the test site such as (but not limited to): cross-connected stonn/sanitary sewers, heavy flow sections. traffic patterns. and etc.

D. lfwork is to be performed in a roadway. the Contractor shall perfonn the necessary traffic control, conform to 1he Owner's Requirements, and the latest edition of the Manual of Unifonn Traffic Control Devices (MUTCD). Work to be performed in a roadway shall be coordinated with the Owner prior to obstructing traffic.

E. Method of Testing:

I. The distance between blowers per smoke test set-up shall be a maximum of two line segments or 700 feet.

2. Smoke shall be introduced into a manhole and then blown into connecting sewer lines.

F. All visible leaks, including those from collection Jines. service laterals, drainage structures, and manholes shall be recorded on the Smoke Testing Log Fonn. In addition to that described in paragraph 2.5 above, the following information shall be included on the Jog fom1; Upstream and downstream manhole numbers. manhole depths, direction of flows, location of sandbags and plugs, sketch showing leak location and distance and offaet from the upstream manhole, street address nearest the detected leak, leak type that clearly describes the leak, smoke yuantification, surface cover, and a properly identified color photograph of inflow source.

I. Visible smoke on private property shall be photographed and recorded by address.

2. All completed field forms shall be scanned and provided to the Owner in digital format as well as paper at the conclusion of the project.

3. Smoke tests shall not be performed when tlle smoke coming out of the ground may blo\v away so quickly as to escape visual detection.

4. Smoke testing shall not be performed during wet weather or saturated ground conditions.

5. Smoke testing shall not be performed on weekends or on holidays without prior approval of the Owner.

G. Clean Up: The Contractor shall keep premises free from accumulations of waste materials, rubbish, and other debris generated by Contractor's operations. MEASUREMENT AND PAYMENT

1. The work of this section shall be measured on a lineal foot basis, from center of manhole to center of manhole, for the different diameters of sewer line tested.

129 2. The work of this section shall be paid for at the unit prices established in the bid schedule. Lateral service lines and manholes shall not be measured or paid for separately. but shall be considered incidental to the work of which it is a part.

END OF SECTION

Section 02950 - SEWER CLEANING AND CCTV INSPECTION:

PART 1 GENERAL

1.01 SUMMARY

A. The intent of this work ls to remove foreign material(s) from mainline sewers lines and complete a closed circuit television (CCTV) inspection of the lines and facilities included in this project.

1.02 SCOPE OF WORK

A. Sewer Cleaning - The intent of sewer line cleaning is to remove foreign materials from the mainline sewers. This cleaning is also intended to restore the sewer to a minimum of ninety­ five percent (95%) of its original carrying capacity.

B. CCTV Inspection -After cleaning and removal of debris, the pipe sections between manholes or other structures shall be inspected by means of CCTV equipment.

C. Schedule of Work Hours - The Contractor shall work during the hours of 7:00 AM to 7:00 PM Monday through Friday. If there is a need for after-hours work or weekend work, prior consent shall be obtained from the Engineer.

0. Traffic Control - The Contractor shall be solely responsible for all signage, flagging, cones, personnel and any other item or personnel required for traffic control.

1.03 RELATED SECTIONS

1.04 REFERENCES

A. National Association of Sewer Service Companies (NASSCO), Jetter Code of Practice.

B. National Association of Sewer Service Companies (NASSCO) prepared, Pipe Une Assessment and Certification Program (PACP), TV inspection form and sewer condition codes.

1.05 SUBMITIALS

G. Safety Plan -The Contractor shall provide a safety plan and identify designated safety supervisory personnel to the Engineer. The plan shall include confined space entry

130 Missouri Division of Labor Standards WAGE AND HOUR SECTION

JEREMIAH W. (JAY) NIXON, Governor Annual Wage Order No. 23 Section 039 GREENE COUNTY

Jn 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 Ci1y, MO 65102-0599. Such objections must set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri.

Original Signed by John E. Lindsey, Director Division of Labor Standards

This Ts A True And Accurate Copy Which Was Filed With The Secretary of State: March l 0, 2016

Last Date Objections May Be Filed: April 11, 2016

Prepared by Missouri Department of Labor and Industrial Relations Building Construction Rates for REPLACEMENT PAGE Section 039 GREENE County

t:laS!C over- OCCUPATIONAL TITLE ••Dale of . Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Asbestos Worker (H & F) Insulator 1117 $25.72 56 28 $11.75 7/16 $35.93 57 7 $28.33 Bricklaver and Stone Mason 6116 $27.73 24 74 $16.44 Carpenter 6116 $24.73 61 4 $15.65 Cement Mason $23.54 64 4 $10.35 Communication Technician 1/17 $37.31 13 72 $17.77 + 10% Electrician (Inside Wireman) 1/17 $25.65 21 48 $11.95+10% Electrician (Outside-Line Construclion\Lineman} $41.52 125 65 $5.00 + 34.5% Lineman Operator $38.37 125 65 $5.00 + 34.5% Groundman $26.76 125 65 $5.00 + 34.5% Elevator Constructor 7/16 a $44.515 26 54 $31.531 Glazier 9/16 $23.35 36 52 $6.71 - - - Ironworker 6/16 $29.00 50 4 $28.45 Laborer (BuildinQ): General 6116 $21.28 112 4 $11.73 First Semi-Skilled 6/16 $23.42 112 4 $11.73 Second Semi-Skilled 6/16 $21.96 112 4 $11.73 Lather USE CARPENTER RATE Linoleum Laver and Cutter 6/16 $24.63 123 78 $15.65 Marble Mason 1/17 $22.08 124 74 $12.86 Marble Finisher 1/17 $14.29 124 74 $9.09 Millwriqht 6/16 $24.73 61 4 $15.65 0 peraling Engineer Grouo I 6/16 $26.34 84 4 $12.69 Group ll 6116 $24.60 84 4 $12.69 Group Ill 6/16 $23.89 84 4 $12.69 6/16 $24.60 Grouo 11J-A 84 - 4 $12.69 Group JV Group V 6/16 $15.80 84 4 $12.69 Painter 6/16 $28.54 37 4 $16.56 Pile Driver 6/16 $24.73 61 4 $15.65 Pipe Fitter 11/16 $29.55 19 1 $14.82 Plasterer $23.53 64 4 $10.55 Plumber 11116 $29.55 19 1 $14.82 Roofer I Wateroroofer 6/16 $22.75 10 2 ·- -- .$10.88 Worker 7/16 $28.94 4 24 $14.18 Sprinkler Fitter - Fire Protection 7/16 $33.49 33 19 $19.45 Terrazzo Worker 1/17 $29.31 124 74 $14.56 Terrazzo Finisher 1/17 $19.08 124 74 $14.56 Tile Setter 1/17 $22.08 124 74 $12.86 Tile Finisher 1/17 $14.29 124 74 $9.09 Traffic Control service Driver $16.35 48 49 $2.75 Truck Driver-Teamster Group I $19.45 98 4 $4.72 Grouo II Group Ill $19.45 98 4 $4.72 Group IV $2140 FED $6 66

Fringe Benefit Percentage is of lhe Basic Hourly Rate

••Annual Incremental Increase

'SEF' FOOTNOTE PAGE ANNUAL WAGE ORDER NO. 23 1117 Building Construction Rates for Section 039 GREENE County Footnotes Basic over- OCCUPATIONAL TITLE H Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule

•Welders receive rate prescribed for the occupational title performing operation to which is incidental.

Use Building Construction Rates on Building construction in accordance with the classifications of construction work established in 8 CSR 30-3.040(2).

Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of construction work established in 8 CSR 30-3.040(3).

a - Vacation: Employees over 5 years - 8%; Employees under 5 years - 6%

**Annual Incremental Increase ANNUAL WAGE ORDER NO. 23 3116 REPLACEMENT PAGE GREENE COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE

FED: Minimum requirement per Fair Labor Standards Act means time and one-half (1 'h) shall be paid for all work in excess of forty (40) hours per work week.

NO. 4: Means the regular working day shall consist of eight (8) hours labor on the job between six (6) a.m. and six-thirty (6:30) p.m. and the work week shall consist of five (5) consecutive eight (8) hour days beginning on Monday and ending with Friday of each week. All full time or part time labor performed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. Also, there may be a 40-hour work week which would consist of ten (10) hours each day for Monday, Tuesday, Wednesday, Thursday or Friday. The first two (2) hours performed in excess of an eight (8) hour workday, Monday through Friday, and the first ten (10) hours on Saturday, shall be paid at one and one half (1 %) times the regular rate of pay. All work performed on Sundays and Holidays and in excess of ten (10) hours a day on all days shall be paid at two (2) times the regular rate of pay. A make-up day may be scheduled for work missed due to inclement weather. The make-up hours shall be paid at the regular hourly rate of pay.

NO. 7: Means work between the hours of 7:00 a.m. and 6:00 p.m. daily, Monday through Saturday, as assigned by the Employer shall be considered regular hours. Weekend work shall be paid at the rate of one and one-half (1 'h} times the regular rate of pay. Weekend begins 12:01a.m. Saturday. Overtime is time worked over forty (40) hours per pay period, and shall be paid at the rate of one and one-half (1Y2) limes the regular rate of pay. Sunday and Holidays will be paid at the rate of two (2) times the regular rate of pay.

NO. 10: Means the regular working day shall be scheduled to consist of at least eight (8) hours but no more than ten (10) consecutive hours, exclusive of the lunch period, unless otherwise provided. Crews shall be scheduled to commence at any time between the hours of 5:00 a.m. and 10:00 a.m. or earlier if agreed on by the majority of any one crew. Except as specifically provided for Saturdays, Sundays and holidays, all work performed by Employees anywhere in excess of forty (40} hours in one (1) work week, or in excess of ten (10) hours in one work day shall be paid at lhe rate of one and one-half (1'h) times the regular hourly wage scale. Any work performed on a Saturday shall be paid at the rate of one and one-half (1 'h) times the regular hourly wage scale unless such Saturday work falls under the category of Saturday make Up Day. When this Saturday Make Up Day does occur, the Employee may work on Saturday at straight time; provided, however, lf during the period worked by said Employee on Saturday, the Employee's compensable time at the straight time rate exceeds forty (40) hours, all time worked in excess of the forty (40) hours will be paid at the rate of one and one-half (1'h) time the regular hourly wage scale. The provision of this Saturday Make Up Day shall not apply to any weeks in which a designated holiday is recognized. Any work performed by Employees anywhere on Sunday or holidays shall be paid at the rate of double (2) time the regular wage scale.

NO. 13: Means a regular workday shall consist of eight (8) hours between 8:00 a.m. and 4:30 p.m. Forty (40) hours, within five (5) days -- Monday through Friday inclusive -- shall constitute the regular workweek. The Employer may alter the above stated hours by two (2) hours for an early starting and quitting time only, not to exceed eight (8) hours of work in any one day. When job conditions dictate and as required by the customer, the Employer shall be allowed to establish a four (4) day, ten (10) hour per day work week. This work week is defined as Monday through Thursday, with a Friday make-up day. The normal work day under a ten (10) hour four (4) day work week shaf! be from 7:00 a.m. to 6:00 p.m., with a one hour starting variance. The make-up day of Friday shall be instituted for specific reasons such as loss of production due to weather and/or holidays. AU hours worked in excess of ten (10) hours per day or forty (40) hours per week or hours worked outside the normal work week shall be paid at the applicable overtime rate. The first four (4) hours of overtime after the normal workday, each day Monday through Friday and the first ten (10) hours of overtime on Saturdays shall be paid for at one and one-half (1'h) times the regular straight time rate of pay. All other work performed outside of lhe regularly scheduled working hours and outside of the first ten (1 O} hours worked on Saturdays shall be paid for at double (2) the regular straight time rate of pay. Sundays and the recognized holidays shall be paid for at double (2) the regular straight time rate of pay, if worked. When so elected by the contractor, multiple shifts of at least five (5) days duration may be worked. When two (2) or three (3) shifts are worked: The first shift (day shift) shall be worked between the hours of 8:00 a.m. and 4:30 p.m. Workmen on the "day shift" shall receive eight (8) hours pay at the regular hourly rate for eight (8) hours work. The second shift (swing shift) shall be worked between the hours of 4:30 p.m. and 12:30 a.m. Workmen on the "swing shift" shall receive eight (8) hours pay at the regular hourly rate plus 10% for seven and one-half (7 Yi) hours work. The third shift {graveyard shift) shall be worked between the hours of 12:30 a.m. and 8:00 a.m. Workmen on the "graveyard shift" shall receive eight (8) hours pay at the regular hourly rate plus 15% for seven (7) hours work. A lunch period of thirty (30) minutes shall be allowed on each shift. All overtime work required after the completion of a regular shift shall be paid at one and one-half (1 'h) times the "shift" hourly rate.

AW023 039 OT in2.doc ANNUAL WAGE ORDER NO. 23 Page 1 of 6 REPLACEMENT PAGE GREENE COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE

NO. 19: On single shift operation, eight (8) hours of work, between 8:00 a.m. and 4:30 p.m., shall constitute a day's work. Forty {40) hours of work Monday through Friday shall constitute a workweek. The starting time may be changed to begin between the hours of six (6:00) and ten (10:00) am. The first two (2} hours performed in excess of an eight (8) hour workday Monday through Friday, and the first ten (10) hours on Saturday, shall be paid at time and one-half (1.5} the basic straight-time rate. AU work performed on Sundays and holidays, and in excess of ten (10) hours a day shall be paid at double (2) the basic straight time rate of pay. When hours worked are outside of established work hours, the pay rate shall be one and one-half (1.5) times the regular rate of pay for the first ten (10) hours, and all hours in excess of ten (10) hours shall be at the double-time rate. Shift work of either one (1) eight hour night shift, or two (2) eight (8) hour night shifts on a job which will continue for at least one (1) week, all employees shall be paid eighteen and one-half percent (18.5%) over the straight-time hourly rate on the night shifts. All hours worked in excess of eight (8) in a shift shall be paid at the applicable overtime rate of pay. The normal workweek tnay be changed to four (4) ten (10) hour days or four (4) ten (10) hour nights, if on shift work, with the following provisions: Monday through Thursday would be the normal workweek with Friday being used as scheduled workday in case of a day being lost due to weather, all employees working night shift, on a job that will continue at least one (1) week, shall be paid thirty percent (30%) over the regular straighHime hourly rate of pay, and any hours worked before or after established starting and quitting times being paid at double {2) time hourly rates of pay.

NO. 21: Means eight (8) hours of work between the hours of 8:00 a.m. and 4:30 p.m. shall constitute a work day. Forty (40} hours within five (5) days, Monday through Friday, shall constitute a work week. The regular starting time of a job may be moved not more than two (2) hours prior to 8:00 a.m. However, in no case shall more than eight (8) hours be worked per day without the applicable overtime rate being paid. When job conditions dictate, the Employer shall be allowed to establish a four (4) day, ten (10) hours per day work week. This work week is defined as Monday through Thursday or Tuesday through Friday. A!I hours worked in excess of ten (10) hours per day or forty (40) hours per week shall be paid at the applicable overtime rale. This language is not intended to change the normal five (5) day, eight (8) hour per day work week. All overtime work performed after the regularly scheduled working hours Monday through Friday and Saturday shall be paid for at time and one-half (1 ~) the regular straight time rate of pay. Sundays and recognized holidays shall be paid for at two (2) times the straight time rate of pay. Shift work performed between the hours of 4:30 p.m. and 1 :00 a.m. {second shift) shall recelve eight (8) hours pay at the regular hourly rate of pay plus 17.3% for all hours worked. Shift work performed between the hours of 12:30 a.m. and 9:00 a.m. (third shift) shall receive eight (8) hours pay at the regular hourly rate of pay plus 31.4% for all hours worked. An unpaid lunch period of thirty (30) minutes shall be allowed on each shift. All overtime work required before the established start time and after the completion of eight (8) hours of any shift shall be paid at one and one-half (1%) times the shift hourly rate.

NO. 24: Means eight (8) hours shall constitute a day's work on all classes of work between the hours of 6:00 a.m. and 5:30 p.m., Monday through Friday. The pay for time worked during these hours shall be at the regular wage rate. The regular workweek shall be Monday through Friday. A workweek of four (4), ten (10) hour days may be established on a per job basis. Saturday may be used for a make-up day, when working 5-B's, Friday when working 4-10's. All time worked before and after the established workday of eight (8) hours, Monday through Friday, and all time worked on Saturday shall be paid for at the rate of time and one-half (1%) except after eight (8) hours worked, then double (2) time will apply. All time worked on Sundays and the recognized holidays shall be paid at the rate of double (2) Lime.

NO. 26: Means that the regular working day shall consist of eight (8) hours worked between 6:00 a.m., and 5:00 p.m., five (5) days per week, Monday to Friday, inclusive. Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (The above working hours may be changed by mutual agreement). Work performed on Construction Work on Saturdays, Sundays and before and after the regular working day on Monday to Friday, inclusive, shall be classified as overtime, and paid for at double (2) the rate of single time. The employer may establish hours worked on a jobsite for a four (4) ten (10) hour day work week at straight time pay for construction work; the regular working day shall consist of ten (10) hours worked consecutlvely, between 6:00 a.m. and 6:00 p.m., four (4) days per week, Monday to Thursday, inclusive. Any work performed on Friday, Saturday, Sunday and holidays, and before and after the regular working day on Monday to Thursday where a four (4) ten (10) hour day workweek has been established, will be paid at two times (2) the single time rate of pay. The rate of pay for all work performed on holidays shall be at two times (2) the single time rate of pay.

AW023 039 OT rn2.doc ANNUAL WAGE ORDER NO. 23 Page 2 of 6 REPLACEMENT PAGE GREENE COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE

NO. 33: Means !he standard work day and week shall be eight (8) consecutive hours of work between the hours of 6:00 a.m. and 6:00 p.m,, excluding the lunch period Monday through Friday, or shall conform to the practice on the job site. Four (4) days at ten (10) hours a day may be worked at straight time, Monday through Friday and need not be consecutive. All overtime, except for Sundays and holidays shall be at the rate of time and one-half (112). Overtime worked on Sundays and holidays shall be at double (2) time.

NO. 36: Means eight (8) hours shall constitute a work day, Monday through Friday between the hours of 6:00 a.m. and 6:00 p.m. Saturday can be used as a makeup day if time is lost due to weather. All hours in excess of the regular forty (40) hour work week or eight (8) hours per day shall be considered overtime and shall be paid for at the rate of one and one-half (1 %) times the regular rate. Employees will be paid at the rate of one and one-half (1 %) times their regular rate for work perfonTled on Saturdays. Sundays and holidays worked are to be paid at double (2) the regular hourly rate. Four (4) ten-hour days, at the option of the Employer, shall be the standard work week, consisting of a consecutive ten­ hour period, Monday through Thursday or Tuesday through Friday, between the hours of 6:00 a.m. and 6:00 p.m. Forty (40) hours per week shall constitute a week's work.

NO. 37: The Employer may choose, at his discretion, to work five eight hour days or four ten hour days with a Friday make-up day, Monday through Friday at straight time. Overtime shall be paid after eight (8) hours when working "five eights" and after ten hours when working "four tens". All work performed on Sundays and recognized holidays shall be paid for at the rate of double (2) time. All Saturday work shall be paid for at the rate of time and one-half (1112) the regular wage rate. All night work during the regular work week other than the above-mentioned days shall be paid for at the rate of time and one-half (1 Y:.) the regular wage scale until midnight and double (2) time after midnight except make-up time will be allowed under the following condition: In the event of inclement weather on exterior projects which prevents working the full regular eight (8) hour day, forty (40) hour work week schedule, a Saturday make-up day can be granted. Then said work on Saturday shall be paid at the straight time rate of pay up to a maximum total of forty (40) hours per week.

NO. 48: Means the regularly scheduled work week shall be five (5) consecutive days, Monday through Friday or Tuesday through Saturday. Eight (8) hours shall constitute a day's work. Starting time shall not be earlier than 7:00 a.m. nor later than 10;00 a.m. Forty (40) hours shall constitute a week's work. Overtime at the rate of time and one-half (1~) will be paid for all work in excess of forty (40) hours in any one work week. On the Monday through Friday schedule, all work performed on Saturday wlll be time and one-half (1112) unless time has been lost during the week, in which case Saturday will be a make up day to lhe extent of the lost time. On the Tuesday through Saturday schedule, all work performed on Monday will be time and one-half (1%) unless time has been lost during the week, in which case Monday will be a make-up day to the extent of the lost tims. Any work performed on Sunday will be double (2) time. If employees work on any of the recognized holidays, they shall be paid time and one-half (1112) their regular rate of pay for all hours worked.

NO. 50: Means eight (8) hours constitute a normal day's work Monday through Friday. Any time worked over eight (8) hours will normally be paid at time and one-half (1 'h) except for exclusions stated in some following additional sentences. The Employer, at his discretion, may start the work day between 6:00 a.m. and 9:00 a.m. Any schedule chosen shall be started at the beginning of the work week (Monday) and used for at least five days. Work may be scheduled on a four (4) days a week (Monday through Thursday) at ten (10) hours a day schedule. If such a schedule is employed, then Friday may be used as a make-up day when time is lost due to inclement weather. Time and one-half (1 Y:.) shall be paid for any work in excess of eight (8) hours in any regular work day Monday through Friday unless working 4-10's, then time and one-half (1%) after ten (10) hours. All work performed on Saturday will be time and one-half (1"1h). Double (2) time shall be paid for an work on Sundays and recognized holidays.

NO 56: Means the regular work day shall consist of eight {8) hours between 8:00 a.m. and 4:30 p.m. An optional four day work week may be utilized with the ten (10) hour clause, days Monday through Thursday or Tuesday through Friday. Work hours shall be from 7:00 a.m. to 5:30 p.m. any work perfomled on Monday or Friday outside the regular scheduled four (4) days shall be at one and one half (1 ~)the regular rate of pay. Work performed outside of the regular work day. and on Saturdays shall be paid at one and one hair (1 %) the regular rate of pay. Sundays and holidays shall be paid at double (2) time the regular rate of pay.

AW023 039 OT in2.doc ANNUAL WAGE ORDER NO. 23 Page 3 of 6 REPLACEMENT PAGE GREENE COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE

NO. 57: Means eight (8) hours per day shall constitute a day's work and forty (40) hours per week, Monday through Friday, shall constitute a week's work. The regular starting time shall be 8:00 a.m. If a second or third shift is used, the regular starting time of the second shift shall be 4:30 p.m. and the regular starting period for the third shift shall be 12:30 a.m. These times may be adjusted by the employer. The day shi~ shall work a regular eight (8) hours shift as outlined above. Employees working a second shift shall receive an additional $0.25 above the regular hourly rate and perform seven and one-half (71h) hours work for eight (8) hours pay. Third shift employees shall be paid an additional $0.50 above the regular hourly rate and work seven (7) hours for eight (8) hours pay. When circumstances warrant, the Employer may change the regular workweek to four (4) ten-hour days at the regular time rate of pay. All time worked before and after the established workday of eight (8) hours, Monday through Friday, and all time worked on Saturday shall be paid at the rate of time and one-half (11h) except in cases where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be paid at the double (2) time rate of pay except in cases where work is part of an employee's previous day's shift. For all overtime hours worked $27.04 of the fringe benefits portion of the prevailing wage shall be paid at the same overtime rate at which the cash portion of the prevailing wage is to be paid. The remaining $1.29 of the fringe benefit portion of the prevaHing wage may be paid at straight time.

NO. 61: Means except as herein provided, eight (8) hours a day, 8:00 a.m. to 4:30 p.m., shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work. The regular workday starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of time and one-half (1Y.). All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double (2) time. The Employer has the option of working either five (5) eight-hour days or four (4) ten-hour days to constitute a normal forty (40) hour work week. When the four (4) day ten hour work week is in effect. the standard work week shall consist of forty (40) hours, Monday through Friday, which will consist of any four (4) consecutive ten-hour four days within the five (5) day period. In the event the job is down for any reason beyond the control of the Employer, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day, straight time not to exceed ten (1 O) hours per day, or forty (40) hours per week. When the five (5) day eight-hour work week is in effect, forty (40) hours per week shall constitute a week's work (normal work week being Monday through Friday). Jn the event the job is down for any reason beyond the control of the Employer, then Saturday may, at the option of the Employer, be worked as a make­ up day, at straight time not to exceed eight {8) hours for that day, or forty (40) hours per week. A make-up day is not to be used to make up time lost due to recognized holidays.

NO. 64: Means eight (8} hours shall constitute a day's work beginning at 8:00 a.m. and ending at 4:30 p.m. Forty (40) hours shall constitute a week's work, Sunday through Saturday. In the event time is lost due to weather or conditions beyond the control of the Employer, the Employer may schedule work on Saturday at straight time. All work over eight (B) hours in one day, forty (40} hours in one week, or on Saturday (except as herein provided) shall be classified as overtime and be paid at the rate of time and one-half (1%). All work on Sunday or recognized holidays shall be classified as overtime and be paid at the rate of double (2) time. When the four (4) day ten-hour work week is in effect, the standard work day shall be consecutive ten (10) hour periods. Forty (40) hours per week shall constitute a week's work Sunday through Saturday inclusive. In the event the job is down for reasons beyond the contractors control, then Friday and/or Saturday may, at the option of the Employer be worked as a make-up day, straight time not to exceed ten (10) hours per day or forty (40) hours per week.

AW023 039 OT in2 doc ANNUAL WAGE ORDER NO. 23 Page 4 cf 6 REPLACEMENT PAGE GREENE COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE

NO. 84; The regular working starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. Except as provided in this Article, eight (8) hours a day shall constitute a standard work day and forty (40) hours per week shall constitute a weeks' work, which shall begin on Sunday and end on Saturday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid at the rate of time & one-half (1 Y,) (except as herein provided). All time worked on Sunday and recognized holidays shall be classified as overtime and paid at the rate of double (2) time. The Employer has the option of working either five (5) eight-hour days or four (4) ten-hour days to constrtute a normal forty (40) hour work week. When the four (4) ten-hour work week is in effect, the standard work day shall be consecutive ten (10) hour periods, exclusive of the lunch period, beginning at 6:30 a.m. and forty (40) hours per week shall constitute a week's work, Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day, straight time not to exceed ten (10) hours or forty (40) hours per week. When the five (5) eight-hour work week is in effect, forty (40) hours per week shall constitute a week's work, Monday through Friday, inclusive. Jn the event the job is down for any reason beyond the Employer's control, then Saturday may, at the option of the Employer, be worked as a make-up day, straight time not to exceed eight (8) hours or forty (40) hours per week.

NO. 98: Means eight (8) hours a day shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work which shall begin on Sunday and end on Saturday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of time and one-half (1 Y:t) (except as herein provided). All time worked on Sunday and recognized holidays shall be classified as overtime and paid at the rate of double (2) time. The Employer has the option of working either five (5) eight-hour days or four (4) ten-hour days to constitute a normal forty (40) hour work week. When the four (4) ten-hour work week is in effect. the standard work day shall be consecutive ten (10) hour periods between the hours of 5:30 and 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a week's work, Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed ten (10) hours per day or forty (40) hours per week. When the five (5) day eight (8) hours work week is in effect forty (40) hours per week shall constitute a week's work, Monday through Friday, inclusive. Jn the event the job is down for any reason beyond the Employer's control, then Saturday may, at the option of the Employer, be worked as a make­ up day; straight time not to exceed eight (8) hours per day or forty (40) hours per week. When the five (5) day eight (8) hour work week is in effect, starting time shall be between 7:00 a.m. and 8:00 a.m. Al! time worked before 7:00 a.m. shall be paid for at the rate of time and one-half (1 %). All work performed on Saturday up to 6:00 p.m. (except as herein provided) shall be compensated for at the rate of time and one-half (1%:). All time worked from 6:00 p.m. Saturday to 7:00 a.m. Monday will be paid for at the rate of double (2) time.

NO. 112: Means the regular starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. Except as provided for, eight (8) hours a day shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work, which shall begin on Sunday and end on Saturday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of time and one-half (1X) (except as herein provided). All time worked on Sunday and recognized holidays shall be classified as overtime and paid at the rate of double (2) time. The Employer has the option of working either five (5) eight (8) hour days or four (4) ten (10) hour days to constitute a normal forty (40) hour work week. When the four (4) ten-hour work week is in effect, the standard work day shall be consecutive ten hour periods between the hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a week's work, Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed eight (8) hours or forty {40) hours per week.

AW023 039 OT in2.doc ANNUAL WAGE ORDER NO. 23 Page 5 of 6 REPLACEMENT PAGE GREENE COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE

NO. 123: Means except as provided, eight (8) hours a day (8:00 AM. to 4 :30 P.M) shall constltute a standard work day, excluding the 30-minute lunch period, and forty (40) hours per week shall constitute a week's work. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of time and one-half (except as herein provided). All time worked on Sunday and herein named holidays shall be classified as overtime and paid at the rate of double time. The Employer has the option of working either five (5) eight-hour days or four (4) ten-hour days to constitute a normal forty (40) hour work week. When the four (4) day ten-hour work week is in effect, the standard work week shall consist of forty (40) hours, Monday through Friday, which will consist of any four (4) consecutive ten (10) hour days within the five day period. In the event the job is down for any reason beyond the control of the Employer, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day, straight time not to exceed ten {10) hours or forty (40) hours per week. Starting time will be designated by the Employer. When the five (5) day eight (8) hour work week is in effect forty (40} hours per week will constitute a week's work (normal work week being Monday through Friday). In the event the job is down for any reason beyond the control of the Employer, then Saturday may, at the option of the Employer, be worked as a make-up day; at straight time not to exceed eight (8) hours or forty (40) hours per week.

NO. 124: Means eight (8) hours shall constitute a day's work on all classes of work between the hours of 6:00 a.m. and 5:30 p.m., Monday through Friday. The pay for time worked during these hours shall be at the regular wage rate. The regular workweek shall be Monday through Friday. Employment from 4:30 p.m. to 12:00 midnight, Monday through Friday, shall be paid for at one and one-half (1'h} times the regular hourly rate. From 12:00 midnight until 8:00 a.m. on any day shall be paid for at twice the regular hourly rate. All time worked on Sundays and the recognized holidays shall be paid at the rate of double (2) time. It is understood that forty (40) hours shall constitute a regular workweek, (5-8's) Sunday Midnight through Friday Midnight, understanding anything over eight (8) hours is one and one-half (1 ~) times the hourly wage rate.

NO. 125: Eight (8) hours of work between the hours of 8:00 a.m. and 4:30 p.m. shall constitute a work day. Forty (40) hours within the five (5) days, Monday through Friday inclusive, shall constitute the work week. Starting time may be adjusted not to exceed two (2) hours. Work performed outside of the aforementioned will be paid at the applicable overtime rate. When starting time has been adjusted, all other provisions concerning the work day shall be adjusted accordingly. The overtime rate of pay shall be one and one-half (1 ~) times the regular rate of wages, other than on Sundays, holidays and from Midnight until 6:00 a.m., which will be paid al double (2) the straight time rate.

AW023 039 OT in2.doc ANNUAL WAGE ORDER NO. 23 Page 6 of6 GREENE COUNTY HOLIDAY SCHEDULE - BUILDING CONSTRUCTION

NO. 1: All work done on New Year's Day, Decoration Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day shall be paid at the rate of double time. When one of the above holidays falls on Sunday, the following Monday shall be observed. When one of the above holidays falls on Saturday the preceding Friday shall be observed.

NO. 2: All work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day, or the days observed as such, shall be paid at the double time rate of pay.

NO. 4: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving and Christmas Day shall be paid at the double time rate of pay. If any of the above holidays fall on Sunday, Monday will be observed as the recognized holiday. If any of the above holidays fall on Saturday, Friday will be observed as the recognized holiday and holidays falling on Sunday will be observed on the following Monday.

NO. 7: The following days are assigned days and are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. lf a holiday falls on a Sunday, it shall be observed on the following Monday. Jf a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This is applied to protect Labor Day. When a holiday falls during the normal workweek, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week. However, no reimbursement for these eight (8) hours is to be paid to the workman unless worked. If workman are required to work the above enumerated holidays or days observed as such, or on Sunday, they shall receive double (2) the regular rate of pay for such work.

NO. 14: The following days are recognized Holidays: Memorial Day, Fourth of July, Thanksgiving Day, Christmas Day, and New Year's Day. No work shall be done on Labor Day. When falling on a Sunday and the following Monday is observed as part of the holiday, !hen that Monday shall be considered a holiday. Sunday and Holidays will be paid at the rate of two (2) times the regular rate of pay.

NO. 19: All work done on New Year's Day, Memorial Day, July 4th, Labor Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day. However, the employee shall notify his or her Foreman, General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday, the following Monday shall be considered a holiday and all work performed on either day shall be at the double (2) time rate. When one of the holidays falls on Saturday, the preceding Friday shall be considered a holiday and all work peliormed on either day shall be at the double (2) time rate.

NO. 24: All work done on Christmas Day, Thanksgiving Day, New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Presidential Election Day or days locally observed as such, and Sunday shall be recognized as holidays and paid at the double time rate of pay.

NO. 28: All work done on New Year's Day, Veteran's Day, Memorial Day, Independence Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple (3) time is paid. When a holiday falls on Sunday, the following Monday shall be observed as the holiday.

NO. 48: All work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day shall be paid for at double (2) the straight-time rate of pay. Any one of the above-listed holidays falling on Sunday shall be observed on the following Monday and paid for at double (2) the straight-time rate of pay. Any of the above holidays falling on Saturday shall be observed on the previous Friday and paid at double (2) the straight-time rate of pay. Employees working on the Saturday will receive the standard pay for Saturday work.

NO. 49: The following days shall be observed as legal holidays: New Year's Day, Decoration Day, July 4th, Labor Day, Thanksgiving Day, Christmas Day, Employee's birthday and two (2) personal days. The observance of one (1) of the personal days to be limited to the time between December 1 and March 1 of the following year. If any of these holidays fall on Sunday, the following Monday will be observed as the holiday and if any of these holidays fall on Saturday, the preceding Friday will be observed as the holiday. If employees work on any of these holidays they shall be paid time & one-half (1 Y,) their regular rate of pay for all hours worked.

ANNUAL WAGE ORDER NO. 23 AW023 039 BHol.doc Page 1 of 2 Pages GREENE COUNTY HOLIDAY SCHEDULE - BUILDING CONSTRUCTfON

NO. 52: All work performed on Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day shall receive the double (2) time rate of pay.

NO. 54: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of pay. When a holiday falls on Saturday, it shall be observed on Friday. When a holiday falls on Sunday, it shall be observed on Monday.

NO. 65: Work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day, or days celebrated as such, shall be paid at the double time rate of pay. If the holiday falls on Saturday, it will be observed on Friday; if the holiday falls on Sunday, it will be observed on Monday, and shall be paid tor at double (2) the regular straight time rate of pay.

NO. 72: All work performed on New Year's Day, Memorial Day (last Monday in May), Independence Day, Labor Day, Thanksgiving Day and Christmas Day shall be paid for at double (2) the regular straight time rate of pay. Any one of the above listed holidays falling on Sunday shall be observed on the following Monday and paid for at double (2) the regular straight time rate of pay, if worked. Any one of the above listed holidays falling on Saturday shall be observed on the prior Friday and paid for at double (2) the regular straight time rate of pay, if worked. No work shall be performed on Labor Day except in case of emergency.

NO. 74: All work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, shall be paid at double (2) time of the hourly rate of pay. In the event one of the above holiday's falls on Saturday, the hofiday shall be celebrated on Saturday. If the holiday falls on Sunday, the holiday will be celebrated on Monday.

NO. 78: The following days shall be recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving and Christmas. If any of the above holidays fall on Sunday, Monday will be observed as the legal holiday. If any of the above holidays fall on Saturday, Friday w11! be observed as the legal holiday. All time worked on Sunday and herein named holidays shall be classified as overtime and paid at the rate of double time.

ANNUAL WAGE ORDER NO. 23 AW023 039 BHol.doc Page 2 of 2 Pages Heavy Construction Rates for REPLACEMENT PAGE Section 039 GREENE County

basic uver- OCCUPATIONAL TITLE •Dale of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Carpenter 6/16 $29.03 23 16 $16.10 Electrician (Outside-Line Conslruclion\Lineman) $41.52 18 24 $5.00 + 34.5% Lineman Operator $38.37 18 24 $5.00 + 34.5% Lineman - Tree Trimmer 1/17 $22.07 31 30 $5.25 + 28% Ground man $26.76 18 24 $5.00 + 34.5% Groundman - Tree Trimmer 1/17 $17.85 31 30 $5.25 + 28% Laborer General Laborer 6/16 $24.32 4 18 $12.71 Skilled Laborer 6/16 $24.87 4 18 $12.71 6/16 $29.03 23 16 $16.10 Operatinq Engineer Group I 6/16 $30.82 5 15 $13.30 Group II 6/16 $30.47 5 15 $13.30 Group Ill 6/16 $30.27 5 15 $13.30 Group IV 6/16 $28.22 5 15 $13.30 Oiler-Driver 6/16 $28.22 5 15 $13.30 Pile Driver 6/16 $29.03 23 16 $16.10 Traffic Control Service Driver $16.35 29 28 $2.75 Truck Driver-Teamster Group I 6/16 $28.97 12 3 $12.45 Group II 6/16 $29.13 12 3 $12.45 Group Ill 6/16 $29.12 12 3 $12.45 Group IV 6/16 $29.24 12 3 $12.45

Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of construclion work established in B CSR 30-3.040(3).

Use Building Construction Rates on Building construclion in accordance wilh 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 tille that is not listed on the Heavy Construction Rate Sheet, use the rate for that occupational title as shown on the Building Construction Rate sheet.

'"Annual Incremental Increase ANNUAL WAGE ORDER NO. 23 1117 REPLACEMENT PAGE GREENE COUNTY OVERTIME SCHEDULE - HEAVY CONSTRUCTION

FED: Minimum requirement per Fair Labor Standards Act means time and one-half (1 %) shall be paid for all work in excess of forty (40) hours per work week.

NO. 4: Means a regular work week shall consist of not more than forty (40) hours of work, Monday through Saturday, and all work performed over and above ten (10) hours per day and forty (40) hours per week shall be paid at the rate of time & one-half (1 %). Workers shall receive time and one-half (1 Y:.) for all work performed on Sundays and holidays. A work day is to begin between 6:00 a.m. and 9:00 a.m. at the option of the Employer except when inclement weather or other conditions beyond the reasonable control of the Employer prevent work, in which event, the starting time may be delayed, but not later than 12:00 noon. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward a forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid to the worker(s) unless worked.

NO. 5: Means a regular work week shall consist of not more that forty (40} hours work, Monday through Saturday, and all work performed over and above ten (10) hours per day and forty (40) hours per week shall be paid at the rate of time & one-half (1 Y,,}. Workmen shall receive time and one-half (1 Y,,) for all work performed on Sundays and recognized holidays or days observed as such. Double (2) time shall be paid for work on Sunday or recognized holidays when and only if any other craft employees of the same employer at work on that same job site are receiving double (2) time pay for that Sunday or holiday. If a job can't work forty (40) hours, Monday through Saturday, because of inclement weather or other conditions beyond the control of the Employer, Friday and Saturday may be worked as make up days at straight time (if working 4-10's). Saturday may be worked as a make up day at straight time (if working 5-8's). Make up days shall not be utilized for days lost to holidays. A work day is to begin between 6:00 a.m. and 9:00 a.m. at the option of the Employer except when inclement weather or other conditions beyond the reasonable control of the Employer, including requirements of the owner, prevent work. In such event the starting time may be delayed but not later than 12:00 noon. Where one of the holidays falls or is observed during the work week, then all work performed over and above thirty-two (32) hours shall be paid at time & one-half (1%).

NO. 12; Means a regular work week shall consist of not more than forty (40) hours of work and all work performed over and above ten (10) hours per day and forty (40) hours per week shall be paid at the rate of time & one-half (1%). A workday is to begin between 6:00 a.m. and 9:00 a.m. at the option of the Employer except when inclement weather or other conditions beyond the reasonable control of the Employer, in which event, the starting time may be advanced or delayed. Workers shall receive time and one-half (1 Y,,) for all work performed on recognized holidays or days observed as such.

NO: 18: Eight (8) hours of work between the hours of 8:00 a.m. and 4:30 p.m. shall constitute a work day. Forty (40) hours within the five (5) days, Monday through Friday inclusive, shall constitute the work week. Starting time may be adjusted not to exceed two (2) hours. Work performed outside of the aforementioned will be paid at the applicable overtime rate. When starting time has been adjusted, all other provisions concerning the work day shall be adjusted accordingly. The overtime rate of pay shaU be one and one-half (1%) times the regular rate of wages, other than on Sundays, holidays and from Midnight untll 6:00 a.m., which will be paid at double (2) the straight time rate.

ANNUAL WAGE ORDER NO. 23 AW023 039 HOT IN1 Page 1 of 2 Pages GREENE COUNTY HOLIDAY SCHEDULE - HEAVY CONSTRUCTION

NO. 3: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. lf a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid to the workmen unless worked. An Employer working a four (4) day, ten (10) hour schedule may use Friday as a make up day when an observed holiday occurs during the work week. Employees have the option to work that make up day. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive time & one­ half (1 %) the regular rate of pay for such work.

NO. 15: The following days are recognized as holidays: New Year's Day, Memorial Day, July Fourth, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on Sunday, it shall be observed on the following Monday. If a holiday falls on Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. If workmen are required to work the above enumerated holidays or days observed as such, they shall receive time and one-half ( 1%) the regular rate of pay for such work. Where one of the holidays specified falls or ls observed during the workweek, then all work performed over and above thirty-two (32) hours in that week shall be paid at the rate of time and one-half (1 %). Workmen shall receive time and one-half (1 %) for all work performed on Sundays. Double (2) time shall be paid for work on Sunday or recognized holidays when and only if any other craft employees of the same employer at work on that same job site are receiving double (2) time for that Sunday or holiday.

NO. 16: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on Sunday. it shall be observed on the following Monday. If a holiday falls on Saturday, it shalf be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid to the worker unless worked. If workers are required to work the above recognized holidays or days observed as such, they shall receive double (2) the regular rate of pay for such work.

NO. 18: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day shall be paid at the time and one-half (1Yz) rate of pay. If a holiday falls on Sunday, it shall be observed on the following Monday. If a holiday falls on Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward a forty (40) hour week; however no reimbursement for this eight (8) hours is to be paid to the working person(s) unless the holiday is worked.

NO. 24: Work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day, or days celebrated as such, shall be paid at the double time rate of pay. If the holiday falls on Saturday, it will be observed on Friday; if the holiday falls on Sunday, it will be observed on Monday, and shall be paid for at double (2) the regular straight time rate of pay.

NO. 28: The following days shall be observed as legal holidays: New Year's Day, Decoration Day, July 4th, Labor Day, Thanksgiving Day, Christmas Day, Employee's birthday and two (2) personal days. The observance of one (1) of the personal days to be limited to the time betvl/een December 1 and March 1 of the following year. If any of these holidays fall on Sunday, the following Monday will be observed as the holiday and if any of these holidays fall on Saturday, the preceding Friday will be observed as the holiday. If employees work on any of these holldays they shall be paid time & one-half (1 %) their regular rate of pay for all hours worked

NO. 30; All work performed on New Year's Day, Decoration Day, Fourth of July, Labor Day, Christmas Day, Thanksgiving Day and Day after Thanksgiving or days celebrated for the same.

AW023 039 HHol.doc ANNUAL WAGE ORDER NO. 23 Page 1 of 1