Loading...
HomeMy WebLinkAboutC2018-316 - 6/12/2018 - NA C2018-316 • 6/12/18 Clark Pipeline Services 00 52 23 AGREEMENT This Agreement is the First Renewal of the City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement—Project No. E16294(original name and number), awarded on March 28, 2017 (original award date), by the City Council of the City of Corpus Christi,Texas ("Owner") to CPC Interests, LLC Dba Clark Pipeline Services ("Contractor"). Approved on June 12,2018,Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Project No. 18094A City-Wide Water Distribution System Repair and Replacement Year 2 IDIQ(Contract Renewal#1 Ref E16294) ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,TX 78404 2.02 The Owner's Authorized Representative for this Project is: Eli Pena, P.E.—Acting Construction Management Engineer City of Corpus Christi—Engineering Services • 4917 Holly Road,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This is the First Renewal of the Original Contract (Project No. E16294). The First Contract extension will not exceed the amount of$5,100,000 for one year.The initial contract was for one (1)year(12-calendar months) base contract,with two(2)optional one (1)year(12- calendar month) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extensions will not exceed an amount of$5,100,000 per year. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans,specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, as shown in the Appendix Example Delivery Order, and is eligible for Final Payment 30 days after the date for Substantial Completion. Agreement 00 52 23-1 City-Wide Water Distribution System Repair and Replacement Yr 2 IDIQ(Contract Renewal Rev 06-22-2016 #1 Ref E16294) Project 18094A grANNpn CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITY-WIDE (NATER DISTRIBUTION SYSTEM REPAIR AND REPLACEMENT 2017- (IDIQ) PROCUREMENT PROJECT NUMBER E16294 �J DOUGLAS MCMlJLLAN City O �,.....91068 `1t �ONA1. Corpus �•..__��G,�� Christi URBAN ENGINEERING 2725 Swantner Corpus Christi, TX 78404 (361) 854-3101 TBPE FIRM No.: 145 TBPLS FIRM No.: 10032400 JANUARY 2017 Record Drawing Number 457 UE Job No.: 33760.B6.04 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (ReV01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Revo1-13-2016) 00 30 06 Non-Collusion Certification 004516 Statement of Experience (Rev 06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 006113 Performance Bond (Revo1-13-2016) 00 61 16 Payment Bond (Revo1-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Revo1-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Revo1-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures Table of Contents 000100- 1 City-Wide Water Distribution System Repairs and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 Division/ Title Section 014000 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing and Stripping 021040 Site Grading 022022 Trench Safety for Excavations 025404 Asphalts, Oils and Emulsions 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026210 Polyvinyl Chloride Pipe (Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 026214 Grouting Abandoned Utility Lines 028020 Seeding 028040 Sodding 028200 Mailbox Relocation 028300 Fence Relocation 028320 Chain Link Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures Part T Technical Specifications Technical Special Provisions 01000 Mobilization/Demobilization 01200 Existing Obstructions 02203 Utility Easement R. O. W Clearing and Restoration 02204 Ditch Cleaning and Shoulder Restoration Table of Contents 000100-2 City-Wide Water Distribution System Repairs and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 Division/ Title Section 02225 Structural Excavation and Backfill 02226 Pipe Trench Excavation and Backfill 02340 Boring and Casing Roadways and Railroads 02342 Open Cutting and Casing 02449 Installation of Utilities by Horizontal Directional Drilling 02450 Installation of Utilities by Pipe Bursting 02512 Fusible Polyvinyl Chloride Pipe 02520 Repairing Pavements, Curb and Gutter, Driveways and Sidewalk 02522 Flexible Base—Limestone (Type A, Grade 1) 02541 Prime Coat(Asphaltic Material Only) 02542 Hot Mix Asphaltic Concrete Pavement (Class A) 02608 Fiberglass Manholes 02614 Ductile Iron Pipe and Fittings 02620 Storm Water Pollution Prevention 02640 Installation of Water Pipe 026404 Water Service Line 026416 Fire Hydrants 02681 Gas Piping (MDPE) 05020 Welding (Except Gas Main) 09910 Painting 15060 Miscellaneous Piping 15104 Gate Valves 15105 Tapping Sleeves and Tapping Vales 15108 Combination Air Release and Vacuum Valves Appendix Title 1 Example Delivery Order END OF SECTION Table of Contents 000100-3 City-Wide Water Distribution System Repairs and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement, Project No. E16294 A. This project consists of City-wide waterline improvements which includes removal and abandonment of existing waterlines, the installation of new waterlines by open trenching, pipe bursting, horizontal directional drilling, boring and jacking, boring and casing, new fire hydrants, valves, fittings, services, pavement repair, and other miscellaneous items required to complete the project.The project also includes replacement of 2"-4"gas mains in conjunction with the waterline replacement. Work will be executed with multiple indefinite quantity delivery orders as required, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, as shown in the Appended Example Delivery Orders.The initial contract will be for a one (1)year(12-calendar months) base contract, with two (2) optional one (1) year (12- calendar month) extensions. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$5,100,000 for this initial one-year contract. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, as shown in the Appended Example Delivery Orders, and is eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 pm, on Wednesday, February 15, 2017, to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. Invitation to Bid and Instructions to Bidders 002113- 1 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid - City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement- Funding Source (FY2016) - Project No. E16294 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 pm,Wednesday, February 15, 2017, at the following location: City Hall Building— City of Corpus Christi Third Floor, Engineering Services Smart Board Conference Room (Parks & Recreation Department) 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday,January 24, 2017 at 10:00 am, at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. Invitation to Bid and Instructions to Bidders 002113-2 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents,Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. Invitation to Bid and Instructions to Bidders 002113-3 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent(5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 3. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent(5%) of the greatest amount bid if,within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 5. Bid Bond in the amount of$255,000 5%of$5,100,000=$255,000 5,100,000= IDIQ contract "cap" (amount/highest potential value) 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable Invitation to Bid and Instructions to Bidders 002113-4 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. Invitation to Bid and Instructions to Bidders 002113-5 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 0045 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. The City intends to award this INDEFINITE DELIVERY/ INDEFINITE QUALITY(ID/IQ) CONTRACT for approximately$5,100,000 over a 1 year period with 2 possible 1 year renewals. Renewal will Invitation to Bid and Instructions to Bidders 002113-6 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 be based on Contractor's successful performance of Delivery Orders, approval by the Owner, and concurrence from the Contractor. The renewal will allow for an economic adjustment, based upon published and acceptable indices.The Owner will issue individual delivery orders with specific bid items and quantities from the Contractor's proposed unit prices. Emergency Delivery Orders, as determined by the City, may be issued under this Contract. For Emergency Delivery Orders, the Contractor shall be on-site within three (3) hours to assess the site and to begin mobilizing necessary crews, equipment,traffic control measures, etc. The Contractor shall begin actual work and have in place ALL mitigation measures to prevent further damage to public and private property within six (6) hours of receiving authorization to proceed. The Contractor may be required to respond to and complete up to two (2) Emergency and/or Non-Emergency sites at the same time. In the case of Emergency Delivery Orders, the Contractor shall also be required to maintain continuous operations(24 hours per day, 7 days per week), until the emergency situation(s) has/have been rectified and the danger to the Public has been resolved.To accommodate the increased costs associated with the Emergency Work, Bidders shall submit a "Coefficient for Emergency Work"with its Bid Proposal (Max is 2.0).This coefficient shall be applied to the Bid Items to determine the final cost of the Emergency Repair(s). The Contractor shall have the following materials stock piled onsite in case of an emergency: a. 2000-ft. of 4-inch C-900 DR18 PVC Pipe. b. 2000-ft. of 6-inch C-900 DR18 PVC Pipe. c. (2)4-inch gate valves. d. (2) 6-inch gate valves. The bid documents include hypothetical scenarios that establish unit costs and to gain an understanding of the type and scope of anticipated delivery orders. However, there shall be no expectation (by Contractor)that all bid items and/or quantities will be awarded in this Contract and that the hypothetical scenarios presented in the plans cover every possible scenario that may arise throughout this project. The hypothetical quantities (Emergency Scenario Pricing) shown in the Bid Form are not intended for award but will be used for bid evaluation purposes ONLY. The Contract award value is based on current anticipated budget allocations. The Contractor will have no basis for a claim against the City, if the actual delivery order total is less. ARTICLE 16—MINORITY/MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. Invitation to Bid and Instructions to Bidders 002113-7 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence ofinsurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. Invitation to Bid and Instructions to Bidders 002113-8 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. Invitation to Bid and Instructions to Bidders 002113-9 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources,workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations $1,000,000 Per Occurrence Hazard $2,000,000 Aggregate 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, $1,000,000 Combined Single Limit Non-Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability/ $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental �X Required ❑F-1 Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft. Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required X Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment 0 Required ❑ Not Required Insurance Requirements 00 72 01- 1 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to Insurance Requirements 00 72 01-2 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or"All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements 00 72 01-3 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements 00 72 01-4 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion;terrorism;vehicle impact; aircraft; smoke;theft;vandalism and malicious mischief, mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement;flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations;water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by Insurance Requirements 00 72 01-5 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable Insurance Requirements 00 72 01-6 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2—EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of"Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01-7 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi— Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi,TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3—TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81,TWCC-82,TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project-includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted Insurance Requirements 00 72 01-8 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 directly with the Contractor and regardless of whether that person has employees. This includes,without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; Insurance Requirements 00 72 01-9 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project,for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project;and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project,that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01- 10 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 00 91 01 ADDENDUM NUMBER 1 City-Wide Water Distribution System Repair and Project: Replacement 2017—(IDIQ)Procurement roject Number: E16294 Owner: City of Corpus Christi City Engineer: J. H. Edmonds, P.E. Designer: Urban Engineering Addendum No. 1 Specification Section: 00 9101 Issue Date: 02/03/2017 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications, or deletions to the Contract Documents described in this Addendum. Approved by: Urban Engineering -•.•a��� v � OF I'$ J. Douglas McMullan, P. E. 02/03/2017 �'�'• •• ••'s 0 Name Date /* .* Addendum Items: J.DOUGLAS MCMULLAN ARTICLE 2— Modifications to the Specifications or // • °.• 9.1.068 •.•••.•• /-o Technical Specifications—DELETE and ADD. it gyp'• </CENS�cOP� 4� 0 ARTICLE 4—Clarifications—Civcast Questions and Answers, ` Pre-Bid Meeting General Question and Answers. ` o�1 Urban Engineering TBPE No. 145 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 AMEND SPECIFICATIONS (OR TECHNICAL SPECIFICATIONS) A. SECTION 00 52 23 AGREEMENT—Paragraph 3.01: DELETE: A. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, as shown in the Appended Addendum No. 1 009101-1 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project No. E16294 Example Delivery Orders, and is eligible for Final Payment 30 days after the date for Substantial Completion. ADD: A. The initial contract will be for a one (1)year(12-calendar months) base contract,with two (2)optional one (1)year(12-calendar month)extensions subiect to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of$5,100,000 per year. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans,specifications,and contract documents. Each Delivery Order will stipulate the Substantial Completion date,as shown in the Appendix Example Delivery Order, and is eligible for Final Payment 30 days after the date for Substantial Completion. ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS-CIVCAST A. Question: Will there be professional land surveying services required for this project, and if so, will the City by directly bidding for that service,or will that go through the contractor selected for the project? Answer: During preparation of the delivery orders, the City will be responsible for any professional surveying required to complete the design. During construction professional land surveying services are typically used to record the results of the pre-construction exploratory excavations,to lav out the proposed work and to provide record drawing information to the Engineer. These construction services are the sole responsibility of the selected contractor for the project. B. Question: Will pipe, be it steel, HDPE, PVC,etc. be ordered in truckload quantities only? Answer: Ordering materials is the Contractor's responsibility and will depend on the size of the approved delivery order. Delivery order size is unknown at this time. C. Question: I've often seen a Bidders Worksheet provided in excel on Civcast consisting of Pay Items. Is it possible to provide one? Answer: The Bidders Worksheet for this proiect has been posted. D. Question: Can you post the sign in sheet? Answer: The sign-in-sheet was posted with the pre-bid meeting minutes. 4.02 CLARIFICATIONS—GENERAL QUESTIONS ASKED AT PRE-BID MEETING A. Question: Is there a minimum length of water main that the City requires testing? Answer: All new water mains are to be pressure tested and disinfected per the contract documents. B. Question: Will the City provide water meters, boxes, and appurtenances? Answer: Section 01 29 00, Item B248 and Sheet 7 of 42 describe the requirement for water meter replacement. Addendum No. 1 00 91 01-2 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project No. E16294 C. Question: Does the City dispose the asbestos cement pipe once it has been removed? Answer: Section 01 29 00, Item B13 to B24 describes the requirements for asbestos cement pipe removal and disposal. D. Question: Will the delivery order sites be package together? Answer: Yes, it is typical that a single delivery order will contain multiple sites. E. Question: Why is only C900 and C905 water pipe specified? Answer: The C900 and C905 PVC pipe was specified to match the City's existing PVC water main assets. END OF ADDENDUM NO. 1 Addendum No. 1 009101-3 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project No. E16294 00 91 01 ADDENDUM NUMBER 2 City-Wide Water Distribution System Repair and Project: Replacement 2017–(IDIQ) Procurement oject Number: E16294 -- - Procurement Owner: City of Corpus Christi _ City Engineer: J. H. Edmonds, P.E. Designer: Urban Engineering Addendum No. 2 Specification Section: 00 91 01 Issue Date: 02/10/2017 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications, or deletions to the Contract Documents described in this Addendum. Approved by: Urban Engineering J. Douglas McMullan, P. E. 02/10/2017 ♦.. • ".. Name Date �............................. 0 _-- — J DOUGLAS MGMULLAN% Addendum Items: % . ' ` 91 068 s ARTICLE 1–Paragraph B 00 0100 Table of Contents– 4 flf?'�N'•. •'�a`��'� ATTACHMENT No. 1 %X0. i"", ARTICLE 2–Modifications to the Specification or Technical N%916 Specifications–ATTACHMENT No. 2 1 r V URBAN ENGINEERING TBPE FIRM N0. 145 ARTICLE 1–BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. B. SECTION 00 0100 TABLE OF CONTENTS i DELETE: TABLE OF CONTENTS in its entirety. ADD: TABLE OF CONTENTS in its entirety(Attachment No.1). Addendum No. 2 009101- 1 City-Wide Water Distribution System Repair and Replacement 2017–(IDIQ)Procurement Rev 01-13-2016 Project No. E16294 L ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Add the following Specification Sections(or Technical Specifications): Added Specification Sections(or Technical Specifications) 02341 Boring(No Casing)Roadways and Crossing(Attachment 2) END OF ADDENDUM NO. 2 Addendum No.2 009101 -2 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project No. E16294 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (ReV01-13-2016) 00 30 00 Bid Acknowledgment Form(Rev 01-13-2016) 00 30 01 Bid Form (Revo1-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Rev01-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience(Rev 06-22-2016) 00 52 23 Agreement(Revo6-22-2016) 00 61 13 Performance Bond (Rev01-13-2016) 00 61 16 Payment Bond(Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements(Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev06-12-2015) 00 72 03 Minority/MBE/DBE Participation Policy(Rev 01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Rev 01-13-2016) 012310 Alternates and Allowances 01 29 00 Application for Payment Procedures(Rev03-11-2015) 01 29 01 Measurement and Basis for Payment(Revo1-13-2016) 013100 Project Management and Coordination (Rev01-13-2016) 01 31 13 Project Coordination 013114 Change Management 013300 Document Management 013301 Submittal Register(Rev 7/3/2014) 013302 Shop Drawings 01 33 03 Record Data 013304 Construction Progress Schedule ADDENDUM No. 2 013305 Video and Photographic Documentation ATTACHMENT No. 1 013500 Special Procedures PAGE 1 of 3 Table of Contents 00 01 00-1 City-Wide Water Distribution System Repairs and Replacement 2017—(IDIQ)Procurement Rev 06-22-2016 Project E16294 Division/ Section Title 014000 Quality Management 015000 Temporary Facilities and Controls 015700 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing and Stripping 021040 Site Grading 022022 Trench Safety for Excavations 025404 Asphalts, Oils and Emulsions 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026210 Polyvinyl Chloride Pipe (Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 026214 Grouting Abandoned Utility Lines 028020 Seeding 028040 Sodding 028200 Mailbox Relocation 028300 Fence Relocation 028320 Chain Link Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures Part T Technical Specifications Technical Special Provisions 01000 Mobilization/Demobilization 01200 Existing Obstructions ADDENDUM No.2 02203 Utility Easement R. 0. W Clearing and Restoration ATTACHMENT No. 1 02204 Ditch Cleaning and Shoulder Restoration PAGE 2 of 3 Table of Contents 000100-2 City-Wide Water Distribution System Repairs and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 Division/ Title Section 02225 Structural Excavation and Backfill 02226 Pipe Trench Excavation and Backfill 02340 Boring and Casing Roadways and Railroads 02341 Boring(No Casing) Roadways and Crossings 02342 Open Cutting and Casing 02449 Installation of Utilities by Horizontal Directional Drilling 02450 Installation of Utilities by Pipe Bursting 02512 Fusible Polyvinyl Chloride Pipe 02520 Repairing Pavements,Curb and Gutter, Driveways and Sidewalk 02522 Flexible Base—Limestone(Type A, Grade 1) 02541 Prime Coat(Asphaltic Material Only) 02542 Hot Mix Asphaltic Concrete Pavement(Class A) 02608 Fiberglass Manholes 02614 Ductile Iron Pipe and Fittings 02620 Storm Water Pollution Prevention 02640 Installation of Water Pipe 026404 Water Service Line 026416 Fire Hydrants 02681 Gas Piping(MDPE) 05020 Welding(Except Gas Main) 09910 Painting 15060 Miscellaneous Piping 15104 Gate Valves 15105 Tapping Sleeves and Tapping Vales 15108 Combination Air Release and Vacuum Valves Appendix Title 1 Example Delivery Order END OF SECTION ADDENDUM No.2 ATTACHMENT No.1 PAGE 3 of 3 Table of Contents 000100-3 City-Wide Water Distribution System Repairs and Replacement 2017—(IDIQ)Procurement Rev 06-22-2016 Project E16294 02341 BORING (NO CASING) ROADWAYS and CROSSINGS 1.0 GENERAL REQUIREMENTS 1.1 SCOPE This specification shall govern for all work necessary to complete the boring of concrete or asphalt roadways/driveways and other crossings in this project using PVC SDR 26 gravity sewer or DR 18 PVC force main as the carrier pipe, required to complete the project. This specification is a performance specification as defined in Section TS-1 of the Technical Special Provisions. 1.2 PERMITS AND NOTIFICATIONS The Contractor shall be responsible for obtaining all permits and giving sufficient notification prior to construction to the agency whose right-of-way is being crossed. In no case will notifications be given less than 48 hours prior to construction. 2.0 MATERIALS 2.1 Pipe a. DR 18 PVC Pipe and Fittings : 026210 Polyvinyl Chloride Pipe Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) b. SDR 26 PVC Pipe and Fittings: (NOT USED) 2.2 Fittings See Section 4 of 02614 Ductile Iron Pipe Fittings and Section 4.10 of 02640 Installation of Water Pipe. 2.3 Grout Shall be a sand-cement mixture having the following: a. Sand: Sand shall be clean, sharp and suitable for masonry mortar and shall meet the requirements as specified for concrete sand, screened so as to exclude any materials larger than those passing a No. 10 screen. b. Cement-: - Cement shall be Type I - Portland Cement. 3.0 CONSTRUCTION METHODS 3.1 General Sections of PVC gravity or pressure pipe shall be installed under existing roads, railroads and other crossings by means of standard boring methods. The structural integrity of the PVC pipe and fittings shall be maintained. Where carrier pipe is required to be installed under railroad embankments or under highways, streets, or other facilities by boring methods, construction shall be made in a manner that will not interfere with the operation of the railroad, highway, or other facility, and will not weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, as directed by the engineer, until such time as the backfill has been completed and then shall be removed from the site. 02341 Boring (No Casing) Roadways and Crossings ADDENDUM No.2 Page 1 of 3 ATTACHMENT No. 2 PAGE 103 The drilling of pilot holes for the alignment of pipe prior to its installation by boring will not be a requirement but may be necessary to maintain grade. The drilling of pilot holes will be considered as incidental work and the cost thereof shall be included in such contract pay items as are provided in the proposal and contract. The contractor shall take the proper precautions to avoid excavating earth beyond the limits of excavation needed to install the conduit. All damages by excavating, either to surface or subsurface structures, shall be repaired or replaced by the contractor at his own cost and expense. The removal of any obstruction that may be found to conflict with the placing of this pipe will not be measured for payment or paid for as a separate contract pay item. The removal of any such obstruction will be included in such contract pay items as are provided in the proposal and contract. The contractor shall dispose of all surplus materials at his own cost and expense at site approved by the engineer. 3.2 Boring The hole shall be bored mechanically with a suitable boring assembly designed to produce a smooth, straight shaft and so operated that the completed shaft will be at the established line and grade. The size of the bored hole shall be of such diameter to provide ample clearance for bells or other joints. Voids outside the pipe shall be grouted with non-shrinking grout and will be considered subsidiary work. If the grade of the pipe at the boring end is below the ground surface, suitable pipes or trenches shall be excavated for the purpose of conducting the boring operations and for placing end joints of the pipe. This excavation shall not be carried to greater depth than is required for placing the carrier pipe and no nearer the roadbed than the minimum distance shown on the plans. At the other end of the pipe, an approach trench shall be excavated accurately to grade. All open trenches and pits shall be braced and shored in such a manner as will adequately prevent caving or sliding of the walls into the open trench or pit. As the boring proceeds, the embankment material shall be excavated slightly in advance of the pipe in such a manner to avoid making the excavation larger than the outside diameter of the pipe, with the excavated material being removed. The excavation for the underside of the pipe, for at least one third of the circumference of the pipe, shall conform to the contour and grade of the pipe. The excavation for the top half of the pipe shall conform closely to the outside diameter of the pipe and a clearance greater than 2 inches will not be permitted. All voids between the pipe and the earth shall be filled with non-shrinking grout. The grouting shall follow immediately upon completion of the boring operation. All carrier pipes installed by boring shall be supported as required by the plans. 02341 Boring (No Casing) Roadways and Crossings ADDENDUM No.2 Page 2 of 3 ATTACHMENT No.2 PAGE 2 of 3 The distance that the excavation shall extend beyond the end of the pipe depends on the character of the materials, but it shall not exceed 2 feet in any case. The pipe, preferably, shall be bored from the low or downstream end. Lateral or vertical variation in the final position of the pipe from the line grade established by the engineer will be permitted only to the extent of 1 inch per 10 feet, maximum of 6 inches, provided that such variation shall be regular and only in one direction and that the final grade of flow line shall be in the direction indicated on the plans. When boring of pipe is once begun, the operation shall be carried on without interruption, insofar as practicable; to prevent the pipe from becoming firmly set in the embankment. Any pipe damaged in boring operations shall be repaired or removed and replaced by the Contractor at his entire expense. The pits or trenches excavated to facilitate boring operation shall be filled immediately after the boring of the pipe has been completed. The pits or trenches shall then be backfilled in accordance with 02226, Pipe Trench Excavation and Backfill. 3.3 Joints All pipe used in the bored segments shall be mechanically restrained using mega lug joint restraining fitting at fittings and bell harnesses at bell and spigot connections, as required. 3.4 Wet Bores Wet bores are allowable in cohesive soils unless prohibited on the plans or elsewhere in these specifications in the event that a wet bore is used and excessive voids occur between the casing and the bored hole, pressure grouting of the voids will be required at no additional cost to the Owner. The representative of the agency or the Engineer whose right-of-way is being crossed will judge when voids are excessive. 3.5 Grouting When necessary, the entire length of bore shall be pressure grouted using a sand-cement grout to fill any void between the PVC pipe and natural ground. All grouting shall be done under pressure by the use of direct action pressux-�eumps capable of placing grout at the pressure necessary to completely fill all voids. The pumps should operate in a manner so that the grout will be delivered uniformly and steadily. Grouting will be considered complete when no more grout of the required mix and consistency can be forced in under pressure. 3.6 Traffic All working operations of the Contractor must be subordinate to the free and unobstructed use of the right-of-way for the passage of traffic without delay or danger of life, equipment or property. The Contractor shall conduct his operations in a manner such that all work will be performed below street level and without obstructions on the streets. 3.7 Barricades and Warning Signs See General Conditions and permit requirements of the agency involved. 02341 ADDENDUM No. 2 Boring (No Casing) Roadways and Crossings ATTACHMENT No. 2 Page 3 of 3 PAGE 3 of 3 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by CSIL i C f',AL� Vjit,:S (type or print name of company) on: Wednesday, February 2S, 2017 at 2:00 pm, for City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement- Project E16294. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement, Project E16294 All envelopes and packages (including FEDEX envelopes) must clearly identify,on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS`S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 003000-1 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project E16294 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general,local, and Site conditions that may affect cost, progress,and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost,progress,and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions,if any,at or adjacent to the Site;and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations,and documents on: A. The cost,progress,and performance of the Work; B. The means,methods,techniques,sequences,and procedures of construction to be employed by Bidder;and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs,Bidder agrees that no further examinations,investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site,reports and drawings identified in the Contract Documents,and all additional examinations, investigations,explorations,tests,studies,and data with the Contract Documents. Bid Acknowledgement Form 003000-2 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ)Procurement Rev 01-13-2016 Project E16294 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed,and final payment for all Unit Price items will be based on actual quantities provided,measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders'responsibility or value,and whether the Bidder has met the minimum specific project experience requirements,and reserves the right to require the submission of additional information. S.02 The Owner has the right to accept a Bid,reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming,non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have,in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility,including information submitted per SECTION 0045 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement,if discovered after award of the Contract to such Bidder,may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements,including costs and attorney's fees for collecting such costs and damages. 5.04 The City intends to award this INDEFINITE DELIVERY j INDEFINITE QUALITY(ID/IQ)CONTRACT for approximately$5,100,000 over a 1 year period with 2 possible 1 year renewals. Renewal will Bid Acknowledgement Form 003000-3 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ)Procurement Rev 01-13-2016 Project E16294 be based on Contractor's successful performance of Delivery Orders,approval by the Owner, and concurrence from the Contractor.The renewal will allow for an economic adjustment, based upon published and acceptable indices.The Owner will issue individual delivery orders with specific bid items and quantities from the Contractor's proposed unit prices. Emergency Delivery Orders,as determined by the City,may be issued under this Contract.For Emergency Delivery Orders,the Contractor shall be on-site within three(3) hours to assess the site and to begin mobilizing necessary crews,equipment,traffic control measures,etc. The Contractor shall begin actual work and have in place ALL mitigation measures to prevent further damage to public and private property within six(6) hours of receiving authorization to proceed. The Contractor may be required to respond to and complete up to two(2) Emergency and/or Non-Emergency sites at the same time. In the case of Emergency Delivery Orders,the Contractor shall also be required to maintain continuous operations(24 hours per day,7 days per week),until the emergency situation(s) has/have been rectified and the danger to the Public has been resolved.To accommodate the increased costs associated with the Emergency Work, Bidders shall submit a"Coefficient for Emergency Work"with its Bid Proposal(Max is 2.0).This coefficient shall be applied to the Bid Items to determine the final cost of the Emergency Repair(s). The Contractor shall have the following materials stock piled onsite in case of an emergency: a. 2000-ft.of 4-inch C-900 DR18 PVC Pipe. b. 2000-ft.of 6-inch C-900 DR18 PVC Pipe. C. (2)4-inch gate valves. d. (2)6-inch gate valves. The bid documents include hypothetical scenarios that establish unit costs and to gain an understanding of the type and scope of anticipated delivery orders.However,there shall be no expectation(by Contractor)that all bid items and/or quantities will be awarded in this Contract and that the hypothetical scenarios presented in the plans cover every possible scenario that may arise throughout this project.The hypothetical quantities shown in the Bid Form are not intended for award but will be used for bid evaluation purposes ONLY. The Contract award value is based on current anticipated budget allocations.The Contractor will have no basis for a claim against the City,if the actual delivery order total is less. ARTICLE 6—TIME OF COMPLETION 6.01 This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City,in accordance with the plans,specifications,and contract documents. Each Delivery Order will stipulate the Substantial Completion date,as shown in the Appended Example Delivery Orders,and is eligible for Final Payment 30 days after the date for Substantial Completion. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. Bid Acknowledgement Form 003000-4 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ)Procurement Rev 01-13-2016 Project E16294 6.03 The initial contract duration shall be 12 months and will be subject to renewal for up to two(2) additional 12-months periods. Each delivery order will be issued with an allowable working time (calendar days)and will be based on the durations identified in the Working Time Table. Non-Emergency Delivery Orders—The working time begins and the Contractor shall mobilize, place traffic controls and commence work within 24 hours of receiving written notice from the Director of Capital Programs or designee(OAR)to proceed. For each calendar day that any work remains incomplete after the time specified in the Delivery Order for completion of the work or after such time period as extended pursuant to order provision of this Contract,$750.00 per calendar day will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will typically be based upon the production rates shown in the table below. Emergency Delivery Orders—The working time begins and the Contractor shall be required to be on-site within three(3) hours of receiving written notice from the Acting Director of Capital Programs or designee(OAR)to proceed to assess the site and to begin mobilizing necessary crews,equipment,traffic control measures,etc.The contractor shall begin actual work and shall have in place ALL mitigation measures to prevent further damage to public and private property within six(6)hours of receiving written notice form the Executive Director of Public Works or designee("City Engineer")to proceed. In the case of Emergency Delivery Orders,the Contractor shall be required to maintain continuous operations(24 hours per day,7 days per week),until the emergency situation(s) have been rectified and the danger to the Public has been resolved. For each calendar day that any work remains incomplete after the time specific in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of the Contract,$750.00 per calendar day will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will typically be based upon production rates shown in the table below. WORKING TIME TABLE Description Typical Work Time(Days) Allowed for each Delivery Order Non-Emergency Emergency Mobilization 3 Days/D.O. 1 Day/D.O Remove&Replace Water Line 5 Days/600 LF 3 Days/600 LF (Up to 42"of Cover) Remove&Replace Water Line 7 Days/600 LF 5 Days/600 LF (Up to 43"—73"of Cover) Rehab Water Line Pipeburst(Up to 42"of Cover) 5 Days/600 LF 3 Days/600 LF Rehab Water Line Pipeburst(43—72"of Cover) 7 Days/600 LF 5 Days/600 LF Install Temporary Water Supply for Pipe Bursting 2 Days/600 LF 1 Day/60OLF Well Pointing for Lines 1 Day/400 LF 0.5 Day/400 LF Remove&Replace Driveway or Sidewalk 2 Day/400 SF 1 Day/400 SF Install Gate Valve 1 Day/2 Valves 0.5 Day/2 Valves Install Fire Hydrant 2 Days/Fire Hydrant 1 Day/Fire Hydrant Install Service 1 Day/3 Services 0.5 Day/3 Services Install Pavement(Across Street Curb to Curb) 2 Days/Cut 1 Day/Cut Bid Acknowledgement Form 003000-5 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ)Procurement Rev 01-13-2016 Project E162-94 Install Pavement(Along Street) 2 Days/600 LF 1 Day/600 LF Fence Removal 1 Day/100 LF 0.5 Day/100 LF Clear&Grub 1 Day/500 SY 0.5 Day/500 SY Note: Working Time shown in this table is in CALENDAR DAYS. Emergency Delivery orders require a 3 hour response ARTICLE 7—ATTACHMENTS TO THIS BID 7.01 In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name,state of residency,and federal tax identification number in the Bid Form. 10.02 The Bidder,or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner,or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract,and if required,shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals("natural persons"as defined by the Texas Business Organizations Code§1.002), but who will not be signing the Bid Form personally,shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. Bid Acknowledgement Form 003000-6 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ)Procurement Rev 01-13-2016 Project E16294 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing. ARTICLE 11—BIO SUBMITTAL 11.01 This Bid is submitted by: Bidder: �L tri icc.i (typed or printed full le al name of Bidder)T By: rnrvidual's signature Name: 0\, ,s L , (typed or primed) Title: � S`, (typed or printed) Attest: ' y ` (individual'ssignat re) State of Residency: Federal Tax Id. No. Address for giving notices: 22�i )• t o J, Phone: i�S11�-{� `( Email: CC_I O L(2 CIJ. "0Cl.nr.. (Attach evidence of authority to sign if the authorized individua is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation,partnership,or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-7 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project E16294 00 30 01 BID FORM Project Name: City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Project Number: E16294 Owner: City of Corpus Christi Bidder: ?(- LLc In, CA.L ', q u OAR: Designer: ra ;mow;_ Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid PartA-GENERAL(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mob'rlizatian LS 1 ��(O `Y G SUBTOTAL PART A-GENERAL(Items Al) 1,7t zJo Part B-WATER MAIN IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) WATER MAIN REMOVALS CIP AND DIP WATER MAIN Remove and Dispose of 2" Diam.CIP and DIP Waterline B1 LF 50 (Up to 42"of Cover) Remove and Dispose of 2" Diam.CIP and DIP Waterline B2 (43"-72"of Cover) LF 50 Remove and Dispose of 4" Diam. CIP and DIP Waterline r �j'V �W^� B3 (Up to 42"of Cover) LF 50 15,J7 q IW LA/ Remove and Dispose of 4" Diam.CIP and DIP Waterline B4 (43"-72"of Cover) LF 50 _7.�� G LV Remove and Dispose of G" Diam.CIP and DIP Waterline :! B5 (Up to 42"of Cover) LF 100 (� Remove and Dispose of 6" Diam. CIP and DIP Waterline B5 (43"-42"of Cover) LF 50 Remove and Dispose of 8" Diam. CIP and DIP Waterline B7 100 '?�(. b b• W (Up to 42"of Cover) LF B8 Remove and Dispose of 8" Diam. CIP and DIP Waterline (43"-72"of Cover) LF 50 9 3, ��,• [,ry Remove and Dispose of 12"Diam.CIP and DIP Waterline B9 (Up to 42"of Cover) LF 50 . LUQ U Remove and Dispose of 12" Diam.CIP and DIP Waterline B10 (43"-72"of Cover) LF 50 x`7.50 Remove and Dispose of 16" Diam.CIP and DIP Waterline B11 (Up to 42" of Cover) LF 50 B12 50 Remove and Dispose of 16"Diam.CIP and DIP Waterline a (43"-72"of Cover) LF ACA WATER MAIN Remove and Dispose of 2" Diam.ACP Waterline(Up to 813 42"of Cover) LF 50Ci Remove and Dispose of 2" Diam.ACP Waterline(43"-72" 814 of Cover LF 50 Remove and Dispose of 4"Diam.ACP Waterline(Up to 815 42"of Cover) LF 50 - � • Ob Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 1 of 17 Project E16294 kev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Remove and Dispose of 4""Diam.ACF Waterline(43"-72" B16 of Cover) LF 50 3 (, � CD Remove and Dispose of 6" Diam.ACP Waterline(Up to 1 617 42"of Cover) LF 100 Remove and Dispose of 6" Diam,ACP Waterline(43"-72 W 618 of Cover) LF 5D Remove and Dispose of 8" Diam.ACP Waterline(Up to U� B19 42"of Cover) LF 100 �� U QLt.DQ Remove and Dispose of 8" Diam.ACP Waterline(43"-72" 620 of Cover) LF 50 Remove and Dispose of 12" Diam.ACP Waterline(Up to 621 42"of Cover) LF 5D '�,Cq 3 I q 4. 5 622 Remove and Dispose of 12" Diam.ACP Waterline(43"- 72"of Cover) LF 5D 5 y Remove and Dispose of 16" Diam.ACP Waterline(Up to 623 42"of Cover) LF 50 14 r?.S(, 20 D((]] -bb Remove and Dispose of 16" Diam.ACP Waterline(43"- B24 72"of Cover) LF 5D .-7 4 26 37•aD WATER MAIN INSTALLATION OPEN TRENCHING(0 to 100-ft) PVC WATER MAIN Furnish and Install 4" Diam.C900 DR18 PVC + t�, B25 Waterline(Up to 42"of Cover) LF 50 2�.� 442.' Da Furnish and Install 4" Diam. C900©R18 PVC B26 Waterline(43"-72"of Cover) LF 50 Furnish and Install 6" Diam. C900 DR18 PVC B27 Waterline(Up to 42"of Cover) LF 50 Furnish and Install 6" Diam.C900 DR18 PWC B28 Waterline(43"-72"of Cover) LF 50 Furnish and Install 8" Diam. C900 DR18 PVC 629 Waterline(Up to 42"of Cover) LF 50 'T�l. 9 D .Da Furnish and Install 8" Diam C900 DR18 PVC B30 Waterline(43"-72"of Cover) LF 50 —� r}y , IOD Furnish and Install 10" Diam.C900 DR 18 IG.✓+� B31 PVC Waterline(Up to 42"of Cover) LF 50 LV • D� 632 Furnish and install 10" Diam. C900 DR 18 PVC Waterline 50 76161 (Over 43"to 72'"of Cover) LF 3� L"15 Furnish and Install 12" Diam,C900 DR18 B33 PVC Waterline(Up to 42"of Cover) LF 50 Furnish and Install 12" Diam.C900 DR18 B34 PVC Waterline(43"-72"of Cover) LF 50 Furnish and Install 16" Diam.C905 DR18 Q�f B35 PVC Waterline(Up to 42"of Cover) LF 50 )'31.7S- �� O l• Furnish and Install 16" Diam.C905 DR18 636 PVC Waterline(43"-72"of Cover) LF 50 DIP WATER MAIN Furnish and Install 4" Diam. DIP Waterline(Up to 42"of C, B37 Cover) LF 5D 7r—� . [( 2q4 5.5 Furnish and Install 4" Diam. DIP Waterline(43"-72"of Q B38 Cover) LF 50 �'�. 46 60 Furnish and Install 6" Diam. DIP Waterline(Up to 42"of [N(\ B39 Cover) LF 50 5 5 L`� l W Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 2 of 17 Project E16294 Rev 01-13.2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Furnish and Install 6" Diam. DIP Waterline(43"-72" of 640 Cover) LF 50 5�.1f Z ZQ , VD 841 Furnish and Install 8"Diam. DIP Waterline(Up to 42" of Cover) LF 50 B42 Furnish and Install 8"Diam. DIP Waterline(43"-72" of Cover) LF 50 "7`7. p I 4,�7[fJl 643 Furnish and Install 10" Diam. DIP Waterline(Up to 42"of Cover) LF 50 9 0/1 Furnish and Install 10"'Diam. DIP Waterline(43"to 72" —i V i 644 of Cover) LF 50 10 DD Furnish and Install 12" Diam. DIP Waterline(Up to 42"of 845 Cover) LF 50 3 56VV �J Furnish and Install 12" Diam. DIP Waterline(43"-72" of 646 Cover) LF 50 .2 441 +. CD Furnish and Install 16" Diam. DIP Waterline(Up to 42" of 114- �" Le 648 647 Cover LF 50 �� Furnish and Install 16" Diam. DIP Waterline(43"-72"of $ 33 Cover) LF 50 y WATER MAIN INSTALLATION OPEN TRENCHING(Greater Than 100-ft) Furnish and Install 4" Diam. C900 DR18 PVC Waterline 649 (Up to 42" of Cover) LF 2D0 J2.1 Furnish and Install 4" Diam.C900 DR18 PVC Waterline B50 (43"-72"Cover) LF 200 Furnish and Install 6" Diam.C900 DR18 PVC Waterline B51 (Up to 42"of Cover) LF 2003. Ll. B52 Furnish and Install 6" Diam. C900 DR18 PVC Waterline 'r /'� l (43"-72"Cover) LF 200 �+�I a DOV Furnish and Install 8" Diam. 0900 DR18 PVC Waterline v B53 (Up to 42"of Cover) LF 200 S FL 112 V y DTA Furnish and Install 8"'Diam. C900 DR18 PVC Waterline I 1 h B54 (43"-72" Cover) LF 200 S_-•1bq 1 >�yQ. DD Furnish and Install 10" Diam.0900 DR 18 i "TSD B55 PVC Waterline(Up to 42"of Cover) LF 200 (E 1,`7 ,to Furnish and Install 10" Diam.C900 DR 18 PVC Waterline B56 (43"to 72"of Cover) LF 200 to Z. ?x 12. •LI Furnish and Install 12" Diam.C900 DR18 PVC Waterline B57 200 (Up to 42"of Cover) LF __7b. 41 � 222 .©b Furnish and Install 12" Diam. C900 DR18 PUC Waterline 658 200 (43"-72" Cover) LF "]-7, Furnish and Install 16" Diam. C905 DR18 PVC Waterline B59 (Up to 42"of Cover) LF 200 Furnish and Install 16" Diam. C905 DR18 PVC Waterline B60 (43"-72"Cover) LF 200 j 0� �(,� WATER MAIN INSTALLATION BY AUGER BORING(0 to 100-ft) W Furnish and Install 4" Diam.0900 DR18 PVC Waterline B61 (Up to 42"of Cover) by Auger Boring LF 50 � � T?_ 40q CM Furnish and Install 4" Diam.C900 DR18 PVC Waterline B62 5D {43"'-72"of Cover)by Auger Boring LF 'z6- Furnish and Install 6" Diam.C900 DR18 PVC Waterline B63 (Up to 42"of Cover) by Auger Boring LF 50 3.CI a Furnish and Install 6" Diam. C900 DR18 PVC Waterline 864 (43"-72"of Cover)by Auger Boring LF 50 1 2 S. 0 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 3 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDEDAMOUNT Furnish and Install 8" Diam.C900 DR18 PVC Waterline U � B65 (Up to 42" of Cover)by Auger Boring LF 50 Furnish and Install 8" Diam. C900 DR18 PVC Waterline 666 (43"-72"of Cover)by Auger Boring LF 50 t 1-� o� �4 , nTt Furnish and Install 12" Diam. 0900 DR18 PVC Waterline B67 (Up to 42"of Cover)by Auger Boring LF 50 Furnish and Install 12" Diam. C900 DR18 PVC Waterline B68 (43"-72"of Cover) by Auger Boring LF 50 1-3 `! Furnish and Install 16" Diam.0905 DR18 PVC Waterline B69 (Up to 42"of Cover) by Auger Boring LF 50 -FILA.01J Furnish and Install 16" Diam.C905 DR18 PVC Waterline �•� B70 (43"-72"of Cover) by Auger Boring LF 50 7 % WM WATER MAIN INSTALLATION AUGER BORING(Greater Than 100-ft) Furnish and Install 4" Diam.0900 DR 18 PVC Waterline B71 (Up to 42"of Cover) by Auger Boring LF 100 Furnish and Install 4" Diam.C900 DR 18 PVC Waterline B72 (43"-72"of Cover)by Auger Boring LF 100 TC .1 Furnish and Install 6" Diam.C900 DR 18 PVC Waterline B73 U to 42"of Cover b Auger Boring LF 100 ( P ) Y g g Furnish and Install 6" Diam.0900 DR 18 PVC Waterline B74 (43"-72"of Cover)by Auger Boring LF 100 Furnish and Install 8"Diam. C900 DR 18 PVC Waterline 675 (Up to 42"of Cover by Auger Boring LF 100 14. bD Furnish and Install 8"Diam.0900 DR 18 PVC Waterline B76 (43"-72" of Cover) by Auger Boring LF 100 ,68 418 ,W Furnish and Install 12"Diam. C900 DR 18 PVC Waterline O B77 (Up to 42"of Cover) by Auger Baring LF 100 .3 Furnish and Install 12" Diam.C900 DR 18 PVC Waterline B78 (43"-72"of Cover) by Auger Boring LF 100 4,1 '1 '•W" Furnish and Install 16" Diam. C905 DR 18 PVC Waterline B79 (Up to 42"of Cover) by Auger Boring LF 100 1 � -3 DD Furnish and Install 16" Diam. C905 DR 18 PVC Waterline B80 (43"-72"of Cover) by Auger Baring I LF 100 32 0 .`lb 1 oqu WATER MAIN INSTALLATION BY PIPE BURSTING IN FRONT EASEMENT(0-ft to 500-ft) Furnish and Install 4" Diam.0904 DR18 Fusible PVC B81 Waterline(Up to 42"of Cover} by Pipe Bursting LF 100 �.U"� Furnish and install 4" Diam,C900 DR18 Fusible PVC B82 ry�. Waterline(43"-72"of Cover)by Pipe Bursting LF 100 jj.�� [�[,J Furnish and Install 6" Diam.C900 DR18 Fusible PVC 883 Waterline(Up to 42"of Cover} by Pipe Bursting LF 100 Furnish and Install 6" Diam.0900 DR18 Fusible PVC884 [�,� Waterline(43"-72"of Cover)by Pipe Bursting LF 100 685 Furnish and Install 8" Diam. C900 DR18 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 100 �`1.Ob `�'IC4 W 686 Furnish and Install 8" Diam, 0900 DR18 Fusible PVC 2-6 0. Waterline(43"-72"of Cover) by Pipe Bursting LF 100 ,E Io0 YU wM Furnish and Install 12" Diam.C900 DR18 Fusible PVC {� B87 VD Waterline(Up to 42"of Cover) by Pipe Bursting LF 50 Furnish and Install 12"Diam.0900 DR18 Fusible PVC �{ m B88 Waterline(43"-72"of Cover) by Pipe Bursting LF 50 �,sa Furnish and Install 16" Diam. C905 DR18 Fusible PVC B89 Waterline(Up to 42"of Cover)by Pipe Bursting LF 50 a O,yz J1X,:3q0-DD] Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 4 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Furnish and Install 16"Diam. C905 DR18 Fusible PVC B90 Waterline(43"-72"of Cover) by Pipe Bursting LF 50 2 �1.fe G l$I✓r WATER MAIN INSTALLATION BY PIPE BURSTING IN FRONT EASEMENT(Greater Than 500-ft) Furnish and Install 4" Diam. 0900 DR18 Fusible PVC 691 Waterline(Up to 42"of Cover) by Pipe Bursting LF 150 Furnish and Install 4" Diam. C900 DR18 Fusible PVC B92 Waterline(43"-72"Cover) by Pipe Bursting LF 150 TL, 4 Furnish and Install 6" Diam. C900 DR18 Fusible PVC B93 Waterline(Up to 42"of Cover) by Pipe Bursting LF 150 7.(, Furnish and Install 6" Diam.C900 DR18 Fusible PVC B94 Waterline(43"-72"Cover) by Pipe Bursting LF 150 (DI.-12- � + Furnish and Install 8" Diam.C900 DR18 Fusible PVC ,My� B95 Waterline(Up to 42"of Cover)by Pipe Bursting LF 150 Furnish and Install 8" Diam.C900 DR18 Fusible PVC _ B96 Waterline(43"-72"Cover) by Pipe Bursting LF 150 •'31 Furnish and Install 12" Diam.C900 DR18 Fusible PVC 1197 Waterline(Up to 42"of Cover)by Pipe Bursting LF 100 Furnish and Install 12" Diam. C900 DR18 Fusible PVC B98 Waterline(43"-72"Cover)by Pipe Bursting LF 100 1 $,Cly 3 �Q.DD $99 Furnish and Install 16" Diam.0905 DR18 Fusible PVC /� + Waterline(Up to 42"of Cover) by Pipe Bursting LF 100 .00L .0 lQ�, Furnish and Install 16" Diam. DR18 Fusible PVC 9T �pI✓i� B100 ril Waterline 43"-72"Cover b Pipe BurstingLF 100 'le l�-1.J0 TEMPORARY WATER SUPPLY IN FRONT EASEMENT B101 Furnish and Install 2"Temporary Water Supply for Pipe Bursting LF 150 ! `�,, O Diu B102 Furnish and Install 4"Temporary Water Supply for Pipe Bursting LF 200 6103 Connect and Disconnect Service to Temporary Water l] I SupplyEA 50 11��`� f•�• J � POINT REPAIR IN FRONT EASEMENT B104 Point Repair in Front Easement EA 10 1 S_c WATER MAIN INSTALLATION BY PIPE BURSTING IN REAR EASEMENT(0-ft to 500-ft) Furnish and Install 4" Diam. 0900 DR18 Fusible PVC Waterline(Up to 42"of Cover) by Pipe Bursting LF 100 Furnish and Install 4" Diam.C900 DR18 Fusible PVC B106 L�? Waterline(43"-72" of Cover)by Pipe Bursting LF 100 ke U0 Furnish and Install 6" Diam.C900 DR18 Fusible PVC B107 Waterline(Up to 42"of Cover)by Pipe Bursting LF 100 "j�},3,4 � Furnish and Install 6" Diam.C900 DR18 Fusible PVC 6108 Waterline(43"-72" of Cover)by Pipe Bursting LF 100 (a."(0 B109 Furnish and Install 8" Diam. C900 DR18 Fusible PVC Or �v �- Waterline(Up to 42"of Cover) by Pipe Bursting LF 100 �17. �; Bi10 Furnish and Install 8" Diam. C900 DR18 Fusible PVC p U/1 Waterline(43"-72"of Cover) by Pipe Bursting LF 100 r�{-i�0 ll- 6111 Furnish and Install 12" Diam.C900 DR18 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 50 )��.� ,Cb B112 Furnish and Install 12"Diam.C900 DR18 Fusible PVC Waterline(43"-72"of Cover)by Pipe Bursting LF 50 •�� riG�;,J' Furnish and Install 16"Diam. 0905 DR18 Fusible PVC 8113 Waterline(Up to 42"of Cover) by Pipe Bursting LF 50 (o D 13,2-75. Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 5 of 17 Project E16294 Rev 01-13-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Furnish and Install 16"Diam. C905 DR18 Fusible PVC B114 Waterline(43"-72"of Cover) by Pipe Bursting LF 50 WATER MAIN INSTALLATION BY PIPE BURSTING 1N REAR EASEMENT(Greater Than 500-ft) Install 4"Diam.C900 DR18 Fusible PVC Waterline(Up to 8115 42"of Cover)by Pipe Bursting LF 150 ,t,4 Install 4"Diam.C900 DR18 Fusible PVC Waterline(43"- 6116 72"Cover) by Pipe Bursting LF 1509,0z) IJ 6117 Install 6"Diam.C900 DR18 Fusible PVC Waterline(Up to �} 42"of Cover) by Pipe Bursting LF 150 B11S Install 6"Diam.C900 DR18 Fusible PVC Waterline(43"- W 72"Cover) by Pipe Bursting LF 150 Install 8"Diam.C900 DR18 Fusible PVC Waterline(Up to B119 42"of Cover) by Pipe Bursting LF 150 j o? .0L11 , Install 8'"Diam. C900 DR18 Fusible PVC Waterline(43"- �jnn mm 6120 72"Cover)by Pipe Bursting LF 150 �j� (oQ 3gD,W Install 12" Diam.C900 DR18 Fusible PVC Waterline(Up 8121 to 42"of Cover)by Pipe Bursting LF 100 I �,7 13,5'10, Install 12" Diam.C900 DR18 Fusible PVC Waterline(43"- B122 72" Cover)by Pipe Bursting LF 100 ,$+? Install 16" Diam.C905 DR18 Fusible PVC Waterline(Up '[ r� 6123 to 42"of Cover)by Pipe Bursting LF 100 `�y1•�$0 l9©,CD Install 16" Diam.C905 DR18 Fusible PVC Waterline(43"- 8124 O•co 72" Cover)by Pipe Bursting LF 100 O quo. TEMPORARY WATER SUPPLY IN REAR EASEMENT Furnish and Install 2"Temporary Water Supply for Pipe ,J 4'i MUD 6125 Bursting LF 150 4.1.57 ��,QJ Furnish and Install 4"Temporary Water Supply for Pipe ,I [� n 6126 Bursting LF 200 4�• 'i •IJ' Connect and Disconnect Service to Temporary Water �}� Fey 6127 Supply EA 50 O/L.�0 Lf. `L�.!■CD POINT REPAIR IN REAR EASEMENT 8128 Point Repair in Rear Easement EA 10 �, 21;77105.20 WATER MAIN INSTALLATION BY HORIZONTAL DIRECTIONAL DRILLING(0-300-ft)USING WALK OVER TECHNOLOGY Furnish and Install 4" Diam. C900 DR 18 Fusible PVC Q �7� 8129 Waterline by HDD LF 75 j 11 . 1 D� . LJ 8130 Furnish and Install 6" Diam. C900 DR 18 Fusible PVC II Waterline by H DD LF 100 )39 . 14 [5 nQ-i���}}k 00 Furnish and Install 8" Diam. C900 DR 18 Fusible PVC B131 Waterline by HDD LF 100 j �. �� $ �L.•�f" Furnish and Install 12" Diam.0900 DR 18 Fusible PVC J; 8132 Waterline by HDD LF 75 a •)Z �/�►i 15q+ B133 Furnish and nstall 16" Diam.C905 DR 1S Fusible PVC 1 I Waterline by HDD LF 75 `i zr'J,c� '31150 31 5tt 0aaU 8134 Furnish and Install Air Release Valves and Manhole EA 2 7 7 ,Ib -f TO• 8135 Construct Drill Pads EA 2 1 �flc� ' 4w. Do WATER MAIN INSTALLATION BY HORIZONTAL DIRECTIONAL DRILLING(Greater Than 30G-ft)USING WIRELINE GUIDANCE TECHNOLOGY Furnish and Install 4" Diam.C900 DR 18 Fusible PVC B136 � '�• Waterline by HDD LF 75 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 6 of 17 Project E16294 Rev 0143-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Furnish and Install 6" Diam.C900 DR 18 Fusible PWC 8137 Waterline by HDD LF 100 6138 Furnish and Install 8" Diam.0900 DR 18 Fusible PVC (�{� Waterline by HDD LF 100 , ,`j� H �. ,1 D Furnish and Install 12"Diam.0900 DR 18 Fusible PVC ��22 JJ1� B139 Waterline by HDD LF 75 7 23 $V�. `31� , Furnish and Install 16" Diam. C905 DR 18 Fusible PVC 771f B140 Waterline by HDD LF 75 't ,S$ �39 B141 Furnish and Install Air Release Valves and Manhole I EA 1 4 C C161 B142 Construct Drill Pads EA 4 i — WATER MAIN AND CASING INSTALLATION BY HORIZONTAL DIRECTIONAL DRILLING{¢300-R)USING WAUC OVER GUIDANCE TECHNOLOGY Furnish and Install 4"C900 DR 18 Fusible PVC Waterline B143 with Casing Spacers and 10-inch steel casing(0.375" wall b HDD LF 75 3� j b I Q•� Furnish and Install 6"C900 DR 18 Fusible PVC Waterline B144 with Casing Spacers and 12-inch Steel Casing(0.375" wall) by HDD LF 100 331. 8i15�' Furnish and Install 8" C900 DR 18 Fusible PVC Waterline 8145 with Casing Spacers and 36-inch Steel Casing(0.375" LIL wall b HDD LF 100 q23 .44-L i �1 ` Furnish and Install 10"C900 DR 18 Fusible PVC B146 Waterline with Casing Spacers and 16-inch Steel Casing 0.375"Wall by HDD LF 75 z Furnish and Install 12"C900 DR 18 Fusible PVC 8147 Waterline with Casing Spacers and 18-inch Steel Casing (� (] ;.J�5D (0.375'"wall b HDD LF 75 8 jJ/�+✓ Furnish and Install 16"C900 DR 18 Fusible PVC 8148 Waterline with Casing Spacers and 24-inch Steel Casing ]�Q (0.375"wall)b HDD LF 75 � s-1 "2. � 1 . B149 Furnish and Install Air Release Valves and Manhole EA 2 -1 .30 B150 Construct Drill Pads J EA 1 2 pp, DU WATER MAIN AND CASING INSTALLATION BY HORIZONTAL DIRECTIONAL DRILLING(GREATER THAN 300-11)USING WIRE UNE GUIDANCE TECHNOLOGY Furnish and Install 4"C900 DR 18 Fusible PVC Waterline B151 with Casing Spacers and 10-inch steel casing(0.375" i]IL �S nV,� wall)by HDD LF 75 33t-00 1 Furnish and Install 6"C900 DR 18 Fusible PVC Waterline B152 with Casing Spacers and 12-inch Steel Casing(0.375" IA i Ub �r7� —40 wall)by HDD LF 100 3(O� [)g W1 1 W Furnish and Install 8"0900 DR 18 Fusible PWC Waterline B153 with Casing Spacers and 16-inch Steel Casing(0.375" wall)by HDD LF 100 Furnish and Install 10"C900 DR 18 Fusible PVC B154 Waterline with Casing Spacers and 16-inch Steel Casing 311"'ID, O (0.375"wall) by HDD LF 75 0 Furnish and Install 12"C900 DR 18 Fusible PVC 8155 Waterline with Casing Spacers and 18-inch Steel Casing 533.DV (0.375"wall)by HDD LF 75 Furnish and Install 16"C900 DR 18 Fusible PVC 8156 Waterline with Casing Spacers and 24-inch Steel Casing (0.375"wall)by HDD LF 75 t� Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 7 of 17 Project E16294 Rev 03-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 8157 Furnish and Install Air Release Valves and Manhole EA 4 /jo B158 Construct Drill Pads EA 4 y k4-. 6 0. GATE VALVES B159 Furnish and Install 4" R/W Gate Valve, (MJ with MEGA j� LUG Joint Restraint fitting) EA 10 3rfi,(? �D •�V 8160 Furnish and Install 6" R/W Gate Valve,(MJ with MEGA Q f� ] LUG Joint Restraint fitting) EA 10 �i_5`iI.�jla V i ,t o 8161 Furnish and Install 8" R/W Gate Valve, (MJ with MEGA LUG Joint Restraint fitting) EA 10 ti 'L1Z.�� � �,�.l{n Furnish and Install 12" R/W Gate Valve, (MJ with MEGA 8362 LUG Joint Restraint fitting) EA 5 Z IV-1.7 0J ✓ Furnish and Install 16"R/W Gate Valve c/w Bevel Gear '] Q 8163 (MJ with MEGA LUG Joint Restraint fitting) EA 3 -7ZA FITTINGS Furnish and Install 4" 11.25 Deg. Bend (MJ with MEGA , 8164 LUG Joint Restraintfitting) EA 10 (1,c.IV 8165 Furnish and Install 4"22.5 Deg. Bend(MJ with MEGA LUG Joint Restraint fitting) EA 10 B166tQrj f� V� Furnish and Install 4"45 Deg Bend (MJ with MEGA LUG �• ©1Z Joint Restraint fitting) EA 10 8167 Furnish and Install 4"90 Deg Bend (MJ with MEGA LUG C 1 Joint Restraint fitting) EA 10 B168 Furnish and Install 4" Reducers-All Sizes(MJ with MEGA LUG Joint Restraint fitting) EA 10 y��.O3 ��D •u 6169 Furnish and Install 4"Crosses-All Sizes(MJ with MEGA I }� LUG Joint Restraint fitting) EA 10 ZS`� .'k� `. 410 B170 Furnish and Install 4"Tees(M1 with MEGA LUG Joint Restraint fitting) EA 10 ( �" Z` �j � .LP 0 B171 Furnish and Install 6"11.25 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 q 1. ZWA .Le D 8172 Furnish and Install 6" 22.5 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 o 8173 Furnish and Install 6"45 Deg Bend (MJ with MEGA LUG { �} Joint Restraint fitting) EA 10 y -tib OI q• V 8174 Furnish and Install 6"90 Deg Bend(MJ with MEGA LUG �! Joint Restraint fitting) EA 10 8175 Furnish and Install 6" Reducers-All Sizes(MJ with MEGA rt c LUG Joint Restraint fitting) EA 10 1{r11llo. Furnish and Install 6" Crosses-All Sizes(MJ with MEGA B176 LUG Joint Restraint fitting) EA 10 3-771 74.W 8177 Furnish and Install 6"Tees(MJ with MEGA LUG Joint 1111- ' ^ Restraint fitting) EA 10 T B178 Furnish and Install 8" 11.25 Deg. Bend(MJ with MEGA L "1 LUG Joint Restraint fitting) EA 10l� .VO B179 Furnish and Install 8"22.5 Deg. Bend (MJ with MEGA fy Q LUG Joint Restraint fitting) EA 10 24k-q L+ `1 Furnish and Install 8"45 Deg Bend(MJ with MEGA LUG 8380 Joint Restraint fitting) EA 10 U . Furnish and Install 8"90 Deg Bend(MJ with MEGA LUG 6181 Joint Restraint fitting) EA 10 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 8 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 6182 Furnish and install 8" Reducers-All Sizes(MJ with MEGA e) hupto LUG Joint Restraint fitting) EA 10 p,�„ Furnish and Install 8"Crosses-All Sizes(M!with MEGA M B183 LUG Joint Restraint fitting) EA 10ta�-gypWU��. W 6184 Furnish and Install 8"Tees(MJ with MEGA LUG Joint ' Restraint fitting) EA 10t3.�� 6185 Furnish and Install 12" 11.25 Deg. Bend (MJ with MEGA LUG �,j LUG Joint Restraint fitting) EA 5 p.`Z3 6186 Furnish and Install 12"22.5 Deg. Bend (M!with MEGA 'Z LUG Joint Restraint fitting) EA 5 �Z,�'p 8187 Furnish and Install 12"45 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) EA 5 •z}0 Z447—.VD Furnish and Install 12"90 Deg Bend (MJ with MEGA LUG "f B188 Joint Restraint fitting) EA 5 qpp 3,s0 OD B189 Furnish and Install 12" Reducers-All Sizes(MJ with � � MEGA LUG Joint Restraint fitting) EA 5 •29$.0Z 6190 Furnish and Install 12"Crosses-All Sizes(MJ with MEGA 4I. LUG Joint Restraint fitting) EA 5 3v 8191 Furnish and Install 12"Tees(MJ with MEGA LUG Joint 2�3Z .� Restraint fitting) EA 5 5 6,40 8192 Furnish and Install 16" 11.25 Deg. Bend(MJ with MEGA ' LUG Joint Restraint fitting) EA 5 � ,.90 8193 Furnish and Install 16"22.5 Deg. Bend (MJ with MEGA L�oqI , LUG Joint Restraint fitting) EA 5 8194 Furnish and Install 16"45 Deg Bend (MJ with MEGA LUG `� J12A 1 gpcj t �T �7 Joint Restraint fitting) EA 5 '7. 8195 Furnish and Install 16"90 Deg Bend (M!with MEGA LUG Joint Restraint fitting) EA 5 `d 3�,1,0 'f LIC 6196 Furnish and Install 16" Reducers-All Sizes(MJ with /J i MEGA LUG Joint Restraint fitting) EA 5 2,ro k4-1?? Furnish and Install 16"Crosses-All Sizes(MJ with MEGA O � I 8197 LUG Joint Restraint fitting) EA 5 �(,."D r, , ct 6198 Furnish and Install 16"Tees(MJ with MEGA LUG Joint`+ f, Restraint fitting) EA 5 �L1,c� CD SHORT WATER SERVICE(Up to 14-ft) 8199 Remove and Replace 5/8"to 3/4"Copper or HDPE ff}� Service(Up to 42"of Cover) EA 10 B200 Remove and Replace 5/8"to 3/4"Copper or HDPE Service(43"-72"of Cover) EA 10 (, .bLK Remove and Replace 1"to 2"Copper or HDPE Service (Up to 42"of Cover) EA 10 0 6202 Remove and Replace 1"to 2"Copper or HDPE Service �3.-1' i }� �} (43"-72" of Cover) EA 10 l r f-i�.3� i _1 LONG WATER SERVICE(Greater Than 14-ft) Remove and Replace 5/8"to 3/4"Copper or HDPE 6203 Service(Up to 42"of Cover) EA 10 D IW0 Remove and Replace 5/8"to 3/4"Copper or HDPE B204 Service(43"-72"of Cover) EA 10 So �LH�. Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 9 of 17 Project E16294 Rev01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Remove and Replace 1"'to 2"Copper or HDPE Service 8205 (Up to 42"of Cover) EA 10 L 5206 Remove and Replace 1"to 2"Copper or HDPE Service ' (43"-72"of Cover) EA 10 j yll\.cry 1-14 RECONNECT EXISTING WATER SERVICE TO WATER MAIN Reconnect 5/8"to 3/4"Copper or HDPE Service{Up to 6207 42"of Cover) EA 10 C1 L , Reconnect 5/8"to 3/4"Copper or HDPE Service(43"-72"" 6208 of Cover) EA 10 � .�� 3� .2L) 620Reconnect 1"to 2"Capper or HDPE Service(Up to 42" of 9 1�7� Cover) EA 10 5210 Reconnect 1"to 2"Copper or HDPE Service(43"-72" of Cover) EA 10 CONNECT NEW WATER MAIN TO EXISTING WATER MAIN BY CONVENTIONAL METHOD WITH SLEEVE AND TEE B211 Connection to Existing 4"Water Main EA 10 B212 Connection to Existing 6"Water Main EA 10 B213 Connection to Existing 8"Water Main EA 10 3,;r'I B214 Connection to Existing 12"Water Main EA 10 5$4.')b . D B215 Connection to Existing 16"Water Main EA 5 o'a'f--1L 151, 03. 60 CONNECT NEW WATER MAIN TO EXISTING WATER MAIN BY HOT TAPPING WITH SLEEVE AND VALVE(Materials Only) B216 Furnish 4"Tapping Sleeve c/w 2" RW Gate Valve EA 10 Llsq•3z lam} Q©3, M,B217 Furnish 6"Tapping Sleeve c/w 4" RW Gate Valve EA 10 `--c�F'� I L. '1 D W B218 Furnish 8"Tapping Sleeve c/w 6" RW Gate Valve EA 10 o 8219 Furnish 10"Tapping Sleeve c/w 8" RW Gate Valve EA 2 Z 2i Z J`D 8220 Furnish 12"Tapping Sleeve c/w 10" RW Gate Valve ; EA 2 '�, l}1 7_0z Q �c B221 Furnish 16"Tapping Sleeve c/w 12" RW Gate Valve EA 2 ?5 w 8222 Furnish 4"Tapping Sleeve c/w 4" RW Gate Valve EA 10 oc B223 Furnish 6"Tapping Sleeve c/w 6" RW Gate Valve EA 10 50 8224 Furnish 8"Tapping Sleeve c/w 8" RW Gate Valve EA 10 ?� 8225 Furnish 10"Tapping Sleeve c/w 10" RW Gate Valve EA 2 3 S�)•3� �L 8226 Furnish 12"Tapping Sleeve c/w 12" RW Gate Valve EA 2 f jOD 8227 Furnish 16"Tapping Sleeve c/w 16" RW Gate Valve n IF\ EA 2 l I�`l.9� 3 CONNECT NEW WATER MAIN TO EXISTING WATER MAIN BY HOT TAPPING WITH SLEEVE AND VALVE Furnish and Install 4"Tapping Sleeve c/w 2" RW Gate 6228 Valve EA 5 a .�;� l b 325,E Furnish and Install 6"Tapping Sleeve c/w 4" RW Gate 2J -5 ` ��, 6229 Valve FA 5 i� 3D7.o.� `J Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(ID]Q)Procurement Page 10 of 17 Project E16294 Rev 01-132616 i 1 ? , C J ' , :Sy; a ia,.ti •�` - - . . . .. ,. ... -.. . -. - « R .-t I _ `'' . .i.} i t J. , 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNrr PRICE EXTENDED AMOUNT 6230 Furnish and Install 8"Tapping Sleeve c/w 6" RW Gate Valve EA 5 S-01 0 1r B231 Furnish and Install 10"Tapping Sleeve c/w 8" RW Gate Valve EA 2 L 6232 Furnish and Install 12"Tapping Sleeve c/w 10" RW Gate �i ��.`i 0 f Valve EA 2 W � 00 Furnish and Install 16"Tapping Sleeve c/w 12"' RW Gate B233 Valve EA 2b.to 2 'qu B234 �J Furnish and Install 4"Tapping Sleeve c/w 4" RW Gate - n Valve EA 5 + 6235 Furnish and Install 6"Tapping Sleeve c/w 6" RW Gate { (� Valve EA 5 11 J. 6236 Furnish and Install 8"Tapping Sleeve c/w 8" RW Gate Q �J Valve EA 5 �D �eP�•✓� Furnish and Install 10"Tapping Sleeve c/w 10" RW Gate �� 6237 Valve EA 2 1V1� Vl ' Furnish and Install 12"Tapping Sleeve c/w 12" RW Gate Valve EA 2 8�5.bo 1 B23$ I rlLK n Ir1✓ Furnish and Install 16"Tapping Sleeve c/w 16" RW Gate 8239 X53.i 13q rM. Value EA 2 �� FIRE HYDRANT B240 Furnish and Install FH Assembly with Long Lead(Tee, Pipe and Valve)Greater Than 14' (Up to 42"of Cover) EA 5 Furnish and Install FH Assembly with Long Lead (Tee, S , 6241 Pipe and Valve)Greater Than 14' (43"-72"of Cover) EA 5 Furnish and Install FH Assembly with Short Lead (Tee, 8242 Pipe and Valve) Up to 14'in Length (Up to 42"of Cover) EA 5 + L�x.46JV Furnish and Install FH Assembly with Short Lead (Tee, }y� 6243 p ) P g ( ) Lt 4`T )31 •t b Pipe and Valve U to 14'in Length 43"-72"of Cover EA 5 �2.L.2.;, 8244 Furnish and Connect 8"Fire Line Service EA 5 3f5ZID. CD Furnish and Install 8" Detector Check Valve and B245 f) (2 Concrete Vault EA 5 1-0 •� B246 Remove Existing Detector Check Valve Vault EA 5 C-2 © •p 8247 Remove Fire Hydrant EA 5 WATER METERS AND BOXES 8248 Furnish and Install Water Meter and Water Meter Box qo 3 EA 10 b�j 0,"'�� • ADJUST VALVE BOX 8249 Adjust Valve Box, 12"and Under EA 10 OI.St� Jr'. 8250 Adjust Valve Box,Greater Than 12" EA 5 -� JS , TRENCH SAFETY B251 Trench Safety for Remove and Install Waterline(Up to ( fl 42"of Cover) LF 100 . ` 1 Q CD Trench Safety for Remove and Install Waterline(43"-72" 6252 of Cover) LF 100 w.1310 V Trench Safety for Auger Boring/Pipe Bursting Pits(Up to 8253 42"of Cover) EA 10 Trench Safety for Auger Boring/Pipe Bursting Pits(43"- BZ54 2�IG 72"of Cover) EA 10 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 11 of 17 Project E16294 Rev01-13-2018 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT REPAIR ITEMS 8255 Furnish and Install Cement Stabilized Sand y toD 5 TANS 100 S�.{o v ✓ B256 Clearing and Grubbing AC 1 •2, 8257 Furnish and Install Asphalt Pavement Repair SY 100 (p(?.3a 8258 Sawcut Asphalt Per 2" lift greater than 2"thickness LF 1000 Furnish and Install Asphalt Overlay Per 2" lift greater 8259 than 2"thickness SY 100 2_9 / ,a .VID 8260 Remove Asphalt Per 2" lift greater than 2"thickness SY 500 8261 Furnish and Install Concrete Pavement Repair p /U� 5F 100 2A3� B262 Sawcut Concrete Per 2" lift greater than 8"thickness LF 1000 .95— "A% 8263 Furnish and Install Concrete Overlay per 2"lift greater than 8"thickness SF 100d���• � b.`t 3 8264 Remove Concrete Per 2" lift greater than 8"thickness SF 100 f-1.13 8265 Furnish and Install Concrete Driveway Repair SF 100 Ct.74 `� 'b 8266 Furnish and Instal Concrete Curb Ramp Repair SF 100 3-5- 21055 B267 Furnish and instal Concrete Curb and Gutter Repair LF 100 1, z�i , Ob B268 Furnish and Instal Concrete Valley Gutter Repair LF 100 `1,y7 U•(gip B269 Furnish and Instal Concrete Sidewalk Repair SF 100 cc.;,14 C1'++.00 B270 Furnish and Instal Seeding SY 100 3o DD B271 Furnish and Instal Sodding SY 100 �, OW riDsCD B272 Furnish and Install Wooden Fence LF 100 441,;,; 5o. M B273 Furnish and Install Chain Link Fencing LF 100 n�/� , B274 Remove and Reinstall Residential Mailbox EA 50 S 90-Co �) 00 6275 Haul off Concrete(greater than 8 inches in thickness)/ Q Asphalt(greater than 2 inches thickness) NR 50 WATER MAIN ABANDONMENT 8276 Abandon 2"to 4"Water Main in Place and Fill with Q Grout LF 100 1�.32- Abandon 2-Abandon 6"to 8"Water Main in Place and Fill with n Q 8277 Grout LF 100 B278 Abandon 12"Water Main in Place and Fill with Grout LF 50 s- . . OID B279 Abandon 16"Water Main in Place and Fill with Grout LF 50 S5. • DC CASING PIPE BY CONVENTIONAL TRENCHING(INCL CARRIER PIPE) Furnish and Install 10"Steel Casing Pipe w/4""Water 8280 Main by Conventional Trenching,(Up to 42"of Cover) LF 50 � Furnish and Install 10"Steel Casing Pipe w/4"Water r 8281 Main by Conventional Trenching(43"-72" of Cover) LF SD 8282 Furnish and Install 12"Steel Casing Pipe w/6"Water _ �•, Main by Conventional Trenching,(Up to 42"of Cover) LF 50 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 12 of 17 Project E16294 Rey 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B283 Furnish and Install 12"Steel Casing Pipe w/6"Water *q-tp Main by Conventional Trenching(43"-72" of Cover) LF 50 `t�.1 _ B284 Furnish and Install 16"Steel Casing Pipe w/8"Water ff�� Main by Conventional Trenching(Up to 42"of Cover) LF 50 C 3v• "W B285 Furnish and Install 16"Steel Casing Pipe w/8"Water Main by Conventional Trenching(43"-72"of Cover) LF 50 OT-70 `"' ` OD #3286 Furnish and Instal[20"Steel Casing Pipe w/12" Water f(� Main by Conventional Trenching(Up to 42"of Cover) LF 50 l 3 �yQ��• 8287 Furnish and Install 20"Steel Casing Pipe w/12"Water �} Main by Conventional Trenching(43"-72"of Cover) LF 50 Furnish and Instal[30"Steel Casing Pipe w/16"Water 8288 Main by Conventional Trenching, (Up to 42" of Cover) LF 50 8289 Furnish and Install 30"Steel Casing Pipe w/16"Water ,A Main by Conventional Trenching(43"-72"of Cover) LF 50 Ito 140 2}4i p� CASING PIPE BY AUGER BORING(INCL.CARRIER PIPE)(0 to 100-ft)CASING PIPE BY BORING AND JACKING)INCL CARRIER PIPE) B29D Furnish and Install 10"Steel Casing Pipe w/4"Water Main by Auger Boring(Up to 42'°of Cover) LF 50 6291 Furnish and Install 10"Steel Casing Pipe w/4"Water Main by Auger Boring(43"-72"of Cover) LF 50 Furnish and Install 12"Steel Casing Pipe w/6"Water 6292 Main by Auger Boring(Up to 42"of Cover) LF 50 3`Ly . �� M�y ✓�"� 6293 Furnish and Install 12"Steel Casing Pipe w/6"Water Y g g( Main b Auger Boring 43"-72"of Cover) LF 50 Furnish and Install 16"Steel Casing Pipe w/8"Water 6294 Main by Auger Boring(Up to 42"of Cover) LF 50 ) C1 tis �.• Furnish and Install 16'"Steel Casing Pipe w/8"Water 6295 Main by Auger Boring(43"-72"of Cover) LF 50 �I`r• 8296 Furnish and Install 20"Steel Casing Pipe w/12"Water Main by Auger Boring(Up to 42" of Cover) LF 50Q Furnish and Install 20"Steel Casing Pipe w/12"Water 8297 Main by Auger Baring(43"-72"of Cover) LF 50 Furnish and Install 30"Steel Casing Pipe w/16"Water B298 '✓��I Main by Auger Boring(Up to 42"of Cover) LF 50 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 13 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Furnish and Install 30"Steel Casing Pipe w/16"Water 8299 Main by Auger Boring(Up to 42"of Cover) LF 50 CASING PIPE BY AUGER BORING(INCL.CARRIER PIPE)(Greater Than 100-ft) Furnish and Install 10"Steel Casing Pipe w/4"Water 6300 Main by Auger Boring(Up to 42"of Cover) VV LF 100 ���,�7 Furnish and Install 10"Steel Casing Pipe w/4"Water B301 Main by Auger Boring(43"-72"of Cover) w LF 100 '��• 117 'I 8302 Furnish and Install 12"Steel Casing Pipe w/6"Water Main by Auger Boring(Up to 42" of Cover) Vi LF 100 �3�•3� I B303 Furnish and Install 12"Steel Casing Pipe w/6"Water r� Main by Auger Boring(43"-72"of Cover) LF 100 3�,4)rl. DD Furnish and Install 16"Steel Casing Pipe w/8"Water B304 Main by Auger Boring(Up to 42"of Cover) cc LF 100 � •�'� I Furnish and Install 16"Steel Casing Pipe w/8"Water 8305 Main by Auger Boring(43"-72" of Cover) LF 100 �) 3q, LAI 8306 Furnish and Install 20"Steel Casing Pipe w/12"Water �1 Main by Auger Boring(Up to 42"of Cover) (�'� •'77 LF 50 B307 Furnish and Install 20"Steel Casing Pipe w/12"Water ,'ii Main by Auger Boring(43"-72"of Cover) LF 50 �F�� S -7 Furnish and Install 30"Steel Casing Pipe w/16"Water 6308 Main by Auger Baring(UP to 42"of Cover) LF 50 Irl t Ob Furnish and Install 30"Steel Casing Pipe w/16"Water B309 Main by Auger Boring(43"-72" of Cover) LF 50 F7 TREE AND FENCE REMOVAL B310 Tree Removal Up To 8"in Dia. EA 5 +712,5 p 8311 Tree Removal Greater than 8"in Dia. EA 5 r, 4� , Co 8312 Brush Removal AC 1 3 �-qo. B313 Remove and Relocate Existing Wooden Fence + LF 50 �.-�•�© 8314 Remove and Relocate Existing Chainlink Fence LF 50 TRAFFIC CONTROL 6315 Furnish and Install Signing and Traffic Control(Scenario I� n 1) DAY 5 Furnish and Install Signing and Traffic Control(Scenario r B316 2) DAY 5 � - vv Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(ID[Q)Procurement Page 14 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDEDAMOUNT Furnish and Install Signing and Traffic Control(Scenario 8317 3) DAY 5 IV11�� 6318 Furnish and Install Signing and Traffic Control(Scenario !! fin, 4) DAY 5 -3 6319 Furnish and Install Signing and Traffic Control(Scenario 5) DAY 5 V C Furnish and Install Signing and Traffic Control(Scenario ty 8320 6) DAY 5 6321 Furnish and Install Signing and Traffic Control(Scenario + 7) DAY 5 Furnish and Install Signing and Traffic Control(Scenario B322 8) DAY 5 '}.„ ,55• M B323 Furnish and Install Signing and Traffic Control(Scenario 9) DAY S X08 .� ✓s/' O `W 8324 Furnish and Install Signing and Traffic Control(Scenario 10) DAY 5 7 O(�,a` f--�5D 6325 Furnish and Install Signing and Traffic Control(Scenario 5 4, 11) DAY 5 �{� L10 ✓�• 6326 Furnish and Install Signing and Traffic Control(Scenario I�}-7 !�® 12) DAY 5 ` V" •c/ 8327 Furnish and Install Signing and Traffic Control (Scenario . 13) DAY 5 Furnish and Install Signing and Traffic Control (Scenario e2 8328 14) DAY 5 ) D p ' B329 Furnish Flagger DAY 5 C[7Z, 2-36-0. B330 Furnish and Install Flashing Arrow Board DAY 5 0 B331 Furnish and Install Channelization Drums(10 Drums) DAY 5 ��•)3 `�"� B332 Furnish and Install Type III Barricade DAY 5 of,s p 1D Furnish and Install Skid Mount Sign on Double Wooden l 6333 Posts DAY 5 29•�� T `� POLLUTION CONTROL MEASURES 8334 Furnish and Install Silt Fence LF 100 y B335 Furnish and Install Fiber Rolls LF 100 Lit.1iu B336 Furnish and Install Rock Filled Bags LF 100 3S-,s-3 146765,W 8337 Furnish and Install Rock Filter Dam LS 1 zb,cz Z0 ,[D B338 Furnish and Install Construction Entrance/Exit LS 1 9 _ WELL POINTING 8339 Furnish and Install Well Pointing for Water Main installation(Up to 42”of Cover) LF 100O- Furnish and Install Well Pointing for Water Main B340 installation(43"-72"of Cover) S' +� LF 100 ✓`� INSTALLATION OF GAS MAIN Furnish and Install 2" DR9 MDPE Gas Main by Horizontal F45!5 CD B341 Directional Drilling LF 3400 l 3, 60 Furnish and Install 4" DR9 MDPE Gas Main by Horizonta . CC I 8342 Directional Drilling LF 2000 "7-7. � Bid Form City-Wide Water distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 15 of 17 Project E16294 ReY01-13-2ai6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EIKTENDEDAMOUNT B343 Furnish and Install Gas Service EA 110 I Q B344 Furnish and Install Test Riser Assembly EA 4 PRECONSTRUCTION EXPLORATORY EXCAVATION 8345 Preconstruction Exploratory Excavation(Up to 5'depth) LF 100 b i Extra Depth for Preconstruction Exploratary Excavation 8346 (over 5'in depth) VF 10D T��qS' JOINT RESTRAINT Furnish and InstallBell Harness Assembly forWater 8347 Main EA 5 Furnish and Installa arness Assembly forWater p 6348 Main EA 5 S7 �'�'� d.35 Furnish an nsta a arness ssem y forWater 2 B349 Main EA 5 7. � Furnish ancl Installe arness Assembly for Water B350 Main EA 5 Furnisfianct Installe arness Assembly for Water 8351 Main EA 5 �L(,C� ! • I" Furnishan Install e Harness Assembly or a er 6352 Main EA 5 1 6LZ -04 SUBTOTAL PART B-WATER IMPROVEMENTS(Items B1 thru B352) cj Part C-EMERGENCY SCENARIO PRICING (Hypothertical Scenario No.2)(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS Remove and Dispose O lam.ACP B19 Waterline(Up to 42"of Cover) LF 675 Furnish and Install 8" Diam.C900 DR18 PVC 11 B53 Waterline(Up to 42"of Cover) LF 675 `3�,s1. Z!'� � f•� B161 Furnish and Install 8" R/W Gate Valve EA 2 B180 Furnish and Install 8"45 Deg Bend(MJ) EA 4 �2q.S t� 2 8182 Furnish and Install 8" Reducers-All Sizes(MJ) EA 2 21 1.3� D Remove and Replace 5/8"to 3/4"Copper � ��j �` B199 Service(Up to 42"of Cover) EA 8 u .5 o f-C'��1@.DO 8211 Connect to Existing 4"Water Main EA 1 06-4-w 15 5 8212 Connect Existing 6"Water Main EA 2 1105--Z7 2Z)D. B213 Connect Existing 8"Water Main EA 2 3 2.5te. Z Furnish and Install FH Assembly with short lead(Tee, 3242 Pipe and Valve) Up to 14'in Length (Up to 42"of Cover) EA 2 �5 f,p. 70 COV, Trench Safety for Remove and Install B251 Waterline(Up to 42"of Cover) LF 1350 '2.3t, ,CD B255 Cement Stabilized Sand TONS 330 3.10 ?.3. DD 8257 Asphalt Pavement Repair SY 225 ci.1p fr,IV 2 1150 B265 Concrete Driveway Repair SF 480 3 B267 Concrete Curb and Gutter Repair LF 100 23 B269 Concrete Sidewalk Repair SF 100 '-- . OD 8315 Signing and Traffic Control(Scenario 1) DAY 24 '2,41'S--ZZ "7090-TO 8335 Furnish and Install Fiber Rolls LF 20 2.45 .CD Preconstruction Exploratory Excavation (Up B345 to 5'Depth) LF 40 f U 3.zS 41!PD.vD SUBTOTAL PART C-EMERGENCY SCENARIO PRICING(Hypothertical Scenario No.2)(Part C) •115 Emergency Coefficient-(Bidder shall apply a Multiplier of ug to 2,to the Subtotal Hypothetical Scenario No.2i S Subtotal Emergency Scenario Pricing(Subtotal of Hypothetical Scenario No.2 Multiplied by the Emergency Coefficient) 2.. 22,3 r Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 16 of 17 Project E16294 Rev01-1.3.2016 I _ f r• ' •. y `.to > . - '. �� '-lea• � - , � .. 1. r r aay • , 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A-GFNFRAL[Items A1) UO QD SUBTOTAL PART B-WATER IMPROVEMENTS{Items B1 thru 83521 SUBTOTAL PART C-EMERGENCY SCENARIO PRICING(Hypothertical Scenario No.2)Multiplied by the Emergency Coefficient 2e 1 2 Total Base Bid(A+B+C) For Evaluation Purposes ,•'7 Contract Times Bidder agrees to reach Substantial Completion in 335 days Bidder agrees to reach Final Completion in 365 Jdays Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 17 of 17 Project E16294 Rev 01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder"refers to a person whose principal place of business is in this state,including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. O Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of D/Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: C �•-�c rts�c, LAG C�'r.L `-t vki,,L t,.t,."Lf-A or printed) By: (signotu ocht evidence o auth(o�ritty to sign) Name: l� •,-t-aL Q.-- �,,,C-L — (typed or printed) Title: tics S Business address: Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ)Procurement 11-25-2013 Project E16294 00 30 OS City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER W TO BE ASSIGNED BY CrrY- — PURCHASING DIVISION City of CITY OF CORPUS CHRISTI c�u DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: C?C —IL Cu `^t Ccy„ias P.O.BOX: STREET ADDRESS: (,1g k-L4 j 9 4 CITY: Nrwl �`l ,cx.•� ZIP: FIRM IS: 1. Corporation 8 2. Partnership ff 3. Sole Owner E]4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title a 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee vim 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant City of Corpus Christi 003005-1 Disclosure of Interest Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as.changes occur. Certifying Person: r„�, Title: (rype er t) Signature of Certifying - Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain,whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant"Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement, Project No.E16294 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding;or with any official or employee of the Owner as to quantity,quality,or price in the prospective contract,or any other terms of said prospective contract;or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: Cq' . L,L.0 NX Ca�L_ Zi�� arc s,ick (typed or printed) By: ./ (signature att evidence of authorr n Name: u4 (typed or printed) Title: Business address: 22� nj , Phone: -4m-jf'{b-000`1 Email: a,6.e ChIt"oJi-AL - c6-- END OF SECTION Non-Collusion Certification 00 30 06-1 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ)Procurement 11-25-2013 Project E16294 Sure . BID BOND KNOW ALL MEN BY THESE PRESENTS, that we CPC Interests, LLC dba Clark Pipeline Services, LLC as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 9737 Great Hills Trail, Suite 320, Austin, Tx 78759, as surety, hereinafter called the"Surety," are held and firmly bound unto City of Corpus Christi as obligee, hereinafter called the Obligee, in the sum of Five Percent(5%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for City-Wide Water Distribution System Repair and Replacement 20174010) Procurement, Project No. E16294. NOW,THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 15th day of February, 2017. CPC Interests. LLC dba Clark Pipeline Services, LLC (Principal) BY: TITLE: Sure ec Insurance Co an ( � BY: i.�'1 Dennis M Descant, Jr., Attorney-in-Fact Clark Pipeline Services-City of Corpus Christi-City-Wide Water Distribution System Repair&Replacement.doc Rev 1.1.06 i J L s POA M 4221073 SureTec Insurance Company LBUTED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Jeffrey L.Brady,Dennis M.Descant,Jr.,Cheryl A.Sanders,Alicia Cantavella its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances,undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for. Five Million and 001100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and Auly attested by its Secretary,hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 6/18/2017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved,that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be It Resolved;that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 200 ofAprit, 1999.) In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 21st day of March,A.D.2013. SURETEC INSURANCE COMPANY y�PANCfi O� By: WJohn uj oz Jr: resident State of Texas ss: 1P 1 t County of Harris ^-" On this 21st day of March,A.D.2013 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described_in and which executed the above instrument;that he knows the seal of said Company,that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. JACQUELYN MALDONADO Notary Pubac State o1 Texas • 3w+* ' My Comm.Exp.611812017 JacqYielyn Maldonado,Notary Public My commission expires May 18,2017 1,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect,and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. 15th February 2017 Ary Given under my hand and the seal of said Company at Houston,Texas this day of Bre t Beaty,Assistant Secretary Any instrument issued In excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)612-0800 any business day between 8:00 am and 6:00 pm CST. 10 VIA , VIA ! on ,.. J ✓ y SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin,Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi a&Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spares, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev 1.1.06 URBAN ENGINEERING UE Job No.:33760.B6.04 Via email June 12, 2018 Mr. J. H. Edmonds, P. E. Director of Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469 Subject: City-Wide Water Distribution System Repair and Replacement(ID/10)—E16294/18094A Dear Jeff, Please find enclosed a letter from the Contractor, Clark Pipeline indicating their willingness to renew the construction contract for the above subject City project. Please also find enclosed the final revised unit price matrix containing the accepted unit prices for the known bid items to date. Based on the work competed in Year 1 and our interaction with the contractor, Urban Engineering recommends that the City enter in to another year long contract with Clark Pipeline, to complete Water IDIQ work in the City of Corpus Christi. Please review the contents of this renewal package and if you have any questions or require additional information, please contact me. Sincerely, URBAN ENGINEERING J. Douglas McMullan, P. E. JDM/ Enclosures cc: Alex Barabanov P.E. Major Projects Engineer, Engineering Services (361)854-3101 2725 SWANTNER DRIVE CORPUS CHRISTI,TEXAS 78404 FAX(361)854-6001 www.urbaneng.com TBPE Firm#145 TBPLS Firm#10032400 6229 leopard StreefPH: (3G 1) 929-5822 C LA CORPUS CHRISTI, TX 78409 K wvvw.clarkpipefine.com tlol 4K: mr-Favice:M June 11, 2018 J.H. Edmonds, P.E. Director of Capital Programs PO Box 9277 Corpus Christi,TX 78469-9277 RE: Programmed Waterline Service Life Extension City-Wide Distribution System Repair and Replacement IDIQ Procurement City Project Number E16294 Agreement to Contract Renewal-Second year Dear Mr. Edmonds CPC Interests, LLC DBA Clark Pipeline Services, LLC, is proud to be a contractor for the City of Corpus Christi and excited about another successful year between our company and the City. Clark Pipeline Services agrees to renew the above referenced contract as per contract documents with bid item changes/additions provided to Urban Engineering. We agree to a contract renewal in the amount of$5,100,000.00 If any additional information is required, please contact me at 361-816-6007. Sincerely, CLARK PIPELINE SERVICES, LLC Chris er C. Clark President CITY OF CORPUS CHRISTI-ENGINEERING SERVICES AWARDED CONTRACT BID TAB PROJECT NAME: City-Wide Water Distribution System Repair&Replacement 2017 IDIQ Procurement BID DATE: 2/15/2017 PROJECT NO: E16294(Parent Year l) AWARD DATE: 3/28/2017 CONTRACTOR: CPC Interest,LLC.Dba Clark Pipeline Services,LLC. PRE-CON DATE: 5/11/2017 ENGINEER: Urban Engineering NTP DATE: 5/29/2017 PROJECT MANAGER: Alex Barabanov PROJECTED COMPLETE: 5/29/2018 INSPECTOR: lose Deleon CONTRACT TIME(CD's): 365 TESTING LAB: Rock Engineering&Testing LIQ.DAMAGES(per CD): $750.00 CONTRACT AMOUNT: $5,100,000.00 ITEM NO ITEM DESCRIPTION UNIT QTYS UNIT PRICE CONTRACT UNIT PRICE Al Mobilization LS 1 $ 236,000.00 $ 236,000.00 31 Remove and Dispose of 2"Dia..CIP and DIP Waterline(Up to 42"of Cover) LF 50 $ 14.16 $ 708.00 B2 Remove and Dispose of 2"Diam.CIP and DIP Waterline(43"-72"of Cover) LF 50 $ 14.16 $ 708.00 B3 Remove and Dispose of 4"Diam.CIP and DIP Waterline(Up to 42"of Cover) LF 50 $ 15.34 $ 767.00 E4 Remove and Dispose of 4"Diam.CIP and DIP Waterline(43"-72"of Cover) LF 50 $ 17.70 $ 885.00 B5 Remove and Dispose of 6"Diam.CIP and DIP Waterline(Up to 42"of Cover) LF 100 $ 30.68 $ 3,068.00 B6 Remove and Dispose of 6"Diam.CIP and DIP Waterline(43"-42"of Cover) LF 50 $ 31.86 $ 1,593.00 37 Remove and Dispose of 8"Diam.CIP and DIP Waterline(Up to 42"of Cover) LF 100 $ 31.86 $ 3,186.00 38 Remove and Dispose of 8"Diam.CIP and DIP Waterline(43"-72"of Cover) LF 50 $ 33.04 $ 1,652.00 B9 Remove and Dispose of 12"Diam.CIP and DIP Waterline(Up to 42"of Cover) LF 50 $ 36.97 $ 1,848.50 610 Remove and Dispose of 12"Diam.CIP and DIP Waterline(43"-72"of Cover) LF 50 $ 38.15 $ 1,907.50 Ell Remove and Dispose of 16"Diam.CIP and DIP Waterline(Up to 42"of Cover) LF 50 $ 40.51 $ 2,025.50 B12 Remove and Dispose of 16"Diam.CIP and DIP Waterline(43"-72"of Cover) LF 50 $ 41.69 $ 2,084.50 B13 Remove and Dispose of 2"Diam.ACP Waterline(Up to 42"of Cover) LF 50 $ 29.50 $ 1,475.00 B14 Remove and Dispose of 2"Diam.ACP Waterline(43"-72"of Cover) LF 50 $ 29.50 $ 1,475.00 1315 Remove and Dispose of 4"Diam.ACP Waterline(Up to 42"at Cover) LF 50 $ 31.86 $ 1,593.00 B16 Remove and Dispose of 4"Diam.ACP Waterline(43"-72"of Cover) LF 50 $ 31.86 $ 1,593.00 B17 Remove and Dispose of 6"Diam.ACP Waterline(Up to 42"of Cover) LF 100 $ 31.86 $ 3,186.00 618 Remove and Dispose of 6"Diam.ACP Watedine(43"-72 of Cover) LF 50 $ 33.04 $ 1,652.00 B19 Remove and Dispose of 8"Diam.ACP Waterline(Up to 42"of Cover) LF 100 $ 33.04 $ 3,304.00 B20 Remove and Dispose of 8"Diam.ACP Waterline(43"-72"of Cover) LF 50 $ 35.40 $ 1,770.00 B21 Remove and Dispose of 12"Diam.ACP Waterline(Up to 42"of Cover) LF 50 $ 39.33 $ 1,966.50 B22 Remove and Dispose of 12"Diam.ACP Waterline(43"-72"of Cover) LF 50 $ 40.51 $ 2,025.50 B23 Remove and Dispose of 16"Diam.ACP Waterline(Up to 42"of Cover) LF 50 $ 49.56 $ 2,478.00 B24 Remove and Dispose of 16"Diam.ACP Waterline(43"-72"of Cover) LF 50 $ 50.74 $ 2,537.00 1325 Furnish and Install 4"Diam.C900 DR38 PVC Waterline(Up to 42"of Cover) LF 50 $ 28.84 $ 1,442.00 B26 Furnish and Install 4"Diam.C900 DR18 PVC Waterline(43"-72"of Cover) LF 50 $ 28.84 $ 1,442.00 B27 Furnish and install 6"Diam.C900 DR18 PVC Waterline(Up to 42"of Cover) LF 50 $ 34.09 $ 1,704.50 B28 Furnish and install 6"Diam.C900 DR18 PVC Waterline(43"-72"of Cover) LF 50 $ 35.27 $ 1,763.50 B29 Furnish and Install 8"Diam.C900 DR18 PVC Waterline(Up to 42"of Cover) LF 50 $ 49.90 $ 2,495.00 B30 Furnish and Install 8"Diam.C900 DR18 PVC Waterline(43"-72"of Cover) LF 50 $ 51.08 $ 2,554.00 B31 Furnish and Install 10"Diam.C90U DR 18 PVC Waterline(Up to 42"of Cover) LF 50 $ 57.82 $ 2,891.00 B32 Furnish and Install 10"Diam.C900 DR 18 PVC Waterline(Over 43"to 72"of Cover) LF 50 $ 59.00 $ 2,950.00 B33 Furnish and Install 12"Diam.C900 DR18 PVC Waterline(Up to 42"of Cover) LF 50 $ 74.54 $ 3,727.00 B34 Furnish and Install 12"Diam.C900 DR18 PVC Waterline(43"-72"of Cover) LF 50 $ 75.72 $ 3,786.00 B35 Furnish and install 16"Diam.CW5 CR18 PVC Waterline(Up to 42"of Cover) LF 50 $ 131.75 $ 6,587.50 B36 Furnish and install 16"Diam.CW5 CR18 PVC Waterline(43"-72"of Cover) LF 50 $ 132.93 $ 6,646.50 B37 Furnish and Install 4"Diam.DIP Waterline(Up to 42"of Cover) LF 50 $ 58.91 $ 2,945.50 B38 Furnish and Install 4"Diam.DIP Waterline(43"-72"of Cover) LF 50 $ 58.91 $ 2,945.50 B39 Furnish and Install 6"Diam.DIP Waterline(Up to 42"of Cover) LF 50 $ 55.24 $ 2,762.00 B40 Furnish and Install 6"Diam.DIP Waterline(43"-72"of Cover) LF 50 $ 56.42 $ 2,821.00 B41 Furnish and Install 8"Diam.DIP Waterline(Up to 42"of Cover) LF 50 $ 75.83 $ 3,791.50 B42 Furnish and Install 8"Diam.DIP Waterline(43"-72"of Cover) LF 50 $ 77.01 $ 3,850.50 B43 Furnish and install 10"Diam.DIP Waterline(Up to 42"of Cover) LF 50 $ 78.92 $ 3,946.00 B44 Furnish and install 10"Diam.DIP Waterline(43"to 72"of Cover) LF 50 $ 80.10 $ 4,005.00 B45 Furnish and Install 12"Diam.DIP Waterline(Up to 42"of Cover) LF 50 $ 87.10 $ 4,355.00 B46 Furnish and Install 12"Diam.DIP Waterline(43"-72"of Cover) LF 50 $ 88.28 $ 4,414.00 B47 Furnish and Install 16"Diam.DIP Waterline(Up to 42"of Cover) LF 50 $ 163.48 $ 8,174.00 B48 Furnish and install 16"Diam.DIP Waterline(43"-72"of Cover) LF 50 $ 164.66 $ 8,233.00 B49 Furnish and Install 4"Diam.C900 DR18 PVC Waterline(Up to 42"of Cover) LF 200 $ 32.78 $ 6,556.00 B50 Furnish and Install 4"Diam.C900 DR38 PVC Waterline(43"-72"Cover) LF 200 $ 33.96 $ 6,792.00 B51 Furnish and install 6"Diam.C900 CR18 PVC Waterline(Up to 42"of Cover) LF 200 $ 43.82 $ 8,764.00 B52 Furnish and Install 6"Diam.C900 CR18 PVC Waterline(43"-72"Cover) LF 200 $ 45.00 $ 9,000.00 B53 Furnish and Install 8"Diam.C900 DR18 PVC Waterline(Up to 42"of Cover) LF 200 $ 55.86 $ 11,172.00 B54 Furnish and Install 8"Diam.C900 CR18 PVC Waterline(43"-72"Cover) LF 200 $ 57.04 $ 11,408.00 355 Furnish and Install 10"Diam.C900 DR 18 PVC Waterline(Up to 42"of Cover) LF 200 $ 61.07 $ 12,214.00 B56 Furnish and Install 10"Diam.C90U DR 18 PVC Waterline(43"to 72"of Cover) LF 200 $ 62.25 $ 12,450.00 B57 Furnish and Install 12"Diam.C900 DR18 PVC Waterline(Up 1o42"of Cover) LF 200 $ 76.11 $ 15,222.00 B58 Furnish and Install 12"Diam.C900 DR18 PVC Waterline(43"-72"Cover) LF 200 $ 77.29 $ 15,458.00 B59 Furnish and Install 16"Diam.CW5 CR18 PVC Waterline(Up to 42"of Cover) LF 200 $ 146.89 $ 29,378.00 B60 Furnish and install 16"Diam.CW5 CR18 PVC Waterline(43"-72"Cover) LF 200 $ 148.07 $ 29,614.00 B61 Furnish and Install 4"Diam.C900 CR18 PVC Waterline(Up to 42"of Cover)by Auger Boring LF 50 $ 81.42 $ 4,071.00 B62 Furnish and Install 4"Diam.C900 DR18 PVC Waterline(43"-72"of Cover)by Auger Boring LF 50 $ 81.42 $ 4,071.00 B63 Furnish and Install 6"Diam.C900 CR18 PVC Waterline(Up to 42"of Cover)by Auger Boring LF 50 $ 123.90 $ 6,195.00 B64 Furnish and Install 6"Diam.C900 CR18 PVC Waterline(43"-72"of Cover)by Auger Boring LF 50 $ 125.08 $ 6,254.00 365 Furnish and Install 8"Diam.C900 DR18 PVC Waterline(Up to 42"of Cover)by Auger Boring LF 50fi$ 2S9.60 71.10 $ 8,555.00 B66 Furnish and Install 8"Diam.C900 DR38 PVC Waterline(43"-72"of Cover)by Auger Boring LF 5077.00 $ 8,850.00 B67 Furnish and install 12"Diam.CWD CR18 PVC Water!me(Up to 42"of Cover)by Auger Boring LF 50 $ 12,980.00 B68 Furnish and Install 12"Diam.C90U CR18 PVC Watedine(43"-72"of Cover)by Auger Boring LF 5065.50 $ 13,275.00 B69 Furnish and Install 16"Diam.CW5 CR18 PVC Watedine(Up to 42"of Cover)by Auger Boring LF 5074.06 $ 18,703.00 B70 Furnish and Install 16"Diam.CW5 DR18 PVC Watedine(43"-72"of Cover)by Auger Bon ng LF 5079.96 $ 18,998.B71 Furnish and Install 4"Diam.C900 DR 18 PVC Waterline(Up to 42"of Cover)by Auger Boring LF 10080.24 $ 8,024.00 B72 Furnish and Install 4"Diam.C900 DR 18 PVC Watedine(43"-72"of Cover)by Auger Boring LF 10080.24 $ 8,024.00 B73 Furnish and Install 6"D1am.C900 DR 18 PVC Water!me(Up to 42"of Cover)by Auger Ban ng LF 100 $ 119.18 $ 11,918.00 CITY OF CORPUS CHRISTI-ENGINEERING SERVICES AWARDED CONTRACT BID TAB PROJECT NAME: City-Wide Water Distribution System Repair&Replacement 2017 IDIQ Procurement BID DATE: 2/15/2017 PROJECT NO: E16294(Parent Year 1) AWARD DATE: 3/28/2017 CONTRACTOR: CPC Interest,LLC.Dba Clark Pipeline Services,LLC. PRE-CON DATE: 5/11/2017 ENGINEER: Urban Engineering NTP DATE: 5/29/2017 PROJECT MANAGER: Alex Barabanov PROJECTED COMPLETE: 5/29/2018 INSPECTOR: lose Deleon CONTRACT TIME(CD's): 365 TESTING LAB: Rock Engineering&Testing LIQ.DAMAGES(per CD): $750.00 CONTRACT AMOUNT: $5,100,000.00 ITEM NO ITEM DESCRIPTION UNIT QTYS UNIT PRICE CONTRACT UNIT PRICE B74 Furnish and Install 6"Diam,C900 DR 18 PVC Waterline(43"-72"of Cover)by Auger Boring LF 100 $ 125.08 $ 12,508.00 375 Furnish and Inrtall 8"Diam.C900 DR 18 PVC Waterline(Up to 42"of Cover)by Auger Boring LF 100 $ 142.78 $ 14,278.00 B76 Furnish and Install 8"Diam.C9M DR 18 PVC Waterline(43"-72"of Cover)by Auger Boring LF 100 $ 148.68 $ 14,868.00 B77 Furnish and Inrtall 12"Diam.CWD DR 18 PVC Waterline(Up to 42"of Caver)by Auger Boring LF 100 $ 218.30 $ 21,830.00 B78 Furnish and Install 12"Diam.CWD DR 18 PVC Waterline(43"-72"of Cover)by Auger Baring LF 100 $ 224.20 $ 22,420.00 B79 Furnish and Install 16"Diam.CW5 DR 18 PVC Waterline(Up to 42"of Cover)by Auger Boring LF 100 $ 313.88 $ 31,388.00 B80 Furnish and Install 16"Diam.CW5 DR 18 PVC Waterline(43"-72"of Cover)by Auger Boring LF 100 $ 320.96 $ 32,096.00 B81 Furnish and Install 4"Diam.C9M DRI8 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 100 $ 56.64 $ 5,664.00 B82 Furnish and Install 4"Diam.C9M DRI8 Fusible PVC Waterline(43"-72"of Cover)by Pipe Bursting LF 100 $ 59.00 $ 5,900.00 B83 Furnish and Install 6"Diam.C9M DR38 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Burrting LF 100 $ 66.08 $ 6,608.00 B84 Furnish and Inrtall 6"Diam.C9M DR18 Fusible PVC Waterline(43"-72"of Cover)by Pipe Burrting LF 100 $ 68.44 $ 6,844.00 B85 Furnish and Install 8"Diam.C900 DR18 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 100 $ 79.06 $ 7,906.00 B86 Furnish and install 8"Diam.C900 DRI8 Fusible PVC Waterline(43"-72"of Cover)by Pipe Bursting LF 100 $ 82.60 $ 8,260.00 B87 Furnish and Install 12"Diam.C900 DRI8 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 50 $ 135.70 $ 6,785.00 B88 Furnish and Install 12"Diam.C900 DRI8 Fusible PVC Waterline(43"-72"of Cover)by Pipe Bursting LF 50 $ 147.50 $ 7,375.00 B89 Furnish and Install 16"Diam.C905 DR18 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 50 $ 247.80 $ 12,390.00 B90 Furnish and Install 16"Diam.CW5 DR18 Fusible PVC Waterline(43"-72"of Cover)by Pipe Bursting LF 50 $ 259.60 $ 12,980.00 B91 Furnish and Insta114"Diam.C9M DR18 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 150 $ 54.28 $ 8,142.00 B92 Furnish and install 4"Diam.C900 DR38 Fusible PVC Waterline(43"-72"Cover)by Pipe Bursting LF 150 $ 56.64 $ 8,496.00 B93 Furnish and install 6"Diam.C900 DRI8 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 150 $ 61.36 $ 9,204.00 B94 Furnish and Install 6"Diam.C900 DR18 Fusible PVC Waterline(43"-72"Cover)by Pipe Bursting LF 150 $ 63.72 $ 9,558.00 395 Furnish and Install 8"Diam.C900 DRI8 Fusible PVC Waterline(Up m 42"of Cover)by Pipe Bursting LF 150 $ 70.80 $ 10,620.00 B96 Furnish and Install 8"Diam,C900 DRI8 Fusible PVC Waterline(43"-72"Cover)by Pipe Bursting LF 150 $ 74.34 $ 11,151.00 B97 Furnish and Install 12"Diam.C900 DR18 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 100 $ 126.26 $ 12,626.00 B98 Furnish and install 12"Diam.C900 DR18 Fusible PVC Waterline(43"-72"Cover)by Pipe Bursting LF 100 $ 138.06 $ 13,806.00 B99 Furnish and install 16"Diam.CW5 DRI8 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 100 $ 236.00 $ 23,600.00 3100 Furnish and install 16"Diam.CW5 DR18 Fusible PVC Waterline(43"-72"Cover)by Pipe Bursting LF 100 $ 247.80 $ 24,780.00 B101 Furnish and install 2"Temporary Water Supply for Pipe Bursting LF 150 $ 47.20 $ 7,080.00 B102 Furnish and install 4"Temporary Water Supply for Pipe Bursting LF 200 $ 53.10 $ 10,620.00 B103 Connect and Disconnect Service to Temporary water Supply EA 50 $ 442.50 $ 22,125.00 B104 Point Repair in Front Easement EA 10 $ 1,593.00 $ 15,930.00 B105 Furnish and install 4"Diam.C900 DRI8 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 100 $ 64.90 $ 6,490.00 B106 Furnish and Install 4"Diam.C900 DRI8 Fusible PVC Waterline(43"-72"of Cover)by Pipe Bursting LF 100 $ 67.26 $ 6,726.00 B107 Furnish and install 6"Diam.C900 DR18 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 100 $ 74.34 $ 7,434.00 B108 Furnish and Install 6"Diam.C900 DR38 Fusible PVC Waterline(43"-72"of Cover)by Pipe Bursting LF 100 $ 76.70 $ 7,670.00 B109 Furnish and install 8"Diam.C900 DRI8 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 100 $ 90.86 $ 9,086.00 3110 Furnish and Install 8"Diam.C900 DR18 Fusible PVC Waterline(43"-72"of Cover)by Pipe Bursting LF 100 $ 94.40 $ 9,440.00 3111 Furnish and install 12"Diam.C900 DRI8 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 50 $ 147.50 $ 7,375.00 B112 Furnish and Install 12"Diam.C900 DRI8 Fusible PVC Waterline(43"-72"of Cover)by Pipe Bursting LF 50 $ 159.30 $ 7,965.00 B113 Furnish and Install 16"Diam.C905 DR18 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 50 $ 265.50 $ 13,275.00 8114 Furnish and install 16"Diam.C905 DR18 Fusible PVC Waterline(43"-72"of Cover)by Pipe Bursting LF 50 $ 277.30 $ 13,865.00 3115 Install 4"Diam.C900 DR18 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 150 $ Si $ 8,496.00 B116 Install 4"Diam.C900 DRI8 Fusible PVC Waterline(43"-72"Cover)by Pipe Bursting LF 150 $ 59.00 $ 8,850.00 B117 Install 6"Diam.C900 DR18 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 150 $ 66.08 $ 9,912.00 HIS Install 6"Diam.C900 DRI8 Fusible PVC Waterline(43"-72"Cover)by Pipe Bursting LF 150 $ 68.44 $ 10,266.00 B119 Install 8"Diam.C900 DRI8 Fusible PVC Waterline(Up W 42"of Cover)by Pipe Bursting LF 150 $ 79.06 $ 11,859.00 B120 Install 8"Diam.C900 DRI8 Fusible PVC Waterline(43"-72"Cover)by Pipe Bursting LF 150 $ 82.60 $ 12,390.00 8121 Install 12"Diam.C900 DRI8 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 100 $ 135.70 $ 13,570.00 8122 Install 12"Diam,C900 DR18 Fusible PVC Waterline(43"-72"Cover)by Pipe Bursting LF 100 $ 147.50 $ 14,750.00 8123 Install 16"Diam.C905 DRI8 Fusible PVC Waterline(Up to 42"of Cover)by Pipe Bursting LF 100 $ 247.80 $ 24,780.00 B124 Install 16"Diam.C905 DR18 Fusible PVC Waterline(43"-72"Cover)by Pipe Bursting LF 100 $ 259.60 $ 25,960.00 B125 Furnish and install 2"Temporary Water Supply for Pipe Bursting LF 150 $ 44.25 $ 6,637.50 B126 Furnish and install 4"Temporary Water Supply for Pipe Bursting LF 200 $ 47.20 $ 9,440.00 B127 Connect and Disconnect Service to Temporary water Supply EA 50 $ 442.50 $ 22,125.00 B128 Point Repair in Rear Easement EA 10 $ 2,376.52 $ 23,765.20 B129 Furnish and Install 4"Diam.C900 DR 18 Fusible PVC Waterline by HDD LF 75 $ 117.71 $ 8,828.25 B130 Furnish and Install 6"Diam.C9013 DR 18 Fusible PVC Waterline by HDD LF 100 $ 139.24 $ 13,924.00 B131 Furnish and Install 8"Diam.C900 DR 18 Fusible PVC Waterline by HDD LF 100 $ 185.26 $ 18,526.00 B132 Furnish and install 12"Diam.C900 DR 18 Fusible PVC Waterline by HDD LF 75 $ 287.92 $ 21,594.00 B133 Furnish and instal 116"Diam.C905 DR 18 Fusible PVC Waterline by HDD LF 75 $ 420.08 $ 31,506.00 B134 Furnish and install Air Release Valves and Manhole EA 2 $ 14,574.18 $ 29,148.36 B135 Construct Dn11 Pads EA 2 $ 17,700.00 $ 35,400.00 B136 Furnish and instal 4"Diam.C900 DR 18 Fusible PVC Waterline by HDD LF 75 $ 147.50 $ 11,062.50 B137 Furnish and Install 6"Diam.C900 DR 18 Fusible PVC Waterline by HDD LF 100 $ 168.74 $ 16,874.00 B138 Furnish and Install 8"Diam.C900 DR 18 Fusible PVC Waterline by HDD LF 100 $ 214.76 $ 21,476.00 B139 Furnish and install 12"Diam.C900 DR 18 Fusible PVC Waterline by HDD LF 75 $ 317.42 $ 23,806.50 B140 Furnish and Install 16"Diam.C905 DR 18 Fusible PVC Waterline by HDD LF 75 $ 449.58 $ 33,718.50 B141 Furnish and install Air Release Valves and Manhole EA 4 $ 10,822.96 $ 43,291.84 B142 Construct Drill Pads EA 4 $ 14,160.00 $ 56,640.00 B143 Furnish and install 4"CWD DR 18 Fusible PVC Waterline with Casing Spacers and 10inchsteel casing(0.375"wall)by HDD LF 75 $ 306.80 $ 23,010.00 B144 Furnish and Install 6"C900 DR 18 Fusible PVC Waterline with Casing Spacers and 12-inch Steel Casing(0.375"wall)by HDD LF 100 $ 331.58 $ 33,158.00 B145 Furnish and Install 8"C900 DR 18 Fusible PVC Waterline with Casing Spacers and 16-inch Steel Casing(0.375"wall)by HDD LF 100 $ 423.62 $ 42,362.00 B146 Furnish and install 10"C900 DR 18 Fusible PVC Waterline with Casing Spacers and 16inchSteel Casing(0.375"-11)by HDD LF 75 $ 466.10 $ 34,957.50 B147 Furnish and install 12"C900 DR 18 Fusible PVC Waterline with Casing Spacers and 1&i rich Steel Casing(0.375"-11)by HDD LF 75 $ 510.94 $ 38,320.50 CITY OF CORPUS CHRISTI-ENGINEERING SERVICES AWARDED CONTRACT BID TAB PROJECT NAME: City-Wide Water Distribution System Repair&Replacement 2017 IDIQ Procurement BID DATE: 2/15/2017 PROJECT NO: E16294(Parent Year 1) AWARD DATE: 3/28/2017 CONTRACTOR: CPC Interest,LLC.Dba Clark Pipeline Services,LLC. PRE-CON DATE: 5/11/2017 ENGINEER: Urban Engineering NTP DATE: 5/29/2017 PROJECT MANAGER: Alex BarabanoV PROJECTED COMPLETE: 5/29/2018 INSPECTOR: lose Deleon CONTRACT TIME(CD's): 365 TESTING LAB: Rock Engineering&Testing LIQ.DAMAGES(per CD): $750.00 CONTRACT AMOUNT: $5,100,000.00 ITEM NO ITEM DESCRIPTION UNIT QTYS UNIT PRICE CONTRACT UNIT PRICE B148 Furnish and Install 16"C900 DR 18 Fusible PVC Waterline with Casing Spacers and 24inch Steel Casing(0.375"wall)by HDD LF 75 $ 652.54 $ 48,940.50 B149 Furnish and Install Air Release Valves and Manhole EA 2 $ 6,767.30 $ 13,534.60 B150 Construct Drill Pads EA 2 $ 17,700.00 $ 35,400.00 B151 Furnish and install 4"C900 DR 18 Fusible PVC Waterline with Casing Spacers and 10-inch steel casing(0.375"wall)by HDD LF 75 $ 330.40 $ 24,780.00 B152 Furnish and Install 6"C900 DR 18 Fusible PVC Waterline with Casing Spacers and 12-inch Steel Casing(0.375"wall)by LOU LF 100 $ 361.08 $ 36,108.00 B153 Furnish and Install 8"C900 DR 18 Fusible PVC Waterline with Casing Spacers and 16-inch Steel Casing(0.375"wall)by HDD LF 100 $ 454.30 $ 45,430.00 B154 Furnish and Install 10"C900 DR 18 Fusible PVC Waterline with Casing Spacers and 1&i rich Steel Casing(0.375"wall)by HDD LF 75 $ 495.60 $ 37,170.00 B155 Furnish and Install 12"C900 DR 18 Fusible PVC Waterline with Casi ng Spacers and 184nch Steel Casing(0.375"wall)by HDD LF 75 $ 540.44 $ 40,533.00 B156 Furnish and Install 16"C900 DR 18 Fusible PVC Waterline with Casing Spacers and 24 inch Steel Casing(0.375"wall)by HDD LF 75 $ 684.40 $ 51,330.00 B157 Furnish and Install Air Release Valves and Manhole EA 4 $ 6,726.00 $ 26,904.00 B158 Construct Drill Pads EA 4 $ 14,160.00 $ 56,640.00 B159 Furnish and install 4"R/W Gate Valve,(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 738.68 $ 7,386.80 B160 Furnish and install 6"R/W Gate Valve,(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 887.36 $ 8,873.60 B161 Furnish and Install 8"R/W Gate Valve,(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 1,272.04 $ 12,720.40 B162 Furnish and install 12"R/W Gate Valve,(MJ with MEGA LUG to int Restraint fitti ng) EA 5 $ 2,259.70 $ 11,298.50 B163 Furnish and Install 16"R/W Gate Valve c/w Bevel Gear(MJ with MEGA LUG Joint Restraint fitting) EA 3 $ 7,729.00 $ 23,187.00 B164 F,rni,h,ndinsta114"11.25Deg.B,nd(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 165.20 $ 1,652.00 B165 Furnish and Install 4"22.5 Deg.Bend(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 165.20 $ 1,652.00 B166 Furnish and Install 4"45 Deg Bend(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 165.20 $ 11652.00 B167 Furnish and install 4"90 Deg Bend(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 171.10 $ 1,711.00 B168 Furnishandlnsta114"Reducers-AIISi zes(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 177.00 $ 11770.00 B169 F,n,h,ndhst,114"Crosses-AIISi zes(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 250.16 $ 2,501.60 B170 Furnish and Install 4"Tees(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 185.26 $ 1,852.60 B171 Furnish and Install 6"11.25 Deg.Bend(MJ with MEGA LUG Joint Restraint fitting) EA 30 $ 202.96 $ 2,029.60 B172 Furnish and Install 6"22.5 Deg.Bend(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 200.60 $ 2,006.00 B173 Furnish and Install 6"45 Deg Bend(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 201.78 $ 2,017.80 B174 Furnish and Install 6"90 Deg Bend(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 213.58 $ 2,135.80 B175 Furnish and install 6"Reducers-All Sizes(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 177.00 $ 1,770.00 B176 Furnish and install 6"Crosses-All Sizes(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 377.60 $ 3,776.00 B177 Furnish and Install 6"Tees(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 274.94 $ 2,749.40 B178 Furnish and Install 8"11.25 Deg.Bend(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 259.60 $ 2,596.00 B179 Furnish and Install 8"22.5 Deg.Bend(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 241.90 $ 2,419.00 3180 Furnish and install 8"45 Deg Bend(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 265.50 $ 2,6$5.00 B181 Furnish and Install 8"90 Deg Bend(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 283.20 $ 2,832.00 B182 Furnish and install 8"Reducers-All Sizes(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 200.60 $ 2,006.00 B183 Furnish and install 8"Crosses-All Sizes(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 466.10 $ 4,661.00 B184 Furnish and Install 8"Tees(MJ with MEGA LUG Joint Restraint fitting) EA 10 $ 413.00 $ 4,130.00 B185 Furnish and install 12"11.25 Deg.Send(MJ with MEGA LUG Joint Restraint fitting) EA 5 $ 430.70 $ 2,153.50 B186 Furnish and Install 12"22.5 Deg.Bend(MJ with MEGA LUG Joint Restraint fitting) EA 5 $ 442.50 $ 2,212.50 B187 Furnish and install 12"45 Deg Bend(MJ with MEGA LUG Joint Restraint fitting) EA 5 $ 448.40 $ 2,242.00 B188 Furnish and install 12"90 Deg Bend(MJ with MEGA LUG Joint Restraint fitting) EA 5 $ 483.80 $ 2,419.00 B189 Furnish and install 12"Reducers-AII Sizes(MJ with MEGA LUG Joint Restraint fitting) EA 5 $ 295.00 $ 1,475.00 3190 Furnish and install 12"Crosses-AII Sizes(MJ with MEGA LUG Joint Restraint fitting) EA 5 $ 926.30 $ 4,631.50 B191 Furnish and install 12"Tee,(MJ with MEGA LUG Joint Restraint fitting) EA 5 $ 566.40 $ 2,832.00 B192 Furnish and Install 16"11.25 Deg.Bend(MJ with MEGA LUG Joint Restraint fitting) EA 5 $ 831.90 $ 4,159.50 B193 Furnish and Install 16"22.5 Deg.Bend(MJ with MEGA LUG Joint Restraint fitting) EA 5 $ 814.20 $ 4,071.00 B194 Furnish and install 16"45 Deg Bend(MJ with MEGA LUG Joint Restraint fitting) EA 5 $ 805.94 $ 4,029.70 B195 Furnish and install 16"90 Deg Bend(MJ with MEGA LUG Joint Restraint fitting) EA 5 $ 938.10 $ 4,690.50 B196 Furnish and install 16"Reducers-AII Sizes(MJ with MEGA LUG Joint Restraint fitting) EA 5 $ 442.50 $ 2,212.50 B197 Furnish and install 16"Crosses-AII Sizes(MJ with MEGA LUG Joint Restraint fitting) EA 5 $ 2,076.80 $ 10,384.00 B198 Furnish and install 16"Tee,(MJ with MEGA LUG Joint Re-i nt fitti ng) EA 5 $ 1,121.00 $ 5,605.00 B199 Remove and Replace 5/8"to 3/4"Copper or HDPE Service(Up to 42"of Cover) EA 10 $ 369.64 $ 3,696.40 B200 Remove and Replace 5/8"to 3/4"Copper or HDPE Service(43"-72"of Cover) EA 10 $ 546.64 $ 5,466.40 B201 Remove and Replace 1"to 2"Copper or HDPE Service(Up to 42"of Cover) EA 10 $ 869.66 $ 8,696.60 B202 Remove and Replace 1"to 2"Copper or HDPE Service(43"-72"of Cover) EA 10 $ 1,549.34 $ 15,493.40 B203 Remove and Replace 5/8"to 3/4"Copper or HDPE Seroce(Up to 42"of Cover) EA 30 $ 560.80 $ 5,608.00 B204 Remove and Replace 5/8"to 3/4"Copper or HDPE Service(43"-72"of Cover) EA 10 $ 649.30 $ 6,493.00 B205 Remove and Replace l"toe"Copper or HDPE Service(Up to 42"of Cover) EA 10 $ 1,563.62 $ 15,636.20 B206 Remove and Replace 1"to 2"Copper cr HDPE Service(43"-72"of Cover) EA 10 $ 1,711.00 $ 17,110.00 B207 Reconnect 5/8"to 3/4"Copper or HDPE Service(Up to 42"of Cover) EA 10 $ 364.92 $ 3,649.20 B208 Reconnect 5/8"to3/4"copper or HDPE Service(43"-72"of Cover) EA 10 $ 364.92 $ 3,649.20 B209 Reconnect l"toe"Capper or HDPE Service(Up to 42"of Cover) EA 10 $ 737.50 $ 7,375.00 B210 Reconnect l"toe"Copper or HDPE servicc(43"-72"of Cover) EA 10 $ 737.50 $ 7,375.00 B211 Connection to Existing 4"Water Main EA 10 $ 1,311.77 $ 13,117.70 B212 Connection to Existing 6"water Main EA 10 $ 1,538.33 $ 15,383.30 B213 Connection to Existing 8"Water Main EA 10 $ 1,830.97 $ 18,309.70 B214 Connection to Existing 12"Water Main EA 10 $ 2,586.46 $ 25,864.60 B215 Connection to Existing 16"Water Main EA 5 $ 3,034.72 $ 15,173.60 B216 Furnish 4"Tapping Sleeve c/w 2"RW Gate Valve EA 10 $ 454.30 $ 4,543.00 B217 Furnish 6"Tapping Sleeve c/w 4"RW Gate Valve EA 10 $ 1,298.00 $ 12,980.00 B218 Furnish 8"Tapping Sleeve c/w6"RW Gate Valve EA 10 $ 1,539.90 $ 15,399.00 B219 Furnish 10"Tapping Sleeve c/w8"RW Gate Valve EA 2 $ 2,212.50 $ 4,425.00 B220 Furnish 12"Tapping Sleeve c/w 10"RW Gate Valve EA 2 $ 3,422.00 $ 6,844.00 B221 Furnish 16"Tapping Sleeve c/w 12"RW Gate Valve EA 2 $ 4,395.50 $ 8,791.00 CITY OF CORPUS CHRISTI-ENGINEERING SERVICES AWARDED CONTRACT BID TAB PROJECT NAME: City-Wide Water Distribution System Repair&Replacement 2017 IDIQ Procurement BID DATE: 2/15/2017 PROJECT NO: E16294(Parent Year 1) AWARD DATE: 3/28/2017 CONTRACTOR: CPC Interest,LLC.Dba Clark Pipeline Services,LLC. PRE-CON DATE: 5/11/2017 ENGINEER: Urban Engineering NTP DATE: 5/29/2017 PROJECT MANAGER: Alex Barabanov PROJECTED COMPLETE: 5/29/2018 INSPECTOR: lose Deleon CONTRACT TIME(CD's): 365 TESTING LAB: Rock Engineering&Testing LIQ.DAMAGES(per CD): $750.00 CONTRACT AMOUNT: $5,100,000.00 ITEM NO ITEM DESCRIPTION UNIT QTYS UNIT PRICE CONTRACT UNIT PRICE 8222 Furnish 4"Tapping Sleeve c/w 4"RW Gate Valve EA 10 $ 1,298.00 $ 12,980.00 B223 Furnish s'Tapping Sleeve c/w s'RW Gate Valve EA 10 $ 1,480.90 $ 14,809.00 B224 Furnish 8"Tapping Sleeve c/w 8"RW Gate Valve EA 10 $ 2,053.20 $ 20,532.00 B225 Furnish 10"Tapping Sleeve c/w 10"RW Gate Valve EA 2 $ 3,581.30 $ 7,162.60 B226 Furnish 12"Tapping Sleeve c/w 12"RW Gate Valve EA 2 $ 3,894.00 $ 7,788.00 B227 Furnish 16"Tapping Sleeve c/w 16"RW Gate Valve EA 2 $ 15,104.00 $ 30,208.00 B228 Fi-mishandlnsta114"TappingSleeve c/w2"RWGate Valve EA 5 $ 2,065.00 $ 10,325.00 B229 F,n,h,ndlnst,116"T,ppingSIrw,c/w4"RWGate Valve EA 5 $ 4,307.00 $ 21,535.00 B230 F.mNhand install SIT TappingSleeve c/w6"RWGate Valve EA 5 $ 4,867.50 $ 24,337.50 B231 Furnish and Install 10"Tapping Sleeve c/w 8"RW Gate Valve EA 2 $ 6,814.50 $ 13,629.00 B232 Furnish and Insta1112"Tapping Sleeve c/w 10"RW Gate Valve EA 2 $ 8,265.90 $ 16,531.80 B233 Furnish and Install 16"Tapping Sleeve c/w 12"RW Gate Valve EA 2 $ 12,496.20 $ 24,992.40 B234 Furnish and install 4"Tapping Sleeve c/w 4"RW Gate Valve EA 5 $ 4,147.70 $ 20,738.50 B235 Furnish and Install 6"Tapping Sleeve c/w 6"RW Gate Valve EA 5 $ 4,631.50 $ 23,157.50 B236 Furnish and install 8"Tapping Sleeve c/w 8"RW Gate Valve EA 5 $ 5,693.50 $ 28,467.50 B237 Furnish and Install 10"Tapping Sleeve c/w 10"RW Gate Valve EA 2 $ 7,906.00 $ 15,812.00 B238 Furnish and Install 12"Tapping Sleeve c/w 12"RW Gate Valve EA 2 $ 8,873.60 $ 17,747.20 B239 Furnish and install 16"Tapping Sleeve c/w 16"RW Gate Valve EA 2 $ 19,853.50 $ 39,707.00 B240 Furnish and Install FH Assembly with Long Lead(Tee,Pipe and Valve)Greater Than 14'(Up to 42"of Cover) EA 5 $ 4,740.06 $ 23,700.30 8241 Furnish and Install FH Assembly with Long Lead(Tee,Pipe and Valve)Greater Than 14'(43"-72"of Cover) EA 5 $ 4,885.20 $ 24,426.00 8242 Furnish and Install FH Assembly with Short Lead(Tee,Pipe and Valve)Up to 14'in Length(Up to 42"of Cover) EA 5 $ 4,681.06 $ 23,405.30 B243 Furnish and Install FH Assembly with Short Lead(Tee,Pipe and Valve)Up to 14'in Length(43"-72"of Cover) EA 5 $ 4,826.20 $ 24,131.00 B244 Furnish and Connect 8"Fire Line Service EA 5 $ 3,304.00 $ 16,520.00 B245 Furnish and Install 8"Detector Check Valve and Concrete Vault EA 5 $ 4,456.80 $ 22,284.00 B246 Remove Existing Def-i-Check Valve Vault EA 5 $ 1,180.00 $ 5,900.00 B247 Remove Fire Hydrant EA 5 $ 1,180.00 $ 5,900.00 8248 Furnish and Install Water Meter and Water Meter Box EA 10 $ 690.30 $ 6,903.00 B249 Adjust Valve eox,12"and Under EA 10 $ 501.50 $ 5,015.00 3250 Adjust Valve Sox,Greater Than 12" EA 5 $ 597.08 $ 2,985.40 3251 Trench Safety for Remove and Install Waterline(Up to 42"of Cover) LF 100 $ 1.18 $ 118.00 3252 Trench Safety for Remove and install Waterline(43"-72"of Cover) LF 100 $ 11.80 $ 1,180.00 3253 Trench Safety for Auger Boring/Pipe Burning Pits(Up to 42"at Cover) EA SO $ 1,770.00 $ 17,700.00 3254 Trench Safety for Auger Boring/Pipe Bursting Pits(43"-72"of Cover) EA 10 $ 2,950.00 $ 29,500.00 3255 Furnish and Install Cement Stabilized Sand TONS 100 $ 53.10 $ 5,310.00 B256 Clearing and Grubbing AC 1 $ 2,950.00 $ 2,950.00 8257 Furnish and Install Asphalt Pavement Repair SY 100 $ 100.30 $ 10,030.00 B258 Sawcut Asphalt Per 2"lift greater than 2"thickness LF 1000 $ 1.77 $ 1,770.00 B259 Furnish and Install Asphalt Overl ay Per 2"lift greater than 2"thickness SY 100 $ 29.50 $ 2,950.00 B260 Remove Asphalt Per 2"lift greater than 21Tthickness SY 500 $ 5.90 $ 2,950.00 B261 Furnish and Install Concrete Pavement Repair SF 100 $ 92.93 $ 9,293.00 B262 Sawcut Concrete Per 2"lift greater than 8"thickness LF 1000 $ 2.95 $ 2,950.00 B263 Furnish and Install Concrete Overlay per 2"lift greater than 8"thickness SF 100 $ 76.70 $ 7,670.00 B264 Remove Concrete Per 2"lift greater than R'thickness SF 100 $ 17.70 $ 1,770.00 B265 Furnish and Install Concrete Driveway Repair SF 100 $ 9.74 $ 974.00 B266 Furnish and Install Concrete Curb Ramp Repair SF 100 $ 26.55 $ 2,655.00 B267 Furnish and Install Concrete Curb and Gutter Repair LF 100 $ 21.24 $ 2,124.00 B268 Furnish and Install Concrete Vailey Gutter Repair LF 100 $ 47.20 $ 4,720.00 B269 Furnish and Install Concrete Sidewalk Repair SF 100 $ 9.44 $ 944.00 B270 Furnish and Install Seeding SY 100 $ 1.30 $ 130.00 B271 Furnish and Install Sodding SY 100 $ 7.08 $ 708.00 B272 Furnish and Install wooden Fence LF 100 $ 41.30 $ 4,130.00 B273 Furnish and Install Chain Link Fencing LF 100 $ 53.10 $ 5,310.00 B274 Remove and Reinstall Residential Mailbox EA 50 $ 590.00 $ 29,500.00 B275 Haul off Concrete(greater than 8 inches in thickness)/Asphalt(greater than 2 inches thickness) HR 50 $ 159.30 $ 7,965.00 B276 Abandon 2"to 4"Water Main in Place and Fill with Grout LF 100 $ 28.32 $ 2,832.00 B277 Abandon 6"to 8"Water Main in Place and Fill with Grout LF 100 $ 28.32 $ 2,832.00 8278 Abandon 12"Water Main in Place and Fill with Grout LF 50 $ 55.46 $ 2,773.00 B279 Abandon 16"Water Main in Place and Fill with Grout LF 50 $ 55.46 $ 2,773.00 B280 Furnish and install 10"Steel Casing Pipe w/4"Water Main by Conventional Trenching,(Up to 42"of Cover) LF 50 $ 72.73 $ 3,636.50 B281 Furnish and install 10"Steel Casing Pipe w/4"Water Main by Conventional Trenching(43"-72"of Cover) LF 50 $ 72.73 $ 3,636.50 B282 Furnish and install 12"Steel Casing Pipe w/6"Water Main byConventional Trenching(Up 42"at Cover) LF 50 $ 95.31 $ 4,765.50 B283 Furnish and install 12"Steel Casing Pipe w/6"Water Main byConventional Trenching(43"-72"of Cover) LF 50 $ 96.15 $ 4,807.50 B284 Furnish and install 16"Steel Casing Pipe w/8"Water Main by Conventional Trenching(Up to 42"of Cover) LF 50 $ 130.98 $ 6,549.00 B285 Furnish and install 16"Steel Casing Pipe w/8"Water Main by Conventional Trenching(43"-72"of Cover) LF 50 $ 135.70 $ 6,785.00 B286 Furnish and Install 20"Steel Casing Pipe w/12"Water Main by Conventional Trenching(Up to 42"of Cover) LF 50 $ 192.34 $ 9,617.00 B287 Furnish and Install 20"Steel Casing Pipe w/12"Water Main by Conventional Trenching(43"-72"of Cover) LF 50 $ 210.04 $ 10,502.00 8288 Furnish and Install 30"Steel Casing Pipe w/16"Water Main by Conventional Trenching,(Up to 42"of Cover) LF 50 $ 310.34 $ 15,517.00 B289 Furnish and Install 30"Steel Casing Pipe w/16"Water Main by Conventional Trenching(43"-72"of Cover) LF 50 $ 328.04 $ 16,402.00 B290 Furnish and install 10"Steel Casing Pipe w/4"Water Main by Auger Bad ng(Up to 42"of Cover) LF 50 $ 278.09 $ 13,904.50 B291 Furnish and install 10"Steel Casing Pipe w/4"Water Main by Auger Ending(43"-72"of Cover) LF 50 $ 285.17 $ 14,258.50 B292 Furnish and Install 12"Steel Casing Pipe w/6"Water Main by Auger Rating(Up to 42"of Cover) LF 50 $ 324.11 $ 16,205.50 B293 Furnish and Install 12"Steel Casing Pipe w/6"Water Main by Auger Boring(43"-72"of Cover) LF 50 $ 354.79 $ 17,739.50 B294 Furnish and install 16"Steel Casing Pipe w/8"Water Main by Auger Boring(Up to 42"of Cover) LF 50 $ 410.25 $ 20,512.50 B295 Furnish and install 16"Steel Casing Pipe w/8"Water Main by Auger Bad ng(43"-72"of Cover) LF 50 $ 414.97 $ 20,748.50 CITY OF CORPUS CHRISTI-ENGINEERING SERVICES AWARDED CONTRACT BID TAB PROJECT NAME: City-Wide Water Distribution System Repair&Replacement 2017 IDIQ Procurement BID DATE: 2/15/2017 PROJECT NO: E16294(Parent Year 1) AWARD DATE: 3/28/2017 CONTRACTOR: CPC Interest,LLC.Dian Clark Pipeline Services,LLC. PRE-CON DATE: 5/11/2017 ENGINEER: Urban Engineering NTP DATE: 5/29/2017 PROJECT MANAGER: Alex Barabanov PROJECTED COMPLETE: 5/29/2018 INSPECTOR: Jose Deleon CONTRACT TIME(CD's): 365 TESTING LAB: Rock Engineering&Testing LIQ.DAMAGES(per CD): $750.00 CONTRACT AMOUNT: $5,100,000.00 ITEM NO ITEM DESCRIPTION UNIT QTYS UNIT PRICE CONTRACT UNIT PRICE B296 Furnish and Install 20"Steel Casing Pipe w/12"Water Main by Auger Boring(Up to 42"of Cover) LF 50 $ 491.67 $ 24,583.50 B297 Furnish and Install 20"Steel Casing Pipe w/12"Water Main by Auger Boring(43"-72"of Cover) LF 50 $ 497.57 $ 24,878.50 B298 Furnish and Install 30"Steel Casing Pipe w/16"Water Main by Auger Boring(Up to 42"of Cover) LF 50 $ 680.47 $ 34,023.50 B299 Furnish and Install 30"Steel Casing Pipe w/16"Water Main by Auger Boring(Up to 42"of Cover) LF 50 $ 715.87 $ 35,793.50 B300 Furnish and Install 10"Steel Casing Pipe w/4"Water Main by Auger Bad ng(Up to 42"of Cover) LF 100 $ 267.47 $ 26,747.00 B301 Furnish and Install 10"Steel Casing Pipe w/4"Water Main by Auger Bon ng(43"-72"of Cover) LF 100 $ 267.47 $ 26,747.00 B302 Furnish and Install 12"Steel Casing Pipe w/6"Water Main by Auger Bad ng(Up to 42"of Cover) LF 100 $ 332.37 $ 33,237.00 B303 Furnish and Install 12"Steel Casing Pipe w/6"Water Main by Auger Boring(43"-72of Cover) LF 100 $ 344.17 $ 34A17.00 B304 Furnish and Install 16"Steel Casing Pipe w/8"Water Main by Auger Bon ng(Up 42"of Cover) LF 100 $ 391.37 $ 39,137.00 B305 Furnish and Install 16"Steel Casing Pipe w/8"Water Main by Auger Boring(43"-72"of Cover) LF 100 $ 394.91 $ 39,491.00 B306 Furnish and Install 20"Steel Casing Pipe w/12"Water Main by Auger Boring(Up to 42"of Cover) LF 50 $ 485.77 $ 24,288.50 B307 Furnish and Install 20"Steel Casing Pipe w/12"Water Main by Auger Boring(43"-72"of Cover) LF 50 $ 497.57 $ 24,878.50 B308 Furnish and Install 30"Steel Casing Pipe w/16"Water Main by Auger Boring(UP to 42"of Cover) LF 50 $ 698.17 $ 34,908.50 B309 Furnish and Install 30"Steel Casing Pipe w/16"Water Mai n by Auger Boring(43"-72"of Cover) LF 50 $ 715.87 $ 35,793.50 B310 Tree Removal Up To 8"in Dia. EA 5 $ 442.50 $ 2,212.50 B311 Tree Removal Greater than 8"in Dia. EA 5 $ 885.00 $ 4,425.00 B312 Brush Removal AC 1 $ 3,540.00 $ 3,540.00 B313 Remove and Relocate Existing Wooden Fence LF 50 $ 23.60 $ 1,180.00 B314 Remove and Relocate Existing Chainlink Fence LF 50 $ 29.50 $ 1,475.00 B315 Furnish and Install Signing and Traffic Control(Scenario 1) DAY 5 $ 147.50 $ 737.50 B316 Furnish and Install Signing and Traffic Control(Scenario 2) DAY 5 $ 295.00 $ 1,475.00 B317 Furnish and Install Signing and Traffic Control(Scenado 3) DAY 5 $ 413.00 $ 2,065.00 B318 Furnish and Install Signing and Traffic Control(Scenario 4) DAY 5 $ 413.00 $ 2,065.00 B319 Furnish and Install Signing and Traffic Control(Scenano 5) DAY 5 $ 354.00 $ 1,770.00 B320 Furnish and Install Signing and Traffic Control(Scenario 6) DAY 5 $ 354.00 $ 1,770.00 B321 Furnish and Install Signing and Traffic Control(Scenario 7) DAY 5 $ 531.00 $ 2,655.00 B322 Furnish and Install Signing and Traffic Control(Scenario 8) DAY 5 $ 531.00 $ 2,655.00 B323 Furnish and Install Signing and Traffic Control(Scenario 9) DAY 5 $ 708.00 $ 3,540.00 B324 Furnish and Install Signing and Traffic Control(Scenario 10) DAY 5 $ 590.00 $ 2,950.00 B325 Furnish and Install Signing and Traffic Central(Scenado 11) DAY 5 $ 560.50 $ 2,802.50 B326 Furnish and Install Signing and Traffic Control(Scenario 12) DAY 5 $ 619.50 $ 3,097.50 B327 Furnish and Install Signing and Traffic Control(Scenario 13) DAY 5 $ 531.00 $ 2,655.00 B328 Furnish and Install Signing and Traffic Contra l(Scenario 14) DAY 5 $ 1,770.00 $ 8,850.00 B329 Furnish Flogger DAY 5 $ 472.00 $ 2,360.00 B330 Furnish and Install Flashing Arrow Board DAY 5 $ 64.90 $ 324.50 B331 Furnish and Install Channeli-ion Drums(10 Drums) DAY 5 $ 53.10 $ 265.50 B332 Furnish and install Type III Barricade DAY 5 $ 29.50 $ 147.50 B333 Furnish and Install Skid Mount Sign on Double Wooden Posts DAY 5 $ 29.50 $ 147.50 B334 Furnish and Install Sin Fence LF 100 $ 3.67 $ 367.00 B335 Furnish and Install Fiber Rolls LF 100 $ 4.26 $ 426.00 B336 Furnish and Install Rock Filled Bags LF 100 $ 35.53 $ 3,553.00 B337 Furnish and Install Rock Filter Dam LS 1 $ 2,006.00 $ 2,006.00 B338 Furnish and Install Construction Entrance/Exit LS 1 $ 2,596.00 $ 2,596.00 B339 Furnish and Install Well Painting for Water Main installation(Up to 42"of Cover) LF 100 $ 48.68 $ 4,868.00 B340 Furnish and install Well Pointing for Water Main installation(43"-72"of Cover) LF 100 $ 56.05 $ 5,605.00 B341 Furnish and Install 2"DR9 MDPE Gas Main by Horizontal Directional Drilling LF 3400 $ 63.60 $ 216,240.00 B342 Furnish and Install 4"DR9 MDPE Gas Main by Horizontal Directional Drilling LF 2000 $ 77.88 $ 155,760.00 B343 Furnish and Install Gas Service EA 110 $ 1,081.67 $ 118,983.70 B344 Furnish and Install Test Riser Assembly EA 4 $ 1,534.00 $ 6,136.00 B345 Premnstructmn Exploratory Excavation(Up to 5'depth) LF 100 $ 70.80 $ 7,080.00 B346 Extra Depth for Promnstruction Exploratory Excavation(over Yon depth) VF 100 $ 42.48 $ 4,248.00 B347 Furnish and Install Bell Harness Assembly for 4"Water Main EA 5 $ 831.51 $ 4,157.55 B348 Furnish and Install Bell Hamess Assembly for 6"Water Main EA 5 $ 845.67 $ 4,228.35 B349 Furnish and Install Bell Harness Assembly for 8"Water Main EA 5 $ 1,276.76 $ 6,383.80 B350 Furnish and Install Bell Harness Assembly for 10"Water Main EA 5 $ 1,348.74 $ 6,743.70 B351 Furnish and Install Bell Harness Assembly for 12"Water Main EA 5 $ 2,544.08 $ 12,720.40 B352 Furnish and Install Bell Harness Assembly for 16"Water Main EA 5 $ 2,623.14 $ 13,115.70 1 Furnish and Install 2"Diam.SDR 21 PVC(CL 200)Waterline(Up to 42"of Cover) LF 1 $ 29.50 $ 29.50 2 Furnish and Install 2"Diam.SDR 21 PVC(CL 200)Waterline(Up to 42"of Cover)by Auger Raring LF 1 $ 82.41 $ 82.41 3 Furnish and Install 2"R/W Gate Valve,(MI with MEGA LUG Joint Restraint fitting) EA 1 $ 592.44 $ 592.44 4 Furnish and Install 2"Tees(MJ with MEGA LUG Joint Restraint fitting) EA 1 $ 241.90 $ 241.90 5 Connection to Existing 2"Water Main EA 1 $ 845.67 $ 845.67 6 Install Locking Valve Box(City to provide locking valve box,Contractor to install) EA 1 $ 690.30 $ 690.30 7 Excavate&Remove Existing Concrete Valve Chamber EA 1 $ 10,000.00 $ 10,000.00 8 Remove Existing 36"Gate Valve EA 1 $ 3,540.00 $ 3,540.00 9 Install New 49"Butterfly Valve(MI)-COCC will Furnish Valve EA 1 $ 8,260.00 $ 8,260.00 10 Install&Furnish New 48"Butterfly Valve(MJ) EA 1 $ 33,384.56 $ 33,384.56 11 Install&Remove 48"Pipe Stop EA 1 $ 85,684.50 $ 85,684.50 12 Connect to Existing 12"Blow-Off Valve EA 1 $ 11,304.24 $ 11,304.24 13 Install Discharge Line for 12"Blow-Off Valve LF 1 $ 87.10 $ 87.10 14 install 48"Tee(MB COCC will Furnish Tee EA 1 $ 5,000.00 $ 5,000.00 15 Install&Furnish 46"Tee(MJ) EA 1 $ 18,000.00 $ 18,000.00 16 Install 48"Coupling-COCC will Furnish Coupling EA 1 $ 5,000.00 $ 5,000.00 17 Install&Furnish 48"Coupling EA 1 $ 18,000.00 $ 18,000.00 CITY OF CORPUS CHRISTI-ENGINEERING SERVICES AWARDED CONTRACT BID TAB PROJECT NAME: City-Wide Water Distribution System Repair&Replacement 2017 IDIQ Procurement BID DATE: 2/15/2017 PROJECT NO: E16294(Parent Year 1) AWARD DATE: 3/28/2017 CONTRACTOR: CPC Interest,LLC.Dba Clark Pipeline Services,LLC. PRE-CON DATE: 5/11/2017 ENGINEER: Urban Engineering NTP DATE: 5/29/2017 PROJECT MANAGER: Alex Barabanov PROJECTED COMPLETE: 5/29/2018 INSPECTOR: Jose Deleon CONTRACT TIME(CD's): 365 TESTING LAB: Rock Engineering&Testing LIQ.DAMAGES(per CD): $750.00 CONTRACT AMOUNT: $5,100,000.00 ITEM NO ITEM DESCRIPTION UNIT QTYS UNIT PRICE CONTRACT UNIT PRICE 18 Install 48"DIP Spool Piece-COCC will Furnish Spool Piece EA 1 $ 5,000.00 $ 51000.00 19 Install&Furnish 48"DIP Spool Piece EA 1 $ 12,000.00 $ 12,000.00 20 Disinfection(Assumes Swabbing Affected Area Only) LS 1 $ 5,750.00 $ 5,750.00 21 Hydrostatic Testing LS 1 $ 2,500.00 $ 2,500.00 22 Furnish&Install 16"Steel Casing Pipe w/8"Water Main by Auger Boring(Up to 42"of Cover) LF 1 $ 410.25 $ 410.25 23 Install Cap EA 1 $ 650.00 $ 650.00 24 install 48"x36"Tee IMI)-COCC will Furnish Tee EA 1 $ 6,450.00 $ 6,450.00 25 Install 48"Sleeve-COCCwill Furnish Sleeve EA 1 $ 6,919.52 $ 6,919.52 26 Install 36"sleeve-COCCwill Furnish Sleeve EA 1 $ 5,000.00 $ 5,000.00 27 Install 49"DIP Spool Pieces as required-COCC will furnish 20 IF Joint of DIP EA 1 $ 5,000.00 $ 5,000.00 28 Furnish&Install 36"DIP Spool Pieces as required LF 1 $ 650.00 $ 650.00 29 Furnish&Install 36"Flanged x MJ Adapter EA 1 $ 15,850.00 $ 15,850.00 30 Install&Remove Double 48"Pipe Step EA 1 $ 152,840.30 $ 152,840.30 31 Furnish&Install 48"45 Deg Bend(MJ) EA 1 $ 19,198.60 $ 19,198.60 32 Furnish&Install 48"Sleeve EA 1 $ 18,000.00 $ 18,000.00 33 Furnish&Install 48"DIP Spool Pieces as required LF 1 $ 953.00 $ 953.00 34 Furnish&Install 48"x 16"Cross(MJ) EA 1 $ 16,359.52 $ 16,359.52 35 Furnish&Install 2"45 Deg Bend(w/Joint Restraint) EA 1 $ 110.00 $ 110.00 36 Furnish&Install 2"SO Deg Bend(w/Joint Restraint) EA 1 $ 105.00 $ 105.00 37 Furnish&Install 2"Darr.Waterline(43"-72"of Cover) LF 1 $ 29.46 $ 29.46 38 Furnish and Install Above Ground Flush Point EA 1 $ - $ - 39 Furnish and Install In-ground Flush Point EA 1 $ - $ - 40 Furnish and Install 4-inch Transition Coupling EA 1 $ 420.00 $ 420.00 41 Furnish and Install 6-inch Transition Coupling EA 1 $ 520.00 $ 520.00 42 Furnish and Install 8-inch Transition Coupling EA 1 $ 850.00 $ 850.00 43 Furnish and Install 12-inch Transition Coupling EA 1 $ 1,150.00 $ 1,150.00 44 Install 4"Cap EA 1 $ 200.00 $ 200.00 45 Install 8"Cap EA 1 $ 552.00 $ 552.00 46 Install 6"Cap EA 1 $ 276.00 $ 276.00 Notes: 1.)Item 23 will no longer be used.The cost of$276 will be for a 6-inch cap(see Item 46) 2.)Item 38 and 39 are included in DO#18 but have not been submitted to the Contractor 00 52 23 AGREEMENT This Agreement is the First Renewal of the City-Wide Water Distribution System Repair and Replacement 2017-(I1DIQ) Procurement—Project No. E16294 (original name and number), awarded on March 28, 2017 (original award date), by the City Council of the City of Corpus Christi,Texas ("Owner") to CPC Interests, LLC Dba Clark Pipeline Services ("Contractor"). Approved on June 12,2018,Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Project No. 18094A City-Wide Water Distribution System Repair and Replacement Year 2 IDIQ(Contract Renewal#1 Ref E16294) ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,TX 78404 2.02 The Owner's Authorized Representative for this Project is: Eli Pena, P.E.—Acting Construction Management Engineer City of Corpus Christi— Engineering Services 4917 Holly Road, #5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This is the First Renewal of the Original Contract (Project No. E16294). The First Contract extension will not exceed the amount of$5,100,000 for one year.The initial contract was for one (1)year(12-calendar months) base contract, with two (2) optional one (1)year(12- calendar month) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extensions will not exceed an amount of$5,100,000 per year. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, as shown in the Appendix Example Delivery Order, and is eligible for Final Payment 30 days after the date for Substantial Completion. Agreement 005223- 1 City-Wide Water Distribution System Repair and Replacement Yr 2 IDIQ(Contract Renewal Rev 06-22-2016 #1 Ref E16294) Project 18094A B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$750.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$750.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 5,100,000.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223-2 City-Wide Water Distribution System Repair and Replacement Yr 2 IDIQ(Contract Renewal Rev 06-22-2016 #1 Ref E16294) Project 18094A 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 City-Wide Water Distribution System Repair and Replacement Yr 2 IDIQ(Contract Renewal Rev 06-22-2016 #1 Ref E16294) Project 18094A C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 City-Wide Water Distribution System Repair and Replacement Yr 2 IDIQ(Contract Renewal Rev 06-22-2016 #1 Ref E16294) Project 18094A L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 City-Wide Water Distribution System Repair and Replacement Yr 2 IDIQ(Contract Renewal Rev 06-22-2016 #1 Ref E16294) Project 18094A ATTEST CITY OF CORPUS CHRISTI �IN:.,yR,b,.by Rebeooe Huerte Rebecca Huerta°�°°ReeeC��uerta oryoroo,p scUS o_„y Digitally signed by Jeff Edmonds Secm�ery.ema��-ree 1o.-oo�e.a=Dom.-�5 Jeff Edmonds Dare:zoie m.os>>:�s:oa-osoo Date:2018.07.09 09:54:59-05'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services APPROVED AS TO LEGAL FORM: N/A AUTHORIZED BY COUNCIL N/A 2018.07.03 08:30:56-05'00' Assistant City Attorney N/A ATTEST(IF CORPORATION) CONTRACTOR CPC Interests, LLC Dba Clark Pipeline Services Digitally YChristopher C.Clark (Seal Below) By: Christopher C. Clark Date 2018.06.1515 48 29-05'O Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 6229 Leopard Street Financial Officer Address Corpus Christi, Texas 78409 City State Zip 361/816-6007 NA Phone Fax cclark@clarkpipeline.com EMail END OF SECTION Agreement 005223-6 City-Wide Water Distribution System Repair and Replacement Yr 2 IDIQ(Contract Renewal Rev 06-22-2016 #1 Ref E16294) Project 18094A 006113 PERFORMANCE BOND BOND NO. 4419824 Contractor as Principal Surety Name: CPC Interests,LLC Dba Clark Pipeline Name: SureTec Insurance Company Services Mailing address(principal place of business): Mailing address(principal place of business): 6229 Leopard St. 9737 Great Hills Trail,Suite 320 Corpus Christi,TX 78409 Austin,Texas 78759 Physical address(principal place of business): Owner 9737 Great Hills Trail,Suite 320 Austin,Texas 78759 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Texas Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): Protect No.18094A 866-732-0099 City-Wide Water Distribution System Repair and Telephone(for notice of claim): Replacement Year 2 IDIQ(Contract Renewal#1 866-732-0099 Ref E16294) Local Agent for Surety Name: Kerry Woods/Keetch&Associates Approval Date of Contract:June 12,2018 Address: 1718 Santa Fe Street Contract Price: $5,100,000.00 Corpus Christi,Texas 78404 Bond Telephone: 361-883-3803 Email Address: kwoods keetchins.com Date of Bond: June 27.2018 The address of the surety company to which any notice of claim should be sent may be obtained C (Date Bond cannot be earlier than Award©ate from the Texas Dept.of Insurance by calling the of the contract) following toll-free numbers 1-800-252-3439 Performance Bond 00 61 13-1 18094A City-Wide Water Distribution System Repair and Replacement Yr 2 IDIQ(Contract Renewal#1 Ref E16294) 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the some extent as if it were copied at length herein. Venue shall lie exclusively in Nu ees County, Texas for any legal action. 1, � Contractor as Principal CPC]mere d Surety SUr 'ec Insurance Compa v Signature: Signature: Name: `1,moo_ 4" 0 r 'l. Name: Dennis M.Descant.Jr. Title: rc ti;r��L Title: Attorriev-in-Fact Email Address: Lc� l �e��.�tru�, , « Email Address: dennis.descttnt rnhch insYtranee'.com (Attach Power of Attorney and place surety sea!below) END OF SECTION Performance Bond 006113-2 18094A City-Wide Water Distribution System Repair and Replacement Yr 2 IDIQ(Contract Renewal##1 Ref E16294) 7-8-2014 ;�: ; ;� _ - . . ,. „ :: . r. /'tJ �- . . . .. - , 1 �„° � � ,� j� ' �J' --.� .. .. "�, /f + 1.� , • - i t . � � .. - . . POA#: 4221073 SureTec Insurance Company LMTED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas,does by these presents make,constitute and appoint Jeffrey L.Brady,Dennis M.Descant,Jr.,Cheryl A.Sanders,Alicia Cantavella its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances,undertakings or other instruments•or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for,providing the bond penalty does not exceed Ten Million and 00/100 Dollars($10,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying;and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 12131/2019 and is made under and by authority of the following i resolutions of the Board of Directors of the SureTec Insurance Company: 1 Be it Resolved that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the fallowing provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid I and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2&of April, i 1999.) i In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,andeits corporate seal 71 to be hereto affixed this 25th day of April ,A.D. 2017 , SVRANCF SURE 1 TEC SU3EtAN C «.. 1A w° X 9 �� By: John Knox ., resi i State of Texas ss: 7s w r County of Harris «�» On this 2s1h day of April ,A.D. 2017 before me personally came John Knox Jr.,to me known,who,being by me y sworn,did depose and say,that he resides in Houston,Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. JACQUELYN GREENLEAF Notary Public,State of Texas Comm.Expires 05-18.2021 Notary ID 128903029 Jacq Jelyn Greenleaf,Notary Public My commission expires May 18,2021 I,M.Brent Beaty,Assistant Secretary of SURETEC INSU1tANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston,Texas this 27th day of June 2018 A.D. /ZA/1 5- F-1 M.Brent Bea yVAssistiwoeC, Any instrument issued in excess of the penalty stated above is totally void and without any validity. ir� For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5a1,t .,CST - V SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099.You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin,Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage,rights or complaints at 1-800-252- 3439.You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#: 512-475-1771 Web:http:ltwNvw.tdi.state.tx.us Email:ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES:Should you have a dispute concerning your premium or about a claim,you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. --------------------------------------------------------------------------------------------------------------------- Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection,or acts of war. ---------------------------------------------------------------------------------------------------------------- Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens,histamines, spores, hyphae,or mycotoxins,or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills,contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property,or the performance of the bonded obligations,of the occurrence,existence, or appearance thereof. Texas Rider 010106 1 006116 PAYMENT BOND BOND NO. 4419824 Contractor as Principal Surety Name: CPC Interests,LLC Dba Clark Pipeline Name: SureTec Insurance Company Services Mailing address(principal place of business): Mailing address(principal place of business): 6229 Leopard St. 9737 Great Hills Trail,Suite 320 Corpus Christi,TX 78409 Austin,Texas 78759 Physical address(principal place of business): Owner 9737 Great Hills Trail,Suite 320 Name: City of Corpus Christi,Texas Austin,Texas 78759 Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Texas Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): Project No.18094A 866-732-0099 City-Wide Water Distribution System Repair and Replacement Year 21DIQ{Contract Renewal#1 Telephone(for notice of claim): Ref E16294 866-732-0099 Local Agent for Surety Name: Kerry Woods(Keetch&Associates Approval Date of Contract: June 12,2018 Address: 1718 Santa Fe Street Contract Price: $5.100,000.00 Corpus Christi,Texas 78404 Telephone: 361-883-3803 Bond Email Address: kwoodsakeetchins.com Date of Bond: Iain 7,2018 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept.of Insurance by calling the following toll-free number.1-800 252-3439 Payment Bond Form 00 6116-1 18094A City-Wide Water Distribution System Repair and Replacement Yr 2 IDIQ(Contract Renewal Ref E16294) 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void,otherwise the obligation is to remain in full farce and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. r ' Lr Tec Insurance Con Contractor as Princip Y � 'lb` s, c a Surety �ark Pi Zi ervrccs Signature: Signature: Name: �' � �`'-- J„ - Name: Dennis M. Descant.Jr. Title: _ Title: twrney-in-Pact Email Address: � �� i;, .,n{ Email Address: dens;s.de�c�nt h-ity�s�rance.com_ (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 18094A City-Wide Water Distribution System Repair and Replacement Yr 2 IDIQ(Contract Renewal Ref E16294) 7-8-2014 ,, I , .. _ ,..: r,. _ i... .t.; •�J ��:. � � � .. -T1''�` �e . . r �; ... ,: _ POA#: 4221073 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston,Harris County, Texas,does by these presents make,constitute and appoint Jeffrey L.Brady,Dennis M.Descant,Jr.,Cheryl A.Sanders,Alicia Cantavella its true and lawful Attorney4n-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances,undertakings or other instruments•or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for,providing the bond penalty does not exceed Ten Million and 00/100 Dollars($10,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/2019 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved,that the President,any Vice-President,any Assistant Vice President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizanccs,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 206 of April, 1999.) In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, is corporate seal to be hereto affixed this 25th day of April ,A.D. 2017 . S�yFLAN�+� SURETEC SURAN C By: a John Knox .,7residState of Texas ss: r 't r' Y County of HarrisOn this�+day of NMel ,A.D. 2017 before me personally came John Knox Jr.,to me known,who,being by mem,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. JACCIIJE1.YN GREENLEAF .SNotary Public,State of Texas +t` Comm.Expires 05-18.2021 1". Notary ID 126903029 Jacq Jellyn Greenleaf,Notary Public My commission expires May 18,2021 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston,Texas this 27th day of June 2018 A.D. IIAA K Brent Beatyy Assistallysichla `C Any Instrument Issued In excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and S:Op- mST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099.You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin,Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage,rights or complaints at 1-800-252- 3439.You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#:512-475-1771 Web:http:fiwww.tdi.state.tx.us Email:ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES:Should you have a dispute concerning your premium or about a claim,you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. ----------------------------------------------------------------------------------------------------------------------- Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot,civil insurrection,or acts of war. ------------------------------------------------------------------------------------------------------ Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria,allergens, histamines, spores, hyphae,or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills,contamination, or cleanup, nor the remediation thereof,nor the consequences to persons,property,or the performance of the bonded obligations,of the occurrence,existence, or appearance thereof. Texas Rider 010106 1 76/20/2018 (MM/DD/YYYY) ° CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Brady, Chapman, Holland &Associates PHONE FAX 10055 West Gulf Bank A/C No Ext): 713-688-1500 vc,Noy 713-688-7967 E-MHouston TX 77040 ADDRESS: eCSR24@bch-insurance.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Charter Oaks Fire Ins.Co.(Travelers) 25615 INSURED CLARKPIPELINE INSURER B:Travelers Lloyds Insurance Company 41262 CPC Interests, LLC dba Clark Pipeline INSURERC: Phoenix Ins Co(Travelers) 25623 Services 6229 Leopard Street INSURER D:Travelers Indemnity of AM(Travelers) 25666 Corpus Christi TX 78409 INSURER E: St. Paul Surplus(AmWINS Brkg) 30481 INSURER F: COVERAGES CERTIFICATE NUMBER:1284543039 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICYNUMBER MM/DD MM/DD A X COMMERCIAL GENERAL LIABILITY C01J092295COF 2/1/2018 2/1/2019 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR PREMISES DAMAGE TO PREMISES Ea occurrence) ccurrence $300,000 X 1,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO- JECT 1:1 LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ C AUTOMOBILE LIABILITY BAlJ09431917PHX 2/1/2018 2/1/2019 COEaMBINEDccidentSINGLELIMIT $1,000,000 a X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident L $ B X UMBRELLALIAB X OCCUR QT6608075X250TLC18 2/1/2018 2/1/2019 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$10,000 $ D WORKERS COMPENSATION UBlJ093913TIA 2/1/2018 2/1/2019 )( PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVEN/A E.L.EACH ACCIDENT $1,000,000 OFFICE R/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 E CONTRACTORS POLLUTION ZCC416N1089518SK 2/1/2018 2/1/2019 Pollution Limit $1,000,000 B INSTALLATION FLOATER QT6608076X18ATLC18 4/17/2018 4/17/2019 Project Limit $5,100,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) The policy includes Blanket additional insured on the general liability per form CGD604 0813 and automobile per form CAT353 with a waiver of subrogation on the general liability per form CGD316 1111 automobile per form CAT353 and workers compensation per form WC 420304 when required by written contract. This insurance is primary and non-contributory as respects general liability per form CGD604 0813. The Installation Floater includes additional named insured and waiver of subrogation per form CMT2210413 Project#18094A City-Wide Distribution System Repair and Replacement Year 2(Contract Renewal#1 Ref#E16294) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Engineering Services P.O. Box 9277 AUTHORIZED REPRESENTATIVE Corpus Christi TX 78469-9277 y� ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II —WHO IS (a) The Additional Insured — Owners, AN INSURED: Lessees or Contractors — Scheduled Any person or organization that: Person or Organization endorsement 13 a. You agree in a "written contract requiring in- CG 20 the Adddi 07tionall or or Insure 20 10 04d — Owners,, surance" to include as an additional insured Lessees or Contractors —Completed on this Coverage Part;and Operations endorsement CG 20 37 b. Has not been added as an additional insured 07 04 or CG 20 37 04 13, or both of for the same project by attachment of an en- such endorsements with either of dorsement under this Coverage Part which those edition dates;or includes such person or organization in the (b) Either or both of the following: the endorsement's schedule; Additional Insured — Owners, Les- is an insured, but: sees or Contractors — Scheduled a. Only with respect to liability for"bodily injury", Person Or Organization endorsement "property damage"or"personal injury"; and CG 20 10, or the Additional Insured— Owners, Lessees or Contractors — b. Only as described in Paragraph (1), (2) or(3) Completed Operations endorsement below,whichever applies: CG 20 37, without an edition date of (1) If the "written contract requiring insur- such endorsement specified; ance" specifically requires you to provide the person or organization is an additional additional insured coverage to that per- insured only if the injury or damage is son or organization by the use of: caused, in whole or in part, by acts or (a) The Additional Insured — Owners, omissions of you or your subcontractor in Lessees or Contractors — (Form B) the performance of "your work" to which endorsement CG 20 10 11 85;or the "written contract requiring insurance" (b) Either or both of the following: the applies; or Additional Insured — Owners, Les- (3) If neither Paragraph(1) nor(2)above ap- sees or Contractors — Scheduled plies: Person Or Organization endorsement (a) The person or organization is an ad- CG 20 10 10 01, or the Additional In- ditional insured only if, and to the ex- sured—Owners, Lessees or Contrac- tent that, the injury or damage is tors — Completed Operations en- caused by acts or omissions of you or dorsement CG 20 37 10 01; your subcontractor in the perform- the person or organization is an additional ance of"your work"to which the"writ- insured Only if the injury or damage arises ten contract requiring insurance" ap- out of "your work" to which the "written plies;and contract requiring insurance"applies; (b) The person or organization does not (2) If the "written contract requiring insur- qualify as an additional insured with ance" specifically requires you to provide respect to the independent acts or additional insured coverage to that per- omissions of such person or organi- son or organization by the use of: zation, CG 06 04 08 13 0 2013 The Travelers Indemnity Company.All rights reserved. Page 1 of 3 COMMERCIAL GENERAL LIABILITY 2. The insurance provided to the additional insured and collectible other insurance, whether primary, by this endorsement is limited as follows: excess, contingent or on any other basis, that is a. If the Limits of Insurance of this Coverage available to the additional insured when that per- Part shown in the Declarations exceed the son or organization is an additional insured, or is minimum limits of liability required by the any other insured that does not qualify as a "written contract requiring insurance", the in- named insured, under such other insurance. surance provided to the additional insured will 4. As a condition of coverage provided to the addi- be limited to such minimum required limits of tional insured by this endorsement: liability. For the purposes of determining a. The additional insured must give us written whether this limitation applies, the minimum notice as soon as practicable of an "occur- limits of liability required by the "written con- rence" or an offense which may result in a tract requiring insurance" will be considered claim. To the extent possible, such notice to include the minimum limits of liability of any should include: Umbrella or Excess liability coverage required for the additional insured by that"written con- (1) How, when and where the "occurrence" tract requiring insurance". This endorsement or offense took place; will not increase the limits of insurance de- (2) The names and addresses of any injured scribed in Section III—Limits Of Insurance. persons and witnesses;and b. The insurance provided to the additional in- (3) The nature and location of any injury or sured does not apply to "bodily injury", "prop- damage arising out of the"occurrence"or erty damage" or "personal injury" arising out offense. of the rendering of, or failure to render, any b. If a claim is made or"suit" is brought against professional architectural, engineering or sur- the additional insured, the additional insured veying services, including: must: (1) The preparing, approving, or failing to (1) Immediately record the specifics of the prepare or approve, maps, shop draw- claim or"suit" and the date received; and ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, (2) Notify us as soon as practicable. approving, or failing to prepare or ap- The additional insured must see to it that we prove,drawings and specifications; and receive written notice of the claim or"suit" as (2) Supervisory, inspection, architectural or soon as practicable, engineering activities. c. The additional insured must immediately send c. The insurance provided to the additional in- us copies of all legal papers received in con- sured does not apply to "bodily injuryor nection with the claim or"suit", cooperate with "property damage"caused by"your work"and us in the investigation or settlement of the included in the "products-completed opera- claim or defense against the "suit", and oth- tions hazard" unless the "written contract re- erwise comply with all policy conditions. quiring insurance" specifically requires you to d. The additional insured must tender the de- provide such coverage for that additional in- fense and indemnity of any claim or "suit" to sured during the policy period. any provider of other insurance which would 3. The insurance provided to the additional insured cover the additional insured for a loss we by this endorsement is excess over any valid and cover under this endorsement. However, this collectible other insurance, whether primary, ex- condition does not affect whether the insur- cess, contingent or on any other basis, that is ante provided to the additional insured by this available to the additional insured. However, if the endorsement is primary to other insurance "written contract requiring insurance" specifically available to the additional insured which cov- requires that this insurance apply on a primary ers that person or organization as a named basis or a primary and non-contributory basis,this insured as described in Paragraph 3. above, insurance is primary to other insurance available 5. The following is added to the DEFINITIONS Sec- to the additional insured under which that person or organization qualifies as a named insured, and tion: we will not share with that other insurance. But "Written contract requiring insurance" means that the insurance provided to the additional insured part of any written contract or agreement under by this endorsement still is excess over any valid which you are required to include a person or or- Page 2 of 3 O 2013 The Travelers Indemnity company.All rights reserved. CG D6 04 08 13 COMMERCIAL GENERAL LIABILITY ganization as an additional insured on this Cover- a. After the signing and execution of the contract age Part, provided that the "bodily injury" and or agreement by you; and "property damage" occurs, and the "personal in- b. While that part of the contract or agreement is jury" is caused by an offense committed, during in effect. the policy period and: CG D6 04 08 13 0 2013 The Travelers indemnity Company.All rights reserved. Page 3 of 3 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL_DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However,coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights,duties,and what is and is not covered. A. Aircraft Chartered With Pilot H. Blanket Additional Insured — Lessors Of Leased B. Damage To Premises Rented To You Equipment C. Increased Supplementary Payments I. Blanket Additional Insured — States Or Political Subdivisions—Permits D. Incidental Medical Malpractice J. Knowledge And Notice Of Occurrence Or Offense E. Who Is An Insured —Newly Acquired Or Formed K. Unintentional Omission Organizations F. Who Is An Insured — Broadened Named Insured L. Blanket Waiver Of Subrogation —Unnamed Subsidiaries M. Amended Bodily Injury Definition G. Blanket Additional Insured — Owners, Managers N. Contractual Liability—Railroads Or Lessors Of Premises PROVISIONS INJURY AND PROPERTY DAMAGE LI- A. AIRCRAFT CHARTERED WITH PILOT ABILITY: The following is added to Exclusion g., Aircraft, Exclusions c. and g. through n. do not apply Auto Or Watercraft,in Paragraph 2.of SECTION to "premises damage". Exclusion f.(1)(a) I — COVERAGES —COVERAGE A BODILY IN- does not apply to"premises damage"caused JURY AND PROPERTY DAMAGE LIABILITY: by: This exclusion does not apply to an aircraft that a. Fire; is: b. Explosion; (a) Chartered with a pilot to any insured; c. Lightning; (b) Not owned by any insured; and d. Smoke resulting from such fire,explosion, (c) Not being used to carry any person or prop- or lightning; or erty for a charge. e. Water; B. DAMAGE TO PREMISES RENTED TO YOU unless Exclusion f.of Section I—Coverage A 1. The first paragraph of the exceptions in Ex- — Bodily Injury And Property Damage Liability clusion j., Damage To Property, in Para- is replaced by another endorsement to this graph 2. of SECTION I — COVERAGES — Coverage Part that has Exclusion—All Pollu- COVERAGE A BODILY INJURY AND tion Injury Or Damage or Total Pollution Ex- PROPERTY DAMAGE LIABILITY is deleted. clusion in its title. 2. The following replaces the last paragraph of A separate limit of insurance applies to Paragraph 2., Exclusions, of SECTION I — "premises damage" as described in Para- COVERAGES — COVERAGE A. BODILY graph 6. of SECTION III — LIMITS OF IN- SURANCE. CG D3 16 11 11 ©2011 The Travelers Indemnity Company.All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- C. INCREASED SUPPLEMENTARY PAYMENTS TION III—LIMITS OF INSURANCE: 1. The following replaces Paragraph 1.b. of Subject to 5. above, the Damage To Prem- SUPPLEMENTARY PAYMENTS — COVER- ises Rented To You Limit is the most we will AGES A AND B of SECTION I — COVER- pay under Coverage A for damages because AGE; of "premises damage" to any one premises. b. Up to $2,500 for the cost of bail bonds The Damage To Premises Rented To You required because of accidents or traffic °° damage" la property dama e Limit will apply to all q w violations arising out of the use of any proximately caused by the same "occur- vehicle to which the Bodily Injury Liability rence , whether such damage results from: Coverage applies.We do not have to fur- p lightning; 9 nish these bonds. fire; explosion;li htnin smoke resulting from such fire, explosion, or lightning; or water; or 2. The following replaces Paragraph 1.d. of any combination of any of these causes. SUPPLEMENTARY PAYMENTS — COVER- The Damage To Premises Rented To You AGES A AND B of SECTION I — COVER- Limit will be: AGES: a. The amount shown for the Damage To d. All reasonable expenses incurred by the Premises Rented To You Limit on the insured at our request to assist us in the Declarations of this Coverage Part;or investigation or defense of the claim or b. $300,000 if no amount is shown for the "suit", including actual loss of earnings up Damage To Premises Rented To You to $500 a day because of time off from Limit on the Declarations of this Coverage work. Part. D. INCIDENTAL MEDICAL MALPRACTICE 4. The following replaces Paragraph a. of the 1. The following is added to the definition of"oc- definition of"insured contract" in the DEFINI- currence" in the DEFINITIONS Section: TIONS Section: "Occurrence" also means an act or omission a. A contract for a lease of premises. How- committed in providing or failing to provide ever, that portion of the contract for a "incidental medical services", first aid or lease of premises that indemnifies any "Good Samaritan services"to a person. person or organization for "premises 2. The following is added to Paragraph 2.a.(1)of damage'"is not an"insured contract"; SECTION 11—WHO IS AN INSURED: 5. The following is added to the DEFINITIONS Section: Paragraph {1}(d) above does not apply to "bodily injury" arising out of providing or fail- "Premises damage" means "property dam- ing to provide: age"to: {i} "Incidental medical services" by any of a. Any premises while rented to you or tem- . your employees" who is a nurse practi- porarily occupied by you with permission tioner, registered nurse,licensed practical of the owner; or nurse, nurse assistant, emergency medi- b. The contents of any premises while such cal technician or paramedic; or premises is rented to you,if you rent such (ii) First aid or"Good Samaritan services" by premises for a period of seven or fewer ,any of your 'employees" or 'volunteer consecutive days. workers", other than an employed or vol- 6. The following replaces Paragraph 4.b.(1)(b) unteer doctor. Any such "employees" or of SECTION IV—COMMERCIAL GENERAL "volunteer workers" providing or failing to LIABILITY CONDITIONS: provide first aid or "Good Samaritan ser- (b) That is insurance for"premises damage"; vices" during their work hours for you will or be deemed to be acting within the scope 7. Paragraph 4.b.(1)(c) of SECTION IV — of their employment by you or performing COMMERCIAL GENERAL LIABILITY CON- duties related to the conduct of your busi- DITIONS is deleted. ness. Page 2 of 6 2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 5. of 4. Any organization you newly acquire or form, SECTION Ili—LIMITS OF INSURANCE: other than a partnership,joint venture or lim- For the purposes of determining the applica- ited liability company, of which you are the ble Each Occurrence Limit, all related acts or sole owner or in which you maintain the ma- omissions committed in providing or failing to jority ownership interest, will qualify as a provide"incidental medical services", first aid Named Insured if there is no other insurance or"Good Samaritan services"to any one per- which provides similar coverage to that Or- son will be deemed to be one'occurrence". ganization. However: 4. The following exclusion is added to Para- a. Coverage under this provision is afforded graph 2., Exclusions, of SECTION I—COY- only: ERAGES —COVERAGE A BODILY INJURY (1) Until the 180th day after you acquire or AND PROPERTY DAMAGE LIABILITY: form the organization or the end of the Sale Of Pharmaceuticals policy period, whichever is earlier, if you "Bodily injury" or "property damage" arising do not report such organization in writing out of the willful violation of a penal statute or to us within 180 days after you acquire or ordinance relating to the sale of pharmaceuti- form lt;or cals committed by, or with the knowledge or (2) Until the end of the policy period, when consent of, the insured. that date is later than 180 days after you 5. The following is added to the DEFINITIONS acquire or form such organization, if you Section: report such organization in writing to us "Incidental medical services" means: within 180 days after you acquire or form a. Medical,surgical, dental, laboratory,x-ray it, and we agree in writing that it will Con- or nursing service or treatment,advice or tinue to be a Named Insured until the end instruction, or the related furnishing of of the policy period; food or beverages; or b. Coverage A does not apply to "bodily injury" b. The furnishing or dispensing of drugs or or "property damage" that occurred before medical, dental, or surgical supplies or you acquired or formed the organization; and appliances. c. Coverage B does not apply to "personal in- "Good Samaritan services" means any emer- jury" or "advertising injury" arising out of an gency medical services for which no compen- offense committed before you acquired or sation is demanded or received. formed the organization. 6. The following is added to Paragraph 4.b., Ex- F. WHO IS AN INSURED— BROADENED NAMED cess Insurance, of SECTION IV — COM- INSURED—UNNAMED SUBSIDIARIES MERCIAL GENERAL LIABILITY CONDI- The following is added to SECTION 11—WHO IS TIONS: AN INSURED: The insurance is excess over any valid and collectible other insurance available to the in- Any of your subsidiaries,other than a partnership, sured, whether primary, excess, contingent or joint venture or limited liability company, that is on any other basis, that is available to any of not shown as a Named Insured in the Declara- your "employees" or "volunteer workers" for tions is a Named Insured if you maintain an own- "bodily injury" that arises out of providing or ership interest of more than 50% in such subsidi- failing to provide "incidental medical ser- ary on the first day of the policy period. vices", first aid or"Good Samaritan services" No such subsidiary is an insured for"bodily injury" to any person to the extent not subject to or "property damage" that occurred, or "personal Paragraph 2.a.(1) of Section II —Who Is An injury" or "advertising injury" caused by an of- Insured. fense committed after the date, if any, during the E. WHO IS AN INSURED — NEWLY ACQUIRED policy period, that you no longer maintain an OR FORMED ORGANIZATIONS ownership interest of more than 50% in such sub- The following replaces Paragraph 4. of SECTION sidiary. 11—WHO IS AN INSURED: CG D3 16 11 11 O 2011 The Travelers Indemnity Company.All rights reserved. Page 3 of 6 yi 9 0 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED —OWNERS, H. BLANKET ADDITIONAL INSURED —LESSORS MANAGERS OR LESSORS OF PREMISES OF LEASED EQUIPMENT The following is added to SECTION II —WHO 1S The following is added to SECTION II —WHO IS AN INSURED; AN INSURED; Any person or organization that is a premises Any person or organization that is an equipment owner, manager or lessor and that you have lessor and that you have agreed in a written con- agreed in a-written contract or agreement to in- tract or agreement to include as an insured on clude as an additional insured on this Coverage this Coverage Part is an insured, but only with re- Part is an insured, but only with respect to liability spect to liability for"bodily injury", "property dam- for "bodily injury", "property damage", "personal age","personal injury"or"advertising injury"that: injury"or"advertising injury"that: a. Is "bodily injury" or "property damage"' that a. Is "bodily injury" or "property damage" that occurs, or is ""personal injury" or ""advertising occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- injury" caused by an offense that is commit- ted, subsequent to the execution of that con- ted, subsequent to the execution of that con- tract or agreement; and tract or agreement; and b. Is caused, in whole or in part, by your acts or b. Arises out of the ownership, maintenance or omissions in the maintenance, operation or use of that part of any premises leased to use of equipment leased to you by such you. equipment lessor. The insurance provided to such premises owner, The insurance provided to such equipment lessor manager or lessor is subject to the following pro- is subject to the following provisions: visions: a. The limits of insurance provided to such a. The limits of insurance provided to such equipment lessor will be the minimum limits premises owner, manager or lessor will be which you agreed to provide in the written the minimum limits which you agreed to pro- contract or agreement, or the limits shown on vide in the written contract or agreement, or the Declarations, whichever are less. the limits shown on the Declarations, which- ever are less. b. The insurance provided to such equipment lessor does not apply to any"bodily injury" or b. The insurance provided to such premises "property damage" that occurs, or "personal owner, manager or lessor does not apply to: injury"or"advertising injury" caused by an of- (1) Any "bodily injury" or "property damage" fense that is committed, after the equipment that occurs, or"personal injury"or"adver- lease expires. tising injury"caused by an offense that is c. The insurance provided to such equipment committed, after you cease to be a tenant lessor is excess over any valid and collectible in that premises; or other insurance available to such equipment (2) Structural alterations, new construction or lessor, whether primary, excess, contingent demolition operations performed by or on or on any other basis, unless you have behalf of such premises owner, lessor or agreed in the written contract or agreement manager. that this insurance must be primary to, or c. The insurance provided to such premises non-contributory with, such other insurance, owner, manager or lessor is excess over any in which case this insurance will be primary valid and collectible other insurance available to, and non-contributory with, such other in- to such premises owner, manager or lessor, surance. whether primary, excess, contingent or on I. BLANKET ADDITIONAL INSURED — STATES any other basis, unless you have agreed in OR POLITICAL SUBDIVISIONS—PERMITS the written contract or agreement that this in- The following is added to SECTION II —WHO IS surance must be primary to, or non- AN INSURED: contributory with, such other insurance, in which case this insurance will be primary to, Any state or political subdivision that has issued a and non-contributory with, such other insur- permit in connection with operations performed by ance. you or on your behalf and that you are required Page 4 of 6 0 2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include (ii) A manager of any limited liability as an additional insured on this Coverage Part is company; or an insured, but only with respect to liability for (iii)An executive officer or director of "bodily injury", "property damage", "personal in- any other organization; jury" or"advertising injury" arising out of such op- that is your partner, joint venture erations.. member or manager; or The insurance provided to such state or political (b) Any "employee" authorized by such subdivision does not apply to: partnership, joint venture, limited li- a. Any "bodily injury," "property damage," "per- ability company or other organization sonal injury" or"advertising injury"arising out to give notice of an "occurrence" or of operations performed for that state or po- offense. litical subdivision;or (3) Notice to us of such"occurrence"or of an b. Any "bodily injury" or "property damage" in- offense will be deemed to be given as cluded in the "products-completed operations soon as practicable if it is given in good hazard". faith as soon as practicable to your work- J. KNOWLEDGE AND NOTICE OF OCCUR- ers' compensation insurer, This applies RENCE OR OFFENSE only if you subsequently give notice to us The following is added to Paragraph 2., Duties In of the"occurrence"or offense as soon as The Event of Occurrence, Offense, Claim or practicable after any of the persons de- Suit, of SECTION IV — COMMERCIAL GEN- scribed in Paragraphs (1) or (2) above ERAL LIABILITY CONDITIONS: discovers that the"occurrence" rence"or offense may result in sums to which the insurance e. The following provisions apply to Paragraph provided under this Coverage Part may a. above, but only for the purposes of the in- apply. surance provided under this Coverage Part to you or any insured listed in Paragraph L or 2. However, if this Coverage Part includes an en- of Section 11—Who Is An Insured: dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution (1) Notice to us of such "occurrence" or of- costs arising out of a discharge, release or es- fense must be given as soon as practica- cape of"pollutants"which contains a requirement ble only after the"occurrence" or offense that the discharge, release or escape of "pollut- is known by you (if you are an individual), ants" must be reported to us within a specific any of your partners or members who is number of days after its abrupt commencement, an individual (if you are a.partnership or this Paragraph e. does not affect that require- joint venture), any of your managers who ment. is an individual(if you are a limited liability K UNINTENTIONAL OMISSION company), any of your "executive offi- cers"or directors(if you are an organiza- The following is added to Paragraph 6., Repre- tion other than a partnership,joint venture sentations. of SECTION IV — COMMERCIAL or limited liability company) or any "em- GENERAL LIABILITY CONDITIONS: ployee" authorized by you to give notice The unintentional omission of, or unintentional of an"occurrence"or offense. error in, any information provided by you which (2) If you are a partnership, joint venture or we relied upon in issuing this policy will not preju- limited liability company, and none of your dice your rights under this insurance. However, partners, joint venture members or man- this provision does not affect our right to collect agers are individuals, notice to us of such additional premium or to exercise our rights of "occurrence" or offense must be given as cancellation or nonrenewal in accordance with soon as practicable only after the "occur- applicable insurance laws or regulations. rence"or offense is known by: L. BLANKET WAIVER OF SUBROGATION (a) Any individual who is: The following is added to Paragraph S., Transfer (i) A partner or member of any part- Of Rights Of Recovery Against Others To Us, nership or joint venture; of SECTION IV— COMMERCIAL GENERAL LI- ABILITY CONDITIONS: CG D3 16 11 11 0 2011 The Travelers Indemnity company.All rights reserved. Page 5 of 6 j COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- 3. 'Bodily injury" means bodily injury, mental ment to waive that insured's right of recovery anguish, mental injury, shock,fright, disab[lity, against any person or organization, we waive our humiliation, sickness or disease sustained by right of recovery against such person or organiza- a person, including death resulting from any tion, but only for payments we make because of: of these at any time. a. "Bodily injury" or "property damage" that oc- N. CONTRACTUAL LIABILITY—RAILROADS curs;or 1. The following replaces Paragraph c. of the b. "Personal injury" or "advertising injury" definition of"insured contract" in the DEFINI- caused by an offense that is committed; TIONS Section: subsequent to the execution of that contract or c. Any easement or license agreement; agreement. 2. Paragraph f.(1) of the definition of "insured M. AMENDED BODILY INJURY DEFINITION contract" in the DEFINITIONS Section is de- leted. The following replaces the definition of "bodily injury" in the DEFINITIONS Section: Page 6 of 6 O 2011 The Travelers Indemnity company.All rights reserved. CG D3 16 11 11 Policy Number: C01J092295COF THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 PERSON OR ORGANIZATION: FOR THE PERSON OR ORGANIZTION: (CONTINUED ON IL T8 03) ADDRESS: 6229 LEOPARD STREET CORPUS CHRISTI TX 7&409 i PROVISIONS: If we cancel this policy for any statutorily permitted above.We will mail such notice to the address shown reason other than nonpayment of premium, and a in the schedule above at least the number of days number of days is shown for cancellation in the shown for cancellation in the schedule above before schedule above, we will mail notice of cancellation to the effective date of cancellation. the person Or organization shown in the schedule IL T4 05 03 11 ©2011 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 Policy Number: C01J092295COF GENERAL PURPOSE ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US (IL T4 05 03 11) THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: ALL COVERAGE PARTS INCLUDED IN THIS POLICY: CONTINUATION OF FORM IL T4 05 PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVED NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE. FOR THE ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. IL T8 03 Page 1 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights,duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE—LOSS OF B. BLANKET ADDITIONAL INSURED USE—INCREASED LIMIT C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE—INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1.,Who Is person or organization qualifies as an "insured" An Insured, of SECTION II—COVERED AUTOS under the Who Is An Insured provision contained LIABILITY COVERAGE: in Section II. Any organization you newly acquire or form dur- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is not Who Is An Insured, of SECTION II — COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement in an "employee's" ever is earlier, name, with your permission,while performing duties related to the conduct of your bus- B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. in B.S., Who Is An Insured, of SECTION II —COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to be cov- that person or organization, that is signed and ered "autos"you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow; and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your CA T3 53 0215 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services office,Inc.with its permission. COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or "suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any"auto"that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered "auto". (1) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured"against,and investigate or set- tle any such claim or "suit" and keep The following is added to Paragraph A.1., Who Is us advised of all proceedings and ac- An Insured,of SECTION II—COVERED AUTOS tions. LIABILITY COVERAGE: (ii) Neither you nor any other involved Any "employee" of yours is an "insured"while us- "insured" will make any settlement ing a covered "auto"you don't own, hire or borrow without our consent. in your business or your personal affairs, E. SUPPLEMENTARY PAYMENTS — INCREASED (iii)We inmay, at our discretion, participate in defending the"insured" against, or LIMITS in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION 11—COVERED AUTOS LIABI'L- (iv)We will reimburse the "insured" for ITY COVERAGE: sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury"or"property damage" to which tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of of SECTION II—COVERED AUTOS LIABIL- SECTION li — COVERED AUTOS ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "suit", but only up to and included ERAGE—INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) in Para- graph C., Limits Of Insurance, of graph B.l., Policy Period, Coverage Territory, SECTION 11 — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to (5) Anywhere in the world, except any country or make such payments ends when we jurisdiction while any trade sanction, em- have used up the applicable limit of bargo, or similar regulation imposed by the insurance in payments for damages, United States of America applies to and pro- settlements or defense expenses. hibiits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available ' ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 ©2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered"auto". compulsory insurance in any such coun- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered"auto". local law. Your failure to comply with No deductibles apply to this Personal Property compulsory insurance requirements will not invalidate the coverage afforded by coverage. this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE surance requirements. COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to "loss" toone or ted or authorized insurer outside the more airbags in a covered "auto"you own that in- United States of America, its territories flate due to a cause other than a cause of "loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto"for Compre- for compliance in any way with the laws hensive Coverage under this policy; of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty;and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one"loss". No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE— LOSS OF SECTION IV—BUSINESS AUTO CONDITIONS: USE—INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the last sentence of Para- tive prompt notice of the "accident" or "loss" ap- graph AA.b., Loss Of Use Expenses, of SEC- plies only when the "accident" or"loss" is known TION III—PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You(if you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one"accident". (c) A member (if you are a limited liability com- I. PHYSICAL DAMAGE — TRANSPORTATION pany); EXPENSES—INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager(if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganization);or SECTION III — PHYSICAL DAMAGE COVER- (e) Any"employee" authorized by you to give no- AGE: tice of the"accident"or"loss". We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.S., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us, ered "auto"of tate private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph AA., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for "loss" to wearing ap- signed and executed prior to any "accident" parel and other personal property which is: or"loss",provided that the"accident"or"loss" (1) Owned by an "insured";and arises out of operations contemplated by CA T3 53 02 15 4 2015 The Travelers Indemnity Company.All rights reserved. Page 3 of 4 Includes copyrighted materia[of insurance Services Office,Inc.with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph B.2., Con- lett additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV BUSINESS AUTO CONDITIONS: s Page 4 of 4 O 2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. Policy Number: BAlJ09431917PHX THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY -- NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 PERSON OR ORGANIZATION: SEE CA T8 04 ADDRESS: CORPUS CHRISTI. TX 78409 PROVISIONS: If we cancel this policy for any statutorily permitted above.We will mail such notice to the address shown reason other than nonpayment of premium, and a in the schedule above at least the number of days number of days is shown for cancellation in the shown for cancellation in the schedule above before schedule above, we will mail notice of cancellation to the effective date of cancellation. the person or organization shown in the schedule IL T4 05 03 11 0 2011 The Travelers Indemnity Company,All rights reserved. Page 'I of 1 COMMERCIAL AUTO POLICY ENDORSEMENT - CA T8 04 02 17 Policy Number: BAlJ09431917PHX ** THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ** IL T4 05 - DESIGNATED ENTITY IT IS AGREED THAT: FOR THE PERSON OR ORGANIZTION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRIT CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATI AFTER THE FIRST NAMED INSURED RECEIVED NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. Effective Date: 2/1/2018 Expiration Date: 2/1/2019 9 TRAVELERS JW WORKERS COMPENSATION AND ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD CT 06163 ENDORSEMENT WC 42 03 04 (B) — 001 Policy Number: UBlJ093913TIA TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. F1 SpecificWaiver Name of person or organization 0 Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 0.02 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described.. 4, Advance Premium: $SEE SCHEDULE This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium Insurance Company Countersigned by ST ASSIGN: Page 1 of 1 ©Copyright 2014 National Council on Compensation Insurance,Inc.Ali Rights Reserved. TRAVELERS/�� WORKERS COMPENSATION AND ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD CT 06183 ENDORSEMENT WC 42 06 01 {00} — 007. Policy Number: UBlJ093913TIA TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE 1 NUMBER OF DAYS ADVANCE NOTICE: 30 (or**) 2, NOTICE WILL BE MAILED TO: ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL REDUCTION IN COVERAGE OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEE TO IT THAT WE RECEIVE A WRITTEN REQUEST TO PROVIDE I SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION, NONRENEWAL OR MATERIAL REDUCTION IN COVERAGE OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. ** Number of days Notice specified in the Certificate of Insurance to all holders of such certificates. Page i of 1