Loading...
HomeMy WebLinkAboutC2017-524 - 12/11/2017 - NA X2017-524 • 12/11/17 • PM Construction & Rehab LLC 00 52 23 AGREEMENT This Agreement is the First Renewal(Year 2)of the City Wide Collection System Pipebursting ID/IQ Part B(Contract No. E15209)awarded on April 19, 2016 by the City Council of the City of Corpus Christi, Texas("Owner")to PM Construction & Rehab, 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 Collection System Pipebursting ID/IQ Part B—Renewal Year 2(E152091 Project No. E17092 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV,Inc. 801 Navigation,Suite 300 Corpus Christi,TX 78408 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza,PE—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,Bldg. 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 No. E15209 for City Wide Collection System Pipebursting ID/IQ Part B. The First Renewal Contract extension will not exceed the amount of$1,875,000 for one year. This Project will be executed by multiple indefinite quantity Delivery Orders. The Work is required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 30 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 00 52 23-1 City Wide Collection System Pipebursting ID/IQ Part 8 Renewal Yr 21E15209) City Project No. E17092 REV 10-6-2015 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITY WIDE COLLECTION SYSTEM PIPEBURSTING ID/IQ PART B E15209 ° � e ALL►� ®®•••°•°•••°°Ce ty of % 11938 •� °•® ••° yON Corpus C h ri a T s t i CNV, Inc. 801 Navigation, Suite 300 j Corpus Christi, TX j 361-883-1984 January 18, 2016 Record Drawing Number SAN 566 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 10/06/2015) 00 30 00 Bid Acknowledgment Form (Rev 10/06/2015) 00 30 01 Bid Form (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev 10/06/2015) 00 52 23 Agreement(Rev 10/06/2015) 00 61 13 Performance Bond (Rev 10/06/2015) 00 61 16 Payment Bond (Rev 10/06/2015) 00 72 00 General Conditions (Rev 3/23/2015) 00 72 01 Insurance Requirements (Rev7/3/2014) 00 72 02 Wage Rate Requirements(Rev 06/12/2015) 00 72 03 Minority/ MBE/ DBE Participation Policy 00 73 00 Supplementary Conditions 88 4 09 Spee al Geed t e.s; fe.r n Division 01 General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev03/11/2015) 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) 01 33 02 Shop Drawings Table of Contents 000100- 1 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 10-6-2015 Division/ Title Section 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 3n 01 01 34 02 n1 3n nR Q..., n. . ea. Dr..,7s7.. /T\A/nQ1 v�-r-o� n1 3n nn Qn. . ea. .+7F7r-a+ ,. /T\n/nQ1 vr✓ ro-r ..., 01 35 00 Special Procedures 014000 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing and Stripping 022020 Excavation and Backfill for Utilities and Sewers 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 027203 Vacuum Testing of Wastewater Manholes and Structures 027604 Disposal of Waste from Sanitary Sewer Cleaning Operations 028300 Fence Relocation 032020 Reinforcing Steel 037040 Epoxy Compounds 038000 Concrete Structures 055420 Frames, Grates, Rings, and Covers Part T Technical Specifications 000500-T Mobilization/Demobilization 020800-T Well Pointing, Dewatering and Disposal Table of Contents 000100-2 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 10-6-2015 Division/ Title Section 021040-T Site Grading 021080-T Removing Old 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 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 027200-T Control of Wastewater Flows 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 027618-T Wastewater Line Rehabilitation/ Pipebursting 027620-T Point Repairs and Obstruction Removals 028020-T Seeding 020840-T 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 Attachment A Sample Site Location Maps END OF SECTION Table of Contents 000100-3 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 10-6-2015 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 COLLECTION SYSTEM PIPEBURSTING ID/IQ PART B PROJECT NO. E15209 This project consists of Wastewater Collection System rehabilitation improvements in the City of Corpus Christi. The scope of work includes, but is not limited to: rehabilitation and/or replacement of gravity collection lines by pipe bursting lines 6" to 24" in diameter, control of wastewater flows, 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(12-calendar months) base contract with four(4) optional (1)year(12- calendar months) extensions_ 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $1,875,000. The Project is to be substantially complete and ready for operation within 365 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. Invitation to Bid and Instructions to Bidders 002113- 1 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 ARTICLE 3—PRE-BID CONFERENCE 3.01 A non-mandatory pre-bid conference for the Project will be held on February 17,2016 at 2:00 Pm at the following location: City Hall Building—Capital Programs Conference Room 1 or 2 3rd floor, Capital Programs Department(formerly"Engineering Department") 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 4—COPIES OF CONTRACT DOCUMENTS 4.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 4.02 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. 4.03 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 5—EXAMINATION OF CONTRACT DOCUMENTS 5.01 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. 5.02 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 Invitation to Bid and Instructions to Bidders 002113-2 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 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 6—INTERPRETATIONS AND ALTERNATE BIDS 6.01 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. 6.02 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. 6.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 7—BID SECURITY 7.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 7.02 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 7 below. 7.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. Invitation to Bid and Instructions to Bidders 002113-3 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 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. 7.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 7.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 7.06 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. 7.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 8—PREPARATION OF BID 8.01 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. 8.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 8.03 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. 8.04 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. 8.05 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 9—DELIVERY OF BIDS 9.01 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. 9.02 Bids must be received no later than March 2,2016 at 2:00 pm to be accepted. The Bids will be publicly opened and read aloud at this time in the City Council Chambers or Staff Room, 1St floor of the City Hall Building. Bids received after this time will not be accepted. 9.03 Electronic Bids may be submitted to the CivCastUSA website at www.CivCastUSA.com. Invitation to Bid and Instructions to Bidders 002113-4 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 9.04 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 Collection System Pipebursting ID/IQ Part B (Project No. E15209) 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 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 Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 ARTICLE 12—OPENING OF BIDS 12.01 Bids will be publicly opened and read aloud at March 2.2016 at 2:00 pm, at the following location: City Hall Building- City of Corpus Christi First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi,Texas 78401 12.02 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 13—BIDS REMAIN SUBJECT TO ACCEPTANCE 13.01 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 14—STATEMENT OF EXPERIENCE 14.01 The three lowest Bidders must submit the information required in SECTION 0045 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 15—EVALUATION OF BIDS 15.01 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, whether the Bidder has met the minimum specific project experience requirements. 15.02 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. 15.03 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 16—AWARD OF CONTRACT 16.01 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. Invitation to Bid and Instructions to Bidders 002113-6 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 16.02 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 17—MINORITY/ MBE/DBE PARTICIPATION POLICY 17.01 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. 17.02 Minority participation goal for this Project has been established to be 45%. 17.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 18—BONDS AND INSURANCE 18.01 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. 18.02 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 19—SIGNING OF AGREEMENT 19.01 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 (4) 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 20—SALES AND USE TAXES 20.01 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. Invitation to Bid and Instructions to Bidders 002113-7 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 20.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 21—WAGE RATES 21.01 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 22—BIDDER's CERTIFICATION OF NO LOBBYING 22.01 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. ARTICLE 23—CONFLICT OF INTEREST 23.01 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 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney, submitted as required by Article 7. 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 Invitation to Bid and Instructions to Bidders 002113-8 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 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. 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 pipebursting or 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 Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises-Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations $1,000,000 Per Occurrence Hazard $2,000,000 Aggregate 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, $1,000,000 Combined Single Limit Non-Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor's Pollution Liability/ $2,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required X Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Builder's Risk(All Perils including Collapse) Equal to Contract Price ❑ Required X Not Required Installation Floater Equal to Contract Price ❑ Required X Not Required Owner's Protective Liability Equal to Contractor's liability insurance ❑ Required X 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. Insurance Requirements 00 72 01- 1 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 07-03-2014 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 policies and endorsements, and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out(redact) any confidential premium or pricing information contained in any policy or 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. Insurance Requirements 00 72 01-2 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 07-03-2014 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. 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; 4. By any other person for any other reason; and 5. 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. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. 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 Insurance Requirements 00 72 01-3 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 07-03-2014 h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 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. 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 the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 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. Insurance Requirements 00 72 01-4 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 07-03-2014 H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 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 Insurance Requirements 00 72 01-5 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 07-03-2014 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. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 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 Insurance Requirements 00 72 01-6 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 07-03-2014 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. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2—EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of"Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01-7 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 07-03-2014 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. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 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. Submit 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. Insurance Requirements 00 72 01-8 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 07-03-2014 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 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. Insurance Requirements 00 72 01-9 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 07-03-2014 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 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 Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 07-03-2014 003000 END ACKNOWLEDGEMENTFORM ARTICLE%—BID RECIPIENT 1.01 In accordance with the Drawings,Specifications,and Contract Documents,this Bid Proposal is submitted by PM Construction&Rehab,LLC (typeo/printnameof � company)on:March 2,2W1Gat 2:00 pmfor Project E15209City-Wide Collection System P|pe6urs¢|ngID/IQ Part B}. 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 . If submitting hard copy bids or bid security in the form of a cashier's or certified check,please send to: The City ofCorpus Christi,Texas City Secretary's Office 12D1Leopard Street Corpus Christi,Texas 704D1 Attention: City Secretary Bid-C|TY-W|DE COLLECTION SYSTEM p|PE0URSTINGID/IQ Part 8Project No. E15209 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—B|D0E0S~SACKNOWLEDGMENTS 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 0d ores modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or asmodified byContract Amendment and comply with the all other terms and conditions cfthe Contract Documents, 2.02 Bidder accepts all of the terms and conditions of SECTION OD 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject toacceptance for 9Wdays after the opening mfBids. 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 ofthe following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt February 25,2016 Bid Acknowledgement Form 003000-1 City-Wide Collection System PipebwrshngID/IQ Part R nsvoo^,'zo`s City Project No.E15209 , 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 understands the inherent diversity of the potential sites associated with this project and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance ofthe Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance ofthe 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 inreports and drawings; D. Reports and drawings relating tmHazardous Environmental Conditions, ifany, ator adjacent tmthe Site; and E. Technical Data related toeach ofthese reports and drawings. 3.05 The Bidder has considered the: A. Information known toBidder; B. Information commonly known tocontractors doing business inthe locality ofthe Site; C. Information and observations obtained from visits tothe 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 ufsuch information, observations, and documents on: A. The cost, progress,and performance ofthe Work; B. The means, methods,techniques,sequences, and procedures of construction to be employed byBidder;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 nofurther examinations, investigations, explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and inaccordance with the other terms and conditions mfthe Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates tothe Work asindicated inthe Contract Documents. Bid Acknowledgement Form 003000-2 City-Wide Collection System PipebuotinOID/IQ Part 8 REV 06-42-2015 City Project No.E152O9 . . ` 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits tothe Site, reports and drawings identified inthe Contract Documents,and all additional examinations, investigations,explorations,tests, studies,and data with the Contract Documents. 110 The Bidder has given the OAR written notice of all conflicts, errors,ambiguities, or discrepancies that the Bidder has discovered inthe Contract Documents,and the written resolution provided bythe OAR isacceptable tothe Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing ofthe 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 bvthe Contract Documents. ARTICLE 4—BASIS OFBID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown inthe 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 shown for bid evaluation purposes only,are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured asprovided inthe Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may beawarded Lothe lowest responsible bidder. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner,the Bidder's capacity toperform the Work and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right towaive any and all irregularities indetermining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements,and reserves the ri9 ht to require the submission of additional information. 5.03 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids,orto reject non-conforming, non-responsive or conditional Bids. /n 1011 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 inthe documentation submitted todetermine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will beliable tothe Owner for Bid Acknowledgement Form 003000-3 City-Wide Collection System Pipebursting|D/|OPart 8 REV 06-12-2015 City Project No. E15209 . . ` � any additional costs ordamages 10the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE G—TIME OF COMPLETION 6.01 The Project is to be completed and ready for operation within 365 Calendar days. 5.03 Bidder agrees that the Work for each site will be completed according to the working time table found insection OI35OO. ARTICLE 7—ATTACHMENTS T0THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TOBIDDERS,the following are made acondition ofthis Bid: A. Bid Security, B. SECTION 003OOOBID ACKNOWLEDGEMENT FORM and documentation ofsignatory authority. C. Bid Form. D. SECTION UO3OO2COMPLIANCE TOSTATE LAW ONNONRESIDENT BIDDERS. E. SECTION 003OO4CONFLICT UFINTEREST QUESTIONNAIRE. F. SECTION 003OO5DISCLOSURE OFINTEREST. G. SECTION 003OQGNON-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 inNueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency,and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included inthe 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'nesponsive. 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, Bid Acknowledgement Form 003000-4 City-Wide Collection System PipebursdngID/IQ Part 8 REV 06-12-2015 City Project No. E1S2O9 10.03 Bidders who are individuals ("natura|persons"as defined bythe 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 tosubmit the Bid and knsign onbehalf mfthe 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 onbehalf ofthe Bidder. Bidders using anassumed name(an "aiias")shall submit acopy ofthe Certificate ofAssumed Name orsimilar document, 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business inTexas, Nonresident Bidders that have previously registered with the Texas Secretary ofState may submit mcopy mftheir Certificate ofAuthority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing. ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: PM Construction&Rehab,LLC (typed or printedfull legal name of Bidder) By: (in Vidua Name: Bac Ona (typed or printed) Title: General Manager (typed or printed) Attest: (individual's signature) State ofResidency: Texas Federal Tax/d. No. 02-1e45414 Address forgiving notices: 131 N. Phone: e32-2e2-4e00 Email: uono@team (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 ofacorporation, partnership,orjointwentune.) Bid Acknowledgement Form 003000-5 City-Wide Collection System PipebwrstingID/IQ Part B REV 06-12-2015 City Project No.E152O9 END OF SECTION 1 1' I ll, I (r G i i P l i l r% l l r, l l �f i U Bid Acknowledgement Form 003000-6 City-Wide Collection System Pipebursting ID/IQ Fart B REV 06-12-2015 i City Project No. E15209 j r�f I% 00 30 01 BID FORM ADUENDUMEM NO 1 ATTACHMENT NO I PAGE 1 of 11 00 30 01 81D FORM Project Name: CITY-WIDE COLLECTION SYSTEM PIPEBURSTING ID/IQ PART B Project Number: E15209 Owner: City of-Corpus Christi Bidder: OAR: Designer: LNV,Inc, Base Bid . ............. .............. Mobilization/Bonds/Insurance per lump-sum WWI LS (Refer to T-000500 for mobilization payment) Rehab 58"Wastewater Line(Pipe Bursting)(O'-6' WW2 Depth),complete in place per linear foot LF 1000 Rehab!58'Wastewater Line(Pipe 8ursting)(6'-10' WW3 LF 1000 Depth),complete in place per linear foot rJ Rehab 58"Wastewater Line(Pipe 8Ursting)(10'-14' 1 WW4 U, Depth),complete in place per linear foot LF 7500 Rehab 58"Wastewater Line(Pipe Bursting)(14'-18' WWS LF 750 Depth),complete in place per linear foot WW6 Rehab 58"Wastewater Line(Pipe Sursting)(>18' LF 750 Depth),complete in place per linear foot Rehab 10"Wastewater Line(Pipe Bursting)(O'. 6' WW7 LF 5000 - Depth),complete in place per linear foot Em1grgS WW8 Rehab 10"Wastewater Line(Pipe Burstrng)(6'- 10' LF 5000 Depth),complete in place per linear foot WW9 Rehab 10"Wastewater Line(Pipe Bursting)(10'- 14' LF 5000 Depth),complete in place per linear foot Rehab 10"Wastewater Line(Pipe BUrSting)(14' 18' WW10 LF 600 Depth),complete in place per linear foot Rehab 10"Wastewater Line(Pp?Burson >18° WW11 L F 600 Depth),complete in place per linear foot Rehab 12"Wastewater Line(Pipe Bursting)(O' 6' WW12 1000 LF Depth),complete in place per linear foot Bid Form Page 1 of 13 City-Wide Collection System Pipebursfing ID/IQ Part B - E15209 PEV 1014 2014 1K 00 30 01 BID FORM ADDEnacsUMEM NO t ATTACHMENT NO 1 PAGE 2¢;4 11 r s Rehab 12"Wastewater Line(Pipe Bur�sting)(6 10" W�IW'13 LF 1000 Depth),cornplete in place per linear foot Rehab 12"Wastewater Lime(Pipe Burst'ing)(10'-14" WW14 LF 1000 Depth),complete in lace per linear foot p p p Rehab 12'"Wastewater Line(Pipe Bursting)(14"-1.8' WW15 LF 500 Depth),complete in place per linear foot Rehab 12"Wastewater LinePi e Bursting) � r WW16 ( p LF 500 (>18'Depth),complete in place per each Rehab 15""Wastewater Line(Pipe 8urstdng)(0`_6' t / WW1T LF 400 Depth),complete in place per linear font J Rehab 1.5"Wastewater tine(,Pipe Burstirig)(Ci'-10` WW18 LF 400 Depth),complete in place per linear foot 1 , Rehab 15"Wastewater Line(Pipe Bursting)(10'-14"' i WW19 LF 400 d Depth),complete in place per linear foot G Rehab 15"Wastewater Line(Pipe Bursting) (14'-18' WW20 LF 400 Depth),complete in place per linear foot Y 0 Rehab 15`"Wastewater Line(Pipe Bursting)(>18' / WW21 LF 400 t)epth),complete in place per linear foot Rehab 18'"Wastewater Line(Pipe Bursting)(0"-6` WW22 LF 400 Depth),complete in place per linear foot Rehab 18"Wastewater Line(Pope Bi.rrst�drrg)(6'-10' WW23 LF 400 Depth),complete in place per linear foot /// // Rehab 18"Wastewater Line(Pipe Bursting)(10'-14` WW24 LF 400 Depth),complete in place per linear foot Rehab 1.8"Wastewater (Pipe Line Burstin ' " WW25 ( p g)C14 -18LF 4()0 Depth),complete in place per linear foot r/ Kiri/ 11 Rehab 18"'Wastewater Line(Pipe Bursting)(>18" WW26 LF oar ;/,/ j Depth),canipdete in place per linear forst Rehrab 24"Wastewater tine(Pipe e Burson 0`-6° LF 400 Depth),complete In place Per linear fact 0,, D r r / r Rehiat�24""Wastewater Line(Pipe Bursting)(6' ICY �//,S/ WW28 LF 400 %% Depth),complete in place per linearfoot BidForm I City-Wide Collection 5ystern Pipebursting 10/'IQ part B- E15209 pale 2 14 13 REV14, 11 l r G 00 30 01 BID FORM ADDENrxUMEM NO t ATTACHMENT No ] PAGE 3 of 13 Burstin, Rehab 24'"Wastewater Line(Pipe F)( '�.14"'.10 Wtid'✓29LF 400 Depth),complete in place per linear foot Rehab 24" Wastewater Line Pipe Barsting)(14". 18" WW30 LF 400 Depth),complete In place per linear foot WW31 Rehab 24""Wast�ewatcr Linc(Pipe Bursting)( 18' Depth),complete in place per linear Pant LF 4170 WW32 Service Re-connection for 8°Pipe Bursting,complete EA t �i/rrr in place per each 7S0 WW33 Service Re-connection for 20"Pipe Bursting,complete EA 500 in place per each WW34 Service Re-connection for 12°Pipe Bursting,complete F.; 7.5 �O�r in place per each n r W35 Service Re-connection for 15"°Pipe Bursting,complete in place per each in 20 � /,/ WW36 Service Re-connection for 18"Pipe Bursting,complete in place per each EA 10 WWV3"2 Service Re-corinec�tion for 24"`Pipe Bursting,complete in place per each EA 5 Point Repair 58"Wastewater Line WW38 (0°-6"Depth)(15 LF Min),complete in place per linear LF 1.00 feat Paint Re air 58'"Wastewater Line p �; /0�i //✓ l/�� WW'30 (6"-20'Depth)(1."a LF Min),carxrplete in place per LF,�. 200 linear footIN// Paint Repair 58"Wastewater Line WW40 (20'-14'Depth)(1.5 LF Min),complete in place per LF �. linear fact Paint Repair 58"Wastewater Line �� W W41 (14°.-18"Depth)(15 LF Miry),complete in place per LF /'�%r �r�r /ii/l r// r/t ���✓ l ..linear foot Paint Repair r,8"Wastewater Line i WW42 (w18°Depth)(15 LF Min),complete in place per linear LF 100i ' r" fact Paint Repair 10"Wastewater Line WW43 (0"-6'Depth)(15 LF Min),complete in plate per linear LF 1.00 /i /' r ' r f/%% foot U%i°/ r i Point Repair:10"Wastewater Line ! / WW44� (6'-1.0'Depth)(15 LF Min),complete in place per LF 1047 "�/� "�: I/�' �//�/� i IN/ linear foot i Bid Form Page 3 of 13 l City-Wide Collection System Pipebursting lD/IQ Part B E15209 AeV 10 142014 Ij r% i lff w r i 00 30 01 BlD FORM ADDENCE,MEM NO 1. ATTACHMENT NO I PAGE 4 of 1„3 r } / r r//,r r / r r / i ✓/ r,�// �, / is-r -;,✓/ r /. i r / 1,/ ,/.. / r . /� / ® /. / i, � i r. ri, r / ✓ r � �l r. Point Repair 10Y'Wastewater Line WW45 (10'-14'Depth)(15 LF Min),corropiete in place per LF lot) linear foot Point Repair 10”Wastewater Line W W46 (14'-1$°Depth)(15 LF Min),complete in place per LF 100 linear foot Point Repair 10"Wastewater Line WW47 (>18'Depth)(15 LF Min),complete in place per linear LF 100 font Point Repair 1.2"Wastewater-Line WW48 (0°-E,'[7elrtks)('f 5 LFMin),complete in place per linear LF 50 Point Repair 12"Wastewater Line WW49 (6'-10'Depth)(15 LF Min),complete in place per LF 50 linear foot Point Repair 12"Wastewater Line r/ WWSo (l0'-14'Depth)(15 LF Min),complete in place per LF 50 linear foot Point Repair 12"Wastewater Line i f WW51 (14`-18"Depth)(15 LF Min),complete in place per LF 50 / } linear foot Point Repair 12"Wastewater Lone WW52 (>19'Depth)(15 LF Min),complete in place per linear LF 50 / foot Point Repair 15"Wastewater Line / WW53 (Cl'-6'Depth)(1.5 LF Min(,complete in place per linear LF 15 foot Point Repair 15"Wastewater Line L WW54 (6'-10'Depth)(1.5 LF Min),complete in place per LF 1.5 linear foot Point Repair 1.5"°Wastewater Line WW55 (10'-14'Depth)(1S LF Min),complete in place per LF 15 i//// '' //r'%%/iiii linear foot �� / r / a 1�I �� ///, Point Repair 15 Wastewater Line, WWSL+ (14'-lFl°Depth)(1.5 LF Min),complete in place per LF 15 linear foot Point Repair 15"Wastewater Line // //, WWS�F (>18"Depth)(15 LF Min),complete in place per linear LF 15 � / " , r foot i%/r/% fi �/ %//irr 'l __�...,....... .......�....�.�................ .�.�... / D �1 r �r rrl/ }1G r/r X"ri r r Point Repair 18""Wastewater Line(0'-6' Depth)(1.5 LF W W58 LF 15 Miro),complete in place per linear foot Point Repair 18"Wastewater Line WW59 (6'-10' Depth)(15 LF Minj,complete in place per Lf' 15 ��®i � % //� � lir '��,% linear foot 1 Point Repair 1£3'"Wastewater Lime c WWFiq (10" 14`Depth){'15 LY Min),complete in place)per L.F ]., linear foot / l' Bid form Page 4 of:13 lj City-Wide Collection System PipeburstinR ID/Q Part B-E�15209 aev 1014 2014 l; p% i 00 30 01 RID FORM Arrrrrrrt,UMEM NO z ATTAC"FitwIENT'NO,'1 PAGE 5 0 1.:3 i ,///,. . / r / /l . / // /,,,..,. i ✓, i i ,,.iii l ,,,�., i i/ �././/�/� ✓J l� / / l,/lit// /� �� U� � � �/ � f � i i. „,✓i/i. //,,,,.,, Paint Repair 1.8'Wastewater Lira y+ � rlil'i %l/u WW61 (14'- 1.8'Depth)(15 LF Min),complete in place per LF 15 linear foot Paint Repair 18"Wastewater Line WW62 (>18'Depth)(1.5 LF Min),complete in place per linear t.F 1.5 'foot Point Repair 24"Wastewater Line WW63 (0'-6'Depth)(15 LF Min),complete in place per linear LF 15 �, 1 fCYCYt � l 1 Point Repair 24"Wastewater Line WW64 (6"-10'Depth)(15 LF Min),cornplete in place per LF 15 linear foot Point Repair 24"Wastewater Line ti WW65 (10'-1.4'Depth)(15 LF Min),complete in peace per LF linear foot Point Repair 24°Wastewater Lure WW66 (1,4'-18'Depth)(1.5 LF Min),complete in place per LF linear foot Point Repair 24"Wastewater Line WW67 (>18'Depth)(15 LF Min)"complete in place per linear LF 15 foot r Excavation Safety for WastewaterLine Point Repair W W68 (All Line Sixes&Depths),complete in place per linear LF 1475 foot i r r r WW69 Obstruction Removal by Remote Device,complete rn f place per each EA Obstruction Removal by Excavation(0 6'Depth), � EA 1.3 � J complete in place per each r W W71 Obstruction Removal by Excavation(6'-10"Depth), f�I/�f , i , I l�'i �� �✓ ����� complete in place per each EA �JI Obstruction Removal by Excavation(10`-14"Depth), complete in place per each Ela 15 Obstruction RerxrovaC by Excavation(14'-1E3"Depth), complete.in place per each EA W W74 Obstruction Removal by Excavation(>18'Depth). EA 1.5 complete in place per each Service Latera(Replacement(0'-6'Depth Main, (ski, J%%ii%�f/ /l' '/✓„ WW75 Includes Clean Out,Boot,coupling,etc,)(1.0 LF Min), LF 1.00 con r lets in cilace er linear foot Service Lateral Replacement(6'_1.0'Depth Main, WW 76 includes Clears C7ut,Soot,coupling,etc)('10 LF Mira), LF 1()0 r� r/I '/ l;�i�/�✓i���I ; �/ /f�r%/- r2Lr)lets in glaceler linear foot J 'h Rid Fora i Page 5 of 13 City Wide Collection System pipeksursting ID/IQpart E5 E152099VV 1014 2014 (1r II% i i 1 , r i 00 30 01 BID FORM An¢ieNDUMEM NO r ATTACHMENT NO 1. PAGE b of U �j� ��% / r r �fr/✓i%� ///,,,,;J /�/. � / I/��r:rr./,//r/ /i rr� /i Service Lateral Replacement(10 14"Depth WW77 Main,lrrcludes Clean C1uC Boot r,ocapling,etc)(10 LF LF 100 Min),com lete in lace er lraear foot Service Lateral Replacement(14'•1.8'Depth Mairr" WW78 tndudes Clean Out,Boost,coupling,etc)(10 LF Min)„ LF 100 complete in elace Per linear foot Service Lateral Replacement(>'18 Depth Main, WW79Includes Clean Out,Boot,coupling,etc((10 LF Min(, LF 100 / 91,c m tete in P1 er linear foot WW80 Weil Pointing(Cl'-6"Depth),complete in place per 1 linear foot LF Sp WW81 Well Pointing(6'-10'Depth),complete in place per linear foot LF Sp r I; Well Pointing(10'-14'Depth),complete in lace per �/", `'"' l ✓/�'/%' WW81 Linear foot ( p p p p LF 50 / 1 WW83 Well Pointing(14'-18'Depth),complete in place per LF 50 linearfoot Well Pointing(,>18'Depth),complete in place per WW84 LF 50 linear foot r r Control of Wastewater Flaws with Bypass WWB�s DAY 10 Pumping(Lines 58"°),complete in place per clay //'r' J J Bypass Force Main for Control of<_8"'Wastewater �'%/ /, �,! /liar/r/////i/r/ f WW86 LF 1511 Flow.",complete in place per linear foot Control of Wastewater Flows with Bypass Pumping WW87 DAY 10 (10'.12"Lines),complete in place per dayIs Bypass Force Main for Control of 10°"-12"WastewaterVV WKSLF 1000 Flows,complete in place per linear foot �!�/y,�/ ��/,' ;�' / ME Control of Wastewater Flows with Bypass WW89 r r Purr sir l V 18"Line; complete in lace per dayDAV 1D �ia f g( ), p p p WW90 Bypass Force Main for Control of:t5" 18""Wastewater rr / ' LF 1000 Flows,complete in place per linear font rk Control of Wastewater Rows with Bypass WW91 DAY 10 Pumping(24"Lines),complete in place per day '%ijpi��l,r Jl%/%/ /'1i iii%i ri r r r P3ypass Force Main for Control of 24""Wastewater p rr�/ /er/ l /i l Vv 92 Flows,completeLF 1000 in ciPace per linear foot Bid Fora Page,6 of 1.3 / City-Wide Collection System Pipebursting lD/lQ Part B- E15209 REV 1014-2011 �; r' l' (i` f 00 30 01 BID FORM AearaFratataMEM NO 2 ATTACHMENT NO,1 PAGE 7 of 1,3 ,/. IN' ,.//y', iii l �� ✓,��r %i�,i,-i .;i/� + /� /,.l���j���r� r%�' ��%Oi%��/��1���i/: ,✓D//r%���/r,r/ii�'i'. /� � (��/��I fly%fel�r�/ //�j %� ��% Control of Wastewater Flows withYp ass DAY 10 Ptamping(30"Lines),complete in place per day WW94 Bypass Farce Main for Control of 30"Wastewater L6 1000 Flows,complete In place per linear foot Control of Wastewater Flows with Bypass ass WWV95 DAY 10 Pumping(36"Limes),complete in place per day WW96 Bypass Farce Main for Control of 36"Wastewater LF 1,.000 Flows,complete Ira place per linear foot Furnish Vacuum Truck(Tandem),complete in place� � W W97 DAY 25 per day WW99 Furnish Vacuum Truck(Tanker),complete in place DAY 25 per day P � WW99 Plugs and/or Flow-thru Plugs(5 8"),complete in place DAY 100 perclay ' { Plugs and/or Flow-thru Plugs(10"),complete in place WWW100 per day DAY 100 r " l Pugs and/or Flow-thru Plugs(12 ),complete in place W101 DAY 100 � per day Plugs and/or Flow-thru Plugs(14"),complete in place, WW102 ler day DAY 100 Plugs and/or Flow-thru Plugs(15"),complete in place DAY 75 perday J/. �'��/ //j1�/�r/%�// �,fir r✓���r/�r��/� I WW104 Plugs and/or Flow tFrraa Plugs(18°`),complete in place DAY 7 perday Plugs and/or Flow-thru Plugs(20")„complete in place 'aha W'10S DAY 25 per day Pg and/or Flaw-thru Plugs(30"),complete in placeWW1Q6 DAY 25 perda r Pugs and/or Flow-thru Plus(36"),corn lete in place DAY 2 perday WW108 PPE CCTV-Clean Televa�e Wastewater t,ines(Lans LF 30000 _8"),complete in place per linear foot /;/% 1 Rid Form Pae 7 of 1.3 City-Vide Collection System Pipebursting ID/IQ Part R -E15209 R tary ana*azoaaa i r I0 i r 1 s 00 30 01 dl@0 FARM Aurrt_NauMEM NO I ArTACNMEN6 NO t PAGE.€E of 13 i;�r ri ���%' /`r ��'�%fir°'/%%' i/� ,,:.,/ /aii ✓%/f1:;////„Z,- ,, ,, ,,,,,i;. J i ri,�i//r� ,✓!- /,,;;;-,,,,,, ;;,/�,,,.'"^�"" ISM r r y POST CCTV-Televise Wastewater Lines WW1.09 Lf 30000 (Lines<_8"),complete in place per linear font r / .PRE CCTV�-Clean&Televise Wastewater i,irYes(1.0""- / W W 110 LF 1,650U 6r�1 / � �i"o 12'"Lines),cornplete in place per linear foot %;jagan '%y/�� / t POST CCN. Televise Wastewater Lines(10"-12` W W111 LF 16500 Lines),complete in place per linear foot PRE CCN-Clean&Televise Wastewater Lines(1�5'°- WW112 LF 4000 18"Lines),complete in place per linear foot ] /j POST CCN-Televise Wastewater Lines W W113 LF 4000 Lines)„complete in place per linear foot PRE CCTV-Clean&Televise WW114 Wasteater Lrnes(2'4" LF 2000 Lines),complete in place per linear foot h 1 „ E liar ,, POST CCN-Televise Wastewater Lines 1 f �>'/� ' ( WW11.5 LF 2000 it Jl / (24"Lines),complete in place per linear foot PRE CCN-Clean&'Televise Wastewater Lines(30" WW116 LF 500 Lines),complete in place per linear foot l PRE CCTV-Clean&Televise Wastewater Lines(36" WW117 LF 500 Lines),complete in place per linear foot CCN Reverse Set-Lop(Unable to Traverse Line an W W 118 EA 10 Initial Set-up),complete in place per each WW119 CCTV Set-ups,complete in place per each EA 25 ��'��� r✓///// if 1 I ��/iii/ r/ CieaaY&CCN Manhole/Manhole Inspection, WW120 EA 20 complete in place per each I Remove Existing Manhole(All SIZES),cortYpfete in WW121 EA 60 place per ear,.Fw / / y✓r/ / //rr l rrrir/ / l Replace q ft Dia. Manhole ,� N r///r ��� /� /✓�/ r / �� ' r✓ /r / I /I WW122 EA 40 (0'-6'Depth),complete in plane per each 71, Extra Depth for 4 ft Dia Manhole(Over 6'Depth), WW12:3 VF 60 complete in place per vertical foot Replace 5 ft Dia Manhole WW.1Z4 p o/r//� /i/r /G✓ EA 10 (0'-6' Depth),ccornpNete in place per each / / rr(i(r Rid Farm Page R of 13 l City-Wide Collection Systerr Pipebursting IO/1Q Part 8 -E15209 REV 10 14 2014 r N _ . . r 00 30 01 BID FORM rsattr,NDUMEM NO a AlIACHMFNt NO 1. %r' o-/ i ii WW125 ' ��Extra Depth far 5 ft Dia Manhole(C)ver 6`Depth), '�� /r � r roll%�r � i / ✓ �, , complete In place per vertical fs,actt 20 i WW126 Replace 6 ft Dia Manhole EA 10 (0`-6'Depth),complete in place per each ro r WW127 VF ZCl Extra Depth for 6 ft Dia Manhole(Ctver 6'Depth), Complete in place per vertical foot WW128 4 ft Dia Polymer System Manhole Rehats(0'-6'Depth), EA 60 complete in place per each Extra Depth for 4 ft Dia.Pniymer System Manhole WW1.29 Rehab(Clver 6`Depth),complete in place per vertical VF 9D � foot 1 O l 'r/` %'j� 5 ft Dia '' Polymer System Manhole Rehab D-6Depth), WW13 G7 y y ( EA 5 complete in place per each Extra Depth for 5 ft Dia. Polymer System Manhole WW131 Rehab(Cher 6'Depth),complete in place per vertical VF 10 foot F WW132 6 ft Dia Polymer System Manhole Rehab(O'-6'Depth), FA S complete in place per each Extra Depth for&ft.Dia. Polymer System Manhcsle WW'133 Rehab(Over 6'Depth),complete En place per vertical VF 10 ra / fagot 4 ft Dia Manhole FRP Rehab WW.134 (CI'-6' Depth),complete in place per each E.A 40 Erma Depth for 4 ft Dia. Manhole FRP Rehab. (Over 6' WW135 Depth),complete in place per vertical foot VF fC) S ft Dia Manhole FRP Rehab 1 , it / / / / �i/ ,i/i/ %/r /,///% r/ r/ /i WW136 FA 5 (0°-6'Depth),complete in place per each Extra Depth for 5 ft Dia.Manhole FRP Rehab,(Over E /iri/�/fps i W W 13 7 VF 10 Depth),complete in place per vertical foot /i /�/ 6 ft Dia Manhole FRP Rehab , �, r /i r r /�//// /,//r�i�%i��; /��% WW138 / % / /� EA 5 (E7"-6°Depth),complete in placeper each ' % ri r r Extra Depth for 6 ft Dia. Manhole FRP Rehab, (Over Ee" / p ( WW1.3 Depth),complete in place per vertical foot VF 1U WW140 Excavation Safety for Marrholc s(CD" 6"Depth), complete in place pr each E:A 11.f.) e 1% r Bid Farm page 9 of 13 City-Wide Collection Syr„terry PipelpUrsting ID/ICS Part B E15209 �a aca 10-14-Z014 J i x i OCA 30 031. BID FORM ADDENIA)MEM NO i ATTACHMENT NO 1 PAGE 10 of 13 3 �/r;�� �i/,r ,✓r% //i"r�.��. � r,/ Extra Depth for Excavation Safety for Manholes(>6` if/r Gif / WW141 Wf 180 Depth),complete In place per vertical foot: r/rr r c Manhole Connections(_8°`i,Complete in place per EA 250 r;', l/i W W142 each r' rf, / � !� r f/II ////i� WW143 Manhole Connections(1Q""-1.2""y,Complete Irl p0ace p FA S(7 er each r l iii/i/i Ir f Manhole Connections(15" 1.8'°),complete in glare WW1,44 EA 20 per each WW145 Manhole Connections(21"-24"),complete in place per each F_A 1C} Manhole Connections(30"-36") complete in place WW146 EA 10 per each .�.. %'/� f�% Remove&Replace 30"Manhole(ting&Cover I , W W147 (Includes 5.S. inflow inhibitor and new HOPC, EA 10 / / f ad'u:stment ring5j,complete in lace per each ,Iq Remove&Replace 36`°Manhole Ring&Cover WW1,48 (Includes S.5. inflow inhibitor and new HDPE: EA 10 ad'ust:ment rrn s complete rn lace er each Reconstruct Manhole Top Corbel(Airy Sias),complete WW.149 EA 10 in placepereach rll �M', Reconstruct Manhole Bench&Inverts as per %r/f' // / /�/'/i / J WW15O EA 10 i% � /r; specifications,corriple:te in place per each / /'// a/ '�ji Cement Stabilized Sand Backfill(1.5 sacks of cement W W.151 TON 2500 per 1CY of sand),conropiete in place per tear r '�'/I'aid/o /✓ , �u/, //iii:' Cut&Restore HMAC Pavernent(lricludes Base&Prime �i/ /� Jif/ (l� %/U l WW152 SY 2500 Coat),C:CDrYbpICtC Gn place per square yarcdiji/r l /? f /%�� fe till Additional HMAC F"avemerrti"hirknes i WW153 5Y 75C7 r (1/2"per SY),complete in place per square yard f Additional Limestone Base Thickness 1'/ii W W 154 SY 7517 rjf (1" per SY),complete in place per square yard r/ Select Backfill Material,complete in lore per cubit; WW155 p p F ,. / CY 1500 �y/� �� /�� r r� yard f `" a WW1.5E Elowable Backfill,complete in place per cubic yard CY 1250 r i Bid Form Page 1.0 0'( 13 City-Wide Collection System Pipebursting ID/IQ part B -E152O9 NEW W 14 2014 j r rl a l i I 1 J l 00 30 01 BID FC9ftM ,ADDENuIUMEM NO t ArrA(-HMFNTNO f t3 PAGE 11 of h�✓, ,Jr l l� ,,,, ,;i �/ i/ r„� /� ....i�., , n� i�i�� y-,/ //i ,,,lir ,/ r r Ceut&Restore Concrete Pavernent WW157 SY 250 (Includes Base),complete in place per square yard Additional Concrete Pavement Thickness(1”per SY), WW1,S$ 5Y lOQ corrrpiete in place per square yard Signing&Traffic Centro!(Detail A)a complete in place W W 159 per clay DAY 25 Signing&Traffic Control(Detail B),complete in placeWW160 perclay DAY 25 rir r%r i Signing&'traffic Control(Detail Q,complete in place %/ J WW161 DAY 2.5 6 N per day Signing&'Tra4f"sc Control(Data!!D),complete in place WW162 erda DAY 25 p Y WW163 signing&Traffic Control(Detail E),complete in place per day DAY 25 f;! WW164 signing&Traffic Control(Detail f),complete in place per day DAY 25 jrJ i Signing&Traffic Control(Detail G(,complete in place WW165' erda DAY 25 p Y Signing&Traffic Control(Detail H),corv�upiete in place W W166 per day DAY 2 S Signing&Traffic Control(Detail l),complete in place WW167 DAY r per 24-hour period ? Signing&Traffic Control(Detail complete in place WW169 DAY 25 er da ; Signing&Traffic Control(Detail K),complete in place DAY 25 perdaY �r rr G ,., .....,.,... ..... ............, �/ �..... rr Or Signing&Traffic Control Detail t.,corn complete in lace WW170 g g ( ) p p DAY 25 %/ per day /�ii /' �.,...��... __�.��...�..�_.�,....��...,�_m.........,. W... / r ire/ Signing&Traffic Control(Detail M(,complete in place WW171 DAY 25 i/ per day r u ., ... ..., m..,...__,.._...,..�....,,......_. _...............n,........,...,.,,. ...w,,....w....,.,,.........,...,,. Signing&TYaffr Control � complete in pIaGeWW172 DAY 2s per day Bid Form Page 11 of 13 City-Wide Collection System Pipebursting ID/IQ Part B - E15209 Fav 10 au 2014 r'r i / ii%% 00 30 01 BID FORM ADDENDUMEM NO z ATT'ACHMFNT NO I PAGE 12 of 11 Portable Changeable Message Si"nsPCM5,complete W W1"73 CLAW 25 //,� ✓ r I, in place per day �/ %%r%%'/if/%/''r% i°r it rr W rr, WW174 FlashingArrow Boards,complete in lace per da DAY 25 p' p p- Y Complete in Place Per 24-hour Period, WW175 Fla�'�er,Com p � DAY � 25 complete in place per day Removal Replacement of Chain leak WW176LF 250 complete in place per linear foot Removal&Replacement of Woad Fencing,complete WW177' LF 2501 in place per linear foot Temporary Construction Entrance/Exit-Ail Weather � r/� l WW178 EA 5 �2 Access Road,complete in place per each Pf W 179 Tree Removal(Up to 8""Dia.Trunk),complete in place EA 5 �( � l per each r �a WW18S7 `free Removal(Greater Than 8"'Dia,Trunk),complete EA 5 in place per each r f WW181 Erosion Control—Sodding,complete in place per square yard SW 250 Erosion Control—Seeding,complete in plane per WW1.82 SW 250 square yard Erosion Control-Temporary Sediment Control Fence WW183 (Silt Fence and/or Sedt Barrier),cornplete in place per Lf 15()0 linear foot WW184 Inlet Protection„cornplete in place per each EA 25 r!/ rr Remove and Replace Driveway,complete in place per / WW185 SF 750r/a, square foot NO WW186 Remove and Replace Sidewalk,complete in place per SF 1000 square foot ..Remove and Replace Curb and Gutter or Valley WW187 LF 500Gutter,complete in place per linear foot Remove and Replace Curb Ramp,complete in place WW188 FA 5 per each 1r� Rid Farm Page 12.of 13 City-Wide Collection System Pipebursting ID/IC!Part B-E1520 rvantk-ze.tia j; G i i i i i i Op 30 01 BID FORM AUf3ENDUMEM NO 1 ATTACHMENT NO 1 PAGE 13 of 13 � �l �� t✓r � i, I r ,,,,.�// r,r/�/.r/,�/�/,� �/t li �� i/�,i��//�i/,, i r„v�,i ,/ �� � ✓ �i ��r./ ,Kiri/iir, v„,r/, r �lfo��/��% ✓ �1rr/�i�/���rr �/�,,, /� i //�� 1, i; Grout Fill&Abandon in place,complete in place per WW189 CY 100 cubic yard Remove,Relocate,and Reinstall Mail Box,complete 6n WW19CI EA 5 peace per each J r/err r f WW191 Site Clearing and Stripping,complete in place per acre AC 1 f W W192 Disposal of Contaminated Groundwater,Allowance� LAS 1 per lump-sum llpsizing of Wastewater line(Greater than One Pipe WW1,93 Size,Max 1.5 Times Existing Diameter),all sizes,all LF 3000W291 h' Total Extended Unit Prices(items WWI thru WW1931-For Evaluation Purposes ONLY r; To be applied to any and all items Emergency Coefficient associated with an Emergency Delivery + l order as defined in Measurement and Basis for Payment(0129 01) 1( r P `i f 11 i OF c i i i 0 Bid Form Page 13 of 13 City-Wide Collection System Pipebursting ID/IQ Part B-E15209 REV 14-14.2014 HIR i 003002 COMPLIANCE TO STATE LAW OKJNONRESIDENT BIDDERS Chapter 2252ofthe Texas Government Code applies tothe award ofgovernment contract to nonresident bidders. This law provides that: 'agovernment entity may not award agovernmental contract to anonresident 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 ofbusiness b |ocated.° "Nonresident bidder" refers tmaperson who isnot aresident ofTexas. "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 iscorrect for Bidder. [] Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of * Bidder(includes parent company ormajority owner)qualifies asaresident bidder whose principal place ofbusiness isinthe State ofTexas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws oncontracts toevaluate the Bids ofnonresident Bidders. Bidder: Company Name: PMConstruction&Rehab,LLC (typed or printed) By: (signothA--o�ttach-W��idence of�auth�r��iy�o�ijnj­ mame: Bac Ong (typed or printed) Title: General Manager Business address: Pasadena,TX 77506 Phone: aau-2524�OO Email: bo r END OF SECTION ED Compliance toState Law onNonresident Bidders 003002-1 City Wide Collection System Pipebun:ingID/IQ Part g City Project No.E152O9 1I-25-2013 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H,B� 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code, by a vendo� who D'ate Received has a business relationship as defined by Section 176.001(1-a) with a local goverrunental entity and the vendor meets requirements under Section 176,006(a) By law this questionnaire must be filed with the records administrator of tfie,local goverrinental entity hot iater lhan the 7th business day after the date the vendor becon'les aware,of facts that require the statement to be filed. See Section I 76.006ia-1), Local Government Code. A vendor compnits an offense if ftie vendor knowingly violateq Soclion 176.006, Local Government Code.An offense under this section is a rnisder-neanor, j ii—N—ame of vendor who has a business relationship with local governmental entity. PM Construction&Rehab,LLC Check this box it you are tiling an update to a previously f tied questionnaire.(The law requires that you f He an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) :31 Name of local government off icer about whom the Information is being disclosed. N/A Name of Officer :43 Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176,003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary, None A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? El Yes El No E3. Is the vendor receiving or likely to receive taxable income,other thar)investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes E:1 No –Descirl be eac h em p toy ment o r bu sl ness re lationsh ip,t hat t h e ven dor nam ed I n Sectio n I m at ntal ns with a corp orati o n or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. None fij Check this box if the vendor has given the local government officer or a family member of the officer one or rnore gifts D as described in Section 176,003(a)(2)(B), excfuding gifts described in Section 1 76.003(a-1). :7] March 2,2016 Siqnature of vendor doing business-wiih the governmental entity Date Form provided by Texas Ethics Commission www,ethics,s1ate,tx,us Revised 1113012015 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER ,rO BE ASSK3NED M-MY PURCMSMi DIVISION Civy of' CITY OF CORPUS CHRISTI C,, Cf,1,rP,.'T' DISCLOSURE OF INTEREST C3 of'Corpus Christi Ordinance 17112, as amended, requires all persons or finny seekin to do business w 'I the Cit to provide the following infortnation, Every question must be answered. Ift,he question is not appl (Ile, answer with "NA". See reverse side %r Filing Requirements, Certifications and definitions, COMPANY NAME: PM Construction&Rehab,LLC P.0. BOX: STREET ADDRESS: 131 N.Richey CITY: Pasadena ZIP: 77506 .......................... FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner ❑ 5. Other Limited Liability Company 4. Association H Rx DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the narnes of each "employee" of the C% of'Corpus Christi having an "ownership interest" 01 constituting 31V()or more of the ownership in the move 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 nannes of each employee or officer of a "consultant" for the City of Corpus Christi who worked on an matter related to the subject of this contract and has an ownership interest" constituting 3l o or more of the ownership in the above named"firm.'" Name None Consultant �I FILING REQUIREMENTS If person who realuests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that rs distiragaai�shable fr°tam alae effect that the action will have on members rat the public in general ora subst"aiatiial segancnt t9aereaai;yoar shall disclose that fact in a signed writing to the City official,etnployee or�body that Maas been recluest�cl to act in the matter, unless the interest of tragi�ity t�a�l`licial or ernplo ee isa ttae anattcr is a parent. T lie disclosure shalt also be rn ade in a signed writing riled with the City Secretary. f..thi�cs 0rdtnance e�ttaan 2-349(d')1 1 a CERTIFICATION I certify that all information provided is trate 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 prompt y submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Bac Ong Title: General Manager ....... ......_.__.. _ _wm __.. _ �..._. _. _..�..._....._..... (tvw,ur,;,�irirtsJ Signature of Certifying �...�� :[)rate: March 2,2016 Person: D 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 betaetIt", An action that is likely to affect an economic interest if it is likely to have an t effect on that interest that is distinguishable from its effect on members of the public in general or a d substantial segment thereof. r 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. P d. "Firin." 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. t e. "Official." "rThe Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court:fudges of the City of 9 Corpus Christi,Texas, r 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." r I g "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus l Christi for the purpose of professional consultation and recommendation. i I% f 003006 ONCERTIFICATION STATE OFTEXAS COUNTY DFNUECES OWNER: City ofCorpus Christi,Texas 12O1Leopard Street Corpus Christi,Texas 704O1 CONTRACT: � JE15209 Bidder certifies that the ithas not been mparty to any collusion among Bidders imthe restraint mf 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 otherterms of said prospective contract;or in any discussion between Bidders and any official ofthe Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: pmConstruction&Rehab,LLC (typed or printed) By: Name: Bac Ong (typed orprinted) Title: General Manager Business address: 131 w Richey,Pasadena,TX 77506 Phone: 832-2524800 Emai>: »onu@mamip,.com END OF SECTION Non-Collusion Certification 003006-1 City Wide Collection System PipebursbngID/IQ Part B City Project No.E1520g 11-25'2013 I f AIC 000017258 i P THIS POWER OFA7" ORNEYIS NOr VALID UNLESS lr/S PRINTED ON BLUENACKOROUN . d This Power of Attorney limit$the Soti of those named haroln, and they have no authority to bind the Company oxvapt In the j manner and to the extent herein stated. Not valid for AlotVage, Note, Loan, tetter of Credit, Sank Deposit, Curr noy Rate, Interest Rate or Residential Value,Guarantees. POWER OF ATTORNEY l Know All Persons By These Presents: That the Aroh insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office In Jersey City,Now Jersey thereinafter referred to as the"Company"")drags hereby appoint, J Jessica Piccirifio,Joann Dombrowski,Marlon B.Vill and Bussell M.Canterbury of Farmington,CT t ACH) F its true and lawful Attomey(s)ln-pact,to make,execute,seal,and deliver from the date of Issuance of this power for and can 61s behalf as surety,and as its act and deed Any and all bonds,undertakings,re ogni ances and other surety obligations, In the penal Burn not exceeding in i" Dollars . This outhority does not permit the some obligation to be split into two or more bonds In order to brim each such bond within the dollar limit of authority ars set forth herein, The execution of such bonds, undorta l s, r nl onces and otter surety obligations in pursuance of these presents shall be as bindingupon the said Company as fall and am to .all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected oMcer"ss at its principal administrative office in Jersey City,New Mersey, f This.Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company c on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned r 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 subtect 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 o other surety,obligations obligatory In the nature thereof,and any such kers of the Company may;appoint agents for acceptance of pro ess.11. 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 16, 011 VOTED,That the signature of the Chairman of the Board,this 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 o Secretary,the seal of the Company, and certifications by the Secretary, maybe affixed by facslmilson any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 16, 2811, and any such power so executed, seated and certified with respect to any bond or undertaking to which It is attached, shall continue to be valid and binding upon the Company, l i f fJ 001 13 00 03 03Page 1 of 2 Printed In J.S.A. �r fl AiCO00D17258 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this g~day ofDecember,2OY5. Attested and Certified Arch Insurance Company anoo SEAL ---- PatrickK �mUm Gmore�a� �—,�-------- —���------- � . �ov/oM.. +Amxe|e�om. Executive President STATE 0FPENNSYLVANIA SS COUNTY OFPHILADELPHIA 8S 1, 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 |naonsnce 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 a|gnwd, 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. NOTARIAL SEAL "e|enSzafro"^ N�mry��b|im� ���---- Mycommission expires 10O3/2017 CERTIFICATION 1, Patrick K, Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated December_9 2015onbaha/fofthapo,aun(m)ma|ietedaboveimotrueendmorreotcopyandthatthoaamehaabeoninfuDfbmeandn the date thereof and iainfull force and a8eutonthe date ofthis ce�i�neta; and | do/u�hmroe��that the said David M. Finkelstein, -who executed the Power ofAttorney as Executive Vice Pesident, was on the date of execution of the attached Power ofAttorney the duly elected Executive Vice President ofthe Arch Insurance Company. /N TESTIMONY VVH hereunto subscribed myname and affixed the corporate eem| ofthe Arch Insurance Company on thia_/ Z�_dayofJ,�,M .20-L__ Patrick KNails, Secretary ���—v-------- This Power ofAttorney limits the acts nfthose named therein tothe 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 RELATING TO THIS BOND TOTHE FOLLOWING ADDRESS: Arch|nemmsnoe—Surety Division 3 Parkway,Suite 15Q0 2,000 Philadelphia, PA1g1O2 SEAL OO/NLOO13000303 Page 2of2 Printed in U.S.A. IF:DF;Z Secretary's Certificate nf PK8CONSTRUCTION & REHAB, LLC (The"Company") The undersigned hereby certifies,onbehalf mfthe Company,asfollows: 1.) Hebthe duly elected and qualified Secretary ofthe Company 2.) The following individuals are the duly elected and qualified officers the company,(each en "OfA#ex" and collectively the "Officers")elected by the Board ofDirectors afthe Company of July 31,2O15occupying the positions set forth next to their respective names below: Robert Steinberg, President and Chief Executive Officer Nick Banchet1i,Authorized Representative Bac Ong,Authorized Representative Christian Abels,Authorized Representative Paul Pellegrini, Controller and Assistant Secretary 3) Each of the Officers is duly authorized,on behalf of the Company,to bid upon and enter into any competitive contract(each a"Bid" and collectively the°BUds",) related tothe Company's business,and iahereby authorized,mnbehalf ofthe Company,toexecute and deliver any contracts, agreements or documents required in connection with any such Bid (such authority conferred onthe Officers the Board nfDirectors ofthe Company effective November 3O, 2014) By: Robert Steinberg, President and Chief Executive Officer Dated:September 3,2V1G THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond i t KNOW ALL MEN BY THESE PRESENTS, THAT WE PM Construction & Rehab LLC 131 N. Richey, Pasadena TX 77506 as Principal, hereinafter called the Principal, and Arch Insurance Company l a corporation duly organized under the laws of the State of MO l as Surety, hereinafter called the Surety, are held and firmly bound unto City of Corpus Christi f 1201 Leopard Street Corpus Christi TX 78401 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ), r 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 Collection System Pi eburstin ID/IQ Part B Pro"ect No. E15209), Corpus Christi Texas NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with l 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 r 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 h to remain in full force and effect. Signed and sealed this 18th day of February 2016 x f r rv' PM Construction & Rehab, LLC (PrinpaJ) (Seal) .. .........__ 9 Ij 7'7 (witness) i By: t f" ON*, itie) f Arch Insurance Company g w (Surety) (Sear) By: AJ, ry Attomay n-Fact Joann Dombrowski (Title) AIA DOCUMENT A310 0 SII)BOND•ACA 0 FEBRUARY 1970 ED.O THE AMERICAN INSTITUTE OF ARC'HITEC°rS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 f l i b f ARCH Insurance Company ARCH surety t t TEXAS CONSUMER NOTICE IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent at the telephone number provided on the Declarations page ofour policy. Y p Y. r You may contact William J. Misero, Surety, Arch Insurance Company, at the toll-free telephone number or address provided below: Arch Insurance Company Attention. William J. Misero 3 Parkway Suite 1500 Philadelphia PA 19102 1-866-472-8845 You may contact the Texas Department of Insurance to obtain information on i companies'coverages, rights or complaints at: t 1-8010-252-8439 t f You may write the Texas Department of Insurance: P.0, Box '149091 � Austin, TX, 78714-9091 l 1=AX#(512)475.1771 , PREMIUM OR CLAIM DISPUTES: f Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance, P i ATTACH THIS NOTICE TO YOUR POLICY: i This notice is for information only and does not become a part or condition of the attached document. l (Ed. 4/12) Printed in U.S.A. 1 r i I t Texas Department r l I; CertfflicaticNu. 13253comany No. 0 S-a 9 39 2 Certifictte of Authority TWS G IS TO CERTIFY ARCH f INSTIRMCE COMPAM "'NSILS CITY, KISS URI i comp0iad with the laws of dz State of Tew applicable tctato and Is hereby authorized to trawact the business of G r t Fire; Alli � overa.cl a t flail.-grrowi crops a only; Rin; tnland Marine; Ocean Mariner Aircraft- -Liability & Physical age; Accident; Health; Workers, Comp#nsatjon liwploy rs' Liability; Employers' Liability; r Auto obile- «;liability Physical Daratam, Liability, other than Automobile; Fidelity Surety; Glass; Burglary fi Thaftx F rg ryl Boiler & Machineryl Credit; Liv✓ st.Qc k and Reinsurance an all lines authorized to be written can a direct basis insurance of Taxm. iiiia C to of Authority sba1l be in W fora and etot mdl it is revoked, salad or tcropara a ttmrd to law, r *Oice as etas.,Texas,tie ' "E MONTPIAAYOR �` ) C SIONIXEIRI OF INSURANCE �� Iv u A- BY Wis A 0 tat Dimtor l Company LiceMing&Regisaition J PM AN IPH MVPANY August 16, 2017 City of Corpus Christi Engineering Services 4917 Holly Rd, Bldg. 5 Corpus Christi, TX 78411 RE: E15209 CITY WIDE COLLECTION SYSTEM PIPEBUIRSTING ID/IQ PART B RENEWAL No. 2 REQUEST To Whom It May Concern, This letter serves as formal notice; it is the intent of PM Construction & Rehab, LLC to accept the renewal option for the second year on the contract mentioned above. PM Construction has Substantially completed the Renewal No, 1 of the contract and we would like to continue work without interruption. This offer of renewal would extend the contract for a period of one-year or until funds are depleted, PM Construction agrees to the same terms and conditions of the specifications as well as the unit pricing for the Renewal No. I contract, We appreciate the opportunity to continue working with the City of Corpus Christi and look forward to your acceptance of renewal for an additional one year term. If You have any questions or need further assistance, please feel free to contact me at 281979-6797. Thank you for your time and consideration. Respectfully, Wade Gibson General Manager NO ConsTcuciion A, rexas 131 N.RichEy`,a, Pas,idnnr,TX 7 71X06, 842 252 1800 V'N sqp,kcmi 00 52 23 AGREEMENT This Agreement is the First Renewal (Year 2) of the City Wide Collection System Pipebursting ID/IQ Part B (Contract No. E15209) awarded on April 19, 2016 by the City Council of the City of Corpus Christi, Texas("Owner")to PM Construction & Rehab, 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 Collection System Pipebursting ID/IQ Part B—Renewal Year 2(E15209) Proiect No. E17092 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, Inc. 801 Navigation,Suite 300 Corpus Christi,TX 78408 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza, PE—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd., Bldg.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 No. E15209 for City Wide Collection System Pipebursting ID/IQ Part B. The First Renewal Contract extension will not exceed the amount of$1,875,000 for one year. This Project will be executed by multiple indefinite quantity Delivery Orders. The Work is required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 30 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 005223- 1 City Wide Collection System Pipebursting ID/IQ Part B Renewal Yr 2 (E15209) City Project No. E17092 REV 10-6-2015 A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$1000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 1,875,000.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223-2 City Wide Collection System Pipebursting ID/IQ Part B Renewal Yr 2 (E15209) City Project No. E17092 REV 10-6-2015 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 City Wide Collection System Pipebursting ID/IQ Part B Renewal Yr 2 (E15209) City Project No. E17092 REV 10-6-2015 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 City Wide Collection System Pipebursting ID/IQ Part B Renewal Yr 2 (E15209) City Project No. E17092 REV 10-6-2015 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES Pe,ir One original duplicate of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 City Wide Collection System Pipebursting ID/IQ Part B Renewal Yr 2 (E15209) City Project No. E17092 REV 10-6-2015 ATTEST CITY OF CORPUS CHRISTI Digitally signed by Rebecca Huerta 1I9lt11,119,11 1111 Ea ds II _ DN cn Rebecca Huerta o on, DN:emaitrEamodsEg�rg maileffry@oore.as.00m, ( ( Date 17.12.h@ccte73 com SUS oi>izo oaao si os oo Date 20171207104739 0600' 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 2017.12.06 11:00:55-06'00' N/A Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR PM Construction & Rehab, LLC Digitally signed by Bac Ong (Seal Below) By. Bac ng Date:2017.11.1417:08:59-06'00' Note: Attach copy of authorization to sign if Title: Sr. General Manager person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 131 N. Richey Financial Officer Address Pasadena, Texas 77506 City State Zip 832-252-4800 832 550-2130 Phone Fax bonZ@teamipr.com EMail END OF SECTION Agreement 005223-6 City Wide Collection System Pipebursting ID/IQ Part B Renewal Yr 2 (E15209) City Project No. E17092 REV 10-6-2015 AC19 R Er tl CERTIFICATE OF LIABILITY INSURANCE DATE 11/07/20117 Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the pollcy, certain policies may require an endorsement. A statement on thls certificate does not confer rights to the certificate holder In Ileu of such endorsement(s). PRODUCER Alliant Insurance Services Houston, LLC 5444 Westheimerr, Suite 900 Houston, TX 77056 CONTACT Amber Breaux NAME: PHOE AX (A/C,ryNo, Ext): 713-470-4123 (NC, No): 713-470-4124 EMAIL ADDRESS: abreaux@a111ant.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Greenwich Insurance Company 22322 INSURED PM Construction & Rehab LLC 131 N. Richey Pasadena, TX 77506 INSURER B: Starr Indemnity & Liability Company 38318 INSURER C: XL Specialty Insurance Company 37866 INSURER D: 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 SUB POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYYL x COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR GEM_ AGGREGATE LIMIT APPLIES PER: I E PRO - POLICY I LOC OTHER: 11 111 B C AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED AUTOS NON -OWNED ONLY AUTOS UMBRELLA LIAB x OCCUR EXCESS LIAB CLAIMS -MADE DED RETENTION S WORKERS OMPENSA't10f - AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE I 4-� OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below OTHER WA CGD740922004 CADT40922104 1000023511 CWD740921904 04/01/2017 04/01/2018 LIMITS EACH OCCURRENCE S 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) S 300,000 S 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE S 2,000,000 PRODUCTS-COMP/OP AGG S 2,000,000 S 04/01/2017 04/01/2017 04101/2018 04/01/2018 COMBINED SINGLE LIMIT (Ea accident) 2,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTY DAMAGE (Per accident) S EACH OCCURRENCE S 10,000,000 AGGREGATE 10,000,000 04/01/2017 04/01/2018 iTATUTE _ 01F1 - ER E.L. EACH ACCIDENT $ 1,000,000 E.L, DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Re: E-17092 City Wide Collection System Pipebursting ID/IQ Part B - Renewal Year 2 (E15209). City of Corpus Christi - Engineering, 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 I:he 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 policy provides that to the extent that insurance is afforded to any Additional Insured under the policy, the insurance shall apply as primary and not contributing with any insurance carried by such Additional Insured, as required by written contract. 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 Underground explosion and collapse coverage not excluded on General Liability, but subject to policy terms, conditions, limitations and exclusions The General Liability Policy provides contractual liability for insured contracts only subject to the terms and conditions of the policy, CERTIFICATE HOLDER CANCELLATION City of Corpus Christi — Engineering Attn: Construction Contract Admin PO Box 9277 Corpus Christi, TX 78469-9277 ACORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 AC e D '• RPO ' i All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CAD740922104 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. May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 1 of 1 POLICY NUMBER: CAD740922104 COMMERCIAL AUTO CA2001 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE 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. Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Endorsement Effective Date: April 1, 2017 SCHEDULE Insurance Company: Greenwich Insurance Company Policy Number: CAD740922104 � Effective Date: April 1, 2017 Expiration Date: April 1, 2018 Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Address: 2002 Timberloch Place, Suite 550 The Woodlands, TX 77380 Additional Insured (Lessor): All Lessors Address: Designation Or Description Of "Leased Autos": All Leased Autos CA 20 01 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 2 Coverages Limit Of Insurance Covered Autos Liability $ 2,000,000 Each "Accident" Comprehensive Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus $ 1,000 Deductible For Each Covered "Leased Auto" Collision Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus $ 1,000 Deductible For Each Covered "Leased Auto" Specified Causes Of Loss Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus $ Deductible For Each Covered "Leased Auto" Information required to complete this Schedule. if not shown above. will be shown in the Declarations. A. Coverage 1. Any "leased auto" designated or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow. 2. For a "leased auto" designated or described in the Schedule, the Who Is An Insured provision under Covered Autos Liability Coverage is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: a. You; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. 3. The coverages provided under this endorsement apply to any "leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto". Page 2 of 2 2. The insurance covers the interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. C. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. E. Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor. © Insurance Services Office, Inc., 2011 CA 20 01 10 13 POLICY NUMBER: CAD740922104 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) 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. Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Endorsement Effective Date: April 1, 2017 SCHEDULE Name(s) Of Person(s) Or Organization(s): 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 Transfer Of Rights Of Recovery Against Others To Us 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. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: CGD740922004 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 Required In A Written Contract Or 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 Various As Required Per Written Contract Information re•uired to com•lete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 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 10 0413 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section 111 — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 0413 POLICY NUMBER: CGD740922004 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 REQUIRED IN A WRITTEN CONTRACT OR 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. VARIOUS AS REQUIRED PER WRITTEN CONTRACT. 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 include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 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 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: CGD740922004 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 ❑ 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, 2017 Policy No. CWD740921904 Endorsement No. Insured INLAND PIPE REHABILITATIONHOLDING COMPANY, LLC Insurance Company Countersigned by XL Specialty Insurance Company WC 00 03 13 (Ed. 4-84) © 1983 National Council on Compensation Insurance. ENDORSEMENT # This endorsement, effective 12:01 a.m., April 1, 2017, forms a part of Policy No. CAD740922104 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT 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: Name of Person(s) or Entity(ies) Mailing Address: Number of Days Advanced Notice of Cancellation: CITY OF COLUMBIA UTILITIES & ENGINEERING P.O. BOX 147 COLUMBIA, SC 29217 30 CITY OF CORPUS CHRISTI — ENGINEERING ATTN: CONSTRUCTION CONTRACT ADMIN CITY OF CORPUS CHRISTI CITY OF CORPUS CHRISTI PO BOX 9277 CORPUS CHRISTI, TX 78469-9277 30 1201 LEOPARD ST. CORPUS CHRISTI, TX 78401 30 801 NAVIGATION, SUITE 300 CORPUS CHRISTI, TX 78408 CITY OF DEFIANCE 30 631 PERRY ST ., SUITE 102 DEFIANCE, OH 43512-2780 CITY OF DETROIT ATTN: MR. DARRYL LATIMER 735 RANDOLPH DETROIT, MI 48226 30 30 CITY OF DURAND 215 WEST CLINTON STREET DURAND, MI 48429 30 CITY OF EAST LANSING CITY OF EDINBURY ATTN: ARTURO MARTINEZ 410 ABBOT RD. EAST LANSING, MI 48823 30 PO BOX 1079 30 EDINBURG, TX 78540 All other terms and conditions of the Policy remain unchanged. IX! 405 0910 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. ENDORSEMENT #014 This endorsement, effective 12:01 a.m., April 1, 2017, forms a part of Policy No. CGD740922004 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT 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: Name of Person(s) or Entity(ies) Mailing Address: Number of Days Advanced Notice of Cancellation: CITY OF CLEVELAND C/O JONES & CARTER, INC. 8701 NEW TRAILS, SUITE 200 THE WOODLANDS, TX 77383-4241 30 CITY OF COLUMBIA UTILITIES & ENGINEERING P.O. BOX 147 COLUMBIA, SC 29217 30 CITY OF CORPUS CHRISTI — ENGINEERING ATTN: CONSTRUCTION CONTRACT ADMIN PO BOX 9277 CORPUS CHRISTI, TX 78469-9277 30 CITY OF CORPUS CHRISTI 1201 LEOPARD ST. CORPUS CHRISTI, TX 78401 30 CITY OF CORPUS CHRISTI 801 NAVIGATION, SUITE 300 CORPUS CHRISTI, TX 78408 30 CITY OF DEFIANCE 631 PERRY ST ., SUITE 102 DEFIANCE, OH 43512-2780 30 30 CITY OF DETROIT ATTN: MR. DARRYL LATIMER 735 RANDOLPH DETROIT, MI 48226 CITY OF DURAND 215 WEST CLINTON STREET DURAND, MI 48429 30 CITY OF EAST LANSING 410 ABBOT RD. EAST LANSING, MI 48823 30 All other terms and conditions of the Policy remain unchanged. IX' 405 0910 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 57 (Ed. 12/10) ENDORSEMENT # This endorsement, effective 12:01 a.m., April 1, 2017, forms a part of Policy No. CWD740921904 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by XL Specialty Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT 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: Name of Person(s) or Entity(ies) Mailing Address: Number of Days Advanced Notice of Cancellation: CITY OF CORPUS CHRISTI — ENGINEERING ATTN: CONSTRUCTION CONTRACT ADMIN 1 PO BOX 9277 CORPUS CHRISTI, TX 78469-9277 30 CITY OF CORPUS CHRISTI 1201 LEOPARD ST. CORPUS CHRISTI, TX 78401 30 CITY OF CORPUS CHRISTI 801 NAVIGATION, SUITE 300 CORPUS CHRISTI, TX 78408 30 CITY OF DEFIANCE 631 PERRY ST ., SUITE 102 DEFIANCE, OH 43512-2780 30 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. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1, 2017 Policy No. CWD740921904 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. 00 61 16 PAYMENT BOND BOND NO. SU1145909 Contractor as Principal Name: PM Construction & Rehab, LLC Mailing address (principal place of business): 131 N. Richey Pasadena, TX 77506 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E17092 City Wide Collection System Pipebursting ID/IQ Part B — Renewal Year 2 (E15209) Date of the Contract: November 1, 2017 Contract Price: $1,875,000.00 Bond Date of Bond: November 8, 2017 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Arch Insurance Company Mailing address (principal place of business): 3 Parkway Philadelphia, PA 19102 Physical address (principal place of business): Surety is a corporation organized and existing under the laws of the state of: Missouri By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 215-606-1600 Telephone (for notice of claim): 214-438-4087 Local Agent for Surety Name: Address: Borden Insurance 210 S. Carancahua, Suite 400 Corpus Christi, TX 78410 Telephone: 214-438-4087 Email Address: mdavis@archinsurance.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form E17092 CW Collection System IDIQ Prt B Renewal Yr 2 (E15209) 006116-1 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 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 PM Construction & Rehab, LLC Signature: Surety Signature: Name: Title: Email Address: (Attach Power Arch Insurance Company 'nlo` Name: '561,(., el Vi oria�Paa�erkerson Title: Sr . C9fAlviik,t IWOUl,a% Attorney-in-Fact Email Address: \o p/ e, deo i pv . COM victoria.parkersonfatalliant.com JJ C of Attorney and place surety sea! below) END OF SECTION Payment Bond Form E17092 CW Collection System IDIQ Prt B Renewal Yr 2 (E15209) 006116-2 7-8-2014 AIC 0000214594 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. 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, Bank Deposit, 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: Diane Moraski, Hilda Muratori, Jessica Piccirillo, Joann Dombrowski, Marion R. Vail, Russell M. Canterbury and Victoria Parkerson of Farmington, CT (EACH) its true and lawful Attorney(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, in the penal sum not exceeding Ninety Million Dollars ($90,000,000.00). 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. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. AIC 0000214594 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 18th day of April, 2017. Attested and Certified Arch Insurance Company Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS David M. 5inTcelstein, Executive Vice President 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 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. CERTIFICATION VOMMDNWEAL.IH 01 rENN8Yt.vANIA NOTARIAL SEAL HELEN SZAFRAN, Notay Public Cityyof Phlade!phia, Phila. County My Corentssion Expires October 3.2017 1.4k2.-1%—/ Helen Szafran, N6taryubl! My commission expires 10/03/2017 I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated April 18, 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 bday of 100 .y.9-2 4nA–, 20 f 7 . 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 RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance – Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE To obtain information or make a complaint: You may call Arch Insurance Group's toll-free telephone number for information or to make a complaint at: 1-866-413-5550 You may also write to Arch Insurance Group at: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department Insurance: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Arch Insurance Group para informacion o para someter una queja al: 1-866-413-5550 Usted tambien puede escribir a Arch Insurance Group: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 of Puede escribir al Departamento de Seguros de Texas: PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Arch Insurance Group first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Arch Insurance Group primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 00 ML0042 44 04 16 Page 1 of 1 00 61 13 PERFORMANCE BOND BOND NO. SU1145909 Contractor as Principal Name: PM Construction & Rehab, LLC Mailing address (principal place of business): 131 N. Richey Pasadena, TX 77506 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E17092 City Wide Collection System Pipebursting ID/IQ Part B — Renewal Year 2 (E15209) Date of the Contract: November 1, 2017 Contract Price: $1,875,000.00 Bond Date of Bond: November 8, 2017 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Arch Insurance Company Mailing address (principal place of business): 3 Parkway Philadelphia, PA 19102 Physical address (principal place of business): Surety is a corporation organized and existing under the laws of the state of: Missouri By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 215-606-1600 Telephone (for notice of claim): 214-438-4087 Local Agent for Surety Borden Insurance 210 S. Carancahua, Suite 400 Corpus Christi, TX 78410 Name: Address: Telephone: 214-438-4087 Email Address: mdavis@archinsurance com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond 00 61 13 - 1 E17092 CW Collection System IDIQ Prt B Renewal Year 2 (E15209) 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the 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 PM Construction & Rehab, LLC Signature: Surety Arch Insurance Company Signature: ¢--- Name: a e_ 01r9 Name: Vict ria Parkerson Title: j1( - CLoj'1\ Mail4,3 ( Title: Attorney-in-Fact Email Address: tc)DYyn e —Ctj v- I plci01,.. Email Address: victoria.parkerson@alliant.com J (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E17092 CW Collection System IDIQ Prt B Renewal Year 2 (E15209) 006113-2 7-8-2014 AIC 0000214594 THIS POWER OF ATTORNEY IS NOT VALID UNLESS ITIS PRINTED ON BLUE BACKGROUND. 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, Bank Deposit, 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: Diane Moraski, Hilda Muratori, Jessica Piccirillo, Joann Dombrowski, Marion R. Vail, Russell M. Canterbury and Victoria Parkerson of Farmington, CT (EACH) its true and lawful Attorney(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, in the penal sum not exceeding Ninety Million Dollars (S90,000,000.00). 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. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. AIC 0000214594 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 18th day of April, 2017. Attested and Certified Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company f"IA4 David M. T?iR /stein, Executive Vice President 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 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. CERTIFICATION corm ONWEALJHQRPENN YL.VANIA NOTARIAL SEAL HELEN SZAFRAN, Notary Public City of Philadelphia, PhQa. County My CoRrniession Expires October 3, 2017 14/1-41-1%—/ Helen Szafran, taryPubli My commission expires 10/03/2017 I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated April 18, 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 dayof)0, 20 17 . This Power of Attorney limits the acts of no authority to bind the Company except PLEASE SEND ALL CLAIM INQUIRIES Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 4/(Lt, Patrick K. Nails, Secretary those named therein to the bonds and undertakings specifically named therein and they have in the manner and to the extent herein stated. RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Mtssouri Page 2 of 2 Printed in U.S.A. IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE To obtain information or make a complaint: You may call Arch Insurance Group's toll-free telephone number for information or to make a complaint at: 1-866-413-5550 You may also write to Arch Insurance Group at: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Arch Insurance Group first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Hamar al numero de telefono gratis de Arch Insurance Group para informacion o para someter una queja al: 1-866-413-5550 Usted tambien puede escribir a Arch Insurance Group: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Arch Insurance Group primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 00 ML0042 44 04 16 Page 1 of 1 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-283332 Date Filed: 11/13/2017 Date Acknowledged: 7�19wi 2017.12.04 09:35:45 -06'00' 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. PM Construction & Rehab, LLC Pasadena, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi, Texas 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. E17092 City Wide Collection System Pipebursting ID/IQ Part B- Renewal Year 2 (E15209) 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Inland Pipe Rehabilitation, LLC The Woodlands, TX United States X 5 Check only if there is NO Interested Party, 6 AFFIDAVIT AFFIX NOTARY STAMP Sworn to and subscribed 20 4 , to certify I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct, Signature of authorized agent of contracting business entity / SEAL ABOVE I[ ( � before me, by the said t' 0, this the 1 1 day o1 b Q f JI4 Y[/ , which, witness my hand and seal of office. J KC'gliii r\- S J1.1\)k R_CA-14 / Signal o s ficer adminis(ering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx,us Version V1.0.3337