Loading...
HomeMy WebLinkAboutC2019-257 - 2/15/2019 - NA C/019 257 2/15/19 IPR South Central LLC 00 52 23 AGREEMENT This Agreement is the Third Renewal of the City-Wide Collection System Pipebursting(Part A) IDIQ— Project No. E15089 awarded on January 12, 2016 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 Pipebursting(Part A)ID/IQ—Contract Renewal#3(E15089) Prosect No.18145A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV,Inc. 801 Navigation,Suite 300 Corpus Christi,TX 78408 2.02 The Owner's Authorized Representative for this Project is: Kent Power,P.E.—Acting Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This is the Third One-Year Renewal,Project 18145A,of the Original Contract E15089 City- Wide Collection System Pipebursting(Part A)ID/IQ. The Third Renewal Contract extension will not exceed the amount of$3,750,000.00 for one year. This project will be executed by multiple indefinite quantity Delivery Orders. The initial contract duration shall be 12 months and will be subject to renewal for up to four(4) additional 12-month periods. Each delivery order will be issued with an allowable working time(calendar days)and will be based on the durations identified in the Working Time Table provided in SECTION 0135 00 SPECIAL PROCEDURES. The Work is required to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed. Agreement 00 52 23-1 City-Wide Collection System Pipebursting(Part A)ID/IQ Cont Ren#3 REV 03-23-2015 City Project No. 18145A S( ANNFD CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITY-WIDE COLLECTION SYSTEM PIPEBURSTING ID/IQ E15089 MMNF City of x✓ Corpus Christi LNV, Inc. /*: 7•WILLUMLOGAN ......./ t....`...•99388.•:� •'`fi ./CENS.........i BONA s"...J 801 Navigation, Suite 300 / Corpus Christi, TX / 361-883-1984 Record Drawing Number SAN 565 August 28, 2015 00 01 00 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 06/12/2015) 00 30 00 Bid Acknowledgment Form (Rev 06/12/2015) 00 30 01 Bid Form (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non -Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement (Rev 03/23/2015) 00 61 13 Performance Bond (Rev7/3/2014) 00 61 16 Payment Bond (Rev 7/3/2014) 00 72 00 General Conditions (Rev 3/23/2015) 00 72 01 Insurance Requirements (Rev7/3/2014) 00 72 02 Wage Rate Requirements (Rev 06/12/2015) 00 72 03 Minority / MBE / DBE Participation Policy 00 73 00 Supplementary Conditions 00 7/1 00 Spccial Conditions for Funding Agcncy Division 01 General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev 03/11/2015) 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register (Rev 7/3/2014) 01 33 02 Shop Drawings Table of Contents City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 000100-1 REV 06-12-2015 Division / Section Title 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 31 01 Buy Amcrican Provisions (ARRA} 01 31 02 Buy Amcrican Ccrtification (ARRA} 01 34 03 Buy Amcrican Provisions (TWDB} 01 3/1 0/1 Buy American Certification (TWDB) 01 35 00 Special Procedures 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing and Stripping 022020 Excavation and Backfill for Utilities and Sewers 022100 Select Material 022420 Silt Fence 025404 Asphalts, Oils, and Emulsions 026202 Hydrostatic Testing of Pressure System 026210 Polyvinyl Chloride Pipe 026214 Grouting Abandoned Utility Lines 027203 Vacuum Testing of Wastewater Manholes and Structures 027604 Disposal of Waste from Sanitary Sewer Cleaning Operations 028300 Fence Relocation 032020 Reinforcing Steel 037040 Epoxy Compounds 038000 Concrete Structures 055420 Frames, Grates, Rings, and Covers Part T Technical Specifications 000500-T Mobilization/Demobilization 020800-T Well Pointing, Dewatering and Disposal Table of Contents City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 000100-2 REV 06-12-2015 Division / Section Title 021040-T Site Grading 021080-T Removing Old Structures 022030-T Trench Safety 025205-T Pavement Repair, Curb, Gutter, Sidewalk & Driveway Replacement 025215-T Cement Stabilized Limestone Base 025220-T Flexible Base — Limestone 025412-T Prime Coat 025424-T Hot Mix Asphaltic Concrete Pavement 025610-T Concrete Curb and Gutter 025612-T Concrete Sidewalks and Driveways 025614-T Concrete Curb Ramps 025802-T Temporary Traffic Controls Used During Construction 027200-T Control of Wastewater Flows 027205-T Fiberglass Manholes for Wastewater 027208-T Rehabilitation of Wastewater Manholes using Polymer Systems 027602-T Gravity Wastewater Lines 027606-T Service Lateral Replacement 027611-T Cleaning and Televised Inspection of Wastewater Lines 027618-T Wastewater Line Rehabilitation / Pipebursting 027620-T Point Repairs and Obstruction Removals 028020-T Seeding 020840-T Sodding 028200-T Mail Box Relocation 028250-T Wood Fences and Gates 028310-T Chain Link Fences and Gates 030020-T Portland Cement Concrete Appendix Title Attachment A Sample Site Location Maps END OF SECTION Table of Contents City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 000100-3 REV 06-12-2015 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1— DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2 — GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: CITY-WIDE COLLECTION SYSTEM PIPEBURSTING ID/IQ PROJECT NO. E15089 This project consists of Wastewater Collection System rehabilitation improvements in the City of Corpus Christi. The scope of work includes, but is not limited to: rehabilitation and/or replacement of gravity collection lines by pipe bursting lines 6" to 24" in diameter, control of wastewater flows, cleaning and televised inspection of conduits, and temporary traffic controls. All work will be executed with multiple indefinite quantity delivery orders, as required, in accordance with the plans, specifications, and contract documents. The initial contract will be for a one (1) year (12 -calendar months) base contract with four (4) optional (1) year (12 -calendar months) extensions_ 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $3,750,000. The Project is to be completed and ready for operation within 365 days. The Project is to be complete and eligible for Final Payment 30 days after the date for 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 City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 002113-1 REV 06-12-2015 ARTICLE 3 — PRE-BID CONFERENCE 3.01 A non -mandatory pre-bid conference for the Project will be held on September 23, 2015 at 2:00 pm at the following location: City Hall Building — Capital Programs Conference Room 1 or 2 3rd floor. Capital Programs Department (formerly "Engineering Department") 1201 Leopard Street, Corpus Christi, Texas 78401 ARTICLE 4 — COPIES OF CONTRACT DOCUMENTS 4.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 4.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 4.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 5 — EXAMINATION OF CONTRACT DOCUMENTS 5.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the Invitation to Bid and Instructions to Bidders City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 002113-2 REV 06-12-2015 related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 6 — INTERPRETATIONS AND ALTERNATE BIDS 6.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 6.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 6.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 7 — BID SECURITY 7.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of $187,500. 7.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 7 below. 7.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the contract amount ($187,500) if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. Invitation to Bid and Instructions to Bidders City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 002113-3 REV 06-12-2015 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 7.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 7.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 7.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 7.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 8 — PREPARATION OF BID 8.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 8.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 8.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 8.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 8.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 9 — DELIVERY OF BIDS 9.01 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 9.02 Bids must be received no later than October 7, 2015 at 2:00 pm to be accepted. The Bids will be publicly opened and read aloud at this time in the City Council Chambers or Staff Room, 1st floor of the City Hall Building. Bids received after this time will not be accepted. 9.03 Electronic Bids may be submitted to the CivCastUSA website at www.CivCastUSA.com. Invitation to Bid and Instructions to Bidders City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 002113-4 REV 06-12-2015 9.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid — City -Wide Collection System Pipebursting ID/IQ (Project No. E15089) All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 10 — CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of "confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11— MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. Invitation to Bid and Instructions to Bidders City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 002113-5 REV 06-12-2015 ARTICLE 12 — OPENING OF BIDS 12.01 Bids will be publicly opened and read aloud at October 7, 2015 at 2:00 pm, at the following location: City Hall Building - City of Corpus Christi First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi, Texas 78401 12.02 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 13 — BIDS REMAIN SUBJECT TO ACCEPTANCE 13.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 14 — STATEMENT OF EXPERIENCE 14.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 15 — EVALUATION OF BIDS 15.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, whether the Bidder has met the minimum specific project experience requirements. 15.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 15.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 16 — AWARD OF CONTRACT 16.01 The Bidder selected for award of the Contract will be either the lowest responsible Bidder or the Bidder who provides the best value for Owner 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 Invitation to Bid and Instructions to Bidders City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 002113-6 REV 06-12-2015 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. 16.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 17 — MINORITY / MBE / DBE PARTICIPATION POLICY 17.01 Selected Contractor is required to comply with the Owner's Minority / MBE / DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE / DBE PARTICIPATION POLICY. 17.02 Minority participation goal for this Project has been established to be 45% of the Contract Price. 17.03 Minority Business Enterprise participation goal for this Project has been established to be 15% of the Contract Price. ARTICLE 18 — BONDS AND INSURANCE 18.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 18.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 19 — SIGNING OF AGREEMENT 19.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (4) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 20 — SALES AND USE TAXES 20.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. Invitation to Bid and Instructions to Bidders City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 002113-7 REV 06-12-2015 20.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 21— WAGE RATES 21.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 22 — BIDDER'S CERTIFICATION OF NO LOBBYING 22.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process, the City may, in its discretion, reject the Bid. ARTICLE 23 — REJECTION OF BID 23.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre -Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 23.02 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. 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 Invitation to Bid and Instructions to Bidders City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 002113-8 REV 06-12-2015 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. END OF SECTION Invitation to Bid and Instructions to Bidders City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 002113-9 REV 06-12-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor's Pollution Liability/ Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim ■ Required X Not Required Builder's Risk (All Perils including Collapse) Equal to Contract Price ■ Required X Not Required Installation Floater Equal to Contract Price ■ Required X Not Required Owner's Protective Liability Equal to Contractor's liability insurance ■ Required X Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 007201-1 REV 07-03-2014 B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. Insurance Requirements City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 007201-2 REV 07-03-2014 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and Insurance Requirements City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 007201-3 REV 07-03-2014 h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. Insurance Requirements City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 007201-4 REV 07-03-2014 H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that Insurance Requirements City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 007201-5 REV 07-03-2014 caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10.Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11.Include testing and startup. 12.Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional Insurance Requirements City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 007201-6 REV 07-03-2014 insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 007201-7 REV 07-03-2014 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 — TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. Insurance Requirements City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 007201-8 REV 07-03-2014 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. Insurance Requirements City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 007201-9 REV 07-03-2014 I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements City -Wide Collection System Pipebursting ID/IQ City Project No. E15089 00 72 01-10 REV 07-03-2014 00 9101 ADDENDUM NUMBER _01 Project: CW Collection System Pipebursting IDIQ Project Number: E15089 Owner: City of Corpus Christi City Engineer: Jeff Edmonds, P.E. Designer: LNV Engineering Inc. Addendum No. 01 Specification Section: 00 9101 Issue Date: October 1, 2015 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, mo•'fications or deletions to the Contract Documents described in this Addendum. e b of . • /0 me Dat' Addendum Items: DELIVERY OF BIDS DELAYED BY ONE WEEK NEW BID DATE: OCTOBER 14, 2015, 2:00 p.m. ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non- responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 2113 INVITATION TO BID and INSTRUCTIONS TO BIDDERS—Articles 9 and 12; SECTION 00 30 00 BID ACKNOWLEDGMENT FORM — Article 1: 1. The date for receipt of Bids has been changed to Wednesday, October 14, 2015. The time and location for the receipt of Bids remains unchanged. END OF ADDENDUM NO. 01 Addendum No. 01 00 9101-1 Corpus Christi Standards - Regular Projects REV 03-09-2015 January 7, 2019 City of Corpus Christi Engineering Services 4917 Holly Rd, Bldg 5 Corpus Christi, TX 78411 Mr. Pablo Martinez Project Manager Inland Pipe Rehabilitation 1510 Klondike Road Suite 400 Conyers, GA30094 Subject: City -Wide Collection System Pipebursting ID/IQ E18145A Year 4 Renewal Request 3 (Original contract E15089) The letter is to formally accept and agree to renew our contract E15089 with the City of Corpus Christi for an additional year at the existing prices. We would like to continue work without interruption. Should you have any questions or require additional information, please feel free to call me at 281-979- 6797. (1,a,r 06,e9y/i Wade Gibson General Manager, Pipeburst Division Restoring Communities with Safe, Smart, and Lasting Infrastructure www.teamipr.com ITEM NO ITEM DESCRIPTION UNIT WW1 Mobilization/Bonds/Insurance per lump -sum (Refer to T-000500 for mobilization pa LS WW2 Rehab 08" Wastewater Line (Pipe Bursting )(0'- 6' Depth), complete in place per line LF WW3 Rehab 08" Wastewater Line (Pipe Bursting )(6'- 10' Depth), complete in place per lir LF WW4 Rehab 08" Wastewater Line (Pipe Bursting )(10' -14' Depth), complete in place per l LF WW5 Rehab 08" Wastewater Line (Pipe Bursting )(14'- 18' Depth), complete in place per l LF WW6 Rehab 08" Wastewater Line (Pipe Bursting )(>18. Depth), complete in place per linea LF WW7 Rehab 10" Wastewater Line (Pipe Bursting )(0'- 6' Depth), complete in place per line LF WW8 Rehab 10" Wastewater Line (Pipe Bursting )(6'- 10' Depth), complete in place per lir LF WW9 Rehab 10" Wastewater Line (Pipe Bursting )(10' -14' Depth), complete in place per l LF WW10 Rehab 10" Wastewater Line (Pipe Bursting )(14'- 18' Depth), complete in place per l LF WW11 Rehab 10" Wastewater Line (Pipe Bursting )(>18. Depth), complete in place per linea LF WW12 Rehab 12" Wastewater Line (Pipe Bursting )(0'- 6' Depth), complete in place per line LF WW13 Rehab 12" Wastewater Line (Pipe Bursting )(6'- 10' Depth), complete in place per lir LF WW14 Rehab 12" Wastewater Line (Pipe Bursting )(10' -14' Depth), complete in place per l LF WW15 Rehab 12" Wastewater Line (Pipe Bursting )(14'- 18' Depth), complete in place per l LF WW16 Rehab 12" Wastewater Line (Pipe Bursting )(>18. Depth), complete in place per each LF WW17 Rehab 15" Wastewater Line (Pipe Bursting )(0'- 6' Depth), complete in place per line LF WW18 Rehab 15" Wastewater Line (Pipe Bursting )(6'- 10' Depth), complete in place per lir LF WW19 Rehab 15" Wastewater Line (Pipe Bursting )(10' -14' Depth), complete in place per l LF WW20 Rehab 15" Wastewater Line (Pipe Bursting )(14'- 18' Depth), complete in place per l LF WW21 Rehab 15" Wastewater Line (Pipe Bursting )(>18. Depth), complete in place per linea LF WW22 Rehab 18" Wastewater Line (Pipe Bursting )(0'- 6' Depth), complete in place per line LF WW23 Rehab 18" Wastewater Line (Pipe Bursting )(6'- 10' Depth), complete in place per lir LF WW24 Rehab 18" Wastewater Line (Pipe Bursting )(10' -14' Depth), complete in place per l LF WW25 Rehab 18" Wastewater Line (Pipe Bursting )(14'- 18' Depth), complete in place per l LF WW26 Rehab 18" Wastewater Line (Pipe Bursting )(>18. Depth), complete in place per linea LF WW27 Rehab 24" Wastewater Line (Pipe Bursting )(0'- 6' Depth), complete in place per line LF WW28 Rehab 24" Wastewater Line (Pipe Bursting )(6'- 10' Depth), complete in place per lir LF WW29 Rehab 24" Wastewater Line (Pipe Bursting )(10' -14' Depth), complete in place per l LF WW30 Rehab 24" Wastewater Line (Pipe Bursting )(14'- 18' Depth), complete in place per l LF WW31 Rehab 24" Wastewater Line (Pipe Bursting )(>18. Depth), complete in place per linea LF WW32 Service Re -connection for 8" Pipe Bursting, complete in place per each EA WW33 Service Re -connection for 10" Pipe Bursting, complete in place per each EA WW34 Service Re -connection for 12" Pipe Bursting, complete in place per each EA WW35 Service Re -connection for 15. Pipe Bursting, complete in place per each EA WW36 Service Re -connection for 18" Pipe Bursting, complete in place per each EA WW37 Service Re -connection for 24" Pipe Bursting, complete in place per each EA WW38 Point Repair 518"4,/ astewaterLine (0'-6'Depth) (15 IF in), cora plate in place per LF WW39 Point Repair 518"4,/ astewaterLine (6'-10'Depth) (15 IF M in), cora plate in place pe LF WW40 Point Repair 518"4,/ astewaterLine (10'-14'Depth) (15 II in), cora plete in place p LF WW41 Point Repair 518" W astewaterLine (14'-18'Depth) (15 II in), cora plete in place p LF WW42 Point Repair 518"4,/ astewaterLine)c18'Depth) (15 IF Min), cora plate in place per] LF WW43 Point Repair 10" Wastewater Line W'-6'Depth) (15 LF Min), complete in place per li LF WW44 Point Repair 10" Wastewater Line (6'- 10'Depth) (15 LF Min), complete in place per LF WW45 Point Repair 10" Wastewater Line (10'- 14' Depth) (15 LF Min), complete in place pe LF WW46 Point Repair 10" Wastewater Line fl4'- 18' Depth) (15 LF Min), complete in place pe LF WW47 Point Repair 10" Wastewater Line 048' Depth) (15 LF Min), complete in place per lir LF WW48 Point Repair 12" Wastewater Line W'-6'Depth) (15 LF Min), complete in place per li LF WW49 Point Repair 12" Wastewater Line (6'- 10'Depth) (15 LF Min), complete in place per LF WW50 Point Repair 12" Wastewater Line (10'- 14' Depth) (15 LF Min), complete in place pe LF WW51 Point Repair 12" Wastewater Line 114'- 18' Depth) (15 LF Min), complete in place pe LF WW52 Point Repair 12" Wastewater Line 048' Depth) (15 LF Min), complete in place per lir LF WW53 Point Repair 15" Wastewater Line 11'-6'Depth) (15 LF Min), complete in place per li LF WW54 Point Repair 15" Wastewater Line (V-10' Depth) (15 LF Min), complete in place per LF WW55 Point Repair 15" Wastewater Line 110'- 14' Depth) (15 LF Min), complete in place pe LF WW56 Point Repair 15" Wastewater Line 114'- 18' Depth) (15 LF Min), complete in place pe LF WW57 Point Repair 15" Wastewater Line 0.18'Depth) (15 LF Min), complete in place per lir LF WW58 Point Repair 18" Wastewater Line (0'- 6' Depth) (15 LF Min), complete in place per l LF WW59 Point Repair 18" Wastewater Line (V-10' Depth) (15 LF Min), complete in place per LF WW60 Point Repair 18" Wastewater Line (10'- 14'Depth) (15 LF Min), complete in place) pr LF WW61 Point Repair 18" Wastewater Line 114'- 18' Depth) (15 LF Min), complete in place pe LF WW62 Point Repair 18" Wastewater Line 048' Depth) (15 LF Min), complete in place per lir LF WW63 Point Repair 24" Wastewater Line 11'-6'Depth) (15 LF Min), complete in place per li LF WW64 Point Repair 24" Wastewater Line (V-10' Depth) (15 LF Min), complete in place per LF WW65 Point Repair 24" Wastewater Line (10'- 14' Depth) (15 LF Min), complete in place pe LF WW66 Point Repair 24" Wastewater Line 114'- 18' Depth) (15 LF Min), complete in place pe LF WW67 Point Repair 24" Wastewater Line 048' Depth) (15 LF Min), complete in place per lir LF WW68 Excavation Safety for Wastewater Line PointRepair (All Line Sizes & Depths), comp) LF WW69 Obstruction Removal by Remote Device, complete in place per each EA WW70 Obstruction Removal by Excavation (0'- 6' Depth), complete in place per each EA WW71 Obstruction Removal by Excavation (6' -10' Depth), complete in place per each EA *Line Item Unit Prices reflect original bid item unit prices at time of award Project: 115089 Renewal: n/a Vear: 1 Price Increase: 0.00% QTVS UNIT PRICE CONTRACT UNIT PRICE 1 $ 375,000.00 $ 375,000.00 20000 $ 40.00 $ 800,000.00 20000 $ 45.00 $ 900,000.00 20000 $ 55.00 $ 1,100,000.00 1500 $ 75.00 $ 112,500.00 1500 $ 85.00 $ 127,500.00 10000 $ 50.00 $ 500,000.00 10000 $ 55.00 $ 550,000.00 10000 $ 60.00 $ 600,000.00 1500 $ 80.00 $ 120,000.00 1500 $ 90.00 $ 135,000.00 2500 $ 60.00 $ 150,000.00 1000 $ 65.00 $ 65,000.00 1000 $ 75.00 $ 75,000.00 1000 $ 90.00 $ 90,000.00 1000 $ 100.00 $ 100,000.00 1000 $ 85.00 $ 85,000.00 1000 $ 95.00 $ 95,000.00 1000 $ 105.00 $ 105,000.00 1000 $ 115.00 $ 115,000.00 500 $ 120.00 $ 60,000.00 500 $ 120.00 $ 60,000.00 500 $ 125.00 $ 62,500.00 500 $ 135.00 $ 67,500.00 500 $ 145.00 $ 72,500.00 500 $ 150.00 $ 75,000.00 500 $ 275.00 $ 137,500.00 500 $ 285.00 $ 142,500.00 500 $ 295.00 $ 147,500.00 500 $ 300.00 $ 150,000.00 500 $ 305.00 $ 152,500.00 1500 $ 600.00 $ 900,000.00 500 $ 600.00 $ 300,000.00 250 $ 600.00 $ 150,000.00 50 $ 600.00 $ 30,000.00 50 $ 800.00 $ 40,000.00 50 $ 800.00 $ 40,000.00 100 $ 110.00 $ 11,000.00 100 $ 110.00 $ 11,000.00 100 $ 120.00 $ 12,000.00 100 $ 150.00 $ 15,000.00 100 $ 260.00 $ 26,000.00 100 $ 120.00 $ 12,000.00 100 $ 120.00 $ 12,000.00 100 $ 130.00 $ 13,000.00 100 $ 165.00 $ 16,500.00 100 $ 445.00 $ 44,500.00 50 $ 185.00 $ 9,250.00 50 $ 185.00 $ 9,250.00 50 $ 200.00 $ 10,000.00 50 $ 235.00 $ 11,750.00 50 $ 400.00 $ 20,000.00 15 $ 275.00 $ 4,125.00 15 $ 290.00 $ 4,350.00 15 $ 400.00 $ 6,000.00 15 $ 445.00 $ 6,675.00 15 $ 585.00 $ 8,775.00 15 $ 435.00 $ 6,525.00 15 $ 475.00 $ 7,125.00 15 $ 515.00 $ 7,725.00 15 $ 650.00 $ 9,750.00 15 $ 690.00 $ 10,350.00 15 $ 570.00 $ 8,550.00 15 $ 610.00 $ 9,150.00 15 $ 710.00 $ 10,650.00 15 $ 750.00 $ 11,250.00 15 $ 1,000.00 $ 15,000.00 1500 $ 20.00 $ 30,000.00 5 $ 1,065.00 $ 5,325.00 20 $ 665.00 $ 13,300.00 20 $ 730.00 $ 14,600.00 *Line Item Unit Prices include a 2.5% increase from 115089 Year 1(except WW1 & W W 192) Project: 117017 Renewal: 1 Year: 2 Price Increase: 2.50% QinCONTRAC1UNIT UNIT PRICE PRICE 1 $ 375,000.00 $ 375,000.00 20000 $ 41.00 $ 820,000.00 20000 $ 46.13 $ 922,600.00 20000 $ 56.38 $ 1,127,600.00 1500 $ 76.88 $ 115,320.00 1500 $ 87.13 $ 130,695.00 10000 $ 51.25 $ 512,500.00 10000 $ 56.38 $ 563,800.00 10000 $ 61.50 $ 615,000.00 1500 $ 82.00 $ 123,000.00 1500 $ 92.25 $ 138,375.00 2500 $ 61.50 $ 153,750.00 1000 $ 66.63 $ 66,630.00 1000 $ 76.88 $ 76,880.00 1000 $ 92.25 $ 92,250.00 1000 $ 102.50 $ 102,500.00 1000 $ 87.13 $ 87,130.00 1000 $ 97.38 $ 97,380.00 1000 $ 107.63 $ 107,630.00 1000 $ 117.88 $ 117,880.00 500 $ 123.00 $ 61,500.00 500 $ 123.00 $ 61,500.00 500 $ 128.13 $ 64,065.00 500 $ 138.38 $ 69,190.00 500 $ 148.63 $ 74,315.00 500 $ 153.75 $ 76,875.00 500 $ 281.88 $ 140,940.00 500 $ 292.13 $ 146,065.00 500 $ 302.38 $ 151,190.00 500 $ 307.50 $ 153,750.00 500 $ 312.63 $ 156,315.00 1500 $ 615.00 $ 922,500.00 500 $ 615.00 $ 307,500.00 250 $ 615.00 $ 153,750.00 50 $ 615.00 $ 30,750.00 50 $ 820.00 $ 41,000.00 50 $ 820.00 $ 41,000.00 100 $ 112.75 $ 11,275.00 100 $ 112.75 $ 11,275.00 100 $ 123.00 $ 12,300.00 100 $ 153.75 $ 15,375.00 100 $ 266.50 $ 26,650.00 100 $ 123.00 $ 12,300.00 100 $ 123.00 $ 12,300.00 100 $ 133.25 $ 13,325.00 100 $ 169.13 $ 16,913.00 100 $ 456.13 $ 45,613.00 50 $ 189.63 $ 9,481.50 50 $ 189.63 $ 9,481.50 50 $ 205.00 $ 10,250.00 50 $ 240.88 $ 12,044.00 50 $ 410.00 $ 20,500.00 15 $ 281.88 $ 4,228.20 15 $ 297.25 $ 4,458.75 15 $ 410.00 $ 6,150.00 15 $ 456.13 $ 6,841.95 15 $ 599.63 $ 8,994.45 15 $ 445.88 $ 6,688.20 15 $ 486.88 $ 7,303.20 15 $ 527.88 $ 7,918.20 15 $ 666.25 $ 9,993.75 15 $ 707.25 $ 10,608.75 15 $ 584.25 $ 8,763.75 15 $ 625.25 $ 9,378.75 15 $ 727.75 $ 10,916.25 15 $ 768.75 $ 11,531.25 15 $ 1,025.00 $ 15,375.00 1500 $ 20.50 $ 30,750.00 5 $ 1,091.63 $ 5,458.15 20 $ 681.63 $ 13,632.60 20 $ 748.25 $ 14,965.00 *Line Item Unit Prices had na increase from 117017 Project: 117096 Renewal: 2 Year: 3 Price Increase: 0.00% QMCONTRAC1UNIT UNIT PRICE PRICE 1 $ 375,000.00 $ 375,000.00 20000 $ 41.00 $ 820,000.00 20000 $ 46.13 $ 922,600.00 20000 $ 56.38 $ 1,127,600.00 1500 $ 76.88 $ 115,320.00 1500 $ 87.13 $ 130,695.00 10000 $ 51.25 $ 512,500.00 10000 $ 56.38 $ 563,800.00 10000 $ 61.50 $ 615,000.00 1500 $ 82.00 $ 123,000.00 1500 $ 92.25 $ 138,375.00 2500 $ 61.50 $ 153,750.00 1000 $ 66.63 $ 66,630.00 1000 $ 76.88 $ 76,880.00 1000 $ 92.25 $ 92,250.00 1000 $ 102.50 $ 102,500.00 1000 $ 87.13 $ 87,130.00 1000 $ 97.38 $ 97,380.00 1000 $ 107.63 $ 107,630.00 1000 $ 117.88 $ 117,880.00 500 $ 123.00 $ 61,500.00 500 $ 123.00 $ 61,500.00 500 $ 128.13 $ 64,065.00 500 $ 138.38 $ 69,190.00 500 $ 148.63 $ 74,315.00 500 $ 153.75 $ 76,875.00 500 $ 281.88 $ 140,940.00 500 $ 292.13 $ 146,065.00 500 $ 302.38 $ 151,190.00 500 $ 307.50 $ 153,750.00 500 $ 312.63 $ 156,315.00 1500 $ 615.00 $ 922,500.00 500 $ 615.00 $ 307,500.00 250 $ 615.00 $ 153,750.00 50 $ 615.00 $ 30,750.00 50 $ 820.00 $ 41,000.00 50 $ 820.00 $ 41,000.00 100 $ 112.75 $ 11,275.00 100 $ 112.75 $ 11,275.00 100 $ 123.00 $ 12,300.00 100 $ 153.75 $ 15,375.00 100 $ 266.50 $ 26,650.00 100 $ 123.00 $ 12,300.00 100 $ 123.00 $ 12,300.00 100 $ 133.25 $ 13,325.00 100 $ 169.13 $ 16,913.00 100 $ 456.13 $ 45,613.00 50 $ 189.63 $ 9,481.50 50 $ 189.63 $ 9,481.50 50 $ 205.00 $ 10,250.00 50 $ 240.88 $ 12,044.00 50 $ 410.00 $ 20,500.00 15 $ 281.88 $ 4,228.20 15 $ 297.25 $ 4,458.75 15 $ 410.00 $ 6,150.00 15 $ 456.13 $ 6,841.95 15 $ 599.63 $ 8,994.45 15 $ 445.88 $ 6,688.20 15 $ 486.88 $ 7,303.20 15 $ 527.88 $ 7,918.20 15 $ 666.25 $ 9,993.75 15 $ 707.25 $ 10,608.75 15 $ 584.25 $ 8,763.75 15 $ 625.25 $ 9,378.75 15 $ 727.75 $ 10,916.25 15 $ 768.75 $ 11,531.25 15 $ 1,025.00 $ 15,375.00 1500 $ 20.50 $ 30,750.00 5 $ 1,091.63 $ 5,458.15 20 $ 681.63 $ 13,632.60 20 $ 748.25 $ 14,965.00 *Line Item Unit Prices with No increase from E17096 Year (except WW1) Project: 18145A Renewal: 3 Year: 4 Price Increase: 0.00% QMCONTRACTUNIT UNIT PRICE PRICE 1 $ 375,000.00 $ 375,000.00 20000 $ 41.00 $ 820,000.00 20000 $ 46.13 $ 922,600.00 20000 $ 56.38 $ 1,127,600.00 1500 $ 76.88 $ 115,320.00 1500 $ 87.13 $ 130,695.00 10000 $ 51.25 $ 512,500.00 10000 $ 56.38 $ 563,800.00 10000 $ 61.50 $ 615,000.00 1500 $ 82.00 $ 123,000.00 1500 $ 92.25 $ 138,375.00 2500 $ 61.50 $ 153,750.00 1000 $ 66.63 $ 66,630.00 1000 $ 76.88 $ 76,880.00 1000 $ 92.25 $ 92,250.00 1000 $ 102.50 $ 102,500.00 1000 $ 87.13 $ 87,130.00 1000 $ 97.38 $ 97,380.00 1000 $ 107.63 $ 107,630.00 1000 $ 117.88 $ 117,880.00 500 $ 123.00 $ 61,500.00 500 $ 123.00 $ 61,500.00 500 $ 128.13 $ 64,065.00 500 $ 138.38 $ 69,190.00 500 $ 148.63 $ 74,315.00 500 $ 153.75 $ 76,875.00 500 $ 281.88 $ 140,940.00 500 $ 292.13 $ 146,065.00 500 $ 302.38 $ 151,190.00 500 $ 307.50 $ 153,750.00 500 $ 312.63 $ 156,315.00 1500 $ 615.00 $ 922,500.00 500 $ 615.00 $ 307,500.00 250 $ 615.00 $ 153,750.00 50 $ 615.00 $ 30,750.00 50 $ 820.00 $ 41,000.00 50 $ 820.00 $ 41,000.00 100 $ 112.75 $ 11,275.00 100 $ 112.75 $ 11,275.00 100 $ 123.00 $ 12,300.00 100 $ 153.75 $ 15,375.00 100 $ 266.50 $ 26,650.00 100 $ 123.00 $ 12,300.00 100 $ 123.00 $ 12,300.00 100 $ 133.25 $ 13,325.00 100 $ 169.13 $ 16,913.00 100 $ 456.13 $ 45,613.00 50 $ 189.63 $ 9,481.50 50 $ 189.63 $ 9,481.50 50 $ 205.00 $ 10,250.00 50 $ 240.88 $ 12,044.00 50 $ 410.00 $ 20,500.00 15 $ 281.88 $ 4,228.20 15 $ 297.25 $ 4,458.75 15 $ 410.00 $ 6,150.00 15 $ 456.13 $ 6,841.95 15 $ 599.63 $ 8,994.45 15 $ 445.88 $ 6,688.20 15 $ 486.88 $ 7,303.20 15 $ 527.88 $ 7,918.20 15 $ 666.25 $ 9,993.75 15 $ 707.25 $ 10,608.75 15 $ 584.25 $ 8,763.75 15 $ 625.25 $ 9,378.75 15 $ 727.75 $ 10,916.25 15 $ 768.75 $ 11,531.25 15 $ 1,025.00 $ 15,375.00 1500 $ 20.50 $ 30,750.00 5 $ 1,091.63 $ 5,458.15 20 $ 681.63 $ 13,632.60 20 $ 748.25 $ 14,965.00 ITEM NO ITEM DESCRIPTION UNIT WW72 Obstruction Removal by Excavation (10' -14' Depth), complete in place per each EA WW73 Obstruction Removal by Excavation (14'- 18' Depth), complete in place per each EA WW74 Obstruction Removal by Excavation (>18. Depth), complete in place per each EA WW75 Service Lateral Replacement (0'-6' Depth Main,icIudes Clean Out, Boot, coupling, LF WW76 Service Lateral Replacement (6'-10' Depth Main,idudes Clean Out, Boot, coupling LF WW77 Service Lateral Replacement (10' -14' Depth Main,Inclu des Clean Out, Boot, couplir LF WW78 Service Lateral Replacement (14' -18' Depth Main,idudes Clean Out, Boot, couplin LF WW79 Service Lateral Replacement (>18' Depth Main,idudes Clean Out, Boot, coupling, e LF WW80 Well Pointing (0' - 6' Depth), complete in place per linear foot LF WW81 Well Pointing (6' -10'Depth), complete in place per linear foot LF WW82 Well Pointing (10' -14'Depth), complete in place per linear foot LF WW83 Well Pointing (14' -18'Depth), complete in place per linear foot LF WW84 Well Pointing (>18' Depth), complete in place per linear foot LF WW85 Control of Wastewater Flows with Bypass Pumping (Lines 58"), complete in place p' DAY WW86 Bypass Force Main for Control of 58" Wastewater Flows, complete in place per line, LF WW87 Control of Wastewater Flows with Bypass Pumping ell0"-12" Lines), complete in pla DAY WW88 Bypass Force Main for Control of 10"-12" Wastewater Flows, complete in place per LF WW89 Control of Wastewater Flows with Bypass Pumping (15"-18" Lines), complete in pla DAY W W90 Bypass Force Main for Control of 15"-18" Wastewater Flows, complete in place per LF WW91 Control of Wastewater Flows with Bypass Pumping (24" Lines), complete in place p' DAY WW92 Bypass Force Main for Control of 24" Wastewater Flows, complete in place per line, LF WW93 Control of Wastewater Flows with Bypass Pumping (30" Lines), complete in place p' DAY WW94 Bypass Force Main for Control of 30" Wastewater Flows, complete in place per line, LF WW95 Control of Wastewater Flows with Bypass Pumping (36" Lines), complete in place p' DAY WW96 Bypass Force Main for Control of 36" Wastewater Flows, complete in place per line, LF WW97 Furnish Vacuum Truck (Tandem), complete in place per day DAY WW98 Furnish Vacuum Truck (Tanker), complete in place per day DAY WW99 Plugs and/or Flow-thru Plugs (58"), complete in place per day DAY WW100 Plugs and/or Flow-thru Plugs (10"), complete in place per day DAY WW101 Plugs and/or Flow-thru Plugs (12"), complete in place per day DAY WW102 Plugs and/or Flow-thru Plugs (14"), complete in place per day DAY WW103 Plugs and/or Flow-thru Plugs (15"), complete in place per day DAY WW104 Plugs and/or Flow-thru Plugs (18"), complete in place per day DAY WW105 Plugs and/or Flow-thru Plugs (20"), complete in place per day DAY W W106 Plugs and/or Flow-thru Plugs (30"), complete in place per day DAY WW107 Plugs and/or Flow-thru Plugs (36"), complete in place per day DAY WW108 PRE CCTV - Clean & Televise Wastewater Lines (Lines 58"), complete in place per lin LF WW109 POST CCTV -Televise Wastewater Lines (Lines 58" ), complete in place per linear foc LF WW110 PRE CCTV - Clean & Televise Wastewater Lines (10"-12" Lines), complete in place pE LF WW111 POST CCTV - Televise Wastewater Lines (10"-12" Lines), complete in place per linea LF WW112 PRE CCTV - Clean & Televise Wastewater Lines (15"-18" Lines), complete in place pE LF WW113 POST CCTV -Televise Wastewater Lines (15"-18" Lines), complete in place per linea LF WW114 PRE CCTV - Clean & Televise Wastewater Lines (24" Lines), complete in place per lin LF WW115 POST CCN -Televise Wastewater Lines (24"Lines), complete in place per linear foe LF WW116 PRE CCTV - Clean & Televise Wastewater Lines (30" Lines), complete in place per lin LF WW117 PRE CCTV - Clean & Televise Wastewater Lines (36" Lines), complete in place per lin LF WW118 CCTV Reverse Set-up (Unable to Traverse Line on Initial Set-up), complete in place F EA WW119 CCTV Set-ups, complete in place per each EA WW120 Clean & CCTV Manhole / Manhole Inspection, complete in place per each EA WW121 Remove Existing Manhole (All sizes), complete in place per each EA WW122 Replace 4 ft Dia. Manhole CO' -6' Depth), complete in place per each EA WW123 Extra Depth for 4 ft Dia Manhole (Over 6'Depth), complete in place per vertical foo VF WW124 Replace 5 ft Dia Manhole (0'-6' Depth), complete in place per each EA WW125 Extra Depth for 5 ft Dia Manhole (Over 6'Depth), complete in place per vertical foe VF WW126 Replace 6 ft Dia Manhole (0'-6' Depth), complete in place per each EA WW127 Extra Depth for 6 ft Dia Manhole (Over 6' Depth), complete in place per vertical foe VF WW128 4ft Dia Polymer System Manhole Rehab (0'-6' Depth), complete in place per each EA WW129 Extra Depth for 4 ft Dia. Polymer System Manhole Rehab (Over 6' Depth), complete VF WW130 5 ft Dia Polymer System Manhole Rehab (0'-6' Depth), complete in place per each EA WW131 Extra Depth for 5 ft Dia. Polymer System Manhole Rehab (Over 6' Depth), complete VF WW132 6 ft Dia Polymer System Manhole Rehab (0'-6' Depth), complete in place per each EA WW133 Extra Depth for 6 ft Dia. Polymer System Manhole Rehab (Over 6' Depth), complete VF WW134 4 ft Dia Manhole FRP Rehab (0'-6' Depth), complete in place per each EA W W135 Extra Depth for 4 ft Dia. Manhole FRP Rehab. (Over 6' Depth), complete in place pe VF WW136 5 ft Dia Manhole FRP Rehab W'-6' Depth), complete in place per each EA WW137 Extra Depth for 5 ft Dia. Manhole FRP Rehab. (Over 6' Depth), complete in place pel VF WW138 6 ft Dia Manhole FRP Rehab W'-6' Depth), complete in place per each EA WW139 Extra Depth for 6 ft Dia. Manhole FRP Rehab. (Over 6' Depth), complete in place pel VF WW141) Excavation Safety for Manholes (0'- 6' Depth), complete in place per each EA WW141 Extra Depth for Excavation Safety for Manholes (>6' Depth), complete in place per ' VF WW142 Manhole Connections (58"), complete in place per each EA *Line Item Unit Prices reflect original bid item unit prices at time of award Project: E15089 Renewal: n/a Vear: 1 Price Increase: 0.00% QTVS UNIT PRICE CONTRACT UNIT PRICE 20 $ 800.00 $ 16,000.00 20 $ 1,065.00 $ 21,300.00 20 $ 1,330.00 $ 26,600.00 200 $ 90.00 $ 18,000.00 200 $ 100.00 $ 20,000.00 200 $ 115.00 $ 23,000.00 200 $ 180.00 $ 36,000.00 200 $ 205.00 $ 41,000.00 50 $ 35.00 $ 1,750.00 50 $ 35.00 $ 1,750.00 50 $ 35.00 $ 1,750.00 50 $ 40.00 $ 2,000.00 50 $ 45.00 $ 2,250.00 10 $ 1,500.00 $ 15,000.00 500 $ 25.00 $ 12,500.00 10 $ 1,500.00 $ 15,000.00 500 $ 25.00 $ 12,500.00 10 $ 1,500.00 $ 15,000.00 500 $ 25.00 $ 12,500.00 10 $ 2,500.00 $ 25,000.00 500 $ 35.00 $ 17,500.00 10 $ 2,500.00 $ 25,000.00 500 $ 35.00 $ 17,500.00 10 $ 4,000.00 $ 40,000.00 500 $ 35.00 $ 17,500.00 25 $ 5,000.00 $ 125,000.00 25 $ 5,000.00 $ 125,000.00 100 $ 100.00 $ 10,000.00 100 $ 100.00 $ 10,000.00 100 $ 100.00 $ 10,000.00 100 $ 200.00 $ 20,000.00 75 $ 200.00 $ 15,000.00 75 $ 200.00 $ 15,000.00 25 $ 400.00 $ 10,000.00 25 $ 200.00 $ 5,000.00 25 $ 500.00 $ 12,500.00 10000 $ 5.00 $ 50,000.00 10000 $ 3.00 $ 30,000.00 5000 $ 8.00 $ 40,000.00 5000 $ 3.00 $ 15,000.00 2500 $ 12.00 $ 30,000.00 2500 $ 3.00 $ 7,500.00 1000 $ 20.00 $ 20,000.00 1000 $ 3.00 $ 3,000.00 1000 $ 25.00 $ 25,000.00 1000 $ 33.00 $ 33,000.00 10 $ 400.00 $ 4,000.00 25 $ 200.00 $ 5,000.00 20 $ 500.00 $ 10,000.00 60 $ 2,660.00 $ 159,600.00 40 $ 3,990.00 $ 159,600.00 250 $ 270.00 $ 67,500.00 10 $ 7,315.00 $ 73,150.00 100 $ 665.00 $ 66,500.00 10 $ 17,250.00 $ 172,500.00 75 $ 1,065.00 $ 79,875.00 50 $ 1,600.00 $ 80,000.00 200 $ 260.00 $ 52,000.00 10 $ 2,000.00 $ 20,000.00 100 $ 325.00 $ 32,500.00 10 $ 2,500.00 $ 25,000.00 100 $ 400.00 $ 40,000.00 50 $ 3,500.00 $ 175,000.00 200 $ 300.00 $ 60,000.00 10 $ 5,000.00 $ 50,000.00 100 $ 525.00 $ 52,500.00 5 $ 6,000.00 $ 30,000.00 75 $ 675.00 $ 50,625.00 25 $ 500.00 $ 12,500.00 250 $ 75.00 $ 18,750.00 250 $ 200.00 $ 50,000.00 *Line Item Unit Prices include a 2.5% increase from E15089 Vear 1(except WW1 & W W 192) Project: E17017 Renewal: 1 Vear: 2 Price Increase: 2.50% QTYS UNIT PRICE CONTRACT UNIT PRICE 20 $ 820.00 $ 16,400.00 20 $ 1,091.63 $ 21,832.60 20 $ 1,363.25 $ 27,265.00 200 $ 92.25 $ 18,450.00 200 $ 102.50 $ 20,500.00 200 $ 117.88 $ 23,576.00 200 $ 184.50 $ 36,900.00 200 $ 210.13 $ 42,026.00 50 $ 35.88 $ 1,794.00 50 $ 35.88 $ 1,794.00 50 $ 35.88 $ 1,794.00 50 $ 41.00 $ 2,050.00 50 $ 46.13 $ 2,306.50 10 $ 1,537.50 $ 15,375.00 500 $ 25.63 $ 12,815.00 10 $ 1,537.50 $ 15,375.00 500 $ 25.63 $ 12,815.00 10 $ 1,537.50 $ 15,375.00 500 $ 25.63 $ 12,815.00 10 $ 2,562.50 $ 25,625.00 500 $ 35.88 $ 17,940.00 10 $ 2,562.50 $ 25,625.00 500 $ 35.88 $ 17,940.00 10 $ 4,100.00 $ 41,000.00 500 $ 35.88 $ 17,940.00 25 $ 5,125.00 $ 128,125.00 25 $ 5,125.00 $ 128,125.00 100 $ 102.50 $ 10,250.00 100 $ 102.50 $ 10,250.00 100 $ 102.50 $ 10,250.00 100 $ 205.00 $ 20,500.00 75 $ 205.00 $ 15,375.00 75 $ 205.00 $ 15,375.00 25 $ 410.00 $ 10,250.00 25 $ 205.00 $ 5,125.00 25 $ 512.50 $ 12,812.50 10000 $ 5.13 $ 51,300.00 10000 $ 3.08 $ 30,800.00 5000 $ a20 $ 41,000.00 5000 $ 3.08 $ 15,400.00 2500 $ 12.30 $ 30,750.00 2500 $ 3.08 $ 7,700.00 1000 $ 20.50 $ 20,500.00 1000 $ 3.08 $ 3,080.00 1000 $ 25.63 $ 25,630.00 1000 $ 33.83 $ 33,830.00 10 $ 410.00 $ 4,100.00 25 $ 205.00 $ 5,125.00 20 $ 512.50 $ 10,250.00 60 $ 2,726.50 $ 163,590.00 40 $ 4,089.75 $ 163,590.00 250 $ 276.75 $ 69,187.50 10 $ 7,497.88 $ 74,978.80 100 $ 681.63 $ 68,163.00 10 $ 17,681.25 $ 176,812.50 75 $ 1,091.63 $ 81,872.25 50 $ 1,640.00 $ 82,000.00 200 $ 266.50 $ 53,300.00 10 $ 2,050.00 $ 20,500.00 100 $ 333.13 $ 33,313.00 10 $ 2,562.50 $ 25,625.00 100 $ 410.00 $ 41,000.00 50 $ 3,587.50 $ 179,375.00 200 $ 307.50 $ 61,500.00 10 $ 5,125.00 $ 51,250.00 100 $ 538.13 $ 53,813.00 5 $ 6,150.00 $ 30,750.00 75 $ 691.88 $ 51,891.00 25 $ 512.50 $ 12,812.50 250 $ 76.88 $ 19,220.00 250 $ 205.00 $ 51,250.00 *Line Item Unit Prices had no increase from E17017 Project: E17096 Renewal: 2 Vear: 3 Price Increase: 0.00% QTVS UNIT PRICE CONTRACT UNIT PRICE 20 $ 820.00 $ 16,400.00 20 $ 1,091.63 $ 21,832.60 20 $ 1,363.25 $ 27,265.00 200 $ 92.25 $ 18,450.00 200 $ 102.50 $ 20,500.00 200 $ 117.88 $ 23,576.00 200 $ 184.50 $ 36,900.00 200 $ 210.13 $ 42,026.00 50 $ 35.88 $ 1,794.00 50 $ 35.88 $ 1,794.00 50 $ 35.88 $ 1,794.00 50 $ 41.00 $ 2,050.00 50 $ 46.13 $ 2,306.50 10 $ 1,537.50 $ 15,375.00 500 $ 25.63 $ 12,815.00 10 $ 1,537.50 $ 15,375.00 500 $ 25.63 $ 12,815.00 10 $ 1,537.50 $ 15,375.00 500 $ 25.63 $ 12,815.00 10 $ 2,562.50 $ 25,625.00 500 $ 35.88 $ 17,940.00 10 $ 2,562.50 $ 25,625.00 500 $ 35.88 $ 17,940.00 10 $ 4,100.00 $ 41,000.00 500 $ 35.88 $ 17,940.00 25 $ 5,125.00 $ 128,125.00 25 $ 5,125.00 $ 128,125.00 100 $ 102.50 $ 10,250.00 100 $ 102.50 $ 10,250.00 100 $ 102.50 $ 10,250.00 100 $ 205.00 $ 20,500.00 75 $ 205.00 $ 15,375.00 75 $ 205.00 $ 15,375.00 25 $ 410.00 $ 10,250.00 25 $ 205.00 $ 5,125.00 25 $ 512.50 $ 12,812.50 10000 $ 5.13 $ 51,300.00 10000 $ 3.08 $ 30,800.00 5000 $ 8.20 $ 41,000.00 5000 $ 3.08 $ 15,400.00 2500 $ 12.30 $ 30,750.00 2500 $ 3.08 $ 7,700.00 1000 $ 20.50 $ 20,500.00 1000 $ 3.08 $ 3,080.00 1000 $ 25.63 $ 25,630.00 1000 $ 33.83 $ 33,830.00 10 $ 410.00 $ 4,100.00 25 $ 205.00 $ 5,125.00 20 $ 512.50 $ 10,250.00 60 $ 2,726.50 $ 163,590.00 40 $ 4,089.75 $ 163,590.00 250 $ 276.75 $ 69,187.50 10 $ 7,497.88 $ 74,978.80 100 $ 681.63 $ 68,163.00 10 $ 17,681.25 $ 176,812.50 75 $ 1,091.63 $ 81,872.25 50 $ 1,640.00 $ 82,000.00 200 $ 266.50 $ 53,300.00 10 $ 2,050.00 $ 20,500.00 100 $ 333.13 $ 33,313.00 10 $ 2,562.50 $ 25,625.00 100 $ 410.00 $ 41,000.00 50 $ 3,587.50 $ 179,375.00 200 $ 307.50 $ 61,500.00 10 $ 5,125.00 $ 51,250.00 100 $ 538.13 $ 53,813.00 5 $ 6,150.00 $ 30,750.00 75 $ 691.88 $ 51,891.00 25 $ 512.50 $ 12,812.50 250 $ 76.88 $ 19,220.00 250 $ 205.00 $ 51,250.00 *Line Item Unit Prices with No increase from E17096 Year (except WW1) Project: 18145A Renewal: 3 Vear: 4 Price Increase: 0.00% QTVS UNIT PRICE CONTRACTUNIT PRICE 20 $ 820.00 $ 16,400.00 20 $ 1,091.63 $ 21,832.60 20 $ 1,363.25 $ 27,265.00 200 $ 92.25 $ 18,450.00 200 $ 102.50 $ 20,500.00 200 $ 117.88 $ 23,576.00 200 $ 184.50 $ 36,900.00 200 $ 210.13 $ 42,026.00 50 $ 35.88 $ 1,794.00 50 $ 35.88 $ 1,794.00 50 $ 35.88 $ 1,794.00 50 $ 41.00 $ 2,050.00 50 $ 46.13 $ 2,306.50 10 $ 1,537.50 $ 15,375.00 500 $ 25.63 $ 12,815.00 10 $ 1,537.50 $ 15,375.00 500 $ 25.63 $ 12,815.00 10 $ 1,537.50 $ 15,375.00 500 $ 25.63 $ 12,815.00 10 $ 2,562.50 $ 25,625.00 500 $ 35.88 $ 17,940.00 10 $ 2,562.50 $ 25,625.00 500 $ 35.88 $ 17,940.00 10 $ 4,100.00 $ 41,000.00 500 $ 35.88 $ 17,940.00 25 $ 5,125.00 $ 128,125.00 25 $ 5,125.00 $ 128,125.00 100 $ 102.50 $ 10,250.00 100 $ 102.50 $ 10,250.00 100 $ 102.50 $ 10,250.00 100 $ 205.00 $ 20,500.00 75 $ 205.00 $ 15,375.00 75 $ 205.00 $ 15,375.00 25 $ 410.00 $ 10,250.00 25 $ 205.00 $ 5,125.00 25 $ 512.50 $ 12,812.50 10000 $ 5.13 $ 51,300.00 10000 $ 3.08 $ 30,800.00 5000 $ a20 $ 41,000.00 5000 $ 3.08 $ 15,400.00 2500 $ 12.30 $ 30,750.00 2500 $ 3.08 $ 7,700.00 1000 $ 20.50 $ 20,500.00 1000 $ 3.08 $ 3,080.00 1000 $ 25.63 $ 25,630.00 1000 $ 33.83 $ 33,830.00 10 $ 410.00 $ 4,100.00 25 $ 205.00 $ 5,125.00 20 $ 512.50 $ 10,250.00 60 $ 2,726.50 $ 163,590.00 40 $ 4,089.75 $ 163,590.00 250 $ 276.75 $ 69,187.50 10 $ 7,497.88 $ 74,978.80 100 $ 681.63 $ 68,163.00 10 $ 17,681.25 $ 176,812.50 75 $ 1,091.63 $ 81,872.25 50 $ 1,640.00 $ 82,000.00 200 $ 266.50 $ 53,300.00 10 $ 2,050.00 $ 20,500.00 100 $ 333.13 $ 33,313.00 10 $ 2,562.50 $ 25,625.00 100 $ 410.00 $ 41,000.00 50 $ 3,587.50 $ 179,375.00 200 $ 307.50 $ 61,500.00 10 $ 5,125.00 $ 51,250.00 100 $ 538.13 $ 53,813.00 5 $ 6,150.00 $ 30,750.00 75 $ 691.88 $ 51,891.00 25 $ 512.50 $ 12,812.50 250 $ 76.88 $ 19,220.00 250 $ 205.00 $ 51,250.00 ITEM NO ITEM DESCRIPTION UNIT WW143 Manhole Connections (10"- 12"), complete in place per each EA WW144 Manhole Connections (15"- 18.), complete in place per each EA WW145 Manhole Connections (21"- 24.), complete in place per each EA WW146 Manhole Connections (30"- 36"), complete in place per each EA WW147 Remove& Replace 30" Manhole Ring & CoverOncludes S.S. inflow inhibitor and nevi EA WW148 Remove & Replace 36" Manhole Ring & CoverOncludes S.S. inflow inhibitor and nevi EA WW149 Reconstruct Manhole Top Corbel (Any Size), complete in place per each EA W W150 Reconstruct Manhole Bench & Inverts as per specifications, complete in place per e EA WW151 Cement Stabilized Sand Backfill (1.5 sacks of cement per 1CY of sand), complete int TON WW152 Cut & Restore HMAC Pavement (Includes Base & Prime Coat), complete in place pe SY WW153 Additional HMAC Pavement Thickness (1/2 per SY), complete in place per square y SY WW154 Additional Limestone Base Thickness (" per SY), complete in place per square yard SY WW155 Select Backfill Material, complete in place per cubic yard CY WW156 Flowable Backfill, complete in place per cubic yard CY WW157 Cut & Restore Concrete Pavement (Includes Base), complete in place per square ya SY WW158 Additional Concrete Pavement Thickness (r per SY), complete in place per square \ SY WW159 Signing & Traffic Control (Detail A), complete in place per day DAY W W160 Signing & Traffic Control (Detail B), complete in place per day DAY WW161 Signing & Traffic Control (Detail C), complete in place per day DAY WW162 Signing & Traffic Control (Detail D), complete in place per day DAY WW163 Signing & Traffic Control (Detail E), complete in place per day DAY WW164 Signing & Traffic Control (Detail F), complete in place per day DAY WW165 Signing & Traffic Control (Detail 6), complete in place per day DAY WW166 Signing & Traffic Control (Detail H), complete in place per day DAY WW167 Signing & Traffic Control (Detail 1), complete in place per 24-hour period DAY WW168 Signing & Traffic Control (Detail J), complete in place per day DAY WW169 Signing & Traffic Control (Detail K), complete in place per day DAY WW170 Signing & Traffic Control (Detail L), complete in place per day DAY WW171 Signing & Traffic Control (Detail M), complete in place per day DAY WW172 Signing & Traffic Control (Detail N), complete in place per day DAY WW173 Portable Changeable Message Signs (PCMS), complete in place per day DAY WW174 Flashing Arrow Boards, complete in place per day DAY WW175 Nagger, Complete in Place Per 24-hour Period, complete in place per day DAY WW176 Removal & Replacement of Chain link Fencing, complete in place per linear foot LF WW177 Removal & Replacement of Wood Fencing, complete in place per linear foot LF WW178 Temporary Construction Entrance/Exit -All Weather Access Road, complete in plaa EA WW179 Tree Removal (Up to B"Dia. Trunk), complete in place per each EA W W180 Tree Removal (Greater Than 8" Dia. Trunk), complete in place per each EA WW181 Erosion Control -Sodding, complete in place per square yard SY WW182 Erosion Control -Seeding, complete in place per square yard SY WW183 Erosion Control -Temporary Sediment Control Fence (Silt Fence and/or Silt Barrier), LF WW184 Inlet Protection, complete in place per each EA WW185 Remove and Replace Driveway, complete in place per square foot SF WW186 Remove and Replace Sidewalk, complete in place per square foot SF WW187 Remove and Replace Curb and Gutter or Valley Gutter, complete in place per linear LF WW188 Remove and Replace Curb Ramp, complete in place per each EA WW189 Grout Fill & Abandon in place, complete in place per cubic yard CY W W190 Remove, Relocate, and Reinstall Mail Box, complete in place per each EA WW191 Site Clearing and Stripping, complete in place per acre AC WW192 Disposal of Contaminated Groundwater, Allowance per lump sum LS WW193 Upsizing of Wastewater Line (Greater than one pipe size, max 1.5 times existing dia LF W W 194 Rehab 8" Wastewater Line (Cured -In -Place Pipe (0'-15' Depth)), complete in place p LF W W 195 Rehab 8" Wastewater Line (Cured -In -Place Pipe (>15' Depth)), complete in place pe LF WW196 Rehab 10" Wastewater Line (Cured -In -Place Pipe (0'-15' Depth)), complete in place LF WW197 Rehab 10" Wastewater Line (Cured -In -Place Pipe (15'-20' Depth)), complete in place LF WW198 Rehab 10" Wastewater Line (Cured -In -Place Pipe (>20' Depth)), complete in place p LF W W 199 Power Pole Support DAY WW199B Power Pole Support DAY WW200 Cleanout for 8" Line (0'-6 Depth) EA W W201 Install 8" Cleanout, (6-10' Depth main) EA WW202 PRE CCTV - Heavy Clean & Televise Wastewater Lines (15.'-18" Lines), complete in LF *Line Item Unit Prices reflect original bid item unit prices at time of award Project: E15089 Renewal: n/a Year: 1 Price Increase: 0.00% QTYS UNIT PRICE CONTRACT UNIT PRICE 100 $ 250.00 $ 25,000.00 50 $ 350.00 $ 17,500.00 25 $ 450.00 $ 11,250.00 10 $ 850.00 $ 8,500.00 10 $ 2,160.00 $ 21,600.00 10 $ 2,610.00 $ 26,100.00 10 $ 4,285.00 $ 42,850.00 10 $ 1,550.00 $ 15,500.00 1000 $ 43.00 $ 43,000.00 5000 $ 95.00 $ 475,000.00 1500 $ 13.00 $ 19,500.00 1500 $ 10.00 $ 15,000.00 2500 $ 17.00 $ 42,500.00 2500 $ 181.00 $ 452,500.00 500 $ 116.00 $ 58,000.00 100 $ 13.00 $ 1,300.00 50 $ 500.00 $ 25,000.00 50 $ 500.00 $ 25,000.00 50 $ 500.00 $ 25,000.00 50 $ 500.00 $ 25,000.00 50 $ 500.00 $ 25,000.00 50 $ 500.00 $ 25,000.00 50 $ 750.00 $ 37,500.00 50 $ 750.00 $ 37,500.00 50 $ 750.00 $ 37,500.00 50 $ 750.00 $ 37,500.00 50 $ 750.00 $ 37,500.00 50 $ 750.00 $ 37,500.00 50 $ 750.00 $ 37,500.00 50 $ 750.00 $ 37,500.00 50 $ 250.00 $ 12,500.00 50 $ 250.00 $ 12,500.00 50 $ 500.00 $ 25,000.00 500 $ 25.00 $ 12,500.00 500 $ 30.00 $ 15,000.00 5 $ 2,000.00 $ 10,000.00 5 $ 600.00 $ 3,000.00 5 $ 1,200.00 $ 6,000.00 500 $ 7.00 $ 3,500.00 500 $ 3.00 $ 1,500.00 2500 $ 2.25 $ 5,625.00 25 $ 100.00 $ 2,500.00 1500 $ 15.00 $ 22,500.00 3000 $ 12.00 $ 36,000.00 1000 $ 20.00 $ 20,000.00 10 $ 2,500.00 $ 25,000.00 500 $ 200.00 $ 100,000.00 10 $ 300.00 $ 3,000.00 2 $ 4,000.00 $ 8,000.00 1 $ 10,0%.00 $ 10,000.00 0 $ 9.23 $ 0 $ 37.93 $ 0 $ 39.98 $ 0 $ 42.03 $ 0 $ 44.08 $ 0 $ 46.13 $ 0 $ 1,30000 $ 0 $ 3,075.00 $ 0 $ 500.00 $ 0 $ 620.00 $ 0 $ 14.31 $ 13,863,200.00 *Line Item Unit Prices include a 2.5% increase from E15089 Vear 1(except WW1 & WW192) Project: E17017 Renewal: 1 Year: 2 Price Increase: 2.50% QTYS UNIT PRICE CONTRACT UNIT PRICE 100 $ 256.25 $ 25,625.00 50 $ 358.75 $ 17,937.50 25 $ 461.25 $ 11,531.25 10 $ 871.25 $ 8,712.50 10 $ 2,214.00 $ 22,140.00 10 $ 2,675.25 $ 26,752.50 10 $ 4,392.13 $ 43,921.30 10 $ 1,588.75 $ 15,887.50 1000 $ 44.08 $ 44,080.00 5000 $ 97.38 $ 486,900.00 1500 $ 13.33 $ 19,995.00 1500 $ 10.25 $ 15,375.00 2500 $ 17.43 $ 43,575.00 2500 $ 185.53 $ 463,825.00 500 $ 11890 $ 59,450.00 100 $ 13.33 $ 1,333.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 256.25 $ 12,812.50 50 $ 256.25 $ 12,812.50 50 $ 512.50 $ 25,625.00 500 $ 25.63 $ 12,815.00 500 $ 30.75 $ 15,375.00 5 $ 2,050.00 $ 10,250.00 5 $ 615.00 $ 3,075.00 5 $ 1,230.00 $ 6,150.00 500 $ 7.18 $ 3,590.00 500 $ 3.08 $ 1,540.00 2500 $ 2.31 $ 5,775.00 25 $ 102.50 $ 2,562.50 1500 $ 15.38 $ 23,070.00 3000 $ 12.30 $ 36,900.00 1000 $ 20.50 $ 20,500.00 10 $ 2,562.50 $ 25,625.00 500 $ 205.00 $ 102,500.00 10 $ 307.50 $ 3,075.00 2 $ 4,100.00 $ 8,200.00 1 $ 10,000.00 $ 10,000.00 0 $ 9.23 $ 0 $ 37.93 $ 0 $ 39.98 $ 0 $ 42.03 $ 0 $ 44.08 $ 0 $ 46.13 $ 0 $ 1,30000 $ 0 $ 3,075.00 $ 0 $ 500.00 $ 0 $ 620.00 $ 0 $ 14.31 $ 14,200,731.40 *Line Item Unit Prices had no increase from E17017 Project: E17096 Renewal: 2 Year: 3 Price Increase: 0.00% QTYS UNIT PRICE CONTRACT UNIT PRICE 100 $ 256.25 $ 25,625.00 50 $ 358.75 $ 17,937.50 25 $ 461.25 $ 11,531.25 10 $ 871.25 $ 8,712.50 10 $ 2,214.00 $ 22,140.00 10 $ 2,675.25 $ 26,752.50 10 $ 4,392.13 $ 43,921.30 10 $ 1,588.75 $ 15,887.50 1000 $ 44.08 $ 44,080.00 5000 $ 97.38 $ 486,900.00 1500 $ 13.33 $ 19,995.00 1500 $ 10.25 $ 15,375.00 2500 $ 17.43 $ 43,575.00 2500 $ 185.53 $ 463,825.00 500 $ 118.90 $ 59,450.00 100 $ 13.33 $ 1,333.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 256.25 $ 12,812.50 50 $ 256.25 $ 12,812.50 50 $ 512.50 $ 25,625.00 500 $ 25.63 $ 12,815.00 500 $ 30.75 $ 15,375.00 5 $ 2,050.00 $ 10,250.00 5 $ 615.00 $ 3,075.00 5 $ 1,230.00 $ 6,150.00 500 $ 7.18 $ 3,590.00 500 $ 3.08 $ 1,540.00 2500 $ 2.31 $ 5,775.00 25 $ 102.50 $ 2,562.50 1500 $ 15.38 $ 23,070.00 3000 $ 12.30 $ 36,900.00 1000 $ 20.50 $ 20,500.00 10 $ 2,562.50 $ 25,625.00 500 $ 205.00 $ 102,500.00 10 $ 307.50 $ 3,075.00 2 $ 4,100.00 $ 8,200.00 1 $ 10,000.00 $ 10,000.00 0 $ 9.23 $ 0 $ 37.93 $ 0 $ 39.98 $ 0 $ 42.03 $ 0 $ 44.08 $ 0 $ 46.13 $ 0 $ 1,30000 $ 0 $ 3,075.00 $ 0 $ 500.00 $ 0 $ 620.00 $ 0 $ 14.31 $ 14,200,731.40 *Line Item Unit Prices with No increase from E17096 Year (except WW1) Project: 18145A Renewal: 3 Year: 4 Price Increase: 0.00% QTYS UNIT PRICE CONTRACTUNIT PRICE 100 $ 256.25 $ 25,625.00 50 $ 358.75 $ 17,937.50 25 $ 461.25 $ 11,531.25 10 $ 871.25 $ 8,712.50 10 $ 2,214.00 $ 22,140.00 10 $ 2,675.25 $ 26,752.50 10 $ 4,392.13 $ 43,921.30 10 $ 1,588.75 $ 15,887.50 1000 $ 44.08 $ 44,080.00 5000 $ 97.38 $ 486,900.00 1500 $ 13.33 $ 19,995.00 1500 $ 10.25 $ 15,375.00 2500 $ 17.43 $ 43,575.00 2500 $ 185.53 $ 463,825.00 500 $ 11890 $ 59,450.00 100 $ 13.33 $ 1,333.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 512.50 $ 25,625.00 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 768.75 $ 38,437.50 50 $ 256.25 $ 12,812.50 50 $ 256.25 $ 12,812.50 50 $ 512.50 $ 25,625.00 500 $ 25.63 $ 12,815.00 500 $ 30.75 $ 15,375.00 5 $ 2,050.00 $ 10,250.00 5 $ 615.00 $ 3,075.00 5 $ 1,230.00 $ 6,150.00 500 $ 7.18 $ 3,590.00 500 $ 3.08 $ 1,540.00 2500 $ 2.31 $ 5,775.00 25 $ 102.50 $ 2,562.50 1500 $ 15.38 $ 23,070.00 3000 $ 12.30 $ 36,900.00 1000 $ 20.50 $ 20,500.00 10 $ 2,562.50 $ 25,625.00 500 $ 205.00 $ 102,500.00 10 $ 307.50 $ 3,075.00 2 $ 4,100.00 $ 8,200.00 1 $ 10,000.00 $ 10,000.00 0 $ 9.23 $ 0 $ 37.93 $ 0 $ 39.98 $ 0 $ 42.03 $ 0 $ 44.08 $ 0 $ 46.13 $ 0 $ 1,30000 $ 0 $ 3,075.00 $ 0 $ 500.00 $ 0 $ 620.00 $ 0 $ 14.31 $ 14,200,731.40 00 52 23 AGREEMENT This Agreement is the Third Renewal of the City -Wide Collection System Pipebursting (Part A) IDIQ— Project No. E15089 awarded on January 12, 2016 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 Pipebursting (Part A) ID/IQ — Contract Renewal #3 (E15089) Project No. 18145A ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, Inc. 801 Navigation, Suite 300 Corpus Christi, TX 78408 2.02 The Owner's Authorized Representative for this Project is: Kent Power, P.E. — Acting Construction Management Engineer City of Corpus Christi — Engineering Services 4917 Holly Rd., Bldg. #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. This is the Third One -Year Renewal, Project 18145A, of the Original Contract E15089 City - Wide Collection System Pipebursting (Part A) ID/IQ. The Third Renewal Contract extension will not exceed the amount of $3,750,000.00 for one year. This project will be executed by multiple indefinite quantity Delivery Orders. The initial contract duration shall be 12 months and will be subject to renewal for up to four (4) additional 12 -month periods. Each delivery order will be issued with an allowable working time (calendar days) and will be based on the durations identified in the Working Time Table provided in SECTION 01 35 00 SPECIAL PROCEDURES. The Work is required to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed. Agreement City -Wide Collection System Pipebursting (Part A) 10/1QCont Ren #3 City Project No. 18145A 005223-1 REV 03-23-2015 B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Non -Emergency Delivery Orders — The working time begins and the Contractor shall mobilize, place traffic controls and commence work within 24 hours of receiving written notice from the Director of Capital Programs 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 01 35 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 Capital Programs 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 01 35 00 SPECIAL PROCEDURES. 3. 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 City -Wide Collection System Pipebursting (Part A) 10/1QCont Ren #3 City Project No. 18145A 005223-2 REV 03-23-2015 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. ID/IQ Budget Amount $ 3,750,000.00 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. 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. Agreement City -Wide Collection System Pipebursting (Part A) ID/IQ Cont Ren #3 City Project No. 18145A 005223-3 REV 03-23-2015 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 understands the inherent diversity of the potential sites associated with this project and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, 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. Agreement City -Wide Collection System Pipebursting (Part A) 10/1QCont Ren #3 City Project No. 18145A 005223-4 REV 03-23-2015 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. 1. 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 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. Agreement City -Wide Collection System Pipebursting (Part A) 10/1QCont Ren #3 City Project No. 18145A 005223-5 REV 03-23-2015 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 City -Wide Collection System Pipebursting (Part A) ID/IQ Cont Ren #3 City Project No. 18145A 005223-6 REV 03-23-2015 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta °Digitally signed by Rebecca�xa°roFba Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: DIgl211y ogled by Kent Mcllyar DN'. cnnKent Mcllyaro. ou. ema lnken[mc@cctexas com. c -US Date. 201002.12120132.00'00' Assistant City Attorney DIgl211y slgnetl by Jeff Edmonds DN'. cn=Jefl Edmondso. onnEnglneenngemail=,effreye@cctexas corn col/5 Date'. 2019.02.14102] 52.00'00' J.H. Edmonds, P.E. Director of Engineering Services N/A AUTHORIZED BY COUNCIL N A N/A ATTEST (IF CORPORATION) CONTRACTOR Jennifer Portillo Digitally signed by Jennifer Portillo Date: 2019.01.23 13:48:16 -0500' IPR South Central, LLC (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Greg Baggett Assistant Secretary 131 N. Richey Address Pasadena, Texas 77506 City 832/252-4800 Phone bong@teamipr.com State Zip Fax EMail END OF SECTION Agreement City -Wide Collection System Pipebursting (Part A) ID/IQ Cont Ren #3 City Project No. 18145A 005223-7 REV 03-23-2015 r- 00 6113 PERFORMANCE BOND BOND NO. SU1155168 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: Project No. 18145A City -Wide Collection System Pipebursting(Part A) JD/IQ— Contract Renewal #3 (E15089) Award Date of the Contract: January 9, 2019 Contract Price: $3,750,000.00 Bond Date of Bond: 1/28/2019 (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): 215-606-1602 Telephone (for notice of claim): 214-438-4087 Local Agent for Surety Name: Address: Borden insurance 210 S. Carancahua, Ste 400 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 18145A City -Wide Collection System Pipebursting (Part A) Cont Ren #3 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 Signature: Na ,- as P - '•aI Surety Arch Insurance Company Signature: f\ IN.Vorli 6 {ger - • %-e-4- Name: Victoria P. Parkerson Title: Email Address:�C)GLgW?...1-0 Pc---,i5'i-cuIA ,]ecle t' l3, Title: Attorney -in -Fact 4Carnjpl Email Address: victoria.parkerson@alliant.com 13Gr (Attach Power of Attorney and place surety seal below) J. END OF SECTION Performance Bond 18145A City -Wide Collection System Pipebursting (Part A) Cont Ren #3 006113-2 7-8-2014 sem. ALF„ ,�. � • _ 77. .+• . sem? . SUR PATH 2017 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office In Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Victoria P. Parkerson Its true and lawful Attorney -in -Fact, to make, execute. seal, and deliver from the date of issuance of this power for and on Its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations. Surety Bond Number. Principal: SU1155168 TPR South Central, LLC Obligee: City of Corpus Christi This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations In pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersery City, New Jersey. This Power of Attomey Is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011. true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact, and to authorize them subject to the limitations set forth In their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds. undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." ' This Power of Attorney is signed, 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 attomey 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. 00M10013 00 03 03 Page 1 of 2 Printed in U.S.A. SURPATH 2017 in Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this28th day of September . 2017 Attested and Certified Arch Insurance Company ba A a / Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS David M. Finkelstein, Executive Vice President I, Michele Tripodi, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMONWEALTH OFPENN5VLVANtA NOTARIAL SEAL MICHELE TWO DI, Noisy Public City of Philtdetp1113, Phte:. Cctmty My Ccnmlulon Expires.Juty 34 2021 Michele Tripodi, Notary Public My commission expires 07/31/2021 CERTIFICATION 1, Patrick K. Nails , Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attomey dated September 28, 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 andffect since the date thereof and is in full force and effect on the nate 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, t have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 2� 8th day of, January , 2019 aheel.4/14, Patrick K. Nails, Secretary iii Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority tQbind 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 'i ' s. Philadelphia, PA 19102 4% Co UV OORVORME •'O HAL e ti,` 197I t. `Missonti 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: 1-866413-5550 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.Q. 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 !lamer al numero de tetefono 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 Information acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: 1 P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 4901007 Web: http:llwww.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: SI tiene una disputa concemiente 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 condition del documento adjunto. 00 ML0042 44 04 16 Page 1 of 1 00 6116 PAYMENT BOND BOND NO. 5U1155168 Contractor as Principal Name: IPR South Central, LLC Mailing address (principal place of business): 131 N. Richev, 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: Protect No. 18145A City Wide Collection System PipeburstinR (Part Al ID/IQ—Contract Renewal 113 (E150891 Award Date of the Contract: January 9, 2019 Contract Price: 53,750,000.00 Bond Date of Bond: 1/28/2019 (Date of Bond cannot be earlier than Award Dote 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): 215-606-1602 Telephone (for notice of claim): 214-438-4087 1 Local Agent for Surety Name: Address: Borden Insurance 210 S. Carancahua, Ste 400 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: 1-8002523439 Payment Bond Form 00 6116 -1 18145A City -Wide Collection System Pipebursting (Part A) Cont Ren 1#3 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 Pri ip Signature: ✓ Surety Arch Insurance Company Signature: Name: Gre• • • ,e Name: ctoria P. Parkerson Title: A-SSc5-I--co1- ie-f- Title: Attorney-in-Fact Email Address: bad Gf-(I- 2 n1ipr. Email Address: victoria.parkerson@alliant.com 5 (LJ `j Corr) [ -: r (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 18145A City -Wide Collection System Pipebursting (Part A) Cont Ren #3 006116-2 7-8-2014 SUR PATH 2017 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein staled. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know Ail Persons By These Presents: That the Arch insurance Company, a corporation organized and existing under the laws of the State of Missouri, having Rs principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Victoria P. Parkerson its true and Lawful Attorney- in -Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on Its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations. Surety Bond Number. Principal: SU1155168 IPR South Central, LLC Obligee: City of Corpus Christi This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersery City, New Jersey. Thts 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 fled with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact, and to authorize them subject to the limitations set forth In their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory In the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." ' This Power of Attorney is signed, seated and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00M10013 CO 03 03 Page 1 of 2 Printed in U.S.A. SURPATH 2017 in Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 28th day of September 20 17 Attested and Certified 4/thA, Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company David M. Finkelstein, Executive Vice President I, Michele Tripod', a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing Instrument, appeared before me this day In person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMONWEALTH OFPENN3YLVAN W NOTARIAL SEAL MICHELE TAWODI. notary Publ1c City of Ph1itdetp103, Phil. Cctinty Icy Cenissbn Expel Juty31. 2021 L.1 Michele Tripodi, Notary Public My commission expires 07/31/2021 CERTIFICATION 1, Patrick K. Nails , Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated September 28.2017 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force andffect since the date thereof and Is In full force and effect on the nate 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 28th day of January , 2019 " f : ' Patrick K. Nails, Secretary -- FaOSrer of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have • no authority klbind the Company except in the manner and to the extent herein stated. PLEASE SENO ALL CLAIM INQUIRIES R.ELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance -- Surety Division 3 Parkway; Suite 1500 Philadelphia, PA 19102 a,6erl .4/1,14/ 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: 1-866413-5550 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: ConsumerProteclion@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 1MPORTANTE Para obtener informacion o para someter una queja: Usted puede hamar al numero de teiefono gratis de Arch Insurance Group para informacion o para someter una queja al: 1-866-413-5550 Usted tamblen 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 companies, 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) 4901007 Web: httpJ/www.tdi.texas.gov E -mall: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunlcarse 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 convlerte en parte o condicion del documento adjunto. 00 ML0042 44 04 16 Page 1 of 1 A DP CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1/24/2019 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 Amber Breaux NAME: No, Ext): 713-470-4123 FAX (A/C, PHONE No): 713-470-4124 ADDRESS: abreaux@alliant.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Greenwich Insurance Company 22322 INSURED IPR South Central LLC 7600 S Santa Fe Dr. Houston, TX 77061 INSURER B: Starr Indemnity & Liability Company 38318 INSURER C: XL Specialty Insurance Company 37885 INSURER D: $ 1,000,000 INSURER E: INSURER F: X 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 CGD740922005 04/01/2018 04/01/2019 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 GENII AGGREGATE LIMIT APPLIES PER: POLICY X JECT LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OP AGG $ 2,000,000 A AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS CAD740922105 04/01/2018 04/01/2019 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 1000024041 04/01/2018 04/01/2019 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N NE.L. N/A CWD740921905 04/01/2018 04/01/2019 X (SEATUTE EOTH EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER EACH LOSS $ AGGREGATE $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)This cancels and replaces certificate issued 1/23/19. Re: Project 18145A - E15089 City Wide Collect Syst Pipebursting Part A IDIQ - Cont Ren #3. City of Corpus Christi - Engineering. The General Liability and Commercial Auto policy includes blanket Additional Insured endorsements that provide Additional Insured status to certain persons and organizations when required by written contract and subject to 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 afforded to any Additional Insured under the policy, the insurance shall apply as primary and not contributing with any insurance carried by such Additional Insured, as required bywritten contract. The General Liability, Auto Liability, and Workers Compensation policies includes an endorsement providing that 30 days' notice of cancellation will be furnished to the certificate holder, however 10 days if canceled for non-payment. Underground explosion and collapse coverage not excluded on General Liability, but subject to policy terms, conditions, limitations and exclusions. The General Liability Policy provides contractual liability for insured contracts only subject to the terms and conditions of the policy. CERTIFICATE HOLDER CANCELLATION City of Corpus Christi - Engineering Attn: Construction Contract Admin PO Box 9277 Corpus Christi, TX 78469-9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 AC ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD All rights reserved. POLICY NUMBER: CGD740922005 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION THAT YOU ARE 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. CG 20 10 04 13 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury' or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section 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 Page 2 of 2 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: CGD740922005 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. VARIOUS AS REQUIRED PER WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: CGD740922005 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 ❑ POLICY NUMBER: CAD740922105 XIC 411 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM A. COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured, is amended to include as an "insured" any person or organization you are required in a written contract to name as an additional insured, but only for "bodily injury" or "property damage" otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of: 1. You, while using a covered "auto"; or 2. Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered "auto" with your permission; Provided that: a. The written contract is in effect during the policy period of this policy; b. The written contract was signed by you and executed prior to the "accident" causing "bodily injury" or "property damage" for which liability coverage is sought; and c. Such person or organization is an "insured" solely to the extent required by the contract, but in no event if such person or organization is solely negligent. B. The Limits of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event shall the Limits of Insurance set forth in this policy be increased by the contract. C. General Conditions, Other Insurance is amended as follows: Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether such insurance is primary, excess, contingent or on any other basis unless the contract specifically requires that this policy be primary. All terms, conditions, exclusions and limitations of this policy shall apply to the liability coverage provided to any additional insured, and in no event shall such coverage be enlarged or expanded by reason of the contract. All other terms and conditions of this policy remain unchanged. XIC 411 1013 © 2013 X.L. America, Inc. All Rights Reserved. May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 POLICY NUMBER: CAD740922105 COMMERCIAL AUTO CA 20 01 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Endorsement Effective Date: April 1, 2018 SCHEDULE Insurance Company: Greenwich Insurance Company Policy Number: CAD740922105 Effective Date: April 1, 2018 Expiration Date: April 1, 2019 Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Address: 2002 Timberloch Place, Suite 550 The Woodlands, TX 77380 Additional Insured (Lessor): All Lessors Address: Designation Or Description Of "Leased Autos": All Leased Autos CA 20 01 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 2 Coverages Limit Of Insurance Covered Autos Liability $ 2,000,000 Each "Accident" Comprehensive Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus $ 1,000 Deductible For Each Covered "Leased Auto" Collision Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus $ 1,000 Deductible For Each Covered "Leased Auto" Specified Causes Of Loss Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus $ Deductible For Each Covered "Leased Auto" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 1. Any "leased auto" designated or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow. 2. For a "leased auto" designated or described in the Schedule, the Who Is An Insured provision under Covered Autos Liability Coverage is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: a. You; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. 3. The coverages provided under this endorsement apply to any "leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto". Page 2 of 2 2. The insurance covers the interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. C. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. E. Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor. © Insurance Services Office, Inc., 2011 CA 20 01 10 13 POLICY NUMBER: CAD740922105 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Endorsement Effective Date: April 1, 2018 SCHEDULE Name(s) Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHERE REQUIRED BY WRITTEN AGREEMENT SIGNED PRIOR TO LOSS. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1, 2018 Policy No. CWD740921905 Endorsement No. Insured INLAND PIPE REHABILITATIONHOLDING COMPANY, LLC Insurance Company Countersigned by XL Specialty Insurance Company WC 00 03 13 (Ed. 4-84) © 1983 National Council on Compensation Insurance. ENDORSEMENT #017 This endorsement, effective 12:01 a.m., April 1, 2018, forms a part of Policy No. CGD740922005 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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 STREET CORPUS CHRISTI, TX 78401 30 CITY OF CORPUS CHRISTI 801 NAVIGATION SUITE 300 CORPUS CHRISTI, TX 78408 30 CITY OF DEFIANCE 631 PERRY STREET SUITE 102 DEFIANCE, OH 43512-2780 30 CITY OF DETROIT ATTN: MR. DARRYL LATIMER 735 RANDOLPH DETROIT, MI 48226 30 CITY OF DUNCANVILLE, TX 203 E. WHEATLAND ROAD DUNCANVILLE, TX 75138 30 CITY OF DURAND 215 WEST CLINTON STREET DURAND, MI 48429 30 CITY OF EAST LANSING 410 ABBOT ROAD EAST LANSING, MI 48823 30 All other terms and conditions of the Policy remain unchanged. IX! 405 0910 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. POLICY NUMBER: CAD740922105 IXI 405 0910 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, OH 601 LAKESIDE AVENUE ROOM 505 CLEVELAND, OH 44114 30 CITY OF COLUMBIA UTILITIES & ENGINEERING P.O. BOX 147 COLUMBIA, SC 29217 30 CITY OF CONROE 300 W. DAVIS STREET CONROE, TX 77301 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 STREET CORPUS CHRISTI, TX 78401 30 CITY OF CORPUS CHRISTI 801 NAVIGATION SUITE 300 CORPUS CHRISTI, TX 78408 30 CITY OF DEFIANCE 631 PERRY STREET SUITE 102 DEFIANCE, OH 43512-2780 30 CITY OF DETROIT ATTN: MR. DARRYL LATIMER 735 RANDOLPH DETROIT, MI 48226 30 CITY OF DUNCANVILLE, TX 203 E. WHEATLAND ROAD DUNCANVILLE, TX 75138 30 CITY OF DURAND 215 WEST CLINTON STREET DURAND, MI 48429 30 CITY OF EAST LANSING 410 ABBOT ROAD EAST LANSING, MI 48823 30 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 57 (Ed. 12/10) This endorsement, effective 12:01 a.m., April 1, 2018, forms a part of Policy No. CWD740921905 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by XL Specialty Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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 0/0 JONES & CARTER, INC. 8701 NEW TRAILS SUITE 200 THE WOODLANDS, TX 77383-4241 30 CITY OF CLEVELAND, OH 601 LAKESIDE AVENUE ROOM 505 CLEVELAND, OH 44114 30 CITY OF COLUMBIA UTILITIES & ENGINEERING P.O. BOX 147 COLUMBIA, SC 29217 30 CITY OF CONROE 300 W. DAVIS STREET CONROE, TX 77301 30 CITY OF CORPUS CHRISTI — ENGINEERING ATTN: CONSTRUCTION CONTRACT ADMIN PO BOX 9277 CORPUS CHRISTI, TX 78469-9277 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, 2018 Policy No. CWD740921905 Endorsement No. Insured INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Premium Included Insurance Company XL Specialty Insurance Company Countersigned by WC 99 06 57 Ed. 12/10 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission.