Loading...
HomeMy WebLinkAboutC2017-529 - 11/2/2017 - NA 2017-529 11/02/17 IPR South Central LLC 00 52 23 AGREEMENT This Agreement is the First Renewal of the City-Wide Collection System Replacement and Rehabilitation ID/IQ Program(Contract No. E16255)awarded on January 27,2017 by the City Council of the City of Corpus Christi,Texas("Owner")to IPR South Central, LLC("Contractor"). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: City-Wide Collection System Replacement and Rehabilitation ID/IQ Program (Contract Renewal 41-E16255) City Proiect No. E17085 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Utilities Department,City of Corpus Christi 2726 Holly Road Corpus Christi.Texas.78415 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza.P.E.-Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,85 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. E16255 for City-Wide Collection System Replacement and Rehabilitation ID/IQ Program. The First Renewal Contract extension will not exceed the amount of $2,000,000 for one year. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans,specifications,and contract documents.Each Delivery Order will stipulate the Substantial Completion date,and is eligible for Final Payment 30 days after the date for Substantial Completion. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF City-Wide Wastewater Collection System ID/IQ Program FY16 E16255 iko MENOMMW WrIMMEW won= �r ammy Omni= 10 ;.�..................... kkwooftaw00%ftmoomwrya .........P wawa . versa IC % 12110 I'Ity ofwra Corpus SIONAL01-00 City of Corpus Christi 2726 Holly Road, 78415 / Corpus Christi, TX / 361-826-1800 Record Drawing Number SAN 567 September 2, 2016 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev O1-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Revo1-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 00 61 13 Performance Bond (Rev 01-13-2016) 00 61 16 Payment Bond (Revo1-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Revo1-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures(Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Revo1-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7-3-2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule Table of Contents 000100- 1 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev06-22-2016 Division/ Title Section 01 33 05 Video and Photographic Documentation 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 023020 Jacking, Boring,Tunneling (5-65) 025404 Asphalts, Oils, and Emulsions 026202 Hydrostatic Testing of Pressure System 026210 Polyvinyl Chloride Pipe 026214 Grouting Abandoned Utility Lines 026602 Wastewater Force Main 027203 Vacuum Testing of Wastewater Manholes and Structures 028300 Fence Relocation 032020 Reinforcing Steel 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 021040-T Site Grading 021080-T Removing Abandoned Structures 022030-T Trench Safety 025205-T Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement Table of Contents 000100-2 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 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 026206-T Ductile Iron Pipe & Fittings 027200-T Control of Wastewater Flows 027204-T Precast Concrete Manholes for Wastewater 027205-T Fiberglass Manholes for Wastewater 027208-T Rehabilitation of Wastewater Manholes using Polymer Systems 027602-T Gravity Wastewater Lines 027606-T Service Lateral Replacement 027611-T Cleaning and Televised Inspection of Wastewater Lines 027614-T Cured in Place Pipe (CIPP) for Rehabilitation of Gravity Wastewater Line 027618-T Wastewater Line Rehabilitation/Pipebursting 027619-T Pressure Testing and Grouting of Sewer Joints and Lateral Connections 027620-T Point Repairs and Obstruction Removals 028020-T Seeding 028040-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 Appendix A Sample Site Location Maps END OF SECTION Table of Contents 000100-3 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 PROJECT NO. E16255 This project consists of Wastewater Collection System improvements in the six(6) City of Corpus Christi wastewater plant service basins. The scope of work includes, but is not limited to: rehabilitation and/or replacement of manholes, rehabilitation and/or replacement of gravity collection lines and/or force mains by open-cut method, cured-in- place pipe, and/or pipe bursting for lines up to 36-inches in diameter, gravity line point repairs, dewatering through well pointing, control of wastewater flows through bypass pumping, cleaning and televised inspection of conduits, as needed SWPPP/permit compliance(subsidiary), and temporary traffic controls.This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date. The initial contract will be for a two (2)year(730 calendar days) base contract, with three (3) optional one (1)year (365 calendar days) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of$2,000,000 per year. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$4,000,000. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, and is eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. Invitation to Bid and Instructions to Bidders 002113- 1 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev O1-13-2016 ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than Wednesday, November 16,2016 at 2:00 pm.to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid -City-Wide Wastewater Collection System ID/IQ Program FY16(2016) Project No. 16255 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at Wednesday, November 16,2016 at 2:00 pm., at the following location: City Hall Building— City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. Invitation to Bid and Instructions to Bidders 002113-2 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev O1-13-2016 ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday,October 25,2016 at 10:00 am. at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd floor,Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the Invitation to Bid and Instructions to Bidders 002113-3 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev O1-13-2016 related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the contract amount. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 3. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent (5%) of the contract amountif, 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 002113-4 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev O1-13-2016 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on Invitation to Bid and Instructions to Bidders 002113-5 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev O1-13-2016 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. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 0045 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. Invitation to Bid and Instructions to Bidders 002113-6 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev O1-13-2016 ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/ MBE/ DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume Invitation to Bid and Instructions to Bidders 002113-7 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev O1-13-2016 responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney, submitted as required by Article 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. Invitation to Bid and Instructions to Bidders 002113-8 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev O1-13-2016 G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. 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 Invitation to Bid and Instructions to Bidders 002113-9 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev O1-13-2016 remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources,workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev O1-13-2016 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, $1,000,000 Combined Single Limit Non-Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability/ $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental x Required ❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk (All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required x Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required x Not Required Owner's Protective Liability Equal to Contractor's liability insurance X Required ❑ Not Required Insurance Requirements 00 72 01- 1 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out(redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to Insurance Requirements 00 72 01-2 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996(or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. 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; Insurance Requirements 00 72 01-3 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 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 Insurance Requirements 00 72 01-4 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 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 Insurance Requirements 00 72 01-5 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement;flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations;water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 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. Insurance Requirements 00 72 01-6 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 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 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 Insurance Requirements 00 72 01-7 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out(redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide 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. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi— Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi,TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. Insurance Requirements 00 72 01-8 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 ARTICLE 3—TEXAS WORKERS'COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81,TWCC-82,TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project-includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) -includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes,without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory 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. Insurance Requirements 00 72 01-9 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project,for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and 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. Insurance Requirements 00 72 01- 10 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 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- 11 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement is the First Renewal of the City-Wide Collection System Replacement and Rehabilitation ID/IQ Program (Contract No. E16255)awarded on January 27,2017 by the City Council of the City of Corpus Christi,Texas("Owner")to IPR South Central, LLC("Contractor"). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: City-Wide Collection System Replacement and Rehabilitation ID/IQ Program (Contract Renewal#1- E16255) City Proiect No. E17085 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Utilities Department,City of Corpus Christi 2726 Holly Road Corpus Christi,Texas,78415 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza, P.E.-Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This is the First One-Year Renewal of the Original Contract No. E16255 for City-Wide Collection System Replacement and Rehabilitation ID/IQ Program. The First Renewal Contract extension will not exceed the amount of $2,000,000 for one year. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans,specifications,and contract documents. Each Delivery Order will stipulate the Substantial Completion date,and is eligible for Final Payment 30 days after the date for Substantial Completion. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Non-Emergency Delivery Orders — The working time begins and the Contractor shall mobilize, place traffic controls and commence work within 24 hours of receiving written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will typically be based upon the production rates shown in the table provided in SECTION 0135 00 SPECIAL PROCEDURES. 2. Emergency Delivery Orders - The working time begins and the Contractor shall be required to be on-site within three (3) hours of receiving written notice from the Director of Engineering Services or designee ("City Engineer") to proceed to assess the site and to begin mobilizing necessary crews, equipment, traffic control measures, etc. The Contractor shall begin actual work and shall have in place ALL mitigation measures to prevent further damage to public and private property within six (6) hours of receiving written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. In the case of Emergency Delivery Orders, the Contractor shall be required to maintain continuous operations (24 hours per day, 7 days per week), until the emergency situation(s) has/have been rectified and the danger to the Public has been resolved. For each calendar day that any work remains incomplete after the time specified in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $1,000.00 per calendar day will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will typically be based upon production rates shown in the table provided in SECTION 0135 00 SPECIAL PROCEDURES. 3. Liquidated damages for failing to timely attain 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. Agreement 005223-2 City-Wide Collection System Repl/Rehab ID/IQ Program (Cont Ren#1-E16255) City Project No. E17085 Rev 06-22-2016 ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 2,000,000.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to 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. Agreement 005223-3 City-Wide Collection System Repl/Rehab ID/IQ Program (Cont Ren#1-E16255) City Project No. E17085 Rev 06-22-2016 ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, Agreement 005223-4 City-Wide Collection System Repl/Rehab ID/IQ Program (Cont Ren#1-E16255) City Project No. E17085 Rev 06-22-2016 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. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. Agreement 005223-5 City-Wide Collection System Repl/Rehab ID/IQ Program (Cont Ren#1-E16255) City Project No. E17085 Rev 06-22-2016 C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-6 City-Wide Collection System Repl/Rehab ID/IQ Program (Cont Ren#1-E16255) City Project No. E17085 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Digitally signed by Rebecca Huerta r r i DN.cn=Rebecca Huerta,o,ou, � / Digitally signed by Jeff Edmonds o= DN:cn=JeH Edmonds o Engineenn9, / email=rebeccah cctexas.com,c=US Date:2017.11.02 15:23:08-05100' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services APPROVED AS TO LEGAL FORM: N/A AUTHORIZED 2017.11.02 08:50:40 BY COUNCIL N/A -05'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR IPR South Central, LLC Digitally signed by Bac Ong (Seal Below) By. Bac Ong Date:2017.10.2713:07:43-05'00' 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, TX 77506 City State Zip 832/252-4800 832 550-2130 Phone Fax bong@teamipr.com EMail END OF SECTION Agreement 005223-7 City-Wide Collection System Repl/Rehab ID/IQ Program (Cont Ren#1-E16255) City Project No. E17085 Rev06-22-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by IPR South Central LLC (type or print name of company) on November 16, 2016 for Project E16255 City -Wide Wastewater Collection System ID/IQ Program FY16. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - City -Wide Wastewater Collection System ID/IQ Program FY16 (2016), Project No. E16255 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 003000-1 Rev 01-13.2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 003000-2 Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 003000-3 Rev 01-13-2016 ARTICLE 6 —TIME OF COMPLETION 6.01 The initial contract will be for a two (2) year (730 calendar days) base contract, with three (3) optional one (1) year (365 calendar days) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of $2,000,000 per year. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, and is eligible for Final Payment 30 days after the date for Substantial Completion. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 003000-4 Rev 01-13-2016 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: IPR South Central LLC By: - Name: Bac Ong (typed or printed full legal name of Bidder) WArvimi\hivi.„- (individual's signature) Title: General Manager Attest: (typed or printed) (typed or printed) (individual's signature) State of Residency: Texas Federal Tax Id. No. 62-1645414 Address for giving notices: 131 N. Richey Phone: 832-252-4800 Pasadena, Texas 77506 Email: bong@teamipr com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) Bid Acknowledgement Form City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 003000-5 Rev 01-13-2016 END OF SECTION Bid Acknowledgement Form City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 003000-6 Rev 0143-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident, bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ® Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: IPR South Central LLC (typed or printed) (signature -- attach evidence of authority to sign) Bac Ong (typed or printed) General Manager Business address: 131 N. Richey Phone: Pasadena, Texas 77506 832-252-4800 Email: bong@teamipr.com END OF SECTION Compliance to State Law on Nonresident Bidders City -Wide Wastewater Collection System ID/10 Program FY16 City Project No. E16255 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest TOPPLtist13 TO D Ag tSI( iipEU 8Y'CET'4'— PURCHAStNO DIVISION City of env OF CORPUS CHRISTI CupUS DISCLOSURE OF INTEREST Chnsti City of Corpus Christi Ordinance 171 12, as amended, requires all persons or Gums seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: IPR South Central LLC P. O. BOX: STREET ADDRESS: 131 N. Richey FIRM IS: I. Corporation 4. Association e CITY: Pasadena ZIP: 77506 2. Partnership ®3. Sole Owner 0 Limited Liability Other Company DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach sepaurate sheet. 1. State the names of each 'employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm," Name 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 "rim." Name Title None 3. State the names of each "board member" of the City of Corpus Christi having an "ownership Interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee None 4. State the names of each employee or officer of a "consultant" for the City of Carpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or marc of Lite ownership in the above named "firm," Name None Consultant City of Corpus Christi Disclosure of Interest 003005-1 Rev 01-13-2016 FILING REQUIREMENTS Ifa person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested w act in the matter, unlcss the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. (Ethics Ordinance Section 2-349 (d)) CERTIFICATION 1 certify that ail information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Bac Ong Title: General Manager (type or him) Signature of Certifying Person: DEFINITIONS Date: November 16, 2016 a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official" The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terns of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of Interest 003005-2 Rev 01-13.2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: City -Wide Wastewater Collection System ID/IQ Program FY16 E16255 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: IPR South Central LLC By: Name: Title: Bac Ong (typed or printed) ivv41/0 (signature -- attach evidence of authority to sign) (typed or printed) General Manager Business address: 131 N. Richey, Pasadena, Texas 77506 Phone: 832-252-4800 Email: END OF SECTION Non -Collusion Certification City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 bong@teamipr.com 003006-1 11-25-2013 Secretary's Certificate of PM CONSTRUCTION & REHAB, LLC (The "Company") The undersigned hereby certifies, on behalf of the Company, as follows: 1.) He is the duly elected and qualified Secretary of the Company 2.) The following individuals are the duly elected and qualified officers the company, (each an "Officer" and collectively the "Officers") elected by the Board of Directors of the Company of July 31, 2015 occupying the positions set forth next to their respective names below: Robert Steinberg, President and Chief Executive Officer Robert McCrae, Authorized Representative Bac Ong, Authorized Representative Christian Abels, Authorized Representative Wendy Wilkes, Controller and Assistant Secretary 3) Each of the Officers is duly authorized, on behalf ofthe Company, to bid upon and enter into any competitive contract (each a "Bid" and collectively the "Bids") related to the Company's business, and is hereby authorized, on behalf of the Company, to execute and deliver any contracts, agreements or documents required in connection with any such Bid (such authority conferred on the Officers the Board of Directors of the Company effective November 30, 2014) By( 1 Robert Steinberg, President and Chief Executive Officer Dated: September 3, 2015 1IIflUII1fl iiiiii ii iii 111111111111111111111111111111111111 004266481 Pursuant to the Tennessee Business Corporation Act, Tennessee Nonprofit Corporation Act, Tennessee Limited Liability Company Act, Tennessee Revised Limited Liability Company Act, or the Tennessee Revised Uniform Partnership Act, this application for registration of an assumed name is submitted to the Tennessee Secretary of State. 1. The Secretary of State Control Number is: 000324478 and the true name of the business entity is: PM Construction & Rehab, LLC 2. The state or country of organization is' TENNESSEE 3. The business entity intends to transact business under an assumed name. 4. The assumed name the business entity proposes to use is: IPR South Central The assumed name must satisfy the statutory requirements for that type of entity. 09/02/2016 Electronic Signature Date Signature Regional Controller Greg Baggett Signer's Capacity Name (typed or printed) Note: Pursuant to T. C.A. § 10-7-503 all information on this form is public record. SS -4230 (Rev. 03/15) RDA 2458 A3pgaJaaS 0 ggab3PH 031 GTE -4S APPLICATION FOR REGISTRATION OF ASSUMED NAME SS -4230 . Division of Business Services For Office Use Only ' Tt S ` '. . o Department of State -FILED- 4 tic#Yet; u86 kl i State of Tennessee Amendment # 004266481 • L ,x 312 Rosa L. Parks AVE, 6th FL \ • ?,` Nashville, TN 37243-1102 �°•• '244' (615) 741-2286 •TrerHargett Filing Fee: $20.00 Secretary of State Pursuant to the Tennessee Business Corporation Act, Tennessee Nonprofit Corporation Act, Tennessee Limited Liability Company Act, Tennessee Revised Limited Liability Company Act, or the Tennessee Revised Uniform Partnership Act, this application for registration of an assumed name is submitted to the Tennessee Secretary of State. 1. The Secretary of State Control Number is: 000324478 and the true name of the business entity is: PM Construction & Rehab, LLC 2. The state or country of organization is' TENNESSEE 3. The business entity intends to transact business under an assumed name. 4. The assumed name the business entity proposes to use is: IPR South Central The assumed name must satisfy the statutory requirements for that type of entity. 09/02/2016 Electronic Signature Date Signature Regional Controller Greg Baggett Signer's Capacity Name (typed or printed) Note: Pursuant to T. C.A. § 10-7-503 all information on this form is public record. SS -4230 (Rev. 03/15) RDA 2458 A3pgaJaaS 0 ggab3PH 031 GTE -4S THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE IPR South Central LLC 131 N. Richey. Pasadena. TX 77506 as Principal, hereinafter called the Principal, and Arch Insurance Company 3 Parkway. Philadelphia. PA 19102 a corporation duly organized under the laws of the State of MO as Surety, hereinafter called the Surety, are held and firmly bound unto City of Corpus Christi 1201 Leopard Street. Corpus Christi. TX as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ), for the payment of which sum well avid 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 Cily-Wide Wastewater Collection System ID/1Q Program FY16 City Project No. E16255 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 9th day of November 2016 PR South Central LLC a/0\mo, (Witness) s) (Principal) (Setif) By: ` I V Aeli AL Gen.er.4 tko.n.nE.�9,r Bac O n5 (Tile) Arch Insurance Company (Surety) (Seal) By: 'tat_ I.1,1.2aleci./ Aftomp 4n -Fact Joann Dombrowski (fine) AIA DOCUMENT A310 • BID BOND • AIA • FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 AIC 0000191363 THIS POWER OF ATTORNEY I$ NOT VALID UNLESS IT 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. Know All Persons By These Presents: OWER OF ATTORNEY That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative_offce in Jersey Cit ry New Jersey (hereinafter referred to as the "Company") does hereby appoint: Jessica Piccirillo; Joann Dombrowski, Marion R. Vil=and-Russell M. Canterbury' 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. e on of such bonds, u rtakings, -izances and other surety obligations lin pursuance of these present§ shall be as binding said Company as Fully and 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 SeniorVice-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 0000191363 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 51h day of July 2016. Attested and Certified Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company avid M. r3Tie 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. , COmmorwzmatttOFnNNSYL.vM IA NOTARIAL SEAL HELEN SZAFRAN. Notary Public Qty of PhliadetphlL. Pita. County Fxp1 My Commission resOctober 3, 2017 CERTIFICATION F 9 � elen Szafran, tory Publi 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 July 5!. 2016 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 TJ "S�TIMONY WHI ave hereunt9 subscribed my name and affixed the corporate seal of the Arch Insurance Company on this _day of /' , 20 . 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. Certificate No. 13 2 5 3 THIS IS TO CERTIFY THAT Texas Department of Insurance Certificate of Authority Company No. 08-093922 ARCH INSURANCE coMPANY 1CANSA8 CITY, MISSOURI has complied with the laws of the State of Texas applicable thereto and is hereby authorized to transact the business of Fire; Allied Coverages; Hail. -growing crops only; Rain; Inland Marine; Ocean Marine; Aircraft --Liability & Physical Damage; Accident; Health; Workers' Compensation & Employers' Liability; Employers' Liability; Automobile --Liability & Physical Damage; Liability other than Automobile; Fidelity & Surety; Glass; Burglary it Theft; Forgery; Boiler & Machinery; Credit; Livestock and Reinsurance on all lines authorized to be written on i direct basis insurance within the state of Texas. This Certificate of Authority shall be in Nil force and ei%ot until it is revoked, canceled or suspended **cording to law. IN TESTIMONY WHEREOF, witness my band and seal of office a Austin, Teems, rile 21st dayof November JOE MONTtAYQR mom of INSURANCE 1 Ala. 2002 BY_ A �►. � /► Godwits 0 - heel, Director Company Licensing & Registration 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 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 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 CIVCAST Report Created On: 11/16/2016 2:39:33 PM PROJECT: E16255 City -Wide Wastewater Collection System ID/IQ Program FY16 BIDDER: IPR South Central LLC TOTAL BID: 56,931,212.50 COMPLETION TIME: Not Required BIDDER INFO: 131 N. Richey Pasadena,TX 77506 P: 832-252-4800 F: 832-252-2130 CIVCAST Report Created On: 11/16/2016 2:39:33 PM BID FORM BASE BID Total Part A - General 8562,500.00 Part B - General $151,250.00 Part C - General $1,210,500.00 Part D - General 898,500.00 Part E - General S91,375.00 Empty $4,817,087.50 Total $6,931,212.50 Base Bid Part A - General No. Description Unit Qty Unit Price Ext Price WW1 Mobilization/Bonds/Insurance per lump -sum (Refer to T-000500 for mobilization payment) LS 1 $400,000.00 $400,000.00 WW2 Remove and Replace 8" Wastewater Line(0' - 6' Depth) LF 250 875.00 S18,750.00 WW3 Remove and Replace 8" Wastewater Line(6' - 10' Depth) LF 250 $85.00 S21,250.00 WW4 Remove and Replace 8" Wastewater Line(10' - 14' Depth) LF 250 $95.00 $23,750.00 WW5 Remove and Replace 8" Wastewater Line(14' - 18' Depth) LF 250 $105.00 $26,250.00 WW6 Remove and Replace 8" Wastewater Line(>18' Depth) LF 250 $120.00 $30,000.00 WW7 Remove and Replace 10" Wastewater Line(0' - 6' Depth) LF 250 $80.00 $20,000.00 WW8 Remove and Replace 10" Wastewater Line(6' - 10' Depth) LF 250 890.00 $22,500.00 Sub Total: 8562,500.00 Part B - General No. Description Unit Qty Unit Price Ext Price WW9 Remove and Replace 10" Wastewater Line(10' - 14' Depth) LF 250 $95.00 $23,750.00 WW10 Remove and Replace 10" Wastewater Line(14' - 18' Depth) LF 250 $115.00 $28,750.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Part B - General No. Description Unit Qty Unit Price Ext Price WW11 Remove and Replace 10" Wastewater Line(>18' Depth) LF 250 $125.00 $31,250.00 WW12 Remove and Replace 12" Wastewater Line(0' - 6' Depth) LF 250 $85.00 $21,250.00 WW13 Remove and Replace 12" Wastewater Line(6' - 10' Depth) LF 250 $90.00 $22,500.00 WW14 Remove and Replace 12" Wastewater Line(10' - 14' Depth) LF 250 $95.00 $23,750.00 WW19 Sub Total: $151,250.00 Part C - General No. Description Unit Qty Unit Price Ext Price WW15 Remove and Replace 12" Wastewater Line(14' - 18' Depth) LF 250 $115.00 $28,750.00 WW16 Remove and Replace 12" Wastewater Line(>18' Depth) LF 250 $130.00 $32,500.00 WW17 Remove and Replace 15" Wastewater Line(0' - 6' Depth) LF 250 $105.00 $26,250.00 WW18 Remove and Replace 15" Wastewater Line(6' - 10' Depth) LF 250 $115.00 $28,750.00 WW19 Remove and Replace 15" Wastewater Line(10' - 14' Depth) LF 250 $125.00 $31,250.00 WW20 Remove and Replace 15" Wastewater Line(14' - 18' Depth) LF 250 $135.00 $33,750.00 WW21 Remove and Replace 15" Wastewater Line(>18' Depth) LF 250 $130.00 $32,500.00 WW22 Remove and Replace 18" Wastewater Line(0' - 6' Depth) LF 150 $140.00 $21,000.00 WW23 Remove and Replace 18" Wastewater Line(6' - 10' Depth) LF 150 $145.00 $21,750.00 WW24 Remove and Replace 18" Wastewater Line(10' - 14' Depth) LF 150 $155.00 $23,250.00 WW25 Remove and Replace 18" Wastewater Line(14' - 18' Depth) LF 150 $165.00 $24,750.00 WW26 Remove and Replace 18" Wastewater Line (>18' Depth) LF 150 $170.00 $25,500.00 WW27 Remove and Replace 24" Wastewater Line(0' - 6' Depth) LF 150 $235.00 $35,250.00 WW28 Remove and Replace 24" Wastewater Line(6' - 10' Depth) LF 150 $240.00 $36,000.00 WW29 Remove and Replace 24" Wastewater Line(10' - 14' Depth) LF 150 $250.00 $37,500.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Part C - General No. Description Unit Qty Unit Price Ext Price WW30 Remove and Replace 24" Wastewater Line(14' - 18' Depth) LF 150 $255.00 $38,250.00 WW31 Remove and Replace 24" Wastewater Line(>18' Depth) LF 150 $265.00 $39,750.00 WW32 Remove and Replace 30" Wastewater Line(0' - 6' Depth) LF 150 $270.00 S40,500.00 WW33 Remove and Replace 30" Wastewater Line(6' - 10' Depth) LF 150 5270.00 $40,500.00 WW34 Remove and Replace 30" Wastewater Line(10' - 14' Depth) LF 150 5280.00 542,000.00 WW35 Remove and Replace 30" Wastewater Line(14' - 18' Depth) LF 150 $290.00 $43,500.00 WW36 Remove and Replace 30" Wastewater Line(>18' Depth) LF 150 $310.00 $46,500.00 WW37 Remove and Replace 36" Wastewater Line(0' - 6' Depth) LF 100 $240.00 $24,000.00 WW38 Remove and Replace 36" Wastewater Line(6' - 10' Depth) LF 100 $270.00 $27,000.00 WW39 Remove and Replace 36" Wastewater Line(10' - 14' Depth) LF 100 $285.00 $28,500.00 WW40 Remove and Replace 36" Wastewater Line(14' - 18' Depth) LF 100 5305.00 530,500.00 WW41 Remove and Replace 36" Wastewater Line(>18' Depth) LF 100 5330.00 $33,000.00 WW42 Excavation Safety for Remove & Replace Wastewater Line(0' - 6' Depth) LF 1150 $20.00 $23,000.00 WW43 Excavation Safety for Remove & Replace Wastewater Line(6' - 10' Depth) LF 1150 530.00 $34,500.00 WW44 Excavation Safety for Remove & Replace Wastewater Line(10' - 14' Depth) LF 1150 $40.00 $46,000.00 WW45 Excavation Safety for Remove & Replace Wastewater Line(14' - 18' Depth) LF 1150 $50.00 $57,500.00 WW46 Excavation Safety for Remove & Replace Wastewater Line(>18' Depth) LF 1150 $70.00 $80,500.00 WW47 Service Re -connection for 8" Remove & Replace EA 10 $600.00 $6,000.00 WW48 Service Re -connection for 10" Remove & Replace EA 10 $650.00 $6,500.00 WW49 Service Re -connection for 12" Remove & Replace EA 10 $700.00 S7,000.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Part C - General No. Description Unit Qty Unit Price Ext Price WW50 Service Re -connection for 15" Remove & Replace EA 10 $700.00 $7,000.00 WW51 Service Re -connection for 18" Remove & Replace EA 5 $900.00 $4,500.00 WW52 Service Re -connection for 24" Remove & Replace EA 5 $1,550.00 $7,750.00 WW53 Service Re -connection for 30" Remove & Replace EA 5 $3,550.00 $17,750.00 WW54 Service Re -connection for 36" Remove & Replace EA 5 $4,550.00 $22,750.00 WW55 Rehab 8" Wastewater Line (Pipe Bursting)(0' - 6' Depth) LF 100 $50.00 $5,000.00 WW56 Rehab 8" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 100 $55.00 55,500.00 WW57 Rehab 8" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 100 565.00 56,500.00 WW66 Sub Total: 51,210,500.00 Part D - General No. Description Unit Qty Unit Price Ext Price WW58 Rehab 8" Wastewater Line (Pipe Bursting)(14' - 18' Depth) LF 100 585.00 $8,500.00 WW59 Rehab 8" Wastewater Line (Pipe Bursting)(>18' Depth) LF 100 $95.00 $9,500.00 WW60 Rehab 10" Wastewater Line (Pipe Bursting)(0' - 6' Depth) LF 100 $60.00 $6,000.00 WW61 Rehab 10" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 100 $65.00 $6,500.00 WW62 Rehab 10" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 100 $70.00 $7,000.00 WW63 Rehab 10" Wastewater Line (Pipe Bursting)(14' - 18' Depth) LF 100 $90.00 $9,000.00 WW64 Rehab 10" Wastewater Line (Pipe Bursting)(>18' Depth) LF 100 $100.00 $10,000.00 WW65 Rehab 12" Wastewater Line (Pipe Bursting)(0' - 6' Depth) LF 100 $70.00 57,000.00 WW66 Rehab 12" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 100 575.00 $7,500.00 WW67 Rehab 12" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 100 $85.00 $8,500.00 WW68 Rehab 12" Wastewater Line (Pipe Bursting)(14' - 18' Depth) LF 100 590.00 $9,000.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Part D - General No. Description Unit Qty Unit Price Ext Price WW69 Rehab 12" Wastewater Line (Pipe Bursting) (>18' Depth) LF 100 $100.00 S10,000.00 WW71 Sub Total: $98,500.00 Part E - General No. Description Unit Qty Unit Price Ext Price WW70 Rehab 15" Wastewater Line (Pipe Bursting)(0' - 6' Depth) LF 100 $85.00 $8,500.00 WW71 Rehab 15" Wastewater Line (Pipe Bursting)(6' -10' Depth) LF 100 S95.00 $9.500.00 WW72 Rehab 15" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 100 3105.00 310,500.00 WW73 Rehab 15" Wastewater Line (Pipe Bursting) (14' - 18' Depth) LF 100 3115.00 311,500.00 WW74 Rehab 15" Wastewater Line (Pipe Bursting)(>18' Depth) LF 10D $120.00 $12,000.00 WW75 Rehab 18" Wastewater Line (Pipe Bursting)(0' - 6' Depth) LF 75 $120.00 $9,000.00 WW76 Rehab 18" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 75 $125.00 $9,375.00 WW77 Rehab 18" Wastewater Line (Pipe Bursting)(10' -14' Depth) LF 75 $135.00 $10,125.00 WW78 Rehab 18" Wastewater Line (Pipe Bursting)(14' - 18' Depth) LF 75 $145.00 $10,875.00 Sub Total: $91,375.00 Empty No. Description Unit Qty Unit Price Ext Price WW79 Rehab 18" Wastewater Line (Pipe Bursting)(>18' Depth) LF 75 $150.00 $11,250.00 WW80 Rehab 24" Wastewater Line (Pipe Bursting)(0' - 6' Depth) LF 75 $275.00 $20,625.00 WW81 Rehab 24" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 75 $285.00 $21,375.00 WW82 Rehab 24" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 75 $295.00 $22,125.00 WW83 Rehab 24" Wastewater Line (Pipe Bursting)(14' - 18' Depth) LF 75 $300.00 $22,500.00 WW84 Rehab 24" Wastewater Line (Pipe Bursting)(>18' Depth) LF 75 $305.00 $22.875.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW85 Rehab 30" Wastewater Line (Pipe Bursting)(0' - 6' Depth) LF 75 $290.00 $21,750.00 WW86 Rehab 30" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 75 $300.00 $22,500.00 WW87 Rehab 30" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 75 $310.00 $23,250.00 WW88 Rehab 30" Wastewater Line (Pipe Bursting)(14' - 18' Depth) LF 75 $320.00 $24,000.00 WW89 Rehab 30" Wastewater Line (Pipe Bursting)(>18' Depth) LF 75 $340.00 $25,500.00 WW90 Rehab 36" Wastewater Line (Pipe Bursting)(0' - 6' Depth) LF 75 $300.00 $22,500.00 WW91 Rehab 36" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 75 $315.00 $23,625.00 WW92 Rehab 36" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 75 $325.00 $24,375.00 WW93 Rehab 36" Wastewater Line (Pipe Bursting)(14' - 18' Depth) LF 75 $340.00 $25,500.00 WW94 Rehab 36" Wastewater Line (Pipe Bursting)(>18' Depth) LF 75 $350.00 $26,250.00 WW95 Upsizing of Wastewater Line (Greater than one pipe size, max 1.5 times existing diameter), all sizes, all depths LF 75 $30.00 52,250.00 WW96 Service Re -connection for 8" Pipe Bursting EA 12 $600.00 $7,200.00 WW97 Service Re -connection for 10" Pipe Bursting EA 12 $650.00 $7,800.00 WW98 Service Re -connection for 12" Pipe Bursting EA 12 $700.00 $8,400.00 WW99 Service Re -connection for 15" Pipe Bursting EA 7 $700.00 $4,900.00 WW100 Service Re -connection for 18" Pipe Bursting EA 7 5700.00 $4,900.00 WW101 Service Re -connection for 24" Pipe Bursting EA 7 $700.00 $4,900.00 WW102 Service Re -connection for 30" Pipe Bursting EA 7 $700.00 $4,900.00 WW103 Service Re -connection for 36" Pipe Bursting EA 7 $700.00 $4,900.00 WW104 Rehab 8" Wastewater Line (Cured -in- Place-Pipe)(0' - 15' Depth) LF 100 $38.00 $3,800.00 WW105 Rehab 8" Wastewater Line (Cured -in- Place-Pipe)(>15' Depth) LF 100 $42.00 $4,200.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW106 Rehab 10" Wastewater Line (Cured -in- Place-Pipe)(0' - 15' Depth) LF 100 $44.00 $4,400.00 WW107 Rehab 10" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 100 $46.00 $4,600.00 WW108 Rehab 10" Wastewater Line (Cured -in- Place-Pipe)(>20' Depth) LF 100 $50.00 $5,000.00 WW109 Rehab 12" Wastewater Line (Cured -in- Place-Pipe)(0' - 15' Depth) LF 100 $52.00 $5,200.00 WW110 Rehab 12" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 100 $55.00 $5,500.00 WW111 Rehab 12" Wastewater Line (Cured -in- Place-Pipe)(>20' Depth) LF 100 $60.00 $6,000.00 WW112 Rehab 15" Wastewater Line (Cured -in- Place-Pipe)(0' - 15' Depth) LF 100 $60.00 $6,000.00 WW113 Rehab 15" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 100 $65.00 $6,500.00 WW114 Rehab 15" Wastewater Line (Cured -in- Place-Pipe)(>20' Depth) LF 100 $72.00 $7,200.00 WW115 Rehab 18" Wastewater Line (Cured -in- Place-Pipe)(0' - 15' Depth) LF 75 $80.00 $6,000.00 WW116 Rehab 18" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 75 $90.00 $6,750.00 WW1 17 Rehab 18" Wastewater Line (Cured -in- Place -Pipe) (>20' Depth) LF 75 $105.00 $7,875.00 WW118 Rehab 24" Wastewater Line (Cured -in- Place-Pipe)(0' -15' Depth) LF 75 $130.00 $9,750.00 WW119 Rehab 24" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 75 $140.00 S10,500.00 WW120 Rehab 24" Wastewater Line (Cured -in- Place-Pipe)(>20' Depth) LF 75 $155.00 $11,625.00 WW121 Rehab 30" Wastewater Line (Cured -in- Place-Pipe)(0' - 15' Depth) LF 75 $180.00 $13,500.00 WW122 Rehab 30" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 75 $200.00 $15,000.00 WW123 Rehab 30" Wastewater Line (Cured -in- Place-Pipe)(>20' Depth) LF 75 5220.00 $16,500.00 WW124 Rehab 36" Wastewater Line (Cured -in- Place-Pipe)(0' -15' Depth) LF 75 $230.00 $17,250.00 WW125 Rehab 36" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 75 $250.00 $18,750.00 WW126 Rehab 36" Wastewater Line (Cured -in- Place-Pipe)(>20' Depth) LF 75 $280.00 $21,000.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW127 Service Re -connection for S" CIPP Wastewater Line EA 10 $800.00 $8,000.00 WW128 Service Re -connection for 10" CIPP Wastewater Line EA 10 S850.00 $8,500.00 WW129 Service Re -connection for 12" CIPP Wastewater Line EA 10 $900.00 $9,000.00 WW130 Service Re -connection for 15" CIPP Wastewater Line EA 5 $900.00 $4,500.00 WW131 Service Re -connection for 18" CIPP Wastewater Line EA 5 $900.00 $4,500.00 WW132 Service Re -connection for 24" CIPP Wastewater Line EA 5 $900.00 $4,500.00 WW133 Service Re -connection for 30" CIPP Wastewater Line EA 5 $900.00 $4,500.00 WW134 Service Re -connection for 36" CIPP Wastewater Line EA 5 $900.00 $4,500.00 WW135 Joint Testing of 8" Wastewater Line (all depths) EA 100 $50.00 $5,000.00 WW136 Joint Testing of 10" Wastewater Line (all depths) EA 100 $50.00 $5,000.00 WW137 Joint Testing of 12" Wastewater Line (all depths) EA 100 $50.00 $5,000.00 WW138 Joint Grouting of 8" Wastewater Line (all depths) EA 60 $50.00 $3,000.00 WW139 Joint Grouting of 10" Wastewater Line (all depths) EA 60 $50.00 $3,000.00 WW140 Joint Grouting of 12" Wastewater Line (all depths) EA 60 $50.00 $3,000.00 WW141 Testing Lateral Connections (all sizes, all depths) EA 60 $75.00 $4,500.00 WW142 Grouting Lateral Connections (all sizes, all depths) EA 45 $50.00 $2,250.00 WW143 Chemical Grout, complete in place per gallon GA 1000 $120.00 $120,000.00 WW144 Point Repair 8" Wastewater Line (0'- 6' Depth) (15 LF Min) LF 250 $80.00 $20,000.00 WW145 Point Repair 8" Wastewater Line (6'- 10' Depth) (15 LF Min) LF 250 $90.00 $22,500.00 WW146 Point Repair 8" Wastewater Line (10'- 14' Depth) (15 LF Min) LF 250 $100.00 $25,000.00 WW147 Point Repair 8" Wastewater Line (14'- 18' Depth) (15 LF Min) LF 250 $110.00 $27,500.00 00'00017Z$ 00'093 OSI Al (u!W Al St) 041dea,8 v) au!lJalemalseM,9LnedGalu!od 894MM 00'00S'ZZ$ 00'093 OSL Al (uM Al 9t) 041da0 M. -,4t) au!l Jalemelsem.81. nedaa lupd L94MM 00'000'LZ$ 00'041$ 051 Al (um Al St) (lide0 ,44 -.01) awl JalemalseM„gt J!edaa lupd 994MM 00'005'63 00'0£1$ OSt Al (um Al 91.) (41de0.0t -,9) Gun lalemalseM.9L nedaa lu!od 99 tMM 00'000'84$ 00'0Z3 OSL Al (um Al St) (41da0 .9 -,0) au!l JalemalseM,g t nedaa lu!od 49 PAM 00'09Z'L3 00'514$ OS Al (u!W Al St) (41de0 .8L -.LL) au!lJalemaiseM,StJ!edaalu!od £9lMM 00'009'91$ 00'01.1$ 051 Al (u!W Al 91.) (41do0 .8L -.18) au!lJalemalsem.9tnedayW!od atmm 00'09L'S3 00'501$ OS Al (um Al St) (41de0 ,14, -,OL) sun Jaiemalsem.9tJ!edaalu!od L9lMM 00'000'93 00'004$ 051 Al (um Al St) Weal ,04 -,9) sun Jalemaisem.9L nedab lu!od 091.MM 00'09n3 00'96$ OS Al (um Al St) (41de0 .9 -.0) aunJalema!seM,SLnedaalwod 691.MM 00'00S'LZ$ ()TOL 3 OSZ Al (u!W Al St) Oada0.61.4 awl iaiemalseM 2 t nedaa lu!od 85 LMM 00'09Z'9Z$ 00'903 09Z Al (u!W Al 51) (41da0 .84 -.Lt) au!l Jalemelsem „Zt J!edaa 1u!od a1.MM 00'00049Z$ 00'001$ 09Z Al (um Al St) (tilde() LK -.01) au!l Jalemalsem 21. l!edaalu!od 9S1MM 00'09L'£Z$ 00'96$ 09Z Al (um Al 51.) (Lide0 ,01 -,9) au!l JalemalseM.ZL nedaa lu!od 99 LAVA 00'009133$ 00'06$ OSZ Al OM Al St) (4000.9 -.0) au!l JaiemaiseM 21. nedaa lu!od LS LMM 00'09E8Z$ 00'91.3 05Z Al (u!W Al 91.) (41da0 my) au!lJalemaiseM,0LnedeNiu!od £9LMM OO'OSZ193$ 00'901$ 09Z Al (uM Al St) (41de0.81 -.44) am JalemalseM,pi,.!edaa mod ZSLMM 00'000'9Z$ 00'003 09Z Al (u!W Al SL) (41de0.41, -.00 au!l lalemalseM„p t nedaa lu!od 31,MM 00'09L'EZ$ 00'96$ OSZ Al (um Al 51) 041dea ,Ot -.9) au!lialemalseM,pLnedaa Mod 091,MM 00'093'tZ$ 00'58$ 09Z Al (um Al St) (4idea ,9 -p) au!l Jalemalsem .0 L J!edaa Mud 641MM 00'000'0£$ 0ow3 09Z Al (u!W Al 51) (41da0.8L<) au!lJaiemalsem.8 nedaalu!od 814MM aoud lx3 Gaud 1!110 X10 gun uogduosa0 •oN Cldw3 Wd EE.6E.3 9L0Z 9 L :00 peleol0 lioded 1SVDAI CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW169 Point Repair24" Wastewater Line (0'- 6' Depth) (15 LF Min) LF 150 S140.00 $21,000.00 WW170 Point Repair 24" Wastewater Line (6'- 10' Depth) (15 LF Min) LF 150 $150.00 $22,500.00 WW171 Point Repair 24" Wastewater Line (10'- 14' Depth) (15 LF Min) LF 150 $160.00 $24,000.00 WW172 Point Repair 24" Wastewater Line (14'- 18' Depth) (15 LF Min) LF 150 $170.00 $25,500.00 WW173 Point Repair 24" Wastewater Line (>18' Depth) (15 LF Min) LF 150 $180.00 $27,000.00 WW174 Point Repair 30" Wastewater Line (0'- 6' Depth) (15 LF Min) LF 150 $150.00 $22,500.00 WW175 Point Repair 30" Wastewater Line (6'- 10' Depth) (15 LF Min) LF 150 $160.00 $24,000.00 WW176 Point Repair 30" Wastewater Line (10'- 14' Depth) (15 LF Min) LF 150 $170.00 S25,500.00 W W 177 Point Repair 30" Wastewater Line (14'- 18' Depth) (15 LF Min) LF 150 $180.00 $27,000.00 W W 178 Point Repair 30" Wastewater Line (>18' Depth) (15 LF Min) LF 150 $190.00 $28,500.00 WW179 Point Repair 36" Wastewater Line (0'- 6' Depth) (15 LF Min) LF 100 $175.00 $17,500.00 WW180 Point Repair 36" Wastewater Line (6'- 10' Depth) (15 LF Min) LF 100 $185.00 $18,500.00 WW181 Point Repair 36" Wastewater Line (10'- 14' Depth) (15 LF Min) LF 100 $195.00 $19,500.00 WW182 Point Repair 36" Wastewater Line (>18' Depth) (15 LF Min) LF 100 S225.00 $22,500.00 WW183 Point Repair 36" Wastewater Line (>18' Depth) (15 LF Min) LF 100 $225.00 $22,500.00 WW184 Excavation Safety for Wastewater Line Point Repair (All Line Sizes & Depths) LF 1000 $75.00 S75,000.00 WW185 Obstruction Removal by Remote Device EA 3 $400.00 S1,200.00 WW186 Obstruction Removal by Excavation (0' - 6' Depth) EA 5 $250.00 $1,250.00 WW187 Obstruction Removal by Excavation (6' - 10' Depth) EA 5 $275.00 $1,375.00 WW188 Obstruction Removal by Excavation (10' - 14' Depth) EA 5 $300.00 $1,500.00 WW189 Obstruction Removal by Excavation (14' - 18' Depth) EA 5 $325.00 $1,625.00 CIVCAST Report Created On: 11/16/2016 2.•39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW190 Obstruction Removal by Excavation (>18' Depth) EA 5 8350.00 $1,750.00 WW191 Service Lateral Replacement (0' - 6' Depth Main, Includes Clean Out, Boot, coupling, etc.) (10 LF Min) LF 100 $90.00 $9,000.00 WW192 Service Lateral Replacement (6' - 10' Depth Main, Includes Clean Out, Boot, coupling, etc) (10 LF Min) LF 100 $100.00 $10,000.00 WW193 Service Lateral Replacement (10' - 14' Depth Main,Includes Clean Out, Boot, coupling, etc) (10 LF Min) LF 100 $115.00 $11,500.00 WW194 Service Lateral Replacement (14' - 18' Depth Main, Includes Clean Out, Boot, coupling, etc) (10 LF Min) LF 100 $150.00 $15,000.00 WW195 Service Lateral Replacement (>18' Depth Main, Includes Clean Out, Boot, coupling, etc) (10 LF Min) LF 100 $190.00 $19,000.00 WW196 Well Pointing for Line Work, Manhole, or Point Repair (Per LF of Trench) (0'-6' Depth) (15 LF Min) LF 250 $300.00 $75,000.00 WW197 Well Pointing for Line Work, Manhole, or Point Repair (Per LF of Trench) (6'-10' Depth) (15 LF Min) LF 250 $300.00 S75,000.00 WW198 Well Pointing for Line Work, Manhole, or Point Repair (Per LF of Trench) (10'-14' Depth) (15 LF Min) LF 250 $300.00 575,000.00 WW199 Well Pointing for Line Work, Manhole, or Point Repair (Per LF of Trench) (14'-18' Depth) (15 LF Min) LF 250 $300.00 $75,000.00 WW200 Well Pointing for Line Work, Manhole, or Point Repair (Per LF of Trench) (>18' Depth) (15 LF Min) LF 250 $300.00 $75,000.00 WW201 Remove & Replace 4" PVC Wastewater Forcemain( 4' Depth) LF 100 $100.00 S10,000.00 WW202 Remove & Replace 6" PVC Wastewater Forcemain( 4' Depth) LF 100 $105.00 810,500.00 WW203 Remove & Replace 8" PVC Wastewater Forcemain( 4' Depth) LF 100 8115.00 811,500.00 WW204 Remove & Replace 10" PVC Wastewater Forcemain( 4' Depth) LF 100 $130.00 $13,000.00 WW205 Remove & Replace 12" PVC Wastewater Forcemain( 4' Depth) LF 100 $140.00 $14,000.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW206 Remove & Replace 14" PVC Wastewater Forcemain( 4' Depth) LF 50 $165.00 $8,250.00 WW207 Remove & Replace 18" PVC Wastewater Forcemain( 4' Depth) LF 50 $200.00 $10,000.00 WW208 Remove & Replace 20" PVC Wastewater Forcemain( 4' Depth) LF 50 $235.00 $11,750.00 WW209 Remove & Replace 24" PVC Wastewater Forcemain( 4' Depth) LF 50 $280.00 $14,000.00 WW210 Remove & Replace 30" PVC Wastewater Forcemain( 4' Depth) LF 50 5360.00 518,000.00 WW211 Excavation Safety for Forcemain (AH Line Sizes) LF 750 $25.00 $18.750.00 WW212 Control of Wastewater Flows with Bypass Pumping(Lines 8") DAY 10 $1,500.00 515,000.00 WW213 Bypass Force Main for Control of 8" Wastewater Flows LF 500 $25.00 512,500.00 WW214 Control of Wastewater Flows with Bypass Pumping (10"-12" Lines) DAY 10 $1,500.00 515.000.00 WW215 Bypass Force Main for Control of 10"- 12" Wastewater Flows LF 500 $25.00 $12,500.00 WW216 Control of Wastewater Flows with Bypass Pumping(15"-18" Lines) DAY 10 $1,500.00 $15.000.00 WW217 Bypass Force Main for Control of 15"- 18" Wastewater Flows LF 500 $25.00 $12,500.00 WW218 Control of Wastewater Flows with Bypass Pumping(24" Lines) DAY 10 $2,000.00 $20,000.00 WW219 Bypass Force Main for Control of 24" Wastewater Flows LF 500 $35.00 $17,500.00 WW220 Control of Wastewater Flows with Bypass Pumping(30" Lines) DAY 10 $2,000.00 S20,000.00 WW221 Bypass Force Main for Control of 30" Wastewater Flows LF 500 $35.00 $17,500.00 WW222 Control of Wastewater Flows with Bypass Pumping(36" Lines) DAY 10 $3,200.00 $32,000.00 WW223 Bypass Force Main for Control of 36" Wastewater Flows LF 500 $40.00 $20,000.00 WW224 Furnish Vacuum Truck (Tandem) DAY 10 $500.00 $5,000.00 WW225 Furnish Vacuum Truck (Tanker) DAY 10 $500.00 $5,000.00 WW226 Plugs and/or Flow-thru Plugs ( 8") DAY 75 $55.00 $4,125.00 WW227 Plugs and/or Flow-thru Plugs (10") DAY 75 $60.00 $4,500.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW228 Plugs and/or Flow-thru Plugs (12") DAY 75 $65.00 $4,875.00 WW229 Plugs and/or Flow-thru Plugs (14") DAY 75 570.00 55,250.00 WW230 Plugs and/or Flow-thru Plugs (15") DAY 50 575.00 53,750.00 WW231 Plugs and/or Flow-thru Plugs (18") DAY 50 580.00 S4,000.00 WW232 Plugs and/or Flow-thru Plugs (20") DAY 50 $100.00 55,000.00 WW233 Plugs and/or Flow-thru Plugs (30") DAY 25 5140.00 53,500.00 WW234 Plugs and/or Flow-thru Plugs (36") DAY 25 5170.00 $4,250.00 WW235 PRE CCTV - Clean & Televise Wastewater Lines(Lines 8") LF 2000 $6.00 512,000.00 WW236 POST CCTV - Televise Wastewater Lines (Lines 8" ) LF 3500 $2.50 $8,750.00 WW237 PRE CCTV - Clean & Televise Wastewater Lines(10"-12" Lines) LF 4000 $6.50 526,000.00 WW238 POST CCTV - Televise Wastewater Lines(10"-12" Lines) LF 6800 52.50 $17,000.00 WW239 PRE CCTV - Clean & Televise Wastewater Lines(15"-18" Lines) LF 3500 $9.25 $32,375.00 WW240 POST CCTV - Televise Wastewater Lines (15"-18" Lines) LF 5050 $2.25 511,362.50 WW241 PRE CCTV - Clean & Televise Wastewater Lines(24" Lines) LF 1500 $14.50 $21,750.00 WW242 POST CCTV - Televise Wastewater Lines (24" Lines) LF 2150 52.25 $4,837.50 WW243 PRE CCTV - Clean & Televise Wastewater Lines(30" Lines) LF 1500 $22.00 $33,000.00 WW244 POST CCTV - Televise Wastewater Lines(30" Lines) LF 2150 $2.25 54,837.50 WW245 PRE CCTV - Clean & Televise Wastewater Lines(36" Lines) LF 1500 530.00 545,000.00 WW246 POST CCTV - Televise Wastewater Lines (36" Lines) LF 1600 $2.25 $3,600.00 WW247 CCTV Reverse Set-up (Unable to Traverse Line on Initial Set-up) EA 15 51,000.00 $15,000.00 WW248 CCTV Set-ups EA 30 $25.00 $750.00 WW249 Clean & CCTV Manhole / Manhole Inspection EA 25 5425.00 $10,625.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW250 DIP( 8") Fittings (Includes necessary gaskets, bolts, MJ joints, and all fitting appurtenances) EA 10 $400.00 $4,000.00 WW251 DIP (10" - 12") Fittings (Includes necessary gaskets, bolts, MJ joints, and all fitting appurtenances) ) EA 10 $900.00 $9,000.00 WW252 DIP (15" - 18") Fittings (Includes necessary gaskets, bolts, MJ joints, and all fitting appurtenances) EA 10 $1,400.00 $14,000.00 WW253 DIP (21" - 24") Fittings (Includes necessary gaskets, bolts, MJ joints, and all fitting appurtenances) EA 10 $1,800.00 $18,000.00 WW254 DIP (30" - 36") Fittings (Includes necessary gaskets, bolts, MJ joints, and all fitting appurtenances) EA 10 $3,800.00 S38,000.00 WW255 ( 8") Mechanically Restrained Coupling Adapters & associated hardware (Mega lug or Engineer approved equal) EA 25 $650.00 516,250.00 WW256 (10" - 12")Mechanically Restrained Coupling Adapters & associated hardware (Mega lug or Engineer approved equal) EA 25 $1,250.00 $31,250.00 WW257 (15" - 18") Mechanically Restrained Coupling Adapters & associated hardware (Mega lug or Engineer approved equal) EA 25 $2,400.00 $60,000.00 WW258 (21" - 24")Mechanically Restrained Coupling Adapters & associated hardware (Mega lug or Engineer approved equal) EA 25 $3,000.00 $75,000.00 VVW259 (30" - 36") Mechanically Restrained Coupling Adapters & associated hardware (Mega lug or Engineer approved equal) EA 25 S6,500.00 $162,500.00 WW260 8" Steel Casing Pipe LF 75 $60.00 $4,500.00 WW261 12" Steel Casing Pipe LF 75 $70.00 $5,250.00 WW262 18" Steel Casing Pipe LF 75 $90.00 $6,750.00 WW263 24" Steel Casing Pipe LF 50 $140.00 $7,000.00 WW264 30" Steel Casing Pipe LF 50 $225.00 $11,250.00 WW265 36" Steel Casing Pipe LF 50 $250.00 $12,500.00 WW266 Remove Existing Wastewater Manhole (All sizes) EA 50 $2,200.00 $110,000.00 WW267 Replace 4 ft Dia. Wastewater Manhole (0'-6' Depth) EA 40 $3,400.00 $136,000.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW268 Extra Depth for 4 ft Dia Wastewater Manhole(Over 6' Depth) VF 60 $225.00 $13,500.00 WW269 Replace 5 ft Dia Wastewater Manhole (0'-6' Depth) EA 5 $4,500.00 $22,500.00 WW270 Extra Depth for 5 ft Dia Wastewater Manhole(Over 6' Depth) VF 10 $335.00 $3,350.00 WW271 Replace 6 ft Dia Wastewater Manhole (0'-6' Depth) EA 5 $6,000.00 $30,000.00 WW272 Extra Depth for 6 ft Dia Wastewater Manhole(Over 6' Depth) VF 10 $400.00 $4,000.00 WW273 4 ft Dia Polymer System Manhole Rehab(0'-6' Depth) EA 100 S1,550.00 $155,000.00 WW274 Extra Depth for 4 ft Dia. Polymer System Manhole Rehab(Over 6' Depth) VF 130 $240.00 $31,200.00 WW275 5 ft Dia Polymer System Manhole Rehab(0'-6' Depth) EA 10 $1,950.00 $19,500.00 WW276 Extra Depth for 5 ft Dia. Polymer System Manhole Rehab (Over 6' Depth) VF 20 $270.00 $5,400.00 WW277 6 ft Dia Polymer System Manhole Rehab(0'-6' Depth) EA 5 $2,250.00 $11,250.00 WW278 Extra Depth for 6 ft Dia. Polymer System Manhole Rehab(Over 6' Depth) VF 10 $300.00 $3,000.00 WW279 4 ft Dia Wastewater Manhole FRP Rehab (0'-6' Depth) EA 50 $3,500.00 $175,000.00 WW280 Extra Depth for 4 ft Dia. Wastewater Manhole FRP Rehab. (Over 6' Depth) VF 80 $300.00 $24,000.00 WW281 5 ft Dia Wastewater Manhole FRP Rehab (0'-6' Depth) EA 10 $5,000.00 $50,000.00 WW282 Extra Depth for 5 ft Dia. Wastewater Manhole FRP Rehab. (Over 6' Depth) VF 20 $525.00 $10,500.00 WW283 6 ft Dia Wastewater Manhole FRP Rehab (0'-6' Depth) EA 5 $6,000.00 $30,000.00 WW284 Extra Depth for 6 ft Dia. Wastewater Manhole FRP Rehab. (Over 6' Depth) VF 10 $675.00 $6,750.00 WW285 Excavation Safety for Wastewater Manholes(0' - 6' Depth) EA 115 $50.00 $5,750.00 WW286 Extra Depth for Excavation Safety for Wastewater Manholes(>6' Depth) VF 150 $200.00 530,000.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW287 Manhole Connections ( 8") EA 200 $175.00 $35,000.00 WW288 Manhole Connections (10" - 12") EA 50 $225.00 $11,250.00 WW289 Manhole Connections (15" - 18") EA 20 $350.00 $7,000.00 WW290 Manhole Connections (21" - 24") EA 10 $350.00 $3,500.00 WW291 Manhole Connections (30" - 36") EA 10 $450.00 $4,500.00 WW292 Remove & Replace 30" Manhole Ring & Cover (Includes S.S. inflow inhibitor and new HDPE adjustment rings) EA 10 $950.00 $9,500.00 WW293 Remove & Replace 36" Manhole Ring & Cover (Includes S.S. inflow inhibitor and new HDPE adjustment rings) EA 10 $1,200.00 $12,000.00 WW294 Reconstruct Manhole Top Corbel (Any Size) EA 10 $1,500.00 $15,000.00 WW295 Reconstruct Manhole Bench & Inverts as per specifications EA 10 $500.00 $5,000.00 WW296 Cement Stabilized Sand Backfill (1.5 sacks of cement per 1 CY of sand) TON 1000 $50.00 $50,000.00 WW297 Cut & Restore HMAC Pavement(Includes Base & Prime Coat) SY 1000 $82.00 $82,000.00 WW298 Additional HMAC Pavement Thickness (0112" per SY) SY 500 $12.00 $6,000.00 WW299 Additional Limestone Base Thickness (1" per SY) SY 500 $5.00 $2,500.00 WW300 Select Backfill Material CY 1000 $4.00 $4,000.00 WW301 Flowable Backfill CY 500 $120.00 $60,000.00 WW302 Cut & Restore Concrete Pavement (Includes Base) SY 250 $110.00 $27,500.00 WW303 Additional Concrete Pavement Thickness(1" per SY) SY 100 $20.00 $2,000.00 WW304 Signing & Traffic Control (Detail A) DAY 15 $500.00 $7,500.00 WW305 Signing & Traffic Control (Detail B) DAY 15 $500.00 $7,500.00 WW306 Signing & Traffic Control (Detail C) DAY 15 $500.00 $7,500.00 WW307 Signing & Traffic Control (Detail D) DAY 15 $500.00 $7,500.00 WW308 Signing & Traffic Control (Detail E) DAY 15 $500.00 $7,500.00 WW309 Signing & Traffic Control (Detail F) DAY 15 $500.00 $7,500.00 WW310 Signing & Traffic Control (Detail G) DAY 15 $500.00 $7,500.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW311 Signing & Traffic Control (Detail H) DAY 15 $500.00 $7,500.00 WW312 Signing & Traffic Control (Detail I) DAY 15 $500.00 $7,500.00 WW313 Signing & Traffic Control (Detail J) DAY 15 $500.00 $7,500.00 WW314 Signing & Traffic Control (Detail K) DAY 15 $500.00 $7,500.00 WW315 Signing & Traffic Control (Detail L) DAY 15 $500.00 $7,500.00 WW316 Signing & Traffic Control (Detail M) DAY 15 $500.00 $7,500.00 WW317 Signing & Traffic Control (Detail N) DAY 15 $500.00 $7,500.00 WW318 Portable Changeable Message Signs (PCMS) DAY 25 $250.00 $6,250.00 WW319 Flashing Arrow Boards DAY 25 $250.00 $6,250.00 WW320 Flagger, Complete in Place Per 24- hour Period DAY 10 $750.00 $7,500.00 WW321 Removal & Replacement of Chain link Fencing LF 250 $25.00 $6,250.00 WW322 Removal & Replacement of Wood Fencing LF 250 $25.00 $6,250.00 WW323 Temporary Construction Entrance/Exit - All Weather Access Road EA 5 $500.00 $2,500.00 WW324 Tree Removal (Up to 8" Dia. Trunk) EA 5 $500.00 $2,500.00 WW325 Tree Removal (Greater Than 8" Dia. Trunk) EA 5 $750.00 $3,750.00 WW326 Erosion Control —Sodding SY 250 $4.00 $1,000.00 WW327 Erosion Control —Seeding SY 250 $2.00 $500.00 WW328 Erosion Control -Temporary Sediment Control Fence (Silt Fence and/or Silt Barrier) LF 1500 $1.00 $1.500.00 WW329 Inlet Protection EA 25 $60.00 $1,500.00 WW330 Remove and Replace Driveway SF 750 $16.00 $12,000.00 WW331 Remove and Replace Sidewalk SF 1000 $12.00 $12,000.00 WW332 Remove and Replace Curb and Gutter or Valley Gutter LF 500 $20.00 $10,000.00 WW333 Remove and Replace Curb Ramp EA 5 $1,750.00 $8,750.00 WW334 Grout Fill & Abandon in place CY 100 $200.00 $20,000.00 WW335 Remove, Relocate, and Reinstall Mail Box EA 5 $50.00 $250.00 WW336 Site Clearing and Stripping AC 1 $2,500.00 $2,500.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW337 Disposal of Contaminated Groundwater, Allowance per lump - sum LS 1 $10,000.00 $10,000.00 WW338 Preparation and Implementation of a Traffic Control Plan Allowance per lump -sum LS 1 $5,000.00 $5,000.00 Sub Total: $4,817.087.50 00 6113 PERFORMANCE BOND BOND NO. SU1145901 Contractor as Principal Name: IPR South Central, 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: E17085 City -Wide Collection System Replacement and Rehabilitation ID/IQ Program (Contract Renewal #1- E16255) Award Date of the Contract: October 3, 2017 Contract Price: $2,000,000.00 Bond Date of Bond: October 10, 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, Ste 1500, Philadelphia, PA 19102 Physical address (principal place of business): 3 Parkway, Ste 1500, Philadelphia, PA 19102 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: Borden Insurance Address: 210 S. Carancahua Corpus Christi, TX 78403 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 6113 -1 E17085 City -Wide Collection System Repl/Rehab ID/IQ Program (Cont Ren #1- E16255) 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 Signature: ( "�/%A R Surety Arch Insurance Company Signature: - i Name: -jc 0 hr) Name: Victoria Parkerson Title: Sy- . 6-ehGvad ner Title: Attorney-in-Fact Email Address: Jr okn L° 1T-w'r'r . (DM Email Address: victoria.parkerson@alliant.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E17085 City -Wide Collection System Repl/Rehab ID/IQ Program (Cont Ren #1- E16255) 006113-2 7-8-2014 7 • duiowe x. ff•s" fir y) AIC 0000214394 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 0000214394 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 David M. Ti 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 GOMMONWEALIN OF tENNSYLVANIA NOTARIAL SEAL HELEN SZAFRAN, Notary Public City of Phltaielphia, Phlta. County My Comnzssktn Expires October 3, 2017 r---.7 elen Sz�N6taryPubli My commission expires 10/0312017 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 )(141-- day of OCzl,er , 20 / 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 W KtiJINT SEAL 1971 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 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 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 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 00 61 16 PAYMENT BOND BOND NO. SU1145901 Contractor as Principal Name: IPR South Central, 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: E17085 City -Wide Collection System Replacement and Rehabilitation ID/IQ Program (Contract Renewal #1- E16255) Award Date of the Contract: October 3, 2017 Contract Price: $2,000,000.00 Bond Date of Bond: October 10, 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, Ste 1500, Philadelphia, PA 19102 Physical address (principal place of business): 3 Parkway, Ste 1500, Philadelphia, PA 19102 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 5. Carancahua Corpus Christi, TX 78403 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 E17085 City -Wide Collection System Repl/Rehab ID/IQ Program (Cont Ren #1- E16255) 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 Signature: Surety Arch Insurance Company Signature: Name: C, Orn Name: Vict ria Parkerson Title: 'Sr• Gel'1Vita MCLIV1 tr Title: Attorney -in -Fact Email Address: k 0� c2 + r. tf r .,, r,., Email Address: victoria.parkerson@alliant.com (Attach Power of Attorney and place surety seal below) r.. .., • 4 u` END OF SECTION Payment Bond Form E17085 City -Wide Collection System Repl/Rehab I0/10 Program (Cont Ren #1- E16255) 006116-2 7-8-2014 • • •t AIC 0000214393 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 ($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 0000214393 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 MLssoufi Arch Insurance Company David M. 5Tr R 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 GOMNONWEALTH OF PENNSYLVANIA NOTARIAL SEAL HELEN SZAFRAN, Notary Public City of PhIladephia, Phila. County Pity Ccmmssian Expires October 3, 2017 elen Szafran, tary P'ubli 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 1O' day of OCA -1)62( , 20 1'7 4/(LA, 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 Missouri 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 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/11/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Alliant Insurance Services Houston, LLC 5444 Westheimer, Suite 900 Houston, TX 77056 CONTACT NAME:Amber Breaux PHONE (A/C, No, Ext):713-470-4123 FAX (A/C, No):713-470-4124 E-MAIL ADDRESS:abreaux@alliant.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A:Greenwich Insurance Company 22322 INSURED PM Construction & Rehab, LLC dba IPR South Central LLC 131 N. Richey Pasadena, TX 77506 INSURER B:Starr Indemnity & Liability Company 38318 INSURER C:XL Specialty Insurance Company 37885 INSURER D:Indian Harbor Insurance Company 36940 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 LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS A X COMMERCIAL GENERAL LIABILITY CGD740922004 04/01/2017 04/01/2018 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence)$300,000 MED EXP (Any one person)$10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $2,000,000 POLICY X PRO- JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER:$ A AUTOMOBILE LIABILITY CAD740922104 04/01/2017 04/01/2018 COMBINED SINGLE LIMIT(Ea accident)$2,000,000 X ANY AUTO BODILY INJURY (Per person)$ OWNEDAUTOSONLY SCHEDULEDAUTOS BODILY INJURY (Per accident)$ HIRED AUTOSONLY NON-OWNEDAUTOS PROPERTY DAMAGE(Per accident)$ $ B UMBRELLA LIAB X OCCUR 1000023511 04/01/2017 04/01/2018 EACH OCCURRENCE $15,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $15,000,000 DED RETENTION $$ C WORKERS COMPENSATION Y/N N/A CWD740921904 04/01/2017 04/01/2018 X PERSTATUTE OTH-ERAND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED?N E.L. EACH ACCIDENT $1,000,000 (Mandatory in NH) If yes, describe underDESCRIPTION OF OPERATIONS below E.L. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE -POLICY LIMIT $1,000,000 D OTHER POLLUTION LIABILITY CEO742019402 04/01/2017 04/01/2018 EACH LOSS $ 10,000,000 AGGREGATE $ 10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is re quired) Re: City Wide Collection System Replacement and Rehabilitation ID/IQ Program (Contract Renewal #1 -E16255)-Project No. E17085. City of Corpus Christi.The General Liability and Commercial Auto policy includes blanket Additional Insured endorsements that provide Additional Insured status to certain persons and organizations when required by written contract and subject to the terms and conditions of the endorsements.The Auto, General Liability, and Workers Compensation policy includes a blanket Waiver of Subrogation when required by contract or written agreement and subject to the terms and conditions of the endorsements.The General Liability policy provides that to the extent that insurance is afford ed 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.The Pollution Liability policy includes blanket Additional Insured when required by written contract and subject to the terms and conditions per policy form KLD0510113. CERTIFICATE HOLDER CANCELLATION City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 78401 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 ACORD CORPORATION.All rights reserved. ACORD 25 (2016/03)The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/13/2017 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 T HE 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 be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ALLIANT INSURANCE SERVICES HOUSTON, LLC 5444 WESTHEIMER SUITE 900 HOUSTON, TX 77056 CONTACT NAME:Amber Breaux PHONE (A/C, No, Ext):713-470-4123 FAX (A/C, No):713-470-4124 E-MAIL ADDRESS:abreaux@alliant.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A:Mid-Continent Casualty Company 23418 INSURED City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 78401 INSURER B: INSURER C: 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 PER IOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH T HIS 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 LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS A GENERAL LIABILITY 04OCP1000205 10/13/2017 12/31/2019 EACH OCCURRENCE $1,000,000 COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Ea occurrence)$ CLAIMS-MADE X OCCUR MED EXP (Any one person)$ X OWNERS/CONTRACTORS PROTECTIVE PERSONAL & ADV INJURY $ GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER:PRODUCTS-COMP/OP AGG $ X POLICY PRO-JECT LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT(Ea accident)$ ANY AUTO BODILY INJURY (Per person)$ ALL OWNEDAUTOS SCHEDULEDAUTOS BODILY INJURY (Per accident)$ HIRED AUTOS NON-OWNEDAUTOS PROPERTY DAMAGE(Per accident)$ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION $$ WORKERS COMPENSATION Y/N N/A WC STATU-TORY LIMITS OTH-ERAND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED?E.L. EACH ACCIDENT $ (Mandatory in NH) If yes, describe underDESCRIPTION OF OPERATIONS below E.L. DISEASE -EA EMPLOYEE $ E.L. DISEASE -POLICY LIMIT $ OTHER EACH LOSS $ AGGREGATE $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)Contractor:PM Construction & Rehab, LLC dba IPR South Central, LLCContract Number:Contract Renewal #1 E-16255, Project No. E17085Job Description:City Wide Collection System Replacement and Rehabilitation ID/IQ Pro gramJob Location:City Limits,Corpus Christi, TXContract Amount: 2,000,000.00 CERTIFICATE HOLDER CANCELLATION City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 78401 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 © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05)The ACORD name and logo are registered marks of ACORD XIC 411 1013 © 2013 X.L. America, Inc. All Rights Reserved.Page 1 of 1 May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: 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. POLICY NUMBER:CAD740922104 COMMERCIAL AUTO CA 20 01 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 20 01 10 13 © Insurance Services Office, Inc.,2011 Page 1 of 2 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 Page 2 of 2 © Insurance Services Office, Inc.,2011 CA 20 01 10 13 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". 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. POLICY NUMBER:CAD740922104 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 04 44 10 13 © Insurance Services Office, Inc.,2011 Page 1 of 1 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. POLICY NUMBER:CGD740922004 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 04 13 © Insurance Services Office, Inc.,2012 Page 1 of 2 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 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", "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. 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. Page 2 of 2 © Insurance Services Office, Inc.,2012 CG 20 10 04 13 C.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. POLICY NUMBER:CGD740922004 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 04 13 © Insurance Services Office, Inc.,2012 Page 1 of 1 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. 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. POLICY NUMBER:CGD740922004 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 CG 24 04 05 09 © Insurance Services Office, Inc.,2008 Page 1 of 1  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. 1983 National Council on Compensation Insurance. 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) IXI 405 0910 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. 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 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 CITY OF DETROIT ATTN: MR. DARRYL LATIMER 735 RANDOLPH DETROIT, MI 48226 30 CITY OF DURAND 215 WEST CLINTON STREET DURAND, MI 48429 30 CITY OF EAST LANSING 410 ABBOT RD. EAST LANSING, MI 48823 30 CITY OF EDINBURY ATTN: ARTURO MARTINEZ PO BOX 1079 EDINBURG, TX 78540 30 All other terms and conditions of the Policy remain unchanged. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 57 (Ed. 12/10) WC 99 06 57 Ed. 12/10 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. 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 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___________________________________ IXI 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 CITY OF DETROIT ATTN: MR. DARRYL LATIMER 735 RANDOLPH DETROIT, MI 48226 30 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.