REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by...

73
Page 1 of 6 REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR LICENSED PLUMBERS PRIVATE I/I REDUCTION PROJECTS - BUILDING PLUMBING EVALUATIONS FOR I/I SOURCE DISCONNECTIONS WATER SERVICES DEPARTMENT CITY OF KANSAS CITY, MISSOURI 1. Purpose. This is a Request for Qualifications/Proposals (“RFQ/P”) from Licensed Plumbing Contractors issued by the City of Kansas City, Missouri (“City”) acting through its Water Services Department (“WSD”) for the removal of inflow and infiltration (I/I) sources on private property as part of the Private I/I Reduction Program. The project number for each contract is Project NO. 60810046 and have a contract number in the range of Contract NO. 1221-1257. It is anticipated that each contract will have a duration of 15 months, with options for up to two 15 month renewals. 2. Definition of Request for Qualifications/Proposals. This RFQ/P is an invitation by the City to licensed plumbing contractors who are licensed to perform work in Kansas City, Missouri to submit qualifications for performing the services specified in this RFQ/P related to the disconnection of inflow and infiltration (I/I) sources of rainwater and/or groundwater directly connected to the sanitary sewer system on private property. This is the first step of a two-step process the City will use to select multiple plumbing contractors to complete the work. As the first step in the process, licensed plumber’s shall submit forms included in this RFQ/P to demonstrate their qualifications for this project along with submitting a Proposed Unit Price form to the City with proposed unit pricing for typical I/I source disconnection work. For the second step in the process, the City will evaluate the unit pricing information submitted from all plumbing contractors to establish a Final Unit Price Schedule of unit prices for typical I/I source disconnects that will be used for the project. All plumbing contractors that meet the minimum qualifications for this project will be invited to enter into an indefinite quantity indefinite delivery (IDIQ) contract with the City for I/I source disconnection work at the unit costs established in the Final Unit Price Schedule. 3. Due Date. Sealed qualification forms and the Proposed Unit Price form are due by Tuesday December 22 nd at 4:00pm. The qualification forms and the Proposed Unit Price form shall be sent to Priya Iyengar at 4800 E. 63 rd Street, Kansas City, Missouri 64130. Licensed Plumbers should submit 10 printed copies and one PDF copy of their qualification forms and Proposed Unit Price form. All qualification forms and the Proposed Unit Price form must be submitted in a sealed envelope or box and shall not be opened until after the due date. The City reserves the right at any time to change or extend the due date and time for any reason. 4. Request for Qualifications/Proposal Package. The Request for Qualifications/Proposal for this project contains the following: a. Request for Qualifications/Proposals for Licensed Plumbers b. Exhibit A - General Information c. Exhibit B - Scope of Work

Transcript of REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by...

Page 1: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 1 of 6

REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR

LICENSED PLUMBERS

PRIVATE I/I REDUCTION PROJECTS - BUILDING PLUMBING EVALUATIONS FOR I/I SOURCE DISCONNECTIONS

WATER SERVICES DEPARTMENT CITY OF KANSAS CITY, MISSOURI

1. Purpose. This is a Request for Qualifications/Proposals (“RFQ/P”) from Licensed Plumbing Contractors issued by the City of Kansas City, Missouri (“City”) acting through its Water Services Department (“WSD”) for the removal of inflow and infiltration (I/I) sources on private property as part of the Private I/I Reduction Program. The project number for each contract is Project NO. 60810046 and have a contract number in the range of Contract NO. 1221-1257. It is anticipated that each contract will have a duration of 15 months, with options for up to two 15 month renewals.

2. Definition of Request for Qualifications/Proposals. This RFQ/P is an invitation by the City to licensed plumbing contractors who are licensed to perform work in Kansas City, Missouri to submit qualifications for performing the services specified in this RFQ/P related to the disconnection of inflow and infiltration (I/I) sources of rainwater and/or groundwater directly connected to the sanitary sewer system on private property. This is the first step of a two-step process the City will use to select multiple plumbing contractors to complete the work. As the first step in the process, licensed plumber’s shall submit forms included in this RFQ/P to demonstrate their qualifications for this project along with submitting a Proposed Unit Price form to the City with proposed unit pricing for typical I/I source disconnection work. For the second step in the process, the City will evaluate the unit pricing information submitted from all plumbing contractors to establish a Final Unit Price Schedule of unit prices for typical I/I source disconnects that will be used for the project. All plumbing contractors that meet the minimum qualifications for this project will be invited to enter into an indefinite quantity indefinite delivery (IDIQ) contract with the City for I/I source disconnection work at the unit costs established in the Final Unit Price Schedule. 3. Due Date. Sealed qualification forms and the Proposed Unit Price form are due by Tuesday December 22nd at 4:00pm. The qualification forms and the Proposed Unit Price form shall be sent to Priya Iyengar at 4800 E. 63rd Street, Kansas City, Missouri 64130. Licensed Plumbers should submit 10 printed copies and one PDF copy of their qualification forms and Proposed Unit Price form. All qualification forms and the Proposed Unit Price form must be submitted in a sealed envelope or box and shall not be opened until after the due date. The City reserves the right at any time to change or extend the due date and time for any reason. 4. Request for Qualifications/Proposal Package. The Request for Qualifications/Proposal for this project contains the following:

a. Request for Qualifications/Proposals for Licensed Plumbers b. Exhibit A - General Information

c. Exhibit B - Scope of Work

Page 2: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 2 of 6

d. Exhibit C - Submittal Instructions for Qualification Forms

e. Exhibit D - Qualification Forms (Forms 1-5) and Proposed Unit Prices (Form 6)

f. Exhibit E - Sample Property Owner Agreement, Plumber Task Order and Application for Payment Forms

g. Exhibit F - Standard Details and Specifications

h. Exhibit G – Sample Insurance Certificate

i. Indefinite Delivery/Indefinite Quantity Contract Part 1 and 2

Attachment A – Scope of Services (See Exhibit B) Attachment B – Application for Payment (See Exhibit E) Attachment C – Bonds 00616 Performance and Maintenance Bond Attachment D – 00560 Missouri Project Exemption Certificate 00560.01 Kansas City Missouri Tax Exempt Certificate Attachment E – 00630 Revenue Clearance Release Authorizations Attachment F – Employee Eligibility -00515.01 Employee Eligibility Verification Affidavits -E-Verify Memorandum of Understanding (First Page & Signature

Page Required)

5. Qualifications Submittal. To be given consideration, your qualifications should demonstrate the following:

a. The Plumbing Contractor shall be licensed to work in Kansas City, Missouri. b. Provide experience and background of a designated Certified Master Plumber who

shall provide oversight and sign off on all work performed by Contractor. c. Quality of similar work that has been performed within the City of Kansas City,

Missouri or other local municipalities. d. Comparable experience and background of the specific personnel that shall be

assigned to the team that shall work on this program. e. Extent of applicable resources available to work on this program. f. Demonstrated ability to complete work on schedule and on budget.

The Qualifications Submittal shall include a Letter of Transmittal and the following completed forms in sequence:

a. Letter of Transmittal: Submit on Company’s letterhead; limit to 2 single sided pages. Include any additional relevant information not requested elsewhere in the RFQ/P. The signature of the letter shall be that of a person authorized to represent and bind the Plumbing Contractor.

b. Form 1: Qualification Checklist c. Form 2: General Information d. Form 3: Resource and Subcontractors e. Form 4: Master Plumbers f. Form 5: Experience and Reference Summary g. Form 6: Proposed Unit Prices

Page 3: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 3 of 6

6. Plumbing Permitting. For the purposes of this RFQ/P, plumbing contractors should assume that Plumbing Permit fees will be set by the City and will be added to unit prices for the contract where work under the contract requires a plumbing permit. The City intends to pursue a “City Wide Plumbing Permit” for plumbing work associated with this project. Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing work completed by plumbing contractors that require a permit to meet City codes and standards will require a permit to be acquired by the plumbing contractor.

7. Prohibited activities by former City employees and officials. Section 2-2044 of the City’s Code prohibits former elected City officials and former executive or administrative employees of the City from trying to influence a decision of the City on behalf of an employer or client for one year after that former employee or official leaves the City’s employ. By submitting qualifications, Proposer affirms that Proposer and its team members and employees are in compliance with the requirements of Section 2-2044. Failure to comply with the requirements of Section 2-2044 may cause the Qualifications/Proposals to be rejected.

8. Late Qualifications/Proposals. Qualifications/Proposals and modifications received after the exact hour and date specified for receipt will not be considered unless: (1) they are sent via the U.S Postal Service, common carrier or contract carrier, by a delivery method that guarantees the qualifications will be delivered to the City prior to the submission deadline; or (2) if submitted by mail, common carrier or contract carrier it is determined by the City that the late receipt was due solely to an error by the U. S. Postal Service, common carrier or contract carrier; or (3) the qualifications are timely delivered to the City, but is at a different City location than that specified in this RFQ/P; or (4) the City extends the time after the deadline for a force majeure event that could potentially affect any and all Proposers meeting the deadline.

9. Discussions and Negotiations with Plumbing Contractors. The City may interview or request additional information from none, one, some or all of the Plumbing Contractors that submit qualifications/proposals. Qualifications/Proposals may be evaluated with or without discussions and/or negotiations with Plumbing Contractors. The City also reserves the right to discuss and negotiate anything and everything with any Plumbing Contractors at any time. 10. Rejection of Qualifications/Proposals. The City reserves the right to reject any and all qualifications/proposals.

11. Waivers. The City Manager or his delegate at any time may waive any requirements imposed in this RFQ/P or by any City regulation when the requirement waived would be waived for all Plumbing Contractors for this RFQ/P and it is in the best interest of the City to grant the waiver. The City Council at any time may waive any requirements imposed in this RFQ/P by the City's code of ordinances when the waived requirement would be waived for all Plumbing Contractors for this RFQ/P and it is in the best interest of the City to grant the waiver. The City reserves the right to waive any irregularities and/or formalities as deemed appropriate. The City Council may waive any and all MBE/WBE/DBE requirements imposed by any Proposal document or the MBE/WBE Ordinance and award a Contract to the most qualified Plumbing Contractors if the City Council determines a waiver is in the best interests of the City.

12. Closed Records. All Qualifications/Proposals and documents and meetings relating thereto may remain closed records or meetings under the Missouri Sunshine Act until a contract is executed or until

Page 4: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 4 of 6

all Qualifications/Proposals are rejected. 13. Evaluation Criteria/Rankings. Any evaluation criteria, weighing of criteria or ranking is used by the City only as a tool to assist the City in selecting the most qualified Plumbing Contractors for this Project. The City may change criteria, criteria weights and rankings at any time. Evaluation scores or ranks do not create any right in or expectation to a contract regardless of any score or ranking given to any Plumbing Contractor.

14. Interpretations and Addenda. All questions about the meaning or intent of the RFQ/P Documents may be directed to the Contracting Officer listed at the end of these Instructions. Interpretations or clarifications considered necessary by the Contracting Officer in response to such questions will be issued by Addenda to all parties recorded as having received the RFQ/P Documents. Questions received less than ten (10) days prior to the date for opening submittals may not be answered. Only answers issued by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Addenda may also be issued to modify the RFQ/P Documents as deemed advisable by City.

15. Affirmative Action. It is the policy of the City that any person or entity entering into a contract with the City, will employ applicants and treat employees equally without regard to their race, color, sex, religion, national origin or ancestry, disability, sexual orientation, gender identity or age. Bidder will be required to comply with the City’s Affirmative Action ordinance if Bidder is awarded a contract from the City totaling more than $300,000.00 and employs fifty (50) or more persons. If you have any questions regarding the City’s Affirmative Action requirements, please contact HRD at (816) 513-1836 or visit the City’s website at www.kcmo.gov. 16. Minority/Women Business Enterprise Program. The City of Kansas City, Missouri desires that Minority Business Enterprises (MBE) and Women’s Business Enterprises (WBE) have a maximum opportunity to participate in the performance of City contracts. The M/WBE/SLBE goals for this specific project will be managed by the City and will not be required in the contract between the City and individual prequalified plumbing contractors. Plumbing contractors are required to acknowledge if they are certified M/WBE/SLBE companies with the City as part of this RFQ/P. M/WBE/SLBE goals for the disconnection of prohibited inflow and infiltration sources will be established based on the total number of certified M/WBE/SLBE plumbing contractors prequalified by the City who enter into a contract with the City. The City’s Water Services Department and its Design Professionals will be responsible for assigning and scheduling work performed by prequalified plumbers to meet M/WBE/SLBE goals. 17. Buy American and Missouri Preference Policies. It is the policy of the City that any manufactured goods or commodities used or supplied in the performance of any City contract or any subcontract thereto shall be manufactured or produced in the United States whenever possible. When Bids offer quality, price, conformity with specifications, term of delivery and other conditions imposed in the specifications that are equal, the City shall select the Bid that uses manufactured goods or commodities that are manufactured or produced in the United States. The City shall give preference to all commodities manufactured, produced, or grown within the State of Missouri and to all firms, corporations, or individuals doing business as Missouri firms, corporations, or individuals, when quality is equal or better and delivered price is the same or less. It is the bidder’s responsibility to claim these preferences.

Page 5: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 5 of 6

18. Prevailing Wage. Prevailing wages will not be required for prequalified plumbing contractors who enter into a contract with the City for this project. Project work to be completed by prequalified plumbing contractors will be maintenance repair work on private property to disconnect prohibited sources of rainwater and groundwater from the sanitary sewer system. 19. Contract Bonding Requirements. The qualified Plumbing Contractor invited to enter into a contract with the City will be required to furnish a Performance and Maintenance Bond as security for the faithful performance of the Work and the payment of all bills and obligations arising from the performance of the Contract.

20. Indemnification. This Contract contains a requirement that the Plumbing Contractor shall indemnify, defend and hold harmless City and any of its agencies, officials, officers, or employees from and against all Claims, damages, liability, losses, costs, and expenses, including reasonable attorneys’ fees, arising out of or resulting from any acts or omissions in connection with this Contract, caused in whole or in part by Plumbing Contractor, its employees, agents, or Subcontractors, or caused by others for whom Contractor is liable, including negligent acts or omissions of City, its agencies, officials, officers, or employees. This Contract requires Plumbing Contractor to obtain specified limits of insurance to insure the indemnity obligation. Bidder has the opportunity to recover the cost of the required insurance in the Contract Price by including the cost of that insurance in the Bid amount.

21. Contract Information Management System. Qualified Plumbing Contractors shall be required to use City’s Internet web based Contract Information Management System/Project Management Communications Tool provided by City and protocols included in that software during the term of this Contract. Qualified Plumbing Contractors shall submit user applications to City’s provided Contract Information Management System for all personnel, subcontractors or suppliers as applicable.

22. Pre-Qualification Conference. A mandatory pre-qualification conference will be held on December 9, 2015 at 10:00 AM at the KCMO Health Department, 2700 Troost, Kansas City Missouri 64109. For this Project, the City shall not contract with a Plumbing Contractor who has not attended the entire pre-qualification conference for this Project.

Page 6: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 6 of 6

23. Questions. Forward all questions in writing to the following Project Manager and Contract Administrator. Questions received less than eight (8) days prior to the Submittal Date may not be answered. Interpretations or clarifications considered necessary by the Project Manager in response to such questions will be issued by Addenda to all Proposers. Oral or other interpretations or clarifications shall be without legal effect, even if made at a Pre-Qualifications Conference. Priya Iyengar, Project Manager Water Services Department 4800 E. 63rd Street, Kansas City, MO 64130 (816) 513-0579 Phone (816) 513-0288 Fax E-mail: [email protected]

Bridgette Atkinson, Contract Administrator Water Services Department 4800 E. 63rd Street, Kansas City, MO 64130 (816) 513-0177 Phone (816) 513-0226 Fax Email: [email protected]

Note: Review entire document and be certain to delete paragraphs not used and renumber if necessary.

For persons with disabilities needing reasonable accommodations please contact Meg Conger (816-513-6589). If you need to use the Relay Service, please dial 711.

Page 7: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 1 of 10

EXHIBIT A

GENERAL INFORMATION

1. Project Overview: Pursuant to Kansas City’s Federal Consent Decree, the Water Services Department (WSD) is undertaking Private Inflow and Infiltration Reduction Projects to reduce the amount of inflow and infiltration (I/I) originating from prohibited I/I sources on private property and connected to the CITY ’s public sewer system. Inflow and infiltration refers to the storm water and groundwater that is entering the CITY ’s public sewer system. Allowing storm water and groundwater into the sewer system increases the cost of constructing and operating the sewer system and treating wastewater. Additional I/I from storm water reduces the available capacity of the sanitary sewer system which creates conditions that can pollute area waterways and pose a direct threat to public health and safety by causing or contributing to sewer back-ups and sewer overflows. Kansas City has determined that it will be cost-effective to identify and disconnect these prohibited I/I sources. Design Professionals shall be hired by the CITY to perform building plumbing evaluations and manage the disconnection of prohibited I/I sources by Prequalified Plumbers. Qualified plumbers will be hired by the CITY to complete the I/I source disconnections that are identified on private property. These I/I source disconnections may include, but are not limited, to the following: sump pumps, sump pits, roof downspouts, area drains, patio drains, stairwell entry drains, driveway drains, broken or uncapped cleanouts, and defective service lateral point repairs.

2. Project Areas: There are specific project areas located in the CITY’s separate sanitary sewer systems that will have I/I reduction projects performed in them over the next seven years. These project areas will be split up and assigned to three different Design Professionals hired to complete the building plumbing evaluations and manage the I/I source disconnections by Prequalified Plumbers. The Prequalified Plumbers selected for this project may work with one or more of the Design Professionals. The attached Figures 1 and 2 show the project areas throughout the CITY where work will be performed.

3. Steps to be Qualified and Selected to Contract with the CITY : The following steps must all be met for the PLUMBER to be qualified and selected to contract with the CITY for the project: A. The PLUMBER shall attend a Mandatory Pre-Qualifications Conference Scheduled on December 9th

at 10am. The process and requirements for submitting qualifications and proposed unit pricing will be explained during the Mandatory Pre-Qualifications Conference.

B. The PLUMBER shall complete and submit to the CITY the Qualification Forms (Forms 1-5 in Exhibit D) and meet all the requirements.

C. The PLUMBER shall submit to the CITY their Proposed Unit Prices for the standard I/I removal types for the project (Form 6 in Exhibit D).

D. The CITY will review all qualifications submittals to confirm that minimum qualifications are met. E. The CITY will review all Proposed Unit Prices and establish unit prices for each disconnect type which

will serve as the Standard Unit Prices for typical I/I source disconnections on the project. F. The CITY will invite PLUMBERS who meet the minimum qualifications to enter into an Indefinite

Delivery Indefinite Quantities (IDIQ) contract with the CITY. PLUMBER must accept the Standard Unit Prices established by the CITY for the cost of the Standard I/I Disconnections.

G. The PLUMBER shall send representatives involved in the work to all required training sessions by the CITY. Assume up to 10 hours of training split between PLUMBER’s staff members working on the project. Training sessions will include office and field topics such as communications, customer service, I/I source disconnection work, coordination of assignments, reporting, and payment process.

Page 8: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 2 of 10

4. General Instructions to Respondent: Attention is directed to the following instructions:

A. PLUMBER is strongly encouraged to thoroughly review this entire Request for Qualifications/Proposals (RFQ/P) before submitting its qualifications and proposed unit prices.

B. Any Contract with PLUMBER resulting from this RFQ/P shall be awarded based on the PLUMBER meeting minimum qualifications and availability of funds for the program.

C. It is the intent and purpose of the CITY that this RFQ provides a fair and equal opportunity for a Licensed PLUMBER to submit its qualifications based on the Private I/I Reduction Program scope and the qualifications submitted.

5. Schedule of Events: The schedule of events below is anticipated by the City for implementation and

completion of plumber qualification process: Issue RFQ/P to PLUMBER………………………………………………….November 24th, 2015

PLUMBER Pre-Qualification Conference…...………………………….….....December 9th, 2015 RFQ/P Submittals from Plumbers Due……………………………………....December 22nd, 2015 Provide Qualified PLUMBERS Contracts with Final Unit Prices……………Mid-January, 2016 Signed Contracts from PLUMBERS due…….……………………….…...…...Late January, 2016 CITY Executes contract with PLUMBERS…………………………….……Early February, 2016 PLUMBERS attend training…………………………………………… …….Late February, 2016 I/I Source Disconnection work begins…….……………………………………………....Mid-March, 2016

Page 9: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 3 of 10

Page 10: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 4 of 10

Page 11: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 5 of 10

EXHIBIT B

SCOPE OF WORK FOR PLUMBING SERVICES

1. Purpose: This Scope of Work sets forth the minimum tasks to be accomplished by the PLUMBER to provide plumbing services related to the disconnection of I/I sources on private property. The Scope of Work establishes only minimum tasks and is not intended to limit the scope of the Plumbing Services which are necessary to properly complete work assigned for the project.

2. General Scope of Work: The intent of the Private I/I Reduction Program is to identify and remove directly

connected sources of rainwater/groundwater on private property that are currently draining into the CITY ’s sanitary sewer system. Abatement efforts will involve, but not be limited to, I/I source disconnection of sump pumps, sump pits, roof downspouts, area drains, patio drains, stairwell entry drains, driveway drains, broken or uncapped cleanouts, and defective service lateral point repairs. It is the intent of the CITY to prequalify multiple PLUMBERS to complete this work.

The PLUMBER must self-perform 100% of the plumbing work under this scope of work. All other ancillary work such as concrete work, landscaping, electrical work, or any other non-plumbing work may be performed by subcontractors. All modifications shall fully comply with the IBC 2012 & applicable City of Kansas City, Missouri codes and ordinances.

All Prequalified PLUMBERS chosen to perform Plumbing Services shall treat the public with the upmost respect at all times. The work required shall meet the standards and workmanship established by the City of Kansas City, Missouri.

As part of the Scope of Work, the PLUMBER will be required to provide red-line drawings illustrating the completed disconnection work for each assigned property. Red-line drawings can be hand drawn, but must be comprehensible and show the general layout of the property and detail the disconnection work completed. Interior modifications shall be noted with dimensions in a way that they can be easily located in the future. Exterior drain locations must be tied to two known points (corner(s) of the house).

3. Program Coordinator: The CITY will establish a Program Coordinator who will be responsible for the administration of the program. Prequalified PLUMBER will coordinate with Design Professionals representing the CITY, as well as the Program Coordinator, for the duration of the Private I/I Reduction Projects. The CITY shall not be responsible for any verbal or written instructions issued to the PLUMBER by any personnel, other than the Program Coordinator, his designee or the Design Professional representing the CITY.

4. Location of Construction: The Private I/I Reduction Projects will be conducted within the project areas

designated by the CITY, these are shown in Figures 1 and 2 of Exhibit A.

5. Scope of Services: It is anticipated I/I removal work will involve plumbing modifications both inside and outside of buildings. While there are approximately 70,000 buildings within the targeted study areas, it is not currently known how many buildings will require actual I/I source disconnection work as a part of this project. The Design Professionals representing the CITY will conduct building evaluations to determine where I/I source disconnection work is needed. The CITY will assign projects to PLUMBER based on property owner preference, PLUMBER’s available resources, quality of work, and timely completion of assigned disconnection work with no guarantee of an equal distribution of projects to each PLUMBER. Types of interior I/I removal may include, but are not limited to, directly connected storm water or groundwater sump pumps/sump pits. Types of exterior I/I removal may include, but are not limited to,

Page 12: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 6 of 10

damaged or uncapped exterior private sewer lateral cleanouts, exterior stairwell drains, exterior driveway drains, exterior area drains, directly connected downspouts, and defective service lateral point repairs. The PLUMBER shall follow the process for disconnections outlined below: a. Training. The PLUMBER shall send representatives involved in the work to all required training

sessions by the CITY. Assume up to 10 hours of training split between PLUMBER’s staff members working on the project. Training sessions will include office and field topics such as communications and reporting, customer service, I/I source disconnection work, coordination of assignments, and payment process.

b. Preliminary Site Visit. Design Professionals representing the CITY will be responsible for

performing evaluations of all properties and determine if there are sources of I/I on a property that are cost-effective to remove. The Design Professional will obtain an Agreement for Private Building and Inflow Source Removal from each private property owner prior to commencement of the I/I removal repair work. The Design Professional shall schedule a preliminary site visit meeting with the PLUMBER, the Property Owner or Owner’s representative, and the Design Professional. Prior to the preliminary site visit the Design Professional shall provide the selected PLUMBER with a copy of the agreement between the CITY and the Property Owner, the Evaluation Form, and a Task Order for the work (sample forms found in Exhibit E). The PLUMBER shall attend this preliminary site visit to evaluate the work to be performed. If the PLUMBER determines the work to be performed to be a standard disconnection at the established standard unit price in the contract, the PLUMBER shall sign the Task Order provided by the Design Professional. The attachments listed below are contained in Exhibit F and provide detailed specifications and construction details for each type of I/I source disconnection repair that is anticipated as part of the Scope of Work to be performed by PLUMBER.

A. Attachment 1: Defective Cleanout Cap Repair. B. Attachment 2: Directly Connected Downspout Disconnection Repair. C. Attachment 3: Directly Connected Sump Pump/Sump Pit Disconnection Repair. D. Attachment 4: Area Patio or Stairwell Entry or Crawl Space Drain Disconnection Repair. E. Attachment 5: Area Driveway Drain Disconnection Repair. F. Attachment 6: Sump Pump Dispersion System with Pop-Up-Drain. G. Attachment 7: Service Lateral Point Repair.

If the PLUMBER determines that the work to be performed is not a standard disconnection the PLUMBER shall submit a Supplemental Task Order. The Supplemental Task Order must include the dollar amount to complete the work, a written work description of the work, and a sketch showing the required work. The Supplemental Task Order must be approved by the Design Professional and the CITY. Once the work to be performed has been agreed upon by the PLUMBER, the Design Professional and the CITY, the Design Professional shall schedule the completion of the disconnection work with the PLUMBER and the Property Owner. The selected PLUMBER is not restricted from doing additional work for a property owner beyond that agreed to by CITY; however, the CITY will not be responsible for any work or cost for work outside of the scope of work approved by the CITY.

c. Permits. PLUMBERS will be required to obtain any necessary permits for plumbing work associated

with this project. Required permits will be obtained through the Planning and Development Department with the City of Kansas City, Missouri for each private property prior to commencement of work. PLUMBER will notify the CITY of any changes in work and obtain approval by the CITY or their designated representative prior to commencement of work. The Planning and Development Department or their designated representative will perform inspections of completed work as required.

Page 13: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 7 of 10

d. Disconnection Inspection. The PLUMBER shall perform the work required within two (2) weeks of the Task Order being signed by the Design Professional. The PLUMBER shall notify the Design Professional and the CITY or the CITY’s representative to perform an inspection of the disconnection. The CITY or the CITY’s representative shall sign off on any permits that were pulled and the Design Professional shall certify that the work is complete and the PLUMBER performed the disconnection in accordance with the standards of the CITY. The Design Professional shall sign off on the Task Order to signify that all disconnections on the property have been completed. At the time of the disconnection inspection the PLUMBER must provide the Design Professional with copies of the following:

A. Red-Lined Drawings - The markup must neatly show work completed with sufficient detail

including, but no limited to, a description of work, dimensions and/or ties to fixed structures. B. Operation & Maintenance Manual - Must provide two (2) copies of operation & maintenance

manual for any electrical/mechanical equipment provided in work approved by the CITY. One copy is to be provided to the property owner and one copy is to be provided for the CITY.

C. Warranty - Must provide a minimum 12 month warranty on workmanship of all defined work performed and approved by the CITY using the standard 12 month warranty language provided in Exhibit E. Two (2) copies of the 12 month warranty must be provided; one for the property owner and one for the CITY.

e. Payment Process. Upon completion of the work at each private property, and following the final

inspection and acceptance of the work by the CITY, the PLUMBER will be paid directly by the CITY based on the price agreed to in the signed Task Order. Any additional private I/I source disconnection work agreed upon by the CITY, property owner and PLUMBER, and documented in writing in a signed Supplemental Task Order will also be paid by the CITY at the price agreed to in the Supplemental Task Order. Any additional private I/I source disconnection work must be agreed to in scope and cost prior to the work being performed. The PLUMBER shall submit a monthly Application for Payment to the CITY for all Task Orders performed within the last 30 days. The Application for Payment shall include a copy of all completed Task Orders, and all completed Supplemental Task Orders for all properties as well as an Affidavit of Payment for all suppliers and sub-contractors on an approved Affidavit form provided by the CITY.

Page 14: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 8 of 10

EXHIBIT C

SUBMITTAL OF QUALIFICATIONS FORMS

1. Qualifications: The PLUMBER must demonstrate they meet minimum qualifications for this project by completing the Qualification Submittal Forms included in Exhibit D (Forms 1-5). The PLUMBER shall be able to demonstrate the following: A. Licensed and certified to do plumbing work in Kansas City, Missouri. B. Provide experience and background of a designated Licensed Master Plumber who shall provide

oversight and sign off on all work performed by the Plumbing Contractor. C. References of similar work that has been performed within the City of Kansas City, Missouri, or

other local municipalities. D. Comparable experience and background of the specific personnel that shall be assigned to the team

that shall work on this project. E. Extent of applicable resources available to work on this project.

2. Evaluation Process: Qualification Submittals will be evaluated by a committee composed of CITY

personnel, CITY’s Program Coordinator, and/or other designated CITY representatives. Members of the Evaluation Committee will review and verify that PLUMBER meets the following criteria: A. Licensed and certified to do plumbing work in Kansas City, Missouri. B. Provided a list of applicable resources and subcontractors to complete the work C. Licensed Master Plumber on staff and years of experience D. Applicable experience and references of similar work. E. Responsiveness to the RFQ

The Evaluation Committee members will be asked to comply with the City Code of Ethics Standard: An official whether elected or appointed and an employee in government service should never act upon any manner in which they, their family, or business has or may have any financial or beneficial interest; and should always declare and disclose the full nature and extent of any personal, family or business interests in any matter related to governmental actions or duties.

3. Instructions for Responding to this RFQ/P: The Qualification Submittal Forms included in Exhibit D (Forms 1-5) are to be completed and submitted. See the following section for Instructions for Completing Qualification Submittal Forms. The PLUMBER shall complete and submit FORM 6 (Proposed Unit Prices) included in Exhibit D. The Proposed Unit Prices submitted will have no bearing on the CITY’s Evaluation Process of the qualifications of the PLUMBER for the project. The CITY will give consideration to all Proposed Unit Prices received and then establish a Final Uni t P r ice schedule with fixed unit prices for the standard I/I source disconnections that are anticipated to be typical work for this project. It is the intent of the CITY to establish a fair unit price for each I/I source disconnection type. Prequalified PLUMBERS in good standing with the CITY will be invited to enter into an indefinite delivery/indefinite quantity (IDIQ) contract with the City at the Final Unit Prices established by the CITY for the work on the project.

Page 15: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 9 of 10

4. Instructions for Completing Qualification Submittal and Proposed Unit Pricing Forms:

FORM 1: Qualification Checklist A. Check the box next to each qualification item that you meet. B. Sign that you have: filled out all required forms, read and understood the RFQ packet, and all the

information provide is correct and complete. FORM 2: General Information A. Legal name of PLUMBER Company B. Mailing Address and Email Address C. Give the address of the specific office, which will have responsibility for performing the work for

this project. D. List the name, title, and telephone number of that principal/owner who will serve as the point of

contact. Such an individual must be empowered to speak for the firm on policy and contractual matters.

E. Indicate by checking the appropriate box, whether the PLUMBER is a local, regional or national company.

F. Indicate by checking the appropriate box, that the PLUMBER is licensed to do business in Kansas City Missouri.

G. List the KCMO Plumbing License Number and renewal date. H. Give the total number of years the Plumber has been in business. I. Indicate by checking the appropriate box, that the PLUMBER is certified with Kansas City,

Missouri as a WBE, MBE, DBE company, or mark N/A. J. Please use the space provided to let the CITY know any other information you feel the CITY should

know that is not found on any of the other forms. FORM 3: Resource and Subcontractors A. PLUMBER legal name (same as line 1 in Form 1) B. Number of Field Staff members that could be available at any time for I/I source disconnection

work. C. Number of Trucks that could be available at any time for I/I source disconnection work. D. Please list all subcontractors that might be used for I/I source disconnection work, including

address, area specialty (i.e. landscaping) and if the subcontractor and the PLUMBER have worked together before. Note that 100% of the plumbing work must be self-performed by the PLUMBER. Subcontractors are only allowed for ancillary work such as concrete work, landscaping, or electrical work, or any other non-plumbing work.

FORM 4: Master Plumbers A. PLUMBER legal name (same as line 1 in Form 1) B. Please list all Master Plumbers on staff C. Include years of experience and any relevant licenses or certifications FORM 5: Experience and Reference Summary A. PLUMBER legal name (same as line 1 in Form 1) B. List up to ten jobs/projects, which demonstrate the PLUMBER’s competence to perform work

similar to that likely to be required on this project. More recent projects are preferred. Please include the following information. 1. Job Location 2. Owner Name and Contact Information 3. Date Completed 4. Repair Type 5. Total Cost of Repairs

Page 16: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 10 of 10

FORM 6: Proposed Unit Prices A. PLUMBER legal name (same as line 1 in Form 1) B. Please provide an all-inclusive estimate for the typical I/I disconnects the CITY anticipates, which

are provided as Attachment 1 thru Attachment 7 as referenced in the attached RFQ documents. Cost estimate to include installation per manufacture specifications and meet all CITY codes and requirements. Do not include permit costs.

NOTE: 1. Costs associated with Plumbing Permits will be determined by the CITY. 2. Non-standard I/I source disconnection work not included in the standard specifications and details

will be considered on a case-by-case basis and should not be included in the proposed unit prices. Any deviation from the standard details must be submitted in a proposed Supplemental Task Order.

Page 17: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

EXHIBIT D – FORM 1: QUALIFICATIONS CHECKLIST

Project Number: _______________________________________________________

Project Title: PRIVATE I/I REDUCTION PROJECT - BUILDING PLUMBING EVALUATIONS FOR I/I SOURCE DISCONNECTIONS

Firm Legal Name: _________________________________________

1. Check the box next to each question for which the Plumbing Contractor meets the qualification and fill out the corresponding form.

2. Forms 2-5 are intended to document the Plumbing Contractors qualifications to perform the work and must be completely filled out.

3. Form 6 is to be filled out completely. The Proposed Unit Pricing provided in Form 6 shall not be used to evaluate the Plumbing Contractors qualifications.

� Is the Plumbing Contractor licensed to do business in the City of Kansas City, Missouri? (FORM 2)

� Does the Plumbing Contractor have adequate resources to perform the I/I source disconnections shown

in Attachments 1-7 of Exhibit F? (FORM 3)

� Does the Plumbing Contractor have a subcontractor with the ability to perform ancillary any work the

Plumbing Contractor is not equipped to perform? (FORM 3)

� Does the Plumbing Contractor have a registered Master Plumber on staff to oversee all I/I source

disconnection work that requires a plumbing permit? (FORM 4)

� Has the Plumbing Contractor completed similar I/I source repair or disconnection projects in the past?

And provided references for these types of projects? (FORM 5)

� Did the Plumbing Contractor complete and submit proposed unit prices for the Standard Disconnections

shown in Attachments 1-7 of Exhibit F? (FORM 6)

___________________________________________________ Primary Contact Name (Print) and Title ___________________________________________________ Primary Contact Signature Date BY SIGNING, I ACKNOWLEDGE THAT I HAVE READ AND UNDERSTAND THE CONTENTS OF THIS FORM, THE ATTACED FORMS AND THE RFQ PACKET AND TO THE BEST OF MY KNOWLEDGE THE ANSWERS ON THIS AND THE ATTACHED FORMS ARE COMPLETE AND CORRECT.

Page 18: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

EX

HIB

IT D

– F

OR

M 2

: G

EN

ER

AL

INFO

RM

AT

ION

Proj

ect N

umbe

r:

Proj

ect T

itle:

PR

IVA

TE

I/I R

ED

UC

TIO

N P

RO

JEC

T -

BU

ILD

ING

PL

UM

BIN

G E

VA

LU

AT

ION

S FO

R I/

I SO

UR

CE

DIS

CO

NN

EC

TIO

NS

Firm

Nam

e

Mai

ling

Add

ress

Wor

k A

ddre

ss (i

f diff

eren

t tha

n ab

ove)

Em

ail A

ddre

ss

Pr

imar

y C

onta

ct –

Nam

e, T

itle

&

Tel

epho

ne N

umbe

r

Firm

is –

Nat

iona

l, R

egio

nal o

r L

ocal

Nat

iona

l

Reg

iona

l

� L

ocal

L

icen

sed

to d

o bu

sine

ss in

the

City

of K

ansa

s City

, Mis

sour

i �

YES

N

O

KC

MO

Plu

mbi

ng L

icen

se N

umbe

r:

K

CM

O P

lum

bing

Lic

ense

Ren

ewal

Dat

e:

N

umbe

r of

yea

rs P

lum

ber

has b

een

in b

usin

ess:

Is P

lum

ber

a ce

rtifi

ed M

BE

/WB

E/D

BE

Plum

ber

with

Kan

sas

City

, Mis

sour

i?

� M

BE

WB

E

D

BE

Non

e

U

SE T

HIS

SPA

CE

TO

PR

OV

IDE

AN

Y A

DD

ITIO

NA

L IN

FOR

MA

TIO

N O

R D

ESC

RIP

TIO

N O

F R

ESO

UR

CE

S SU

PPO

RT

ING

YO

UR

FIR

M'S

Q

UA

LIF

ICA

TIO

NS

FOR

TH

E C

ITY

'S P

RO

JEC

T.

Page 19: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

EX

HIB

IT D

– F

OR

M 3

: R

ESO

UR

CE

S A

ND

SU

BC

ON

TR

AC

TO

RS

Proj

ect N

umbe

r:

Proj

ect T

itle:

PR

IVA

TE

I/I R

ED

UC

TIO

N P

RO

JEC

T -

BU

ILD

ING

PL

UM

BIN

G E

VA

LU

AT

ION

S FO

R I/

I SO

UR

CE

DIS

CO

NN

EC

TIO

NS

Prim

ary

Firm

’s N

ame

N

umbe

r of

Fie

ld S

taff

Ava

ilabl

e

N

umbe

r of

Tru

cks A

vaila

ble

N

O.

SUB

CO

NT

RA

CT

OR

A

DD

RE

SS

SPE

CIA

LT

Y

WO

RK

ED

WIT

H

PRIM

E B

EFO

RE

? (Y

ES/

NO

) 1.

� Y

ES

� N

O

2.

� Y

ES

� N

O

3.

� Y

ES

� N

O

4

� Y

ES

� N

O

5

� Y

ES

� N

O

6

� Y

ES

� N

O

7

� Y

ES

� N

O

9

� Y

ES

� N

O

10

� Y

ES

� N

O

Page 20: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

E

XH

IBIT

D –

FO

RM

4:

MA

STE

R P

LU

MB

ER

S

Proj

ect N

umbe

r:

Proj

ect T

itle:

PR

IVA

TE

I/I R

ED

UC

TIO

N P

RO

JEC

T -

BU

ILD

ING

PL

UM

BIN

G E

VA

LU

AT

ION

S FO

R I/

I SO

UR

CE

DIS

CO

NN

EC

TIO

NS

Firm

’s N

ame

N

O.

NA

ME

M

AST

ER

PL

UM

BE

R

YE

AR

S O

F E

XPE

RIN

CE

D

EG

RE

E, L

ICE

NSE

S, C

ER

TIF

ICA

TIO

N, A

CT

IVE

RE

GIS

TA

TIO

N

1.

� Y

ES

� N

O

2.

� Y

ES

� N

O

3.

� Y

ES

� N

O

4

� Y

ES

� N

O

5

� Y

ES

� N

O

6

� Y

ES

� N

O

7

� Y

ES

� N

O

9

� Y

ES

� N

O

10

� Y

ES

� N

O

Page 21: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

EX

HIB

IT D

– F

OR

M 5

: E

XPE

RIE

NC

E A

ND

RE

FER

EN

CE

SU

MM

AR

Y

Pr

ojec

t Num

ber:

Pr

ojec

t Titl

e: P

RIV

AT

E I/

I RE

DU

CT

ION

PR

OJE

CT

- B

UIL

DIN

G P

LU

MB

ING

EV

AL

UA

TIO

NS

FOR

I/I S

OU

RC

E D

ISC

ON

NE

CT

ION

S

Fi

rm’s

Leg

al N

ame

N

O.

JOB

LO

CA

TIO

N

OW

NE

R N

AM

E &

C

ON

TA

CT

INFO

RM

AT

ION

D

AT

E

CO

MPL

ET

ED

R

EPA

IR T

YPE

T

OT

AL

VA

LU

E O

F W

OR

K

1.

2.

3.

4

5

6

7

9

10

Page 22: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

EX

HIB

IT D

– F

OR

M 6

: PR

OPO

SED

UN

IT P

RIC

ES

Pr

ojec

t Num

ber:

Pr

ojec

t Titl

e: P

RIV

AT

E I/

I RE

DU

CT

ION

PR

OJE

CT

- B

UIL

DIN

G P

LU

MB

ING

EV

AL

UA

TIO

NS

FOR

I/I S

OU

RC

E

DIS

CO

NN

EC

TIO

NS

Th

is P

relim

inar

y Sc

hedu

le o

f fee

s w

ill be

use

d by

City

to s

eek

inpu

t fro

m P

lum

bing

Con

tract

ors

rega

rdin

g pr

opos

ed u

nit p

rices

for t

ypic

al I/

I rem

oval

w

ork.

N

O.

DIS

CR

IPT

ION

*U

NIT

PR

ICE

$

PER

MIT

C

OST

$

1.

Cos

t for

Att

achm

ent N

o. 1

Def

ectiv

e C

lean

out C

ap R

epai

r: P

rice

to b

e al

l inc

lusi

ve a

nd m

ust i

nclu

de a

t min

imum

: Exc

avat

ion

arou

nd

clea

nout

rise

r pip

e to

dep

th o

f tw

o fe

et, c

oupl

ing

to e

xist

ing

pipe

, all

pipi

ng a

nd sc

rew

on

type

cap

, cle

anou

t vau

lt an

d co

ver.

One

yea

r w

arra

nty,

any

add

ition

al m

ater

ial r

equi

red

to c

ompl

etel

y fin

ish

task

in a

pro

fess

iona

l wor

kman

like

man

ner.

T

o be

de

term

ined

by

the

City

2.

C

ost f

or A

ttac

hmen

t No.

2 D

irec

tly C

onne

cted

Dow

nspo

ut D

iscon

nect

ion

Rep

air:

Pric

e to

be

all i

nclu

sive

and

mus

t inc

lude

at

min

imum

: Exc

avat

ion

arou

nd d

owns

pout

rise

r pip

e to

dep

th o

f one

foot

, cou

plin

g to

exi

stin

g pi

pe, a

ll pi

ping

and

glu

ed o

n ty

pe

cap,

pou

red

conc

rete

ove

r cap

, rer

outin

g of

dow

nspo

ut, a

nd p

lace

men

t of c

oncr

ete

spla

sh b

lock

. One

yea

r war

rant

y, a

ny a

dditi

onal

m

ater

ial r

equi

red

to c

ompl

etel

y fin

ish

task

in a

pro

fess

iona

l wor

kman

like

man

ner.

T

o be

de

term

ined

by

the

City

3.

C

ost f

or A

ttac

hmen

t No.

3 D

irec

tly C

onne

cted

Sum

p Pu

mp/

Sum

p Pi

t Dis

conn

ectio

n R

epai

r: P

rice

to b

e al

l inc

lusi

ve a

nd m

ust

incl

ude

at m

inim

um: N

ew 1

/3 h

p su

mp

pum

p, c

heck

val

ve, a

ll pi

ping

, ded

icat

ed e

lect

rical

out

let,

one

year

war

rant

y, a

ny a

dditi

onal

m

ater

ial r

equi

red

to c

ompl

etel

y fin

ish

task

in a

pro

fess

iona

l wor

kman

like

man

ner.

A.

Cos

t for

Usin

g E

xist

ing

Sum

p B

asin

To

be

dete

rmin

ed

by th

e C

ity

B.

Cos

t for

Inst

allin

g a

New

18”

x 2

2” P

refa

bric

ated

Sum

p B

asin

4 C

ost f

or A

ttac

hmen

t No.

4 A

rea,

Pat

io, S

tair

wel

l Ent

ry o

r C

raw

l Spa

ce D

rain

Dis

conn

ectio

n R

epai

r: P

rice

to b

e al

l inc

lusi

ve

and

mus

t inc

lude

at m

inim

um: P

re-fa

bric

ated

18”

x 2

2” su

mp

basi

n, 1

/3 h

p su

mp

pum

p, c

heck

val

ve, a

ll pi

ping

, ded

icat

ed

elec

trica

l out

let,

one

year

war

rant

y, a

ny a

dditi

onal

mat

eria

l req

uire

d to

com

plet

ely

finis

h ta

sk in

a p

rofe

ssio

nal w

orkm

an li

ke

man

ner.

T

o be

de

term

ined

by

the

City

5

Cos

t for

Att

achm

ent N

o. 5

Are

a D

rive

way

Dra

in D

iscon

nect

ion

Rep

air:

Pric

e to

be

all i

nclu

sive

and

mus

t inc

lude

at m

inim

um:

Pre-

fabr

icat

ed 1

8” x

30”

sum

p ba

sin,

1/2

hp

sum

p pu

mp

(min

imum

of 4

0 ga

l per

/min

at 1

0’ T

DH

), ch

eck

valv

e, a

ll pi

ping

, ded

icat

ed

elec

trica

l out

let,

one

year

war

rant

y, a

ny a

dditi

onal

mat

eria

l req

uire

d to

com

plet

ely

finis

h ta

sk in

a p

rofe

ssio

nal w

orkm

an li

ke m

anne

r.

T

o be

de

term

ined

by

the

City

6

Cos

t for

Att

achm

ent N

o. 6

Sum

p Pu

mp

Disp

ersio

n Sy

stem

with

Pop

-Up-

Dra

in: P

rice

to b

e al

l inc

lusi

ve a

nd m

ust i

nclu

de a

t m

inim

um: s

ump

pum

p di

scha

rge

conn

ecte

d to

bur

ied

solid

pip

e 6’

from

the

foun

datio

n w

all,

20’ o

f per

fora

ted

drai

n pi

pe b

urie

d in

¾”

clea

n gr

avel

, gra

ted

drai

n or

pop

-up

drai

n at

the

end

of th

e bu

ried

disc

harg

e lin

e, a

ll pi

ping

, one

yea

r war

rant

y, a

ny a

dditi

onal

mat

eria

l re

quire

d to

com

plet

ely

finis

h ta

sk in

a p

rofe

ssio

nal w

orkm

an li

ke m

anne

r

T

o be

de

term

ined

by

the

City

7

Cos

t for

Atta

chm

ent N

o. 7

Ser

vice

Lat

eral

Poi

nt R

epai

r: P

rice

to b

e al

l inc

lusi

ve a

nd m

ust i

nclu

de a

t a m

inim

um: P

re a

nd P

ost

CC

TV in

spec

tion

with

a p

ush

cam

era

with

reco

rded

doc

umen

tatio

n, e

xcav

atio

n to

the

exis

ting

pipe

to a

dep

th o

f 10’

, rem

ovin

g an

d re

plac

ing

a m

inim

um o

f 5 li

near

feet

of p

ipe,

cou

plin

g to

exi

stin

g pi

pe w

ith a

Fer

co ty

pe c

oupl

ing

and

burie

d in

¾”

clea

n gr

avel

, one

ye

ar w

arra

nty,

any

add

ition

al m

ater

ial r

equi

res t

o co

mpl

etel

y fin

ish

the

task

in a

pro

fess

iona

l wor

kman

like

man

ner.

A

. C

ost f

or S

ervi

ce L

ater

al P

oint

Rep

air

AN

D In

stal

ling

New

Cle

anou

t

To

be

dete

rmin

ed

by th

e C

ity

B.

Cos

t for

Ser

vice

Lat

eral

Poi

nt R

epai

r O

NL

Y

*D

O N

OT

INC

LUD

E PE

RM

IT C

OST

S U

NIT

CO

STS

AR

E PR

OPO

SED

Si

gnat

ure

Title

of A

utho

rized

Rep

rese

ntat

ive

Firm

Nam

e D

ate

Page 23: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

EXHIBIT E - SAMPLE AGREEMENT BETWEEN CITY AND PROPERTY OWNER FOR REMOVAL OF I/I SOURCES The undersigned Owner(s) hereby certify and warrant that they have exclusive ownership of the real property described herein (the “Property”) and are legally competent to sign this Agreement.

Property Address:

A prior building plumbing system evaluation performed by the City’s designated representative at the above property address indicates the existence of the following described sewer connection(s) requiring disconnection (the “Repairs”) pursuant to the City of Kansas City Sewer and Sewage Disposal Ordinances NO. 150452

Service Lateral Cleanout Repair: Excavation around cleanout riser pipe to depth of two feet, coupling to existing pipe, all piping and screw on type cap, cleanout vault and cover.

Directly Connected Downspout Repair: Excavation around downspout riser pipe to depth of one foot, coupling to existing pipe, all piping and glued on type cap, poured concrete over cap, rerouting of downspout, and placement of concrete splash block.

Directly Connected Sump Pump/Sump Pit: : Assumption that existing sump basin is inadequately sized and new 18” x 22” prefabricated sump basin will be installed, new 1/3 hp sump pump, check valve, dedicated electrical outlet.

________ A. Using Existing Sump Basin ________ B. Installing a New 18”x22” Prefabricated Sump Basin

Patio or Basement Entry Drain Disconnection: Pre-fabricated 18” x 22” sump basin, 1/3 hp sump pump, check valve, dedicated electrical outlet.

Driveway and Stairwell Disconnection Drain: Pre-fabricated 18” x 30” sump basin, 1/2 hp sump pump (minimum of 40 gal per/min at 10’ TDH), check valve, dedicated electrical outlet.

Sump Pump Dispersion System: sump pump discharge connected to buried solid pipe 8’ from the foundation wall, 20’ of perforated drain pipe buried in ¾” clean gravel, grated drain or pop-up drain at the end of the buried discharge line.

Service Lateral Point Repair: Pre and Post CCTV inspection with a push camera with recorded documentation, excavation to the existing pipe to a depth of 10’, removing and replacing a minimum of 5 linear feet of pipe, coupling to existing pipe with a Ferco type coupling and buried in ½” clean gravel

________ A. Service Lateral Point Repair AND Installed New Cleanout ________ B. Service Lateral Point Repair ONLY Other.

In consideration of the City’s agreement to reimburse the Plumbing Contractor selected by Owner and approved by City, or selected by City on behalf of Owner, for the cost of completing the above described Repairs, the Owner and the City (the “Parties”) agree to the following condition.

Page 24: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

1. Owner shall schedule and attend an onsite meeting with the City’s Program Coordinator or his designee,

and Plumbing Contractor chosen by Owner to review the Repairs to be completed, and the procedures established by the City for completion of the Repairs and direct payment to the Plumbing Contractor by the City.

2. Owner shall employ a Plumbing Contractor from a list of Prequalified Plumbing Contractors established

by the City, unless agreed to otherwise by City. 3. The Repairs must be performed in accordance with the City’s standards and all applicable building codes. 4. All Repairs require approval of the City Building Development Department, verification of approval of

the completed work is required prior to payment to the Plumbing Contractor. 5. Owner agrees that payment will be made by the City directly to the Plumbing Contractor following

completion and approval of the Repairs by the City and/or the City’s representatives. Any repair costs for work not authorized by the City will be the sole responsibility of the Owner and shall be paid directly to the Contractor.

6. The City will require the Plumbing Contractor to provide the Owner with a 12 month written warranty

covering the materials, workmanship, and services provided. Owner shall be required to contact Plumbing Contractor directly regarding warranty issues.

7. Owner shall be solely responsible for maintenance of any electro‐mechanical equipment (i.e., sump

pumps) and/or plumbing installations (i.e., drains, pipes, or valves) following completion of the Repairs. 8. Owner shall also be solely responsible for watering of new sod installed by Plumbing Contractor to

restore disturbed grassy areas. 9. This agreement shall be binding on the Parties, their heirs, successors and assigns. 10. If the Owner elects to self‐perform any Repairs, the City will reimburse owner only for commercially

reasonable material costs, not labor costs. Owner must submit actual purchase receipts for materials required to complete the Repairs to the City’s Program Coordinator for approval prior to performance of the work.

11. If Owner elects to have a licensed Plumbing Contractor not included on the City’s Prequalified Plumbing

contractor list perform the work, the selected Plumbing Contractor must be approved by City to perform the Repairs identified by City, and Plumbing Contractor’s qualifications must be submitted to the City along with drawings illustrating the planned Repairs for review and approval prior to commencement of the work.

Page 25: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

PROPERTY OWNER: Date:

Printed/Typed Name:

Signature:

Telephone Number:

Mailing Address, if different from Property Address:

PROPERTY OWNER:

Date:

Printed/Typed Name:

Signature:

Telephone Number:

Mailing Address, if different from Property Address:

To be completed by the City of Kansas City

City of Kansas City (City) Date: Signature: Title: Approved As To Form

Mark Jones, Assistant City Attorney

Page 26: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Exhibit E – SAMPLE PLUMBER TASK ORDER PROJECT NUMBER: ______________________________________ PROJECT TITLE: PRIVATE I/I REDUCTION PROJECT – BUILDING PLUMBING EVALUATIONS FOR I/I SOURCE DISCONNECTIONS

Plumber: ________________________________________________ Parcel ID Number:_____________________ Property Address:________________________ ________________________________________

Owner Name: ________________________ Owner Phone Number:_________________

1. Cost for Attachment No. 1 Defective Cleanout Cap Repair $ X_________=__________ Price is inclusive and must include at minimum: Excavation around cleanout riser pipe to depth of two feet, coupling to existing pipe, all piping and screw on type cap, cleanout vault and cover. One year warranty, any additional material required to completely finish task in a professional workman like manner. 2. Cost for Attachment No. 2 Directly Connected Downspout Disconnection Repair $ X____ _____=__ __ __ Price is inclusive and must include at minimum: Excavation around downspout riser pipe to depth of one foot, coupling to existing pipe, all piping and glued on type cap, poured concrete over cap, rerouting of downspout, and placement of concrete splash block. One year warranty, any additional material required to completely finish task in a professional workman like manner. 3. Cost for Attachment No. 3 Directly Connected Sump Pump/Sump Pit Disconnection Repair A. Cost for Using Existing Sump Basin $ ___X_________ = ____ ____ B. Cost for Installing A New 18” x 22” Prefabricated Sump Basin $ ___X_________ = ____ ____ Price is inclusive and must include at minimum: New 1/3 hp sump pump, check valve, all piping, dedicated electrical outlet, one year warranty, any additional material required to completely finish task in a professional workman like manner. 4. Cost for Attachment No. 4 Area Patio or Stairwell Entry or Crawl Space Drain Disconnection Repair $ ______X__________= __________ Price is inclusive and must include at minimum: Pre-fabricated 18” x 22” sump basin, 1/3 hp sump pump, check valve, all piping, dedicated electrical outlet, one year warranty, any additional material required to completely finish task in a professional workman like manner. 5. Cost for Attachment No. 5 Area Driveway Drain Disconnection Repair $ _X__________= __________ Price is inclusive and must include at minimum: Pre-fabricated 18” x 30” sump basin, 1/2 hp sump pump (minimum of 40 gal per/min at 10’ TDH), check valve, all piping, dedicated electrical outlet, one year warranty, any additional material required to completely finish task in a professional workman like manner. 6. Cost for Attachment No. 6 Sump Pump Dispersion System with Pop-Up-Drain $_________ X _______=_____ ___ Price is inclusive and must include at minimum: sump pump discharge connected to buried solid pipe 8’ from the foundation wall, 20’ of perforated drain pipe buried in ¾” clean gravel, grated drain or pop-up drain at the end of the buried discharge line, all piping, one year warranty, any additional material required to completely finish task in a professional workman like manner. 7. Cost for Attachment No. 7 Service Lateral Point Repair A. Cost for Service Lateral Point Repair AND Installing New Cleanout $ ___X_________ = ____ ____ B. Cost for Service Lateral Point Repair ONLY $ ___X_________ = ____ ____ Price to be all inclusive and must include at a minimum: Pre and Post CCTV inspection with a push camera with recorded documentation, excavation to the existing pipe to a depth of 10’, removing and replacing a minimum of 5 linear feet of pipe, coupling to existing pipe with a Ferco type coupling and buried in ½” clean gravel, one year warranty, any additional material requires to completely finish the task in a professional workman like manner.

Total Cost: $ ____________________________ ___________________________ _____________________________ Plumbing Contractor Date Design Professional Date Design Professional Date Acceptance Approval Completion

Page 27: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

EXHIBIT E - SAMPLE SUPPLEMENTAL TASK ORDER BETWEEN CITY AND PLUMBER FOR REMOVAL OF I/I SOURCES SUPPLEMENTAL TASK ORDER TO INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR LICENCE PLUMBER Contract No. Plumber: _________________________________________

This Supplemental Task Order is for the following described real property:

Parcel ID Number:_____________________ Property Address:________________________ ________________________________________

Owner Name: ________________________ Owner Phone Number:_________________

In consideration of the receipt of additional information requiring modification of the Repairs and pre-approved funding amount described in the original Contract and the mutual promises set forth herein, the parties agree to substitute and replace the Repairs and pre-approved funding amount described in the original Contract with the following described Repairs and pre-approved funding amount: Description of Non-Typical I/I Source Disconnection Repair:

Total Cost: $ . ATTACH A SKETCH OF THE NON-TYPICAL REPAIR WORK ALONG WITH ANY ADDITION DOCUMENTATION (i.e. photos) OF WORK REQUIRED AND REASON FOR REQUESTING SUPPLEMENTAL TASK ORDER _____________________________ Plumbing Contractor Date Acceptance _____________________________ Design Professional Date Approval

____________________________ City Date Approval _____________________________ Design Professional Date Completion

Page 28: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

PROPERTY OWNER WARRANTY Plumbing Contractor, _______________________________, hereby agrees to provide

Property Owner (name), _________________________________________, located at

Site Address, _______________________________________ in Kansas City, Missouri

A twelve (12) month (warranty period) written warranty that shall become effective on ___________ (date) based upon the Plumbing Contractor's receipt of payment for the completed work from the City of Kansas City, MO. Plumbing Contractor guarantees all materials, workmanship, and services (Work) provided by Plumbing Contractor under the City of Kansas City, Missouri Private l/l Source Removal Program identified below. Plumbing Contractor shall address Property Owner warranty claims directly with the Property Owner during the warranty period. 1. Work completed. Based on a prior building plumbing system evaluation performed by the City's designated representative at the above Property address, the following described improper sewer connection(s) requiring disconnection (the "Repairs") pursuant to the City of Kansas City, Missouri Code of Regulations for Private Infiltration and Inflow were completed by Plumbing Contractor and paid for by City of Kansas City, Missouri. ________ Service Lateral Cleanout Repair: Excavation around cleanout riser pipe to depth of

two feet, coupling to existing pipe, all piping and screw on type cap, cleanout vault and cover.

________ Directly Connected Downspout Repair: Excavation around downspout riser pipe

to depth of one foot, coupling to existing pipe, all piping and glued on type cap, poured concrete over cap, rerouting of downspout, and placement of concrete splash block.

________ Directly Connected Sump Pump/Sump Pit: : Assumption that existing sump basin

is inadequately sized and new 18” x 22” prefabricated sump basin will be installed, new 1/3 hp sump pump, check valve, dedicated electrical outlet.

________ A. Using Existing Sump Basin ________ B. Installing a New 18”x22” Prefabricated Sump Basin ________ Patio or Basement Entry Drain Disconnection: Pre-fabricated 18” x 22” sump

basin, 1/3 hp sump pump, check valve, dedicated electrical outlet. ________ Driveway and Stairwell Disconnection Drain: Pre-fabricated 18” x 30” sump basin,

1/2 hp sump pump (minimum of 40 gal per/min at 10’ TDH), check valve, dedicated electrical outlet.

Page 29: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

________ Sump Pump Dispersion System: sump pump discharge connected to buried solid pipe 8’ from the foundation wall, 20’ of perforated drain pipe buried in ¾” clean gravel, grated drain or pop-up drain at the end of the buried discharge line.

________ Service Lateral Point Repair: excavation to the existing pipe to a depth of 10’,

removing and replacing a minimum of 5 linear feet of pipe, coupling to existing pipe with a Ferco type coupling and buried in ½” clean gravel.

________ A. Service Lateral Point Repair AND Installed New Cleanout ________ B. Service Lateral Point Repair ONLY

________ Other:

1. Record Drawings. Attached to this Homeowner Warranty is one set of red-line record drawings prepared by Plumbing Contractor that shows the general layout of the property and provides a detailed description of the work completed by Plumbing Contractor. Exterior plumbing modifications are noted on the record drawings with dimensions in a way that they can be easily located in the future. Exterior drain locations are tied to two known points (Corner(s) of the house). 2. Operation & Maintenance Manual(s). Attached to this Homeowner Warranty is one copy of the Manufacturer's Operation & Maintenance manual for each electrical/mechanical equipment installed by Plumbing Contractor. 3. Plumbing Contractor Warranty and Obligations. Plumbing Contactor hereby provides a parts, equipment, and labor warranty, and a service warranty during the warranty period for all Work performed. The completed work shall remain free from all defects in workmanship and material, and that it will comply with all the specific requirements of the Contract between the Plumbing Contractor and the City of Kansas City, Missouri governing the Work. If during the warranty period, any Work performed by Plumbing Contractor is found to be defective, Plumbing Contractor shall promptly, without cost to the Property Owner or the City of Kansas City, MO, correct such defective work by repair or replacement of defective work. Service warranty shall cover only drainage failure in the line(s) serviced and defective plumbing workmanship, during the warranty period. As an exclusive remedy, Plumbing Contractor shall do the work again at no cost to the Property Owner or the City of Kansas City, MO. This warranty does not apply to problems arising out of main sewer line backup or improper, abnormal or unanticipated use or conditions. Except as explicitly stated in writing, Plumbing Contractor is not giving any guarantees or making any warranties. PLUMBING CONTRACTOR DISCLAIMS ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. Property Owner may transfer this warranty

Page 30: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

of plumbing repair or replacement to a person who purchases the property. Property Owner Transferee must present the warranty claim to Plumbing Contractor at the time the warranty work is performed by Plumbing Contractor. 4. Plumbing Contractor Contact Person. For problems or claim inquires, Property Owner shall contact Plumbing Contractor’s representative, _____________________________________, at ____________________. 5. Property Owner Responsibilities. Upon acceptance of the work, Property Owner shall be solely responsible for the operation and maintenance of all electro-mechanical equipment (i.e., sump pumps) and/or plumbing installations (i.e., drains, pipes, or valves) furnished and installed by Plumbing Contractor. Owner shall also be solely responsible for properly watering any new grass sod installed by Plumbing Contractor to restore disturbed areas that previously had an established grass stand. In the event of defects and the necessity to making repairs, the Property Owner shall immediately notify the Plumbing Contractor of its conditions, and shall give the Plumbing Contractor reasonable time in which to make said repairs. 6. Exceptions to Plumbing Contractor's Responsibilities. Plumbing Contractor shall not be responsible for (a) personal injury, property damage or other damage or loss to Property Owner or others arising out of Plumbing Contractor's work, except to the extent caused by Plumbing Contractor's negligence or failure to perform the work in accordance with the contract between the City of Kansas City, MO and the Plumbing Contract, (b) defective, damaged, or deteriorated lines, mold, lead piping, or other unexpected or undisclosed conditions, and the consequences of such conditions, including broken lines, or fixtures, and lodged equipment; (c) damage caused by the removal of any existing improper plumbing connections to the City of Kansas City, MO sanitary sewer system. If any person, firm, or corporation other than the above Plumbing Contractor has, since the completion of the above work, performed or attempted to perform any repairs to the Work, then this warranty could become null and void. This warranty does not cover any repairs made by Plumbing Contractor that were not paid for by the City of Kansas City, MO or made by anyone other than the Plumbing Contractor named above. Plumbing Contractor shall not be under any responsibility or liability whatsoever to make repairs occasioned by injury to said completed Work caused wholly or in part by windstorm, tornado, lightning, hail, or other casualty, or by reasons of negligence by any party not directly associated with the Plumbing Contractor.

Signature: ________________________________________________

Printed Name: ________________________________________________

Plumbing Contractor Company: ________________________________________________

Date: ________________________________________________

Page 31: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

EXHIBIT F- STANDARD DETAILS AND SPECIFICATIONS Attachment 1: Defective Cleanout Repair. Attachment 2: Directly Connected Downspout Disconnection Repair. Attachment 3: Directly Connected Sump Pump/Sump Pit Disconnection Repair. Attachment 4: Area, Patio, Stairwell Entry or Crawl Space Drain Disconnection Repair. Attachment 5: Area Driveway Drain Disconnection Repair. Attachment 6: Sump Pump Dispersion System. Attachment 7: Service Lateral Point Repair.

Page 32: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

ATTACHMENT 1: TYPICAL DEFECTIVE CLEANOUT REPAIR

Plumbing Contractor shall repair or replace the defective cleanout in accordance with the requirements below and shown on the cleanout cap repair detail unless otherwise approved by the City’s Program Coordinator or his designee.

1. If the cleanout pipe to grade is sound, an approved water-tight plug shall be installed in the bell or barrel of the pipe

(see Cleanout Cap Repair Detail). 2. If the cleanout pipe at grade is cracked, broken, or deteriorated, it shall be exposed to a depth not to

exceed three (3) feet, saw cut evenly, and an approved coupling attached so the cleanout riser is brought back to grade. New riser materials shall be PVC, ABS, or approved equivalent. An approved cleanout plug shall be installed in the new riser. Top of cleanout plug shall be below grade and protected by vault and cover.

3. Cleanout vault shall extend below grade and be constructed of Polyethylene, PVC, or approved equivalent (see Cleanout Cap Repair Detail).

4. Cleanout vault shall have a frame and casting to adequately protect the cleanout structure from future damage. Casting shall be permanently stamped with “Sanitary Sewer Cleanout”.

5. All work performed shall be inspected by the City before it is covered. The City shall be notified a minimum of 24 hours prior to inspection.

6. Once the work has been inspected, the excavation shall be backfilled and sloped away from the cleanout to prevent storm water from pooling over the cleanout.

7. Remove all debris created from work, and cleanup work site. 8. Restore grassed ground surfaces disturbed as part of the work with sod. Property owner shall be

notified of new sod installation and will be responsible for watering of new sod. 9. Provide a minimum 1-year written warranty on all parts and labor. The contractor shall comply with all applicable codes. Contractor shall also be responsible for obtaining all permits

Page 33: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing
Page 34: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

ATTACHMENT 2: TYPICAL DOWNSPOUT DISCONNECTION PROCEDURE Plumbing Contractor shall disconnect the downspout from the sanitary sewer in accordance with the requirements below and shown on the Downspout Disconnection Detail unless otherwise approved by the City’s Program Coordinator or his designee. 1. Downspouts that are directly connected to the sanitary sewer shall be disconnected. 2. The disconnect-ion shall be done by cutting off the downspout approximately 12 inches above ground level and 12 inches

below ground level. 3. A glued type cap shall be used to terminate the underground discharge pipe. In the event that vitrified clay pipe is

existing, a Fernco type coupling shall be installed on the below ground pipe and transitioned to PVC or ABS and a glued type cap shall be installed. Expansion type plugs shall not be permitted.

4. Place concrete around and on top of the pipe (refer to Downspout Disconnection Detail). City staff shall inspect the installation of the glued cap and concrete cap. The City shall be notified a minimum of 24 hours prior to inspection.

5. The area under a new splash block shall be graded so that positive drainage (minimum of 1-inch per foot of fall) away from the foundation is achieved. Place a concrete splash block (minimum three (3) feet in length) under the downspout. Anchor an elbow onto the downspout and align it so that it discharges onto the center of the splash block.

6. Remove all debris created from work, and cleanup work site. 7. Restore grassed ground surfaces disturbed as part of the work with sod. Property owner shall be notified of

new sod installation and will be responsible for watering of new sod. 8. Provide a minimum 1-year written warranty on all parts and labor. The contractor shall comply with all applicable codes. Contractor shall also be responsible for obtaining all permits required.

Page 35: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing
Page 36: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

ATTACHMENT 3: DIRECTLY CONNECTED SUMP PUMP/SUMP PIT DISCHARGING TO

SANITARY SEWER

Plumbing Contractor shall install a sump pump and discharge pipe in accordance with the requirements below and shown in the sump pump detail, unless otherwise approved by the City’s Program Coordinator or his designee. 1. Reuse existing sump basin, if possible. Basin must be a minimum of 15" diameter by 22" deep. 2. If it is not possible to reuse existing sump basin, then break-up floor surrounding basin to an approximate 24" x 24" area. 3. Furnish and install an 18" diameter x 22" deep pre-fabricated sump basin and cover to replace existing basin. Basin

shall be a Jackel SF 20 or approved equivalent. Bottom and sides of basin shall be perforated uniformly to a point approximately 8" from the basin bottom (optionally, footing tiles may be extended into new basin; however, perforations as described are still required). The basin shall be surrounded by a minimum of 3" of 3/ 8"-1/2" crushed rock on the sides and bottom. Provide a minimum 3" concrete cap at floor.

4. Furnish and install patio block or other suitable base in bottom of basin to support pump. 5. Furnish and install automatic submersible pump rated at minimum 2,000 GPH at 10' TDH. Pump shall be Zoellar Model

M-53; Liberty Model 250-Series; Little Giant Model 6 Series or approved equivalent. (Note: pump data shall be submitted with estimate.)

6. Furnish and install a swing type check valve in discharge line. Check valve shall be installed below lid. 7. Properly disconnect and cap existing sump pump discharge line to the interior sanitary sewer lateral. 8. Furnish and install new discharge piping from pump through outer floor joist. Discharge piping shall be minimum 1 1/2"

I.D. PVC or ABS. If replacing basin, pipe and electrical routing shall be through basin side. Material used shall conform to local codes.

9. Secure discharge pipe with approved clamps (no strapping type pipe hangers). Clamps shall be spaced a maximum 36" apart. 10. Furnish and install insulation between discharge pipe and floor joist where secured by a clamp to deaden sound. 11. If existing electrical supply meets code, do not replace. If it does not meet code, furnish and install new electrical supply to

sump pump in accordance with existing codes. 12. Terminate discharge on a splash block. Concrete splash blocks shall be used. The discharge pipe shall be seated around

the penetration of the outer floor joist with caulking or approved equivalent. The discharge from the sump pump shall drain away from the building foundation, in accordance with applicable codes.

13. Remove all debris created from work, and cleanup work site. 14. Restore grassed ground surfaces disturbed as part of the work with sod. Property owner shall be

notified of raw sod installation and will be responsible for watering of new sod. 15. Provide a minimum 1-year written warranty on all parts and labor. The Contractor shall comply with all applicable codes. Contractor shall also be responsible for obtaining all permits required.

Page 37: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing
Page 38: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

ATTACHMENT 4: TYPICAL AREA DRAIN DISCONNECTION (Patio or Stairwell or Crawl Space)

Plumbing Contractor shall disconnect patio or stairwell or crawl space area drains in accordance with the requirements below and shown on the Area Drain Disconnect Reroute to Daylight detail, unless otherwise approved by the City’s Program Coordinator or his designee. 1. Disconnect and properly cap existing line connecting patio or stairwell or crawl space area drains to sanitary sewer lateral. 2. Break-up floor that will surround new sump pit to an approximate 24" x 24" area. 3. Furnish and install an 18" diameter pre-fabricated sump pit. The depth of the sump pit shall be determined by the depth of the

area drain. Pit shall be manufactured by Jackel, Inc. or approved equivalent. The pit shall be surrounded by a minimum of 3" of 3/8"- 1/2" crushed rock on the sides and bottom. Provide a minimum 3" concrete cap.

4. Install 4" diameter PVC (or equivalent) pipe that connects the existing area drain pipe to the new sump pit. The pipe shall be graded at a 1/4" per foot slope from the drain pipe to the sump pump. Material shall conform to local codes.

5. Replace slab, thickness and finish to match existing, over a minimum 3" of 3/8" - 1/2" gravel. Seal slab joints with approved sealant and joint between slab and building with approved expansion joint material.

6. Furnish and install patio block or other suitable base in bottom of sump basin to support pump. 7. Furnish and install automatic submersible pump rated at minimum 2,000 GPH at 10' TDH. Pump shall be Zoellar Model

M-53; Liberty Model 250-Series; Little Giant Model 6 Series or approved equivalent. (Note: Pump data shall be submitted with estimate).

8. Furnish and install a swing type check valve in discharge line. Check valve shall be installed below lid. 9. Furnish and install required discharge piping. Discharge piping to be minimum 1-1/ 2" I.D. PVC or ABS. Material used

shall conform to local codes. 10. Cover for pit shall be used in accordance with manufacturer's recommendation. 11. Secure discharge pipe with approved clamps (no strapping type pipe hangers). Clamps shall be spaced a maximum 36" apart. 12. Furnish and install insulation between discharge pipe and floor joist where secured by a clamp to deaden sound. 13. Furnish and install electrical supply to sump pump in accordance with existing electrical codes. 14. Terminate discharge on a splash block, Concrete splash blocks shall be used. The discharge pipe shall be sealed around the

penetration of the outer floor joist with caulking or approved equal. The discharge from the sump pump shall drain away from the building foundation, in accordance with applicable codes.

15. Remove all debris created from work, and cleanup work site. 16. Restore grassed ground surfaces disturbed as part of the work by placing sod. Property owner shall be notified

of new sod installation and will be responsible for watering of new sod. 17. Provide a minimum 1-year written warranty on all parts and labor. The contractor shall comply with all applicable codes. Contractor shall also be responsible for obtaining all permits required.

Page 39: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing
Page 40: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

ATTACHMENT 5: TYPICAL AREA DRAIN DISCONNECTION (Driveway) Plumbing Contractor shall disconnect area driveway drains in accordance with the requirements below and shown on the Area Driveway Drain detail, unless otherwise approved by the City’s Program Coordinator or his designee. 1. Disconnect and properly cap existing line connecting driveway drain to sanitary sewer lateral. 2. Break-up garage floor that will surround sump pit to an approximate 24" x 24" area. 3. Furnish and install a pre-fabricated sump pit. The depth of the sump pit shall be determined by the depth of the area drain. Pit

shall be manufactured by Jackel, Inc. or approved equivalent. The pit shall be surrounded by a minimum of 3" of 3/8"- 1/2" crushed rock on the sides and bottom. Provide a minimum 3" concrete cap.

4. Remove full section of driveway (or saw cut and remove one half section) as required to access area drain. 5. Replace existing driveway area inlet with Neenah R-4937-I3 Floor Drain with Grate or approved equivalent, or if trench

drain across entire width (if required) to intercept surface flow, with Neenah R 4996- A1 Type M Trench Frame with grated cover or approved equivalent.

6. Install 4" PVC (or equivalent) pipe that connects the new area inlet to the new sump pit. The pipe shall be graded at a 1/4" per foot slope from the area inlet to the sump pump. Material used shall conform to local codes.

7. Replace driveway section. Thickness and material shall match existing and shall be placed over a minimum 3" of 3/8" - 1/2" gravel. Finish surface to match existing. Seal driveway joints with approved sealant, and joint between driveway and garage with approved expansion joint material.

8. Furnish and install patio block or other suitable base in bottom of sump basin to support pump. 9. Furnish and install automatic submersible pump sized to handle tributary area (minimum capacity 3,000 GPH at 10'

TDH). 10. The contractor shall determine the capacity of the pump based upon the area draining to the area drain. The minimum pump

capacity shall exceed the capacity of the area drain by a factor of two. (Note: Pump data shall be submitted with estimate). 11. Furnish and install a swing type check valve in discharge line. Check valve shall be installed below lid. 12. Furnish and install required discharge piping. Discharge piping shall be minimum 2" I.D. PVC or ABS. Pipe and electrical

routing shall be through the side of the pit as shown on the drawing. Material used shall conform to local codes. 13. Furnish and install metal cover for pit, minimum thickness 0.1875" (3/16"). All covers shall be painted or prime coated to

prevent rust and constructed to handle vehicle traffic. 14. Secure discharge pipe with approved clamps (no strapping or suspended type pipe hangers). Clamps shall be spaced a

maximum 36" apart. 15. Furnish and install electrical supply to sump pump in accordance with existing electrical codes. 16. Terminate discharge on a splash block. Concrete splash blocks shall be used. The discharge pipe shall be sealed around

the penetration of the wall with caulking or approved equivalent. The discharge from the sump pump shall drain away from the building foundation, in accordance with applicable codes.

17. Remove all debris created from work, and cleanup work site. 18. Restore grassed ground surfaces disturbed as part of the work with sod. Property owner shall be

notified of new sod installation and will be responsible for watering of new sod. 19. Provide a minimum 1-year written warranty on all parts and labor. The contractor shall comply with all applicable codes. Contractor shall also be responsible for obtaining all permits required.

Page 41: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing
Page 42: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

ATTACHMENT 6: TYPICAL SUMP PUMP DISPERSION DETAIL

Plumbing Contractor shall install a sump pump dispersion system in accordance with the requirements below and shown on the Dispersion System Detail with Pop-Up-Drain, unless otherwise approved by the City’s Program Coordinator or his designee. 1. If there is inadequate drainage away from the house, the sump discharge shall be extended away from the house (see Sump

Pump Dispersion with Pop-Up-Drain Detail). 2. Sump pump discharge shall be indirectly discharged into an open drain pipe or grated inlet in order to provide continued

drainage in the event that the line becomes blocked. 3. 4” solid drain pipe must extend a minimum of 8’ from the house and then transition into 4” perforated sewer drain pipe. 4. Trench shall be such that the drain pipe has at least 6” of gravel on each side and above the pipe and at least 12” of gravel

below the pipe. 5. Perforations in the drain pipe shall face downward. Corrugated drain pipe will not be allowed. 6. Gravel shall be ¾” clean. 7. A minimum of 6” of top soil shall be placed over the top of the trench and sod installed to match existing grassed ground

surfaces. 8. Termination of the discharge pipe should turn upward and have a grated inlet or pop-up type drain. 9. All work performed shall be inspected by the City before it is covered. The City shall be notified a minimum of 24 hours

prior to inspection. 10. Once the work has been inspected, the excavation shall be backfilled and sloped away from the trench to prevent surface

water from pooling. 11. Remove all debris created from work, and cleanup work site. 12. Restore grassed ground surfaces above pipe trench by placing sod in disturbed areas. Property Owner shall be

notified of new sod installation and will be responsible for watering of new sod. 13. Provide a minimum 1-year written warranty on all parts and labor. The contractor shall comply with all applicable codes. Contractor shall also be responsible for obtaining all permits required. It is anticipated that variations to this detail will be warranted on a case-by-case basis and any deviation must be approved by the Project Manager or assigned representative.

Page 43: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing
Page 44: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

ATTACHMENT 7: SERVICE LATERAL POINT REPAIR SPECIFICATIONS

Plumbing Contractor shall repair or replace the defective service lateral in accordance with the requirements below and shown in the typical service lateral repair details unless otherwise approved by the City’s Program Coordinator or his designee. 1. If a cleanout needs to be replaced or installed as part of the repair, the clean out installation shall be done in accordance

with Attachment 1 – Defective Cleanout Repair specification and Defective Cleanout Cap Repair detail. 2. Trenches for lateral repairs shall be such that the replacement pipe has at least 6” of gravel on each side and above the pipe

and at least 6” of gravel below the pipe. 3. Connections from the existing service lateral to the replacement pipe shall be made with a Ferco type coupling or an

approved equivalent. 4. Gravel shall be 1/2” clean. 5. A minimum of 6” of top soil shall be placed over the top of the trench and sod installed to match existing grassed ground

surfaces. 6. Material for service lateral repairs shall be PVC, ABS, or approved equivalent. 7. All work performed shall be inspected by the City before it is covered. The City shall be notified a minimum of 24 hours

prior to inspection. 8. Once the work has been inspected, the excavation shall be backfilled and sloped away from the cleanout to prevent storm

water from pooling over the cleanout. 9. Remove all debris created from work, and cleanup work site. 10. Restore grassed ground surfaces disturbed as part of the work with sod. Property owner shall be notified of new sod

installation and will be responsible for watering of new sod. 11. Provide a minimum 1-year written warranty on all parts and labor. The contractor shall comply with all applicable codes. Contractor shall also be responsible for obtaining all permits required, cost of permits to be included in estimate. It is anticipated that variations to this detail will be warranted on a case-by-case basis and any deviation must be approved by the Project Manager or assigned representative.

Page 45: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing
Page 46: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Exhibit G

INSURANCE CERTIFICATE

00620 Insurance Certificate

Page 47: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing
Page 48: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 1 of 7

INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT

FOR LICENSED PLUMBERS

CONTRACT NO ____________/CONTRACT No __________

PRIVATE I/I REDUCTION PROJECTS - BUILDING PLUMBING I/I SOURCE DISCONNECTIONS

THIS CONTRACT is between KANSAS CITY, MISSOURI, a constitutionally chartered municipal corporation (“City”), and __________________________________________________________ (“Contractor”). City and Contractor agree as follows:

PART I SPECIAL TERMS AND CONDITIONS

Sec. 1. Work To Be Performed. The Specification/Scope of Work and any addenda are attached hereto and incorporated into this Contract.

A. Attachment A – Scope of Services Sec. 2. Term of Contract. The work to be performed under this contract shall begin on the date specified in the written Notice to Proceed issued by the Director of Water Services. The work shall be completed within schedule provided in the Scope of Work. The Director is authorized to enter into an amendment to extend the term of this Contract and time of performance for this Contract.

The period of performance under the contract is fifteen months from Notice to Proceed with a unilateral contractual right on the part of the City to extend this agreement for an additional two (2) fifteen month periods. The continuation of the incumbent Plumbing Contractor in the option year(s) is a prerogative of the City and is not a contractual right of the Plumbing Contractor. The City’s decision in regards to exercising the option(s) is not subject to appeal. The option fifteen month compensation will be determined by the City by negotiation with the Plumbing Contractor. NOTE: YEARLY INCREASES IN UNIT COSTS ARE NOT AUTOMATIC.

Sec. 3. Compensation. A. The maximum amount the City shall pay Plumbing Contractor under this Agreement is

$___________

B. The unit prices established by City as defined in the Final Unit Price Schedule and accepted by Plumbing Contractors shall remain firm during the initial contract period, and two fifteen month extension periods if chosen by City.

C. Condition Precedent to Payment.

1. It shall be a condition precedent to payment of any pay application from the Plumbing Contractor that the Plumbing Contractor is in compliance with, and not in breach or default of, all terms, covenants and conditions of this Agreement. If

Page 49: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 2 of 7

damages are sustained by City as a result of breach or default by Plumbing Contractor, City may withhold payment(s) to Plumbing Contractor for the purpose of offset until such time as the exact amount of damages due City from Plumbing Contractor may be determined.

2. No request for payment will be processed unless the request is in proper form, correctly computed, accompanied by all documentation of completed work required in the Scope of Services, and is approved as payable under Agreement. City is not liable for any obligation incurred by Plumbing Contractor except as approved under the provisions of this Agreement.

D. The City will pay the Plumbing Contractor, net 30 days, monthly in accordance with the unit prices in the Final Unit Price Schedule accepted by the Plumbing Contractor upon submittal of proper written invoice for services. The invoice shall include the Application for Payment and a completed Task Order for all properties listed on the Application for Payment.

Sec. 4. Notices. All notices required by this agreement shall be in writing sent to the following:

City: _______________________Department

_______________________, Director

Address:__________________________________________,

Kansas City, MO_________________

Phone:(___)-____-________ Facsimile: (___)-____-_______________

E-mail address:_________________________________

Contractor:_______________________________

Contact:__________________________________

Address:__________________________________,

Phone: (___)-____-__________ Facsimile: (___)-____-____________

E-mail address:_____________________________________

All notices are effective a) when delivered in person, b) upon confirmation of receipt when transmitted by facsimile transmission or by electronic mail, c) upon receipt after dispatch by registered or certified mail, postage prepaid, d) on the next business day if transmitted by overnight courier(with confirmation of delivery), or e)three business days after the date of mailing, whichever is earlier.

Sec. 6. Merger. This Contract consists of Part I, Special Terms and Conditions and any Attachments and any documents incorporated by reference; and Part II, Standard Terms and Conditions. This Contract, including any Attachments and incorporated documents, constitutes the entire agreement between City and Contractor with respect to this subject matter.

Page 50: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 3 of 7

Sec. 7. Conflict Between Contract Parts. In the event of any conflict or ambiguity between the Special Contract Terms and Conditions of Part I and the Standard Terms and Conditions of Part II of this Contract, Part I will be controlling. Sec. 8. Responsibilities of City. City shall have and perform the following duties, obligations, and responsibilities in a timely manner:

A. Provide the Plumbing Contractor with the City’s I/I abatement criteria. B. Review any documents provided by or through the Plumbing Contractor requiring the

City’s decision, and shall make any required decisions, in a timely fashion. C. Provide the Plumbing Contractor with a private property site address, property owner

contact information, and a description of the type of work to be completed. D. Meet with the Plumbing Contractor and Property Owner to discuss I/I abatement work to

be completed. E. Enter into an agreement with Property Owner for I/I abatement work to be performed by

Plumbing Contractor and paid for by City. See example agreement in Exhibit E. F. Issue permits through the Planning and Development Department and conduct

inspections of completed work. G. Pay Plumbing Contractor invoices for work completed upon receipt of written invoice

for services completed and accepted by City.

Sec. 9. Bonds and Surety. Contractor shall furnish a Performance and Maintenance Payment Bond, to City on City furnished form, executed by a Surety, in the amount of $50,000 guaranteeing Contractor’s faithful performance of each and every term of this Contract and all authorized changes thereto; guaranteeing the payment of all obligations as provided in Section 107.170 RSMo.; and guaranteeing the services and work against faulty workmanship and faulty materials.

A. All Bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed in the State of Missouri and in the jurisdiction in which the Project is located, if not in Missouri, to issue Bonds or insurance policies for the limits and coverages so required. All surety and insurance companies shall hold an A.M. Best rating of A-, V, or better.

B. These Bonds shall remain in effect at least one (1) year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents.

C. If the surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirement of Paragraph 5.01 B, Contractor shall within twenty (20) days thereafter substitute another Bond and surety, both of which must be acceptable to City.

Sec. 10. Subcontracting. A. Contractor shall perform with its own organization services amounting to not less than

100% of the total Contract Price in regards to Plumbing work. All other ancillary work may be performed by subcontractors. “Its own organization” shall be construed to include only workers employed and paid by the Contractor and equipment owned or

Page 51: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 4 of 7

rented by the Contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the Contractor.

B. Contractor shall not employ or retain any Subcontractor, Supplier or other person or organization, whether initially or as a substitute, against whom City has a reasonable objection, including but not limited to debarment by City or another governmental entity or decertification of the Subcontractor from the City’s Minority and Women’s Business Enterprise Program as a result of the Subcontractor’s failure to comply with any of the requirements of the provisions of Chapter 3 of the City’s Code as determined by the Director of the Human Relations Department. Contractor shall insert this provision in any subcontractor agreement associated with this Contract. Contractor shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom Contractor has reasonable objection.

C. Contractor shall submit required information for all Subcontractors on Form 01290.09 - Subcontractors and Major Material Suppliers List, provided in these Contract Documents, prior to Subcontractor beginning Work at the Site.

D. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor’s own acts and omissions.

E. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with Contractor.

Sec. 11. Amendments/Supplements to Part II, Standard Terms and Conditions. The following sections of Part II, Standard Terms and Conditions, of this Contract are hereby amended as follows:

A. Add the following Paragraph E. to Sec. 1 General Indemnification:

E. Survival of Obligation: The obligations of indemnification herein shall survive and remain effective after termination or completion of performance by Plumbing Contractor.

B. Add the following Sec. 23. through Sec. 30

Sec. 23. Project Records. All records relating in any manner whatsoever to this Private I/I Reduction Program, or any designated portion thereof, which are in the possession of the Plumbing Contractor shall be made available to City for inspection and copying upon written request of the City. Additionally, said records shall be made available, upon request by the City, to any state, federal or other regulatory authorities and any such authority may review, inspect and copy such records. Said records include, but are not limited to, all plans, specifications, submittal, correspondence, minutes, memoranda, tape recordings, videos, photographs or other writings or things which document the Project, its design and its construction. Said records expressly include those documents reflecting the time expended by the Plumbing Contractor and its personnel in performing the obligations of this Contract and the records of expenses incurred by the Plumbing Contractor in its performance under said Contract. The Plumbing Contractor shall

Page 52: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 5 of 7

maintain and protect these records for no less than three years after final completion of the Project.

Sec. 24. Contractor’s Responsibilities. Plumbing Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Agreement. Plumbing Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction.

Unless otherwise specified in the Contract Documents, Plumbing Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel power, light, heat, telephone, water, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the I/I abatement work.

Plumbing Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. Such responsibilities does not relieve Plumbing Contractor’s subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Plumbing Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to:

a. All persons on the private property site or who may be affected by the Work; b. All the Work and materials and equipment to be incorporated therein, whether in

storage on or off the private property site; and c. Other property at the site or adjacent thereto, including trees, shrubs, lawns,

walks, pavements, roadways, structures, private property and utilities, not designated for removal, relocation, or replacement in the course of the I/I abatement Work.

Plumbing Contractor shall comply with all applicable laws and regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Plumbing Contractor shall notify owners of adjacent property and utility owners when prosecution of the work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property.

Sec. 25. Delay by City. City and Plumbing Contractor agree that the schedule of services to be provided by Plumbing Contractor under this agreement may depend upon timely fulfillment of City responsibilities. If the City is unable to provide services and/or facilities as specified in the Contract Agreement, and/or causes delays to the Work beyond Plumbing Contractor’s control, the Plumbing Contractor shall be entitled to an extension of the time for completion of the Work but such time of Work 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 Work completion shall not be extended because of delay caused by the City unless and until the Plumbing Contractor has notified the City, in writing, that the City has

Page 53: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 6 of 7

caused a delay; such notice shall be made not later than seven (7) days after the beginning of the delay caused by the City.

Sec. 26. No Third Party Beneficiaries. Nothing contained herein shall create any relationship, contractual or otherwise, with, or any rights in favor of any third party.

Sec. 27. Information Exchange. E. All information, data, and reports as are existing, available, and necessary for

the carrying out of the work, shall be furnished to the Plumbing Contractor without charge, and the parties shall cooperate with each other in every way possible in carrying out the scope of Plumbing Services.

F. Any reports, data, or similar information given to, prepared, or assembled by the Plumbing Contractor under this contract shall not be made available to any individual or organization by the Plumbing Contractor without prior written approval of the City.

Sec. 28. Plumber Coordination. The Plumbing Contractor shall fully coordinate its activities in the performance of the Contract with the activities of the City through the Water Services Department and its Design Professionals and Planning and Development Department.

Sec. 29. Non-Discrimination. The Plumbing Contractor agrees in the performance of this Contract not to discriminate on the grounds or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age or political opinion or affiliation, against any employee or Plumbing Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder.

Sec. 30. 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 referring hereto, and signed by both parties.

C. Add the following Paragraph A. to Sec. 8 Default and Remedies:

A. The City may terminate this Contract in the event the Plumbing Contractor substantially fails to perform its material obligations set forth herein; Plumbing Contractor’s failure to meet the schedule for performance of its services agreed to for a given private property I/I abatement scope of work shall constitute failure to perform one of the Plumbing Contractor’s material obligations agreement.

A. Add the following Paragraph B.1 to Sec. 3 Insurance:

1. In addition to City, the following individuals or entities shall be listed as additional insureds:

a. _______________________________________________

b. _______________________________________________

B. Add the following Paragraph A.5 to Sec. 3 Insurance:

5. Property Insurance

Page 54: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Page 7 of 7

a. Contractor shall purchase and maintain property insurance on the work at the site in the amount of the full replacement cost thereof with a deductible amount not to exceed $10,000. This insurance shall:

(1) include the interests of City, Contractor, Subcontractors, and any other persons or entities identified in Sec. 3, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured;

(2) be written on a Builder’s Risk “all-risk” or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, tornado, collapse, debris removal, demolition occasioned by enforcement of Laws or Regulations, water damage, damage caused by frost and freezing, and acts of God;

(3) be maintained in effect until final payment is made unless otherwise agreed to in writing by CITY with thirty (30) days written notice to each other additional insured to whom a certificate of insurance has been issued.

b. City shall not be responsible for purchasing and maintaining any property insurance to protect the interests of Contractor, Subcontractors or others involved in the Work to the extent of any deductible amounts. The risk of loss within the deductible amounts will be borne by Contractor, Subcontractor or others suffering any such loss and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser’s own expense.

Sec. 17. Attachments to Part I. The following documents are Attachments to Part I of this Contract and are attached hereto and incorporated herein by this reference:

Attachment A – Scope of Services See Exhibit B Attachment B – Application for Payment See Exhibit E Attachment C - Bonds 00610 Performance and Maintenance Bond Attachment D – 00560 Missouri Project Exemption Certificate 00560.01 Kansas City Missouri Tax Exempt Certificate Attachment E – 00630 Revenue Clearance Release Authorization Attachment F – 00515.01 Employee Eligibility Verification Affidavit

Sec. 18. Missouri Sales Tax Exemption. Pursuant to Section 144.062, RSMo, City is a Missouri exempt entity and tangible personal property to be incorporated or consumed in the construction of this Project may be purchased without sales tax. City shall furnish Contractor a Missouri Project Exemption Certificate for Sales Tax at the time of issuance of the Notice to Proceed.

Page 55: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Facility Repair & Maintenance Page 1 of 6 Contract Central Contract Part II 050113

PART II

FACILITY REPAIR & MAINTENANCE CONTRACT

STANDARD TERMS AND CONDITIONS

Sec. 1. General Indemnification.

A. For purposes of this Section 1 only, the following terms shall have the meanings listed:

1. Claims means all claims, damages, liability, losses, costs and expenses, court costs and reasonable attorneys’ fees, including attorneys’ fees incurred by the City in the enforcement of this indemnity obligation.

2. Contractor's Agents means Contractor's officers, employees, subconsultants, subcontractors, successors, assigns, invitees and other agents.

3. City means City and its agents, officials, officers and employees.

B. Contractor's obligations under this Section with respect to indemnification for acts or omissions, including negligence, of City, shall be limited to the coverage and limits of General Liability insurance that Contractor is required to procure and maintain under this Contract. Contractor affirms that it has had the opportunity to recover the costs of the liability insurance required in this Contract in its contract price.

C. Contractor shall defend, indemnify and hold harmless City from and against all claims arising out of or resulting from all acts or omissions in connection with this Contract caused in whole or in part by Contractor or Contractor's Agents, regardless of whether or not caused in part by any act or omission, including negligence, of City. Contractor is not obligated under this Section to indemnify City for the sole negligence of City.

D. In no event shall the language in this Section constitute or be construed as a waiver or limitation of the City’s rights or defenses with regard to sovereign immunity, governmental immunity, or other official immunities and protections as provided by the federal and state constitutions or by law.

Sec. 2. Independent Contractor. Contractor is an independent contractor and is not City’s

agent. Contractor has no authority to take any action or execute any documents on behalf of City.

Sec. 3. Insurance.

A. Contractor shall procure and maintain in effect throughout the duration of this Contract insurance coverage not less than the types and amounts specified in this section. In the event that additional insurance, not specified herein, is required during the term of this Contract, Contractor shall supply such insurance at City’s cost. Policies containing a Self-Insured Retention are unacceptable to City unless City approves in writing the Contractor’s Self-Insured Retention.

1. Commercial General Liability Insurance: with limits of $1,000,000 per occurrence and $2,000,000 aggregate, written on an “occurrence” basis. The policy shall be written or endorsed to include the following provisions:

a. Severability of Interests Coverage applying to Additional Insureds

b. Contractual Liability

c. Per Project Aggregate Liability Limit

d. No Contractual Liability Limitation Endorsement

e. Additional Insured Endorsement, ISO form CG20 10 and CG20 37, current edition, or their equivalent.

2. Workers’ Compensation Insurance: as required by statute, including Employers Liability with limits of:

Workers’ Compensation Statutory Employers Liability $100,000 accident with limits of: $500,000 disease-policy limit $100,000 disease-each employee

3. Commercial Automobile Liability Insurance: with a limit of $1,000,000 , covering owned, hired, and non-owned automobiles. Coverage provided shall be on an “any auto” basis and written on an “each accident” basis. This insurance will be written on a Commercial Automobile Liability form, or acceptable equivalent, and will protect against claims arising out of the operation of motor vehicles, as

Page 56: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Facility Repair & Maintenance Page 2 of 6 Contract Central Contract Part II 050113

to acts done in connection with the Contract, by Contractor.

4. If applicable, Professional Liability Insurance with limits per claim and annual aggregate of $2,000,000.

B. The Commercial General Liability Insurance specified above shall provide that City and its agencies, officials, officers, and employees, while acting within the scope of their authority, will be named as additional insureds, including completed operations, for the services performed under this Contract. Contractor shall provide to City at execution of this Contract a certificate of insurance showing all required coverage and additional insureds. The certificates of insurance will contain a provision stating that should any of the policies described in the certificate be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions.

C. All insurance coverage must be written by companies that have an A.M. Best’s rating of “A-V” or better, and are licensed or authorized by the State of Missouri to do business in Missouri.

D. Contractor’s failure to maintain the required insurance coverage will not relieve Contractor of its contractual obligation to indemnify the City pursuant to Section 1. If the coverage afforded is cancelled or changed or its renewal is refused, Contractor shall give at least thirty (30) days prior written notice to City. In the event of Contractor’s failure to maintain the required insurance in effect, City may order Contractor to immediately stop work, and upon ten (10) days notice and an opportunity to cure, may pursue its remedies for breach of this Contract as provided for herein and by law.

E. In no event shall the language in this Section constitute or be construed as a waiver or limitation of the City’s rights or defenses with regard to sovereign immunity, governmental immunity, or other official immunities and protections as provided by the federal and state constitutions or by law.

F. Contractor shall obtain evidence that all Subcontractors have in force general, automobile, and employer’s and workers’ compensation liability insurance in the amounts

required by these Contract Documents, and evidence that each is current on its unemployment insurance payments before Subcontractors begin Work at the Site. Contractor shall retain such evidence in its files and make available to City within ten (10) days after written request.

Sec. 4. Governing Law. This Contract shall be construed and governed in accordance with the laws of the State of Missouri without giving effect to Missouri’s choice of law provisions. The City and Contractor: (1) submit to the jurisdiction of the state and federal courts located in Jackson County, Missouri; (2) waive any and all objections to jurisdiction and venue; and (3) will not raise forum non conveniens as an objection to the location of any litigation.

Sec. 5. Compliance with Laws. Contractor shall comply with all federal, state and local laws, ordinances and regulations applicable to the work and this contract.

Sec. 6. Termination for Convenience.

A. City may, at any time upon ten (10) days notice to Contractor specifying the effective date of termination, terminate this Contract, in whole or in part. If this Contract is terminated by City, City shall be liable only for payment for services rendered before the effective date of termination. Contractor shall prepare an accounting of the services performed and money spent by Contractor up to the effective date of termination and shall return to City any remaining sums within thirty (30) days of such date.

B. If this Contract is terminated prior to Contractor’s completion of services, all work or materials prepared or obtained by Contractor pursuant to this contract shall become City’s property.

C. If this Contract is terminated prior to Contractor’s completion of the services to be performed hereunder, Contractor shall return to City any sums paid in advance by City for services that would otherwise have had to be rendered between the effective date of termination and the original ending date of the Contract. Contractor shall prepare an accounting of the services performed and money spent by Contractor up to the effective date of termination

Page 57: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Facility Repair & Maintenance Page 3 of 6 Contract Central Contract Part II 050113

and shall return to City any remaining sums within thirty (30) days of such date.

Sec. 7. Resolution of Claims

A. For purposes of this Section 7 only, the following terms shall have the meanings listed:

1. A Claim is a demand or assertion by the Contractor seeking, as a matter of right, the adjustment of Contract price and/or times with respect to the terms of the Contract.

2. City’s Representative--Person or agency designated to act for the Director.

B. The Contractor must give written notice to the City’s Representative within fourteen (14) calendar days after the occurrence of the event giving rise to the Claim or within fourteen (14) calendar days after the first recognition of the conditions giving rise to the Claim. After the fourteen (14) day period for filing claims has expired, the Claim shall be considered waived unless the Director grants an extension based on good cause shown by the Contractor that such additional time is warranted. The responsibility to substantiate Claims shall rest with the Contractor.

C. If the claim cannot be resolved by direct negotiation between the City’s Representative and the Contractor, the parties must submit the Claim to the Director within five (5) days after the parties agree that they cannot resolve the Claim.

D. The submittal of the Claim position statements shall: 1) be in writing; 2) state the issues; 3) and state the respective positions of the parties.

E. The Director shall review the written statements and reply in writing to both parties within ten (10) working days. The Director may extend this period if necessary by notifying the parties.

F. Absent fraud, gross mistake or bad faith, the Director’s decision shall be final and binding on City and Contractor within fourteen (14) calendar days after issuance.

G. All administrative procedures set forth in this contract must first be exhausted before suit is filed.

H. The time frame for the Director’s decision may be tolled if the parties mutually

agree to participate in mediation. Mediator selection and the procedures to be employed in the mediation shall be mutually acceptable to both parties. Cost of the mediation, including the mediator’s fees, shall be shared equally among the parties.

I. If the Claim is not resolved during mediation, the Contractor agrees that it will file no suit based on facts or evidentiary materials that were not presented for consideration to the City during the mediation process or of which the Contractor had knowledge and failed to present during the administrative procedures.

Sec. 8. Default and Remedies. If Contractor shall be in default or breach of any provision of this Contract, City may terminate this contract, suspend City’s performance, withhold payment or invoke any other legal or equitable remedy after giving Contractor notice and opportunity to correct such default or breach.

Sec. 9. Waiver. Waiver by City of any term, covenant, or condition hereof shall not operate as a waiver of any subsequent breach of the same or of any other term, covenant or condition. No term, covenant, or condition of this Contract can be waived except by written consent of City, and forbearance or indulgence by City in any regard whatsoever shall not constitute a waiver of same to be performed by Contractor to which the same may apply and, until complete performance by Contractor of the term, covenant or condition, City shall be entitled to invoke any remedy available to it under this Contract or by law despite any such forbearance or indulgence.

Sec. 10. Modification. Unless stated otherwise in this Contract, no provision of this Contract may be waived, modified or amended except in writing signed by City.

Sec. 11. Headings; Construction of Contract. The headings of each section of this Contract are for reference only. Unless the context of this Contract clearly requires otherwise, all terms and words used herein, regardless of the number and gender in which used, shall be construed to include any other number, singular or plural, or any other gender, masculine, feminine or neuter, the same as if such words had been fully and properly written in that number or gender.

Page 58: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Facility Repair & Maintenance Page 4 of 6 Contract Central Contract Part II 050113

Sec. 12. Severability of Provisions. Except as specifically provided in this Contract, all of the provisions of this Contract shall be severable. In the event that any provision of this Contract is found by a court of competent jurisdiction to be unconstitutional or unlawful, the remaining provisions of this Contract shall be valid unless the court finds that the valid provisions of this Contract are so essentially and inseparably connected with and so dependent upon the invalid provision(s) that it cannot be presumed that the parties to this Contract could have included the valid provisions without the invalid provision(s); or unless the court finds that the valid provisions, standing alone, are incapable of being performed in accordance with the intentions of the parties.

Sec. 13. Records.

A. For purposes of this section:

1. “City” shall mean the City Auditor, the City’s Internal Auditor, the City’s Director of Human Relations, the City Manager, the City department administering this Contract and their delegates and agents.

2. “Record” shall mean any document, book, paper, photograph, map, sound recordings or other material, regardless of physical form or characteristics, made or received in connection with this Contract and all Contract amendments and renewals.

B. Contractor shall maintain and retain all Records for a term of five (5) years that shall begin after the expiration or termination of this Contract and all Contract amendments. City shall have a right to examine or audit all Records and Contractor shall provide access to City of all Records upon ten (10) days written notice from the City. Sec. 14. Affirmative Action. If this Contract exceeds $300,000.00 and Contractor employs fifty (50) or more people, Contractor shall comply with City’s Affirmative Action requirements in accordance with the provisions of Chapter 3 of City’s Code, the rules and regulations relating to those sections, and any additions or amendments thereto; in executing any Contract subject to said provisions, Contractor warrants that it has an affirmative action program in place and will maintain the affirmation action program in place for the duration of the Contract. Contractor shall not discriminate against any employee or applicant

for employment because of race, color, sex, religion, national origin or ancestry, disability, sexual orientation, gender identity or age in a manner prohibited by Chapter 3 of City’s Code. Contractor shall: 1. Submit, in print or electronic format, a copy of Contractor’s current certificate of compliance to the City’s Human Relations Department (HRD) prior to receiving the first payment under the Contract, unless a copy has already been submitted to HRD at any point within the previous two calendar years. If, and only if, Contractor does not possess a current certification of compliance, Contractor shall submit, in print or electronic format, a copy of its affirmative action program to HRD prior to receiving the first payment under the Contract, unless a copy has already been submitted to HRD at any point within the previous two calendar years. 2. Require any Subcontractor awarded a subcontract exceeding $300,000.00 to affirm that Subcontractor has an affirmative action program in place and will maintain the affirmative action program in place for the duration of the subcontract. 3. Obtain from any Subcontractor awarded a subcontract exceeding $300,000.00 a copy of the Subcontractor’s current certificate of compliance and tender a copy of the same, in print or electronic format, to HRD within thirty (30) days from the date the subcontract is executed. If, and only if, Subcontractor does not possess a current certificate of compliance, Contractor shall obtain a copy of the Subcontractor’s affirmative action program and tender a copy of the same, in print or electronic format, to HRD within thirty (30) days from the date the subcontract is executed. City has the right to take action as directed by City’s Human Relations Department to enforce this provision. If Contractor fails, refuses or neglects to comply with the provisions of Chapter 3 of City’s Code, then such failure shall be deemed a total breach of this Contract and this Contract may be terminated, canceled or suspended, in whole or in part, and Contractor may be declared ineligible for any further contracts funded by City for a period of one (1) year. This is a material term of this Contract.

Sec. 15. Tax Compliance. Contractor shall provide proof of compliance with the City’s tax

Page 59: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Facility Repair & Maintenance Page 5 of 6 Contract Central Contract Part II 050113

ordinances administered by the City’s commissioner of revenue as a precondition to the City making the first payment under this contract or any contract renewal when the total contract amount exceeds $150,000.00.

Sec. 16. Assignability or Subcontracting.

A. Assignability. Contractor shall not assign or transfer any part or all of Contractor’s obligation or interest in this Contract without prior written approval of City. If Contractor shall assign or transfer any of its obligations or interests under this Contract without the City’s prior written approval, it shall constitute a material breach of this Contract. This provision shall not prohibit contractor from subcontracting as otherwise provided for herein.

B. Subcontracting. Contractor shall not subcontract any part or all of Contractor’s obligations or interests in this Contract unless the subcontractor has been identified in a format required by City. If Contractor shall subcontract any part of Contractor’s obligations or interests under this Contract without having identified the subcontractor, it shall constitute a material breach of this Contract. The utilization of subcontractors shall not relieve Contractor of any of its responsibilities under the Contract, and Contractor shall remain responsible to City for the negligent acts, errors, omissions or neglect of any subcontractor and of such subcontractor’s officers, agents and employees. City shall have the right to reject, at any point during the term of this Contract, any subcontractor identified by Contractor, and to require that any subcontractor cease working under this Contract. City’s right shall be exercisable in its sole and subjective discretion. City shall not be obligated to pay or be liable for payment of any monies which may be due to any subcontractor. Contractor shall include in any subcontract a requirement that the subcontractor comply with all requirements of this Contract in performing Contractor’s services hereunder.

Sec. 17. Conflicts of Interest. Contractor certifies that no officer or employee of City has, or will have, a direct or indirect financial or personal interest in this Contract, and that no officer or employee of City, or member of such officer’s or employee’s immediate family, either has negotiated, or has or will have an arrangement, concerning employment to

perform services on behalf of Contractor in this Contract.

Sec. 18. Rules of Construction. The judicial rule of construction requiring or allowing an instrument to be construed to the detriment of or against the interests of the maker thereof shall not apply to this Contract.

Sec. 19. Reports. Contractor shall provide City detailed reports of actual contract usage by category each quarter and annually at no cost.

Sec. 20. Employee Eligibility Verification. If this contract exceeds five thousand dollars($5,000.00), Contractor shall execute and submit an affidavit, in a form prescribed by the City, affirming that Contractor does not knowingly employ any person in connection with the contracted services who does not have the legal right or authorization under federal law to work in the United States as defined in 8 U.S.C. §1324a(h)(3). Contractor shall attach to the affidavit documentation sufficient to establish Contractor’s enrollment and participation in an electronic verification of work program operated by the United States Department of Homeland Security to verify information of newly hired employees, under the Immigration and Reform and Control Act of 1986. Contractor may obtain additional information about E-Verify and enroll at www.dhs.gov/xprevprot/programs/gc_1185221678150.shtm. For those Contractors enrolled in E-Verify, the first and last pages of the E-Verify Memorandum of Understanding that Contractor will obtain upon successfully enrolling in the program shall constitute sufficient documentation for purposes of complying with this section. Contractor shall submit the affidavit and attachments to the City prior to execution of the contract, or at any point during the term of the contract if requested by the City.

Sec. 21. Buy American and Missouri Preference Policies. It is the policy of the City that any manufactured goods or commodities used or supplied in the performance of any City contract or any subcontract thereto shall be manufactured or produced in the United States whenever possible. Pursuant to Section 71.140 RSMo., preference shall be given to materials, products, supplies and all other articles produced, manufactured, made or grown within the State of Missouri.

Page 60: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

Facility Repair & Maintenance Page 6 of 6 Contract Central Contract Part II 050113

Sec. 22. Missouri Sales Tax Exemption. Pursuant to Section 144.062, RSMo, City is a Missouri exempt entity and tangible personal property to be incorporated or consumed in the construction of this Project may be purchased without sales tax. City shall furnish Contractor a Missouri Project Exemption Certificate for Sales Tax at the time of issuance of the Notice to Proceed.

Page 61: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

ATTACHMENT A

SCOPE OF WORK

SEE EXHIBIT B

Page 62: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

ATTACHMENT B

APPLICATION FOR PAYMENT

SEE EXHIBIT E

Page 63: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

ATTACHMENT C

BONDS

1. 00610 Performance & Maintenance Bond

Page 64: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

00610 Performance & Maintenance Bond 050113 1 of 2 Contract Central

PERFORMANCE AND MAINTENANCE BOND Contract Number: Project Title: Private I/I Reduction Projects – Building Plumbing

Evaluations for I/I Source Disconnections KNOW ALL MEN BY THESE PRESENTS: That _______________________________________, as PRINCIPAL (CONTRACTOR), and _____________________________________________, (SURETY), licensed to do business as such in the State of Missouri, hereby bind themselves and their respective heirs, executors, administrators, successors, and assigns unto Kansas City, Missouri, a constitutionally chartered municipal corporation, (OWNER), as obligee, in the penal sum of _________________________________________________________ Dollars ($ _________________ ) for the payment whereof CONTRACTOR and SURETY bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, CONTRACTOR has entered into a Contract with OWNER for_________________________________ which Contract, including any present or future amendment thereto, is incorporated herein by reference and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if CONTRACTOR shall promptly and faithfully perform said Contract including all duly authorized changes thereto, and including any maintenance requirements contained therein, according to all the terms thereof, including those under which CONTRACTOR agrees to pay legally required wage rates including the prevailing hourly rate of wages in the locality, as determined by the Department of Labor and Industrial Relations or by final judicial determination, for each craft or type of workman required to execute the Contract and, further, shall defend, indemnify, and hold harmless OWNER from all damages, including but not limited to, liquidated damages, loss and expense occasioned by any failure whatsoever of said CONTRACTOR and SURETY to fully comply with and carry out each and every requirement of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect.

WAIVER. That SURETY, for value received, hereby expressly agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder, shall in any way affect the obligations of this Bond; and it does hereby waive notice of any such change, extension of time, or alteration or addition to the terms of the Contract or the Work to be performed thereunder. IN WITNESS WHEREOF, the above parties have executed this instrument the ____ day of ____________________, 20__.

CONTRACTOR Name, address and facsimile number of Contractor I hereby certify that I have authority to execute this document on behalf of Contractor. By: Title: (Attach corporate seal if applicable)

Page 65: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

00610 Performance & Maintenance Bond 050113 2 of 2 Contract Central

SURETY Name, address and facsimile number of Surety: I hereby certify that (1) I have authority to execute this document on behalf of Surety; (2) Surety has an A.M. Best rating of A-, V, or better; (3) Surety is named in the current list of “Companies Holding Certificates of Authority as Acceptable Reinsuring Companies: as published in Circular 570 (most current revision) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury; and (4) Surety is duly licensed to issue bonds in the State of Missouri and in the jurisdiction in which the Project is located. By: Title: Date: (Attach seal and Power of Attorney)

Page 66: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

ATTACHMENT D

EXEMPTION CERTIFICATES

1. 00560 Missouri Project Exemption Certificate

2. 00560.01 Kansas City Missouri Tax Exempt Certificate

Page 67: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

NAME OF EXEMPT ENTITY ISSUING THE CERTIFICATE MISSOURI TAX EXEMPTION NUMBER

ADDRESS CITY STATE ZIP

BEGIN DATE FOR PROJECT PROJECTED COMPLETION DATE PROJECT NUMBER

DESCRIPTION OF PROJECT

This publication is available upon request in alternative accessible format(s).

MISSOURI DEPARTMENT OF REVENUECUSTOMER SERVICES DIVISION

PROJECT EXEMPTION CERTIFICATE

FORM

5060(REV. 1-2008)

PROJECT LOCATION EXPIRATION DATE

TO BE GIVEN TOYOUR CONTRACTOR

MO 860-3042 (1-2008)

EXEMPT ENTITY’S AUTHORIZED SIGNATURE DATE

The Missouri exempt entity named above hereby authorizes the purchase, without sales tax, of tangible personal property to be incor-porated or consumed in the construction project identified herein and no other, pursuant to Section 144.062, RSMo. I also declareunder penalties of perjury that I employ no illegal or unauthorized aliens as defined under federal law and that I am not eligible for anytax exemption, credit or abatement if I employ such aliens.

Give a signed copy of this certificate, along with a copy of your Missouri Sales/Use Tax Exemption Letter to each contractorand/or subcontractor who will be purchasing tangible personal property for use in this project. It is your responsibility toensure the validity of the certificate. You must issue a new certificate if any of the information changes.

__ __ __ __ __

__ __ / __ __ / __ __ __ __

__ __ / __ __ / __ __ __ __

__ __ / __ __ / __ __ __ __

__ __ __ __ __

THIS EXEMPTION DOES NOT APPLY TO THE PURCHASE OR RENTAL OF MACHINERY, EQUIPMENT, OR TOOLS BY THECONTRACTOR OR SUB-CONTRACTOR.

___ ___ ___ ___ ___ ___ ___ ___

__ __ / __ __ / __ __ __ __

NAME OF PURCHASING CONTRACTOR

ADDRESS CITY STATE ZIP

Contractors present this to your supplier in order to purchase the necessary materials tax exempt.

NAME OF PURCHASING SUBCONTRACTOR

ADDRESS CITY STATE ZIP

SIGNATURE OF CONTRACTOR DATE

NOTE: COMPLETE AND SIGN BOTTOM PORTION IF EXTENDING CERTIFICATE TO YOUR SUBCONTRACTOR.

__ __ __ __ __

__ __ / __ __ / __ __ __ __

Page 68: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing
Page 69: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

ATTACHMENT E

REVENUE CLEARANCE RELEASE AUTHORIZATION

00630 Revenue Clearance Release Authorization

Page 70: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

00630 Revenue Clearance Release Authorization 050113 Contract Central

AUTHORIZATION TO RELEASE A

REVENUE CLEARANCE LETTER Revenue Division 414 East 12th Street, 2nd floor, Room 202 W Kansas City, MO 64106 Phone (816) 513-1135 Fax (816) 513-1077 email: [email protected]

I authorize the City of Kansas City, Missouri, Finance Department, Revenue Division, to release a Revenue Clearance Letter for: Name of Taxpayer: _________________________________Tax I.D.#______________________ (PRINT) Address: _______________________________________________________________________ Check this box and the City will send the Clearance Letter to you or the contractor designated.

I authorize the City to provide a copy of the Taxpayer’s Revenue Clearance Letter to the following: NAME (PRINT)

BUSINESS NAME

TITLE

ADDRESS CITY, STATE, ZIP CODE

PHONE NUMBER

FAX NUMBER

E-MAIL ADDRESS

I authorize the City to provide the Taxpayer’s Revenue Clearance Letter to all City Departments and to publish on the City’s internet/intranet website that the Taxpayer is in compliance with the tax ordinances administered by the City’s Commissioner of Revenue. Please send my 1st Revenue Clearance Letter to: __________________________________________ (Print Name of City Department/Contact Person/E-mail/Fax Number)

This authorization shall expire one (1) year from the date of the signature. The City, Commissioner of Revenue and the Revenue Division personnel (hereinafter “the City”), are hereby held harmless from any and all liability relating to unauthorized disclosure of confidential tax information resulting from release of information under all applicable confidentiality laws including federal, state, or local including any damages sustained by wrongful transmission of confidential tax information to any other person. UNDER PENALTIES OF PERJURY, I DECLARE THAT I HAVE EXAMINED THIS AUTHORIZATION, AND TO THE BEST OF MY KNOWLEDGE AND BELIEF, IT IS TRUE, CORRECT AND COMPLETE.

I hereby certify that I am the Taxpayer named herein or that I have the authority to execute this authorization and hold harmless agreement on behalf of the Taxpayer. NAME (PRINT)

TITLE (IF APPLICABLE)

SIGNATURE

PHONE NUMBER

DATE

A FACSIMILE OF THIS DOCUMENT SHALL CONSTITUTE AN ORIGINAL

Page 71: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

ATTACHMENT F

EMPLOYEE ELIGIBILITY VERIFICATION AFFIDAVIT

00515.01 Employee Eligibility Verification Affidavit

E­Verify Memorandum of Understanding (First Page & Signature Page Required)

Page 72: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

00515.10 Employee Eligibility Verification Affidavit 040209 Contract Central Page 1 of 2

EMPLOYEE ELIGIBILITY VERIFICATION AFFIDAVIT

(Required for any contract with the City of Kansas City, Missouri in excess of $5,000.00) STATE OF ___________________ ) ) ss COUNTY OF _________________ ) On this ________ day of _______________________, 20___, before me appeared

____________________________________________, personally known by me or otherwise

proven to be the person whose name is subscribed on this affidavit and who, being duly sworn,

stated as follows:

I am of sound mind, capable of making this affidavit, and personally swear or affirm that

the statements made herein are truthful to the best of my knowledge. I am the

______________________________ (title) of _________________________________

(business entity) and I am duly authorized, directed or empowered to act with full authority on

behalf of the business entity in making this affidavit.

I hereby swear or affirm that the business entity does not knowingly employ any person

in connection with the contracted services who does not have the legal right or authorization

under federal law to work in the United States as defined in 8 U.S.C. § 1324a(h)(3).

I hereby additionally swear or affirm that the business entity is enrolled in an electronic

verification of work program operated by the United States Department of Homeland Security (E-

Verify) or an equivalent federal work authorization program operated by the United States

Department of Homeland Security to verify information of newly hired employees, under the

Immigration Reform and Control Act of 1986, and that the business entity will participate in said

program with respect to any person hired by the business entity to perform any work in

connection with the contracted services. I have attached hereto documentation sufficient to

establish the business entity’s enrollment and participation in the required electronic verification

of work program.

I am aware and recognize that unless certain contractual requirements are satisfied and

affidavits obtained as provided in Section 285.530, RSMo, the business entity may face liability

for violations committed by its subcontractors, notwithstanding the fact that the business entity

may itself be compliant.

Page 73: REQUEST FOR QUALIFICATIONS/PROPOSALS FOR INDEFINITE ... · Proposed unit prices provided by plumbing contractors for this RFQ/P should not include any permitting fees. All plumbing

00515.10 Employee Eligibility Verification Affidavit 040209 Contract Central Page 2 of 2

I acknowledge that I am signing this affidavit as the free act and deed of the business

entity and that I am not doing so under duress.

____________________________________ Affiant’s signature Subscribed and sworn to before me this ______ day of ___________________, 20____. ______________________________________ Notary Public My Commission expires: