Loading...
HomeMy WebLinkAboutC2018-319 - 7/31/2018 - NA C2018-319 7/31/18 IPR South Central LLC 00 52 23 AGREEMENT This Agreement,approved on July 31, 2018 , is the First Renewal of the City-Wide Wastewater Collection System Pipebursting IDIQ Part C—Project No. E17029 awarded on September 19, 2017 by the City Council of the City of Corpus Christi,Texas ("Owner")and PM Construction&Rehab, LLC dba IPR South Central LLC (Contractor). 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: City-Wide Wastewater Collection System Pipebursting IDIQ Part C—Contract Renewal#1 (Ref E17029) City Project No. 18089A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Utilities Department.City of Corpus Christi 2726 Holly Road Corpus Christi,Texas,78415 2.02 The Owner's Authorized Representative for this Project is: Joshua Seneca], P.E.—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd..#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This is the First One-Year Renewal of the Original Contract Project No. E17029. The initial contract was a one (1)year(365 calendar days) base contract,with four(4)optional one (1) year (365 calendar days) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of $2,000,000 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 Final Completion date, and is eligible for Final Payment 30 days after the date for Final Completion B. Milestones,and the dates for completion of each,are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. Agreement 00 52 23-1 City-Wide Wastewater Collection System Pipebursting IDIQ Part C—Cont Ren#1(Ref E17029) City Project No. 18089A Rev 06-22-2016 CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITY-WIDE WASTEWATER COLLECTION PIPEBURSTING ID/IQ PA RTC E17029 ' C7 F,tE,�.q��l . % • PREETISHRE5THA Cit of `%1...;. -•121940 •: ; a: Coirpus �- . Ch s � City of Corpus Christi — Utilities Department 2726 Holly Road, 78415 / Corpus Christi, TX / 361-826-1800 Record Drawing Number SAN 569 JUNE 23, 2017 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev O1-13-2016) 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 00 45 16 Statement of Experience(Rev 06-22-2016) 0052 23 Agreement(Rev 06-22-2016) 0061 13 Performance Bond (Revo1-13-2016) 0061 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(Rev 06-12-2015) 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) 01 23 10 Alternates and Allowances 01 2900 Application for Payment Procedures (Rev03-11-2015) 01 29 01 Measurement and Basis for Payment(Revo1-13-2016) 01 31 00 Project Management and Coordination (Revo1-13-2016) 0131 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 Table of Contents 000100- 1 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17209 Rev 06-22-2016 Division/ Title Section 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 01 40 00 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 022020 Excavation and Backfill for Utilities 022100 Select Material 022420 Silt Fence 025404 Asphalts, Oils, and Emulsions 026202 Hydrostatic Testing of Pressure System 026210 Polyvinyl Chloride Pipe 026214 Grouting Abandoned Utility Lines 026602 Wastewater Force Main 027203 Vacuum Testing of Wastewater Manholes and Structures 028300 Fence Relocation 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Grates, Rings, and Covers Part T Technical Specifications 000500-T Mobilization/Demobilization 020800-T Well Pointing, Dewatering and Disposal 021040-T Site Grading 021080-T Removing Abandoned Structures 022030-T Trench Safety 025205-T Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement 025215-T Cement Stabilized Limestone Base 025220-T Flexible Base—Limestone 025412-T Prime Coat Table of Contents 000100-2 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17209 Rev 06-22-2016 025424-T Hot Mix Asphaltic Concrete Pavement 025610-T Concrete Curb and Gutter 025612-T Concrete Sidewalks and Driveways 025614-T Concrete Curb Ramps 025802-T Temporary Traffic Controls Used During Construction 026206-T Ductile Iron Pipe & Fittings 027200-T Control of Wastewater Flows 027204-T Precast Concrete Manholes for Wastewater 027205-T Fiberglass Manholes for Wastewater 027208-T Rehabilitation of Wastewater Manholes using Polymer Systems 027602-T Gravity Wastewater Lines 027606-T Service Lateral Replacement 027611-T Cleaning and Televised Inspection of Wastewater Lines 027614-T Cured in Place Pipe (CIPP) for Rehabilitation of Gravity Wastewater Line 027618-T Wastewater Line Rehabilitation/Pipebursting 027619-T Pressure Testing and Grouting of Sewer Joints and Lateral Connections 027620-T Point Repairs and Obstruction Removals 028020-T Erosion Control by Seeding 028040-T Erosion Control by Sodding 028200-T Mail Box Relocation 028250-T Wood Fences and Gates 028310-T Chain Link Fences and Gates 030020-T Portland Cement Concrete Appendix Title Appendix A Sample Site Location Maps END OF SECTION Table of Contents 000100-3 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17209 Rev 06-22-2016 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 WASTEWATER COLLECTION SYSTEM PIPEBURSTING ID/IQ PART C PROJECT NO. E17029 This project consists of Wastewater Collection System improvements in the six(6) City of Corpus Christi wastewater plant service basins. The scope of work includes, but is not limited to: rehabilitation and/or replacement of gravity collection lines and/or force mains by pipe bursting for lines up to 36-inches in diameter, point repairs, rehabilitation and/or replacement of manholes, cleaning and televised inspection of conduits, and temporary traffic controls. All work will be executed with multiple indefinite quantity delivery orders as required, in accordance with the plans, specifications, and contract documents. The initial contract will be for a one (1)year(365 calendar days) base contract, with four (4) optional one (1)year(365 calendar days) extensions. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$2,000,000. The Project is to be completed and ready for operation within 365 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Final 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 8-2-17 @ 2:00 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. 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. Invitation to Bid and Instructions to Bidders 002113- 1 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 01-13-2016 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 Wastewater Collection System Pipebursting ID/IQ Part C Project No. 17029 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 8-2-17 @ 10:00 AM, at the following location: City Hall Building— City of Corpus Christi 3rd Floor, Engineering Services Board Conference Room 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 8-2-17 @ 2:00, at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 City of Corpus Christi 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE S—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 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. Invitation to Bid and Instructions to Bidders 002113-2 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 01-13-2016 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. 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 Invitation to Bid and Instructions to Bidders 002113-3 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 01-13-2016 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 contract amount. 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 contract amount 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. 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 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. Invitation to Bid and Instructions to Bidders 002113-4 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 01-13-2016 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. 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. Invitation to Bid and Instructions to Bidders 002113-5 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 01-13-2016 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 00 45 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. 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 002113-6 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 01-13-2016 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 of insurance. 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 002113-7 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 01-13-2016 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 because 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 002113-8 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 01-13-2016 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 002113-9 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 01-13-2016 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 Broad Form 2. Premises—Operations 3. Products/Completed Operations $1,000,000 Per Occurrence 4. Contractual Liability $2,000,000 Aggregate 5. Independent Contractors 6. Personal Injury-Advertising Injury AUTO LIABILITY(including) 1. Owned $1,000,000 Combined Single Limit 2. Hired and Non-Owned 3. Rented/Leased Workers' Compensation (All States Endorsement if Company is not Statutory domiciled in Texas) Employer's Liability $500,000/$500,000/$500,000 POLLUTION LIABILITY $1,000,000 Per Incident Limit (Including Cleanup and remediation) $1,000,000 Aggregate X Required Not Required Installation Floater Value of the equipment X Required Not Required 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. Insurance Requirements 00 72 01- 1 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 06-22-2016 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 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). Insurance Requirements 00 72 01-2 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 06-22-2016 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; 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, Insurance Requirements 00 72 01-3 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 06-22-2016 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 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. Insurance Requirements 00 72 01-4 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 06-22-2016 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 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. Insurance Requirements 00 72 01-5 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 06-22-2016 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 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 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. Insurance Requirements 00 72 01-6 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 06-22-2016 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. 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. Insurance Requirements 00 72 01-7 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 06-22-2016 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 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 Insurance Requirements 00 72 01-8 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 06-22-2016 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; 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 Insurance Requirements 00 72 01-9 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 06-22-2016 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 Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 06-22-2016 009101 ADDENDUM NUMBER 1 City-Wide Wastewater Collection System Pipebursting Project: ID/IQ Part C Project Number:E17029 Owner: City of Corpus Christi City Engineer: J.H. Edmonds,P.E. Designer: Preeti Shrestha, P.E.City of Corpus Christi-Utilities Addendum No. 1 Specification Section: 00 9101 Issue Date: July 28, 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: City of Corpus Christi 7/28/17 Preeti Shrestha, P.E. July 28, 2017 Name Date Addendum Items: r t�OF r4�1t This Addendum is to include the following: �,�p'- •`�s iit . 00 2113 Invitation to bid and instruction to bidders ESTW►, Questions and Clarifications �iI "i 21 g40 Requirements t � ARTICLE 1-Bidding • SECTION 00 2113 INVITATION TO BID AND lytlptjfll. = INSTRUCTION TO BIDDER(Attachment No. 1) ARTICLE 4—Clarifications: +j • QUESTIONS City of Corpus sti—Utilities Department 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. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 21 13 DELIVERY AND OPENING OF BIDS—Article 3 DELETE: SECTION 00 21 13 DELIVERY AND OPENING OF BIDS in its entirety. Addendum No. 1 009101-1 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No.E17029 Rev 07-26-2016 ADD: SECTION 00 2113 DELIVERY AND OPENING OF BIDS in its entirety. (Attachment No. 1) ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS A. Question: "FYI - Page 6 Article 4 PRE-BID CONFERENCE has the following with bid due date the same (8/2/17, 2pm)A non-mandatory pre-bid conference for the Project will be held on 8-2-17 @ 2:00, at the following location:" Answer: "A non-mandatory pre-bid conference for the project will be held on 7-19-17 @ 10:00 AM at the following location: CityHall Building— Engineering Services Conference room 1 or 2 City of Corpus Christi 3rd Floor, Engineering Services 1201 Leopard Street Corpus Chrisit,Texas 78401" B. Question: "We would like to propose polymer concrete manholes as an alternative material for the structure for this project, polymer is ridged, structure and corrosion proof." Answer: "Alternative materials for manholes are not acceptable. Contractors shall bid according to the City Standard details." C. Question: "Is there a email that I may forward some information to you, We have a lunch and learn with the city of Corpus City next month, Preeti is scheduling it. please advice" Answer: "To reiterate, alternative materials are not acceptable. All questions pertaining to this project must be submitted through the Civcast site or asked at the scheduled Pre Bid meeting." D. Question: "In the advertisement it shows the bids open at 10:00 am and at 2:00 pm on 8-2-2017. Can you please let me know which time?" Answer: "Bid Opening will be held on 8/2/17 at 2:OOPM in the Engineering Services Smartboard Room at City Hall, 1201 Leopard Street. Refer to previously published response for the date, time, and location of pre-bid conference." E. Question: "With respect to Point Repairs, will this be a Citywide Point Repair Contract to include Point Repairs on lines not designated for Pipebursting or will all Point Repairs assigned be specifically on lines designated for Bursting only?" Answer: "All point repairs assigned will be specifically for pipebursting only." F. Question: "Will Manhole Replacements as well as FRP Manhole Rehabs assigned be specifically on lines designated to be Bursted? Or can Work Orders be issued for Manhole Replacements and FRP Rehabs on lines not designated for Bursting?" Answer: "The intent is to do the Manhole rehab/replacement just on the lines designated for pipebursting. But we want to keep it open in case of emergency situations. So that case of just issuing the manhole rehab will be very rare." G. Question: "Will Flowable Fill and Cement Stabilized Sand used in New Manhole Installation /FRP manhole rehab be paid for or will it be considered incidental to the New Manhole?" Addendum No. 1 00 91 01-2 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 07-26-2016 Answer: "All those items will be incidental to the new manhole. Please refer technical specification (T-027205) and Sheet 3 (General notes) of the plans for further clarification." END OF ADDENDUM NO. 1 Addendum No. 1 00 9101-3 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev 07-26-2016 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 WASTEWATER COLLECTION SYSTEM PIPEBURSTING ID/IQ PART C PROJECT NO. E17029 This project consists of Wastewater Collection System improvements in the six(6) City of Corpus Christi wastewater plant service basins. The scope of work includes, but is not limited to: rehabilitation and/or replacement of gravity collection lines and/or force mains by pipe bursting for lines up to 36-inches in diameter, point repairs, rehabilitation and/or replacement of manholes, cleaning and televised inspection of conduits, and temporary traffic controls.All work will be executed with multiple indefinite quantity delivery orders as required, in accordance with the plans, specifications, and contract documents. The initial contract will be for a one (1) year(365 calendar days) base contract, with four (4) optional one (1)year(365 calendar days) extensions. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $2,000,000. The Project is to be completed and ready for operation within 365 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Final 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 Wednesday,August 2nd 2017,at 2:OOPM 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. 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. Addendum No.1 Invitation to Bid and Instructions to Bidders 002113- 1 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C Attachment No. 1 City Project No. E17029 Page 1 of 9 Rev O1-13-2016 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 Wastewater Collection System Pipebursting ID/IQ Part C Project No. 17029 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 on Wednesday,August 2nd 2017,at 2:OOPM, at the following location: City Hall Building—Engineering Services Smart Board Room City of Corpus Christi 3rd Floor, Engineering Services 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 Wednesday,July 19th 2017 at 10:00 AM,at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 City of Corpus Christi 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE$—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 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. Addendum No.1 Invitation to Bid and Instructions to Bidders Attachment No. 1 002113-2 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Page 2 of 9 Rev O1-13-2016 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. 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 Invitation to Bid and Instructions to Bidders Addendum No.1 002113-3 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C Attachment No. 1 City Project No. E17029 ReV01-13-2016 Page 3 of 9 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 contract amount. 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 contract amount 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. 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 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. Invitation to Bid and Instructions to Bidders Addendum No.1 002113-4 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C Attachment No. 1 City Project No. E17029 Page 4 of 9 ReV01-13-2016 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. 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. Invitation to Bid and Instructions to Bidders Addendum No.1 002113-5 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C Attachment No. 1 City Project No. E17029 Page 5 of 9 Rev 01-13-2016 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 00 45 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. 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 Addendum No.1 002113-6 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C Attachment No. 1 City Project No. E17029 Page 6 of 9 Rev O1-13-2016 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 of insurance. 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 Addendum No.1 002113-7 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C Attachment No. 1 City Project No. E17029 Page 7 of 9 Rev O1-13-2016 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 because 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 Addendum No.1 002113-8 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C Attachment No. 1 City Project No. E17029 Page 8 of 9 Rev O1-13-2016 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 Addendum No.1 Attachment No. 1 Page 9 of 9 Invitation to Bid and Instructions to Bidders 002113-9 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 Rev O1-13-2016 GIV"h.SReport Created On:8/2/2017 2:52:29 PM PROJECT: E17029 City-Wide Collection System Pipebursting ID/IQ-Part C BIDDER: PM Construction &Rehab, LLC dba IPR South Central, LLC TOTAL BID: $7,972,305.00 COMPLETION TIME: Not Required BIDDER INFO: 131 N Richey Pasadena,TX 77506 P: 8322524802 F:8325502130 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 PM Construction&Rehab,LLC dba IPR South Central,LLC(type or print name of company)on:August 2,2017 at 2:00 pmfor Project E17029 City-Wide Wastewater Collection System Plpebursting ID/IQ Part C. 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 Wastewater Collection System Pipebursting ID/IQ Part C, Project No. E17029 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 j Signature Acknowledgi g Receipt 1 7-28-2017 Bid Acknowledgement Form 00 30 00-1 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No.E17029 Rev 01-13-2016 Addendum No. Addendum Date t Signature Acknowledging Receipt 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. Bid Acknowledgement Form 003000-2 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No.E17029 Rev 01-13-2016 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. 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. ARTICLES—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. 5.02 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 00 45 16 STATEMENT OF Bid Acknowledgement Form 003000-3 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No.E17029 Rev 01-13-2016 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. ARTICLE 6—TIME OF COMPLETION 6.01 The initial contract will be for a one(1)year(365 calendar days)base contract,with four(4) optional one(1)year(365 calendar days)extensions subject to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of$2,000,000 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 Final Completion date,and is eligible for Final Payment 30 days after the date for Final Completion. 6.02 Bidder agrees that the Work will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID 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. Bid Acknowledgement Form 003000-4 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No.E17029 I Rev 01-13-2016 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. 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. Bid Acknowledgement Form 003000-5 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No.E17029 Rev 01.13-2016 ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: PM Construction&Rehab,LLC dba IPR South Central,LLC �� ,,B f (typed or printed full legal name of Bidder) BY IV / _ �indrvidual's signature) Name: Bac Ong (typed or printed) Title: Sr.General Manager y (typed or printed) Attest, (' dividual's signature) i State of Residency: Texas Federal Tax Id. No. 62-1645414 Address for giving notices: 131 N Richey Pasadena,TX 77506 Phone: 832 252-4800 Email: bong@teamipr.com (Attach evidence of authority to sign if the authorized individual 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 003000-6 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No.E17029 Rev 01-13-2016 Secretary's Certificate of PM CONSTRUCTION & REHAB, LLC (The"Company") The undersigned hereby certifies, on behalf of the Company, as follows: 1) He is the duly elected and qualified President/Chief Executive Officer of the Company 2) The following individuals are the duly elected and qualified officers/representatives of the Company, (each an "Officer/Representative"and collectively the"Officers/Representatives") elected by the Board of Directors of the Company on July 11,2017 occupying the positions set forth next to their respective names below: Robert Steinberg, President and Chief Executive Officer Robert McCrae,Authorized Representative Bac Ong,Authorized Representative Christian Abels,Authorized Representative Wade Gibson,Authorized Representative Wendy Williams, Controller and Assistant Secretary 3) Each of the Officers/Representatives is duly authorized,on behalf of the Company to bid upon and enter into any competitive contract(each a "Bid" and collectively the"Bids") related to the Company's business, and is hereby authorized,on behalf of the Company,to execute and deliver any contracts, agreements or documents required in connection with any such Bid (such authority conferred on the Officers/Representatives and the Board of Directors of the Company effective July 11, 2017) By: +� Robert Steinberg, President and Chief Executive Officer Dated: July 12,2017 Office of the Secretary of State Filed in the Office of the Corporations Section Secretary of State of Texas P.O. Box 13697 ��_, Filing#: 9809011 9/6/2016 r` -d ` Document#: 688210650004 a Austin, Texas 78711-3697 Image Generated Electronically (Form 503) for Web Filing ASSUMED NAME CERTIFICATE FOR FILING WITH THE SECRETARY OF STATE 1. The assumed name under which the business or professional service is or is to be conducted or rendered is: IPR South Central LLC 2. The name of the entity as stated in its certificate of formation, application for registration, or comparable document is: PM Construction & Rehab, LLC 3. The state, country, or other jurisdiction under the laws of which it was incorporated, organized or associated is TENNESSEE, USA and the address of its registered or similar office in that jurisdiction is: 6059 Tazewell Pike, Knoxville, TN, USA 37918 4. The period,not to exceed 10 years, during which the assumed name will be used is : 10 year(s) 5. The entity is a : Foreign Limited Liability Company (LLC) 6. The entity's principal office address is: 131 N Richey, Pasadena, TX, USA 77506 7. The entity is not organized under the laws of Texas and is not required by law to maintain a registered agent and registered office in Texas. Its office address outside the state is: 8. The county or counties where business or professional services are being or are to be conducted or rendered under such assumed name are: ALL COUNTIES 9. The undersigned, if acting in the capacity of an attorney-in-fact of the entity, certifies that the entity has duly authorized the attorney-in-fact in writing to execute this document. The undersigned signs this document subject to the penalties imposed by law for the submission of a materially false or fraudulent instrument. Report Created On:8/2/2017 2:52:29 PM BID TOTALS BASE BID Total Base Bid Part WW $7,972,305.00 Total $7,972,305.00 BASE BID Base Bid Part WW No. Description Unit Qty Unit Price Ext Price WW1 Mobilization/Bonds/Insurance per LS 1 $200,000.00 $200,000.00 lump-sum (Refer to T-000500 for mobilization payment) WW2 Rehab 8"Wastewater Line(Pipe LF 10000 $45.00 $450,000.00 Bursting)(0'-6'Depth) WW3 Rehab 8"Wastewater Line(Pipe LF 10000 $50.00 $500,000.00 Bursting)(6'-10'Depth) WW4 Rehab 8"Wastewater Line(Pipe LF 7500 $59.00 $442,500.00 Bursting)(10'-14'Depth) WW5 Rehab 8"Wastewater Line(Pipe LF 750 $85.00 $63,750.00 Bursting)(14'-18'Depth) WW6 Rehab 8"Wastewater Line(Pipe LF 750 $95.00 $71,250.00 Bursting)(>18' Depth) WW7 Rehab 10"Wastewater Line(Pipe LF 5000 $53.00 $265,000.00 Bursting)(0'-6'Depth) WW8 Rehab 10"Wastewater Line(Pipe LF 5000 $59.00 $295,000.00 Bursting)(6'- 10'Depth) WW9 Rehab 10"Wastewater Line(Pipe LF 5000 $65.00 $325,000.00 Bursting)(10'-14' Depth) WW10 Rehab 10"Wastewater Line(Pipe LF 600 $90.00 $54,000.00 Bursting)(14'-18'Depth) WW1 Rehab 10"Wastewater Line(Pipe LF 600 $100.00 $60,000.00 Bursting)(>18'Depth) WW12 Rehab 12"Wastewater Line(Pipe LF 1000 $69.00 $69,000.00 Bursting)(0'-6'Depth) WW13 Rehab 12"Wastewater Line(Pipe LF 1000 $80.00 $80,000.00 Bursting)(6'- 10'Depth) WW14 Rehab 12"Wastewater Line(Pipe LF 1000 $81.00 $81,000.00 Bursting)(10'-14'Depth) WW15 Rehab 12"Wastewater Line(Pipe LF 500 $88.00 $44,000.00 Bursting)(14'-18'Depth) WW16 Rehab 12"Wastewater Line(Pipe LF 500 $100.00 $50,000.00 Bursting) (>18'Depth) C'b';;'I5_ Report Created On:8/2/2017 2:52:29 PM Base Bid Part WW No. Description Unit Qty Unit Price Ext Price WW17 Rehab 15"Wastewater Line(Pipe LF 400 $81.00 $32,400.00 Bursting)(0'-6'Depth) WW18 Rehab 15"Wastewater Line(Pipe LF 400 $88.00 $35,200.00 Bursting)(6'- 10'Depth) WW19 Rehab 15"Wastewater Line(Pipe LF 400 $100.00 $40,000.00 Bursting)(10'-14' Depth) WW20 Rehab 15"Wastewater Line(Pipe LF 400 $112.00 $44,800.00 Bursting)(14'-18'Depth) WW21 Rehab 15"Wastewater Line(Pipe LF 400 $118.00 $47,200.00 Bursting)(>18'Depth) WW22 Rehab 18"Wastewater Line(Pipe LF 400 $119.00 $47,600.00 Bursting)(0'-6'Depth) WW23 Rehab 18"Wastewater Line(Pipe LF 400 $125.00 $50,000.00 Bursting)(6'- 10'Depth) WW24 Rehab 18"Wastewater Line(Pipe LF 400 $132.00 $52,800.00 Bursting)(10'-14'Depth) WW25 Rehab 18"Wastewater Line(Pipe LF 400 $145.00 $58,000.00 Bursting)(14'-18'Depth) WW26 Rehab 18"Wastewater Line(Pipe LF 400 $150.00 $60,000.00 Bursting)(>18'Depth) WW27 Rehab 24"Wastewater Line(Pipe LF 400 $250.00 $100,000.00 Bursting)(0'-6'Depth) WW28 Rehab 24"Wastewater Line(Pipe LF 400 $270.00 $108,000.00 Bursting)(6'- 10'Depth) WW29 Rehab 24"Wastewater Line(Pipe LF 400 $275.00 $110,000.00 Bursting)(10'-14'Depth) WW30 Rehab 24"Wastewater Line(Pipe LF 400 $280.00 $112,000.00 Bursting)(14'-18'Depth) WW31 Rehab 24"Wastewater Line(Pipe LF 400 $295.00 $118,000.00 Bursting)(>18'Depth) WW32 Rehab 30"Wastewater Line(Pipe LF 75 $288.00 $21,600.00 Bursting)(0'-6'Depth) WW33 Rehab 30"Wastewater Line(Pipe LF 75 $295.00 $22,125.00 Bursting)(6'- 10'Depth) WW34 Rehab 30"Wastewater Line(Pipe LF 75 $305.00 $22,875.00 Bursting)(10'-14'Depth) WW35 Rehab 30"Wastewater Line(Pipe LF 75 $305.00 $22,875.00 Bursting)(14'-18'Depth) WW36 Rehab 30"Wastewater Line(Pipe LF 75 $325.00 $24,375.00 Bursting)(>18'Depth) WW37 Rehab 36"Wastewater Line(Pipe LF 75 $280.00 $21,000.00 Bursting)(0'-6'Depth) C'"I';;'I5_ Report Created On:8/2/2017 2:52:29 PM Base Bid Part WW No. Description Unit Qty Unit Price Ext Price WW38 Rehab 36"Wastewater Line(Pipe LF 75 $295.00 $22,125.00 Bursting)(6'- 10' Depth) WW39 Rehab 36"Wastewater Line(Pipe LF 75 $305.00 $22,875.00 Bursting)(10'-14' Depth) WW40 Rehab 36"Wastewater Line(Pipe LF 75 $312.00 $23,400.00 Bursting)(14'-18'Depth) WW41 Rehab 36"Wastewater Line(Pipe LF 75 $325.00 $24,375.00 Bursting)(>18'Depth) WW42 Upsizing of Wastewater Line(Greater LF 1500 $15.00 $22,500.00 than one pipe size,max 1.5 times existing diameter),all sizes,all depths WW43 Service Re-connection for 8"Pipe EA 50 $650.00 $32,500.00 Bursting WW44 Service Re-connection for 10"Pipe EA 50 $700.00 $35,000.00 Bursting WW45 Service Re-connection for 12"Pipe EA 50 $700.00 $35,000.00 Bursting WW46 Service Re-connection for 15"Pipe EA 20 $700.00 $14,000.00 Bursting WW47 Service Re-connection for 18"Pipe EA 10 $700.00 $7,000.00 Bursting WW48 Service Re-connection for 24"Pipe EA 5 $700.00 $3,500.00 Bursting WW49 Service Re-connection for 30"Pipe EA 5 $700.00 $3,500.00 Bursting WW50 Service Re-connection for 36"Pipe EA 5 $700.00 $3,500.00 Bursting WW51 Point Repair 8"Wastewater Line LF 200 $60.00 $12,000.00 (0'-6'Depth)(15 LF Min) WW52 Point Repair 8"Wastewater Line LF 200 $70.00 $14,000.00 (6'- 10' Depth)(15 LF Min) WW53 Point Repair 8"Wastewater Line LF 200 $80.00 $16,000.00 (10'- 14'Depth)(15 LF Min) WW54 Point Repair 8"Wastewater Line LF 200 $90.00 $18,000.00 (14'- 18'Depth)(15 LF Min) WW55 Point Repair 8"Wastewater Line LF 200 $100.00 $20,000.00 (>18'Depth)(15 LF Min) WW56 Point Repair 10"Wastewater Line LF 200 $65.00 $13,000.00 (0'-6'Depth)(15 LF Min) WW57 Point Repair 10"Wastewater Line LF 200 $75.00 $15,000.00 (6'- 10' Depth)(15 LF Min) WW58 Point Repair 10"Wastewater Line LF 200 $80.00 $16,000.00 (10'- 14'Depth)(15 LF Min) C'b';;'I5_ Report Created On:8/2/2017 2:52:29 PM Base Bid Part WW No. Description Unit Qty Unit Price Ext Price WW59 Point Repair 10"Wastewater Line LF 200 $85.00 $17,000.00 (14'- 18'Depth)(15 LF Min) WW60 Point Repair 10"Wastewater Line LF 200 $95.00 $19,000.00 (>18'Depth)(15 LF Min) WW61 Point Repair 12"Wastewater Line LF 200 $70.00 $14,000.00 (0'-6'Depth)(15 LF Min) WW62 Point Repair 12"Wastewater Line LF 200 $75.00 $15,000.00 (6'- 10' Depth)(15 LF Min) WW63 Point Repair 12"Wastewater Line LF 200 $80.00 $16,000.00 (10'- 14'Depth)(15 LF Min) WW64 Point Repair 12"Wastewater Line LF 200 $85.00 $17,000.00 (14'- 18'Depth)(15 LF Min) WW65 Point Repair 12"Wastewater Line LF 200 $90.00 $18,000.00 (>18'Depth)(15 LF Min) WW66 Point Repair 15"Wastewater Line LF 100 $75.00 $7,500.00 (0'-6'Depth)(15 LF Min) WW67 Point Repair 15"Wastewater Line LF 100 $80.00 $8,000.00 (6'- 10' Depth)(15 LF Min) WW68 Point Repair 15"Wastewater Line LF 100 $85.00 $8,500.00 (10'- 14'Depth)(15 LF Min) WW69 Point Repair 15"Wastewater Line LF 100 $90.00 $9,000.00 (14'- 18'Depth)(15 LF Min) WW70 Point Repair 15"Wastewater Line LF 100 $95.00 $9,500.00 (>18'Depth)(15 LF Min) WW71 Point Repair 18"Wastewater Line LF 100 $100.00 $10,000.00 (0'-6'Depth)(15 LF Min) WW72 Point Repair 18"Wastewater Line LF 100 $110.00 $11,000.00 (6'- 10' Depth)(15 LF Min) WW73 Point Repair 18"Wastewater Line LF 100 $120.00 $12,000.00 (10'- 14'Depth)(15 LF Min) WW74 Point Repair 18"Wastewater Line LF 100 $130.00 $13,000.00 (14'- 18'Depth)(15 LF Min) WW75 Point Repair 18"Wastewater Line LF 100 $140.00 $14,000.00 (>18'Depth)(15 LF Min) WW76 Point Repair 24"Wastewater Line LF 100 $120.00 $12,000.00 (0'-6'Depth)(15 LF Min) WW77 Point Repair 24"Wastewater Line LF 100 $130.00 $13,000.00 (6'- 10'Depth)(15 LF Min) WW78 Point Repair 24"Wastewater Line LF 100 $140.00 $14,000.00 (10'- 14'Depth)(15 LF Min) WW79 Point Repair 24"Wastewater Line LF 100 $150.00 $15,000.00 (14'- 18'Depth)(15 LF Min) C'"I';r S_ Report Created On:8/2/2017 2:52:29 PM Base Bid Part WW No. Description Unit Qty Unit Price Ext Price WW80 Point Repair 24"Wastewater Line LF 100 $160.00 $16,000.00 (>18'Depth)(15 LF Min) WW81 Point Repair 30"Wastewater Line LF 100 $130.00 $13,000.00 (0'-6'Depth)(15 LF Min) WW82 Point Repair 30"Wastewater Line LF 100 $140.00 $14,000.00 (6'- 10' Depth)(15 LF Min) WW83 Point Repair 30"Wastewater Line LF 100 $150.00 $15,000.00 (10'- 14'Depth)(15 LF Min) WW84 Point Repair 30"Wastewater Line LF 100 $160.00 $16,000.00 (14'- 18'Depth)(15 LF Min) WW85 Point Repair 30"Wastewater Line LF 100 $170.00 $17,000.00 (>18'Depth)(15 LF Min) WW86 Point Repair 36"Wastewater Line LF 75 $155.00 $11,625.00 (0'-6'Depth)(15 LF Min) WW87 Point Repair 36"Wastewater Line LF 75 $165.00 $12,375.00 (6'- 10' Depth)(15 LF Min) WW88 Point Repair 36"Wastewater Line LF 75 $175.00 $13,125.00 (10'- 14'Depth)(15 LF Min) WW89 Point Repair 36"Wastewater Line LF 75 $205.00 $15,375.00 (>18'Depth)(15 LF Min) WW90 Point Repair 36"Wastewater Line LF 75 $205.00 $15,375.00 (>18'Depth)(15 LF Min WW91 Trench Safety for Wastewater Line LF 1000 $15.00 $15,000.00 Point Repair (All Line Sizes&Depths) WW92 Obstruction Removal by Remote EA 5 $400.00 $2,000.00 Device WW93 Obstruction Removal by Excavation (0' EA 15 $300.00 $4,500.00 -6'Depth) WW94 Obstruction Removal by Excavation (6' EA 15 $325.00 $4,875.00 - 10' Depth) WW95 Obstruction Removal by Excavation EA 15 $350.00 $5,250.00 (10'-14'Depth) WW96 Obstruction Removal by Excavation EA 15 $375.00 $5,625.00 (14'-18'Depth) WW97 Obstruction Removal by Excavation EA 15 $400.00 $6,000.00 (>18'Depth) WW98 Service Lateral Replacement(0'-6' LF 100 $120.00 $12,000.00 Depth Main, Includes Clean Out, Boot,coupling, etc.)(10 LF Min) C'"I';r S_ Report Created On:8/2/2017 2:52:29 PM Base Bid Part WW No. Description Unit Qty Unit Price Ext Price WW99 Service Lateral Replacement(6'-10' LF 100 $140.00 $14,000.00 Depth Main, Includes Clean Out, Boot,coupling, etc)(10 LF Min) WW100 Service Lateral Replacement(10'-14' LF 100 $160.00 $16,000.00 Depth Main,lncludes Clean Out,Boot, coupling,etc)(10 LF Min) WW101 Service Lateral Replacement(14'-18' LF 100 $180.00 $18,000.00 Depth Main, Includes Clean Out, Boot,coupling, etc)(10 LF Min) WW102 Service Lateral Replacement(>18' LF 100 $190.00 $19,000.00 Depth Main, Includes Clean Out, Boot,coupling, etc)(10 LF Min) WW103 Well Pointing(0'-6'Depth) LF 50 $300.00 $15,000.00 WW104 Well Pointing(6'-10'Depth) LF 50 $300.00 $15,000.00 WW105 Well Pointing(10'- 14'Depth) LF 50 $300.00 $15,000.00 WW106 Well Pointing(14'- 18'Depth) LF 50 $500.00 $25,000.00 WW107 Well Pointing(>18'Depth) LF 50 $500.00 $25,000.00 WW108 Control of Wastewater Flows with DAY 10 $1,500.00 $15,000.00 Bypass Pumping(Lines 8") WW109 Bypass Force Main for Control of 8" LF 250 $35.00 $8,750.00 Wastewater Flows WW110 Control of Wastewater Flows with DAY 10 $1,500.00 $15,000.00 Bypass Pumping (10"-12"Lines) WW1 11 Bypass Force Main for Control of 10% LF 1000 $40.00 $40,000.00 12"Wastewater Flows WW1 12 Control of Wastewater Flows with DAY 10 $1,500.00 $15,000.00 Bypass Pumping(15"-18"Lines) WW1 13 Bypass Force Main for Control of 15% LF 1000 $40.00 $40,000.00 18"Wastewater Flows WW1 14 Control of Wastewater Flows with DAY 10 $2,000.00 $20,000.00 Bypass Pumping(24"Lines) WW1 15 Bypass Force Main for Control of 24" LF 1000 $35.00 $35,000.00 Wastewater Flows WW1 16 Control of Wastewater Flows with DAY 10 $2,000.00 $20,000.00 Bypass Pumping(30"Lines) WW1 17 Bypass Force Main for Control of 30" LF 1000 $35.00 $35,000.00 Wastewater Flows WW1 18 Control of Wastewater Flows with DAY 10 $3,200.00 $32,000.00 Bypass Pumping(36"Lines) C'b';r S_ Report Created On:8/2/2017 2:52:29 PM Base Bid Part WW No. Description Unit Qty Unit Price Ext Price WW1 19 Bypass Force Main for Control of 36" LF 1000 $40.00 $40,000.00 Wastewater Flows WW120 Furnish Vacuum Truck(Tandem) DAY 10 $500.00 $5,000.00 WW121 Furnish Vacuum Truck(Tanker) DAY 10 $500.00 $5,000.00 WW122 Plugs and/or Flow-thru Plugs( 8") DAY 75 $110.00 $8,250.00 WW123 Plugs and/or Flow-thru Plugs(10") DAY 75 $60.00 $4,500.00 WW124 Plugs and/or Flow-thru Plugs(12") DAY 75 $65.00 $4,875.00 WW125 Plugs and/or Flow-thru Plugs(14") DAY 75 $70.00 $5,250.00 WW126 Plugs and/or Flow-thru Plugs(15") DAY 50 $75.00 $3,750.00 WW127 Plugs and/or Flow-thru Plugs(18") DAY 50 $80.00 $4,000.00 WW128 Plugs and/or Flow-thru Plugs(20") DAY 25 $100.00 $2,500.00 WW129 Plugs and/or Flow-thru Plugs(30") DAY 25 $140.00 $3,500.00 WW130 Plugs and/or Flow-thru Plugs(36") DAY 25 $170.00 $4,250.00 WW131 PRE CCTV-Clean&Televise LF 10000 $5.50 $55,000.00 Wastewater Lines(Lines 8") WW132 POST CCTV-Televise Wastewater LF 10000 $3.50 $35,000.00 Lines (Lines 8") WW133 PRE CCTV-Clean&Televise LF 7000 $10.00 $70,000.00 Wastewater Lines(10%12"Lines) WW134 POST CCTV-Televise Wastewater LF 7000 $2.25 $15,750.00 Lines(10"-12"Lines) WW135 PRE CCTV-Clean&Televise LF 4000 $9.25 $37,000.00 Wastewater Lines(15"-18"Lines) WW136 POST CCTV-Televise Wastewater LF 4000 $2.25 $9,000.00 Lines (15"-18"Lines) WW137 PRE CCTV-Clean&Televise LF 2000 $14.50 $29,000.00 Wastewater Lines(24"Lines) WW138 POST CCTV-Televise Wastewater LF 2000 $2.25 $4,500.00 Lines (24"Lines) WW139 PRE CCTV-Clean&Televise LF 500 $22.00 $11,000.00 Wastewater Lines(30"Lines) WW140 PRE CCTV-Clean&Televise LF 500 $30.00 $15,000.00 Wastewater Lines(36"Lines) WW141 CCTV Reverse Set-up(Unable to EA 20 $1,000.00 $20,000.00 Traverse Line on Initial Set-up) WW142 CCTV Set-ups EA 10 $25.00 $250.00 C'"I';r S_ Report Created On:8/2/2017 2:52:29 PM Base Bid Part WW No. Description Unit Qty Unit Price Ext Price WW143 Clean&CCTV Manhole/Manhole EA 10 $395.00 $3,950.00 Inspection WW144 DIP( 8")Fittings(Includes necessary EA 10 $100.00 $1,000.00 gaskets,bolts, MJ joints,and all fitting appurtenances) WW145 DIP(10"- 12")Fittings(Includes EA 10 $175.00 $1,750.00 necessary gaskets,bolts, MJ joints, and all fitting appurtenances)) WW146 DIP(15"- 18")Fittings(Includes EA 10 $28.00 $280.00 necessary gaskets,bolts, MJ joints, and all fitting appurtenances) WW147 DIP(21"-24")Fittings(Includes EA 10 $380.00 $3,800.00 necessary gaskets,bolts, MJ joints, and all fitting appurtenances) WW148 DIP(30"-36")Fittings(Includes EA 10 $800.00 $8,000.00 necessary gaskets,bolts, MJ joints, and all fitting appurtenances) WW149 ( 8")DI Mechanically Restrained EA 25 $125.00 $3,125.00 Coupling Adapters&associated hardware (Mega lug or Engineer approved equal) WW150 (10"-12")DI Mechanically Restrained EA 25 $250.00 $6,250.00 Coupling Adapters&associated hardware (Mega lug or Engineer approved equal) WW151 (15"-18")DI Mechanically Restrained EA 25 $425.00 $10,625.00 Coupling Adapters&associated hardware(Mega lug or Engineer approved equal) WW152 (21"-24")DI Mechanically Restrained EA 25 $625.00 $15,625.00 Coupling Adapters&associated hardware (Mega lug or Engineer approved equal) WW153 (30"-36")DI Mechanically Restrained EA 25 $1,275.00 $31,875.00 Coupling Adapters&associated hardware (Mega lug or Engineer approved equal) WW154 Remove Existing Manhole(All sizes) EA 60 $2,000.00 $120,000.00 WW155 Replace 4 ft Dia. Manhole EA 40 $3,000.00 $120,000.00 (0'-6'Depth) WW156 Extra Depth for 4 ft Dia Manhole(Over VF 60 $225.00 $13,500.00 6'Depth) WW157 Replace 5 ft Dia Manhole EA 10 $4,500.00 $45,000.00 (0'-6'Depth) Report Created On:8/2/2017 2:52:29 PM Base Bid Part WW No. Description Unit Qty Unit Price Ext Price WW158 Extra Depth for 5 ft Dia Manhole(Over VF 20 $335.00 $6,700.00 6'Depth) WW159 Replace 6 ft Dia Manhole EA 10 $6,000.00 $60,000.00 (0'-6'Depth) WW160 Extra Depth for 6 ft Dia Manhole(Over VF 20 $400.00 $8,000.00 6'Depth) WW161 4 ft Dia Polymer System Manhole EA 60 $1,750.00 $105,000.00 Rehab(0'-6'Depth) WW162 Extra Depth for 4 ft Dia. Polymer VF 90 $275.00 $24,750.00 System Manhole Rehab(Over 6' Depth) WW163 5 ft Dia Polymer System Manhole EA 5 $1,950.00 $9,750.00 Rehab(0'-6'Depth) WW164 Extra Depth for 5 ft Dia. Polymer VF 10 $270.00 $2,700.00 System Manhole Rehab(Over 6' Depth) WW165 6 ft Dia Polymer System Manhole EA 5 $2,250.00 $11,250.00 Rehab(0'-6'Depth) WW166 Extra Depth for 6 ft Dia. Polymer VF 10 $300.00 $3,000.00 System Manhole Rehab(Over 6' Depth) WW167 4 ft Dia Manhole FRP Rehab EA 40 $6,000.00 $240,000.00 (0'-6'Depth) WW168 Extra Depth for 4 ft Dia. Manhole FRP VF 60 $275.00 $16,500.00 Rehab. (Over 6'Depth) WW169 5 ft Dia Manhole FRP Rehab EA 5 $5,000.00 $25,000.00 (0'-6'Depth) WW170 Extra Depth for 5 ft Dia. Manhole FRP VF 10 $525.00 $5,250.00 Rehab. (Over 6'Depth) WW171 6 ft Dia Manhole FRP Rehab EA 5 $6,000.00 $30,000.00 (0'-6'Depth) WW172 Extra Depth for 6 ft Dia. Manhole FRP VF 10 $675.00 $6,750.00 Rehab. (Over 6'Depth) WW173 Trench Safety for Manholes(0'-6' EA 110 $65.00 $7,150.00 Depth) WW174 Extra Depth for Trench Safety for VF 180 $200.00 $36,000.00 Manholes(>6' Depth) WW175 Manhole Connections( 8") EA 250 $195.00 $48,750.00 WW176 Manhole Connections(10"-12") EA 50 $200.00 $10,000.00 WW177 Manhole Connections(15"-18") EA 20 $290.00 $5,800.00 WW178 Manhole Connections(21"-24") EA 10 $350.00 $3,500.00 WW179 Manhole Connections(30"-36") EA 10 $450.00 $4,500.00 C'b';r S_ Report Created On:8/2/2017 2:52:29 PM Base Bid Part WW No. Description Unit Qty Unit Price Ext Price WW180 Remove& Replace 30"Manhole Ring EA 10 $950.00 $9,500.00 &Cover (Includes S.S. inflow inhibitor and new HDPE adjustment rings) WW181 Remove& Replace 36"Manhole Ring EA 10 $1,200.00 $12,000.00 &Cover (Includes S.S. inflow inhibitor and new HDPE adjustment rings) WW182 Reconstruct Manhole Top Corbel(Any EA 10 $3,000.00 $30,000.00 Size) WW183 Reconstruct Manhole Bench& Inverts EA 10 $775.00 $7,750.00 as per specifications WW184 Cement Stabilized Sand Backfill(1.5 TON 2500 $45.00 $112,500.00 sacks of cement per 1 CY of sand) WW185 Cut&Restore HMAC SY 2500 $88.00 $220,000.00 Pavement(Includes Base&Prime Coat) WW186 Additional HMAC Pavement Thickness SY 750 $15.00 $11,250.00 (1/2"per SY) WW187 Additional Limestone Base Thickness SY 750 $5.00 $3,750.00 (1"per SY) WW188 Select Backfill Material CY 1500 $4.00 $6,000.00 WW189 Flowable Backfill CY 1250 $145.00 $181,250.00 WW190 Cut&Restore Concrete Pavement SY 250 $140.00 $35,000.00 (Includes Base) WW191 Additional Concrete Pavement SY 100 $20.00 $2,000.00 Thickness(1"per SY) WW192 Signing&Traffic Control(Detail A) DAY 25 $500.00 $12,500.00 WW193 Signing&Traffic Control(Detail B) DAY 25 $500.00 $12,500.00 WW194 Signing&Traffic Control(Detail C) DAY 25 $500.00 $12,500.00 WW195 Signing&Traffic Control(Detail D) DAY 25 $500.00 $12,500.00 WW196 Signing&Traffic Control(Detail E) DAY 25 $500.00 $12,500.00 WW197 Signing&Traffic Control(Detail F) DAY 25 $500.00 $12,500.00 WW198 Signing&Traffic Control(Detail G) DAY 25 $500.00 $12,500.00 WW199 Signing&Traffic Control(Detail H) DAY 25 $500.00 $12,500.00 WW200 Signing&Traffic Control(Detail 1) DAY 25 $500.00 $12,500.00 WW201 Signing&Traffic Control(Detail J) DAY 25 $500.00 $12,500.00 WW202 Signing&Traffic Control(Detail K) DAY 25 $500.00 $12,500.00 WW203 Signing&Traffic Control(Detail L) DAY 25 $500.00 $12,500.00 C'"I';r S_ Report Created On:8/2/2017 2:52:29 PM Base Bid Part WW No. Description Unit Qty Unit Price Ext Price WW204 Signing&Traffic Control(Detail M) DAY 25 $500.00 $12,500.00 WW205 Signing&Traffic Control(Detail N) DAY 25 $500.00 $12,500.00 WW206 Portable Changeable Message Signs DAY 25 $250.00 $6,250.00 (PCMS) WW207 Flashing Arrow Boards DAY 25 $250.00 $6,250.00 WW208 Flagger DAY 25 $750.00 $18,750.00 WW209 Removal& Replacement of Chain link LF 250 $40.00 $10,000.00 Fencing WW210 Removal&Replacement of Wood LF 250 $40.00 $10,000.00 Fencing WW211 Temporary Construction Entrance/Exit EA 5 $500.00 $2,500.00 -All Weather Access Road WW212 Tree Removal(6"to 8"Dia.Trunk) EA 5 $500.00 $2,500.00 WW213 Tree Removal(Greater Than 8"Dia. EA 5 $750.00 $3,750.00 Trunk) WW214 Erosion Control—Sodding SY 250 $4.00 $1,000.00 WW215 Erosion Control—Seeding SY 250 $2.00 $500.00 WW216 Erosion Control-Temporary Sediment LF 100 $5.00 $500.00 Control Fence(Silt Fence and/or Silt Barrier) WW217 Inlet Protection EA 25 $60.00 $1,500.00 WW218 Remove and Replace Driveway SF 750 $16.00 $12,000.00 WW219 Remove and Replace Sidewalk SF 500 $98.00 $49,000.00 WW220 Remove and Replace Curb and Gutter LF 200 $24.00 $4,800.00 or Valley Gutter WW221 Remove and Replace Curb Ramp EA 5 $1,750.00 $8,750.00 WW222 Grout Fill&Abandon in place CY 100 $200.00 $20,000.00 WW223 Remove, Relocate,and Reinstall Mail EA 5 $50.00 $250.00 Box WW224 Install 8"cleanout, (0-6'Depth main) EA 20 $600.00 $12,000.00 WW225 Install 8"cleanout, (6-10'Depth main) EA 10 $700.00 $7,000.00 WW226 Power Pole Support DAY 10 $2,500.00 $25,000.00 WW227 Site Clearing and Stripping AC 1 $2,500.00 $2,500.00 WW228 Disposal of Contaminated LS 1 $10,000.00 $10,000.00 Groundwater,Allowance per lump- sum Report Created On:8/2/2017 2:52:29 PM Base Bid Part WW No. Description Unit Qty Unit Price Ext Price WW229 Preparation and Implementation of a LS 1 $5,000.00 $5,000.00 Traffic Control Plan Allowance per Lump-sum Sub Total: $7,972,305.00 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. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ® 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: PM Construction &Rehab, LLC dba IPR South Central,LLC (typed or printed) By. � — - (signature--attach evidence a authority to sign) Name: Bac Ong (typed or printed) Title: Sr. General Manager Business address: 131 N Richey Pasadena,TX 77506 Phone: 832 252-4800 Email: bong@teamipr.com END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No.E17029 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER HUMBER TO BE ASSIGNED aYrrTr7-- PURCHASING DIVISION `i`~ CITY OF CORPUS CHRISTI C DISCLOSURE OF INTEREST Christi 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: PM Construction &Rehab,LLC dba IPR South Central,LLC P.O.BOX: STREET ADDRESS: 131 N Richey CITY: Pasadena ZIp• 77506. FIRM IS: I. Corporation 8 2. Partnership 3. Sole Owner ❑ 4. Association 5• Other FM Lirnitecl Lia ailiity .r?: Jany DISCLOSURE[QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the naives of each `employee" of the Ciry of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name None 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 None Title 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 None Board,Commission or Committee 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 3s/or more of the ownership in the above named"f mi." Name None Consultant City of Corpus Christi 00 30 05-1 Disclosure of Interest ReV01-13-2016 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 wit l 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. "Che disclosure shall also be made in a signed writing Filed with the City Secretary. [Ethics Ordinance Section 2-349(d)l 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,'rexas as changes occur. Certifying Person: Bac Ong Title: Sr. General Manager eryin or NO Signature of Certifyingk". Date: August 2, 2017 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: Clty-Wide Wastewater Collection System Pipeburstine 117/IQ fart C E17029 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: PM Construction &Rehab,LLC dba IPR South Central, LLC (typed or printed) By: 6L" (signature--attach evidence of authority to sign) Name: Bac Ong (typed or printed) Title: Sr. General Manager Business address: 131 N Richey Pasadena,TX 77506 Phone: 832 252-4800 Email: bong@teamipr.com END OF SECTION Non-Collusion Certification 003006-1 City-Wide Wastewater Collection System Pipebursting ID/IQ Part C City Project No. E17029 11-25-2013 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE PM Construction & Rehab. LLC dba IPR South Central, LLC 131N. Richey, Pasadena TX 77506 as Principal, hereinafter called the Principal, and Arch Insurance Company 3 Parkway.Ste 1500 Philadelphia. PA 19102_ a corporation duly organized under the laws of the State of MO as Surety, hereinafter called the Surety, are held and firmly bound unto City of Corpus Christi 1201 Leopard St, Cor us Christi,TX 7$401 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ) 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 Wastewater Collection System Pipebursting IDIIQ Part Q City Project No. E17029 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, 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. Signed and sealed this 26th day of July 2017 f PM Construction & Rehab, LLC dba IPR South Central. LLC fP6ncipef) (Seal) (1Mfness) BY: �Y•��iL�e.�_ V (Ti0 ,i g Conce�' �"r Arch Insurance Company � sui � (Surety) (Sear) ,7r� Diane Moraski (Witness) f�issou� ' Afforney-in-F Victoria P. Parkerso (rine) AIA DOCUMENT A310•BID BOND•AIA 0 FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 SURPATH 2014 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Sank Deposit, Currency Rate, interest irate or Res#dentia1`value Guard—fate es. POWER OF ATTORNEY Know All Persons By These Presents; That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: Victoria P. Parkerson its true and lawful Attomey(s)in-Fact,to make, execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds, undertakings,recognizances and other surety obligations. Surety Bond Number: Bid Bond Principal: PM Construction & Rehab, LLC dba IPR South Central, LLC Obligee: City of Corpus Christi This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City,New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED,That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact,and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOMLO013 00 03 03 Page 1 of 2 Printed in U.S.A. SURPATH 2014 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 26th day of_ July 2017 Attested and Certified Arch insurance Company nce Cti 4LTVJ TE '1:4• �Yl Patrick K.Nails,Secretary MiSfdUPi David M. Finkelstein, Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the taws of the State of Missouri,subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. tear BM'�ERL"+"I oPrPENN BYLVMI A 110T11M11t,.SM LiS7_A f PhLlode'phia,Ma.diar+ fte$0*ber�17 Helen Szafran,Notary Public My commission expires 10/03/2017 CERTIFICATION I I Patrick K.Nails,Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated July 26, 2017 on behalf of the person{s}as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;and I do further certify that the said David M. Finkelstein,who executed the Power of Attorney as Executive Vice President,was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 26th day of, _ JU1Y .2017 Patrick K.Nails,Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES R ELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division 3 Parkway,Suite 1500 �� nC�* Philadelphia,PA 19102 <.VRK36ATE SK 7971 1yf. Misi;duu OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE AVISO 1MPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call Arch Insurance Group's toll-free Usted puede Ilamar al numero de telefono gratis telephone number for information or to make a de Arch Insurance Group para informacion o complaint at: para someter una queja al: 1-866-413-5550 1.866-413-5550 You may also write to Arch Insurance Group at; Usted lambi6n puede escribir a Arch Insurance Group: Arch Insurance Group Arch Insurance Group Harborside 3 Harborside 3 210 Hudson Street, Suite 300 210 Hudson Street,Suite 300 Jersey City, NJ 07311.1107 Jersey City, NJ 07311-1107 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at: acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Puede escribir al Departamento de Seguros de Insurance: Texas: P.O. Box 149091 P,O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 Fax:(512)490-1007 Fax: (512)490-1007 Web: http://www.tdi.texas.gov Web: httpa/www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas,gov E-mail:ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiene una disputa concerniente a su prima o a premium or about a claim you should contact un reclamo, debe comunicarse con el Arch the Arch Insurance Group first If the dispute is Insurance Group primero. Si no se resuelve la not resolved, you may contact the Texas disputa, puede entonces comunicarse con el Department of Insurance. departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es This notice is for information only and does not solo para proposito de informacion y no se become a part or condition of the attached convierte en parte o condition del documento document. adjunto. 00 ML0042 44 04 16 Page 1 of 1 Teas Department of Insurance Certtflcatc Ko. 13253 Company No. 0 8-09 39 22 Certificate of Authority THIS IS TO CERTfFY THAT ARCH INSURANCE co"Aw KANSAJi CITY, MISSOURI lugs cmmpUed with the laws of fila State of Texas applicaltie thereto and Is hereby aatbodzed to pact the business of Fire; Allied Coverajes' Hail-growing crops only; Rain; Inland Barin®; ocean Marine; Aircraft- -Liability & Phyeicnl, Damage; Accident; Health; Workers, Compansation Duployers' Liability; Employers' Liability; AutaorAobiie- -Liabilit Y Physical Damage; Liability other than Automobile, Fidelity & surety; Glaoal Burglary a Theft; Forgery; Boiler & Machineryi Credit:; Livestock and Reinsurance on all lines authorized to be written on a direct: basis i1lsur=rc widda tb4 mte of Taxxas. Tble Certilloato of Authority ahati be in i1a11 force and sheat until it is revokero,canceled or vupmded ea ardiug w Lew, IN TESTTMOW WHTaOP,wima%my btmd arrtseat of office at Auati Tates,die 2I'S t &yor november A.D. 2402 100 MO T DAAYOR. CQNSMSY€31Et OF INSUR-ANCE RY — -—--- 4%, Godwin ,Ditutor Company Uc"iag&Rcgiatradou Report Created On:8/2/2017 2:52:30 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Kathy Medina 07/31/2017 11:14:08 AM Report Created On:8/2/2017 2:52:30 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Bid Docs E17029 Specifications 7/17/2017 1:47:14 PM Plans E17029 Plans 7/17/2017 1:47:14 PM Bidders Pre Bid Meeting Attendance Roster 7/26/2017 11:17:52 AM Addenda Addendum No. 1 7/28/2017 1:15:41 PM PM AN IPR COMPANY July 20, 2018 City of Corpus Christi—Engineering Services 4917 Holly Rd., Bldg. $5 Corpus Christi, TX 78411 Subject: City-Wide Collection System Pipebursting ID/IQ E17029 Renewal Request To Whom It May Concern, The letter is to formally accept and agree to renew our contract E17029 with the City of Corpus Christi for an additional year at the existing prices. We would like to continue work without interruption. Should you have any questions or require additional information, please feel free to call me at 281-979-6797. PM Construction, LLC 6't')a6e�?/.�,o Wade Gibson General Manager—Pipe Burst Division 131 N. Richey Street Pasadena, TX 77506 131 N Richey Pasadena, TX 77506 832-252-4800 (phone) 713-921-2905 (fax) 00 52 23 AGREEMENT This Agreement, approved on July 31, 2018 Js the First Renewal of the City-Wide Wastewater Collection System Pipebursting IDIQ Part C—Project No. E17029 awarded on September 19, 2017 by the City Council of the City of Corpus Christi,Texas ("Owner") and PM Construction &Rehab, LLC dba IPR South Central LLC (Contractor). 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: City-Wide Wastewater Collection System Pipebursting IDIQ Part C—Contract Renewal#1 (Ref E17029) City Proiect No. 18089A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Utilities Department,City of Corpus Christi 2726 Holly Road Corpus Christi,Texas, 78415 2.02 The Owner's Authorized Representative for this Project is: Joshua Senecal, P.E.—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This is the First One-Year Renewal of the Original Contract Project No. E17029. The initial contract was a one (1)year(365 calendar days) base contract, with four (4) optional one (1) year (365 calendar days) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of $2,000,000 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 Final Completion date, and is eligible for Final Payment 30 days after the date for Final Completion B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. Agreement 005223- 1 City-Wide Wastewater Collection System Pipebursting IDIQ Part C—Cont Ren#1 (Ref E17029) City Project No. 18089A Rev 06-22-2016 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, 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. 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 Engineering Services or designee ("City Engineer") 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 other provisions of this Contract, $500.00 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 provided in SECTION 0135 00 SPECIAL PROCEDURES. 2. 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 Director of Engineering Services or designee ("City Engineer") 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 from the Director of Engineering Services 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) has/have been rectified and the danger to the Public has been resolved. 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 other provisions of this Contract, $1,000.00 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 provided in SECTION 0135 00 SPECIAL PROCEDURES. 3. Liquidated damages for failing to timely attain 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. Agreement 005223-2 City-Wide Wastewater Collection System Pipebursting IDIQ Part C—Cont Ren#1 (Ref E17029) City Project No. 18089A Rev 06-22-2016 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 Contract Price (Contract Renewal#1) $ 2,000,000.00 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. 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 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 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 Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to 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. Agreement 005223-3 City-Wide Wastewater Collection System Pipebursting IDIQ Part C—Cont Ren#1 (Ref E17029) City Project No. 18089A Rev 06-22-2016 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. 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, Agreement 005223-4 City-Wide Wastewater Collection System Pipebursting IDIQ Part C—Cont Ren#1 (Ref E17029) City Project No. 18089A Rev 06-22-2016 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. 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. Agreement 005223-5 City-Wide Wastewater Collection System Pipebursting IDIQ Part C—Cont Ren#1 (Ref E17029) City Project No. 18089A Rev 06-22-2016 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 005223-6 City-Wide Wastewater Collection System Pipebursting IDIQ Part C—Cont Ren#1 (Ref E17029) City Project No. 18089A Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta '� �° °�0iry8e��a� Jeff Edmonds Dlglta"ysigned eyJeff Edmonds a L0 flOBP�oi0e,n,no Date:2018.08.23 11:51:29-05'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services N/A AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL N/A Da12018 08 23103812as00 tm� e =�m _DD N/A Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR PM Construction&Rehab,LLC dba IPR South Central,LLC Bac Ong Dlgltzll-Bb. ,g,Dec Dng DN_on=Deo Onb o.ou.emelt=bong@teemlpr com..-US (Seal Below) By: Date:2(18 DS 14 DD:1415 DS'DD' Note: Attach copy of authorization to sign if Tittle: Senior General Manager person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 131 N. Richey Financial Officer Address Pasadena, TX 77506 City State Zip 832/252-4800 Phone Fax Bong @teamipr.com EMail END OF SECTION Agreement 005223-7 City-Wide Wastewater Collection System Pipebursting IDIQ Part C—Cont Ren#1 (Ref E17029) City Project No. 18089A Rev 06-22-2016 006113 PERFORMANCE BOND BOND NO. SU1152145 Contractor as Principal Surety Name: PM Construction&Rehab LLC dba IPR Name: Arch Insurance Company South Central,LLC Mailing address(principal place of business): Mailing address(principal place of business): 131 N.Richey 3 Parkway,Ste 1500, Philadelphia,PA 19102 Pasadena,TX 77506 Physical address(principal place of business): Owner Harborside 3, 210 Hudson Street,Ste 300 Name: City of Corpus Christi,Texas Jersey City, NJ 07311 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: MO 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): Proiect No. 18089A (201)743-4000 City-Wide Wastewater Collection System Pipeburstine ID/IQ Part C—Contract Renewal#1 Telephone(for notice of claim): 215-606-1600 (Ref E17029) Local Agent for Surety Name: Borden Insurance Award Date of the Contract: July 31,2018 Address: 210 S.Carancahua Contract Price: $2,000,000.00 Corpus Christi,TX 78403 Telephone: 214-438-4087 Bond Email Address: mdavis@archinsurance.com Date of Bond: 8/13/2018 The address of the surety company to which any notice of claim should be sent may be obtained (Dote of Band cannot be earlier than Award Dote from the Texas Dept. of Insurance by calling the of the Contract) following toll-free number.-1-800-252-3439 Performance Bond 006113-1 18089A City-Wide WWtr Collection System Pipebusting ID/IQ Part C Contract Renewal#1(Ref E17029) 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 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. Contractor as Principal Surety Arch Insurance Company PM Construction & R hab, LLC dba IPR South Cent al Signature: �/�/ E�(s Signature: Name: Name: Victoria P. Parkerson Title: Sr G N Title: Attorney-in-Fact Email Address: o 4} iEAM It'I- Gogh . Email Address: victoria,parkerson@alliant.com (Attach Power of Attorney and place surety sear below)- END OF SECTION Performance Bond 006113-2 18089A City-Wide WWtr Collection System Pipebusting 10/IQ Part C Contract Renewal 41(Ref E17029) 7-8-2014 SURPATH 2017 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated Not valid for Note,Loan,Letter of Credit, Currency Rate,Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City,New Jersey(hereinafter referred to as the"Company")does hereby appoint: Victoria P.Parkerson its true and lawful Attorney-in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds,undertakings,recognizances and other surety obligations. Surety Bond Number: SU1152145 Principal: PM Construction & Rehab, LLC dba IPR South Central Obligee: City of Corpus Christi This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds,undertakings,recognizances and other surety obligations In pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City,New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being In full force and effect: "VOTED,That the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact,and to authorize them subject to the limitations set forth in their respective powers of attorney,to execute on behalf of the Company,and attach the seal of the Company thereto, bonds,undertakings,recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, seated and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President, of the Surety Business Division,or their appointees designated in writing and filed with the Secretary,and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company. OOMLOO13 00 03 03 Page 1 of 2 Printed in U.S.A. SURPATH 2017 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 13th day of August 201 . Attested and Certified Arch Insurance Company a>;a»ce C 0 � O00ORA7E 'O_• SEAL p7i • d1971 �. � ..-- -. Patrick K.Nails,Secretary Missouri David M.Finkelstein,Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS I,Michele Tripod!,a Notary Public,do hereby certify that Patrick K.Nails and David M.Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri,subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed,sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMONWEALTH OFIRENNsYLYANIA N07ARIAl.SEAL et-,AiItHEIETRIFODf.Notaryt>ubtk City6f Philzdatphta,Phila.Ca�Aty My Ccmmhdon Exptres,hdy 31.2021 Michele Tripodi,Notary Public My commission expires 07/31/2021 CERTIFICATION 1,Patrick K.Nails,Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated August 13,2018 on behalf of the person(s)as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;and I do further certify that the said David M. Finkelstein,who executed the Power of Attorney as Executive Vice President,was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 13th day of August ,2018 Patrick K.Nails,Secretary r YKS Power of Attomey limits the acts of those named therein to the bonds and undertakings specifically named therein and they have 66authority.to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division 3 Parkway,Suite 1500 ��ffispce�+ Philadelphia,PA 19102 O UORR4RAIE 3'O SEAL 1971 ti• Missouri OOMLO013 00 03 03 Page 2 of 2 Printed in U.S.A. IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call Arch Insurance Group's toll-free Usted puede Ilamar al numero de telefono gratis telephone number for information or to make a de Arch Insurance Group para informacion o complaint at: para someter una queja al: 1-866.413-5650 1-866413-5550 You may also write to Arch Insurance Group at: Usted tambi6n puede escribir a Arch Insurance Group: Arch Insurance Group Arch Insurance Group Harborside 3 Harborside 3 210 Hudson Street,Suite 300 210 Hudson Street,Suite 300 Jersey City,NJ 07311-1107 Jersey City,NJ 07311-1107 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener Informaclon coverages,rights or complaints at: acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Puede escribir at Departamento de Seguros de Insurance: Texas: P.O. Box 149091 P.O. Box 149091 Austin,TX 78714-9091 Austin,TX 78714-9091 Fax:(512)490-1007 Fax: (512)490-1007 Web:http.,/Iwww.tdi.texas.gov Web:http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiene una disputa concemiente a su prima o a premium or about a claim you should contact un reclamo, debe comunicarse con el Arch the Arch insurance Group first. If the dispute is Insurance Group primero. Si no se resuelve la not resolved, you may contact the Texas disputa, puede entonces comunicarse con el Department of Insurance. departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es This notice is for information only and does not solo para proposito de informacion y no se become a part or condition of the attached convierte en parte o condicion del documento document. adjunto. 00 ML0042 44 04 16 Page 1 of 1 00 61 16 PAYMENT BOND BOND NO. SU1152145 Contractor as Principal Surety Name: PM Construction&Rehab LLC dba IPR Name: Arch Insurance Company South Central,LLC Mailing address(principal place of business): Mailing address(principal place of business): 131 N.Richey 3 Parkway,Ste 1500, Philadelphia, PA 19102 Pasadena,TX 77506 Physical address(principal place of business): Owner Harborside 3, 210 Hudson Street,Ste 300 Name: City of Corpus Christi,Texas Jersey City,NJ 07311 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: MO 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.18089A (201)743-4000 City-Wide Wastewater Collection System Pipeburstine ID/IQ Part C—Contract Renewal#1 Telephone(for notice of claim): (RefE17029) 215-606-1600 Local Agent for Surety Name: Borden Insurance Award Date of the Contract: July 31,2018 Address: 210 S.Carancahua Contract Price: $2.000,000.00 Corpus Christi,TX 78403 Bond Telephone: 214-438-4087 Email Address: mdavis@archinsurance.com Date of Bond: 8/13/2018 The address of the surety company to which any (Dote 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 006116-1 18089A City-Wide WWtr Collection System Pipebursting ID/IQ Part C Contract Renewal#1(Ref E17029) 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 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 Nueces County, Texas for any legal action. Con1c or as Princi� Surety Arch Insurance ompany onstructi n=hbLC dba IPR South Central Signature: Ill� �/ Signature: Name: Name: Victoria P. Parkerson Title: c,Y Gi>} Title: Attorney-in-Fact Email Address: o —ISftM IpV Email Address: victoria.parkerson@atliant.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 18089A City-Wide WWtr Collection System Pipebursting ID/IC!Part C Contract Renewal#1(Ref E17029) 7-8-2014 SURPATH 2017 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note,Loan,Letter of Credit, Currency Rate,Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know Ail Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City,New Jersey(hereinafter referred to as the"Company")does hereby appoint: Victoria P.Parkerson its true and lawful Attorney-in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds,undertakings,recognizances and other surety obligations. Surety Bond Number. SU1152145 Principal: PM Construction&Rehab, LLC dba IPR South Central Obligee: City of Corpus Christi This authority does not permit the same obligation to be split Into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds,undertakings,recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all Intents and purposes,as if the same had been duly executed and acknowledged by Its regularly elected officers at its principal administrative office in Jersey City,New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED,That the Chairman of the Board, the President, or the Executive Vice President,or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact,and to authorize them subject to the limitations set forth In their respective powers of attorney,to execute on behalf of the Company,and attach the seal of the Company thereto, bonds,undertakings,recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney Is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President, of the Surety Business Division,or their appointees designated In writing and filed with the Secretary,and the signature of the Secretary, the seal of the Company,and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company. OOMLOO13 00 03 03 Page 1 of 2 Printed in U.S.A. SURPATH 2017 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 13th day of August ,201L_. Attested and Certified Arch Insurance Company 0 U GOAEOMTE �'O 6 1911 i::OA -• Patrick K.Nails,Secretary Missouri David M.Finkelstein,Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS 1,Michele Tripod!,a Notary Public,do hereby certify that Patrick K.Nails and David M.Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri,subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed,sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMONWEEALTH OFPEIMSYLVANtA NOTARIAL SEAL _ J AlttHEIETRtFOD1,HotaryPtlbltt City of PhttidetphI3,PhiU4 Cowry My Ccmmissren Expxes.ruty 31.2021 Michele Tripod!,Notary Public My commission expires 07/31/2021 CERTIFICATION 1,Patrick K.Nails,Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated August 13,2018 on behalf of the person(s)as listed above Is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;and 1 do further certify that the said David M. Finkelstein,who executed the Power of Attorney as Executive Vice President,was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 13th day of August ,2018 Patrick K.Nails,Secretary VIfis Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authcrity to bled the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division 3 Parkway,Suite 1500 gg��n t+� Philadelphia,PA 19102 fi V COMMIE O SEAL E)1471 1R• Missouri OOMLOO13 00 03 03 Page 2 of 2 Printed in U.S.A. IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener information o para someter una queja: You may call Arch Insurance Group's toll-free Usted puede Ilamar at numero de telefono gratis telephone number for information or to make a de Arch Insurance Group para informacion o complaint at: para someter una queja at: 1-866-413-5550 1.866-413-5550 You may also write to Arch Insurance Group at: Usted tambidn puede escribir a Arch Insurance Group: Arch Insurance Group Arch Insurance Group Harborside 3 Harborside 3 210 Hudson Street,Suite 300 210 Hudson Street,Suite 300 Jersey City,NJ 07311.1107 Jersey City,NJ 073114107 You may contact the Texas Department of Puede comunicarse con at Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener information coverages, rights or complaints at: acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Puede escribir at Departamento de Seguros de Insurance: Texas: P.O.Box 149091 P.O.Box 149091 Austin,TX 78714-9091 Austin,TX 78714-9091 Fax:(512)490-1007 Fax: (512)490-1007 Web:http://www.tdi.texas.gov Web:http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiene una disputa concemiente a su prima o a premium or about a claim you should contact un reclamo, debe comunicarse con el Arch the Arch insurance Group first. If the dispute Is Insurance Group primero. Si no se resuelve la not resolved, you may contact the Texas disputa, puede entonces comunicarse con el Department of Insurance. departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE"ISO A SU POLIZA: Este aviso es This notice is for information only and does not solo para proposito de information y no se become a part or condition of the attached conviede en parte o condition del documento document. adjunto. 00 ML0042 44 04 16 Page 1 of 1 78/17/2018 (MMIDDIYYYY) k.--- " 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(les)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 Amber Breaux NAME: PHONE 7134704123 FAX 7134704124 Alliant Insurance Services Houston, LLC AIC,Nc,Ext: AIC,No): 5444 Westheimer, Suite 900 ADDRESS: abreaux@alliant.com Houston,TX 77056 INSURERS AFFORDING COVERAGE NAIC# INSURER A: Greenwich Insurance Company 22322 INSURED INSURER B: XL Specialty Insurance Company 37885 PM Construction 8c Rehab LLC INSURER C: Indian Harbor Insurance Company 36940 131 N.Richey INSURER D: Pasadena,TX 77506 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 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 ADDL SUBR POLICY EFFPOLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MMIDD/YYYY MMIDDIYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADEX❑OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 300,000 MED EXP(Any one person) $ 10,000 A CGD740922005 04/01/2018 04/01/2019 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APIPLIESI PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO- I LOC PRODUCTS-COMP/OP AGG $ 2,000,000 X PRO-JECT LJUJ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 2,000,000 X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED CAD740922105 04/01/2018 04/01/2019 BODILY INJURY(Per accident) AUTOS ONLY AUTOS $ HIRED AUTOS NON-OWNED PROPERTY DAMAGE ONLY AUTOS Per accident) ccident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY YIN X STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVEN E.L.EACH ACCIDENT B OFFICER/MEMBER EXCLUDED? NIA CWD740921905 04/01/2018 04/01/2019 $ 1,000,000 (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 C OTHER CE0742019403 04/01/2018 04/01/2019 EACH LOSS $ 10,000,000 POLLUTION LIABILITY GGREGATE is 10,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required)This cancels and replaces certificate issued 8/13/2018. Re: Project#18089A. City of Corpus Christi,TX-Utilities Department.The General Liability and Commercial Auto policy includes blanket Additional Insured endorsements that provide Additional Insured status to certain persons and organizations when required by written contract and subject to the terms and conditions of the endorsements.The Auto, General Liability,and Workers Compensation policy includes a blanket Waiver of Subrogation when required by contract or written agreement and subject to the terms and conditions of the endorsements.The General Liability,Auto Liability,and Workers Compensation policies includes an endorsement providing that 30 days'notice of cancellation will be furnished to the certificate holder,however 10 days if canceled for non- payment. 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,TX -Utilities Department ACCORDANCE WITH THE POLICY PROVISIONS. 2726 Holly Road Corpus Christi,TX 78415 AUTHORIZED REPRESENTATIVE ©1988-2015 ACQffD CORPORAITIOW All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CGD740922005 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION THAT YOU ARE VARIOUS AS REQUIRED PER WRITTEN REQUIRED INA WRITTEN CONTRACTOR WRITTEN CONTRACT. AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE "BODILY INJURY' OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does nota I to "bodilyinjury" or damage" or "personal and advertising injury" apply property damage occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III —Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: CGD740922005 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION THAT YOU ARE VARIOUS AS REQUIRED PER WRITTEN REQUIRED IN A WRITTEN CONTRACT OR CONTRACT. WRITTEN AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE "BODILY INJURY" OR"PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: CGD740922005 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 0 POLICY NUMBER: CAD740922105 XIC 411 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM A. COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured, is amended to include as an "insured" any person or organization you are required in a written contract to name as an additional insured, but only for "bodily injury" or "property damage" otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of: 1. You, while using a covered "auto"; or 2. Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered "auto" with your permission; Provided that: a. The written contract is in effect during the policy period of this policy; b. The written contract was signed by you and executed prior to the "accident" causing "bodily injury" or"property damage" for which liability coverage is sought; and C. Such person or organization is an "insured" solely to the extent required by the contract, but in no event if such person or organization is solely negligent. B. The Limits of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event shall the Limits of Insurance set forth in this policy be increased by the contract. C. General Conditions, Other Insurance is amended as follows: Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether such insurance is primary, excess, contingent or on any other basis unless the contract specifically requires that this policy be primary. All terms, conditions, exclusions and limitations of this policy shall apply to the liability coverage provided to any additional insured, and in no event shall such coverage be enlarged or expanded by reason of the contract. All other terms and conditions of this policy remain unchanged. XIC 411 1013 ©2013 X.L. America, Inc. All Rights Reserved. Page 1 of 1 May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: CAD740922105 ❑11MM1111111111111111111111 ❑❑LE[I❑Fl❑LFI❑EDC 111111fl11fl11111111❑❑M11111111fl111111111111®❑1111fl111111fl11®111111111111fl111111®[H]11❑11111111111111fl 111111111111 HIM 1111 [H][H] ❑ 1111❑ ❑❑ ❑ 1111 ❑❑ ❑ ❑❑ 1111❑1111❑❑❑ This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. ❑❑❑ ❑dmm❑❑r❑d[1] INLAND PIPE REHABILITATION HOLDING COMPANY, LLC ❑❑d❑r❑❑❑ 000ID❑ID❑011111111111111111 April 1, 2018 0000❑❑❑❑❑ ❑❑r❑❑❑❑�❑❑ 1111❑❑❑ Greenwich Insurance Company ❑❑MM❑110❑❑ ❑a[E] CAD740922105 [I®❑®❑1111❑IELL]April 1, 2018 1111❑Cd❑MM❑1ril❑EE April 1, 2019 0011 0dMM❑❑r0dill INLAND PIPE REHABILITATION HOLDING COMPANY, LLC ❑ddr❑❑❑[I[] 2002 Timberloch Place, Suite 550 The Woodlands, TX 77380 ❑dd0❑D❑❑FTM❑❑r❑d0ID❑❑❑❑rte All Lessors ❑ddr❑[11111 ❑❑❑�❑❑0ID❑�rill]❑❑0r11O0ID❑111107❑❑❑❑❑dam All Leased Autos 11111111111EUT1111111C © Insurance Services Office, Inc., 2011 1111❑❑CC ORE ❑111111r 1111111111 ❑1111 ®®❑❑r❑❑❑❑❑ ❑❑❑❑r-lid[E]❑1E1❑1111®®❑ ❑ 2,000,000 ❑❑❑❑C7❑❑❑Cd❑❑C1❑ ❑111E❑®11111111E rill]❑❑®®❑❑❑T® ❑[[11❑❑❑❑r-®®❑❑❑I11 UII❑❑❑ I]II] ❑r❑❑❑❑❑RE❑❑ C 1,000 ❑❑d❑❑®11111111❑rte❑❑❑11E❑❑❑r-lid 17[❑❑❑❑dIE❑1E].. ❑111E❑®11111111fl rill]❑❑®®❑❑❑T® ❑ F❑❑❑11r MM1111❑1911 ❑❑❑ ❑❑®®❑❑ C 1,000 ❑❑d❑❑®11111111❑rte❑❑❑[❑❑❑❑r-❑d 17❑❑❑❑❑dam111" ❑111E❑®11111111fl rill]❑❑®®❑❑❑1r® [IM1❑❑❑11r-®1111❑❑❑111 1111❑❑❑ 1111❑❑®d❑ 111111 1]❑d[I❑®ILI]LI[I❑rte❑❑❑I[E❑❑❑r-❑dC7❑❑❑❑❑d[EI❑EEI.. ❑❑❑❑❑❑�®1111❑❑ Information required to complete this Schedule, if not shown above, will be shown in the Declarations. ❑FIFF]❑❑CrEEME 11 ❑E[The insurance covers the interest of the lessor ❑ ❑ Any "leased auto" designated or described in unless the "loss" results from fraudulent acts or the Schedule will be considered a covered omissions on your part. "auto" you own and not a covered "auto" you ❑ []—If we make any payment to the lessor, we will hire or borrow. obtain his or her rights against any other party. ❑ ❑ For a "leased auto" designated or described in 11FM11111111M11ID111H] the Schedule, the ❑ 1111❑ REE 1111❑ 1111❑❑r❑d❑ 11 [][[[]If we cancel the policy, we will mail notice to provision under ❑❑❑❑r-❑d❑ ❑❑M❑❑ 1111II❑11mu❑ the lessor in accordance with the Cancellation 1111❑❑r❑❑❑ is changed to include as an Common Policy Condition. "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for 11 111niIf you cancel the policy, we will mail notice to "bodily injury" or "property damage" resulting the lessor. from the acts or omissions by: ❑ 111MCancellation ends this agreement. 111You; ❑IETfhe lessor is not liable for payment of your ❑ Any of your"employees"or agents; or premiums. 11111Any person, except the lessor or any 11rMdd❑W❑❑®❑®®❑1111 "employee" or agent of the lessor, operating As used in this endorsement: a "leased auto" with the permission of any "Leased auto" means an "auto" leased or rented to of the above. you, including any substitute, replacement or extra ❑ ❑ The coverages provided under this "auto" needed to meet seasonal or other needs, endorsement apply to any "leased auto" under a leasing or rental agreement that requires described in the Schedule until the expiration you to provide direct primary insurance for the date shown in the Schedule, or when the lessor. lessor or his or her agent takes possession of the "leased auto",whichever occurs first. ❑M❑❑FFM❑❑❑❑[[[IEE][II❑❑❑ED ❑ 111MWe will pay, as interest may appear, you and the lessor named in this endorsement for"loss" to a 'leased auto". 1111❑❑[C ❑UC © Insurance Services Office, Inc., 2011 ❑❑�❑��❑�C POLICY NUMBER: CAD740922105 ❑11MM1111111111111111111111 ❑❑LE[I❑FU ❑EDC 111111fl11fl1111111111❑M11111111fl111111111111®❑1111fl111111fl11®111111111111fl111111®[H]11❑11111111111111fl ❑ 11❑1111 ❑ 11❑11111111111111 ❑ 1111 ❑ 111111[H] 11❑ 1111111111❑ ❑❑ ❑ 1111❑ 1111❑ 1111 ❑❑ ❑❑❑ 1111MIH 11 ❑11111111 ❑❑1111 ❑ ❑ ❑ 1111❑ 1111 This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. ❑❑❑ ❑dmm❑❑r❑d[1] INLAND PIPE REHABILITATION HOLDING COMPANY, LLC ❑❑d❑r❑[1❑ ❑❑M❑ID❑11ID❑1111❑1EIIH] April 1, 2018 ❑1111❑❑❑❑❑❑ 1100 ❑111111ID11ID11r❑❑❑111111IDrill]r❑❑❑11D11ID❑11111111 WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The ❑r❑❑❑11i-❑❑U ❑LEI11EL1111 ELI 111111❑❑FIr❑❑❑❑011❑M ❑E0111111 00000 condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the "loss" under a contract with that person or organization. 111111111111EFFM❑1111C © Insurance Services Office, Inc., 2011 1111❑❑CC EIRE WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHERE REQUIRED BY WRITTEN AGREEMENT SIGNED PRIOR TO LOSS. 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 April 1, 2018 Policy No. CWD740921905 Endorsement No. Insured INLAND PIPE REHABILITATIONHOLD ING COMPANY, LLC Insurance Company Countersigned by XL Specialty Insurance Company WC 00 03 13 (Ed. 4-84) ©1983 National Council on Compensation Insurance. 1111❑❑❑❑❑M❑❑❑110❑❑❑❑ This endorsement, effective 12:01 a.m., August 13, 2018 forms a part of Policy No. CGD740922005 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: ❑11MM111111EE111110❑❑❑❑❑❑1DEE❑EMEE1❑110❑1111❑❑❑❑EE1❑❑❑ With respect to coverage provided by this endorsement, the provisions of the Coverage Part apply unless modified by this endorsement. ❑❑ID❑❑ID❑EE]❑❑❑❑❑ID❑TH❑❑❑Qit is agreed that the following endorsement is added to the policy: Olid[1000 ❑❑❑ID❑❑❑❑ IXI 405 0910 Cancellation Notification to Others Name of Person(s) or Entity(ies): ®❑ity of Corpus Christi, TX- Utilities Department All other terms and conditions remain the same. Authorized Representative IXI 403 01 10 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. 11111111 111111M11111111011111111 This endorsement, effective 12:01 a.m., August 13, 2018 forms a part of Policy No. CGD740922005 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ❑❑❑❑❑❑❑❑❑1111❑110❑❑1111110❑❑1111❑110❑110❑❑❑❑❑111❑❑❑❑❑❑M❑❑❑❑ In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s)or entity(ies) according to the notification schedule shown below: Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of Cancellation: 2726 Holly Road City of Corpus Christi Corpus Christi, TX 78415 30 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. 11111111 111111M11111111011111111 This endorsement, effective 12:01 a.m., August 13, 2018 forms a part of Policy No. CAD7409221005 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: ❑❑MM M❑❑�❑�❑❑❑❑❑❑❑�❑❑❑ With respect to coverage provided by this endorsement, the provisions of the Coverage Part apply unless modified by this endorsement. ❑❑ID❑❑ID❑l[l]❑1111❑❑ID❑MM❑❑❑QIt is agreed that the following endorsement is added to the policy: Olid[1000 ❑❑❑ID❑❑❑❑ IXI 405 0910 Cancellation Notification to Others Name of Person(s) or Entity(ies): ❑r❑❑❑[[[]❑r110❑MIlFw 111101111111111111111 All other terms and conditions remain the same. Authorized Representative IXI 403 01 10 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. 11111111 111111M11111111011111111 This endorsement, effective 12:01 a.m., August 13, 2018 forms a part of Policy No. CAD740922105 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ❑❑❑❑❑❑❑❑❑1111❑110❑❑1111110❑❑1111❑110❑110❑❑❑❑❑111❑❑❑❑❑❑M❑❑❑❑ In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s)or entity(ies) according to the notification schedule shown below: Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of Cancellation: City of Corpus Christi, TX - Utilities 2726 Holly Road Department Corpus Christi, TX 78415 30 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. ❑ 1111❑❑❑❑11❑M❑❑❑❑❑❑11❑EE1❑❑EEIM❑❑❑❑❑❑❑1111❑11011❑MM❑❑❑❑❑❑❑1111❑❑110❑ ❑ ❑1111❑❑❑110❑110 (Ed. 1/08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ❑❑11111111MMMrfl111111M11111E 111E1111111111 This endorsement modifies insurance provided under the following: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY INSURER: XL Specialty Insurance Company NCCI Company Number: 27944 Policy Number: CWD740921905 Endorsement Number: 1111111 Effective Date: April 1, 2018 Effective hour is the same as stated in the Information Page of the policy. Name Insured and Address: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC 1510 KLONDIKE ROAD SUITE 400 CONYERS, GA 30094 FEIN NUMBER: 20-8630450 It is agreed that the policy is amended as follows: ❑❑ID❑❑ID❑lill❑❑❑❑❑ID❑mm❑❑❑[fhe following endorsement is added to the policy: ❑❑d❑r❑❑❑❑❑❑ID❑❑❑❑ WC 99 06 57 Cancellation Notification to Others Name of Person(s) or Entity(ies): 11❑IDlo❑ID11111111110111111❑ M11W 11110111111111111111111 All other terms and conditions remain the same. ❑❑11111111❑d❑r❑❑❑ ❑❑❑❑�a❑ID❑ ❑r�❑ ❑❑Dd❑ID❑❑❑�❑ID❑❑ID❑❑ID❑�❑ID❑❑ID®1❑��❑ID❑❑rte❑�❑�❑❑D❑�❑❑�❑r❑ ❑❑ID❑❑ID❑Cd❑E10WEE1110[11001]❑10 Complete only when this endorsement is not prepared with the policy or is not to be effective Must be completed always: with the policy: Endorsement Number: --- Issued to: Inland Pipe Rehabilitation Holding Company, LLC Policy Number: CWD740921905 Effective Date of this Endorsement: August 13, 2018 XL Specialty Insurance Company (Name of Insurance Company) Countersigned by Authorized Representative ❑ ❑❑]❑❑]❑❑]❑❑] ©2007 XL America,Inc. (Ed. 1/08) ❑ 1111❑❑❑❑11❑M❑❑❑❑❑❑11❑EE1❑❑EEIM❑❑❑❑❑❑❑[❑11❑111111❑MM❑❑❑❑❑❑❑1111❑❑1111❑ ❑ ❑[❑C C5 7 (Ed. 12/10) 1111❑❑❑❑❑M❑❑❑1111❑❑❑❑ This endorsement, effective 12:01 a.m., August 13, 2018 forms a part of Policy No. CWD740921905 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by XL Specialty Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ❑❑❑❑❑❑❑❑❑�❑�❑❑��❑❑�❑1111❑1111 1111❑M❑❑❑❑ In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s)or entity(ies) according to the notification schedule shown below: Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of Cancellation: City of Corpus Christi, TX - Utilities 30 Department 2726 Holly Road Corpus Christi, TX 78415 All other terms and conditions of the Policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. 1111❑❑MM1111r❑ ❑❑ID❑1111❑1111❑®❑❑❑1r❑dilil❑❑IID❑❑❑❑ID11111111❑d lir Ill] ❑❑❑IDmm❑❑❑d�❑❑❑❑❑❑❑❑❑�❑ ❑r❑❑a❑❑ID❑li[I❑ID❑lill❑mm❑❑ID Endorsement Effective August 13, 2018 Policy No. CWD740921905 Endorsement No.[[[]❑❑❑ Insured INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Premium Included Insurance Company XL Specialty Insurance Company Countersigned by WC 99 06 57 Ed. 12/10 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. ----l"N Com_ EVIDENCE OF PROPERTY INSURANCE 1 DA8/17/2018Y) THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE ADDITIONAL INTEREST. AGENCY PHONE 832-0854000 COMPANY (AIC No.Ext) Alliant Insurance Services Houston, LLC 5444 Westheimer,Suite 900 ZURICH AMERICAN INSURANCE COMPANY NAIC#16535 Houston,TX 77056 FAX713 4704124 E-MAIL abreaux�alliarM.com (AIC, IC No): ADDRESS: CODE: SUB CODE: AGENCY CUSTOMER ID#: INSURED LOAN NUMBER POLICY NUMBER PM Construction &Rehab, LLC CPP 0645310-00 131 N. Riche St EFFECTIVE DATE EXPIRATION DATE CONTINUED UNTIL Richey 04/01/2018 04/01/2019 TERMINATED IF CHECKED Pasadena,TX 77506 THIS REPLACES PRIOR EVIDENCE DATED: 8/13/2018 PROPERTY INFORMATION LOCATION I DESCRIPTION Location: City of Corpus Christi, TX Description: City-Wide Wastewater Collection Pipebursting ID/IQ E17029 (Project#18089A) Duration of Project: 365 days Contract Amount: $2,000,000 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 EVIDENCE OF PROPERTY INSURANCE 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. COVERAGE INFORMATION PERILS INSURED BASIC BROAD SPECIAL COVERAGE I PERILS I FORMS AMOUNT OF INSURANCE DEDUCTIBLE Installation Floater Special Form "All Risk" excluding Earthquake and Flood $2,000,000 $2,500* REMARKS(Including Special Conditions) Installation Deductibles: $2,500 except for Named Storm and Flood if applicable. CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADDITIONAL INTEREST NAMEANDADDRESS ADDITIONAL INSURED HLENDER'SLOSS PAYABLE LOSSPAYEE MORTGAGEE City of Corpus Christi LOAN# 2726 Holly Road Corpus Christi,TX 78415 AUTHORIZED REPRESENTATIVE ACORD 27(2016/03) C 1993-2016 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD ❑❑[[[] ❑ a Elia N ❑1111❑MM❑ We will not pay for loss or damage arising, directly or indirectly, out of: ❑❑ War, including undeclared or civil war; ❑❑ Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign, or other authority using military personnel or other agents; or ❑❑ Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority by hindering or defending against any of these. Such loss or damage is excluded regardless of any other cause or event, including a "❑ FEIT[I❑�' or "❑ ❑FFM❑❑MM❑", that contributes concurrently or in any sequence to the loss, even if such other cause or event would otherwise be covered. 11EEI111111111111110111111 We will not pay for loss or damage in any one occurrence until the amount of loss or damage exceeds the applicable Deductibles shown on the Declarations. We will then pay the amount of loss or damage in excess of the Deductibles, up to the applicable Limits of Insurance. ❑EEI❑❑❑EMS❑❑DID❑❑❑1010❑❑ The following conditions apply in addition to the COMMERCIAL PROPERTY CONDITIONS and the COMMON POLICY CONDITIONS: ❑❑ In the event of any loss of or damage to "FI[I❑ELFFFnMM❑EEr❑❑[Ir❑IP in transit, you must immediately make a claim in writing against the carrier, bailee, or others involved. ❑ The insurance provided by this Coverage Form is excess of, and will not contribute with, any other insurance that is purchased by others responsible for loss of or damage to "�❑���❑fir❑❑a❑I7'. However, this insurance applies on a Difference In Conditions basis, subject to all other terms and conditions in this Commercial Property Coverage Part, provided there is other insurance intended to respond to such loss or damage, but which does not, by its terms and conditions, provide coverage for such loss of or damage to "1111❑EEFUMM❑EEr❑❑lir❑I7'. In that event, we will pay for such direct physical loss of or damage to covered "100 ❑❑❑r❑❑11rEE' when coverage is provided under the terms and conditions of this Commercial Property Coverage Part. ❑❑ Project owners of the "1111❑EDFUMM❑EEr❑❑lir❑I7' and subcontractors hired by you to assist in the installation of the "10❑1111MMMM❑11ir❑❑lir❑IP are included as Additional Insureds only as respects their financial interest in "110❑1111FUMM❑1r❑❑lir 11' and if required by written contract or written agreement. We will determine the value of covered loss or damage as follows: ❑ Except as provided in 2. below, the lesser of the following amounts: ❑❑ The cost to repair, rebuild❑or replace "u�1❑UMEE11]❑FI]r11111ir❑IT at the time of direct physical loss or damage with materials of like kind and quality, of similar size, for the same use or occupancy❑or ❑❑ For repairing or rebuilding of "::11❑EMUMM❑EEr❑❑[Ir 11:7 provided by an entity you own or operate at the time of loss or damage: ❑❑ Direct payroll cost for labor directly chargeable to the repair, rebuilding, or replacement of the damaged "Fill❑EUMMMM❑EE]r❑❑a-EiEl'; Includes copyrighted material of Insurance Services Office, Inc.,with its permission PPP-0141 (03 14) Page 6 of 7 ❑Ell❑❑❑❑DOE❑❑E11❑❑❑❑❑❑❑❑ 1111 If either you or we recover any property after loss settlement, that party must give the other prompt notice. At your option, you may do one of the following: 1111 Keep the loss payment and transfer the recovered property to us; or 1111 Keep the recovered property and return the loss payment to us. If you do this, we will pay for the recovery expenses and the expense to repair the recovered property up to the applicable Limit of Insurance. ❑111 The amount of loss can be reduced by any salvage recovery through the sale of the damaged Covered Property. ❑— If, following a loss, a recovery is made from the sale of damaged Covered Property and your claim has not yet been paid, we will be entitled to this salvage recovery until we have recovered our salvaging fees and expenses. The balance of the salvage recovery will be paid to you and the amount of your loss settlement will be reduced by this balance. ❑❑ If your claim has already been paid when a salvage recovery is made, we will be entitled to the salvage proceeds until we have recovered the difference between the amount we paid you for your claim and the amount we would have paid you had the salvage recovery been handled in accordance with a. above. Any balance of the salvage recovery will then be promptly refunded to you. ❑[H]0000000001000E[1M0❑00 We, or any of our representatives, have the right to declare property to be "❑❑❑❑❑❑d❑dEll]❑11❑ ❑❑17 when the property is found to be in, or exposed to, a dangerous condition, provided we have: ❑111 Told you of the dangerous condition immediately upon discovering it and informed you of its designation as "❑❑❑❑❑❑d❑d11D❑[H1❑ 01117; and ❑❑ Mailed or delivered a written notice of such condition and designation, within 24 hours of the discovery, which notice is mailed or delivered to: ❑❑ Your last known address; or ❑❑ The address where said object is located. Any designation of "❑❑❑❑❑❑d❑d❑❑❑❑[[[]❑ 1]❑17 can only be rescinded, in writing, by endorsement to this Commercial Property Coverage Part. Any designation of"❑❑❑❑❑❑d❑dFF11❑❑0❑ 0117 will result in your receiving a pro rata refund of premium you paid for the coverage of that property under this Commercial Property Coverage Part. However, any designation of "❑❑❑❑❑❑d❑d11D❑EI❑ m7 will be in effect if we have not yet made or offered the refund. ❑1111❑❑❑❑❑❑❑❑[H]❑IDEM1111❑H]❑110❑❑❑❑❑❑❑110❑❑110❑❑ M❑❑❑❑❑11❑110❑❑ If any person or organization to or for whom we make payment under this Commercial Property Coverage Part has rights to recover damages from another, those rights are transferred to us to the extent of our payment. That person or organization must do everything necessary to secure our rights and cooperate with our efforts to recover our payment and must do nothing after loss to impair our rights. But you may, without restricting your coverage, waive your rights against another party in writing: ❑❑ Prior to a loss to your Covered Property or Covered Income. ❑❑ After a loss to your Covered Property or Covered Income only if, at the time of loss, that party is one of the following: Includes copyrighted material of Insurance Services Office, Inc.,with its permission. PPP-0102(08 16) Page 6 of 7 ❑❑ Someone insured under this Commercial Property Coverage Part; ❑❑ A business firm owned or controlled by you; ❑❑ A business firm, or an individual, that owns or controls you; or d❑ Your tenant. Any recovery as a result of subrogation proceedings arising out of a covered loss, net of fees (including legal fees) and expenses we incur in such subrogation proceedings, will be shared with you in the following manner: ❑❑ We will add the amount of any deductible you incurred to the amount of any other provable uninsured loss you incurred. This is your interest. ❑❑ We will determine the proportion your interest bears to the entire provable loss (both insured and uninsured). This is your pro rata share. ❑❑ We will reimburse to you your pro rata share of the recovery after deduction, from the total recovery, of recovery expenses paid by us and after deduction of any legal fees paid by us. We will retain the balance. We will not owe you any amount for any legal fees or any expenses incurred by you in furtherance of any recovery unless those fees or expenses are approved by us in writing and in advance of your incurring those fees or expenses. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. PPP-0102(08 16) Page 7 of 7 IL 00 17 1198 COMMON POLICY CONDITIONS All Coverage Parts included in this policy are subject to the following conditions. A. Cancellation b. Give you reports on the conditions we find; 1. The first Named Insured shown in the Declara- and tions may cancel this policy by mailing or de- c. Recommend changes. livering to us advance written notice of cancel- 2. We are not obligated to make any inspections, lation. surveys, reports or recommendations and any 2. We may cancel this policy by mailing or deliv- such actions we do undertake relate only to in- ering to the first Named Insured written notice surability and the premiums to be charged.We of cancellation at least: do not make safety inspections. We do not un- a. 10 days before the effective date of cancel- dertake to perform the duty of any person or lation if we cancel for nonpayment of pre- organization to provide for the health or safety mium; or of workers or the public. And we do not war- rant that conditions: b. 30 days before the effective date of cancel- lation if we cancel for any other reason. a. Are safe or healthful; or 3. We will mail or deliver our notice to the first b. Comply with laws, regulations, codes or Named Insured's last mailing address known to standards. us. 3. Paragraphs 1. and 2. of this condition apply not 4. Notice of cancellation will state the effective only to us, but also to any rating, advisory,rate date of cancellation. The policy period will end service or similar organization which makes in- on that date. surance inspections, surveys, reports or recom- mendations. 5. If this policy is cancelled, we will send the first Named Insured any premium refund due.If we 4. Paragraph 2. of this condition does not apply to cancel, the refund will be pro rata. If the first any inspections, surveys, reports or recommen- dationsNamed Insured cancels, the refund may be less we may make relative to certification, than pro rata.The cancellation will be effective under state or municipal statutes,ordinances or even if we have not made or offered a refund. regulations, of boilers, pressure vessels or ele- vators. 6. If notice is mailed,proof of mailing will be suf- Prernimns ficient proof of notice. E. B. Changes The first Named Insured shown in the Declarations: This policy contains all the agreements between 1. Is responsible for the payment of all premiums; you and us concerning the insurance afforded. The and first Named Insured shown in the Declarations is 2. Will be the payee for any return premiums we authorized to make changes in the terms of this pay. policy with our consent. This policy's terms can be F. Transfer Of Your Rights And Duties Under This amended or waived only by endorsement issued by Policy us and made a part of this policy. Your rights and duties under this policy may not be C. Examination Of Your Books And Records transferred without our written consent except in We may examine and audit your books and records the case of death of an individual named insured. as they relate to this policy at any time during the If you die, your rights and duties will be transferred policy period and up to three years afterward. to your legal representative but only while acting D. Inspections And Surveys within the scope of duties as your legal representa- 1. We have the right to: tive. Until your legal representative is appointed, anyone having proper temporary custody of your a. Make inspections and surveys at any time; property will have your rights and duties but only with respect to that property. IL 00 17 1198 Copyright,Insurance Services Office,Inc., 1998 Page 1 of 1 0