Loading...
HomeMy WebLinkAboutC2019-258 - 2/15/2019 - NA C2019-258 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 B) IDIQ— Project No. E15209 awarded on April 19, 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 B)ID/IQ—Contract Renewal#3(E15209) Project No. 18146A 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 18146A,of the Original Contract E15209 City- Wide Collection System Pipebursting(Part B)ID/IQ. The Third Renewal Contract extension will not exceed the amount of$1,875,000.00 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 B)ID/IQ Cont Ren#3 City Project No. 18146A REV 10-6-2015 S( ANFD CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITY WIDE COLLECTION SYSTEM PIPEBURSTING ID/IQ PART B E15209 kA .* :: ........................... W{lliAM�,pGAN gUATON City of 9C •► Corpus 11//./ Christi CNV, Inc. 801 Navigation, Suite 300 j Corpus Christi, TX j 361-883-1984 January 18, 2016 Record Drawing Number SAN 566 00 01 00 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 10/06/2015) 00 30 00 Bid Acknowledgment Form (Rev 10/06/2015) 00 30 01 Bid Form (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev 10/06/2015) 00 52 23 Agreement(Rev 10/06/2015) 00 61 13 Performance Bond (Rev 10/06/2015) 00 61 16 Payment Bond (Rev 10/06/2015) 00 72 00 General Conditions (Rev 3/23/2015) 00 72 01 Insurance Requirements (Rev7/3/2014) 00 72 02 Wage Rate Requirements(Rev06/12/2015) 00 72 03 Minority/ MBE/ DBE Participation Policy 00 73 00 Supplementary Conditions 99 4 09 Speeial r.,RditieRS; fe-F PH.,4�.,.. n...,., Division 01 General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev03/11/2015) 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) 01 33 02 Shop Drawings Table of Contents 000100- 1 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 10-6-2015 Division/ Title Section 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation v1 24r..r�-o= n1 24 m � Qn. r .+fie + ,. /nQQn1 vrr -v= ..., n1 2n n2 Qn. eaH P.,., ,. \A /T /nQ1 vr,�-oma ..., -eptifir-atie -(T-W9494 v 24 04, Buy AmeFieap Ge. 01 35 00 Special Procedures 014000 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing and Stripping 022020 Excavation and Backfill for Utilities and Sewers 022100 Select Material 022420 Silt Fence 025404 Asphalts, Oils, and Emulsions 026202 Hydrostatic Testing of Pressure System 026210 Polyvinyl Chloride Pipe 026214 Grouting Abandoned Utility Lines 027203 Vacuum Testing of Wastewater Manholes and Structures 027604 Disposal of Waste from Sanitary Sewer Cleaning Operations 028300 Fence Relocation 032020 Reinforcing Steel 037040 Epoxy Compounds 038000 Concrete Structures 055420 Frames, Grates, Rings, and Covers Part T Technical Specifications 000500-T Mobilization/Demobilization 020800-T Well Pointing, Dewatering and Disposal Table of Contents 000100- 2 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 10-6-2015 Division/ Title Section 021040-T Site Grading 021080-T Removing Old Structures 022030-T Trench Safety 025205-T Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement 025215-T Cement Stabilized Limestone Base 025220-T Flexible Base—Limestone 025412-T Prime Coat 025424-T Hot Mix Asphaltic Concrete Pavement 025610-T Concrete Curb and Gutter 025612-T Concrete Sidewalks and Driveways 025614-T Concrete Curb Ramps 025802-T Temporary Traffic Controls Used During Construction 027200-T Control of Wastewater Flows 027205-T Fiberglass Manholes for Wastewater 027208-T Rehabilitation of Wastewater Manholes using Polymer Systems 027602-T Gravity Wastewater Lines 027606-T Service Lateral Replacement 027611-T Cleaning and Televised Inspection of Wastewater Lines 027618-T Wastewater Line Rehabilitation/ Pipebursting 027620-T Point Repairs and Obstruction Removals 028020-T Seeding 020840-T Sodding 028200-T Mail Box Relocation 028250-T Wood Fences and Gates 028310-T Chain Link Fences and Gates 030020-T Portland Cement Concrete Appendix Title Attachment A Sample Site Location Maps END OF SECTION Table of Contents 000100-3 City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 REV 10-6-2015 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: CITY-WIDE COLLECTION SYSTEM PIPEBURSTING ID/IQ PART B PROJECT NO. E15209 This project consists of Wastewater Collection System rehabilitation improvements in the City of Corpus Christi. The scope of work includes, but is not limited to: rehabilitation and/or replacement of gravity collection lines by pipe bursting lines 6" to 24" in diameter, control of wastewater flows, cleaning and televised inspection of conduits, and temporary traffic controls. All work will be executed with multiple indefinite quantity delivery orders, as required, in accordance with the plans, specifications, and contract documents. The initial contract will be for a one (1)year(12-calendar months) base contract with four(4) optional (1)year(12- calendar months) extensions_ 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $1,875,000. The Project is to be substantially complete and ready for operation within 365 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. Invitation to Bid and Instructions to Bidders 002113- 1 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 ARTICLE 3—PRE-BID CONFERENCE 3.01 A non-mandatory pre-bid conference for the Project will be held on February 17, 2016 at 2:00 Pm at the following location: City Hall Building—Capital Programs Conference Room 1 or 2 3rd floor, Capital Programs Department (formerly"Engineering Department") 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 4—COPIES OF CONTRACT DOCUMENTS 4.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 4.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 4.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 5—EXAMINATION OF CONTRACT DOCUMENTS 5.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided Invitation to Bid and Instructions to Bidders 002113- 2 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 6—INTERPRETATIONS AND ALTERNATE BIDS 6.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 6.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 6.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 7—BID SECURITY 7.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 7.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 7 below. 7.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. Invitation to Bid and Instructions to Bidders 002113-3 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 7.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 7.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 7.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 7.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 8—PREPARATION OF BID 8.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 8.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 8.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 8.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 8.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 9—DELIVERY OF BIDS 9.01 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 9.02 Bids must be received no later than March 2, 2016 at 2:00 pm to be accepted. The Bids will be publicly opened and read aloud at this time in the City Council Chambers or Staff Room, 1"floor of the City Hall Building. Bids received after this time will not be accepted. 9.03 Electronic Bids may be submitted to the CivCastUSA website at www.CivCastUSA.com. Invitation to Bid and Instructions to Bidders 002113-4 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 9.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid—City-Wide Collection System Pipebursting ID/IQ Part B (Project No. E15209) All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110,trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. Invitation to Bid and Instructions to Bidders 002113-5 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 ARTICLE 12—OPENING OF BIDS 12.01 Bids will be publicly opened and read aloud at March 2, 2016 at 2:00 pm, at the following location: City Hall Building- City of Corpus Christi First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi, Texas 78401 12.02 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 13—BIDS REMAIN SUBJECT TO ACCEPTANCE 13.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 14—STATEMENT OF EXPERIENCE 14.01 The three lowest Bidders must submit the information required in SECTION 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,the Bidder's capacity to perform the Work, whether the Bidder has met the minimum specific project experience requirements. 15.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 15.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 16—AWARD OF CONTRACT 16.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. Invitation to Bid and Instructions to Bidders 002113-6 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 16.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 17—MINORITY/ MBE/DBE PARTICIPATION POLICY 17.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 17.02 Minority participation goal for this Project has been established to be 45%. 17.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 18—BONDS AND INSURANCE 18.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 18.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 19—SIGNING OF AGREEMENT 19.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (4) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 20—SALES AND USE TAXES 20.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. Invitation to Bid and Instructions to Bidders 002113-7 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 20.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 21—WAGE RATES 21.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 22—BIDDER's CERTIFICATION OF NO LOBBYING 22.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 23—CONFLICT OF INTEREST 23.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe Invitation to Bid and Instructions to Bidders 002113-8 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources,workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for pipebursting or similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-9 City-Wide Collection System Pipebursting ID/IQ Part B REV 06-12-2015 City Project No. E15209 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations 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 Part B City Project No. E15209 REV07-03-2014 007201-1 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 Part B City Project No. E15209 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 Part B City Project No. E15209 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 Part B City Project No. E15209 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 Part B City Project No. E15209 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. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional Insurance Requirements City Wide Collection System Pipebursting ID/IQ Part B City Project No. E15209 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 Part B City Project No. E15209 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 Part B City Project No. E15209 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 Part B City Project No. E15209 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 Part B City Project No. E15209 00 72 01-10 REV 07-03-2014 009101 ADDENDUM NUMBER 01 Project: City Wide Collection System Pipebursting ID/1art B Project Number: Owner: City of Corpus Christi 15209 City Engineer: Jeffrey Edmonds, P.E. Designer: LNV, Inc. Addendum Specification No. 01 Section: 009101 Issue Date: 02/25/16 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, modifications or deletions to the Contract Documents described in this Addendum. Approved by: WO ile m Logan Burton, P.E. Date25/16 ♦y�'•�EOF Addendum Items: /+ •. �... ........................'. /WILLIAM LOCAN 13UATON j /....:..........................� FRONT END DOCUMENTS: 99383 'f 1 I/CENSE� it►�i 00 2113-INVITATION TO BID AND INSTRUCTIONS TO t �••• ••••'0�= BIDDERS ,/ J �� ON ` y{ � 00 30 01-BID FORM 0129 01-MEASUREMENT AND BASIS FOR PAYMENT Solutions Today with a CLARIFICATIONS: VWonfor Tonw row engineers architects surveyors QUESTIONS AND ANSWERS TBPE FIRM N0. F-366 Addendum No.01 00 9101-1 Corpus Christi Standards-Regular Projects REV 04-02-2014 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—Article 7: DELETE: Paragraph 7.01 in its entirety ADD: 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 Proiect 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$93,750(5%of base contract amount). DELETE: Paragraph 7.03.1 in its entirety ADD: 7.01.1 A Bid Bond must guarantee without qualification or condition,that the Owner will be paid a sum equal to$93,750,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. B. SECTION 00 30 01 BID FORM DELETE: SECTION 00 30 01 BID FORM in its entirety. ADD: SECTION 00 30 01 BID FORM in its entirety(Attachment No. 1). CLARIFICATION: Added Bid Item WW193—Upsizing of Wastewater Line(Greater than One Pipe Size, Max 1.5 Times Existing Diameter),all sizes,all depths, complete in place per linear foot. C. SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT: DELETE: Paragraph 1.03.A.1.f entirely. ADD: Mobilization may not exceed 10 percent of the total Contract Price. AMEND: Paragraph 1.03. Add the following: Addendum No.01 009101-2 Corpus Christi Standards-Regular Projects REV 04-02-2014 "1.03.EEE. Bid Item WW193—Upsizing of Wastewater Line(Greater than One Pipe Size, Max 1.5 Times Existing Diameter) L. Measuring for payment shall be on a per linear foot basis. 2. Measurement shall include all labor,equipment, materials, etc. required to complete additional work associated with upsizing of main in conjunction with appropriate bid item from WW2-WW31. ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS A. Question: "What is the warranty timeline?" Answer: "Refer to Section 00 72 00—Article 15, Paragraph 15.08A. Note that Substantial Completion has been further defined in Section 00 73 00." B. Question: "Clarify the MBE/WBE Requirements." Answer: "Refer to Section 00 72 03 for information regarding the City's Minority/MBE/DBE Participation Policy." END OF ADDENDUM NO. 01 Addendum No.01 009101-3 Corpus Christi Standards-Regular Projects REV 04-02-2014 00 30 01 BID FORM ADDENDUMEM N0.1 ATTACHMENT N0.1 PAGE 1 of 13 00 30 01 BID FORM Project Name: CITY-WIDE COLLECTION SYSTEM PIPEBURSTING ID/IQ PART B Project Number: E15209 Owner: City of Corpus Christi Bidder: OAR: Designer: ILNV, Inc. Basis of Bid QUANTITY(Bid Item DESCRIPTION UNIT EvaluationONLY-NOT UNIT PRICE EXTENDED AMOUNT FOR AWARD) Base Bid WW1 Mobilization/Bonds/Insurance per lump-sum LS 1 $ $ (Refer to T-000500 for mobilization payment) WW2 Rehab 58"Wastewater Line(Pipe Bursting)(0'-6' $ $ LF 10000 - Depth),complete in place per linear foot Rehab<_8"Wastewater Line(Pipe Bursting)(6'-10' WW3 LF 10000 $ - $ - Depth),complete in place per linear foot WW4 Rehab 58"Wastewater Line(Pipe Bursting)(10'-14' LF 7500 $ $ Depth),complete in place per linear foot WW5 Rehab<_8"Wastewater Line(Pipe Bursting)(14'-18' LF 750 $ $ - Depth),complete in place per linear foot WW6 Rehab<_8"Wastewater Line(Pipe Bursting)(>18' LF 750 $ $ Depth),complete in place per linear foot WW7 LF 5000 Rehab 10"Wastewater Line(Pipe Bursting)(0'-6' $ $ Depth),complete in place per linear foot WW8 Rehab 10"Wastewater Line(Pipe Bursting)(6'-10' LF 5000 $ $ Depth),complete in place per linear foot WW9 Rehab 10"Wastewater Line(Pipe Bursting)(10'-14' $ $ LF 5000 Depth),complete in place per linear foot WW10 Rehab 10"Wastewater Line(Pipe Bursting)(14'-18' LF 600 $ $ Depth),complete in place per linear foot WW11 Rehab 10"Wastewater Line(Pipe Bursting)(>18' LF 600 $ $ Depth),complete in place per linear foot WW12 Rehab 12"Wastewater Line(Pipe Bursting)(0'-6' LF 1000 $ $ Depth),complete in place per linear foot Bid Form Page 1 of 13 City-Wide Collection System Pipebursting ID/IQ Part B- E15209 REV 10-14-2014 00 30 01 BID FORM ADDENDUMEM NO.1 ATTACHMENT NO.1 PAGE 2of13 QUANTITY(Bid Evaluation Item DESCRIPTION UNIT ONLY-NOT UNIT PRICE EXTENDED AMOUNT FOR AWARD) WW13 Rehab 12"Wastewater Line(Pipe Bursting)(6'-10' LF 1000 $ $ Depth),complete in place per linear foot WW14 Rehab 12"Wastewater Line(Pipe Bursting)(10'-14' LF 1000 $ $ Depth),complete in place per linear foot WW15 Rehab 12"Wastewater Line(Pipe Bursting)(14'-18' LF 500 $ $ Depth),complete in place per linear foot Rehab 12"Wastewater Line(Pipe Bursting) WW16 LF 500 (>18' Depth),complete in place per each $ $ Rehab 15"Wastewater Line(Pipe Bursting)(0'-6' WW17 Depth),complete in place per linear foot LF 400 $ $ WW18 Rehab 15"Wastewater Line(Pipe Bursting)(6'-10' LF 400 $ $ Depth),complete in place per linear foot WW19 Rehab 15"Wastewater Line(Pipe Bursting)(10'-14' LF 400 $ $ Depth),complete in place per linear foot WW20 Rehab 15"Wastewater Line(Pipe Bursting) (14'-18' LF 400 $ $ Depth),complete in place per linear foot WW21 Rehab 15"Wastewater Line(Pipe Bursting)(>18' LF 400 $ $ Depth),complete in place per linear foot WW22 Rehab 18"Wastewater Line(Pipe Bursting)(0'-6' LF 400 $ $ Depth),complete in place per linear foot WW23 Rehab 18"Wastewater Line(Pipe Bursting)(6'-10' LF 400 $ $ Depth),complete in place per linear foot WW24 Rehab 18"Wastewater Line(Pipe Bursting)(10'-14' LF 400 $ $ Depth),complete in place per linear foot WW25 Rehab 18"Wastewater Line(Pipe Bursting)(14'-18' LF 400 $ $ Depth),complete in place per linear foot WW26 Rehab 18"Wastewater Line(Pipe Bursting)(>18' LF 400 $ $ Depth),complete in place per linear foot WW27 LF 400 Rehab 24"Wastewater Line(Pipe Bursting)(0'-6' $ $ Depth),complete in place per linear foot WW28 Rehab 24"Wastewater Line(Pipe Bursting)(6'-10' LF 400 $ $ Depth),complete in place per linear foot Bid Form Page 2 of 13 City-Wide Collection System Pipebursting ID/IQ Part B- E15209 REV 10-14-2014 00 30 01 BID FORM ADDENDUMEM NO.1 ATTACHMENT NO.1 PAGE 3 of 13 QUANTITY(Bid Item DESCRIPTION UNIT Evaluation UNIT PRICE EXTENDED AMOUNT ONLY-NOT FOR AWARD) WW29 Rehab 24"Wastewater Line(Pipe Bursting)(10'-14' LF 400 $ $ Depth),complete in place per linear foot WW30 Rehab 24"Wastewater Line(Pipe Bursting)(14'-18' LF 400 $ $ Depth),complete in place per linear foot WW31 Rehab 24"Wastewater Line(Pipe Bursting)(>18' LF 400 Depth),complete in place per linear foot $ $ WW32 Service Re-connection for 8" Pipe Bursting,complete EA 750 $ $ in place per each WW33 Service Re-connection for 10" Pipe Bursting,complete EA 500 $ $ in place per each WW34 Service Re-connection for 12"Pipe Bursting,complete EA 75 $ $in place per each WW35 Service Re-connection for 15" Pipe Bursting,complete EA 20 $ $ in place per each WW36 Service Re-connection for 18"Pipe Bursting,complete EA 10 $ - $ in place per each WW37 Service Re-connection for 24"Pipe Bursting,complete EA 5 $ - $ in place per each Point Repair<_8"Wastewater Line WW38 (0'-6'Depth)(15 LF Min),complete in place per linear LF 100 $ $ foot Point Repair<_8"Wastewater Line WW39 (6'-10' Depth)(15 LF Min),complete in place per LF 100 $ $ linearfoot Point Repair<_8"Wastewater Line WW40 (10'-14' Depth)(15 LF Min),complete in place per LF 100 $ $ linear foot Point Repair<_8"Wastewater Line WW41 (14'-18' Depth)(15 LF Min),complete in place per LF 100 $ $ linear foot Point Repair<_8"Wastewater Line WW42 (>18' Depth)(15 LF Min),complete in place per linear LF 100 $ $ foot Point Repair 10"Wastewater Line WW43 (0'-6' Depth)(15 LF Min),complete in place per linear LF 100 $ $ foot Point Repair 10"Wastewater Line WW44 (6'-10' Depth)(15 LF Min),complete in place per LF 100 $ $ linear foot Bid Form Page 3 of 13 City-Wide Collection System Pipebursting ID/IQ Part B- E15209 REV 10-14-2014 00 30 01 BID FORM ADDENDUMEM NO.1 ATTACHMENT NO.1 PAGE 4 of 13 QUANTITY(Bid Item DESCRIPTION UNIT Evaluation UNIT PRICE EXTENDED AMOUNT ONLY-NOT FOR AWARD) Point Repair 10"Wastewater Line WW45 (10'-14'Depth)(15 LF Min),complete in place per LF 100 $ $ linearfoot Point Repair 10"Wastewater Line WW46 (14'-18'Depth)(15 LF Min),complete in place per LF 100 $ $ linearfoot Point Repair 10"Wastewater Line WW47 (>18'Depth)(15 LF Min),complete in place per linear LF 100 $ $ foot Point Repair 12"Wastewater Line WW48 (0'-6' Depth)(15 LF Min),complete in place per linear LF 50 $ $ foot Point Repair 12"Wastewater Line WW49 (6'-10' Depth)(15 LF Min),complete in place per LF 50 $ $ linearfoot Point Repair 12"Wastewater Line WW50 (10'-14'Depth)(15 LF Min),complete in place per LF 50 $ $ linearfoot Point Repair 12"Wastewater Line WW51 (14'-18' Depth)(15 LF Min),complete in place per LF 50 $ $ linearfoot Point Repair 12"Wastewater Line WW52 (>18' Depth)(15 LF Min),complete in place per linear LF 50 $ $ foot Point Repair 15"Wastewater Line WW53 (0'-6' Depth)(15 LF Min),complete in place per linear LF 15 $ $ foot Point Repair 15"Wastewater Line WW54 (6'-10'Depth)(15 LF Min),complete in place per LF 15 $ $ linearfoot Point Repair 15"Wastewater Line WW55 (10'-14' Depth)(15 LF Min),complete in place per LF 15 $ $ linearfoot Point Repair 15"Wastewater Line WW56 (14'-18' Depth)(15 LF Min),complete in place per LF 15 $ $ linearfoot Point Repair 15"Wastewater Line WW57 (>18'Depth)(15 LF Min),complete in place per linear LF 15 $ $ foot WW58 Point Repair 18"Wastewater Line(0'-6' Depth)(15 LF LF 15 $ $ Min),complete in place per linear foot Point Repair 18"Wastewater Line WW59 (6'-10' Depth)(15 LF Min),complete in place per LF 15 $ $ linearfoot Point Repair 18"Wastewater Line WW60 (10'-14' Depth)(15 LF Min),complete in place)per LF 15 $ $ linearfoot Bid Form Page 4 of 13 City-Wide Collection System Pipebursting ID/IQ Part B- E15209 REV 10-14-2014 00 30 01 BID FORM ADDENDUMEM NO.I ATTACHMENT NO.1 PAGE 5 of 13 QUANTITY(Bid Item DESCRIPTION UNIT Evaluation UNIT PRICE EXTENDED AMOUNT ONLY-NOT FOR AWARD) Point Repair 18"Wastewater Line WW61 (14'-18'Depth)(15 LF Min),complete in place per LF 15 $ $ linear foot Point Repair 18"Wastewater Line WW62 (>18'Depth)(15 LF Min),complete in place per linear LF 15 $ $ foot Point Repair 24"Wastewater Line WW63 (0'-6' Depth)(15 LF Min),complete in place per linear LF 15 $ $ foot Point Repair 24"Wastewater Line WW64 (6'-10' Depth)(15 LF Min),complete in place per LF 15 $ $ linear foot Point Repair 24"Wastewater Line WW65 (10'-14'Depth)(15 LF Min),complete in place per LF 15 $ $ linear foot Point Repair 24"Wastewater Line WW66 (14'-18'Depth)(15 LF Min),complete in place per LF 15 $ $ linear foot Point Repair 24"Wastewater Line WW67 (>18'Depth)(15 LF Min),complete in place per linear LF 15 $ $ foot Excavation Safety for Wastewater Line Point Repair WW68 (All Line Sizes&Depths),complete in place per linear LF 1475 $ $ foot WW69 Obstruction Removal by Remote Device,complete in EA 5 $ $ place per each WW70 Obstruction Removal by Excavation(0'-6'Depth), EA 15 complete in place per each $ $ WW71 Obstruction Removal by Excavation (6'-10' Depth), EA 15 $ $ - complete in place per each WW72 Obstruction Removal by Excavation(10'-14'Depth), EA 15 $ $ complete in place per each WW73 Obstruction Removal by Excavation(14'-18' Depth), EA 15 $ $ complete in place per each Obstruction Removal by Excavation(>18' Depth), WW74 complete in place per each EA 15 $ $ Service Lateral Replacement(0'-6'Depth Main, WW75 Includes Clean Out, Boot,coupling,etc.)(10 LF Min), LF 100 $ $ complete in place per linear foot Service Lateral Replacement(6'-10'Depth Main, WW76 Includes Clean Out, Boot,coupling,etc)(10 LF Min), LF 100 $ $ com tete in lace per linear foot Bid Form Page 5 of 13 City-Wide Collection System Pipebursting ID/IQ Part B- E15209 REV 10-14-2014 00 30 01 BID FORM ADDENDUMEM NO.1 ATTACHMENT NO.1 PAGE 6 of 13 QUANTITY(Bid Item DESCRIPTION UNIT EvaluationONLY-NOT UNIT PRICE EXTENDED AMOUNT FOR AWARD) Service Lateral Replacement(10'-14' Depth WW77 Main,lncludes Clean Out, Boot,coupling,etc)(10 LF LF 100 $ $ Min),complete in place per linear foot Service Lateral Replacement(14'-18' Depth Main, WW78 Includes Clean Out, Boot,coupling,etc)(10 LF Min), LF 100 $ $ complete in place per linear foot Service Lateral Replacement(>18'Depth Main, WW79 Includes Clean Out, Boot,coupling,etc)(10 LF Min), LF 100 $ - $ complete in place per linear foot WW80 Well Pointing(0'-6'Depth),complete in place per LF 50 $ $ linearfoot WW81 Well Pointing(6'-10' Depth),complete in place per LF 50 $ $ linearfoot WW82 Well Pointing(10'-14' Depth),complete in place per LF SO $ $ linearfoot WW83 Well Pointing(14'-18'Depth),complete in place per LF 50 $ $ linearfoot WW84 Well Pointing(>18'Depth),complete in place per LF 50 $ $ linearfoot Control of Wastewater Flows with Bypass WW85 DAY 10 $ - $ - Pumping(Lines 58"),complete in place per day WW86 Bypass Force Main for Control of<_8"Wastewater LF 250 $ $ Flows,complete in place per linear foot WW87 Control of Wastewater Flows with Bypass Pumping DAY 10 $ $ (10"-12" Lines),complete in place per day WW88 Bypass Force Main for Control of 10"-12"Wastewater LF 1000 $ $ Flows,complete in place per linear foot WW89 Control of Wastewater Flows with Bypass DAY 10 $ - $ Pumping(15"-18"Lines),complete in place per day WW90 Bypass Force Main for Control of 15"-18"Wastewater LF 1000 $ $ Flows,complete in place per linear foot WW91 Control of Wastewater Flows with Bypass DAY 10 $ $ Pumping(24" Lines),complete in place per day WW92 Bypass Force Main for Control of 24"Wastewater LF 1000 $ $ Flows,complete in place per linear foot Bid Form Page 6 of 13 City-Wide Collection System Pipebursting ID/IQ Part B- E15209 REV 10-14-2014 00 30 01 BID FORM ADDENDUMEM NO.1 ATTACHMENT NO.1 PAGE 7 of 13 QUANTITY(Bid Item DESCRIPTION UNIT EvaluationONLY-NOT UNIT PRICE EXTENDED AMOUNT FOR AWARD) WW93 Control of Wastewater Flows with Bypass DAY 10 $ $ Pumping(30"Lines),complete in place per day WW94 Bypass Force Main for Control of 30"Wastewater LF 1000 $ - $ Flows,complete in place per linear foot WW95 Control of Wastewater Flows with Bypass DAY 10 $ $ Pumping(36" Lines),complete in place per day WW96 Bypass Force Main for Control of 36"Wastewater LF 1000 $ $ Flows,complete in place per linear foot WW97 Furnish Vacuum Truck(Tandem),complete in place DAY 25 $ $ per day WW98 Furnish Vacuum Truck(Tanker),complete in place DAY 25 $ $ per day WW99 Plugs and/or Flow-thru Plugs(<_8"),complete in place DAY 100 $ $ per day WW100 Plugs and/or Flow-thru Plugs(10"),complete in place DAY 100 $ $ per day WW101 Plugs and/or Flow-thru Plugs(12"),complete in place DAY 100 $ $ per day WW102 Plugs and/or Flow-thru Plugs(14"),complete in place DAY 100 $ $ per day WW103 Plugs and/or Flow-thru Plugs(15"),complete in place DAY 75 $ $ per day WW104 Plugs and/or Flow-thru Plugs(18"),complete in place DAY 75 $ $ per day WW105 Plugs and/or Flow-thru Plugs(20"),complete in place DAY 25 $ $ per day WW106 Plugs and/or Flow-thru Plugs(30"),complete in place DAY 25 $ $ per day WW107 Plugs and/or Flow-thru Plugs(36"),complete in place DAY 25 $ $ per day WW108 PRE CCTV-Clean &Televise Wastewater Lines(Lines LF 30000 $ $ - <_8"),complete in place per linear foot Bid Form Page 7 of 13 City-Wide Collection System Pipebursting ID/IQ Part B- E15209 REV 10-14-2014 00 30 01 BID FORM ADDENDUMEM N0.1 ATTACHMENT N0.1 PAGE 8 of 13 QUANTITY(Bid Item DESCRIPTION UNIT EvaluationONLY-NOT UNIT PRICE EXTENDED AMOUNT FOR AWARD) WW109 POST CCTV-Televise Wastewater Lines LF 30000 $ $ (Lines<_8" ),complete in place per linear foot WW110 PRE CCN-Clean&Televise Wastewater Lines(10"- $ $ LF 16500 - 12"Lines),complete in place per linear foot POST CCN- Televise Wastewater Lines(10"-12" WW111 LF 16500 - Lines),complete in place per linear foot PRE CCTV-Clean&Televise Wastewater Lines(15" WW112 LF 4000 - 18"Lines),complete in place per linear foot POST CCTV-Televise Wastewater Lines WW113 LF 4000 - (15"-18" Lines),complete in place per linear foot WW114 PRE CCN LF 2000-Clean&Televise Wastewater Lines(24" $ $ - Lines),complete in place per linear foot POST CCTV-Televise Wastewater Lines WW115 LF 2000 $ - $ - (24" Lines),complete in place per linear foot WW116 PRE CCTV-Clean&Televise Wastewater Lines(30" LF 500 $ $ Lines),complete in place per linear foot WW117 PRE CCN-Clean&Televise Wastewater Lines(36" LF 500 $ $ Lines),complete in place per linear foot CCN Reverse Set-up(Unable to Traverse Line on WW118 EA 10 $ - $ - Initial Set-up),complete in place per each WW119 CCN Set-ups,complete in place per each EA 25 $ $ WW120 Clean&CCN Manhole/Manhole Inspection, EA 20 $ $ complete in place per each WW121 Remove Existing Manhole(All sizes),complete in EA 60 $ $ place per each WW122 Replace 4 ft Dia. Manhole EA 40 $ $ - (0'-6' Depth),complete in place per each Extra Depth for 4 ft Dia Manhole(Over 6' Depth), WW123 VF 60 $ - $ - complete in place per vertical foot WW124 Replace 5 ft Dia Manhole EA 10 $ $ (0'-6' Depth),complete in place per each Bid Form Page 8 of 13 City-Wide Collection System Pipebursting ID/IQ Part B- E15209 REV 10-14-2014 00 30 01 BID FORM ADDENDUMEM NO.1 ATTACHMENT NO.1 FAGF 9 of 13 QUANTITY(Bid Item DESCRIPTION UNIT Evaluation UNIT PRICE EXTENDED AMOUNT ONLY-NOT FOR AWARD) WW125 Extra Depth for 5 ft Dia Manhole(Over 6' Depth), VF 20 $ $ complete in place per vertical foot WW126 Replace 6 ft Dia Manhole EA 10 $ $ (0'-6'Depth),complete in place per each WW127 Extra Depth for 6 ft Dia Manhole(Over 6' Depth), VF 20 $ $ complete in place per vertical foot WW128 4 ft Dia Polymer System Manhole Rehab(O'-6' Depth), EA 60 $ complete in place per each $ Extra Depth for 4 ft Dia. Polymer System Manhole WW129 Rehab(Over 6'Depth),complete in place per vertical VF 90 $ $ foot WW130 5 ft Dia Polymer System Manhole Rehab(0'-6' Depth), EA 5 $ $ complete in place per each Extra Depth for 5 ft Dia. Polymer System Manhole WW131 Rehab(Over 6'Depth),complete in place per vertical VF 10 $ $ foot WW132 6 ft Dia Polymer System Manhole Rehab(O'-6' Depth), EA 5 $ $ complete in place per each Extra Depth for 6 ft Dia. Polymer System Manhole WW133 Rehab(Over 6'Depth),complete in place per vertical VF 10 $ $ foot WW134 4 ft Dia Manhole FRP Rehab EA 40 $ $ (0'-6'Depth),complete in place per each Extra Depth for 4 ft Dia. Manhole FRP Rehab.(Over 6' VF 60 $ $ WW135 Depth),complete in place per vertical foot WW136 5 ft Dia Manhole FRP Rehab EA 5 $ $ (0'-6' Depth),complete in place per each WW137 Extra Depth for 5 ft Dia. Manhole FRP Rehab. (Over 6' VF 10 $ $ Depth),complete in place per vertical foot 6 ft Dia Manhole FRP Rehab WW138 EA 5 $ (0'-6' Depth),complete in place per each $ WW139 Extra Depth for 6 ft Dia. Manhole FRP Rehab. (Over 6' VF 10 $ $ Depth),complete in place per vertical foot WW140 Excavation Safety for Manholes(O'-6' Depth), EA 110 $ complete in place per each $ Bid Form Page 9 of 13 City-Wide Collection System Pipebursting ID/IQ Part B- E15209 REV 10-14-2014 00 30 01 BID FORM ADDENDUMEM N0.1 ATTACHMENT NO.1 PAGE 10 of 13 QUANTITY(Bid Item DESCRIPTION UNIT Evaluation UNIT PRICE EXTENDED AMOUNT ONLY-NOT FOR AWARD) Extra Depth for Excavation Safety for Manholes(>6' $ $ WW141 VF 180 Depth),complete in place per vertical foot - WW142 Manhole Connections(<_8"),complete in place per $ $ EA 250 each WW143 Manhole Connections(10"-12"),complete in place EA 50 $ $ per each WW144 Manhole Connections(15"-18"),complete in place EA 20 $ $ per each WW145 Manhole Connections(21"-24"),complete in place EA 10 $ $ per each WW146 Manhole Connections(30"-36"),complete in place EA 10 $ $ per each Remove&Replace 30" Manhole Ring&Cover WW147 (Includes S.S. inflow inhibitor and new HDPE EA 10 $ $ ad'ustment rings),complete in place per each Remove&Replace 36" Manhole Ring&Cover WW148 (Includes S.S. inflow inhibitor and new HDPE EA 10 $ $ adjustment rings),complete in place per each WW149 Reconstruct Manhole Top Corbel(Any Size),complete EA 10 $ $ in place per each WW150 Reconstruct Manhole Bench&Inverts as per EA 10 $ $ specifications,complete in place per each WW151 Cement Stabilized Sand Backfill(1.5 sacks of cement TON 2500 $ $ per 1CY of sand),complete in place per ton WW152 Cut&Restore HMAC Pavement(Includes Base&Prime $ $ SY 2500 - Coat),complete in place per square yard WW153 Additional HMAC Pavement Thickness SY 750 $ $ (1/2"per SY),complete in place per square yard WW154 Additional Limestone Base Thickness SY 750 $ $ (1"per SY),complete in place per square yard WW155 Select ard t Backfill Material,complete in place per cubic CY 1500 $ $ WW156 Flowable Backfill,complete in place per cubic yard CY 1250 $ $ Bid Form Page 10 of 13 City-Wide Collection System Pipebursting ID/IQ Part B- E15209 REV 10-14-2014 00 30 01 BID FORM ADDENDUMEM NO.1 ATTACHMENT NO.1 PAGE 11 of 13 QUANTITY(Bid Evaluation Item DESCRIPTION UNIT ONLY-NOT UNIT PRICE EXTENDED AMOUNT FOR AWARD) WW157 Cut&Restore Concrete Pavement SY 250 $ $ (Includes Base),complete in place per square yard WW158 Additional Concrete Pavement Thickness(1" per SY), SY 100 $ $ complete in place per square yard WW159 Signing&Traffic Control(Detail A),complete in place DAY 2') $ $ per day WW160 Signing&Traffic Control(Detail B),complete in place DAY 25 $ $ - per day WW161 Signing&Traffic Control(Detail C),complete in place DAY 25 $ $ per day WW162 Signing&Traffic Control(Detail D),complete in place DAY 25 $ $ per day WW163 Signing&Traffic Control(Detail E),complete in place DAY 25 $ $ per day WW164 Signing&Traffic Control(Detail F),complete in place DAY 25 $ $ per day WW165 Signing&Traffic Control(Detail G),complete in place DAY 25 $ $ per day WW166 Signing&Traffic Control(Detail H),complete in place DAY 25 $ $ per day WW167 Signing&Traffic Control(Detail 1),complete in place DAY 25 $ $ per 24-hour period WW168 Signing&Traffic Control(Detail J),complete in place DAY 25 $ $ per day WW169 Signing&Traffic Control(Detail K),complete in place DAY 25 $ $ per day WW170 Signing&Traffic Control(Detail L),complete in place DAY 25 $ $ per day WW171 Signing&Traffic Control(Detail M),complete in place DAY 25 $ $ per day WW172 Signing&Traffic Control(Detail N),complete in place DAY 25 $ $ per day Bid Form Page 11 of 13 City-Wide Collection System Pipebursting ID/IQ Part B- E15209 REV 10-14-2014 00 30 01 BID FORM ADDENDUMEM N0.1 ATTACHMENT NO.1 PAGE 12 of 13 QUANTITY(Bid Item DESCRIPTION UNIT EvaluationONLY-NOT UNIT PRICE EXTENDED AMOUNT FOR AWARD) WW173 Portable Changeable Message Signs(PCMS),complete $ $ DAY 25 in place per day WW174 Flashing Arrow Boards,complete in place per day DAY 25 $ $ Flagger,Complete in Place Per 24-hour Period, $ $ WW175 DAY 25 complete in place per day - WW176 Removal&Replacement of Chain link Fencing, LF 250 $ $ complete in place per linear foot WW177 Removal&Replacement of Wood Fencing,complete LF 250 $ $in place per linear foot WW178 Temporary Construction Entrance/Exit-All Weather EA 5 $ $ Access Road,complete in place per each WW179 Tree Removal (Up to 8" Dia.Trunk),complete in place EA 5 $ $ per each WW180 Tree Removal(Greater Than 8" Dia.Trunk),complete EA 5 $ $ in place per each WW181 Erosion Control—Sodding,complete in place per SY 250 square yard $ $ WW182 Erosion Control—Seeding,complete in place per SY 250 $ $ square yard Erosion Control-Temporary Sediment Control Fence WW183 (Silt Fence and/or Silt Barrier),complete in place per LF 1500 $ $ linear foot WW184 Inlet Protection,complete in place per each EA 25 $ $ WW185 Remove and Replace Driveway,complete in place per SF 750 square foot WW186 Remove and Replace Sidewalk,complete in place per $ $ SF 1000 - square foot Remove and Replace Curb and Gutter or Valley LF 500 $ $ WW187 Gutter,complete in place per linear foot WW188 Remove and Replace Curb Ramp,complete in place EA 5 $ $ per each Bid Form Page 12 of 13 City-Wide Collection System Pipebursting ID/IQ Part B - E15209 REV 10-14-2014 00 30 01 BID FORM ADDENDUMEM NO.1 ATTACHMENT NO.1 PAGE 13 of 13 QUANTITY(Bid Item DESCRIPTION UNIT EvaluationONLY-NOT UNIT PRICE EXTENDED AMOUNT FOR AWARD) WW189 Grout Fill&Abandon in place,complete in place per CY 100 $ $ cubic yard WW190 Remove, Relocate,and Reinstall Mail Box,complete in EA 5 $ $ place per each WW191 Site Clearing and Stripping,complete in place per acre AC 1 $ $ - WW192 Disposal of Contaminated Groundwater,Allowance LS 1 $ 10,000.00 $ 10,000.00 per lump-sum Upsizing of Wastewater Line(Greater than One Pipe WW193 Size, Max 1.5 Times Existing Diameter),all sizes,all LF 3000 $ - $ - de the complete in place per linear foot Total Extended Unit Prices(Items WW1 thru WW193) -For Evaluation Purposes ONLY To be applied to any and all items Emergency Coefficient associated with an Emergency Delivery 1.50 Order as defined in Measurement and Basis for Payment (01 29 01) Bid Form Page 13 of 13 City-Wide Collection System Pipebursting ID/IQ Part B-E15209 REV 10-14-2014 Inland Pipe Rehabilitation 1510 Klondike Road ' F= Suite 400 F?,6, Conyers, GA 30094 January 7, 2019 City of Corpus Christi Engineering Services 4917 Holly Rd, Bldg 5 Corpus Christi, TX 78411 Mr. Pablo Martinez Project Manager Subject: City-Wide Collection System Pipebursting ID/IQ E18146A Year 4 Renewal Request 3 (Original contract E15209) The letter is to formally accept and agree to renew our contract E15209 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. Wade Gibson General Manager, Pipeburst Division Restoring Communities with Safe, Smart,and Lasting Infrastructure www.teamipr.com �• . . .. . .: :. .. m m�®� m�®� m�®� mom® W®RM WE ® . ii..RRR. . : . .BB. o mom® mom® mom® mom® ® o m® NOW ® . .................. �• o m® : . m mSENN � m� mMgmffmm,,IM m�� mom® mom® mom® :. o m m m m *Line Item Unit Pricesrefl,,t original bid item 'Line Item Unit Prices include a 1.5%increase 'Line Item Unit Prices had no increase from 'Line Item Unit Prices wtth no increase from unit prices at time of...rd from E15209 Year 1 P-ept WW1) E17030 E17030 Year 3(except WW1) Project E35209 Project: E17030 Project: E17092 Project: Renewal: 1/1 Renewal: 1 Renewal: 2 Renewal: 3 year: 1 Vear: 2 Vear: 3 Vear: 4 Price Increase 0.00% Price Increase 1.50% Price Increase 0.00% Price Increase 0.00% CONTRACTUNIT CONTRACTUNIT CONTRACTUNIT CONTRACT UNIT ITEM NO ITEM DESCRIPTION UNIT gTTS UNIT PRICE QTYS UNIT PRICE gTyS UNIT PRICE gTyS UNIT PRICE PRICE PRICE PRICE PRICE WW143 Manhole Connections)10"-12"),complete in place per each EA 100 $ 200.00 $ 20,000.00 100 $ 203.00 $ 20,300.00 100 $ 203.00 $ 20,300.0D 100 $ 203.00 $ 20,300.00 WW144 Manhole C...ections)15"-18"),complete in place per each EA 50 $ 260.00 $ 13,000.00 50 $ 263.90 $ 13,195.00 1 50 $ 263.90 $ 13,195.00 1 50 $ 263.90 $ 13,195.00 WW145 Manhole Connections 2l"-24" cm tete in lace per each EA 25 $ 35D.00 $ 8750.00 25 $ 355.25 $ 8881.25 25 $ 355.25 $ 8881.25 25 $ 355.25 $ 8881.25 WW146 Manhole Connections)30"-36'x),complete in place per each EA 10 $ 600.00 $ 6,000.00 10 $ 609.00 $ 6,090.00 10 $ 609.00 $ 6,090.00 10 $ 609.00 $ 6,090.00 WW147 Remove&Replace 30"Manhole Ring&Coverf'Indudes S.S.inflow inhibitor and mec 10 $ 1,800.00 $ 18,000.00 10 $ 1,827.00 $ 18,270.00 10 $ 1,827.00 $ 18,270.00 10 $ 1,827.00 $ 18,270.00 W W148 Remove&Replace 36"Manhole Ring&Coverf'Indudes S.S.inflow inhibitor and mey 10 $ 2,200.00 $ 22,000.00 10 $ 2,233.00 $ 22,330.00 10 $ 2,233.00 $ 22,330.00 10 $ 2,233.00 $ 22,330.00 WW149 Reconstruct Manhole Top Corbel(Any Size),complete in place per each EA 10 $ 2,800.00 $ 28,000.00 10 $ 2,84200 $ 28,420.00 10 $ 2,842.00 $ 28,420.00 10 $ 2,84200 $ 28,420.00 WW15D Reconstruct Manhole Bench&Inverts as per specifications,,,plot,in place per c 10 $ 600.00 $ 6,000.00 10 $ 609.00 $ 6,090.00 10 $ 609.00 $ 6,090.00 10 $ 609.00 $ 6,090.00 WW151 ICenne.t Stabilized Sand Badcfill)1.5 sacksof cement per 1CV of sand),complete in I TON 1000 1$ 39.00 1$ 39,000.00 1000 $ 39.59 $ 39,590.00 1000 $ 39.59 $ 39,590.00 1000 $ 39.59 $ 39,590.00 WW152 Cut&Restore HMAC Pavement Incudes Base&Prime Coat complete in lace a SV 5000 $ 95.00 $ 475000.00 5000 $ 96.43 $ 482150.00 5000 $ 96.43 $ 482150.00 5000 $ 96.43 $ 482150.00 WW153 Additional HMAC Pavemen[Thidkness�l/2"per SV),complete in place per ware y SV 15DD $ 13.00 $ 19,500.00 15DD $ 13.20 $ 19,800.00 15DD $ 13.20 $ 19,800.00 1500 $ 13.2D $ 19,800.00 WW154 Additi...I tim.stone Base Thickness mor"per SV cofete in lace per and SV 15DD $ 9.00 $ 13500.00 15DD $ 9.14 $ 13710.00 15DD $ 9.14 $ 13710.00 1500 $ 9.14 $ 13710.00 WW155 Select Backfill Material,cam tete in lace ercubic and CV 25DD $ 15.00 $ 37,500.00 25DD $ 15.23 $ 38,075.00 2500 $ 15.23 $ 38,075.00 25DD $ 15.23 $ 38,075.00 WW156 Flawable Backfill,cmc'F,t,in lace ercubic and CV 25DD $ 15D.00 $ 375,000.00 25DD $ 152.25 $ 380,625.00 2500 $ 152.25 $ 380,625.00 25DD $ 152.25 $ 380,625.00 WW157 Cat&Restore Concrete Pace.-(Indudes Base),compete in pace per square ya SV 500 $ 105.00 $ 52,500.00 500 $ 106.58 $ 53,290.00 500 $ 106.58 $ 53,290.00 500 $ 106.58 $ 53,290.00 WW158 Additional Conrete Pave.-Thilmess)1"per SV),compete in pace per agare SV 100 $ 11.00 $ 1,100.00 100 $ 11.17 $ 1,117.OD 100 $ 11.17 $ 1,117.OD 100 $ 11.17 $ 1,117.OD WW159 Si nin &Traffic Con[rol DetailA com tete in lace erda DAV 50 $ 65.00 $ 3250.00 50 $ 65.98 $ 3299.00 50 $ 65.98 $ 3299.00 50 $ 65.98 $ 3299.00 W W160 Signing&Tafflc Con[rol)Detai'F B),co.p'Fete in pace per day DAV 50 $ 650.00 $ 32,500.00 50 $ 659.75 $ 32,987.50 50 $ 659.75 $ 32,987.50 50 $ 659.75 $ 32,987.50 WW161 Si nin &Traffic C2n 2l Detai'FC -pletein 'Face erda DAV 50 $ 90.00 $ 4500.00 50 $ 91.35 $ 4567.50 50 $ 91.35 $ 4567.50 50 $ 91.35 $ 4567.50 WW162 Signing&Traffic Control)Det ail D),compete in pace per day DAV 50 $ 125.00 $ 6,250.00 50 $ 126.88 $ 6,344.00 50 $ 126.88 $ 6,344.00 50 $ 126.88 $ 6,344.00 WW163 jSigm.g&Traffic Contml(Detail E),compete in pace per day DAV 50 $ 90.00 $ 4,500.00 50 $ 91.35 $ 4,567.50 50 $ 91.35 $ 4,567.50 50 $ 91.35 $ 4,567.50 WW164 Signing&Traffic Control(Detail F),compete in pace per day DAV 50 $ 125.00 $ 6,250.00 50 $ 126.88 $ 6,344.00 50 $ 126.88 $ 6,344.00 50 $ 126.88 $ 6,344.00 WW165 Signing&Traffic Control(Detail G),compete in pace per day DAV 50 $ 25D.00 $ 12,500.00 50 $ 253.75 $ 12,687.50 50 $ 253.75 $ 12,687.50 50 $ 253.75 $ 12,687.50 WW166 Si nin &Traffic Con[rol DetailH com tete in lace erda DAV 50 $ 175.00 $ 8750.00 50 $ 177.63 $ 8881.50 50 $ 177.63 $ 8881.50 50 $ 177.63 $ 8881.50 WW167 Signing&Traffic Con[rol)Detail l),complete in place per 24hour period DAV 50 $ 225.00 $ 11,250.00 50 $ 228.38 $ 11,419.00 50 $ 228.38 $ 11,419.00 50 $ 228.38 $ 11,419.00 WW168 Si nin &Traffic Con[rol Detail) com tete in lace erda DAV 50 $ 225.00 $ 1125D.00 50 $ 228.38 $ 11419.00 50 $ 228.38 $ 11419.00 50 $ 228.38 $ 11419.00 WW169 Signing&Traffic Co.[rol)Detail K),complete in pace per day DAV 50 $ 200.00 $ 10,000.00 50 $ 203.00 $ 10,150.00 50 $ 203.00 $ 10,150.00 50 $ 203.00 $ 10,150.00 WW170 Signing&Traffic Control(Detail L),co.piete in pace per day DAV 50 $ 75D.00 $ 37,500.00 50 $ 761.25 $ 38,06250 50 $ 761.25 $ 38,062.50 50 $ 761.25 $ 38,06250 WW171 Signing&Traffic Control(Detail M),compete in pace per day DAV 50 $ 175.00 $ 81750.00 50 $ 177.63 $ 8,881.50 50 $ 177.63 $ 8,881.50 50 $ 177.63 $ 8,881.50 WW172 Signing&Traffic Control(Detail N),compete in pace per day DAV 50 $ 250.00 $ 12,500.00 50 $ 253.75 $ 12,687.50 50 $ 253.75 $ 12,687.50 50 $ 253.75 $ 12,687.50 WW173 Portable Changeable Messy e SiI complete in place perda DAV 50 $ 250.00 $ 12500.00 50 $ 253.75 $ 12687.50 50 $ 253.75 $ 12687.50 50 $ 253.75 $ 12687.50 WW174 Hashing Arrow Boards,compete in pace per day DAV 50 $ 200.00 $ 10,000.00 50 $ 203.00 $ 10,15D.00 50 $ 203.00 $ 10,15D.00 50 $ 203.00 $ 10,15D.00 WW175 Ha erCom'Fetein Pace Per 24hour Period-plete in place perda DAV 50 $ 320.00 $ 16000.00 50 $ 324.80 $ 16240.00 50 $ 324.80 $ 16240.00 50 $ 324.80 $ 16240.00 WW176 Ren-al&Replacement of Chai.link Fendng,compete in pace per linear foot LF 500 $ 2000. $ 10,000.00 500 $ 20.30 $ 10,150.00 500 $ 20.30 $ 10,15D.00 500 $ 20.30 $ 10,15D.00 WW177 Removal&Replacement of Wood Fendng,compete in pace per linear foot LF 500 $ 25.00 $ 12,500.00 500 $ 25.38 $ 12,690.00 500 $ 25.38 $ 12,690.00 500 $ 25.38 $ 12,690.00 WW178 Temporary Construction Entrance/Exit-All Weather Acress Road,compete iInp'Fac EA 5 $ 1,500.00 $ 7,500.00 5 $ 1,52250 $ 7,61250 5 $ 1,52250 $ 7,612.50 5 $ 1,522.50 $ 7,61250 W W179 Tree Re n-al)Up to 8"Dia.Trunk),complete in place per each EA 5 $ 400.00 $ 2,000.00 5 $ 406.00 $ 2,030.00 5 $ 406.00 $ 2,030.00 5 $ 406.00 $ 2,030.00 WW180 Tree Re.oval Greater Than B"Dia.T.nk com tete in lace .reach EA 5 $ 800.00 $ 4000.00 5 $ 81200 $ 4060.00 5 $ 812.00 $ 4060.00 5 $ 81200 $ 4060.00 WW181 Eroson Con[roI-Sodding,com plete in place per square yard SV 500 $ 6.00 $ 3,000.00 500 $ 6.09 $ 3,045.00 500 $ 6.09 $ 3,045.00 500 $ 6.09 $ 3,045.00 WW182 Eroson Contro'F-Seedin c m tete in 'Face er and SV 500 $ 2.50 $ 1250.00 500 $ 2.54 $ 1270.00 500 $ 2.54 $ 1270.00 500 $ 254 $ 1270.00 WW183 Eroson Contro'F-Temporary Sediment Control ence(Silt Fence and/or Silt Barrier), LF 2500 $ 2.00 $ 5,000.00 2DD $ 2.03 $ 5,075.00 2DD $ 2.03 $ 5,075.00 2500 $ 2.03 $ 5,075.00 WW184 Ini.t Pmt,ction,com'F,t,in lace .reach EA 25 $ 65.00 $ 1,625.00 25 $ 65.98 $ 1,649.50 25 $ 65.98 $ 1,649.50 25 $ 65.98 $ 1,649.50 W W185 Remove and Replace Driveway,compete in place per square foot SF 1500 $ 145.00 $ 217,WD.W 1500 $ 147.18 $ 220,710.00 1500 $ 147.18 $ 220,710.00 1500 $ 147.18 $ 22D,71D.DD WW186 lRommoceand Replace Sidewalk,compete in pace per square foot SF 3000 $ 110.00 $ 330,000.00 3000 $ 111.65 $ 334,950.00 3000 $ 111.65 $ 334,950.00 3000 $ 111.65 $ 334,950.00 W W187 Remove and Rept2 Curb p and Gutter or Valley Gutter,complete in pace per linear LF 1000 $ 20.00 $ 20,000.00 1000 $ 20.30 $ 20,300.00 1000 $ 20.30 $ 20,300.00 1000 $ 20.30 $ 20,300.00 WW188 Removeand ReplaceCurb Ramp,compete in pace per each EA 10 $ 1,750.00 $ 17,500.00 10 $ 1,776.25 $ 17,76250 10 $ 1,776.25 $ 17,762.50 10 $ 1,776.25 $ 17,76250 WW189Grout Fill&Abandon in place,complete in place percubic yard CV 500 $ 150.00 $ 75000.00 500 $ 152.25 $ 76125.00 500 $ 152.25 $ 76125.00 500 $ 152.25 $ 76125.00 W W19D Remove,Relocate,and Reinstall Mail Bax,cam'Fete in place pmroach EA 10 $ 250.00 $ 2,500.00 10 $ 253.75 $ 2,537.50 10 $ 253.75 $ 2,537.50 10 $ 253.75 $ 2,537.50 WW191 Site Clearing and Stripping,compete in pace per acre AC 2 $ 3,000.00 $ 6,000.00 2 $ 3,045.00 $ 6,090.00 2 $ 3,045.00 $ 6,090.00 2 $ 3,045.00 $ 6,090.00 WW192 Dispo.1 of Contaminated Groundwater,Allowance per lamp v m B 1 $ 10,000.00 $ 10,000.00 1 $ 10,000.00 $ 10,000.00 1 $ 10,000.00 $ 10,D00.00 1 $ 10,000.00 $ 10,000.00 W W193 Upsizing of Wastewater tine)Greater than one pipe we,max 1.5 time existing dia LF 0 $ 9.23 $ 0 $ 9.23 $ 0 $ 9.23 $ WW194 Power Pole Su ort DAV 0 $ 37.93 $ 0 $ 37.93 $ 0 $ 37.93 $ WW195 Power Polo Su ort DAV 0 $ 39.98 $ 0 $ 39.98 $ 0 $ 39.98 $ W W196 Cleanout for 8"Line 0'-6'Depth) EA 0 $ 42.03 $ 0 $ 42.03 $ 0 $ 42.03 $ WW197 In4a"8"ClearnmC)610'Depth main) EA 0 $ 44.08 $ 0 $ 44.08 $ 0 $ 44.08 $ $ 12,372,030.00 1$ 12,552,140.80 $ 12,552,140.80 $ 12,552,140.80 ®•. . . .: . : . :. .. m m�®� m�®� m�®� mom® �•. . . .: :. .. m m�m� m��� m��� mom® ®•. . . .: . :. .. m m��� m�®� m�®� mom® EIIM P E17030 1814M MUMON ® . . ; ; ','. .': �•: . . . . .. , . :. .. m m�®� m��� m��� mom® EM ® : � •: . . : :. .. :: m m�®� m®®� m®®� mom® EIIM P E17030 1814M MOMENT.MI. mIIm U �Mgmpririr,M., m�� mom® mom® mom® : ®., ': ' :.: :;' '; .. ' .. . . ® .:. :. :.. . . :. .. *Line Item Unit Prices re Rect original bid item 'Line Item Unit Prices include a 1.5%increase •Line Item Unit Prices had no increase from 'Line Item Unit Prices include a 4.0%increase unit prices at time of awa nd from E15209 Year 1(except WW1&WW192) E17030 from E17092 Year 3(except WW1) Project E35209 Project: E17030 Project: E17092 Project: 1814M Renewal: n/a Renewal: 1 Renewal: 2 Renewal: 3 Sear: 1 Vear: 2 Vear: 3 Vear: 4 Prise Increase 0.00% Prise lnarease 1.50% Prise lnarease 0.00% Price Increase 4.00% CONTRACTUNIT CONTRACTUNIT CONTRACTUNIT CONTRACT UNIT ITEM NO ITEM DESCRIPTION UNIT QTSS UNIT PRICE QTYS UNIT PRICE QTSS UNIT PRICE QTSS UNIT PRICE PRICE PRICE PRICE PRICE WW143 Manhole Connections)10"-12"),complete in place per each EA 50 $ 200.00 $ 10,000.00 50 $ 203.00 $ 10,150.00 50 $ 203.00 $ 10,150.00 50 $ 211.12 $ 10,556.00 WW144 Manhole Connections)15"-18"),complete in place per each EA 20 $ 260.00 $ 5,200.00 20 $ 263.90 $ 5,278.00 1 20 $ 263.90 $ 5,278.00 1 20 $ 274.46 $ 5,489.20 WW145 Manhole Connections 2l"-24" cm tete in lace pe,each EA 10 $ 350.00 $ 3500.00 10 $ 355.25 $ 355250 10 $ 355.25 $ 355250 10 $ 369.46 $ 3694.60 WW146 Manhole Connections)30"-36'x),complete in place per each EA 10 $ 600.00 $ 6,000.00 10 $ 609.00 $ 6,090.00 10 $ 609.00 $ 6,090.00 10 $ 633.36 $ 6,333.60 WW147 Remove&Replace 30"Manhole Ring&Coverrl;llndu des S.S.inflow inhibitor and n e EA 10 $ 1,800.00 $ 18,000.00 10 $ 1,827.00 $ 18,270.00 10 $ 1,827.00 $ 18,270.00 10 $ 1,900.08 $ 19,000.80 W W148 Remove&Replace 36"Manhole Ring&Coverrl;llndu des S.S.inflow inhibitor and ey 10 $ 2,200.00 $ 22,000.00 10 $ 2,233.00 $ 22,330.00 10 $ 2,233.00 $ 22,330.00 10 $ 2,32232 $ 23,223.20 WW149 Reconstruct Manhole Top Corbel(Any Size),com plete in place per each EA 10 $ 2,800.00 $ 28,000.00 10 $ 2,84200 $ 28,420.00 10 $ 2,842.00 $ 28,420.00 10 $ 2,955.68 $ 29,556.80 WW150 R,constnact Manhole Bench&Inverts as p,, edfications,,,plot,in lace per e 10 $ 600.00 $ 6,000.00 10 $ 609.00 $ 6,090.00 10 $ 609.00 $ 6,090.00 10 $ 633.36 $ 6,333.60 WW151 Cement Stabilized Sand Badcfill)1.5 sacksof cement per ICV of sand),complete in I TON 2500 1$ 39.00 1$ 97,500.00 2500 $ 39.59 $ 98,975.00 2500 $ 39.59 $ 98,975.00 2500 $ 41.17 1$ 102,925.00 WW152 Fat&Restore HMAC Pavement lndudes Base&Prime Coat com tete in lace a SV 2500 $ 95.00 $ 237500.00 2500 $ 96.43 $ 241075.00 2500 $ 96.43 $ 241075.00 2500 0725.00 $ 100.29 $ 25 WW153 Additional HMAC Pavem en[Thidkness�/2"per SV),complete in place per sq­e yc SV 750 $ 13.00 $ 9,750.00 750 $ 13.20 $ 9,900.00 750 $ 13.20 $ 9,900.00 750 $ 13.73 $ 10,297.50 WW154 Additi onal Limestone Base Thickness "pe,SYF-fete in lace pe, e y.,d SV 750 $ 9.00 $ 6750.00 750 $ 9.14 $ 6855.00 750 $ 9.14 $ 6855.00 750 $ 9.51 $ 713250 WW155 Select Backfill Material,cam tete in lace er cubic and CV 1500 $ 15.00 $ 22,500.00 1500 $ 15.23 $ 22,845.00 1500 $ 15.23 $ 22,845.00 1500 $ 15.84 $ 23,760.00 WW156 Flawable Backfill,cam Fete in lace er cubic and CV 1250 $ 150.00 $ 187,500.00 1250 $ 152.25 $ 190,31250 1250 $ 152.25 $ 190,312.50 1250 $ 158.34 $ 197,925.00 WW157 Fat&Restore Concr,t,P,,,m,,FU,dud,s Base),complete in place persq,,,,yar SV 250 $ 105.00 $ 26,250.00 250 $ 106.58 $ 26,645.00 250 $ 106.58 $ 26,645.00 250 $ 110.84 $ 27,710.00 WW158 AdditionalConuete Pavement Thickness(l"per SV),complete in place per square y SV 100 $ 11.00 $ 11100.00 100 $ 11.17 $ 1,117.00 100 $ 11.17 $ 1,117.00 100 $ 11.62 $ 1,16200 WW159 Si nin &Taffic Control DetailA com tete in lace erda DAV 25 $ 65.00 $ 1625.00 25 $ 65.98 $ 1649.50 25 $ 65.98 $ 1649.50 25 $ 68.62 $ 1715.50 WW160 Signing&Taffic Control)Det ail B),com p,ete in place per day DAV 25 $ 650.00 $ 16,250.00 25 $ 659.75 $ 16,493.75 25 $ 659.75 $ 16,493.75 25 $ 686.14 $ 17,153.50 WW161 Signing&Traffic Control(Detail Q,com Fete in Face pe,da DAV 25 $ 90.00 $ 2250.00 25 $ 91.35 $ 2283.75 25 $ 91.35 $ 2283.75 25 $ 95.00 $ 2375.00 WW162 I Signing&Tr,fficControF(Detail D),complete in place per day DAV 25 $ 125.00 $ 3,125.00 25 $ 126.88 $ 3,17200 25 $ 126.88 $ 3,17200 25 $ 131.96 $ 3,299.00 WW163 Signing&TafficCon[rol(Detail E),complete in place per day DAV 25 $ 90.00 $ 2,250.00 25 $ 91.35 $ 2,283.75 25 $ 91.35 $ 2,283.75 25 $ 95.00 $ 2,375.00 WW164 Signing&TafficCon[rol)Detail F),completeinplacoperday DAV 25 $ 125.00 $ 3,125.00 25 $ 126.88 $ 3,17200 25 $ 126.88 $ 3,17200 25 $ 131.96 $ 3,299.00 WW165 Signing&Traffic Control)Detail6),completeinplaceperday DAV 25 $ 250.00 $ 6,250.00 25 $ 253.75 $ 6,343.75 25 $ 253.75 $ 6,343.75 25 $ 263.90 $ 6,597.50 WW166 Si nin &Taf1c Control DetailH com tete in lace erda DAV 25 $ 175.00 $ 4375.00 25 $ 177.63 $ 4440.75 25 $ 177.63 $ 4440.75 25 $ 184.74 $ 4618.50 WW167 Signing&Taffic Con[rol)Detail l),comp,ete in place per 24hour period DAV 25 $ 225.00 $ 5,625.00 25 $ 228.38 $ 5,709.50 25 $ 228.38 $ 5,709.50 25 $ 237.52 $ 5,938.00 WW168 Si nin &Taffic Control Detail) com tete in Face pe, DAV 25 $ 225.00 $ 5625.00 25 $ 228.38 $ 5709.50 25 $ 228.38 $ 5709.50 25 $ 237.52 $ 5938.00 W W169 Signing&Tafbc Control)Detail K),complete in place per day DAV 25 $ 200.00 $ 5,000.00 25 $ 203.00 $ 5,075.00 25 $ 203.00 $ 5,075.00 25 $ 211.12 $ 5,278.00 WW170 Signing&Traffic Control)DetaiFL),completeinpFaceperday DAV 25 $ 750.00 $ 18,750.00 25 $ 761.25 $ 19,031.25 25 $ 761.25 $ 19,031.25 25 $ 791.70 $ 19,792.50 WW171 Signing&Traffic Control)DetaiFM),completeinpFaceperday DAV25 $ 175.00 $ 4,375.00 25 $ 177.63 $ 4,440.75 25 $ 177.63 $ 4,440.75 25 $ 184.74 $ 4,618.50 WW172 Signing&Traffic Control)Detail N),comp,eteinplaco per day DAV 25 $ 250.00 $ 6,250.00 25 $ 253.75 $ 6,343.75 25 $ 253.75 $ 6,343.75 25 $ 263.90 $ 6,597.50 WW173 Portable Chan eable Messy eSi ns PCMS com,etein Face erda DAV 25 $ 250.00 $ 6250.00 25 $ 253.75 $ 6343.75 25 $ 253.75 $ 6343.75 25 $ 263.90 $ 6597.50 W W174 Hashing Arrow Boards,complete in place per day DAV 25 $ 200.00 $ 5,000.00 25 $ 203.00 $ 5,075.00 25 $ 203.00 $ 5,075.00 25 $ 211.12 $ 5,278.00 WW175 Ha er Com Fete in Place Per24hour Period com tete in lace erda DAV 25 $ 320.00 $ 8000.00 25 $ 324.80 $ 8120.00 25 $ 324.80 $ 8120.00 25 $ 337.79 $ 8444.75 WW176 Removal&Replacement of Chain link'e ng! complete in place per linear foot LF 250 $ 20.00 $ 5,000.00 250 $ 20.30 $ 5,075.00 250 $ 20.30 $ 5,075.00 250 $ 21.11 $ 5,277.50 WW177 Removal&Replacement of Wood Lending,complete in place per linear foot LF 250 $ 25.00 $ 6,250.00 250 $ 25.38 $ 6,345.00 250 $ 25.38 $ 6,345.00 250 $ 26.40 $ 6,600.00 WW178 Temporary Construction Entrance/Exit-AFF Weather Aa'ess Road,complete in plat EA 5 $ 1,500.00 $ 7,500.00 5 $ 1,52250 $ 7,61250 5 $ 1,52250 $ 7,612.50 5 $ 1,583.40 $ 7,917.00 WW179 Tree Renn-al)Up to 8"Dia.Trunk),complete in place per each EA 5 $ 400.00 $ 2,000.00 5 $ 406.00 $ 2,030.00 5 $ 406.00 $ 2,030.00 5 $ 422.24 $ 2,111.20 WW180 Tree Removal Greater Than B"Dia.Tmnk com tete in lace Breach EA 5 $ 800.00 $ 4000.00 5 $ 81200 $ 4060.00 5 $ 812.00 $ 4060.00 5 $ 844.48 $ 422240 WW181 Eroson Control-Sodding,com plete in place per square yard VLF 250 $ 6.00 $ 1,500.00 250 $ 6.09 $ 1,52250 250 $ 6.09 $ 1,52250 250 $ 6.33 $ 1,58250 WW182 Eroson Control-Seedin c m Fete in Face er and 250 $ 2.50 $ 625.00 250 $ 2.54 $ 635.00 250 $ 2.54 $ 635.00 250 $ 264 $ 660.00 WW183 Eroson Control-Temporary Sedim en[ConD(Fence)Silt Fence and/or Silt Barrier), 1500 $ 2.00 $ 3,000.00 1500 $ 2.03 $ 3,045.00 1500 $ 2.03 $ 3,045.00 1500 $ 2.11 $ 3,165.00 WW184 Inlet Pmt-ion,cam Fete in Face er each 25 $ 65.00 $ 1,625.00 25 $ 65.98 $ 1,649.50 25 $ 65.98 $ 1,649.50 25 $ 68.62 $ 1,7155WW185 Remove and Replace Driveway,complete in place per square foot 750 $ 145.00 $ 108,750.00 750 $ 147.18 $ 110,385.00 750 $ 147.18 $ 110,385.00 750 $ 153.07114,80250 WW186 Remove and Replace Sidewalk,complete in plae per square foot 1000 $ 110.00 $ 110,000.00 1000 $ 111.65 $ 111,650.00 1000 $ 111.65 $ 111,650.00 1000 $ 116.12 $ 116,12000WW187 Remove and Replace Curb and Gutter or Valley Gutter,complete in place per linear 500 $ 20.00 $ 10,000.00 500 $ 20.30 $ 10,150.00 500 $ 20.30 $ 10,150.00 500 $ 21.11 $ 10,555.00 WW188 Remove and Replace Curb Ramp,complete inp,ae pereah 5 $ 1,750.00 $ 8,750.00 5 $ 1,776.25 $ 8,881.25 5 $ 1,776.25 $ 8,881.25 5 $ 1,847.30 $ 9,236.50 WW189 Grout Fill&Abandon in Face com tete in lace er cubic and 100 $ 150.00 $ 15000.00 100 $ 152.25 $ 15225.00 100 $ 152.25 $ 15225.00 100 $ 158.34 $ 15834.00 WW190Remove,Relocate,and Reinstall Mai,Bax,cam tetein Face ,reach 5 $ 250.00 $ 1,250.00 5 $ 253.75 $ 1,268.75 5 $ 253.75 $ 1,268.75 5 $ 263.90 $ 1,319.50 WW191 Site(Leading and Stripping,complete in place per acre AC 1 $ 3,000.00 $ 3,000.00 1 $ 3,045.00 $ 3,045.00 1 $ 3,045.00 $ 3,045.00 1 $ 3,166.80 $ 3,166.80 WW192 Disposal of Contaminated Groundwater,A„owane per lump-sum LS 1 $ 10,000.00 $ 10,000.00 1 $ 10,000.00 $ 10,000.00 1 $ 10,000.00 $ 10,000.00 1 $ 10,400.00 $ 10,400.00 WW193 1 Upsizing of Wastewate,Line(Go ate,than One Pipe Size,Max 1.5 Tm es EA,fing Di LF 3000 $ 9.00 $ 27,000.00 3000 $ 9.14 $ 27,420.00 3000 $ 9.14 $ 27,420.00 3000 $ 9.51 $ 28,530.00 WW194 I Power Pole Su ort DAV 0 $ 1,800.00 $ 0 $ 1,800.00 $ 0 $ 11872.00 $ WW194B Power Po,,Su ort DAV 0 $ 1,300.00 $ 0 $ 1,300.00 $ 0 $ 1,352.00 $ WW115 C,e anoutfor 8"Line Depth)0'-6' LA 0 $ 550.00 $ 0 $ 57200 $ WW196 linstall8"C,eanout)6'-10'Depth main) EA 0 $ 62000. $ 0 $ 644.80 $ $ ],419,9]9.]5 $ ],528,436.80 $ 7,528,436.80 $ 7,822,030.00 m ® m � � m �•. . •. . ®•. . mm m m m m m mom® mom® mom® mom® SUMMU m mom® mom® mom® mom® ® : : 'De m m m m m Reh.b 30" 10® pt • . . .. . .: . :. m m�®� m�®� m�®� mom® le ... . : • .: o m m m m ... , . , o m m m m ... . . • .: o m ® m ® m ® m ® ® ;P. ®....®® P. � m m m m m �•. . . . . .. : . :. m m�®� m�®� m�®� mom® �•, . . . . .. . :. ® m m m m m m m m m m �•, . . . . .. ; . :. m m�®� m�®� m�®� mom® LI �•, . . . . .. ,: :. m m�®� m�®� m�®� mom® 10 �•, m m m m m D,ptho(15 FF Mi,M I OR R11011 11 E:�111 10-D�ptho m m m m m •, gtho . � mmm mmm mmm mmm mmm m m m m m ®: . , . , , m m m m m : m m m m ® m m m m ® .®• gg . m m m m ®.. m ., io lam m* MINNOWITIM, Ems m ® ® ® ® *tine Item Unit Pricosreflect original bid item •Line Item Unit Prices include a 0.0%increase unit prices at time of awa rd from E12029 Vear l Pexcopt WW1) Project E1 1 029 Project: 18089A Project: [bd Project: tbd Renewal: n/a Renewal: 1 Renewal: 2 Renewal: 3 Year: 1 Vear: 2 Vear: 3 Year: 4 Prete Increase 0.00% Prete lnarease 0.00% Prete Increase 0.00% Prete Increase 0.00% CONTRACT UNIT CONTRACTUNIT CONTRACT UNIT CONTRACT UNIT ITEM NO ITEM DESCRIPTION UNIT CITYS UNITPRICE QWS UNITPRICE OTYS UNITPRICE QTYS UNITPRICE PRICE PRICE PRICE PRICE WW143 Clean&CCN Manhole/Manhole lnspec0on EA 10 $ 395.00 $ 3,950.00 10 $ 395.00 $ 3,950.00 10 $ 395.00 $ 3,950.00 10 $ 395.00 $ 3,950.00 WW144 DIP)18")Firongs)Indudes necessary gaskets,bolts,MI pi-,and all fitting a pp- EA 10 $ 100.00 $ 1,000.00 10 $ 100.00 $ 1,000.00 1 10 $ 100.00 $ 1,000.00 1 10 $ 100.00 $ 1,000.00 WW145 DIP 10"-12"Firon s Indudes necessar askets bolts Ml'oin[s and allfittin a EA 10 $ 1]5.00 $ 1]50.00 10 $ 1]5.00 $ 1]50.00 10 $ 1]5.00 $ 1]50.00 10 $ 1]5.00 $ 1250.00 WW146 DIP)15"-18")Firongs)Indudesnecessary gaskets,bolts,MJjoin[s,and allfironga EA 10 $ 28.00 $ 280.00 10 $ 28.00 $ 280.00 10 $ 28.00 $ 280.00 10 $ 28.00 $ 280.00 WW142 DIP)21"-24")Firongs)Indudesnecessary gaskets,bolts,MJjoi-,,and all fitti.g.1 EA 10 $ 380.00 $ 3,800.00 10 $ 380.00 $ 3,800.00 10 $ 380.00 $ 3,800.00 10 $ 380.00 $ 3,800.00 WW148 DIP)30"-36")Firongs)Indudesnecessary gaskets,bolts,MJjoi-,,and all fitti.g.1 EA 10 $ 800.00 $ 8,000.00 10 $ 800.00 $ 8,000.00 10 $ 800.00 $ 8,000.00 10 $ 800.00 $ 8,000.00 WW149 )<8")Dl Mechanically Restained Coupling Adapters&assvaatedhardware(Mega EA 25 $ 125.00 $ 3,125.00 25 $ 125.00 $ 3,125.00 25 $ 125.00 $ 3,125.00 25 $ 125.00 $ 3,125.00 WW150 )10"-12")Dl Mechanically Reseained Coupling Adapter.&-dated hardware) EA 25 $ 250.00 $ 6,250.00 25 $ 250.00 $ 6,250.00 25 $ 250.00 $ 6,250.00 25 $ 250.00 $ 6,250.00 WW151 )15"-18")Dl Mechanically R-,wined Coupling Adapt -dated hardware) EA 25 $ 425.00 $ 10,625.00 25 $ 425.00 $ 10,625.00 25 $ 425.00 $ 10,625.00 25 $ 425.00 $ 10,625.00 WW152 21"-24"Dl Mechanical) Reshained Cou lin Ada ter.&asmdated hardware EA 25 $ 625.00 $ 15625.00 25 $ 625.00 $ 15625.00 25 $ 625.00 $ 15625.00 25 $ 625.00 $ 15625.00 WW153 )30"-36")Dl Mecha nically Reshained Coupli ng Adapter.&asmdated hardware) EA 25 $ 1,225.00 $ 31,825.00 25 $ 1,225.00 $ 31,825.00 25 $ 1,225.00 $ 31,825.00 25 $ 1,225.00 $ 31,825.00 WW154 Remove Wktimg Manhole All sizes EA 60 $ 2000.00 $ 120000.00 60 $ 2000.00 $ 120000.00 60 $ 2000.00 1$ 120000.00 60 $ 2000.00 $ 120000.00 WW155 Replace 4ft Dia.Manhole)0'-6'Depth) EA 40 $ 3,000.00 $ 120,000.00 40 $ 3,000.00 $ 120,000.00 40 $ 3,000.00 $ 120,000.00 40 $ 3,000.00 $ 120,000.00 WW156 Extra Depth for4ft Dia Manhole(0-6'Depth) VF 60 $ 225.00 $ 13,500.00 60 $ 225.00 $ 13,500.00 60 $ 225.00 $ 13,500.00 60 $ 225.00 $ 13,500.00 WW157 Replace 5 ft Dia Manhole)0'-6'Depth) EA 10 $ 4,500.00 $ 45,000.00 10 $ 4,500.00 $ 45,000.00 10 $ 4,500.00 $ 45,000.00 10 $ 4,500.00 $ 45,000.00 WW158 Exta Depth for S k Dia Manhole(0-6'Depth) VF 20 $ 335.00 $ 6,200.00 20 $ 335.00 $ 6,200.00 20 $ 335.00 $ 6,200.00 20 $ 335.00 $ 6,200.00 WW159 Re lace ft Manhole 0'6' [h EA 10 $ 6000.00 $ 60000.00 10 $ 6000.00 $ 60000.00 10 $ 6000.00 $ 60000.00 10 $ 6000.00 $ 60000.00 WW Extra Depth for6f[Dia Manhole er 6'Depth) VF 20 $ 400.00 $ 8,000.00 20 $ 400.00 $ 8,000.00 20 $ 400.00 $ 8,000.00 20 $ 400.00 $ 8,000.00 W W161 4k Dia Pol mer S stem Manhole Rehab 0'6'De th EA 60 $ 1]50.00 $ 105 000.00 60 $ 1]50.00 $ 105 000.00 60 $ 1]50.00 $ 105 000.00 60 $ 1,750.00 $ 105 000.00 WW162 Exta Depth to,4k Dia.Polymer System Manhole Rehab)We,6'Depth) VF 90 $ 275.00 $ 24,]50.00 90 $ 275.00 $ 24,]50.00 90 $ 2]5.00 $ 24,750.00 90 $ 275.00 $ 24,750.00 WW163 Sk Dia Polymer System Manhole Rehab)0'-6'Depth) EA 5 $ 1,950.00 $ 9,]50.00 5 $ 1,950.00 $ 9,750.00 5 $ 1,950.00 $ 9,750.00 5 $ 1,950.00 $ 9,750.00 WW164 Exta Depth for 5 k Dia.Polymer System Manhole Rehab(0-6'Depth) VF 10 $ 270.00 $ 2,700.00 10 $ 270.00 $ 2,700.00 10 $ 270.00 $ 2,700.00 10 $ 270.00 $ 2,700.00 WW165 6 k Dia Polymer System Manhole Rehab)0'-6'Depth) EA 5 $ 2,250.00 $ 11,250.00 5 $ 2,250.00 $ 11,250.00 5 $ 2,250.00 $ 11,250.00 5 $ 2,250.00 $ 11,250.00 WW166 ExtaDeth for6k Dia.Pol mer5 stem Manhole Rehab Wer 6'De[h VF 10 $ 300.00 $ 3000.00 10 $ 300.00 $ 3000.00 10 $ 300.00 $ 3000.00 10 $ 300.00 $ 3000.00 W W162 Oft Dia Manhole FRP Rehab)0'-6'Depth) EA 40 $ 6,000.00 $ 240,000.00 40 $ 6,000.00 $ 240,000.00 40 $ 6,000.00 $ 240,000.00 40 $ 6,000.00 $ 240,000.00 WW161 Exta De[h for4k Dia.Manhole FRP Rehab.Over 6'De[h VF 60 $ 2]5.00 $ 16500.00 60 $ 275.00 $ 16500.00 60 $ 275.00 $ 16500.00 60 $ 275.00 $ 16500.00 W W169 5 ft Dia Manhole FRP Rehab)0'-6'Depth) EA 5 $ 5,000.00 $ 25,000.00 5 $ 5,000.00 $ 25,000.00 5 $ 5,000.00 $ 25,000.00 5 $ 5,000.00 $ 25,000.00 WW170 Extra Depth for 5 ft Dia.Manhole FRP Rehab.(0-6'Depth) VF 10 $ 525.00 $ 5,250.00 10 $ 525.00 $ 5,250.00 10 $ 525.00 $ 5,250.00 10 $ 525.00 $ 5,250.00 WW171.6 ft Dia Manhole FRP Rehab)0'-6'Depth) EA 5 $ 6,000.00 $ 30,000.00 5 $ 6,000.00 $ 30,000.00 5 $ 6,000.00 $ 30,000.00 5 $ 6,000.00 $ 30,000.00 WW122 Exta Depth for6 k Dia.Manhole FRP Rehab.(0-6'Depth) VF 10 $ 625.00 $ 6,250.00 10 $ 625.00 $ 6,250.00 10 $ 625.00 $ 6,250.00 10 $ 625.00 $ 6,250.00 WW123 Trench Safet for Manholes0'-6'De[h EA 110 $ 65.00 $ 2150.00 110 $ 65.00 $ 2150.00 110 $ 65.00 $ 2150.00 110 $ 65.00 $ 2150.00 WW124 Exta Depth torTrench Safety for Manholesf>6'Depth) VF 180 $ 200.00 $ 36,000.00 180 $ 200.00 $ 36,000.00 180 $ 200.00 $ 36,000.00 180 $ 200.00 $ 36,000.00 WW125 Manhole Connections<8" EA 250 $ 195.00 $ 48250.00 250 $ 195.00 $ 48250.00 250 $ 195.00 $ 48250.00 250 $ 195.00 $ 48250.00 WW126 Manhole Connections)10"-12") EA 50 $ 200.00 $ 10,000.00 50 $ 200.00 $ 10,000.00 50 $ 200.00 $ 10,000.00 50 $ 200.00 $ 10,000.00 WW121 Manhole Connections)15"-18") EA 20 $ 290.00 $ 5,800.00 20 $ 290.00 $ 5,800.00 20 $ 290.00 $ 5,800.00 20 $ 290.00 $ 5,800.00 WW128 Manhole Connec[ions)21"-24") EA 10 $ 350.00 $ 3,500.00 10 $ 350.00 $ 3,500.00 10 $ 350.00 $ 3,500.00 10 $ 350.00 $ 3,500.00 WW129 Manhole Connections)30"-36") EA 10 $ 450.00 $ 4,500.00 10 $ 450.00 $ 4,500.00 10 $ 450.00 $ 4,500.00 10 $ 450.00 $ 4,500.00 WW180 Remove&Re lace 30"Manhole Rin &Cover Indudes5.5.inflow inhibitor and ne EA 10 $ 950.00 $ 9500.00 10 $ 950.00 $ 9500.00 10 $ 950.00 $ 9500.00 10 $ 950.00 $ 9500.00 WW181 Remove&Replace 36"Manhole Ring&Cover)Indudes S.S.inflow inhibitorand ne EA 10 $ 1,200.00 $ 12,000.00 10 $ 1,200.00 $ 12,000.00 10 $ 1,200.00 $ 12,000.00 10 $ 1,200.00 $ 12,000.00 WW182 1 Reconstruct Manhole Top Corbel(A.y Size EA 10 $ 3000.00 $ 30000.00 10 $ 3000.00 $ 30000.00 10 $ 3000.00 $ 30000.00 10 $ 3000.00 $ 30000.00 W W183 Recanst-Manhole Bench&Inverts as er ecificatians EA 10 $ ]]5.00 $ ],]50.00 10 $ ]]5.00 $ ],]50.00 10 $ ]]5.00 $ ],]50.00 10 $ ]]5.00 $ ],]50.00 WW184 Cement Stabilized Sand Badkfill(1.5 sacks ofcoment per ICV of sand) TON 2500 $ 45.00 $ 112,500.00 2500 $ 45.00 $ 112,500.00 2500 $ 45.00 $ 112,500.00 2500 $ 45.00 $ 112,500.00 WW185 Cut&Restore HMAC Pavemenalndudes Base&Prime Coat) SV 2500 $ 88.00 $ 220,000.00 2500 $ 88.00 $ 220,000.00 2500 $ 88.00 $ 220,000.00 2500 $ 88.00 $ 220,000.00 WW186 Additional HMACPavement Thidkness)1/2"per SV) SV 250 $ 15.00 $ 11,250.00 250 $ 15.00 $ 11,250.00 250 $ 15.00 $ 11,250.00 250 $ 15.00 $ 11,250.00 WW182 Additional Limestone Base Thickness(l"peESV) SV 250 $ 5.00 $ 3,250.00 250 $ 5.00 $ 3,250.00 250 $ 5.00 $ 3,250.00 250 $ 5.00 $ 3,250.00 WW188 Select Backfill Material CV 1500 $ 4.00 $ 6,000.00 1500 $ 4.00 $ 6,000.00 1500 $ 4.00 $ 6,000.00 1500 $ 4.00 $ 6,000.00 WW189 Flawable Backfill CV 1250 $ 145.00 $ 181250.00 1250 $ 145.00 $ 181250.00 1250 $ 145.00 $ 181250.00 1250 $ 145.00 $ 181250.00 WW190 Cat&Restore Conuete Pavement)Indudes Base) SV 250 $ 140.00 $ 35,000.00 250 $ 140.00 $ 35,000.00 250 $ 140.00 $ 35,000.00 250 $ 140.00 $ 35,000.00 WW191 Additional Conuete Pavement Thidkness(l"pe,SV) SV 100 $ 20.00 $ 2,000.00 100 $ 20.00 $ 2,000.00 100 $ 20.00 $ 2,000.00 100 $ 20.00 $ 2,000.00 WW192 Signing&Traffc Con[rol)Detail A) DAV 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 WW193 Signing&Traffic Co-ol(Detail B) DAV 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 WW194 I Signing&Taffic Co-ol(Detail C) DAV 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 WW195 Signing&TEaffic Con[rol)Detail D) DAV 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 WW196 Si nin &Traffc Control DetailE DAV 25 $ 500.00 $ 12500.00 25 $ 500.00 $ 12500.00 25 $ 500.00 $ 12500.00 25 $ 500.00 $ 12500.00 WW197 Signing&TEaffic Co-ol(Detail F) DAV 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 WW198 Si nin &Traffc Control Detail6 DAV 25 $ 500.00 $ 12500.00 25 $ 500.00 $ 12500.00 25 $ 500.00 $ 12500.00 25 $ 500.00 $ 12500.00 WW199 Signing&TEaffic Control)Det all H) DAV 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 WW200 Signing&TEaffic Co-ol(Detail l) DAV 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 WW201 Signing&TEaffic Co-ol(Detail 1) DAV 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 25 $ 500.00 $ 12,500.00 WW226 Power Pale Su art DAV 10 $ 2,500.00 $ 25,000.00 10 $ 2,500.00 $ 25,000.00 10 $ 2,500.00 $ 25,000.00 10 $ 2,500.00 $ 25,000.00 W W222 Site Cleanm and St i in AC 1 $ 2,500.00 $ 2 500.00 1 $ 2 500.00 $ 2500.00 1 $ 2 500.00 $ 2,500.00 1 $ 2,500.00 $ 2,500.00 WW228 Dispo.lof Contaminated6Eoundwate,,,Allowance perlump-sum LS 1 $ 10,000.00 $ 10,000.00 1 $ 10,000.00 $ 10,000.00 1 $ 10,000.00 $ 10,000.00 1 $ 10,000.00 $ 10,000.00 WW229 Pre aationandlm lementationofa Taffic Control Plan Allowance er Wm-sum LS 1 $ 5000.00 $ 5000.00 1 $ 5000.00 $ 5000.00 1 $ 5000.00 $ 5000.00 1 $ 5000.00 $ 5000.00 $ ],9]2,305.00 $ ],9]2,305.00 $ ],9]2,305.00 "Line Item Unit Prices reflect original bid item 'Line Item Unit Prices include a 0.0%increase 'Line Item Unit Prices include a 0.0%increase unit prices at time of award from E16255 Years 1&2(except WW1) from E17085 Year 3(except WW1) Project: E16255 Project: E17085 Project: 18090A Renewal: n/a Renewal: 1 Renewal: 2 Year: 1&2 Year: 3 Year: 4 Price Increase: 0.00% Price Increase: 0.00% Price Increase: 0.00% ITEM NO ITEM DESCRIPTION UNIT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT UNIT PRICE UNIT PRICE UNIT PRICE WWI Mobilization/Bonds/Insurance per lump-sum(Befer to T-000500 for mobilization pa LS 1 $ 400,000.00 $ 400,000.00 1 $ 400,000.00 $ 400,000.00 1 $ 400,000.00 $ 400,000.00 WW2 Remove and Replace 58''Wastewater Line(0'-6'Depth) LF 250 $ 75.00 $ 18,750.00 250 $ 75.00 $ 18,750.00 250 $ 75.00 $ 18,750.00 WW3 Remove and Replace 58''Wastewater Line(6'-10'Depth) LF 250 $ 85.00 $ 21,250.00 250 $ 85.00 $ 21,250.00 250 $ 85.00 $ 21,250.00 WW4 Remove and Replace 58''Wastewater Line(10'-14'Depth) LF 250 $ 95.00 $ 23,750.00 250 $ 95.00 $ 23,750.00 250 $ 95.00 $ 23,750.00 WW5 Remove and Replace 58''Wastewater Line(14'-18'Depth) LF 250 $ 105.00 $ 26,250.00 250 $ 105.00 $ 26,250.00 250 $ 105.00 $ 26,250.00 WW6 Remove and Replace 58''Wastewater Line(>18'Depth) LF 250 $ 120.00 $ 30,000.00 250 $ 120.00 $ 30,000.00 250 $ 120.00 $ 30,000.00 WW7 Remove and Replace 10''Wastewater Line(0'-6'Depth) LF 250 $ 80.00 $ 20,000.00 250 $ 80.00 $ 20,000.00 250 $ 80.00 $ 20,000.00 WW8 Remove and Replace 10''Wastewater Line(6'-10'Depth) LF 250 $ 90.00 $ 22,500.00 250 $ 90.00 $ 22,500.00 250 $ 90.00 $ 22,500.00 WW9 Remove and Replace 10''Wastewater Line(10'-14'Depth) LF 250 $ 95.00 $ 23,750.00 250 $ 95.00 $ 23,750.00 250 $ 95.00 $ 23,750.00 WW10 Remove and Replace 10''Wastewater Line(14'-18'Depth) LF 250 $ 115.00 $ 28,750.00 250 $ 115.00 $ 28,750.00 250 $ 115.00 $ 28,750.00 WWII Remove and Replace 10''Wastewater Line(>18'Depth) LF 250 $ 125.00 $ 31,250.00 250 $ 125.00 $ 31,250.00 250 $ 125.00 $ 31,250.00 WW12 Remove and Replace 12''Wastewater Line(0'-6'Depth) LF 250 $ 85.00 $ 21,250.00 250 $ 85.00 $ 21,250.00 250 $ 85.00 $ 21,250.00 WW13 Remove and Replace 12''Wastewater Line(6'-10'Depth) LF 250 $ 90.00 $ 22,500.00 250 $ 90.00 $ 22,500.00 250 $ 90.00 $ 22,500.00 WW14 Remove and Replace 12''Wastewater Line(10'-14'Depth) LF 250 $ 95.00 $ 23,750.00 250 $ 95.00 $ 23,750.00 250 $ 95.00 $ 23,750.00 WW15 Remove and Replace 12''Wastewater Line(14'-18'Depth) LF 250 $ 115.00 $ 28,750.00 250 $ 115.00 $ 28,750.00 250 $ 115.00 $ 28,750.00 WW16 Remove and Replace 12''Wastewater Line(>18'Depth) LF 250 $ 130.00 $ 32,500.00 250 $ 130.00 $ 32,500.00 250 $ 130.00 $ 32,500.00 WW17 Remove and Replace 15''Wastewater Line(0'-6'Depth) LF 250 $ 105.00 $ 26,250.00 250 $ 105.00 $ 26,250.00 250 $ 105.00 $ 26,250.00 WW18 Remove and Replace 15''Wastewater Line(6'-10'Depth) LF 250 $ 115.00 $ 28,750.00 250 $ 115.00 $ 28,750.00 250 $ 115.00 $ 28,750.00 WW19 Remove and Replace 15''Wastewater Line(10'-14'Depth) LF 250 $ 125.00 $ 31,250.00 250 $ 125.00 $ 31,250.00 250 $ 125.00 $ 31,250.00 WW20 Remove and Replace 15''Wastewater Line(14'-18'Depth) LF 250 $ 135.00 $ 33,750.00 250 $ 135.00 $ 33,750.00 250 $ 135.00 $ 33,750.00 WW21 Remove and Replace 15''Wastewater Line(>18'Depth) LF 250 $ 130.00 $ 32,500.00 250 $ 130.00 $ 32,500.00 250 $ 130.00 $ 32,500.00 WW22 Remove and Replace 18''Wastewater Line(0'-6'Depth) LF 150 $ 140.00 $ 21,000.00 150 $ 140.00 $ 21,000.00 150 $ 140.00 $ 21,000.00 WW23 Remove and Replace 18''Wastewater Line(6'-10'Depth) LF 150 $ 145.00 $ 21,750.00 150 $ 145.00 $ 21,750.00 150 $ 145.00 $ 21,750.00 WW24 Remove and Replace 18''Wastewater Line(10'-14'Depth) LF 150 $ 155.00 $ 23,250.00 150 $ 155.00 $ 23,250.00 150 $ 155.00 $ 23,250.00 WW25 Remove and Replace 18''Wastewater Line(14'-18'Depth) LF 150 $ 165.00 $ 24,750.00 150 $ 165.00 $ 24,750.00 150 $ 165.00 $ 24,750.00 WW26 Remove and Replace 18''Wastewater Line(>18'Depth) LF 150 $ 170.00 $ 25,500.00 150 $ 170.00 $ 25,500.00 150 $ 170.00 $ 25,500.00 WW27 Remove and Replace 24''Wastewater Line(0'-6'Depth) LF 150 $ 235.00 $ 35,250.00 150 $ 235.00 $ 35,250.00 150 $ 235.00 $ 35,250.00 WW28 Remove and Replace 24''Wastewater Line(6'-10'Depth) LF 150 $ 240.00 $ 36,000.00 150 $ 240.00 $ 36,000.00 150 $ 240.00 $ 36,000.00 WW29 Remove and Replace 24''Wastewater Line(10'-14'Depth) LF 150 $ 250.00 $ 37,500.00 150 $ 250.00 $ 37,500.00 150 $ 250.00 $ 37,500.00 WW30 Remove and Replace 24''Wastewater Line(14'-18'Depth) LF 150 $ 255.00 $ 38,250.00 150 $ 255.00 $ 38,250.00 150 $ 255.00 $ 38,250.00 WW31 Remove and Replace 24''Wastewater Line(>18'Depth) LF 150 $ 265.00 $ 39,750.00 150 $ 265.00 $ 39,750.00 150 $ 265.00 $ 39,750.00 WW32 Remove and Replace 30''Wastewater Line(0'-6'Depth) LF 150 $ 270.00 $ 40,500.00 150 $ 270.00 $ 40,500.00 150 $ 270.00 $ 40,500.00 WW33 Remove and Replace 30''Wastewater Line(6'-10'Depth) LF 150 $ 270.00 $ 40,500.00 150 $ 270.00 $ 40,500.00 150 $ 270.00 $ 40,500.00 WW34 Remove and Replace 30''Wastewater Line(10'-14'Depth) LF 150 $ 280.00 $ 42,000.00 150 $ 280.00 $ 42,000.00 150 $ 280.00 $ 42,000.00 WW35 Remove and Replace 30''Wastewater Line(14'-18'Depth) LF 150 $ 290.00 $ 43,500.00 150 $ 290.00 $ 43,500.00 150 $ 290.00 $ 43,500.00 WW36 Remove and Replace 30''Wastewater Line(>18'Depth) LF 150 $ 310.00 $ 46,500.00 150 $ 310.00 $ 46,500.00 150 $ 310.00 $ 46,500.00 WW37 Remove and Replace 36''Wastewater Line(0'-6'Depth) LF 100 $ 240.00 $ 24,000.00 100 $ 240.00 $ 24,000.00 100 $ 240.00 $ 24,000.00 WW38 Remove and Replace 36''Wastewater Line(6'-10'Depth) LF 100 $ 270.00 $ 27,000.00 100 $ 270.00 $ 27,000.00 100 $ 270.00 $ 27,000.00 WW39 Remove and Replace 36''Wastewater Line(10'-14'Depth) LF 100 $ 285.00 $ 28,500.00 100 $ 285.00 $ 28,500.00 100 $ 285.00 $ 28,500.00 WW40 Remove and Replace 36''Wastewater Line(14'-18'Depth) LF 100 $ 305.00 $ 30,500.00 100 $ 305.00 $ 30,500.00 100 $ 305.00 $ 30,500.00 WW41 Remove and Replace 36''Wastewater Line(>18'Depth) LF 100 $ 330.00 $ 33,000.00 100 $ 330.00 $ 33,000.00 100 $ 330.00 $ 33,000.00 WW42 Excavation Safety for Remove&Replace Wastewater Line(0'-6'Depth) LF 1150 $ 20.00 $ 23,000.00 1150 $ 20.00 $ 23,000.00 1150 $ 20.00 $ 23,000.00 WW43 Excavation Safety for Remove&Replace Wastewater Line(6'-10'Depth) LF 1150 $ 30.00 $ 34,500.00 1150 $ 30.00 $ 34,500.00 1150 $ 30.00 $ 34,500.00 WW44 Excavation Safety for Remove&Replace Wastewater Line(10'-14'Depth) LF 1150 $ 40.00 $ 46,000.00 1150 $ 40.00 $ 46,000.00 1150 $ 40.00 $ 46,000.00 WW45 Excavation Safety for Remove&Replace Wastewater Line(14'-18'Depth) LF 1150 $ 50.00 $ 57,500.00 1150 $ 50.00 $ 57,500.00 1150 $ 50.00 $ 57,500.00 WW46 Excavation Safety for Remove&Replace Wastewater Line(>18'Depth) LF 1150 $ 70.00 $ 80,500.00 1150 $ 70.00 $ 80,500.00 1150 $ 70.00 $ 80,500.00 WW47 Service Re-connection for<8''Remove&Replace EA 10 $ 600.00 $ 6,000.00 10 $ 600.00 $ 6,000.00 10 $ 600.00 $ 6,000.00 WW48 Service Re-connection for 10''Remove&Replace EA 10 $ 650.00 $ 6,500.00 10 $ 650.00 $ 6,500.00 10 $ 650.00 $ 6,500.00 WW49 Service Re-connection for 12''Remove&Replace EA 10 $ 700.00 $ 7,000.00 10 $ 700.00 $ 7,000.00 10 $ 700.00 $ 7,000.00 WW50 Service Re-connection for 15''Remove&Replace EA 10 $ 700.00 $ 7,000.00 10 $ 700.00 $ 7,000.00 10 $ 700.00 $ 7,000.00 WW51 Service Re-connection for 18''Remove&Replace EA 5 $ 900.00 $ 4,500.00 5 $ 900.00 $ 4,500.00 5 $ 900.00 $ 4,500.00 WW52 Service Re-connection for 24''Remove&Replace EA 5 $ 1,550.00 $ 7,750.00 5 $ 1,550.00 $ 7,750.00 5 $ 1,550.00 $ 7,750.00 WW53 Service Re-connection for 30''Remove&Replace EA 5 $ 3,550.00 $ 17,750.00 5 $ 3,550.00 $ 17,750.00 5 $ 3,550.00 $ 17,750.00 WW54 Service Re-connection for 36''Remove&Replace EA 54,550.00 $ 22,750.00 5 $ 4,550.00 $ 22,750.00 5 $ 4,550.00 $ 22,750.00 WW55 Rehab<8"Wastewater Line(Pipe Bursting)(0'-6'Depth) LF 100 $ 50.00 $ 5,000.00 100 $ 50.00 $ 5,000.00 100 $ 50.00 $ 5,000.00 WW56 Rehab<8"Wastewater Line(Pipe Bursting)(6'-10'Depth) LF 100 $ 55.00 $ 5,500.00 100 $ 55.00 $ 5,500.00 100 $ 55.00 $ 5,500.00 WW57 Rehab<8"Wastewater Line(Pipe Bursting)(10'-14'Depth) LF 100 $ 65.00 $ 6,500.00 100 $ 65.00 $ 6,500.00 100 $ 65.00 $ 6,500.00 WW58 Rehab<8"Wastewater Line(Pipe Bursting)(14'-18'Depth) LF 100 $ 85.00 $ 8,500.00 100 $ 85.00 $ 8,500.00 100 $ 85.00 $ 8,500.00 "Line Item Unit Prices reflect original bid item 'Line Item Unit Prices include a 0.0%increase 'Line Item Unit Prices include a 0.0%increase unit prices at time of award from E16255 Years 1&2(except WW1) from E17085 Year 3(except WW1) Project: E16255 Project: E17085 Project: 18090A Renewal: n/a Renewal: 1 Renewal: 2 Year: 1&2 Year: 3 Year: 4 Price Increase: 0.00% Price Increase: 0.00% Price Increase: 0.00% ITEM NO ITEM DESCRIPTION UNIT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT UNIT PRICE UNIT PRICE UNIT PRICE WW59 Rehab 1_8"Wastewater Line(Pipe Bursting)(>18'Depth) LF 100 $ 95.00 $ 9,500.00 100 $ 95.00 $ 9,500.00 100 $ 95.00 $ 9,500.00 WW60 Rehab 10"Wastewater Line(Pipe Bursting)(0'-6'Depth) LF 100 $ 60.00 $ 6,000.00 100 $ 60.00 $ 6,000.00 100 $ 60.00 $ 6,000.00 WW61 Rehab 10"Wastewater Line(Pipe Bursting)(6'-10'Depth) LF 100 $ 65.00 $ 6,500.00 100 $ 65.00 $ 6,500.00 100 $ 65.00 $ 6,500.00 WW62 Rehab 10"Wastewater Line(Pipe Bursting)(10'-14'Depth) LF 100 $ 70.00 $ 7,000.00 100 $ 70.00 $ 7,000.00 100 $ 70.00 $ 7,000.00 WW63 Rehab 10"Wastewater Line(Pipe Burstin14'-18'Depth) LF 100 $ 90.00 $ 9,000.00 100 $ 90.00 $ 9,000.00 100 $ 90.00 $ 9,000.00 WW64 Rehab 10"Wastewater Line(Pipe Bursting)(>18'Depth) LF 100 $ 100.00 $ 10,000.00 100 $ 100.00 $ 10,000.00 100 $ 100.00 $ 10,000.00 WW65 Rehab 12"Wastewater Line(Pipe Bursting)(0'-6'Depth) LF 100 $ 70.00 $ 7,000.00 100 $ 70.00 $ 7,000.00 100 $ 70.00 $ 7,000.00 WW66 Rehab 12"Wastewater Line(Pipe Bursting)(6'-10'Depth) LF 100 $ 75.00 $ 7,500.00 100 $ 75.00 $ 7,500.00 100 $ 75.00 $ 7,500.00 WW67 Rehab 12"Wastewater Line(Pipe Bursting)(10'-14'Depth) LF 100 $ 85.00 $ 8,500.00 100 $ 85.00 $ 8,500.00 100 $ 85.00 $ 8,500.00 WW68 Rehab 12"Wastewater Line(Pipe Burstin14'-18'Depth) LF 100 $ 90.00 $ 9,000.00 100 $ 90.00 $ 9,000.00 100 $ 90.00 $ 9,000.00 WW69 Rehab 12"Wastewater Line(Pipe Bursting)X18'Depth) LF 100 $ 100.00 $ 10,000.00 100 $ 100.00 $ 10,000.00 100 $ 100.00 $ 10,000.00 WW70 Rehab 15"Wastewater Line(Pipe Bursting)(0'-6'Depth) LF 100 $ 85.00 $ 8,500.00 100 $ 85.00 $ 8,500.00 100 $ 85.00 $ 8,500.00 WW71 Rehab 15"Wastewater Line(Pipe Bursting)(6'-10'Depth) LF 100 $ 95.00 $ 9,500.00 100 $ 95.00 $ 9,500.00 100 $ 95.00 $ 9,500.00 WW72 Rehab 15"Wastewater Line(Pipe Bursting)(10'-14'Depth) LF 100 $ 105.00 $ 10,500.00 100 $ 105.00 $ 10,500.00 100 $ 105.00 $ 10,500.00 WW73 Rehab 15"Wastewater Line(Pipe Burstin14'-18'Depth) LF 100 $ 115.00 $ 11,500.00 100 $ 115.00 $ 11,500.00 100 $ 115.00 $ 11,500.00 WW74 Rehab 15"Wastewater Line(Pipe Bursting)(>18'Depth) LF 100 $ 120.00 $ 12,000.00 100 $ 120.00 $ 12,000.00 100 $ 120.00 $ 12,000.00 WW75 Rehab 18"Wastewater Line(Pipe Bursting)(0'-6'Depth) LF 75 $ 120.00 $ 9,000.00 75 $ 120.00 $ 9,000.00 75 $ 120.00 $ 9,000.00 WW76 Rehab 18"Wastewater Line(Pipe Bursting)(6'-10'Depth) LF 75 $ 125.00 $ 9,375.00 75 $ 125.00 $ 9,375.00 75 $ 125.00 $ 9,375.00 WW77 Rehab 18"Wastewater Line(Pipe Bursting)(10'-14'Depth) LF 75 $ 135.00 $ 10,125.00 75 $ 135.00 $ 10,125.00 75 $ 135.00 $ 10,125.00 WW78 Rehab 18"Wastewater Line(Pipe Burstin14'-18'Depth) LF 75 $ 145.00 $ 10,875.00 75 $ 145.00 $ 10,875.00 75 $ 145.00 $ 10,875.00 WW79 Rehab 18"Wastewater Line(Pipe Bursting)(>18'Depth) LF 75 $ 150.00 $ 11,250.00 75 $ 150.00 $ 11,250.00 75 $ 150.00 $ 11,250.00 WW80 Rehab 24"Wastewater Line(Pipe Bursting)(0'-6'Depth) LF 75 $ 275.00 $ 20,625.00 75 $ 275.00 $ 20,625.00 75 $ 275.00 $ 20,625.00 WW81 Rehab 24"Wastewater Line(Pipe Bursting)(6'-10'Depth) LF 75 $ 285.00 $ 21,375.00 75 $ 285.00 $ 21,375.00 75 $ 285.00 $ 21,375.00 WW82 Rehab 24"Wastewater Line(Pipe Bursting)(10'-14'Depth) LF 75 $ 295.00 $ 22,125.00 75 $ 295.00 $ 22,125.00 75 $ 295.00 $ 22,125.00 WW83 Rehab 24"Wastewater Line(Pipe Bursting)(14'-18'Depth) LF 75 $ 300.00 $ 22,500.00 75 $ 300.00 $ 22,500.00 75 $ 300.00 $ 22,500.00 WW84 Rehab 24"Wastewater Line(Pipe Bursting)(>18'Depth) LF 75 $ 305.00 $ 22,875.00 75 $ 305.00 $ 22,875.00 75 $ 305.00 $ 22,875.00 WW85 Rehab 30"Wastewater Line(Pipe Bursting)(0'-6'Depth) LF 75 $ 290.00 $ 21,750.00 75 $ 290.00 $ 21,750.00 75 $ 290.00 $ 21,750.00 WW86 Rehab 30"Wastewater Line(Pipe Bursting)(6'-10'Depth) LF 75 $ 300.00 $ 22,500.00 75 $ 300.00 $ 22,500.00 75 $ 300.00 $ 22,500.00 WW87 Rehab 30"Wastewater Line(Pipe Bursting)(10'-14'Depth) LF 75 $ 310.00 $ 23,250.00 75 $ 310.00 $ 23,250.00 75 $ 310.00 $ 23,250.00 WW88 Rehab 30"Wastewater Line(Pipe Bursting)(14'-18'Depth) LF 75 $ 320.00 $ 24,000.00 75 $ 320.00 $ 24,000.00 75 $ 320.00 $ 24,000.00 WW89 Rehab 30"Wastewater Line(Pipe Bursting)(>18'Depth) LF 75 $ 340.00 $ 25,500.00 75 $ 340.00 $ 25,500.00 75 $ 340.00 $ 25,500.00 WW90 Rehab 36"Wastewater Line(Pipe Bursting)(0'-6'Depth) LF 75 $ 300.00 $ 22,500.00 75 $ 300.00 $ 22,500.00 75 $ 300.00 $ 22,500.00 WW91 Rehab 36"Wastewater Line(Pipe Bursting)(6'-10'Depth) LF 75 $ 315.00 $ 23,625.00 75 $ 315.00 $ 23,625.00 75 $ 315.00 $ 23,625.00 WW92 Rehab 36"Wastewater Line(Pipe Bursting)(10'-14'Depth) LF 75 $ 325.00 $ 24,375.00 75 $ 325.00 $ 24,375.00 75 $ 325.00 $ 24,375.00 WW93 Rehab 36"Wastewater Line(Pipe Bursting)(14'-18'Depth) LF 75 $ 340.00 $ 25,500.00 75 $ 340.00 $ 25,500.00 75 $ 340.00 $ 25,500.00 WW94 Rehab 36"Wastewater Line(Pipe Bursting)(>18'Depth) LF 75 $ 350.00 $ 26,250.00 75 $ 350.00 $ 26,250.00 75 $ 350.00 $ 26,250.00 WW95 Upsizingof Wastewater Line(Greaterthan one pipe size,maxl.5times existingdi LF 75 $ 30.00 $ 2,250.00 75 $ 30.00 $ 2,250.00 75 $ 30.00 $ 2,250.00 WW96 Service Re-connection for8"Pipe Bursting EA 12 $ 600.00 $ 7,200.00 12 $ 600.00 $ 7,200.00 12 $ 600.00 $ 7,200.00 WW97 Service Re-connection forlD"Pipe Bursting EA 12 $ 650.00 $ 7,800.00 12 $ 650.00 $ 7,800.00 12 $ 650.00 $ 7,800.00 WW98 Service Re-connection for12''Pipe Bursting EA 12 $ 700.00 $ 8,400.00 12 $ 700.00 $ 8,400.00 12 $ 700.00 $ 8,400.00 WW99 Service Re-connection for15''Pipe Bursting EA 7 $ 700.00 $ 4,900.00 7 $ 700.00 $ 4,900.00 7 $ 700.00 $ 4,900.00 WW100 Service Re-connection for18''Pipe Bursting EA 7 $ 700.00 $ 4,900.00 7 $ 700.00 $ 4,900.00 7 $ 700.00 $ 4,900.00 WW101 Service Re-connection for24''Pipe Bursting EA 7 $ 700.00 $ 4,900.00 7 $ 700.00 $ 4,900.00 7 $ 700.00 $ 4,900.00 WW102 Service Re-connection for30''Pipe Bursting EA 7 $ 700.00 $ 4,900.00 7 $ 700.00 $ 4,900.00 7 $ 700.00 $ 4,900.00 WW103 Service Re-connection for36''Pipe Bursting EA 7 $ 700.00 $ 4,900.00 7 $ 700.00 $ 4,900.00 7 $ 700.00 $ 4,900.00 WW104 Rehab B"Wastewater Line(Cured-i n-Place-Pipe)(0'-15'Depth) LF 100 $ 38.00 $ 3,800.00 100 $ 38.00 $ 3,800.00 100 $ 38.00 $ 3,800.00 WW105 Rehab B"Wastewater Line(Cured-i n-Place-Pipe)(>15'Depth) LF 100 $ 42.00 $ 4,200.00 100 $ 42.00 $ 4,200.00 100 $ 42.00 $ 4,200.00 WW106 Rehab 10''Wastewater Line(Cured-in-Place-Pipe)(0'-15'Depth) LF 100 $ 44.00 $ 4,400.00 100 $ 44.00 $ 4,400.00 100 $ 44.00 $ 4,400.00 WW107 Rehab 10''Wastewater Line Cured-in-Place-Pie 15'-20'Depth) LF 100 $ 46.00 $ 4,600.00 100 $ 46.00 $ 4,600.00 100 $ 46.00 $ 4,600.00 WW108 Rehab 10''Wastewater Line(Cured-in-Place-Pipe)(>20'Depth) LF 100 $ 50.00 $ 5,000.00 100 $ 50.00 $ 5,000.00 100 $ 50.00 $ 5,000.00 WW109 Rehab 12''Wastewater Line(Cured-in-Place-Pipe)(0'-15'Depth) LF 100 $ 52.00 $ 5,200.00 100 $ 52.00 $ 5,200.00 100 $ 52.00 $ 5,200.00 WW110 Rehab 12''Wastewater Line(Cured-in-Place-Pipe)(15'-20'Depth) LF 100 $ 55.00 $ 5,500.00 100 $ 55.00 $ 5,500.00 100 $ 55.00 $ 5,500.00 WW111 Rehab 12''Wastewater Line(Cured-in-Place-Pipe)(>20'Depth) LF 100 $ 60.00 $ 6,000.00 100 $ 60.00 $ 6,000.00 100 $ 60.00 $ 6,000.00 WW112 Rehab 15''Wastewater Line Cured-in-Place-Pie 0'-15'Depth) LF 100 $ 60.00 $ 6,000.00 100 $ 60.00 $ 6,000.00 100 $ 60.00 $ 6,000.00 WW113 Rehab 15''Wastewater Line(Cured-in-Place-Pipe)(15'-20'Depth) LF 100 $ 65.00 $ 6,500.00 100 $ 65.00 $ 6,500.00 100 $ 65.00 $ 6,500.00 WW114 Rehab 15''Wastewater Line(Cured-in-Place-Pipe)(>20'Depth) LF 100 $ 72.00 $ 7,200.00 100 $ 72.00 $ 7,200.00 100 $ 72.00 $ 7,200.00 WW115 Rehab 18''Wastewater Line(Cured-in-Place-Pipe)(0'-15'Depth) LF 75 $ 80.00 $ 6,000.00 75 $ 80.00 $ 6,000.00 75 $ 80.00 $ 6,000.00 WW116 IRehab 18''Wastewater Line(Cured-in-Place-Pipe)(15'-20'Depth) I LF 75 $ 90.00 $ 6,750.00 75 $ 90.00 $ 6,750.00 75 $ 90.00 $ 6,750.00 "Line Item Unit Prices reflect original bid item 'Line Item Unit Prices include a 0.0%increase 'Line Item Unit Prices include a 0.0%increase unit prices at time of award from E16255 Years 1&2(except WW1) from E17085 Year 3(except WW1) Project: E16255 Project: E17085 Project: 18090A Renewal: n/a Renewal: 1 Renewal: 2 Year: 1&2 Year: 3 Year: 4 Price Increase: 0.00% Price Increase: 0.00% Price Increase: 0.00% ITEM NO ITEM DESCRIPTION UNIT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT UNIT PRICE UNIT PRICE UNIT PRICE WW117 Rehab 18''Wastewater Line(Cured-in-Place-Pipe) (>20'Depth) LF 75 $ 105.00 $ 7,875.00 75 $ 105.00 $ 7,875.00 75 $ 105.00 $ 7,875.00 WW118 Rehab 24''Wastewater Line(Cured-in-Place-Pipe)(0'-15'Depth) LF 75 $ 130.00 $ 9,750.00 75 $ 130.00 $ 9,750.00 75 $ 130.00 $ 9,750.00 WW119 Rehab 24''Wastewater Line(Cured-in-Place-Pipe)(15'-20'Depth) LF 75 $ 140.00 $ 10,500.00 75 $ 140.00 $ 10,500.00 75 $ 140.00 $ 10,500.00 WW120 Rehab 24''Wastewater Line(Cured-in-Place-Pipe)(>20'Depth) LF 75 $ 155.00 $ 11,625.00 75 $ 155.00 $ 11,625.00 75 $ 155.00 $ 11,625.00 WW121 Rehab 30''Wastewater Line Cured-in-Place-Pie 0'-15'Depth) LF 75 $ 180.00 $ 13,500.00 75 $ 180.00 $ 13,500.00 75 $ 180.00 $ 13,500.00 WW122 Rehab 30''Wastewater Line(Cured-in-Place-Pipe)(15'-20'Depth) LF 75 $ 200.00 $ 15,000.00 75 $ 200.00 $ 15,000.00 75 $ 200.00 $ 15,000.00 WW123 Rehab 30''Wastewater Line(Cured-in-Place-Pipe)(>20'Depth) LF 75 $ 220.00 $ 16,500.00 75 $ 220.00 $ 16,500.00 75 $ 220.00 $ 16,500.00 WW124 Rehab 36''Wastewater Line(Cured-in-Place-Pipe)(0'-15'Depth) LF 75 $ 230.00 $ 17,250.00 75 $ 230.00 $ 17,250.00 75 $ 230.00 $ 17,250.00 WW125 Rehab 36''Wastewater Line(Cured-in-Place-Pipe)(15'-20'Depth) LF 75 $ 250.00 $ 18,750.00 75 $ 250.00 $ 18,750.00 75 $ 250.00 $ 18,750.00 WW126 Rehab 36''Wastewater Line Cured-in-Place-Pie >20'Depth) LF 75 $ 280.00 $ 21,000.00 75 $ 280.00 $ 21,000.00 75 $ 280.00 $ 21,000.00 WW127 Service Re-connection for8''CIPP Wastewater Line EA 10 $ 800.00 $ 8,000.00 10 $ 800.00 $ 8,000.00 10 $ 800.00 $ 8,000.00 WW128 Service Re-connection forl0"CIPP Wastewater Line EA 10 $ 850.00 $ 8,500.00 10 $ 850.00 $ 8,500.00 10 $ 850.00 $ 8,500.00 WW129 Service Re-connection for12''CIPP Wastewater Line EA 10 $ 900.00 $ 9,000.00 10 $ 900.00 $ 9,000.00 10 $ 900.00 $ 9,000.00 WW130 Service Re-connection for15''CIPP Wastewater Line EA 5 $ 900.00 $ 4,500.00 5 $ 900.00 $ 4,500.00 5 $ 900.00 $ 4,500.00 WW131 Service Re-connection for18''CIPP Wastewater Line EA 5 $ 900.00 $ 4,500.00 5 $ 900.00 $ 4,500.00 5 $ 900.00 $ 4,500.00 WW132 Service Re-connection for24''CIPP Wastewater Line EA 5 $ 900.00 $ 4,500.00 5 $ 900.00 $ 4,500.00 5 $ 900.00 $ 4,500.00 WW133 Service Re-connection for30''CIPP Wastewater Line EA 5 $ 900.00 $ 4,500.00 5 $ 900.00 $ 4,500.00 5 $ 900.00 $ 4,500.00 WW134 Service Re-connection for36''CIPP Wastewater Line EA 5 $ 900.00 $ 4,500.00 5 $ 900.00 $ 4,500.00 5 $ 900.00 $ 4,500.00 WW135 Joint Testingof 8''Wastewater Line(all depths) EA 100 $ 50.00 $ 5,000.00 100 $ 50.00 $ 5,000.00 100 $ 50.00 $ 5,000.00 WW136 Joint Testingof 10''Wastewater Line all depths) EA 100 $ 50.00 $ 5,000.00 100 $ 50.00 $ 5,000.00 100 $ 50.00 $ 5,000.00 WW137 Joint Testingof 12''Wastewater Line(all depths) EA 100 $ 50.00 $ 5,000.00 100 $ 50.00 $ 5,000.00 100 $ 50.00 $ 5,000.00 WW138 Joint Grouting of8''Wastewater Line(all depths) EA 60 $ 50.00 $ 3,000.00 60 $ 50.00 $ 3,000.00 60 $ 50.00 $ 3,000.00 WW139 Joint Grouting ofl0"Wastewater Line(all depths) EA 60 $ 50.00 $ 3,000.00 60 $ 50.00 $ 3,000.00 60 $ 50.00 $ 3,000.00 WW140 Joint Grouting of12''Wastewater Line(all depths) EA 60 $ 50.00 $ 3,000.00 60 $ 50.00 $ 3,000.00 60 $ 50.00 $ 3,000.00 WW141 Testing Lateral Connections(all sizes,all depths) EA 60 $ 75.00 $ 4,500.00 60 $ 75.00 $ 4,500.00 60 $ 75.00 $ 4,500.00 WW142 Grouting Lateral Connections(all sizes,all depths) EA 45 $ 50.00 $ 2,250.00 45 $ 50.00 $ 2,250.00 45 $ 50.00 $ 2,250.00 WW143 Chemical Grout,complete in place pergallon GA 1000 $ 120.00 $ 120,000.00 1000 $ 120.00 $ 120,000.00 1000 $ 120.00 $ 120,000.00 WW144 Point Repair 58"W astewaterLme0'-6'Depth15 LFM in LF 250 $ 80.00 $ 20,000.00 250 $ 80.00 $ 20,000.00 250 $ 80.00 $ 20,000.00 WW145 Point Repair 58"W astewaterLme6'-10'Depth 15LFMm LF 250 $ 90.00 $ 22,500.00 250 $ 90.00 $ 22,500.00 250 $ 90.00 $ 22,500.00 WW146 Point Repair 58"W astew aterLine 10'-14'Depth15 LFM in LF 250 $ 100.00 $ 25,000.00 250 $ 100.00 $ 25,000.00 250 $ 100.00 $ 25,000.00 WW147 Point Repair 58"W astew aterLine 14'-18'Depth15 LFM in LF 250 $ 110.00 $ 27,500.00 250 $ 110.00 $ 27,500.00 250 $ 110.00 $ 27,500.00 WW148 Point Repair 58"W astewaterLine 18 Depth 15LFMm LF 250 $ 120.00 $ 30,000.00 250 $ 120.00 $ 30,000.00 250 $ 120.00 $ 30,000.00 WW149 Point Repair 10"Wastewater Line(0'-6'Depth)(15 LF Min) LF 250 $ 85.00 $ 21,250.00 250 $ 85.00 $ 21,250.00 250 $ 85.00 $ 21,250.00 WW150 Point Repair 10"Wastewater Line(6'-10'Depth)(15 LF Min) LF250 $ 95.00 $ 23,750.00 250 $ 95.00 $ 23,750.00 250 $ 95.00 $ 23,750.00 WW151 Point Repair 10"Wastewater Line(:10'-14'Depth)(15 LF Min) LF 250 $ 100.00 $ 25,000.00 250 $ 100.00 $ 25,000.00 250 $ 100.00 $ 25,000.00 WW152 Point Repair 10"Wastewater Line(:14'-18'Depth)(15 LF Min) LF 250 $ 105.00 $ 26,250.00 250 $ 105.00 $ 26,250.00 250 $ 105.00 $ 26,250.00 WW153 Point Repair 10"Wastewater Line X18'Depth)(15 LF Min) LF 250 $ 115.00 $ 28,750.00 250 $ 115.00 $ 28,750.00 250 $ 115.00 $ 28,750.00 WW154 Point Repair 12"Wastewater Line(0'-6'Depth)(15 LF Min) LF 250 $ 90.00 $ 22,500.00 250 $ 90.00 $ 22,500.00 250 $ 90.00 $ 22,500.00 WW155 Point Repair 12"Wastewater Line(6'-10'Depth)(15 LF Min) LF 250 $ 95.00 $ 23,750.00 250 $ 95.00 $ 23,750.00 250 $ 95.00 $ 23,750.00 WW156 Point Repair 12"Wastewater Line(:10'-14'Depth)(15 LF Min) LF 250 $ 100.00 $ 25,000.00 250 $ 100.00 $ 25,000.00 250 $ 100.00 $ 25,000.00 WW157 Point Repair 12"Wastewater Line(:14'-18'Depth)(15 LF Min) LF 250 $ 105.00 $ 26,250.00 250 $ 105.00 $ 26,250.00 250 $ 105.00 $ 26,250.00 WW158 Point Repair 12"Wastewater Line X18'Depth)(15 LF Min) LF 250 $ 110.00 $ 27,500.00 250 $ 110.00 $ 27,500.00 250 $ 110.00 $ 27,500.00 WW159 Point Repair 15"Wastewater Line(0'-6'Depth)(15 LF Min) LF 150 $ 95.00 $ 14,250.00 150 $ 95.00 $ 14,250.00 150 $ 95.00 $ 14,250.00 WW160 Point Repair 15"Wastewater Line(6'-10'Depth)(15 LF Min) LF 150 $ 100.00 $ 15,000.00 150 $ 100.00 $ 15,000.00 150 $ 100.00 $ 15,000.00 WW161 Point Repair 15"Wastewater Line(:10'-14'Depth)(15 LF Min) LF 150 $ 105.00 $ 15,750.00 150 $ 105.00 $ 15,750.00 150 $ 105.00 $ 15,750.00 WW162 Point Repair 15"Wastewater Line(:14'-18'Depth)(15 LF Min) LF 150 $ 110.00 $ 16,500.00 150 $ 110.00 $ 16,500.00 150 $ 110.00 $ 16,500.00 WW163 Point Repair 15"Wastewater Line(:14'-18'Depth)(15 LF Min) LF 150 $ 115.00 $ 17250.00 150 $ 115.00 $ 17,250.00 150 $ 115.00 $ 17,250.00 WW164 Point Repair 18"Wastewater Line(0'-6'Depth)(15 LF Min) LF 150 $ 120.00 $ 18,000.00 150 $ 120.00 $ 18,000.00 150 $ 120.00 $ 18,000.00 WW165 Point Repair 18"Wastewater Line '-10'Depth) 15 LF Min LF 150 $ 130.00 $ 19,500.00 150 $ 130.00 $ 19,500.00 150 $ 130.00 $ 19,500.00 WW166 Point Repair 18"Wastewater Line(:10'-14'Depth)(15 LF Min) LF 150 $ 140.00 $ 21,000.00 150 $ 140.00 $ 21,000.00 150 $ 140.00 $ 21,000.00 WW167 Point Repair 18"Wastewater Line(:14'-18'Depth)(15 LF Min) LF 150 $ 150.00 $ 22,500.00 150 $ 150.00 $ 22,500.00 150 $ 150.00 $ 22,500.00 WW168 Point Repair 18"Wastewater Line X18'Depth)(15 LF Min) LF 150 $ 160.00 $ 24,000.00 150 $ 160.00 $ 24,000.00 150 $ 160.00 $ 24,000.00 WW169 Point Repair 24"Wastewater Line(0'-6'Depth)(15 LF Min) LF 150 $ 140.00 $ 21,000.00 150 $ 140.00 $ 21,000.00 150 $ 140.00 $ 21,000.00 WW170 Point Re air 24"Wastewater Line '-10'Depth) 15 LF Min LF 150 $ 150.00 $ 22,500.00 150 $ 150.00 $ 22,500.00 150 $ 150.00 $ 22,500.00 WW171 Point Repair 24"Wastewater Line(:10'-14'Depth)(15 LF Min) LF 150 $ 160.00 $ 24,000.00 150 $ 160.00 $ 24,000.00 150 $ 160.00 $ 24,000.00 WW172 Point Repair 24"Wastewater Line(:14'-18'Depth)(15 LF Min) LF 150 $ 170.00 $ 25,500.00 150 $ 170.00 $ 25,500.00 150 $ 170.00 $ 25,500.00 WW173 Point Repair 24"Wastewater Line X18'Depth)(15 LF Min) LF 150 $ 180.00 $ 27,000.00 150 $ 180.00 $ 27,000.00 150 $ 180.00 $ 27,000.00 WW174 Point Repair 30"Wastewater Line(0'-6'Depth)(15 LF Min) LF 150 $ 150.00 $ 22,500.00 1 150 $ 150.00 $ 22,500.00 150 $ 150.00 $ 22,500.00 "Line Item Unit Prices reflect original bid item 'Line Item Unit Prices include a 0.0%increase 'Line Item Unit Prices include a 0.0%increase unit prices at time of award from E16255 Years 1&2(except WW1) from E17085 Year 3(except WW1) Project: E16255 Project: E17085 Project: 18090A Renewal: n/a Renewal: 1 Renewal: 2 Year: 1&2 Year: 3 Year: 4 Price Increase: 0.00% Price Increase: 0.00% Price Increase: 0.00% ITEM NO ITEM DESCRIPTION UNIT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT UNIT PRICE UNIT PRICE UNIT PRICE WW175 Point Repair 30"Wastewater Line(6'-10'Depth)(15 LF Min) LF 150 $ 160.00 $ 24,000.00 150 $ 160.00 $ 24,000.00 150 $ 160.00 $ 24,000.00 WW176 Point Repair 30"Wastewater Line(:10'-14'Depth)(15 LF Min) LF 150 $ 170.00 $ 25,500.00 150 $ 170.00 $ 25,500.00 150 $ 170.00 $ 25,500.00 WW177 Point Repair 30"Wastewater Line(:14'-18'Depth)(15 LF Min) LF 150 $ 180.00 $ 27,000.00 150 $ 180.00 $ 27,000.00 150 $ 180.00 $ 27,000.00 WW178 Point Repair 30"Wastewater Line X18'Depth)(15 LF Min) LF 150 $ 190.00 $ 28,500.00 150 $ 190.00 $ 28,500.00 150 $ 190.00 $ 28,500.00 WW179 Point Repair 36"Wastewater Line '-6'Depth) 15 LF Min LF 100 $ 175.00 $ 17,500.00 100 $ 175.00 $ 17,500.00 100 $ 175.00 $ 17,500.00 WW180 Point Repair 36"Wastewater Line(6'-10'Depth)(15 LF Min) LF 100 $ 185.00 $ 18,500.00 100 $ 185.00 $ 18,500.00 100 $ 185.00 $ 18,500.00 WW181 Point Repair 36"Wastewater Line(:10'-14'Depth)(15 LF Min) LF 100 $ 195.00 $ 19,500.00 100 $ 195.00 $ 19,500.00 100 $ 195.00 $ 19,500.00 WW182 Point Repair 36"Wastewater Line X18'Depth)(15 LF Min) LF 100 $ 225.00 $ 22,500.00 100 $ 225.00 $ 22,500.00 100 $ 225.00 $ 22,500.00 WW183 Point Repair 36"Wastewater Line X18'Depth)(15 LF Min) LF 100 $ 225.00 $ 22,500.00 100 $ 225.00 $ 22,500.00 100 $ 225.00 $ 22,500.00 WW184 Excavation Safety for Wastewater Line Point Repair All Line Sizes&Depths) LF 1000 $ 75.00 $ 75,000.00 1000 $ 75.00 $ 75,000.00 1000 $ 75.00 $ 75,000.00 WW185 Obstruction Removal by Remote Device EA 3 $ 400.00 $ 1,200.00 3 $ 400.00 $ 1,200.00 3 $ 400.00 $ 1,200.00 WW186 Obstruction Removal by Excavation(0'-6'Depth) EA 5 $ 250.00 $ 1,250.00 5 $ 250.00 $ 1,250.00 5 $ 250.00 $ 1,250.00 WW187 Obstruction Removal by Excavation(6'-10'Depth) EA 5 $ 275.00 $ 1,375.00 5 $ 275.00 $ 1,375.00 5 $ 275.00 $ 1,375.00 WW188 Obstruction Removal by Excavation(10'-14'Depth) EA 5 $ 300.00 $ 1,500.00 5 $ 300.00 $ 1,500.00 5 $ 300.00 $ 1,500.00 WW189 Obstruction Removal by Excavation 14'-18'Depth) EA 5 $ 325.00 $ 1,625.00 5 $ 325.00 $ 1,625.00 5 $ 325.00 $ 1,625.00 WW190 Obstruction Removal by Excavation(>18'Depth) EA 5 $ 350.00 $ 1,750.00 5 $ 350.00 $ 1,750.00 5 $ 350.00 $ 1,750.00 WW191 Service Lateral Replacement(0'-6'Depth Main,lhcludes Clean Out,Boot,coupling LF 100 $ 90.00 $ 9,000.00 100 $ 90.00 $ 9,000.00 100 $ 90.00 $ 9,000.00 WW192 Service Lateral Replacement(6'-10'Depth Main,lhcludes Clean Out,Boot,couplin LF 100 $ 100.00 $ 10,000.00 100 $ 100.00 $ 10,000.00 100 $ 100.00 $ 10,000.00 WW193 Service Lateral Replacement(10'-14'Depth Main,lncludes Clean Out,Boot,coupl LF 100 $ 115.00 $ 11,500.00 100 $ 115.00 $ 11,500.00 100 $ 115.00 $ 11,500.00 WW194 Service Lateral Replacement 14'-18'Depth Main,lhcludes Clean Out,Boot,cou li LF 100 $ 150.00 $ 15,000.00 100 $ 150.00 $ 15,000.00 100 $ 150.00 $ 15,000.00 WW195 Service Lateral Replacement(>18'Depth Main,[hcludes Clean Out,Boot,coupling, LF 100 $ 190.00 $ 19,000.00 100 $ 190.00 $ 19,000.00 100 $ 190.00 $ 19,000.00 WW196 Well Pointingfor Line Work,Manhole,or Point Repair(Per LF of Trench)(0'-6'Depi LF 250 $ 300.00 $ 75,000.00 250 $ 300.00 $ 75,000.00 250 $ 300.00 $ 75,000.00 WW197 Well Pointingfor Line Work,Manhole,or Point Repair(Per LF of Trench)(6'-10'Del LF 250 $ 300.00 $ 75,000.00 250 $ 300.00 $ 75,000.00 250 $ 300.00 $ 75,000.00 WW198 Well Pointingfor Line Work,Manhole,or Point Repair(Per LF of Trench)&:10'-14'D LF 250 $ 300.00 $ 75,000.00 250 $ 300.00 $ 75,000.00 250 $ 300.00 $ 75,000.00 WW199 Well Pointingfor Line Work,Manhole,or Point Repair(Per LF of Trench)&:14'-18'D LF 250 $ 300.00 $ 75,000.00 250 $ 300.00 $ 75,000.00 250 $ 300.00 $ 75,000.00 WW200 Well Pointingfor Line Work,Manhole,or Point Repair(Per LF of Trench)X18'Dept LF 250 $ 300.00 $ 75,000.00 250 $ 300.00 $ 75,000.00 250 $ 300.00 $ 75,000.00 WW201 Remove&Replace 4''PVC Wastewater Forcemain(54'Depth) LF 100 $ 100.00 $ 10,000.00 100 $ 100.00 $ 10,000.00 100 $ 100.00 $ 10,000.00 WW202 Remove&Replace 6''PVC Wastewater Forcemain(54'Depth) LF 100 $ 105.00 $ 10,500.00 100 $ 105.00 $ 10,500.00 100 $ 105.00 $ 10,500.00 WW203 Remove&Replace 8''PVC Wastewater Forcemain(54'Depth) LF 100 $ 115.00 $ 11,500.00 100 $ 115.00 $ 11,500.00 100 $ 115.00 $ 11,500.00 WW204 Remove&Replace 10''PVC Wastewater Forcemain(54'Depth) LF 100 $ 130.00 $ 13,000.00 100 $ 130.00 $ 13,000.00 100 $ 130.00 $ 13,000.00 WW205 Remove&Replace 12''PVC Wastewater Forcemain(54'Depth) LF 100 $ 140.00 $ 14,000.00 100 $ 140.00 $ 14,000.00 100 $ 140.00 $ 14,000.00 WW206 Remove&Replace 14''PVC Wastewater Forcemain(54'Depth) LF 50 $ 165.00 $ 8,250.00 50 $ 165.00 $ 8,250.00 50 $ 165.00 $ 8,250.00 WW207 Remove&Replace 18''PVC Wastewater Forcemain(54'Depth) LF 50 $ 200.00 $ 10,000.00 50 $ 200.00 $ 10,000.00 50 $ 200.00 $ 10,000.00 WW208 Remove&Replace 20''PVC Wastewater Forcemain(54'Depth) LF 50 $ 235.00 $ 11,750.00 50 $ 235.00 $ 11,750.00 50 $ 235.00 $ 11,750.00 WW209 Remove&Replace 24''PVC Wastewater Forcemain(54'Depth) LF 50 $ 280.00 $ 14,000.00 50 $ 280.00 $ 14,000.00 50 $ 280.00 $ 14,000.00 WW210 Remove&Replace 30''PVC Wastewater Forcemain(54'Depth) LF 50 $ 360.00 $ 18,000.00 50 $ 360.00 $ 18,000.00 50 $ 360.00 $ 18,000.00 WW211 Excavation Safety for Forcemain(All Line Sizes) LF 750 $ 25.00 $ 18,750.00 750 $ 25.00 $ 18,750.00 750 $ 25.00 $ 18,750.00 WW212 Control of Wastewater Flows with Bypass Pumping(Lines 58") DAY 10 $ 1,500.00 $ 15,000.00 10 $ 1,500.00 $ 15,000.00 10 $ 1,500.00 $ 15,000.00 WW213 Bypass Force Main for Control of 1_8"Wastewater Flows LF 500 $ 25.00 $ 12,500.00 500 $ 25.00 $ 12,500.00 500 $ 25.00 $ 12,500.00 WW214 Control of Wastewater Flows with Bypass Pumping&:10"-12"Lines) DAY 10 $ 1,500.00 $ 15,000.00 10 $ 1,500.00 $ 15,000.00 10 $ 1,500.00 $ 15,000.00 WW215 Bypass Force Main for Control of 10''-12"Wastewater Flows LF 500 $ 25.00 $ 12,500.00 500 $ 25.00 $ 12,500.00 500 $ 25.00 $ 12,500.00 WW216 Control of Wastewater Flows with Bypass Pumping(15"-18"Lines) DAY 10 $ 1,500.00 $ 15,000.00 10 $ 1,500.00 $ 15,000.00 10 $ 1,500.00 $ 15,000.00 WW217 Bypass Force Main for Control of 15''-18"Wastewater Flows LF 500 $ 25.00 $ 12,500.00 500 $ 25.00 $ 12,500.00 500 $ 25.00 $ 12,500.00 WW218 Control of Wastewater Flows with Bypass Pumping(24"Lines) DAY 10 $ 2,000.00 $ 20,000.00 10 $ 2,000.00 $ 20,000.00 10 $ 2,000.00 $ 20,000.00 WW219 Bypass Force Main for Control of 24"Wastewater Flows LF 500 $ 35.00 $ 17,500.00 500 $ 35.00 $ 17,500.00 500 $ 35.00 $ 17,500.00 WW220 Control of Wastewater Flows with Bypass Pumping(30"Lines) DAY 10 $ 2,000.00 $ 20,000.00 10 $ 2,000.00 $ 20,000.00 10 $ 2,000.00 $ 20,000.00 WW221 Bypass Force Main for Control of 30"Wastewater Flows LF 500 $ 35.00 $ 17,500.00 500 $ 35.00 $ 17,500.00 500 $ 35.00 $ 17,500.00 WW222 Control of Wastewater Flows with Bypass Pumping(36"Lines) DAY 10 $ 3,200.00 $ 32,000.00 10 $ 3,200.00 $ 32,000.00 10 $ 3,200.00 $ 32,000.00 WW223 Bypass Force Main for Control of 36"Wastewater Flows LF 500 $ 40.00 $ 20,000.00 500 $ 40.00 $ 20,000.00 500 $ 40.00 $ 20,000.00 WW224 Furnish Vacuum Truck(Tandem) DAY 10 $ 500.00 $ 5,000.00 10 $ 500.00 $ 5,000.00 10 $ 500.00 $ 5,000.00 WW225 Furnish Vacuum Truck(Tanker) DAY 10 $ 500.00 $ 5,000.00 10 $ 500.00 $ 5,000.00 10 $ 500.00 $ 5,000.00 WW226 Plugs and/or Flow-thru Plugs IS 8'') DAY 75 $ 55.00 $ 4,125.00 75 $ 55.00 $ 4,125.00 75 $ 55.00 $ 4,125.00 WW227 Plugs and/or Flow-thru Plugs(10'') DAY 75 $ 60.00 $ 4,500.00 75 $ 60.00 $ 4,500.00 75 $ 60.00 $ 4,500.00 WW228 Plu and/or Flow-thru Plus 12'' DAY 75 $ 65.00 $ 4,875.00 75 $ 65.00 $ 4,875.00 75 $ 65.00 $ 4,875.00 WW229 Plugs and/or Flow-thru Plugs(14'') DAY 75 $ 70.00 $ 5,250.00 75 $ 70.00 $ 5,250.00 75 $ 70.00 $ 5,250.00 WW230 Plugs and/or Flow-thru Plugs(15'') DAY 50 $ 75.00 $ 3,750.00 50 $ 75.00 $ 3,750.00 50 $ 75.00 $ 3,750.00 WW231 Plugs and/or Flow-thru Plugs(18'') DAY 50 $ 80.00 $ 4,000.00 50 $ 80.00 $ 4,000.00 50 $ 80.00 $ 4,000.00 WW232 Plugs and/or Flow-thru Plugs(20'') DAY 50 $ 100.00 $ 5,000.00 50 $ 100.00 $ 5,000.00 50 $ 100.00 $ 5,000.00 "Line Item Unit Prices reflect original bid item 'Line Item Unit Prices include a 0.0%increase 'Line Item Unit Prices include a 0.0%increase unit prices at time of award from E16255 Years 1&2(except WW1) from E17085 Year 3(except WW1) Project: E16255 Project: E17085 Project: 18090A Renewal: n/a Renewal: 1 Renewal: 2 Year: 1&2 Year: 3 Year: 4 Price Increase: 0.00% Price Increase: 0.00% Price Increase: 0.00% ITEM NO ITEM DESCRIPTION UNIT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT UNIT PRICE UNIT PRICE UNIT PRICE WW233 Plugs and/or Flow-thru Plugs(30'') DAY 25 $ 140.00 $ 3,500.00 25 $ 140.00 $ 3,500.00 25 $ 140.00 $ 3,500.00 WW234 Plugs and/or Flow-thru Plugs(36'') DAY 25 $ 170.00 $ 4,250.00 25 $ 170.00 $ 4,250.00 25 $ 170.00 $ 4,250.00 WW235 PRE CCTV-Clean&Televise Wastewater Lines(Lines 58") LF 2000 $ 6.00 $ 12,000.00 2000 $ 6.00 $ 12,000.00 2000 $ 6.00 $ 12,000.00 WW236 POST CCTV-Televise Wastewater Lines(Unes 58") LF 3500 $ 2.50 $ 8,750.00 3500 $ 2.50 $ 8,750.00 3500 $ 2.50 $ 8,750.00 WW237 PRE CCTV-Clean&Televise Wastewater Lines 10"-12"Lines LF 4000 $ 6.50 $ 26,000.00 4000 $ 6.50 $ 26,000.00 4000 $ 6.50 $ 26,000.00 WW238 POST CCTV-Televise Wastewater Lines(10"-12"Lines) LF 6800 $ 2.50 $ 17,000.00 6800 $ 2.50 $ 17,000.00 6800 $ 2.50 $ 17,000.00 WW239 PRE CCTV-Clean&Televise Wastewater Lines(15"-18"Lines) LF 3500 $ 9.25 $ 32,375.00 3500 $ 9.25 $ 32,375.00 3500 $ 9.25 $ 32,375.00 WW240 POST CCTV-Televise Wastewater Lines OL5"-18"Lines) LF 5050 $ 2.25 $ 11,362.50 5050 $ 2.25 $ 11,362.50 5050 $ 2.25 $ 11,362.50 WW241 PRE CCTV-Clean&Televise Wastewater Lines(24"Lines) LF 1500 $ 14.50 $ 21,750.00 1500 $ 14.50 $ 21,750.00 1500 $ 14.50 $ 21,750.00 WW242 POST CCTV-Televise Wastewater Lines 4"Lines LF 2150 $ 2.25 $ 4,837.50 2150 $ 2.25 $ 4,837.50 2150 $ 2.25 $ 4,837.50 WW243 PRE CCTV-Clean&Televise Wastewater Lines(30"Lines) LF 1500 $ 22.00 $ 33,000.00 1500 $ 22.00 $ 33,000.00 1500 $ 22.00 $ 33,000.00 WW244 POST CCTV-Televise Wastewater Lines(30"Lines) LF 2150 $ 2.25 $ 4,837.50 2150 $ 2.25 $ 4,837.50 2150 $ 2.25 $ 4,837.50 WW245 PRE CCTV-Clean&Televise Wastewater Lines(36"Lines) LF 1500 $ 30.00 $ 45,000.00 1500 $ 30.00 $ 47000.00 1500 $ 30.00 $ 45,000.00 WW246 POST CCTV-Televise Wastewater Lines(36"Lines) LF 1600 $ 2.25 $ 3,600.00 1600 $ 2.25 $ 3,600.00 1600 $ 2.25 $ 3,600.00 WW247 CCTV Reverse Set-up Unable to Traverse Line on Initial Set-up) EA 15 $ 1,000.00 $ 15,000.00 15 $ 1,000.00 $ 15,000.00 15 $ 1,000.00 $ 15,000.00 WW248 CCTV Set-ups EA 30 $ 25.00 $ 750.00 30 $ 25.00 $ 750.00 30 $ 25.00 $ 750.00 WW249 Clean&CCTV Manhole/Manhole Inspection EA 25 $ 425.00 $ 10,625.00 25 $ 425.00 $ 10,625.00 25 $ 425.00 $ 10,625.00 WW250 DIP(<8")Fittings(Includes necessary gaskets,bolts,MJ joints,and all fitting appurt EA 10 $ 400.00 $ 4,000.00 10 $ 400.00 $ 4,000.00 10 $ 400.00 $ 4,000.00 WW251 DIP(10" 12")Fittings(Includes necessary gaskets,bolts,MJ joints,and all fitting EA 10 $ 900.00 $ 9,000.00 10 $ 900.00 $ 9,000.00 10 $ 900.00 $ 9,000.00 WW252 DIP 15" 18'' Fittings Includes necessary gaskets,bolts,MJ joints,and all fitting a EA 10 $ 1,400.00 $ 14,000.00 10 $ 1,400.00 $ 14,000.00 10 $ 1,400.00 $ 14,000.00 WW253 DIP(21"-24")Fittings(Includes necessary gaskets,bolts,MJ joints,and all fitting EA 10 $ 1,800.00 $ 18,000.00 10 $ 1,800.00 $ 18,000.00 10 $ 1,800.00 $ 18,000.00 WW254 DIP(30"-36")Fittings(Includes necessary gaskets,bolts,MJ joints,and all fitting EA 10 $ 3,800.00 $ 38,000.00 10 $ 3,800.00 $ 38,000.00 10 $ 3,800.00 $ 38,000.00 WW255 (58")Mechanically Restrained Coupling Adapters&associated hardware(Mega lui 25 $ 650.00 $ 16,250.00 25 $ 650.00 $ 16,250.00 25 $ 650.00 $ 16,250.00 WW256 (10"-12")Mechanically Restrained Coupling Adapters&associated hardware(Mej EA 25 $ 1,250.00 $ 31,250.00 25 $ 1,250.00 $ 31,250.00 25 $ 1,250.00 $ 31,250.00 WW257 (15"-18")Mechanically Restrained Coupling Adapters&associated hardware(Me EA 25 $ 2,400.00 $ 60,000.00 25 $ 2,400.00 $ 60,000.00 25 $ 2,400.00 $ 60,000.00 WW258 (21"-24")Mechanically Restrained Coupling Adapters&associated hardware(Mei EA 25 $ 3,000.00 $ 75,000.00 25 $ 3,000.00 $ 75,000.00 25 $ 3,000.00 $ 75,000.00 WW259 (30"-36")Mechanically Restrained Coupling Adapters&associated hardware(Me EA 25 $ 6,500.00 $ 162,500.00 25 $ 6,500.00 $ 162,500.00 25 $ 6,500.00 $ 162,500.00 WW260 1_8"Steel Casing Pipe LF 75 $ 60.00 $ 4,500.00 75 $ 60.00 $ 4,500.00 75 $ 60.00 $ 4,500.00 WW261 12"Steel Casing Pipe LF 75 $ 70.00 $ 5,250.00 75 $ 70.00 $ 5,250.00 75 $ 70.00 $ 5,250.00 WW262 18"Steel Casing Pipe LF 75 $ 90.00 $ 6,750.00 75 $ 90.00 $ 6,750.00 75 $ 90.00 $ 6,750.00 WW263 24"Steel Casing Pipe LF 50 $ 140.00 $ 7,000.00 50 $ 140.00 $ 7,000.00 50 $ 140.00 $ 7,000.00 WW264 30"Steel Casing Pipe LF 50 $ 225.00 $ 11,250.00 50 $ 225.00 $ 11,250.00 50 $ 225.00 $ 11,250.00 WW265 36"Steel Casing Pipe LF 50 $ 250.00 $ 12,500.00 50 $ 250.00 $ 12,500.00 50 $ 250.00 $ 12,500.00 WW266 Remove Existing Wastewater Manhole(All sizes) EA 50 $ 2,200.00 $ 110,000.00 50 $ 2,200.00 $ 110,000.00 50 $ 2,200.00 $ 110,000.00 WW267 Replace 4 f Dia.Wastewater Manhole(0'-6'Depth) EA 40 $ 3,400.00 $ 136,000.00 40 $ 3,400.00 $ 136,000.00 40 $ 3,400.00 $ 136,000.00 WW268 Extra Depth for 4 f Dia Wastewater Manhole(Over 6'Depth) VF 60 $ 225.00 $ 13,500.00 60 $ 225.00 $ 13,500.00 60 $ 225.00 $ 13,500.00 WW269 Replace 5 f Dia Wastewater Manhole(D'-6'Depth) EA 5 $ 4,500.00 $ 22,500.00 5 $ 4,500.00 $ 22,500.00 5 $ 4,500.00 $ 22,500.00 WW270 Extra Depth for 5 f Dia Wastewater Manhole(Over 6'Depth) VF 10 $ 335.00 $ 3,350.00 10 $ 335.00 $ 3,350.00 10 $ 335.00 $ 3,350.00 WW271 Replace 6 f Dia Wastewater Manhole(D'-6'Depth) EA 5 $ 6,000.00 $ 30,000.00 5 $ 6,000.00 $ 30,000.00 5 $ 6,000.00 $ 30,000.00 WW272 Extra Depth for 6 f Dia Wastewater Manhole(Over 6'Depth) VF 10 $ 400.00 $ 4,000.00 10 $ 400.00 $ 4,000.00 10 $ 400.00 $ 4,000.00 WW273 4 f Dia Polymer System Manhole Rehab(D'-6'Depth) EA 100 $ 1,550.00 $ 155,000.00 100 $ 1,550.00 $ 155,000.00 100 $ 1,550.00 $ 155,000.00 WW274 Extra Depth for 4 f Dia.Polymer System Manhole Rehab(Over 6'Depth) VF 1 130 $ 240.00 $ 31,200.00 130 $ 240.00 $ 31,200.00 130 $ 240.00 $ 31,200.00 WW275 5 f Dia Polymer System Manhole Rehab(D'-6'Depth) EA 10 $ 1,950.00 $ 19,500.00 10 $ 1,950.00 $ 19,500.00 10 $ 1,950.00 $ 19,500.00 WW276 Extra Depth for 5 f Dia.Polymer System Manhole Rehab(Over 6'Depth) VF 20 $ 270.00 $ 5,400.00 20 $ 270.00 $ 5,400.00 20 $ 270.00 $ 5,400.00 WW277 6 f Dia Polymer System Manhole Rehab(D'-6'Depth) EA 5 $ 2,250.00 $ 11,250.00 5 $ 2,250.00 $ 11,250.00 5 $ 2,250.00 $ 11,250.00 WW278 Extra Depth for 6 f Dia.Polymer System Manhole Rehab(Ove76'Depth) VF 10 $ 300.00 $ 3,000.00 10 $ 300.00 $ 3,000.00 10 $ 300.00 $ 3,000.00 WW279 4 f Dia Wastewater Manhole FRP Rehab(D'-6'Depth) EA 50 $ 3,500.00 $ 175,000.00 50 $ 3,500.00 $ 175,000.00 50 $ 3,500.00 $ 175,000.00 WW280 Extra Depth for 4 f Dia.Wastewater Manhole FRP Rehab.(Over 6'Depth) VF 80 $ 300.00 $ 24,000.00 80 $ 300.00 $ 24,000.00 80 $ 300.00 $ 24,000.00 WW281 5 f Dia Wastewater Manhole FRP Rehab '-6'Depth) EA 10 $ 5,000.00 $ 50,000.00 10 $ 5,000.00 $ 50,000.00 10 $ 5,000.00 $ 50,000.00 WW282 Extra Depth for 5 f Dia.Wastewater Manhole FRP Rehab.(Over 6'Depth) VF 20 $ 525.00 $ 10,500.00 20 $ 525.00 $ 10,500.00 20 $ 525.00 $ 10,500.00 WW283 6 ft Dia Wastewater Manhole FRP Rehab(0'-6'Depth) EA 5 $ 6,000.00 $ 30,000.00 5 $ 6,000.00 $ 30,000.00 5 $ 6,000.00 $ 30,000.00 WW284 Extra Depth for 6 f Dia.Wastewater Manhole FRP Rehab.(Over 6'Depth) VF 10 $ 675.00 $ 6,750.00 10 $ 675.00 $ 6,750.00 10 $ 675.00 $ 6,750.00 WW285 Excavation Safety for Wastewater Man holes(0'-6'Depth) EA 115 $ 50.00 $ 5,750.00 115 $ 50.00 $ 51750.00 115 $ 50.00 $ 5,750.00 WW286 Extra Depth for Excavation Safety for Wastewater Manholes, 'Depth) VF 150 $ 200.00 $ 30,000.00 150 $ 200.00 $ 30,000.00 150 $ 200.00 $ 30,000.00 WW287 Manhole Connections IS 8') EA 200 $ 175.00 $ 35,000.00 200 $ 175.00 $ 35,000.00 200 $ 175.00 $ 35,000.00 WW288 Manhole Connections(10'' 12') EA 50 $ 225.00 $ 11,250.00 50 $ 225.00 $ 11,250.00 50 $ 225.00 $ 11,250.00 WW289 Manhole Connections(15'' 18') EA 20 $ 350.00 $ 7,000.00 20 $ 350.00 $ 7,000.00 20 $ 350.00 $ 7,000.00 WW290 Manhole Connections(21'' 24") EA 10 $ 350.00 $ 3,500.00 10 $ 350.00 $ 3,500.00 10 IS 350.00 $ 3,500.00 "Line Item Unit Prices reflect original bid item 'Line Item Unit Prices include a 0.0%increase 'Line Item Unit Prices include a 0.0%increase unit prices at time of award from E16255 Years 1&2(except WW1) from E17085 Year 3(except WW1) Project: E16255 Project: E17085 Project: 18090A Renewal: n/a Renewal: 1 Renewal: 2 Year: 1&2 Year: 3 Year: 4 Price Increase: 0.00% Price Increase: 0.00% Price Increase: 0.00% ITEM NO ITEM DESCRIPTION UNIT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT UNIT PRICE UNIT PRICE UNIT PRICE WW291 Manhole Connections(30''-36'') EA 10 $ 450.00 $ 4,500.00 10 $ 450.00 $ 4,500.00 10 $ 450.00 $ 4,500.00 WW292 Remove&Replace 30''Manhole Ring&Coverpncludes S.S.inflow inhibitor and ne EA 10 $ 950.00 $ 9,500.00 10 $ 950.00 $ 9,500.00 10 $ 950.00 $ 9,500.00 WW293 Remove&Replace 36''Manhole Ring&Coverpncludes S.S.inflow inhibitor and ne EA 10 $ 1,200.00 $ 12,000.00 10 $ 1,200.00 $ 12,000.00 10 $ 1,200.00 $ 12,000.00 WW294 Reconstruct Manhole Top Corbel(Any Size) EA 10 $ 1,500.00 $ 15,000.00 10 $ 1,500.00 $ 15,000.00 10 $ 1,500.00 $ 15,000.00 WW295 Reconstruct Manhole Bench&Inverts as per specifications EA 10 $ 500.00 $ 5,000.00 10 $ 500.00 $ 5,000.00 10 $ 500.00 $ 5,000.00 WW296 Cement Stabilized Sand Backfill(1.5 sacks of cement per ICY ofsand) TON 1000 $ 50.00 $ 50,000.00 1000 $ 50.00 $ 50,000.00 1000 $ 50.00 $ 50,000.00 WW297 Cut&Restore HMAC Pave me nt(I ncludes Base&Prime Coat) SY 1000 $ 82.00 $ 82,000.00 1000 $ 82.00 $ 82,000.00 1000 $ 82.00 $ 82,000.00 WW298 Additional HMAC Pavement Thickness(01/2''per SY) SY 500 $ 12.00 $ 6,000.00 500 $ 12.00 $ 6,000.00 500 $ 12.00 $ 6,000.00 WW299 Additional Limestone Base Thickness OP per SY) SY 500 $ 5.00 $ 2,500.00 500 $ 5.00 $ 2,500.00 500 $ 5.00 $ 2,500.00 WW300 Select Backfill Material Cy- 1000 $ 4.00 $ 4,000.00 1000 $ 4.00 $ 4,000.00 1000 $ 4.00 $ 4,000.00 WW301 Flowable Backfill Cy- 500 $ 120.00 $ 60,000.00 500 $ 120.00 $ 60,000.00 500 $ 120.00 $ 60,000.00 WW302 Cut&Restore Concrete Pavementpncludes Base) SY 250 $ 110.00 $ 27,500.00 250 $ 110.00 $ 27,500.00 250 $ 110.00 $ 27,500.00 WW303 Additional Concrete Pavement Thickness(1'per SY) SY 100 $ 20.00 $ 2,000.00 100 $ 20.00 $ 2,000.00 100 $ 20.00 $ 2,000.00 WW304 Signing&Traffic Control(Detail A) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW305 Sienine&Traffic Control(Detail B) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW306 Signing&Traffic Control(Detail C) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW307 Signing&Traffic Control(Detail D) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW308 Signing&Traffic Control(Detail E) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW309 Signing&Traffic Control(Detail F) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW310 Signing&Traffic Control(Detail G) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW311 Signing&Traffic Control(Detail H) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW312 Signing&Traffic Control(Detail l) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW313 Signing&Traffic Control(Detail J) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW314 Signing&Traffic Control(Detail K) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW315 Signing&Traffic Control(Detail L) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW316 Signing&Traffic Control(Detail M) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW317 Signing&Traffic Control(Detail N) DAY 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 15 $ 500.00 $ 7,500.00 WW318 Portable Changeable Message Signs(PCMS) DAY 25 $ 250.00 $ 6,250.00 25 $ 250.00 $ 6,250.00 25 $ 250.00 $ 6,250.00 WW319 Flashing Arrow Boards DAY 25 $ 250.00 $ 6,250.00 25 $ 250.00 $ 6,250.00 25 $ 250.00 $ 6,250.00 WW320 Flagger,Complete in Place Per 24-hour Period DAY 10 $ 750.00 $ 7,500.00 10 $ 750.00 $ 7,500.00 10 $ 750.00 $ 7,500.00 WW321 Removal&Replacement of Chain link Fencing LF 250 $ 25.00 $ 6,250.00 250 $ 25.00 $ 6,250.00 250 $ 25.00 $ 6,250.00 WW322 Removal&Replacement of Wood Fencing LF 250 $ 25.00 $ 6,250.00 250 $ 25.00 $ 6,250.00 250 $ 25.00 $ 6,250.00 WW323 Temporary Construction Entrance/Exit-All Weather Access Road EA 5 $ 500.00 $ 2,500.00 5 $ 500.00 $ 2,500.00 5 $ 500.00 $ 2,500.00 WW324 Tree Removal(Up to 8''Dia.Trunk) EA 5 $ 500.00 $ 2,500.00 5 $ 500.00 $ 2,500.00 5 $ 500.00 $ 2,500.00 WW325 Tree Removal(Greater Than 8''Dia.Trunk) EA 5 $ 750.00 $ 3,750.00 5 $ 750.00 $ 3,750.00 5 $ 750.00 $ 3,750.00 WW326 Erosion Control-Sodding SY 250 $ 4.00 $ 1,000.00 250 $ 4.00 $ 1,000.00 250 $ 4.00 $ 1,000.00 WW327 Erosion Control-Seeding SY 250 $ 2.00 $ 500.00 250 $ 2.00 $ 500.00 250 $ 2.00 $ 500.00 WW328 Erosion Control-Temporary Sediment Control Fence(Silt Fence and/or Silt Barriel LF 1500 $ 1.00 $ 1,500.00 1500 $ 1.00 $ 1,500.00 1500 $ 1.00 $ 1,500.00 WW329 Inlet Protection EA 25 $ 60.00 $ 1,500.00 25 $ 60.00 $ 1,500.00 25 $ 60.00 $ 1,500.00 WW330 Remove and Replace Driveway SF 750 $ 16.00 $ 12,000.00 750 $ 16.00 $ 12,000.00 750 $ 16.00 $ 12,000.00 WW331 Remove and Replace Sidewalk SF 1000 $ 12.00 $ 12,000.00 1000 $ 12.00 $ 12,000.00 1000 $ 12.00 $ 12,000.00 WW332 Remove and Replace Curb and Gutter or Valley Gutter LF 500 $ 20.00 $ 10,000.00 500 $ 20.00 $ 10,000.00 500 $ 20.00 $ 10,000.00 WW333 Remove and Replace Curb Ramp EA5 $ 1,750.00 $ 8,750.00 5 $ 1,750.00 $ 8,750.00 5 $ 1,750.00 $ 8,750.00 WW334 Grout Fill&Abandon in place CY 100 $ 200.00 $ 20,000.00 100 $ 200.00 $ 20,000.00 100 $ 200.00 $ 20,000.00 WW335 Remove,Relocate,and Reinstall Mail Box EA 5 $ 50.00 $ 250.00 5 $ 50.00 $ 250.00 5 $ 50.00 $ 250.00 WW336 Site Clearing and Stripping AC 1 $ 2,500.00 $ 2,500.00 1 $ 2,500.00 $ 2,500.00 1 $ 2,500.00 $ 2,500.00 WW337 Disposal of Contaminated Groundwater,Allowance per lump-sum LS 1 $ 10,000.00 $ 10,000.00 1 $ 10,000.00 $ 10,000.00 1 $ 10,000.00 $ 10,000.00 WW338 Preparation and Implementation of a Traffic Control Plan Allowance per lump-su LS 1 $ 5,000.00 $ 5,000.00 1 $ 5,000.00 $ 5,000.00 1 $ 5,000.00 $ 5,000.00 "Line Item Unit Prices reflect original bid item 'Line Item Unit Prices include a 0.0%increase 'Line Item Unit Prices include a 0.0%increase unit prices at time of award from E16255 Years 1&2(except WW1) from E17085 Year 3(except WW1) Project: E16255 Project: E17085 Project: 18090A Renewal: n/a Renewal: 1 Renewal: 2 Year: 1&2 Year: 3 Year: 4 Price Increase: 0.00% Price Increase: 0.00% Price Increase: 0.00% ITEM NO ITEM DESCRIPTION UNIT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT QTYS UNIT PRICE CONTRACT UNIT PRICE UNIT PRICE UNIT PRICE WW339 Cleanout for 8''Line(0'-6'Depth) LS 0 $ 550.00 $ 0 $ 550.00 $ 0 $ 550.00 $ WW340 Cleanout for 8''Line(6'-10"Depth) LS 0 $ 620.00 $ 0 $ 620.00 $ 0 $ 620.00 $ WW341 Power Pole Support DAY 0 $ 1,300.00 $ 0 $ 1,300.00 $ 0 $ 1,300.00 $ WW342 36"C-905 Pipe EA 0 $ $ 0 $ $ WW343 36"Locking Rings EA 0 $ $ 0 $ $ WW344 36"Sleeves EA 0 $ $ 0 $ $ WW345 4"Ball Valve EA 0 $ $ 0 $ $ WW346 (30"-36')Mechanically Restrained Coupling Adapters&associated hardware(Me EA 0 $ $ 0 $ $ WW347 Replace Air Release Valve EA 0 $ $ 0 $ $ WW348 Replace Ta &SaddleforARV EA 0 $ $ 0 $ $ WW349 Hydro Excavation(Price provided by IPR for 6'-7'deep) LF 0 $ 34.97 $ 0 $ 34.97 $ WW350 Remove&Replace 36"PVC Wastewater Forcemain LF 0 $ 440.00 $ 0 $ 440.00 $ WW351 Concrete(4000 psi w/Plasticizer)for Thrust Blocks CY 0 $ 141.14 $ 0 $ 141.14 $ WW352 Rehab 18"DIPS Wastewater Line(Pipe Bursting)(6'-10'Depth) LF 0 $ 150.00 $ WW353Pre-CCTV-Heavy Clean&Televise Wastewater Lines 15'' 18"Lines LF 0 $ 14.31 $ WW354 Movi ng/re-piling debris,opening manhole covers(2 personals,10 hours/day and EA 0 $ 1,500.00 $ $ 6,931,212.50 $ 6,931,212.50 $ 6,931,212.50 00 52 23 AGREEMENT This Agreement is the Third Renewal of the City-Wide Collection System Pipebursting (Part B) IDIQ— Project No. E15209 awarded on April 19, 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 B) ID/IQ—Contract Renewal#3 (E15209) Prosect No. 18146A 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 18146A, of the Original Contract E15209 City- Wide Collection System Pipebursting(Part B) ID/IQ. The Third Renewal Contract extension will not exceed the amount of$1,875,000.00 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 005223- 1 City-Wide Collection System Pipebursting(Part B) ID/IQCont Ren#3 City Project No. 18146A REV 10-6-2015 B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$1000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. ID/IQ Budget Amount $ 1,875,000.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223- 2 City-Wide Collection System Pipebursting(Part B) ID/IQCont Ren#3 City Project No. 18146A REV 10-6-2015 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 City-Wide Collection System Pipebursting(Part B) ID/IQCont Ren#3 City Project No. 18146A REV 10-6-2015 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 City-Wide Collection System Pipebursting(Part B) ID/IQCont Ren#3 City Project No. 18146A REV 10-6-2015 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES €ems One original duplicate of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 City-Wide Collection System Pipebursting(Part B) ID/IQCont Ren#3 City Project No. 18146A REV 10-6-2015 ATTEST CITY OF CORPUS CHRISTI olgllally slgoed by Rebecca H,u Digitally signed by Jeff Edmonds Rebecca Huerta Co cn beet uerca o lry o, opus cbrinl ou=ary DN on=Jeff e@co esascom,Engine ng. Secret-R1,11ll�ebecwb�cc�e��com.chs emau=jJeff �mn�nd n=us e ogre.201902.14150432 0600 Date:2019.02.1411:38:58-06'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services N/A AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL N/A Digitally signed by Kent Mcllyar DrN,cn Kent Mcllya , cct al kentmc@e om rUs N/A Date.2019.02.12 16 08:03-06'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR lo Digitally signed by Jennifer Portillo Jennifer Portil Date:2019.01.2313:49:09-05'00' IPR South Central, LLC DU (Seal Below) By: Greg Baggett oa,ezo,so,z3,33,zoa,00 PRsou e, . Note: Attach copy of authorization to sign if Title: ASSIStant Secretary/ person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 131 N. Richey Financial Officer Address Pasadena, Texas 77506 City State Zip 832/252-4800 Phone Fax bong@teamipr.com EMail END OF SECTION Agreement 005223-6 City-Wide Collection System Pipebursting(Part B) ID/IQCont Ren#3 City Project No. 18146A REV 10-6-2015 00 6113 PERFORMANCE BOND BOND NO. SU1155172 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. 18146A City -Wide Collection System Pipebursting (Part 6) ID/IQ— Contract Renewal 113 (E15209) Award Date of the Contract: January 9, 2019 Contract Price: 51.875.000.00 Bond Date of Bond: 1/31/2019 (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 18146A City -Wide Collection System Pipebursting (Part B) Cont Ren 113 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Pr cip- Signature: Surety Arch Insurance Company Signature:. /// • 1 h `r _ . , ! / / Na • _ r 4- Name: Jessica Piccirillo Title: A4515iCl.t "l i " f Title: Attorney-in-Fact Email Address: hci 9:04-at' g1-eCtin p. Email Address: ipiccirillo(a alliant.com o Con . �=v _ (Attach Power of Attorney and place surety seal below) • END OF SECTION Performance Bond 18146A City -Wide Collection System Pipebursting (Part B) Cont Ren #3 006113-2 7-8-2014 • /7 ••••••: tn: • ""*",• .r" •.'fir• ^ �•• SURPATH 2017 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the Stale of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Jessica PlccirlHo 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. SU1155172 Principal: 1PR South Central, LLC Obligee: City of Corpus Christi, TX This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all Intents and purposes. as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: 'VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto. bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process.' This Power of Attomey Is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which itis 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, this 31st day of, January . 2019 Attested and Certified alEa Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company David M. Finkelstein, Executive Vice President I, Michele Tripods, 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, seated 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. C0IZMONWEALTHOFPENNSYLVANIA NOTARIAL SEAL MIEHELETR1P004 HoIcy Public My Cit of tzzddely, Philo. County l!let.iuty 31. 2021 Michele Tripods, Notary Public My commission expires 07/3112021 CERTIFICATION I, Patrick K. Nails , Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated January 31, 2019 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch insurance Company on this3�day of January , 2019 ro- ,• � ���'•�3 r'•a q. f_�1 pig_ • .✓. aheel Patrick K. Nails, Secretary ThIsiPower0Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority jo bind the Company except in the manner and to the extent herein stated. PLEASE'SEND ALL CLAIM INQUIRIES R.ELATiNG TO THIS BOND TO THE FOLLOWING ADDRESS: Arch insurance —Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 OOML0013 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 toil -free telephone number for information or to make a complaint at: 1-866-413-5550 You may also write to Arch Insurance Group at: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http:l/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. 00 MLOD42 44 04 16 AVISO IMPORTANTE Para obtener inforrnacion o para someter una queja: Usted puede Hamar al numero de telefono gratis de Arch insurance Group para informacion o para someter una queja al: 1.866-413-5550 Usted tambian 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: 1400-262-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS Cr RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el Arch Insurance Group primero. Si no se resuetve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposko de informacion y no se convierte en parte o condlclon del documento adjunto. Page 1 011 00 6116 PAYMENT BOND BOND NO. SU1155172 Contractor as Principal Name: IPR South Central, LLC Mailing address (principal place of business): 131 N. Riche 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. 18146A City -Wide Collection System Pipeburstine (Part B) ID/10— Contract Renewal 113 (E152091 Award Date of the Contract: January 9, 2019 Contract Price: $1.875,000.00 Bond Date of Bond: 1/31/2019 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Arch Insurance Company Mailing address (principal place of business): 3 Parkway, Ste 1500 Philadelphia, PA 19102 Physical address (principal place of business): 3 Parkway, Ste 1500 Philadelphia, PA 19102 Surety is a corporation organized and existing under the laws of the state of: Missouri By submitting this Bond,. Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 215-606-1602 Telephone (for notice of claim): 214-438-4087 Local Agent for Surety Name: Borden Insurance Address: 210 S. Carancahua, Ste 400 Corpus Christi, TX 78402 Telephone: 214-438-4087 Email Address: mdavis@archinsurance.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800 252-3439 Payment Bond Form 00 6116 -1 18146A City -Wide Collection System Pipebursting (Part 0) Cont Ren 113 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 Is Fr • • .1 Signature: Surety ' rch Insurance Company . - Signature: . /�/ LA ,(14- Na'• : P 0 I • e4- Name: Jessica Piccirillo Title: Ac':' 44 AA Title: Attorney -in -Fact Email Address: G bccc C,1 e . • Email Address: ipiccirillo(c�arliant.com cprrl , (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 18146A City -Wide Collection System Pipebursting (Part B) Cont Ren #3 00 61 16 - 2 7-8-2014 mo w^ �A.w.r^Aw —cs•„' SURPATH 2017 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know Ail Persons By These Presents: That the Arch insurance Company, a corporation organized and existing under the laws of the State of Missouri, having Its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Jessica Piccirillo its true and lawful Attomey-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 ail bonds, undertakings, recognizances and other surety obligations. Surety Bond Number. SU1155172 Principal: 1PR South Central, LLC Obligee: City of Corpus Christi, TX This authority does not pemrlt the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all Intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and fited 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 an behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process' This Power of Attorney Is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. 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 31st day of January , 2019 Attested and Certified Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company David M. Finkelstein, Executive Vice President I, Michele Tripodl, 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 Slate 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. CO UMoNV ALTHOF PENNSYLVANIA HOTARiAL SEAL MICHELE7REF00l, taffy Public City luy Wnmta e6x eLJuty 3� 2.011 Michele Tripodl, Notary Public My commission expires 07/31/2021 CERTIFICATION I, Patrick K. Nails , Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated January 31, 2019 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this ' 3, 1 st day of January , 2019 • ` vV (• / 1 i •{ /J Patrick K. Nails, Secretary —ThIsiPoweriaAttorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authorityjo bind the Company except in the manner and to the extent herein stated. PLEASE'SEND ALL CLAIM INQUIRIES R.ELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance —Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00M10013 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:/fwww.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. 00 ML0042 44 04 16 AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede flamer at numero de telefono gratis de Arch Insurance Group para informaclon o para someter una queja al: 1.866-413-5560 Usted tambian puede escribir a Arch Insurance Group: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 1 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) 490-1007 Web: http://www.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. Sl 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 condlclon del documento adjunto. Page 1 of 1 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Alliant Insurance Services Houston, LLC 5444 Westheimer, Suite 900 Houston, TX 77056 CONTACT NAME:Amber Breaux PHONE (A/C, No, Ext):713-470-4123 FAX (A/C, No):713-470-4124 E-MAIL ADDRESS:abreaux@alliant.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A:Greenwich Insurance Company 22322 INSURED INSURER B:Starr Indemnity & Liability Company 38318 INSURER C:XL Specialty Insurance Company 37885 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 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 GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $2,000,000 POLICY X PRO- JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER:$ A AUTOMOBILE LIABILITY CAD740922105 04/01/2018 04/01/2019 COMBINED SINGLE LIMIT(Ea accident)$2,000,000 X ANY AUTO BODILY INJURY (Per person)$ OWNEDAUTOSONLY SCHEDULEDAUTOS BODILY INJURY (Per accident)$ HIRED AUTOSONLY NON-OWNEDAUTOS PROPERTY DAMAGE(Per accident)$ $ B UMBRELLA LIAB X OCCUR 1000024041 04/01/2018 04/01/2019 EACH OCCURRENCE $10,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED RETENTION $$ C WORKERS COMPENSATION Y/N N/A CWD740921905 04/01/2018 04/01/2019 X PERSTATUTE OTH-ERAND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED?N E.L. EACH ACCIDENT $1,000,000 (Mandatory in NH) If yes, describe underDESCRIPTION OF OPERATIONS below E.L. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE -POLICY LIMIT $1,000,000 OTHER EACH LOSS $ AGGREGATE 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 ACORD CORPORATION.All rights reserved. ACORD 25 (2016/03)The ACORD name and logo are registered marks of ACORD Re: Project 18146A - E15209 City Wide Collect Syst Pipebursting Part B IDIQ - Cont Ren #3. City of Corpus Christi - Engineering. The General Liability andCommercial 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 whenrequired 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 isafforded 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 thecertificate 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. IPR South Central LLC 7600 S Santa Fe Dr. Houston, TX 77061 1/24/2019 $ 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. POLICY NUMBER: CGD740922005 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE “BODILY INJURY” OR “PROPERTY DAMAGE” OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. VARIOUS AS REQUIRED PER WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. POLICY NUMBER:CGD740922005 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 04 13 © Insurance Services Office, Inc.,2012 Page 1 of 1 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s)Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. VARIOUS AS REQUIRED PER WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. POLICY NUMBER:CGD740922005 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 CG 24 04 05 09 © Insurance Services Office, Inc.,2008 Page 1 of 1  WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV – Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. XIC 411 1013 © 2013 X.L. America, Inc. All Rights Reserved.Page 1 of 1 May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER:CAD740922105 XIC 411 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM A.COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured,is amended to include as an “insured” any person or organization you are required in a written contract to name as an additional insured, but only for “bodily injury” or "property damage" otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of: 1.You, while using a covered “auto”; or 2.Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered “auto” with your permission; Provided that: a.The written contract is in effect during the policy period of this policy; b.The written contract was signed by you and executed prior to the “accident” causing “bodily injury” or “property damage” for which liability coverage is sought; and c.Such person or organization is an “insured” solely to the extent required by the contract, but in no event if such person or organization is solely negligent. B.The Limits of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event shall the Limits of Insurance set forth in this policy be increased by the contract. C.General Conditions, Other Insurance is amended as follows: Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether such insurance is primary, excess, contingent or on any other basis unless the contract specifically requires that this policy be primary. All terms, conditions, exclusions and limitations of this policy shall apply to the liability coverage provided to any additional insured, and in no event shall such coverage be enlarged or expanded by reason of the contract. All other terms and conditions of this policy remain unchanged. POLICY NUMBER:CAD740922105 COMMERCIAL AUTO CA 20 01 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 20 01 10 13 © Insurance Services Office, Inc.,2011 Page 1 of 2 LESSOR – ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Endorsement Effective Date: April 1, 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 Page 2 of 2 © Insurance Services Office, Inc.,2011 CA 20 01 10 13 Coverages Limit Of Insurance Covered Autos Liability $2,000,000 Each "Accident" Comprehensive Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus $1,000 Deductible For Each Covered "Leased Auto" Collision Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus $1,000 Deductible For Each Covered "Leased Auto" Specified Causes Of Loss Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus $ Deductible For Each Covered "Leased Auto" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 1. Any "leased auto" designated or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow. 2. For a "leased auto" designated or described in the Schedule, the Who Is An Insured provision under Covered Autos Liability Coverage is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: a. You; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. 3. The coverages provided under this endorsement apply to any "leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto". 2. The insurance covers the interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. C. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. E. Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor. POLICY NUMBER:CAD740922105 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 04 44 10 13 © Insurance Services Office, Inc.,2011 Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Endorsement Effective Date: April 1, 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. 1983 National Council on Compensation Insurance. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHERE REQUIRED BY WRITTEN AGREEMENT SIGNED PRIOR TO LOSS. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1, 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) IXI 405 0910 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. 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. POLICY NUMBER: CAD740922105 IXI 405 0910 IXI 405 0910 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. 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. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 57 (Ed. 12/10) WC 99 06 57 Ed. 12/10 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. 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 C/O 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___________________________________