Loading...
HomeMy WebLinkAboutC2019-452 - 5/21/2019 - Approved 00 52 23 AGREEMENT This Agreement,for the Project awarded on May 21,2019, is between the City of Corpus Christi (Owner) and PM Construction& Rehab, LLC dba IPR South Central (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: City-Wide Wastewater ID/IQ 2019 Project No. 18157A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Utilities Department,City of Corpus Christi 2726 Holly Road Corpus Christi,Texas,78415 2.02 The Owner's Authorized Representative for this Project is: Kent Power,P.E.—Acting Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd, Bldg.#5 Corpus Christi,TX 7841 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A The whole contract time period is 365 calendar days.This Project will be executed by multiple Indefinite Quantity Delivery Orders (DOs) as required by the City, in accordance with the plans,specifications,and contract documents. As stated in 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, Each Delivery Order is to be substantially complete and ready for operation within the number of days listed in the Delivery Order. Each Delivery Order is to be complete and eligible for Final Payment 30 days after the date of Substantial Completion for the Delivery Order. Failure to complete the work in each Delivery Order within the stipulated time may be considered evidence of unsatisfactory performance, and additional Delivery Orders may not be issued until work on the issued Delivery Orders is on schedule and the Contractor has sufficiently demonstrated the ability to complete work on future Delivery Orders within the stated time. The Contractor shall not be entitled to the full $10,000,000 amount of work from un-issued Delivery Orders due to the Contractor's inability to meet the stated schedules. Liquidated Damages will be assessed on each Delivery Agreement 00 52 23-1 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 SCANNED CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITY-WIDE WASTEWATER ID/IQ 2019 18157A r EOFr �EoF rF�,s: 00 GERAR00 CARMONA JR. PATNA 8.POTRIMUTHU I................. .............� ..Y.......... . err 12 7 8 98- 117750....... • 40 X80 AtiEa � city � ` `�`N of . C 0U sIT 2-41 7,0 7 f (24 zo�q Christi City of Corpus Christi — Utilities Department 2726 Holly Road, 78415 / Corpus Christi, TX / 361-826-1800 Record Drawing Number SAN571 January 24, 2019 _ f 00 01 00 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 00 00 Cover 00 01 00 Table of Contents(Rev.11-14-2018) 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 10-11-2018) 00 30 00 Bid Acknowledgment Form (Rev 10-11-2018) 00 30 01 Bid Form (Rev 10-11-2018) 00 30 02 Compliance to State Law on Nonresident Bidders (Rev 10-11-2018) 00 30 05 Disclosure of Interest(Revo1-2016) 00 30 06 Non-Collusion Certification (Rev 10-11-2018) 00 45 16 Statement of Experience (Rev 10-11-2018) 00 52 23 Agreement(Rev 10-11-2018) 00 61 13 Performance Bond (Rev 10-11-2018) 00 61 16 Payment Bond (Rev 10-11-2018) 00 72 00 General Conditions (Rev 11-13-2018) 00 73 00 Supplementary Conditions(Rev 10-11-2018) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-11-2018) 01 23 10 Alternates and Allowances(Rev 10-11-2018) 01 29 01 Measurement and Basis for Payment(Rev 10-11-2018) 01 33 01 Submittal Register(Rev 10-11-2018) 01 35 00 Special Procedures (Rev 10-11-2018) 01 50 00 Temporary Facilities and Controls (Rev 10-11-2018) 01 57 00 Temporary Controls_(Rev 10-11-2018) Part S Standard Specifications 021020 Site Clearing and Stripping 022020 Excavation and Backfill for Utilities 022100 Select Material 022420 Silt Fence 025404 Asphalts, Oils, and Emulsions Table of Contents 000100- 1 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 11/2018 Division/ Title Section 026202 Hydrostatic Testing of Pressure System 026210 Polyvinyl Chloride Pipe 026214 Grouting Abandoned Utility Lines 026602 Wastewater Force Main 027203 Vacuum Testing of Wastewater Manholes and Structures 028300 Fence Relocation 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames,Grates, Rings, and Covers Part T Technical Specifications 000500-T Mobilization/Demobilization 020800-T Well Pointing, Dewatering and Disposal 021040-T Site Grading 021080-T Removing Abandoned Structures 022030-T Trench Safety 025205-T Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement 025215-T Cement Stabilized Limestone Base 025220-T Flexible Base—Limestone 025412-T Prime Coat 025424-T Hot Mix Asphaltic Concrete Pavement 025610-T Concrete Curb and Gutter 025612-T Concrete Sidewalks and Driveways 025614-T Concrete Curb Ramps 025802-T Temporary Traffic Controls Used During Construction 026206-T Ductile Iron Pipe& Fittings 027200-T Control of Wastewater Flows 027205-T Fiberglass Manholes for Wastewater 027208-T Rehabilitation of Wastewater Manholes using Polymer Systems 027209-T Rehabilitation of Wastewater Manhole Structures Using Cementitious Liners 027602-T Gravity Wastewater Lines 027606-T Service Lateral Replacement 027611-T Cleaning and Televised Inspection of Wastewater Lines 027614-T Cured in Place Pipe (CIPP) for Rehabilitation of Gravity Wastewater Line Table of Contents 000100- 2 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 11/2018 027618-T Wastewater Line Rehabilitation/Pipe Bursting 027619-T Pressure Testing and Grouting of Sewer Joints and Lateral Connections 027620-T Point Repairs and Obstruction Removals 028020-T Erosion Control by Seeding 028040-T Erosion Control by Sodding 028200-T Mail Box Relocation 028250-T Wood Fences and Gates 028310-T Chain Link Fences and Gates 030020-T Portland Cement Concrete Appendix Title Appendix A Sample Delivery Order END OF SECTION Table of Contents 000100- 3 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 11/2018 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: City-Wide Wastewater ID/IQ 2019 Prosect No. 18157A This project consists of wastewater infrastructure improvements in the City of Corpus Christi wastewater service areas. The scope of work includes, but is not limited to: rehabilitation and/or replacement of manholes, rehabilitation and/or replacement of gravity collection lines and/or force mains by open-cut method, cured-in-place pipe, and/or pipe bursting for lines up to 36- inches in diameter, gravity line point repairs, dewatering through well pointing, control of wastewater flows through bypass pumping, cleaning and televised inspection of conduits, as needed SWPPP/permit compliance(subsidiary), and temporary traffic controls. This Project will be executed by multiple Indefinite Quantity Delivery Orders (DOs) as required by the City, in accordance with the plans,specifications, and contract documents.The initial contract will be for a one (1) year (365 calendar days) base contract with a total contract amount of $10,000,000, with two (2) optional one (1) year extensions (contract amount of$10,000,000 for each) subject to availability of funding and satisfactory contractor performance. 2.02 The City's goal is to complete$10,000,000 worth of construction through multiple Delivery Orders within 365 days. Each Delivery Order is to be substantially complete and ready for operation within the number of days listed in the Delivery Order. Each Delivery Order is to be complete and eligible for Final Payment 30 days after the date of Substantial Completion for the Delivery Order. Failure to complete the work in each Delivery Order within the stipulated time may be considered evidence of unsatisfactory performance, and additional Delivery Orders may not be issued until work on the issued Delivery Orders is on schedule and the Contractor has sufficiently demonstrated the ability to complete work on future Delivery Orders within the stated time. The Contractor shall not be entitled to the full $10,000,000 amount of work from un-issued Delivery Orders due to the Contractor's inability to meet the stated schedules. Liquidated Damages will be assessed on each Delivery Order that is not complete within the stipulated times for substantial and final completion of that Delivery Order. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com Invitation to Bid and Instructions to Bidders 002113- 1 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports,or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than Wednesday, March 6th, 2019 at 2:00 pm to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. Bid Security as detailed in Article 8 of this Section must be submitted in accordance with paragraph 3.04. 3.04 If submitting a hard copy bid or bid security, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid City-Wide Wastewater ID/IQ 2019, Project No. 18157A All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at the date and time shown in paragraph 3.01, at the following location: City of Corpus Christi City Hall Building, 3rd Floor Engineering SmartBoard Conference Room 1201 Leopard Street Corpus Christi, Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A Non-Mandatory pre-bid conference for the Project will be held on Wednesday, February 13, 2019 at 9:30 am, at the following location: Invitation to Bid and Instructions to Bidders 002113- 2 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 City of Corpus Christi City Hall Building, 3rd Floor Engineering SmartBoard Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 Bids will not be accepted from Bidders who do not attend the conference. It is the Bidders' responsibility to sign in at the pre-bid conference to verify their participation. ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts,errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda,and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. Invitation to Bid and Instructions to Bidders 002113-3 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of the Bid Security as an attachment to their bid. The original Bid Bond, cashier's check,certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 3 of this Section. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%)of the 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. 3. The Bid Bond must reference the Project by name as identified in Article 2. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. Invitation to Bid and Instructions to Bidders 002113-4 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of "confidential" documents will be made only for the convenience Invitation to Bid and Instructions to Bidders 002113-5 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE with the date Bid to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid,the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner will,at its discretion,award the contract to the lowest responsible bidder for the base bid, plus any combination of Add or Deduct Alternates. Invitation to Bid and Instructions to Bidders 002113-6 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 15.02 Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.03 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/ MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE / DBE Participation Policy as indicated in SECTION 00 72 00 GENERAL CONDITIONS. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and Article 6 of the Supplementary Conditions set forth the Owner's requirements as to bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Engineering Services 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 executed Contract to the Owner within 10 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However,Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax-exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. Invitation to Bid and Instructions to Bidders 002113-7 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 00 GENERAL CONDITIONS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees,consultants,or contractors in such a manner as to influence or to attempt to influence the bidding or contract award process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding or award process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. Invitation to Bid and Instructions to Bidders 002113-8 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 I. Bids received from a Bidder identified on a list prepared and maintained by the Texas Comptroller under Chapter 2252 of the Texas Government Code. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity(i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid,which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost is 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 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) resources, workforce, equipment and supervision/supervisory staff; (iii) past performance to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or Invitation to Bid and Instructions to Bidders 002113-9 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas B. Paragraph 1.01.A.54"Substantial Completion" is more specifically defined for this Project for each Delivery Order (DO) under this Project as the point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents, as approved by the Owner or OAR. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 Supplementary Conditions 007300- 1 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 June 1 4 December 3 3. A total of 43 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. Delete Paragraph 5.03 entirely and insert the following: "5.03 Subsurface and Physical Conditions A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner." SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. Delete Paragraph 5.06 entirely and insert the following: 5.06 Hazardous Environmental Conditions at Site No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard $1,000,000 Per Occurrence 4. Underground Hazard $2,000,000 Aggregate 5. Products/Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage Supplementary Conditions 007300- 2 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental x Required ❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required x Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required x Not Required ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of person or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. Regular working hours are between [8:00] a.m. and [7:00] p.m. unless other times are specifically authorized in writing by OAR. SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least [50] percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS Supplementary Conditions 007300-3 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX-31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX-40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). General Decision Number: TX180031 01/05/2018 TX31 Superseded General Decision Number: TX20170031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10 .35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10 .35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018 . The EO minimum wage rate will be adjusted annually. Supplementary Conditions 007300-4 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2018 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 9.05 Concrete Finisher. . . . . . . . . . . . . . . .$ 7.56 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 13.37 2.58 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 7.25 Utility. . . . . . . . . . . . . . . . . . . . .$ 7. 68 Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . .$ 9.21 Motor Grader. . . . . . . . . . . . . . . .$ 8.72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within Supplementary Conditions 007300-5 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Supplementary Conditions 007300- 6 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor Supplementary Conditions 007300-7 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION General Decision Number: TX180040 01/05/2018 TX40 Superseded General Decision Number: TX20170040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, Supplementary Conditions 007300-8 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 including those set forth at 29 CFR 5.1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2018 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) . . .$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb. . . . . . . . . . . . . . .$ 10.69 Structures. . . . . . . . . . . . . . . . . .$ 13.61 LABORER Asphalt Raker. . . . . . . . . . . . . . .$ 11.67 Flagger. . . . . . . . . . . . . . . . . . . . .$ 8.81 Laborer, Common. . . . . . . . . . . . .$ 10.25 Laborer, Utility. . . . . . . . . . . .$ 11.23 Pipelayer. . . . . . . . . . . . . . . . . . .$ 11.17 Work Zone Barricade Servicer. . . . . . . . . . . . . . . . . . . .$ 11.51 PAINTER (Structures) . . . . . . . . . . . . .$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor. . . . . . . . .$ 14.25 Asphalt Paving Machine. . . . . .$ 13.44 Mechanic. . . . . . . . . . . . . . . . . . . .$ 17.00 Motor Grader, Fine Grade. . . .$ 17.74 Motor Grader, Rough. . . . . . . . .$ 16.85 TRUCK DRIVER Lowboy-Float. . . . . . . . . . . . . . . .$ 16.62 Single Axle. . . . . . . . . . . . . . . . .$ 11.61 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including Supplementary Conditions 007300-9 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average Supplementary Conditions 007300- 10 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor Supplementary Conditions 007300- 11 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 200 Constitution Avenue, N.W. Washington, DC 20210 2 . ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 .8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Utilities Dept. of City 361-826-1713 Gerardo Carmona 361-826-1713 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Stormwater hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 Supplementary Conditions 007300- 12 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 Public Agencies/Contacts Phone Number City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 IT Department(City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centuryl-ink 361-208-0730 W i ndstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description TBD To be determined during each DO construction ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 01 31 13 Contractor Record Drawings 02 76 11 CCTV DVD footage and reports END OF SECTION Supplementary Conditions 007300- 13 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 009101 ADDENDUM NUMBER 1 Project: City-Wide Wastewater ID/IQ 2019 Project Number: Owner: City of Corpus Christi 18157A City Engineer: J.H. Edmonds, P.E. Designer: Ratna Pottumuthu, P.E. Addendum No. 1 Specification Section: 00 91 01 Issue Date: 2/20/2019 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: [Designer] Ratna Pottumuthu, P.E. 2/20/2019 Name Date Addendum Items: ,OF X111 • MODIFICATIONS TO THE SPECIFICATIONS 6j.• •. S + • CLARIFICATIONS " ' .% * " . I. *I QUESITONS AND ANSWERS �"' ' "'"""""""'"' 3 .. I. S.PQTTUMUTHU • ATTACHMENT 1. PREVAILING WAGE RATE /,....,,:................................... ..../ REQUIREMENTS 117750 4W ONAL ENS 2.ot � City of Corpus Christi, Tx Addendum No. 1 00 9101-1 City-Wide Wastewater ID/IQ 18157A Rev 01-08-2016 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections (or Technical Specifications): Deleted Specification Sections(or Technical Specifications) SECTION 007300 Supplementary Conditions SC-14.04 Prevailing Wage Rates B. Add the following Specification Sections (or Technical Specifications): Added Specification Sections(or Technical Specifications) SECTION 007300 Supplementary Conditions SC-14.04 Prevailing Wage Rates (Attachment 1) ARTICLE 3—CLARIFICATIONS 3.01 QUESTIONS A. Question: "Are the point repairs by excavation or by CIPP?" Answer: "By excavation." Question: "Do the traffic control plans need to be stamped by and engineer and approved through City Traffic for each location where traffic is disrupted?" Answer: "Standard traffic control plans/details for typical construction applications have been provided on the City-Wide Wastewater ID/IQ 2019 Plans(Sheets 15-19),which are based on the MUTCD.The use of a standard traffic control plan/detail will only require approval from the City's Traffic Engineering Department prior to start of construction activities. If the proiect requires a modification and/or adaptation from these standards, the contractor shall be responsible for submitting the proposed plan signed and sealed by a P.E.to the Traffic Engineering Department for review and approval prior to start of Construction activities". Question: "Can the City add Odessa Pump to pre-approved list for By-Pass manufacturers?" Answer: "For this proiect Godwin or Rain-for-rent are the only manufacturers on the pre- approved list. However,if Odessa Pumps meet all requirements per Spec T-027200 Addendum No. 1 00 9101-2 City-Wide Wastewater ID/IQ 18157A Rev 01-08-2016 (Control of Wastewater Flow-Bypass Pumping),and the Contractor can provide submittal package for Engineer's review and approval,Odessa Pumps can be considered to be utilized on this project and potentially be added to the pre-approved bypass pump manufacturers' list for future proiects." Question: " Is the contractor responsible for street cut permit fees associated with the IDIQ work?" Answer: "Yes, Contractor is responsible for all street cut permit fees associated with the IDIQ work." Question: "Will TVI inspection be required to meet or exceed current PACP requirements?" Answer: "Contractor must meet current PACP requirements and City requirements(refer to Spec T-027611 Cleaning and Televised Inspection of Wastewater Lines)." Question: "In the contract specifications section T-025802 page 2 states temporary blue sign boards that direct traffic to businesses will be required and subsidiary to items provided for Traffic Control. Is this correct and if so how is the contractor expected to provide pricing for an unknown quantity?" Answer: "This is correct. If temporary blue sign boards are needed during actual traffic control,the City may pay the cost to the Contractor based on case by case." Question: "All wastewater rings and covers 24" in diameter are not considered for man entry per TCEQ standards. If entry is required for installation of plugs or flow control will 32" rings and covers be installed for safety and be paid under a bid item?" Answer: "Yes,a 32" ring and cover must be installed.All ring and covers are considered subsidiary to newly installed manholes and/or manholes that are to be rehabiliated. Payment for a ring and cover will be made when only a ring and cover is replaced." Question: "Sheet 3 of 40 General note 3 states contractor is responsible for locations of point repairs to be made, under what bid item would this be paid or is it subsidiary to the project?" Answer: "For clarification purposes,General Note#5 is stating that the Contractor is Ultimately responsible for making sure that the proposed point repair is performed at the correct location. Typically.the City will provide an exhibit that will show the approximate start location of a proposed point repair. No separate payment will be made for point repairs performed at the wrong location." Question: "Sheet 3 of 40 General note 5 refers to point repairs Note 3 refers to maps and drawings to be provided by the City for work to be done. Will these be GIS maps of the city system or more specific as to the nature and location of the repair to be made?" Addendum No. 1 00 9101-3 City-Wide Wastewater ID/IQ 18157A Rev 01-08-2016 Answer: "The City will provide an exhibit that will show the approximate start location of a proposed point repair.Contractor is responsible for making sure that the proposed point repair is performed at the correct location." Question: " Due to market instability pricing on pipe,fittings, manholes, cement, base, asphalt, etc. are subject to increase. Since the contractor has no defined scope of work to lock in pricing on materials are these unanticipated costs subsidiary to the contact bid items?" Answer: "Unanticipated material cost changes are considered subsidiary to the bid items." Question: "Which City Dept. issues work orders, and which City Dept. provides inspection of the work. Also how many work orders does the city expect to issue to the contractor at one time?" Answer:"All of the delivery orders(work orders)will be created by the Utilities Department(Engineer)and will be issued to the Contractor by City Engineering Services Department. Currently,the City Engineering Services Department will be in charge of inspecting all of the projects.The number of sites in a delivery order will vary." Question: "Will work orders issued by the City allow for time for the contractor to do a detailed evaluation of the system to be repaired?" Answer: "Yes,the Contractor will have a chance to do a detailed evaluation of the system to be repaired." Question: " Bid items A305 thru A313 plugs or flow thru plugs is that considered 1 plug each per day or multiple plugs per day?" Answer: "One plug each per day." Question: "Do Bid items A339 thru A344 include any casing spacers?" Answer: "Yes,these items include casing spacers." Question: "With regards to minority/DBE requirements for this project, are these required or a goal?What is the percentage goal or requirement for this project? Because this is work order based, how should the Contractor calculate this percentage if required?" Answer: "Minority(45%)and MBE (15%) listed in Article 16 Minority/MBE/DBE Participation Policy of Section 00 2113 are the goals.There is no goal for DBE." Addendum No. 1 00 9101-4 City-Wide Wastewater ID/IQ 18157A Rev 01-08-2016 Question: "For remove and replace waste water line &force main,what is the minimum length of each repair?" Answer: "Minimum length of each repair is not specified at this time. Payment for the bid items of removing and replacing wastewater line and force main shall be calculated on a per linear foot basis for each size and depth range installed. Measurement shall include all materials,labor, bedding,backfilling,testing and certification,equipment and incidentals required for trenching, installing the new line, surface restoration,clean-up, and other work as required. However,The City's Engineer will optimize and prioritize the delivery orders to minimize the Contractor's mobilization costs by trying to issue delivery orders in wastewater sub basins." Question: "For the minority requirements, Minority Business Enterprise participation goal for this Project has been established to be 15%.This goal is to achieve before the bid and, Minority participation goal for this Project has been established to be 45% .This goal is to be achieve after the award of the bid. Is that correct?" Answer:"That is not correct. The achievement of both goals occur after bid and prior to the completion of the project. The MBE goal of 15%applies to subcontracting with minority-owned businesses,suppliers,vendors,etc. The 45%minority participation is hiring minority individuals." 3.02 CLARIFICATIONS A. Clarification: "The City Utilities Dept.is responsible for overall planning of this project. The Utilities Engineer will optimize and prioritize the delivery orders to minimize the Contractor's mobilization costs by trying to issue delivery orders in wastewater sub basins." Clarification: "The item numbers Al through A431 in 00 30 01 Bid Form are equivalent to item numbers WW1 to WW431 in 0129 01 Measurement and Basis for Payment;and the item numbers 61 through B48 in 00 30 01 Bid Form are equivalent to item numbers WW432 to WW479 in 0129 01 Measurement and Basis for Payment." Clarification: "The bidders are not required to attend the pre-bid conference". "Article 4, Section 4.01 language stating"Bids will not be accepted from Bidders who do not attend the conference. It is the Bidders' responsibility to sign in at the pre-bid conference to verify their participation"is removed. END OF ADDENDUM NO. 1 Addendum No. 1 00 9101-5 City-Wide Wastewater ID/IQ 18157A Rev 01-08-2016 ATTACHMENT 1. PREVAILING WAGE RATE REQUIREMENTS Addendum No. 1 00 9101-6 City-Wide Wastewater ID/IQ 18157A Rev 01-08-2016 ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX-21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX-29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction;and other major bridges). General Decision Number: TX190021 01/04/2019 TX21 Superseded General Decision Number: TX20180031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) Addendum No. 1 Attachment No. 1 00 9101-7 City-Wide Wastewater ID/IQ 18157A Page 1 of 9 Rev 01-08-2016 for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 9.05 Concrete Finisher. . . . . . . . . . . . . . . .$ 7.56 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 13.37 2.58 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 7.25 Utility. . . . . . . . . . . . . . . . . . . . .$ 7.68 Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . .$ 9.21 Motor Grader. . . . . . . . . . . . . . . .$ 8.72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any Addendum No. 1 Attachment No. 1 00 9101-8 Page 2 of 9 City-Wide Wastewater ID/IQ 18157A Rev 01-08-2016 solicitation was issued) on or after January 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and Addendum No. 1 Attachment No. 1 009101-9 City-Wide Wastewater ID/IQ 18157A Page 3 of 9 Rev 01-08-2016 the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014 . UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal Addendum No. 1 Attachment No. 1 00 9101-10 City-Wide Wastewater ID/IQ 18157A Page 4 of 9 Rev 01-08-2016 process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. --------------------------------- --------------- END OF GENERAL DECISION General Decision Number: TX190029 01/04/2019 TX29 Superseded General Decision Number: TX2018004'0 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for Addendum No. 1 Attachment No. 1 009101-11 City-Wide Wastewater ID/IQ 18157A Page 5 of 9 Rev 01-08-2016 commercial navigation, bridges involving marine construction; and other major bridges) . Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2)- (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) . . .$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb. . . . . . . . . . . . . . .$ 10.69 Structures. . . . . . . . . . . . . . . . . .$ 13.61 LABORER Asphalt Raker. . . . . . . . . . . . . . .$ 11.67 Flagger. . . . . . . . . . . . . . . . . . . . .$ 8.81 Laborer, Common. . . . . . . . . . . . .$ 10.25 Laborer, Utility. . . . . . . . . . . .$ 11.23 Pipelayer. . . . . . . . . . . . . . . . . . .$ 11.17 Work Zone Barricade Servicer. . . . . . . . . . . . . . . . . . . .$ 11.51 PAINTER (Structures) . . . . . . . . . . . . .$ 21.29 Addendum No. 1 Attachment No. 1 009101- 12 City-Wide Wastewater ID/IQ 18157A Page 6 of 9 Rev 01-08-2016 POWER EQUIPMENT OPERATOR: Asphalt Distributor. . . . . . . . .$ 14.25 Asphalt Paving Machine. . . . . .$ 13.44 Mechanic. . . . . . . . . . . . . . . . . . . .$ 17.00 Motor Grader, Fine Grade. . . .$ 17.74 Motor Grader, Rough. . . . . . . . .$ 16.85 TRUCK DRIVER Lowboy-Float. . . . . . . . . . . . . . . .$ 16.62 Single Axle. . . . . . . . . . . . . . . . .$ 11.61 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ----------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: Addendum No. 1 Attachment No. 1 00 9101-13 City-Wide Wastewater ID/IQ 18157A Page 7 of 9 Rev 01-08-2016 PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014 . SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014 . UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- Attachment No. 1 Addendum No. 1 Page 8 of 9 00 9101-14 City-Wide Wastewater ID/IQ 18157A Rev 01-08-2016 WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Addendum No. 1 Attachment No. 1 00 9101-15 City-Wide Wastewater ID/IQ 18157A Page 9 of 9 Rev 01-08-2016 009101 ADDENDUM NUMBER 2 I Project: City-Wide Wastewater ID/IQ 2019 Project Number: Owner: City of Corpus Christi 18157A City Engineer: J.H.Edmonds, P.E. Designer: Ratna Pottumuthu, P.E. Addendum No. 2 Specification Section: 00 9101 Issue Date: 3/01/2019 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum In the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: OF 16'11% C7 I apt : ...... ...... ,! .H. Edmonds,P.E. f�...... ............... HU Addendum Items: I PA�8'POTTUMUT • Bid Opening Extended to Wednesday,March 20, �j v 117750 *40 2019 at 2.00 Pm. �l0,�:•. • New Questions Submission Deadline:Wednesday, 1>>ON March 06,2019 at 5:00 pm. r • 3` 11�I � City of Corpus Christi, Tx —� ARTICLE 1–BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgment Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgment Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS B. SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS–Article 3;SECTION 00 30 00 BID ACKOWLEDGMENT FORM—Article 1: The date for receipt of Bids has been changed to Wednesday,March 20,2019 at 2:00 om. The location for the receipt of Bids remains unchanged. Addendum No. 2 009101-1 City-Wide Wastewater ID/IQ 18157A Rev 01-08-2016 ARTICLE 2—CLARIFICATIONS 2.01 CLARIFICATIONS A. Clarification: The new questions for the construction bidding documents submitted to CivCast will be closed Wednesday.March 6.2019 at 5 om. After that.the City will not accept and answer more questions. END OF ADDENDUM NO.2 Addendum No. 2 00 9101-2 City-Wide Wastewater ID/IQ 18157A Rev 01-08-2016 009101 ADDENDUM NUMBER 3 Project: City-Wide Wastewater ID/IQ 2019 Project Number: Owner: City of Corpus Christi 18157A City Engineer: J.H. Edmonds,P.E. Designer: Ratna Pottumuthu; frE. Addendum No. 3 Specification Section: 00 9101 Issue Date: 3/14/2019 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: [Designer] Name Date Addendum Items: This Addendum (1)modified some quantities(highlighted in red) in the attached Bid Form and deleted inapplicable OF bid items(see Attachment 1),and accordingly modified 5•. ' S �� (renumbering bid items)the Measurement and Basis for ��,';' •*��� Payment(see Attachment 2); (2) made clarification and i """' ""'""""""''""'� RATNA S.POTTUMUTHU answered questions from contractors and vendors. ••••;--•••••••-•--- •••• ••...........:....� �l 117750 • MODIFICATIONS TO THE BID FORMS 1, 0•c%'��CEN$�� (ATTACHMENT 11 1\\%,%/p"`EN • MODIFICATIONS TO THE MEASUREMENT AND BASIS FOR PAYMENT(ATTACHMENT 21 • CLARIFICATIONS QUESITONS AND ANSWERS [Firm Name& Registration Number] Addendum No.3 009101-1 City-Wide Wastewater ID/IQ 2019 18157A Rev 01-08-2016 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections (or Technical Specifications): Deleted Specification Sections(or Technical Specifications) SECTION 00 30 01 BID FORM SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT B. Add the following Specification Sections (or Technical Specifications): Added Specification Sections(or Technical Specifications) SECTION 00 30 01 BID FORM (ATTACHMENT 1) SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT(ATTACHMENT 21 ARTICLE 3—CLARIFICATIONS 3.01 QUESTIONS A. Question: "For the minority requirements, if we do not reach the goal of 15% before the bid, what good faith efforts must we meet?There is no specific reference for this in the specifications. Please advise." Answer: "The City does not require documentation of good faith efforts since MBE and Minority participation requirements are a goal and not a requirement." Question: "Are the Point Repair Pay Items intended to be for Point Repairs outside of lines that are to be Pipebursted?" Answer: "Point repairs can be performed on the lines that are to be pipebursted and on lines that do not require pipebursting." Question: "How will be the necessary repairs made to Mainlines designated for Pipebursting be paid, via Obstruction Removal or Point Repair?" Answer: "Refer to Point Repairs and Obstruction Removals(Technical Specification Section T- 027620). Point repair shall be paid using Bid Item A175-A214 and Obstruction Removal shall be paid using Bid Item A216-A219.The delivery order will designate respective repair activity like pipebursting, obstruction removal, or point repair." Addendum No. 3 009101-2 City-Wide Wastewater ID/IQ 2019 18157A Rev 01-08-2016 Question: "On Bid Items A2 through A80 "Remove and Replace Wastewater Line", are these items intended to be for Manhole to Manhole Mainline Replacement or just Additional Lineal Feet beyond a Point Repair Length which are undetermined?" Answer: "Remove and replace Wastewater line bid items A2-A80 are for wasterwater line replacement by open trench.The delivery order will provide description and associated line items for payment." Question: "Will Cement Stabilized Sand required under pavement for Point Repairs and Wastewater Line Remove and Replace be paid for via Pay Item A384 Cement Stabilized Sand Per Ton or is it subsidiary to the Point Repair/Wastewater Line Remove and Replace?" Answer: "It is not subsidiary to the Point Repair/Wastewater Line Remove and Replace. Cement stabilized sand shall be paid per Bid Item A384 in the old Bid Form (Bid Item 348 in the New Bid Form of Attachment 1 of this Addendum)". Question: "Will Contractor be allowed to reject either Emergency Delivery Orders or designated parts of a specific Delivery Order if it does not fit within their Scope of Services??" Answer: "The Contractor is allowed to resect Emergency Delivery Orders but cannot reject the wastewater work items specified in the Bid Form." Question: "Is there a maximum length for a Point Repair? If the repair exceeds the Maximum Length will it then be paid as a Point Repair+ Remove and Replace by the Foot or once it exceeds Max Point Repair length will it all just be paid as Remove and Replace by the Foot?" Answer: "Point Repairs are limited to maximum of 50 If. Point Repairs shall include all equipment, materials, and labor necessary for repairing the wastewater collection lines. Once the repair exceeds maximum point repair length of 50 If, it will all be paid as Remove and Replace by the Foot." Question: "In the bid form, bid item A291-A 313 calls out for the bypass of the force main but there is no separate line item for the Gravity sewer line bypass. Can the owner please clarify." Answer: "Bid Items A291-A313 in the original Bid Form apply to Gravity sewer line and/or force main bypass. Question: "For items Al-A81, what is the material of the pipe to be used? Is it PVC??" Answer: "Yes." Question: "For all the pipe bursting items, the material to be used is HDPE. Is that correct??" Answer: "Yes." Question: "For all the point repair items, what is the material of the pipe to be used? Can the owner please clarify??" Addendum No. 3 009101-3 City-Wide Wastewater ID/IQ 2019 18157A Rev 01-08-2016 Answer: "PVC. See Gravity Wastewater Lines(Technical Specification T-027602)Section 2 specifies the allowed pipe materials." If other pipe materials are required,the contractor will provide pricing for alternate material. Question: "Can we use air inversion and steam curing for the CIPP?" Answer: "Yes, Per Section 027614 of Technical Specification, the contractor is required to submit the curing plan for the City approval prior to construction." Question: "What is the minimum LF of pipe to be assumed for the bypass pumping??" Answer: "The bypass plan proposed by the Contractor shows the minimum length of the pipe required. There is no minimum length of the pipe specified in the specifications". Question: "Can we use trash pumps &discharge hose for bypass pumping?" Answer: "Yes,these products may be allowed for bypass pumping. However, all bypass pumping must be performed in compliance with Section T-027200 and the bypass system will be approved on an individual basis when submitted with the bypass plan." Question: "Can the owner please let us know the specifications for the Frac Tank line item?" Answer: "There are no specifications associated with the Frac Tank line item. It is the Contractor's responsibility to properly select and use by industry recognized manufacturers for this item to maintain the operations of wastewater collection systems." Question: "Can the owner please let us know the specifications for the vacuum truck?" Answer: "There are no specifications associated with the vacuum truck. It is the Contractor's responsibility to properly select and use industry recognized manufacturers for this item to maintain the operations of wastewater collection systems." Question: "Can the owner please let us know the specifications for the plugs &flow through plugs?" Answer: "There are no specifications associated with the plugs. It is the Contractor's responsibility to properly select and incorporate quality products, by industry recognized manufacturers, into their bypass plans. Commonly used manufacturers are Petersen, Lansas, ICM, and others." Question: "Can the owner please let us know the specifications for items A329-A344??" Answer: "Please refer to the Spec 026206 Ductile Iron Pipe and Fittings. For Bid Items A339 through A344 of Steel Casing Pipe, please refer to related industry specifications." Addendum No. 3 009101-4 City-Wide Wastewater ID/IQ 2019 18157A Rev 01-08-2016 Question: "Can the owner please let us know if there are any standard details for the manhole connections and drop connections?" Answer: "Please refer to the City-wide wastewater ID/IQ 2019 standard details, sheet 9 and 10 of the Plans." Question: "Can the owner please let us know if there are any standard details for reconstructing manhole top corbel?" Answer: "Please refer to the City-wide wastewater ID/IQ 2019 standard details, sheet 13 of the Plans." Question: "Can the owner please let us know the specification for the item flowable backfill?" Answer: "There is no specification for flowable backfill but the City-wide wastewater ID/IQ 2019 standard details, Sheet 9, Fiberglass Manhole detail calls for"flowable fill with Darafill Additive (100 psi min @ 28 days)." Question: "Can the owner please let us know the detail for the item inlet protection?" Answer: "See sheet 40 of City-wide wastewater ID/IQ 2019 standard details." Question: "For the items remove and replace driveway, sidewalk, curb &gutter and curb ramp, can the owner please let us know the thickness of the those items?" Answer: "See City's standard details included in sheets 20-23 of the Plans and technical specification,T-025205 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement." Question: "Can the owner please let us know the detail for the item install cleanout??" Answer: "See sheet 11 of 40 of City-wide wastewater ID/IQ 2019 standard details." Question: "Can the owner please let us know the specification for the item power pole support?" Answer: "There is no specification for power pole support. Refer to related industry standards." Question: "Can the owner please let us know the specification for the item static pipebursting?" Answer: "The City has no specific specification for Static Pipebursting. Refer to Wastewater line rehabilitation/pipebursting specification (Technical Specification T-027618) specifications." Question: "Can the owner please let us know what permits are the responsibility of the contractor?" Addendum No. 3 009101-5 City-Wide Wastewater ID/IQ 2019 18157A Rev 01-08-2016 Answer: "All permits are the responsibility of the contractor. " Question: "Can the owner please let us know if groundwater testing permits are the responsibility of the contractor?" Answer: "Yes. Contractor is responsible for the testing of groundwater quality per the Spec, Section 0157 00 Temporary Controls, 1.11.E." Question: "What size work order can be expected for CIPP scope?" Answer: "3%-5%of delivery orders is be expected for CIPP." Question: "Can a mobilization item per work order bid item be added ?" Answer: "Mobilization item is paid per construction site in the delivery order." Question: "How much CIPP was installed on the previous IDIQ contract?" Answer: "Less than 3%." Question: "Will the contractor be compensated for the downtime due to the city delay??" Answer: "The contractor must submit the CPM schedule and demonstrate actual impact to critical path and cost. Weather delays and concurrent (City/contractor weather) are non- compensate. See General Conditions Section 00 72 000." Question: "If we need to raise a manhole (up to 18") using HDPE rings, how is this line item paid??" Answer: "All manhole adjustments, regardless of height, are subsidiary to new and rehabilitated manholes. See bid item note 7 and 8 in sheet 3 of the City-wide wastewater ID/IQ 2019 Plans." Question: "For Pipebursting, is surface restoration to include asphalt, sod, and topsoil as part of the line item pricing?" Answer: "Asphalt is included with bid item A385. Sodding and Seeding are separate items." Question: "How will the City's compensation for the downtime due to the city's delay be measured?" Answer: "The contractor must submit the CPM schedule and demonstrate actual impact to critical path and cost. Weather delays and concurrent (City/contractor weather) are non- compensate. See General Conditions Section 00 72 000." Addendum No. 3 009101-6 City-Wide Wastewater ID/IQ 2019 18157A Rev 01-08-2016 Question: "For this contract, will the owner provide water at no additional cost to the contractor?" Answer: "Yes,the City will provide water at no additional cost to the Contractor for construction. However,the Contractor will be responsible for paying a deposit of$740 for the construction water meter and $125 for moving the construction meter for every site. $590 of the deposit for the water meter will be reimbursed to the Contractor if the water meter is returned to the City with no damage. The$125 moving fee can be waived by the City." Question: "If a line is upsized, will the bench and invert be paid as a separate line item??" Answer: "Yes, if the reconstruction of manhole bench and inverts is not caused by manhole rehabilitation. Please refer to Note 10 of Bid Item in Sheet 3 of the IDIQ Plans." Question: "Will the Static Pipebursting be performed by rod method or by cable &winch method?" Answer: "The Contractor must determine the means and method for Static Pipebursting." 3.02 CLARIFICATIONS A. Clarification: For this protect, Fusible PVC(FPVC) is an acceptable alternate for Pipebursting with HDPE pipe. The acceptable FPVC alternate shall be green in color, equal or larger in internal diameter and equal or higher pressure rating than the proposed HDPE. END OF ADDENDUM NO. 3 Addendum No. 3 009101-7 City-Wide Wastewater ID/IQ 2019 18157A Rev 01-08-2016 ATTACHMENT 1. BID FORM Addendum No. 3 009101-8 City-Wide Wastewater ID/IQ 2019 18157A Rev 01-08-2016 00 30 01 BID FORM Project CITY-WIDE WASTEWATER ID/IQ 2019 Name: Project 18157A Number Owner: City of Corpus Christi Bidder: OAR: Designer: Department of Utilities,City of Corpus Christi Basis of Bid QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) Base Bid PART A General Conditions(per Section 01 29 01 Measurement and Basis for Payment) Al Mobilization/Bonds/Insurance(Maximum 8%) LS 1 $ - $ - A2 Remove and Replace<8"SDR 26 Wastewater Line(0'-6'Depth) LF 250 $ $ A3 Remove and Replace<8"SDR 26 Wastewater Line(6'-10'Depth) LF 250 $ $ A4 Remove and Replace<8"SDR 26 Wastewater Line(10'-14'Depth) LF 250 $ $ A5 Remove and Replace<8"SDR 26 Wastewater Line(14'-18'Depth) LF 250 $ $ A6 Remove and Replace<8"SDR 26 Wastewater Line(>18"Depth) LF 250 $ $ A7 Remove and Replace 10"SDR 26 Wastewater Line(0'-6'Depth) LF 250 $ $ A8 Remove and Replace 10"SDR 26 Wastewater Line(6'-10'Depth) LF 250 $ $ A9 Remove and Replace 10"SDR 26 Wastewater Line(10'-14'Depth) LF 250 $ $ A10 Remove and Replace 10"SDR 26 Wastewater Line(14'-18'Depth) LF 250 $ $ All Remove and Replace 10"SDR 26 Wastewater Line(>18'Depth) LF 250 $ $ Al2 Remove and Replace 12"SDR 26 Wastewater Line(0'-6'Depth) LF 250 $ $ A13 Remove and Replace 12"SDR 26 Wastewater Line(6'-10'Depth) LF 250 $ $ A14 Remove and Replace 12"SDR 26 Wastewater Line(10'-14'Depth) LF 250 $ $ A15 Remove and Replace 12"SDR 26 Wastewater Line(IT-18'Depth) LF 250 $ $ A16 Remove and Replace 12"SDR 26 Wastewater Line(>18'Depth) LF 250 $ $ Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 1 of 20 Page 1 of 20 City Project No.18157A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A17 Remove and Replace 15"SDR 26 Wastewater Line(0'-6'Depth) LF 250 $ $ A18 Remove and Replace 15"SDR 26 Wastewater Line(6'-10'Depth) LF 250 $ $ A19 Remove and Replace 15"SDR 26 Wastewater Line(10'-14'Depth) LF 250 $ $ A20 Remove and Replace 15"SDR 26 Wastewater Line(14'-18'Depth) LF 250 $ $ A21 Remove and Replace 15"SDR 26 Wastewater Line(>18'Depth) LF 250 $ $ A22 Remove and Replace 18"PSI 15 Wastewater Line(0'-6'Depth) LF 150 $ $ A23 Remove and Replace 18"PSI 15 Wastewater Line(6'-10'Depth) LF 150 $ $ A24 Remove and Replace 18"PSI 15 Wastewater Line(10'-14'Depth) LF 150 $ $ A25 Remove and Replace 18"PSI 15 Wastewater Line(14'-18'Depth) LF 150 $ $ A26 Remove and Replace 18"PSI 15 Wastewater Line(>18'Depth) LF 150 $ $ A27 Remove and Replace 24"PSI 15 Wastewater Line(0'-6'Depth) LF 150 $ $ A28 Remove and Replace 24"PSI 15 Wastewater Line(6'-10'Depth) LF 150 $ $ A29 Remove and Replace 24"PSI 15 Wastewater Line(10'-14'Depth) LF 150 $ $ A30 Remove and Replace 24"PSI 15 Wastewater Line(14'-18'Depth) LF 150 $ $ A31 Remove and Replace 24"PSI 15 Wastewater Line(>18'Depth) LF 150 $ $ A32 Remove and Replace 30"PSI 15 Wasetwater Line(0'-6'Depth) LF 150 $ $ Ulu A33 Remove and Replace 30"PSI 15 Wasetwater Line(6'-10'Depth) LF 150 $ $ A34 Remove and Replace 30"PSI 15 Wasetwater Line(10'-14'Depth) LF 150 $ $ A35 Remove and Replace 30"PSI 15 Wasetwater Line(14'-18'Depth) LF 150 $ $ A36 Remove and Replace 30"PSI 15 Wasetwater Line(>18'Depth) LF 150 $ $ A37 Remove and Replace 36"PSI 15 Wastewater Line(0'-6'Depth) LF 100 $ $ A38 Remove and Replace 36"PSI 15 Wastewater Line(6'-10'Depth) LF 100 $ $ - A39 Remove and Replace 36"PSI 15 Wastewater Line(10'-14'Depth) LF 100 $ $ A40 Remove and Replace 36"PSI 15 Wastewater Line(14'-18'Depth) LF 100 $ $ Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 2 of 20 City Project No.18157A Page 2 of 20 QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A41 Remove and Replace 36"PSI 15 Wastewater Line(>18'Depth) LF 100 $ $ A42 Remove and Replace<8"DR 18 Wastewater Line(0'-6'Depth) LF 100 $ $ A43 Remove and Replace<8"DR 18 Wastewater Line(6'-10'Depth) LF 100 $ $ A44 Remove and Replace<8"DR 18 Wastewater Line(10'-14'Depth) LF 100 $ $ A45 Remove and Replace<8"DR 18 Wastewater Line(14'-18'Depth) LF 100 $ $ A46 Remove and Replace<8"Wastewater Line DR 18 Wastewater Line(>18"Depth) LF 100 $ $ A47 Remove and Replace 10"DR 18 Wastewater Line(0'-6'Depth) LF 100 $ $ A48 Remove and Replace 10"DR 18 Wastewater Line(6'-10'Depth) LF 100 $ $ A49 Remove and Replace 10"DR 18 Wastewater Line(10'-14'Depth) LF 100 $ $ A50 Remove and Replace 10"DR 18 Wastewater Line(14'-18'Depth) LF 100 $ $ A51 Remove and Replace 10"DR 18 Wastewater Line(>18'Depth) LF 100 $ $ A52 Remove and Replace 12"DR 18 Wastewater Line(0'-6'Depth) LF 100 $ $ A53 Remove and Replace 12"DR 18 Wastewater Line(6'-10'Depth) LF 100 $ $ A54 Remove and Replace 12"DR 18 Wastewater Line(10'-14'Depth) LF 100 $ $ A55 Remove and Replace 12"DR 18 Wastewater Line(14'-18'Depth) LF 100 $ $ A56 Remove and Replace 12"DR 18 Wastewater Line(>18'Depth) LF 100 $ $ Ulu A57 Remove and Replace 16"DR 18 Wastewater Line(0'-6'Depth) LF 100 $ $ A58 Remove and Replace 16"DR 18 Wastewater Line(6'-10'Depth) LF 100 $ $ A59 Remove and Replace 16"DR 18 Wastewater Line(10'-14'Depth) LF 100 $ $ A60 Remove and Replace 16"DR 18 Wastewater Line(14'-18'Depth) LF 100 $ $ A61 Remove and Replace 16"DR 18 Wastewater Line(>18'Depth) LF 100 $ $ Ulu A62 Remove and Replace 18"DR 18 Wastewater Line(0'-6'Depth) LF 100 $ $ A63 Remove and Replace 18"DR 18 Wastewater Line(6'-10'Depth) LF 100 $ $ A64 Remove and Replace 18"DR 18 Wastewater Line(10'-14'Depth) LF 100 $ $ Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 3 of 20 City Project No.18157A Page 3 of 20 QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A65 Remove and Replace 18"DR 18 Wastewater Line(14'-18'Depth) LF 100 $ $ A66 Remove and Replace 18"DR 18 Wastewater Line(>18'Depth) LF 100 $ $ A67 Remove and Replace 24"DR 18 Wastewater Line(0'-6'Depth) LF 100 $ $ A68 Remove and Replace 24"DR 18 Wastewater Line(6'-10'Depth) LF 100 $ $ A69 Remove and Replace 24"DR 18 Wastewater Line(10'-14'Depth) LF 100 $ $ A70 Remove and Replace 24"DR 18 Wastewater Line(14'-18'Depth) LF 100 $ $ A71 Remove and Replace 24"DR 18 Wastewater Line(>18'Depth) LF 100 $ $ A72 Remove and Replace 30"DR 18 Wastewater Line(0'-6'Depth) LF 100 $ $ A73 Remove and Replace 30"DR 18 Wastewater Line(6'-10'Depth) LF 100 $ $ A74 Remove and Replace 30"DR 18 Wastewater Line(10'-14'Depth) LF 100 $ $ A75 Remove and Replace 30"DR 18 Wastewater Line(14'-18'Depth) LF 100 $ $ A76 Remove and Replace 30"DR 18 Wastewater Line(>18'Depth) LF 100 $ $ A77 Remove and Replace 36"DR 21 Wastewater Line(0'-6'Depth) LF 100 $ $ A78 Remove and Replace 36"DR 21 Wastewater Line(6'-10'Depth) LF 100 $ $ A79 Remove and Replace 36"DR 21 Wastewater Line(10'-14'Depth) LF 100 $ $ A80 Remove and Replace 36"DR 21 Wastewater Line(14'-18'Depth) LF 100 $ $ A81 Remove and Replace 36"DR 21 Wastewater Line(>18'Depth) LF 100 $ $ A82 Trench Safety for Removing &Replacing Wastewater Line(0'-6'Depth) LF 1150 $ $ A83 Trench Safety for Removing &Replacing Wastewater Line(6'-10'Depth) LF 1150 $ $ A84 Trench Safety for Removing &Replacing Wastewater Line(10'-14'Depth) LF 1150 $ $ A85 Trench Safety for Removing &Replacing Wastewater Line(14'-18'Depth) LF 1150 $ $ A86 Trench Safety for Removing &Replacing Wastewater Line(>18'Depth) LF 1150 $ $ A87 Service Re-Connection for<8"Removal&Replacement EA 10 $ - $ - A88 Service Re-Connection for 10"Removal&Replacement EA 10 $ - $ - Addendum No. 3 Bid Form Attachment No1 City-Wide Wastewater Collection System ID/IQ .PROGRAM FY19 Page 4 of 20 City Project No.18157A Page 4 of 20 QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A89 Service Re-Connection for 12"Removal&Replacement EA 10 $ - $ - A90 Service Re-Connection for 16"Removal&Replacement EA 10 $ - $ - A91 Service Re-Connection for 18"Removal&Replacement EA 5 $ - $ - A92 Service Re-Connection for 24"Removal&Replacement EA 5 $ - $ - A93 Service Re-Connection for 30"Removal&Replacement EA 5 $ - $ - A94 Service Re-Connection for 36"Removal&Replacement EA 5 $ - $ - A95 Rehab<8"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 7500 $ $ A96 Rehab<8"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 15000 $ $ A97 Rehab<8"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 2500 $ $ A98 Rehab 10"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 3000 $ $ A99 Rehab 10"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(to'-18'Depth) LF 6000 $ $ A100 Rehab 10"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 1000 $ $ A101 Rehab 12"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 2000 $ $ A102 Rehab 12"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(to'-18'Depth) LF 3500 $ $ A103 Rehab 12"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 1000 $ $ A104 Rehab 16"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 250 $ $ Ulu A105 Rehab 16"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(to'-18'Depth) LF 250 $ $ A106 Rehab 16"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 250 $ $ A107 Rehab 18"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 250 $ $ A108 Rehab 18"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(to'-18'Depth) LF 250 $ $ A109 Rehab 18"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 250 $ $ Ulu A110 Rehab 24"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 250 $ $ Al l l Rehab 24"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(to'-18'Depth) LF 250 $ $ At 12 Rehab 24"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 250 $ $ Addendum No. 3 Bid Form Attachment No1 City-Wide Wastewater Collection System ID/IQ .PROGRAM FY19 Page 5 of 20 City Project No.18157A Page 5 of 20 QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A113 Rehab 30"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 250 $ $ A114 Rehab 30"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 250 $ $ A115 Rehab 30"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 250 $ $ At 16 Rehab 36"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 250 $ $ A117 Rehab 36"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 250 $ $ A118 Rehab 36"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 250 $ $ At 19 Rehab<8"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 1000 $ $ A120 Rehab<8"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 2000 $ $ A121 Rehab<8"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 750 $ $ A122 Rehab 10"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 1000 $ $ A123 Rehab 10"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 2000 $ $ A124 Rehab 10"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 750 $ $ A125 Rehab 12"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 1000 $ $ A126 Rehab 12"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 500 $ $ A127 Rehab 12"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 500 $ $ A128 Rehab 16"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ Ulu A129 Rehab 16"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ A130 Rehab 16"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ A131 Rehab 18"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ A132 Rehab 18"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ A133 Rehab 18"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ Ulu A134 Rehab 24"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ A135 Rehab 24"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ A136 Rehab 24"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 6 of 20 Page 6 of 20 City Project No.18157A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A137 Rehab 30"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ A138 Rehab 30"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ A139 Rehab 30"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ A140 Rehab 36"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ A141 Rehab 36"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ A142 Rehab 36"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ Upsizing of Wastewater Line for Pipebursting(Greater than one pipe size,max 1.5 times A143 LF 3000 $ $ existing diameter),all sizes,all depths A144 Service Re-connection for 8"Pipe Bursting(All Depths) EA 750 $ - $ - A145 Service Re-connection for 10"Pipe Bursting(All Depths) EA 500 $ - $ - A146 Service Re-connection for 12"Pipe Bursting(All Depths) EA 75 $ - $ - A147 Service Re-connection for 16"Pipe Bursting(All Depths) EA 20 $ - $ - A148 Service Re-connection for(18"-36") Pipe Bursting(All Depths) EA 10 $ - $ - A149 Rehab 8"Wastewater Line CIPP(0'-15'Depth) LF 100 $ $ A150 Rehab 8"Wastewater Line CIPP(>15'Depth) LF 100 $ $ A151 Rehab 10"Wastewater Line CIPP(0'-15'Depth) LF 100 $ $ A152 Rehab 10"Wastewater Line CIPP(>15'Depth) LF 100 $ $ Ulu A153 Rehab 12"Wastewater Line CIPP(0'-15'Depth) LF 100 $ $ A154 Rehab 12"Wastewater Line CIPP(>15'Depth) LF 100 $ $ A155 Rehab 15"Wastewater Line CIPP(0'-15'Depth) LF 100 $ $ A156 Rehab 15"Wastewater Line CIPP(>15'Depth) LF 100 $ $ A157 Rehab 18"Wastewater Line CIPP(0'-15'Depth) LF 75 $ $ Ulu A158 Rehab 18"Wastewater Line CIPP(>15'Depth) LF 75 $ $ A159 Rehab 24"Wastewater Line CIPP(0'-15'Depth) LF 75 $ $ A160 Rehab 24"Wastewater Line CIPP(>15'Depth) LF 75 $ $ Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 7 of 20 Page 7 of 20 City Project No.18157A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A161 Rehab 30"Wastewater Line CIPP(0'-15'Depth) LF 75 $ $ A162 Rehab 30"Wastewater Line CIPP(>15'Depth) LF 75 $ $ A163 Rehab 36"Wastewater Line CIPP(0'-15'Depth) LF 75 $ $ A164 Rehab 36"Wastewater Line CIPP(>15'Depth) LF 75 $ $ A165 Service Re-connection for 8"CIPP Wastewater Line(All Depths) EA 10 $ - $ - A166 Service Re-connection for 10"CIPP Wastewater Line(All Depths) EA 10 $ - $ - A167 Service Re-connection for 12"CIPP Wastewater Line(All Depths) EA 10 $ - $ - A168 Service Re-connection for 15"CIPP Wastewater Line(All Depths) EA 5 $ - $ - A169 Service Re-connection for(18"-36")CIPP Wastewater Line(All Depths) EA 5 $ - $ - A170 Joint Testing of(8"-12")Wastewater Line(all depths) EA 100 $ $ A171 Joint Grouting of(8"-12")Wastewater Line(all depths) EA 100 $ $ A172 Testing Lateral Connections (all sizes,all depths) EA 60 $ - $ - A173 Grouting Lateral Connections(all sizes,all depths) EA 45 $ - $ - A174 Chemical Grout,complete in place per gallon GA 100 $ - $ A175 Point Repair<8"SDR26 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ $ A176 Point Repair<8"SDR 26 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ $ Ulu A177 Point Repair<8"SDR 26 Wastewater Line(10'-14'Depth)(15 LF Min) LF 50 $ $ A178 Point Repair<8"SDR 26 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ $ A179 Point Repair<8"SDR 26 Wastewater(>18'Depth)(15 LF Min) LF 50 $ $ A180 Point Repair 10"SDR 26 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ $ A181 Point Repair 10"SDR 26 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ $ Ulu A182 Point Repair 10"SDR 26 Wastewater Line(10'-14'Depth)(15 LF Min) LF 50 $ $ IN- A183 Point Repair 10"SDR 26 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ $ A184 Point Repair 10"SDR 26 Wastewater(>18'Depth)(15 LF Min) LF 50 $ $ Addendum No. 3 Attachment No. 1 Bid Form City-Wide Wastewater Collection System 0/I0,PROGRAM FY19 Page 8 of 20 Page 8 of 20 City Project No.18157A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A185 Point Repair 12"SDR 26 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ $ A186 Point Repair 12"SDR 26 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ $ A187 Point Repair 12"SDR 26 Wastewater Line(10'-14'Depth)(15 LF Min) LF 50 $ $ A188 Point Repair 12"SDR 26 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ $ A189 Point Repair 12"SDR 26 Wastewater Line(>18'Depth)(15 LF Min) LF 50 $ $ A190 Point Repair 15"SDR 26 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ $ A191 Point Repair 15"SDR 26 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ $ A192 Point Repair 15"SDR 26 Wastewater Line(TO'-14'Depth)(15 LF Min) LF 50 $ $ A193 Point Repair 15"SDR 26 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ $ A194 Point Repair 15"SDR 26 Wastewater Line(>18'Depth)(15 LF Min) LF 50 $ $ A195 Point Repair 18"PS115 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ $ A196 Point Repair 18"PS115 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ $ A197 Point Repair 18"PS115 Wastewater Line(TO'-14'Depth)(15 LF Min) LF 50 $ $ A198 Point Repair 18"PS115 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ $ A199 Point Repair 18"PS115 Wastewater Line(>18' Depth)(15'Depth)(15 LF Min) LF 50 $ $ A200 Point Repair 24"PS115 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ $ Ulu A201 Point Repair 24"PS115 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ $ In- A202 Point Repair 24"PS115 Wastewater Line(TO'-14'Depth)(15 LF Min) LF 50 $ $ A203 Point Repair 24"PS115 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ $ A204 Point Repair 24"PS115 Wastewater Line(>18'Depth)(15 LF Min) LF 50 $ $ A205 Point Repair 30"PS115 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ $ Ulu A206 Point Repair 30"PS115 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ $ In- A207 Point Repair 30"PS115 Wastewater Line(TO'-14'Depth)(15 LF Min) LF 50 $ $ A208 Point Repair 30"PS115 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ $ Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 9 of 20 Page 9 of 20 City Project No.18157A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A209 Point Repair 30"PS115 Wastewater Line(>18'Depth)(15 LF Min) LF 50 $ $ A210 Point Repair 36"PS115 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ $ A211 Point Repair 36"PS115 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ $ A212 Point Repair 36"PS115 Wastewater Line(TO'-14'Depth)(15 LF Min) LF 50 $ $ A213 Point Repair 36"PS115 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ $ A214 Point Repair 36"PS115 Wastewater Line(>18'Depth)(15 LF Min) LF 50 $ $ A215 Trench Safety for Wastewater Line Point Repair LF 1500 $ $ (All Line Sizes&Depths) A216 Obstruction Removal by Remote Device(All Depths) EA 5 $ $ A217 Obstruction Removal by Excavation(0'-10'Depth) EA 20 $ $ A218 Obstruction Removal by Excavation(10'-18'Depth) EA 20 $ $ A219 Obstruction Removal by Excavation(>18'Depth) EA 20 $ $ A220 Service Lateral Replacement(0'-6'Depth Main,Includes Clean Out,Boot,Coupling,etc) LF 100 $ $ (<10 LF) A221 Service Lateral Replacement(6'-10'Depth Main,Includes Clean Out,Boot,Coupling, LF 100 $ $ etc)(<10 LF) A222 Service Lateral Replacement(10'-14'Depth Main,Includes Clean Out,Boot,Coupling, LF 100 $ $ etc)(<10 LF) A223 Service Lateral Replacement(14'-18'Depth Main,Includes Clean Out,Boot,Coupling, LF 100 $ $ etc)(<10 LF) A224 Service Lateral Replacement(>18'Depth Main,Includes Clean Out,Boot,Coupling,etc) LF 100 $ $ (<10 LF) A225 Well Pointing for Line Work,Manhole,or Point Repair(Per LF of Trench)(0'-6'Depth) LF 500 $ $ (15 LF Min) A226 Well Pointing for Line Work,Manhole,or Point Repair(Per LF of Trench)(6'-10'Depth) LF 500 $ $ (15 LF Min) A227 Well Pointing for Line Work,Manhole,or Point Repair(Per LF of Trench)(10'-14' LF 500 $ $ Depth)(15 LF Min) A228 Well Pointing for Line Work,Manhole,or Point Repair(Per LF of Trench)(14'-18' LF 150 $ $ Depth)(15 LF Min) A229 Well Pointing for Line Work,Manhole,or Point Repair(Per LF of Trench)(>18'Depth) LF 150 $ $ (15 LF Min) A230 Remove&Replace 4"PVC Wastewater Forcemain(0'-6'Depth) LF 100 $ $ A231 Remove&Replace 4"PVC Wastewater Forcemain(6'-10'Depth) LF 100 $ $ A232 Remove&Replace 6"PVC Wastewater Forcemain(0'-6'Depth) LF 100 $ $ A233 Remove&Replace 6"PVC Wastewater Forcemain(6'-10'Depth) LF 100 $ $ A234 Remove&Replace 8"PVC Wastewater Forcemain(0'-6'Depth) LF 100 $ $ Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 10 of 20 City Project No.18157A Page 10 of 20 QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A235 Remove&Replace 8"PVC Wastewater Forcemam(6'-10'Depth) LF 100 $ $ A236 Remove&Replace 10"PVC Wastewater Forcemam(0'-6'Depth) LF 100 $ $ A237 Remove&Replace 10"PVC Wastewater Forcemam(6'-10'Depth) LF 100 $ $ A238 Remove&Replace 12"PVC Wastewater Forcemam(0'-6'Depth) LF 100 $ $ A239 Remove&Replace 12"PVC Wastewater Forcemam(6'-10'Depth) LF 100 $ $ A240 Remove&Replace 14"PVC Wastewater Forcemam(0'-6'Depth) LF 100 $ $ A241 Remove&Replace 14"PVC Wastewater Forcemam(6'-10'Depth) LF 100 $ $ A242 Remove&Replace 16"PVC Wastewater Forcemam(0'-6'Depth) LF 100 $ $ A243 Remove&Replace 16"PVC Wastewater Forcemam(6'-10'Depth) LF 100 $ $ A244 Remove&Replace 18"PVC Wastewater Forcemam(0'-6'Depth) LF 150 $ $ A245 Remove&Replace 18"PVC Wastewater Forcemam(6'-10'Depth) LF 150 $ $ A246 Remove&Replace 20"PVC Wastewater Forcemam(0'-6'Depth) LF 150 $ $ A247 Remove&Replace 20"PVC Wastewater Forcemam(6'-10'Depth) LF 150 $ $ A248 Remove&Replace 24"PVC Wastewater Forcemam(0'-6'Depth) LF 500 $ $ A249 Remove&Replace 24"PVC Wastewater Forcemam(6'-10'Depth) LF 250 $ $ A250 Remove&Replace 30"PVC Wastewater Forcemam(0'-6'Depth) LF 150 $ $ Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 11 of 20 Page 11 of 20 City Project No.18157A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A251 Remove&Replace 30"PVC Wastewater Forcemain(6'-10'Depth) LF 150 $ $ A252 Remove&Replace 36"PVC Wastewater Forcemain(0'-6'Depth) LF 150 $ $ A253 Remove&Replace 36"PVC Wastewater Forcemain(6'-10'Depth) LF 150 $ $ A254 Trench Safety for Forcemain(All Line Sizes&Depths) LF 1000 $ $ A255 Control of Wastewater Flows with Bypass Pumping(Lines<8") DAY 50 $ - $ - A256 Bypass Force Main for Control of<8"Wastewater Flows LF 1000 $ - $ - A257 Control of Wastewater Flows with Bypass Pumping (10"-12"Lines) DAY 50 $ $ A258 Bypass Force Main for Control of 10"-12"Wastewater Flows LF 1000 $ $ A259 Control of Wastewater Flows with Bypass Pumping(15"-18"Lines) DAY 25 $ $ A260 Bypass Force Main for Control of 15"-18"Wastewater Flows LF 1000 $ $ A261 Control of Wastewater Flows with Bypass Pumping(24"Lines) DAY 40 $ - $ - A262 Bypass Force Main for Control of 24"Wastewater Flows LF 1000 $ - $ - A263 Control of Wastewater Flows with Bypass Pumping(30"Lines) DAY 25 $ - $ - A264 Bypass Force Main for Control of 30"Wastewater Flows LF 500 $ - $ A265 Control of Wastewater Flows with Bypass Pumping(36"Lines) DAY 25 $ - $ - A266 Bypass Force Main for Control of 36"Wastewater Flows LF 500 $ - $ Ulu- A267 Furnish Frac Tank(24-Hour Period) DAY 100 $ $ A268 Furnish Vacuum Truck(Tandem)(24-Hour Period) DAY 100 $ - $ - Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 12 of 20 Page 12 of 20 City Project No.18157A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A269 Plugs and/or Flow-thru Plugs(<8") DAY 100 $ $ A270 Plugs and/or Flow-thru Plugs(10") DAY 100 $ $ A271 Plugs and/or Flow-thru Plugs(12") DAY 100 $ $ A272 Plugs and/or Flow-thru Plugs(14") DAY 100 $ $ A273 Plugs and/or Flow-thru Plugs(15") DAY 75 $ $ A274 Plugs and/or Flow-thru Plugs(18") DAY 75 $ $ A275 Plugs and/or Flow-thru Plugs(20") DAY 75 $ $ A276 Plugs and/or Flow-thru Plugs(30") DAY 75 $ $ A277 Plugs and/or Flow-thru Plugs(36") DAY 75 $ $ A278 PRE CCTV-Clean&Televise Wastewater Lines(Lines<8") LF 30000 $ $ A279 POST CCTV-Televise Wastewater Lines(Lines<8") LF 30000 $ $ A280 PRE CCTV-Clean&Televise Wastewater Lines(10"-12"Lines) LF 16500 $ $ A281 POST CCTV- Televise Wastewater Lines(10"-12"Lines) LF 16500 $ $ A282 PRE CCTV-Clean&Televise Wastewater Lines(15"-18"Lines) LF 4000 $ $ A283 POST CCTV-Televise Wastewater Lines(15"-18"Lines) LF 4000 $ $ A284 PRE CCTV-Clean&Televise Wastewater Lines(24"Lines) LF 2000 $ $ A285 POST CCTV-Televise Wastewater Lines(24"Lines) LF 2000 $ $ A286 PRE CCTV-Clean&Televise Wastewater Lines(30"Lines) LF 500 $ $ A287 POST CCTV- Televise Wastewater Lines(30"Lines) LF 500 $ $ A288 PRE CCTV-Clean&Televise Wastewater Lines(36"Lines) LF 500 $ $ A289 POST CCTV-Televise Wastewater Lines(36"Lines) LF 500 $ $ Of A290 CCTV Reverse Set-up (Unable to Traverse Line on Initial Set-up) EA 10 $ - $ - A291 CCTV Set-ups EA 25 $ $ A292 Clean&CCTV Manhole/Manhole Inspection EA 25 $ $ Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System 0/I0,PROGRAM FY19 Page 13 of 20 Page 13 of 20 City Project No.18157A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A293 DIP(<8")Fittings(Includes necessary gaskets,bolts,MJ joints,and all fitting EA 10 $ $ appurtenances) A294 DIP(10"-12")Fittings(Includes necessary gaskets,bolts,MJ joints,and all fitting EA 10 $ $ appurtenances) A295 DIP(15"-18")Fittings(Includes necessary gaskets,bolts,MJ joints,and all fitting EA 10 $ $ appurtenances) A296 DIP(21"-24")Fittings(Includes necessary gaskets,bolts,MJ joints,and all fitting EA 10 $ $ appurtenances) A297 DIP(30"-36")Fittings(Includes necessary gaskets,bolts,MJ joints,and all fitting EA 10 $ $ appurtenances) (<8")Mechanically Restrained Coupling Adapters&associated hardware(Mega lug or A298 EA 25 $ $ Engineer approved equal) A299 (10"-12")Mechanically Restrained Coupling Adapters&associated hardware(Mega lug EA 25 $ $ or Engineer approved equal) A300 (15"-18")Mechanically Restrained Coupling Adapters&associated hardware(Mega lug EA 25 $ $ or Engineer approved equal) A301 (21"-24")Mechanically Restrained Coupling Adapters&associated hardware(Mega lug EA 25 $ $ or Engineer approved equal) (30"-36")Mechanically Restrained Coupling Adapters&associated hardware(Mega lug A302 EA 25 $ $ or Engineer approved equal) A303 <8"Steel Casing Pipe LF 75 $ $ A304 12"Steel Casing Pipe LF 75 $ $ A305 18"Steel Casing Pipe LF 75 $ $ A306 24"Steel Casing Pipe LF 50 $ $ A307 30"Steel Casing Pipe LF 50 $ $ A308 36"Steel Casing Pipe LF 50 $ $ A309 Remove Existing Wastewater Manhole(All sizes) EA 50 $ $ A310 Replace 4 ft Dia Wastewater Manhole(0'-6'Depth) EA 40 $ $ A311 Extra Depth for 4 ft Dia Wastewater Manhole(Over 6'Depth) VF 60 $ $ A312 Replace 5 ft Dia Wastewater Manhole(0'-6'Depth) EA 5 $ $ A313 Extra Depth for 5 ft Dia Wastewater Manhole(Over 6'Depth) VF 10 $ $ A314 Replace 6 ft Dia Wastewater Manhole(0'-6'Depth) EA 5 $ $ A315 Extra Depth for 6 ft Dia Wastewater Manhole(Over 6'Depth) VF 10 $ $ A316 4 ft Dia Polymer System Manhole Rehab(0'-6'Depth) EA 100 $ $ Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 14 of 20 City Project No.18157A Page 14 of 20 QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A317 Extra Depth for 4 ft Dia.Polymer System Manhole Rehab(Over 6'Depth) VF 130 $ $ A318 5 ft Dia Polymer System Manhole Rehab(0'-6'Depth) EA 10 $ $ A319 Extra Depth for 5 ft Dia.Polymer System Manhole Rehab(Over 6'Depth) VF 20 $ $ A320 6 ft Dia Polymer System Manhole Rehab(0'-6'Depth) EA 5 $ $ A321 Extra Depth for 6 ft Dia.Polymer System Manhole Rehab(Over 6'Depth) VF 10 $ $ A322 4 ft Dia Wastewater Manhole ERP Rehab(0'-6'Depth) EA 50 $ $ A323 Extra Depth for 4 ft Dia.Wastewater Manhole ERP Rehab(Over 6'Depth) VF 80 $ $ A324 5 ft Dia Wastewater Manhole FRP Rehab(0'-6'Depth) EA 10 $ $ A325 Extra Depth for 5 ft Dia.Wastewater Manhole FRP Rehab.(Over 6'Depth) VF 20 $ $ A326 6 ft Dia Wastewater Manhole FRP Rehab(0'-6'Depth) EA 5 $ $ A327 Extra Depth for 6 ft Dia.Wastewater Manhole FRP Rehab.(Over 6'Depth) VF 10 $ $ A328 4 ft Dia Wastewater Manhole Concrete Rehab(0'-6'Depth) EA 5 $ $ A329 Extra Depth for 4 ft Dia.Wastewater Manhole Concrete Rehab.(Over 6'Depth) VF 10 $ $ A330 5 ft Dia Wastewater Manhole Concrete Rehab(0'-6'Depth) EA 15 $ $ A331 Extra Depth for 5 ft Dia.Wastewater Manhole Concrete Rehab.(Over 6'Depth) VF 20 $ $ A332 6 ft Dia Wastewater Manhole Concrete Rehab(0'-6'Depth) EA 25 $ $ Ulu A333 Extra Depth for 6 ft Dia.Wastewater Manhole Concrete Rehab.(Over 6'Depth) VF 30 $ $ A334 Trench Safety for Wastewater Manholes(0'-6'Depth) EA 115 $ $ A335 Extra Depth for Trench Safety for Wastewater Manholes(Over 6'Depth) VF 150 $ $ A336 Manhole Connections(<8") EA 200 $ $ A337 Manhole Connections(10"-12") EA 50 $ $ Ulu A338 Manhole Connections(15"-18") EA 20 $ $ A339 Manhole Connections(21"-24") EA 10 $ $ A340 Manhole Connections(30"-36") EA 10 $ $ Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 15 of 20 Page 15 of 20 City Project No.18157A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A341 Install 8"Drop Connection(All depths) EA 10 $ $ A342 Install 10"Drop Connection(All depths) EA 10 $ $ A343 Install 12"Drop Connection(All depths) EA 10 $ $ A344 Remove&Replace 30"Manhole Ring&Cover EA 10 $ $ (Includes S.S.inflow inhibitor&new HDPE adjustment rings) A345 Remove&Replace 36"Manhole Ring&Cover EA 10 $ $ (Includes S.S.inflow inhibitor&new HDPE adjustment rings) A346 Reconstruct Manhole Top Corbel(Any Size) EA 10 $ $ A347 Reconstruct Manhole Bench&Inverts as per specifications EA 10 $ - $ - A348 Cement Stabilized Sand Backfill(1.5 sacks of cement per ICY of sand) TON 1000 $ $ A349 Cut&Restore HMAC Pavement(Includes Prime Coat,12"Base&3"Thick Pavement) SY 1000 $ - $ - A350 Additional HMAC Pavement Thickness(1/2"per SY) SY 500 $ $ A351 Additional Limestone Base Thickness(1"per SY) SY 500 $ $ A352 Select Backfill Material CY 1000 $ $ A353 Flowable Backfill CY 500 $ $ A354 Cut&Restore Concrete Pavement(Includes Base&12"Pavement) SY 250 $ - $ A355 Additional Concrete Pavement Thickness(1"per SY) SY 100 $ - $ - A356 Signing&Traffic Control(Detail A) DAY 15 $ $ Of A357 Signing&Traffic Control(Detail B) DAY 15 $ $ A358 Signing&Traffic Control(Detail C) DAY 15 $ $ A359 Signing&Traffic Control(Detail D) DAY 15 $ $ A360 Signing&Traffic Control(Detail E) DAY 15 $ $ A361 Signing&Traffic Control(Detail F) DAY 15 $ $ Of A362 Signing&Traffic Control(Detail G) DAY 15 $ $ A363 Signing&Traffic Control(Detail H) DAY 15 $ $ A364 Signing&Traffic Control(Detail I) DAY 15 $ $ Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 16 of 20 Page 16 of 20 City Project No.18157A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A365 Signing&Traffic Control(Detail 1) DAY 15 $ $ A366 Signing&Traffic Control(Detail K) DAY 15 $ $ A367 Signing&Traffic Control(Detail L) DAY 15 $ $ A368 Signing&Traffic Control(Detail M) DAY 15 $ $ A369 Signing&Traffic Control(Detail N) DAY 15 $ $ A370 Portable Changeable Message Signs(PCMS) DAY 25 $ $ A371 Flashing Arrow Boards DAY 25 $ $ A372 Flagger,Complete in Place Per 24-hour Period DAY 10 $ $ A373 Removal&Replacement of Chain link Fencing LF 250 $ $ A374 Removal&Replacement of Wood Fencing LF 250 $ $ A375 Temporary Construction Entrance/Exit-All Weather Access Road EA 5 $ - $ - A376 Tree Removal(Up to 8"Dia.Trunk) EA 5 $ $ A377 Tree Removal(Greater Than 8"Dia Trunk) EA 5 $ - $ - A378 Erosion Control—Sodding SY 250 $ $ A379 Erosion Control—Seeding SY 250 $ $ A380 Erosion Control-Temporary Sediment Control Fence(Silt Fence and/or Silt Barrier) LF 1500 $ - $ Ulu- A381 Inlet Protection EA 25 $ $ A382 Remove and Replace Concrete Driveway SF 750 $ - $ - A383 Remove and Replace Concrete Sidewalk SF 1000 $ $ A384 Remove and Replace Curb and Gutter or Valley Gutter LF 500 $ - $ - A385 Remove and Replace Curb Ramp EA 5 $ $ Ulu A386 Grout Fill&Abandon in place CY 100 $ $ IN- A387 Remove,Relocate,and Reinstall Mail Box EA 5 $ - $ - A388 Install 8"cleanout,(0'-6'Depth main) EA 20 $ $ Addendum No. 3 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 17 of 20 Page 17 of 20 City Project No.18157A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A389 Install 8"cleanout,(6'-10'Depth main) EA 10 $ $ A390 Install 8"cleanout,(to'-14'Depth main) EA 20 $ $ A391 Install 8"cleanout,(14'-18'Depth main) EA 10 $ $ A392 Install 8"cleanout,(>18'Depth main) EA 10 $ $ A393 Power Pole Support DAY 10 $ $ A394 Site Clearing and Stripping AC 1 $ $ A395 Preparation and Implementation of a Traffic Control Plan Allowance AL 1 $ 10,000.00 $ 10,000.00 Subtotal Part A-General Conditions(Items At Through A431) Part B ADDITIVE ALTERNATE NO.1 (per SECTION 0123 10 ALTERNATES AND ALLOWANCES) B1 Rehab<8"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 10000 $ $ B2 Rehab<8"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 10000 $ $ B3 Rehab<8"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 750 $ $ B4 Rehab 10"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 5000 $ $ B5 Rehab 10"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(to'-18'Depth) LF 5000 $ $ B6 Rehab 10"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 600 $ $ B7 Rehab 12"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 1000 $ $ Of B8 Rehab 12"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(to'-18'Depth) LF 500 $ $ B9 Rehab 12"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 500 $ $ BIO Rehab 16"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 400 $ $ B l l Rehab 16"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(to'-18'Depth) LF 400 $ $ B12 Rehab 16"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 400 $ $ Ed B13 Rehab 18"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 400 $ $ B14 Rehab 18"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(to'-18'Depth) LF 400 $ $ B15 Rehab 18"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 400 $ $ NO B16 Rehab 24"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 400 $ $ B 17 Rehab 24"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(to'-18'Depth) LF 400 $ $ Addendum No. 3 Bid Form Attachment No1 City-Wide Wastewater Collection System ID/IQ .PROGRAM FY19 Page 18 of 20 City Project No.18157A Page 18 of 20 QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) B18 Rehab 24"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 400 $ $ B19 Rehab 30"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 400 $ $ B20 Rehab 30"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 400 $ $ B21 Rehab 30"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 400 $ $ B22 Rehab 36"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 400 $ $ B23 Rehab 36"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 400 $ $ B24 Rehab 36"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 10000 $ $ B25 Rehab<8"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 10000 $ $ B26 Rehab<8"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 750 $ $ B27 Rehab<8"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 5000 $ $ B28 Rehab 10"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 5000 $ $ B29 Rehab 10"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 600 $ $ B30 Rehab 10"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 1000 $ $ B31 Rehab 12"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 500 $ $ B32 Rehab 12"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 500 $ $ B33 Rehab 12"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ Ulu B34 Rehab 16"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ B35 Rehab 16"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ B36 Rehab 16"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ B37 Rehab 18"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ B38 Rehab 18"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ Ulu B39 Rehab 18"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ IN- B40 Rehab 24"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ B41 Rehab 24"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ B42 Rehab 24"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ B43 Rehab 30"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ UH - Addendum No. 3 Bid Form City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Attachment No. 1 Page 19 of 20 City Project No.18157A Page 19 of 20 QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) B44 Rehab 30"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ B45 Rehab 30"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ B46 Rehab 36"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ B47 Rehab 36"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ B48 Rehab 36"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 S $ Subtotal Part B-Additive Alternate No.l (Items Bl Through B48) BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A431) SUBTOTAL PART B-ADDITIVE ALTERNATE NOA(Items Bl thru B48) Total Extended Unit Prices(Items Al thru A431 and Bl thru B48)-For Evaluation Purposes ONLY To be applied to any and all items associated Emergency Coefficient with an Emergency Delivery Order as 1.50 defined in Measurement and Basis for Payment(01 29 01) Addendum No. 3 Attachment No. 1 Bid Form Page 20 of 20 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 20 of 20 City Project No.18157A ATTACHMENT 2. MEASUREMENT AND BASIS FOR PAYMENT Addendum No. 3 009101-9 City-Wide Wastewater ID/IQ 2019 18157A Rev 01-08-2016 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A1—Mobilization/Bonds/Insurance (8%): 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 8%of the total Contract Price ($800,000). Addendum No. 3 Measurement and Basis for Payment 012901- 1 City-Wide Wastewater ID/IQ 2019 Attachment No. 2 City Project No. 18157A Page 1 of 12 Rev 12/2018 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on SECTION T-000500. B. Bid Item A2-A81—Remove and Replace Wastewater Line (Open trench): 1. Measuring for payment is on a per linear foot basis for each size and depth range installed 2. Measurement shall include all materials, labor, bedding, backfilling, testing and certification, equipment and incidentals required for trenching, installing the new line, surface restoration, clean-up, and other work as required. C. Bid Item A82—A86—Excavation Safety for Removing and Replacing Wastewater Line: 1. Measuring for payment is on a per linear foot basis. 2. Measurement shall include all materials, labor, equipment and incidentals required to provide for worker safety in trenches and excavations for the project. D. Bid Item A87—A94—Service Re-connection for Removal and Replacement: 1. Measuring for payment is on a per each basis for each main size specified. 2. Measurement shall include all materials, labor, bedding, backfilling, testing and certification, equipment and incidentals required for trenching required to re-connect the service. E. Bid Item A95—A142— Rehab Wastewater Line (Pneumatic Pipe Bursting): 1. Measuring for payment is on a per linear foot basis for each size and depth range installed. 2. Measurement shall include all materials, labor, equipment and incidentals required for trenching, installing the new line, surface restoration, clean-up, manhole bench and invert restoration, backfill and other work as required. F. Bid Item A143— Upsizing of Wastewater Line 1. Measuring for payment is on a per linear foot basis for all sizes and all depths installed. 2. Measurement shall include all materials, labor, equipment and incidentals required to complete additional work associated with upsizing of main in conjunction with appropriate bid item from WW95-WW142. G. Bid Item A144—A148—Service Re-connection for Pipe Bursting: 1. Measuring for payment is on a per each basis for each main size specified. 2. Measurement shall include all materials, labor, bedding, backfilling, testing and certification, equipment and incidentals required for trenching required to re-connect the service. H. Bid Item A149—A164—Rehab Wastewater Line (Cured-in-Place-Pipe, CIPP): 1. Measuring for payment is on a per linear foot basis for each size and depth range installed. 2. Measurement shall include all liners installed in between the centers of upstream and downstream manholes, and include all materials, labor, equipment and incidentals Addendum No. 3 Measurement and Basis for Payment Attachment No. 2 012901-2 City-Wide Wastewater ID/IQ 2019 Page 2 of 12 City Project No. 18157A Rev 12/2018 required for installing the new liners, site restoration, clean-up, and other work as required. I. Bid Item A165—A169—Service Re-connection for CIPP: 1. Measuring for payment is on a per each basis for each main size specified. 2. Measurement shall include all materials, labor, equipment, incidentals, site cleaning and restoration, and all other work required to re-connect the service. J. Bid Item A170—Joint Testing Wastewater Line 1. Measuring for payment is on a per joint basis for number of joints tested. 2. Measurement shall include all materials, labor, equipment,tools and incidentals for all aspects of testing pipe joints as specified and shown, including warranty testing. Visually leaking joints,whether tested or not, shall be paid under this item. Payment for testing joints following chemical sealing included under Packet Injection Grouting Item. Payment for Pre and Post Construction CCTV Inspection is under separate item. K. Bid Item A171—Joint Grouting Wastewater Line 1. Measuring for payment is on a per joint basis for number of joints chemically sealed. 2. Measurement shall include all materials (except grout), labor, equipment, tools and incidentals for all aspects of chemically sealing and immediate re-testing of pipe joints as specified. Payment for chemical grout is under separate item. Payment for Pre and Post Construction CCTV Inspection is under separate item. L. Bid Item A172—Testing Lateral Connections 1. Measuring for payment is on a per each basis for the number of lateral connections. 2. Measurement shall include all materials, labor, equipment and incidentals for all aspects of testing of lateral connection as specified and shown, including warranty testing. Payment for Post Construction CCTV Inspection is under separate item. M. Bid Item A173—Grouting Lateral Connections 1. Measuring for payment is on a per each basis for the number of lateral connections. 2. Measurement shall include all materials (except grout), labor, equipment, tools and incidentals for all aspects of packer injection grouting of lateral connections as specified and shown. Payment for chemical grout is under separate item. N. Bid Item A174-Chemical Grout 1. Measuring for payment is on a number of gallons of grout used for sealing the joints and lateral connections. 2. Measurement shall include all materials, labor, equipment,tools and incidentals required for all aspects of sealing mainline sewer pipe joints and connections. O. Bid Item A175—A214—Point Repair Wastewater Line: 1. Measuring for payment is on a linear foot basis for each size and depth range installed with a maximum of 50 LF. Addendum No. 3 Measurement and Basis for Payment Attachment No. 2 012901-3 City-Wide Wastewater ID/IQ 2019 Page 3 of 12 City Project No. 18157A Rev 12/2018 2. Measurement shall include excavation, hauling away and lawful disposal of excess excavated materials and debris, backfill, pipe, pipe fittings, adapters and concrete collars, and all other necessary work to complete. P. Bid Item A215—Excavation Safety for Wastewater Line Point Repair(All Line Sizes & Depths): 1. Measuring for payment is on a linear foot basis. 2. Measurement shall include all materials, labor, equipment and incidentals required for installing and removing trenching and excavation safety equipment required to complete the work. Q. Bid Item A216—Obstruction Removal by Remote Device: 1. Measuring for payment is on a per each basis. 2. Measurement shall include all materials, labor, and incidentals required to remove obstruction identified in a wastewater line segment which could inhibit satisfactory CCTV or cause a non-uniform liner pipe installation. R. Bid Item A217—A219—Obstruction Removal by Excavation: 1. Measuring for payment is on a per each basis for each depth range. 2. Measurement shall include all materials, labor, and equipment (other than point repair) required to remove obstruction through excavation when installation of wastewater line is in progress. Shall not be paid in conjunction with a point repair. S. Bid Item A220—A224—Service Lateral Replacement: 1. Measuring for payment shall be on a per linear foot basis for each mainline depth specified for each tap/lateral/service line being replaced. 2. Measurement shall include the line from the tee on the main to and including the clean-out at the property line and shall include all labor materials, equipment, backfill, trench safety and incidentals necessary for wastewater service lines (any size) required to complete the project. T. Bid Item A225—A229—Well Pointing for Line Work, Manhole or Point Repair 1. Measuring for payment shall be measured by the linear foot of trench being dewatered. 2. Measurement shall include all materials, equipment, pumps and labor necessary to furnish, install, operate and maintain the well point system as well as site restoration after completion of well pointing work. U. Bid Item A230-A253—Remove and Replace Wastewater Force main: 1. Measuring for payment is on a per linear foot basis for each size and depth range installed. 2. Measurement shall include all materials, labor, equipment and incidentals required for open trenching, installing the new line, surface restoration, clean-up, and other work as required. Addendum No. 3 Measurement and Basis for Payment Attachment No. 2 012901-4 City-Wide Wastewater ID/IQ 2019 Page 4 of 12 City Project No. 18157A Rev 12/2018 V. Bid Item A254— Excavation Safety for Force main: 1. Measuring for payment is on a per linear foot basis for all sizes. 2. Measurement shall include all materials, labor, equipment and incidentals required to provide for worker safety in trenches and excavations for the project. W. Bid Item A255, 257,A259,A261,A263, A265—Control of Wastewater Flows with Bypass Pumping: 1. Measuring for payment shall be on a per day basis for each line size specified. 2. Measurement shall include all material, labor, equipment and supervision necessary to complete the bypass design, planning, coordination, operation, maintenance, and removal. X. Bid Item A256, 258, A260, A262, A264, A266— Bypass Force Main for Control of Wastewater Flows 1. Measuring for payment shall be on a per linear foot basis for each line size specified. 2. Measurement shall include all material, labor, equipment, and installation of force main. Y. Bid Item A267 Furnish Frac Tank: 1. Measuring for payment shall be a on a per day(24-Hour Period) basis. 2. Measurement shall include all material, labor, disposal, and equipment required. This bid item shall not be used in conjunction with the CCTV bid items. Z. Bid Item A268 Furnish Vacuum Truck (Tandem): 1. Measuring for payment shall be a on a per day(24-Hour Period) basis. 2. Measurement shall include all material, labor, disposal, and equipment required. This bid item shall not be used in conjunction with the CCTV bid items. AA. Bid Item A269—A277—Plugs and/or Flow-thru plugs: 1. Measuring for payment shall be on a per day basis for each line size to be plugged. 2. Measurement shall include all material, labor, equipment required for installation and removal of plugs as required for the work. BB. Bid Item A278, A280, A282,A284,A286, A288—PRE CCTV-Clean & Televise Wastewater Lines: 1. Measuring for payment shall be on a per linear feet basis for each line size specified. 2. Measurement shall include all labor, equipment, materials and supervision necessary to complete the Clean and CCTV for those lines specified in delivery orders in accordance with T-027611. Measurement shall include MACP inspection of all manholes entered, crossed, or associated with the line being inspected . CC. Bid Item A279, A281, A283, A285, A287, A289—POST CCTV—Televise Wastewater Lines: 1. Measuring for payment shall be on a linear feet basis for each line size specified. Addendum No. 3 Measurement and Basis for Payment Attachment No. 2 012901-5 City-Wide Wastewater ID/IQ 2019 Page 5 of 12 City Project No. 18157A Rev 12/2018 2. Measurement shall include all labor, equipment, materials and supervision necessary to complete the Clean and CCTV for those lines specified in delivery orders in accordance with T-027611. Measurement shall include MACP inspection of all manholes entered, crossed, or associated with the line being inspected . DD. Bid Item A290—CCTV Reverse Set-up (Unable to Traverse Line on Initial Set-up): 1. Measuring for payment shall be on a per each basis in the event an obstruction is encountered during initial set-up requiring the Contractor to relocate to another manhole upstream or downstream of the original manhole. 2. Measurement shall include all labor, equipment, materials and supervision necessary to complete the item. EE. Bid Item A291—CCTV Set-ups: 1. Measuring for payment shall be on a per each basis in the event that an individual site requires less than 200 feet of televising. 2. Measurement shall include all labor, equipment, materials and supervision necessary to complete the item. FF. Bid Item A292—Clean &CCTV Manhole/ Manhole Inspection: 1. Measuring for payment shall be on a per each basis when used as a stand-alone manhole inspection (MACP) without Wastewater Line Inspection. 2. Measurement shall include all labor, equipment, materials and supervision necessary to complete the item. GG. Bid Item A293—A297—DIP Fittings 1. Measuring for payment shall be on a per each basis. HH. Bid Item A298—A302—Mechanically Restrained Coupling Adapters and Associated Hardware 1. Measuring for payment shall be on a per each basis. II. Bid Item A303—A308—Steel Casing Pipe 1. Measuring for payment shall be on a linear feet basis for each line size specified. JJ. Bid Item A309—Remove Existing Wastewater Manhole (All sizes): 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all labor, equipment, materials, disposal, and supervision necessary to complete the removal of the entire manhole. KK. Bid Item A310,A312,A313—Replace Wastewater Manhole (0'—6' Depth): 1. Measuring for payment shall be on a per each basis per diameter. 2. Measurement shall include all but not be limited to all foundation, manhole assembly, connection, cast iron frame and cover, bench and invert, concrete work, backfill, testing, and other work as required to complete the manhole. Measurement shall Addendum No. 3 Measurement and Basis for Payment Attachment No. 2 012901-6 City-Wide Wastewater ID/IQ 2019 Page 6 of 12 City Project No. 18157A Rev 12/2018 include all materials, labor, equipment, and other incidentals required to complete the work. LL. Bid Item A311, A313, A315— Extra Depth for Wastewater Manhole (Over 6' Depth): 1. Measuring for payment shall be on a per vertical foot basis for each foot over 6' Depth. 2. Measurement shall include all materials, labor, equipment and other incidentals required to replace wastewater manhole over 6' Depth. MM. Bid Item A316, A318, A320—Polymer System Manhole Rehab (0'—6' Depth): 1. Measuring for payment shall be on a per each basis per diameter. 2. Measurement shall include but not be limited to surface preparation, material installation, inspection, testing, and other work as required to complete the rehabilitation work including bench, pipe connections, cementitious wall repairs, polymer lining and inflow inhibitor. Measurement shall include all materials, labor, equipment, and other incidentals required to complete the work. NN. Bid Item A317, A319, A321— Extra Depth for Polymer System Manhole Rehab (Over 6' Depth): 1. Measuring for payment shall be on a per vertical foot basis for each foot over 6' Depth. 2. Measurement shall include all materials, labor, equipment and other incidentals required to rehabilitate the wastewater manhole over 6' Depth. 00. Bid Item A322, A324, A326—Manhole FRP Rehab (0'—6' Depth): 1. Measuring for payment shall be on a per each basis per diameter. 2. Measurement shall include, but not be limited to excavation, concrete foundation, manhole assembly, connections, inflow inhibitor, bench and invert, frame and cover, concrete work, backfill, testing and other work as required to complete the fiberglass manhole. Measurement shall include all materials, labor, equipment and other incidentals required to complete the work. PP. Bid Item A323, A325, A327— Extra Depth for Manhole FRP Rehab (Over 6' Depth): 1. Measuring for payment shall be on a vertical foot basis for each foot over 6' Depth. 2. Measurement shall include all materials, labor, equipment and other incidentals required to rehabilitate the wastewater manhole over 6' Depth. QQ. Bid Item A328, A330, A332—Manhole CSS Rehab (0'—6' Depth): 1. Measuring for payment shall be on a per each basis per diameter. 2. Measurement shall include but not be limited to surface preparation, material installation, inspection, testing, and other work as required to complete the rehabilitation work including bench, pipe connections, cementitious wall repairs, polymer lining and inflow inhibitor. Measurement shall include all materials, labor, equipment and other incidentals required to complete the work. Addendum No. 3 Measurement and Basis for Payment Attachment No. 2 012901-7 City-Wide Wastewater ID/IQ 2019 Page 7 of 12 City Project No. 18157A Rev 12/2018 RR. Bid Item A329, A331,A333—Extra Depth for Manhole CSS Rehab (Over 6' Depth): 1. Measuring for payment shall be on a vertical foot basis for each foot over 6' Depth. 2. Measurement shall include all materials, labor, equipment and other incidentals required to rehabilitate the wastewater manhole over 6' Depth. SS. Bid Item A334—Excavation Safety for Manholes (0'—6' Depth): 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all work, equipment, materials, personnel, and incidentals as required to provide for work safety in excavations. TT. Bid Item A335—Extra Depth for Excavation Safety for Manholes ( > 6' Depth): 1. Measuring for payment shall be on a per vertical foot basis. 2. Measurement shall include all work, equipment, materials, personnel, and incidentals as required to provide for work safety in excavation over base 6' Depth. UU. Bid Item A336—A340—Manhole Connections: 1. Measuring for payment shall be on a per each basis for the specified line sizes. 2. Measurement shall include all work, equipment, materials, labor, and incidentals as required to make connection to manhole, including wall cut out, connection, adapter, grout, Jeffcoat,etc. VV. Bid Item A341—A343—Drop Connections: 1. Measuring for payment shall be on a per each basis for the specified line sizes. 2. Measurement shall include all work, equipment, materials, labor,trench protection, and incidentals as required to make connection to manhole, including wall cut out, connection, adapter, grout,Jeffcoat, bends,etc. WW. Bid Item A344—A345 Remove & Replace Manhole Ring& Cover: 1. Measuring for payment shall be on a per each basis for each diameter specified. 2. Measurement shall include all work, equipment, materials including s.s. inflow inhibitor and new HDPE adjustment rings, labor, and incidentals required to complete the work. XX. Bid Item A346—Reconstruct Manhole Top Corbel (any size): 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all work, equipment, materials, labor, and incidentals required to complete the work. YY. Bid Item A347— Reconstruct Manhole Bench & Inverts: 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all work, equipment, materials, labor,Jeffcoat and incidentals required to complete the work. Shall not be paid in conjunction with manhole rehabs. Addendum No. 3 Measurement and Basis for Payment Attachment No. 2 012901-8 City-Wide Wastewater ID/IQ 2019 Page 8 of 12 City Project No. 18157A Rev 12/2018 ZZ. Bid Item A348—Cement Stabilized Sand Backfill (1.5 sacks of cement per 1 CY of sand): 1. Measuring for payment shall be on a per ton basis. 2. Measurement shall include all work, equipment, materials, labor and incidentals to backfill to the road base as specified on the plans. AAA. Bid Item A349—Cut& Restore HMAC Pavement (Includes Base & Prime Coat): 1. Measuring for payment shall be on a per square yard basis. 2. Measurement shall include all work, equipment, materials, labor and incidentals to cut & restore HMAC pavement according to the plans. BBB.Bid Item A350—Additional HMAC Pavement Thickness (1/2" per SY) 1. Measuring for payment shall be on a per square yard basis per%" additional thickness. 2. Measurement shall include all work, equipment, materials, labor and incidentals to cut & restore HMAC pavement according to the plans. CCC. Bid Item A351—Additional Limestone Base Thickness (1" per SY) 1. Measuring for payment shall be on a per square yard basis per 1" additional thickness. 2. Measurement shall include all work, equipment, materials, labor and incidentals to provide base material according to plans. DDD. Bid Item A352—Select Backfill Material: 1. Measuring for payment shall be on a per cubic yard basis. 2. Measurement shall include all work, equipment, materials, labor and incidental to provide backfill according to plans. EEE. Bid Item A353—Flowable Backfill: 1. Measuring for payment shall be on a per cubic yard basis. 2. Measurement shall include all work, equipment, materials, labor and incidental to provide backfill according to plans. FFF. Bid Item A354—Cut & Restore Concrete Pavement(includes Base) 1. Measuring for payment shall be on a per square yard basis. 2. Measurement shall include all work, equipment, materials, labor and incidentals to cut & restore concrete pavement according to the plans. GGG. Bid Item A355—Additional Concrete Pavement Thickness(1" per SY) 1. Measurement for payment shall be on a per square yard basis per 1" additional thickness. 2. Measurement shall include all work, equipment, materials, labor and incidentals to cut & restore concrete pavement according to the plans. HHH. Bid Item A356-A369—Signing& Traffic Control: 1. Measuring for payment shall be on a per day basis. Addendum No. 3 Measurement and Basis for Payment Attachment No. 2 012901-9 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Page 9 of 12 Rev 12/2018 2. Measurement shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flag-men and such temporary devices and relocation of existing signs and devices and all materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. Shall not be paid in conjunction with "Preparation and Implementation of a Traffic Control Plan Allowance". III. Bid Item A370—Portable Message Signs (PCMS): 1. Measuring for payment shall be on a per day basis. 2. Measurement shall including furnishing, installing, moving, replacing, and maintaining signs and all materials, labor, equipment, and incidentals necessary to complete the work. JJJ. Bid Item A371—Flashing Arrow Boards: 1. Measuring for payment shall be on a per day basis. 2. Measurement shall including furnishing, installing, moving, replacing, and maintaining boards and all materials, labor, equipment, and incidentals necessary to complete the work. KKK. Bid Item A372—Flagger: 1. Measuring for payment shall be on a per day basis. LLL. Bid Item A373—A374— Removal & Replacement of Fencing 1. Measuring for payment shall be on a per linear foot basis. 2. Measurement shall include furnishing and erecting all fence materials and all labor, equipment and incidentals necessary to complete the work. MMM. Bid Item A375—Temporary Construction Entrance/Exit—All Weather Access Road: 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all materials, labor, equipment and incidentals necessary to complete the work. NNN. Bid Item A376—A377-Tree Removal: 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all materials, labor, equipment and incidentals necessary to complete the work. 000. Bid Item A378—A379—Sodding & Seeding: 1. Measuring for payment shall be on a per square yard basis. 2. Measurement shall include excavation, transporting, storing, and placing of sod/seed, application of fertilizer and water and all materials, labor, equipment and incidentals necessary to complete the work. PPP. Bid Item A380—Erosion Control—Temporary Sediment Control Fence 1. Measuring for payment shall be on a linear foot basis. Measurement and Basis for Payment Addendum No. 3 0129 01- 10 City-Wide Wastewater ID/IQ 2019 Attachment No. 2 City Project No. 18157A Page 10 of 12 Rev 12/2018 2. Measurement shall include all materials, labor, equipment and incidentals necessary to install temporary fence. QQQ. Bid Item A381— Inlet Protection 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all materials, labor, equipment and incidentals necessary to complete work. RRR.Bid Item A382—A383— Remove and Replace Driveway/Sidewalk: 1. Measuring for payment shall be on a per square foot basis. 2. Measurement shall include all labor, materials, equipment, tools and incidentals required to complete the work. SSS. Bid Item A384—Remove and Replace Curb and Gutter or Valley Gutter: 1. Measuring for payment shall be on a per linear foot basis. 2. Measurement shall include all labor, materials, equipment, tools and incidentals required to complete the work. TTT. Bid Item A385—Remove and Replace Curb Ramp: 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all labor, materials, equipment, tools and incidentals required to complete the work. UUU. Bid Item A386—Grout Fill &Abandon in place: 1. Measurement shall be on a per cubic yard basis. 2. Measurement shall include all equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. VVV. Bid Item A387— Remove, Relocate, and Reinstall Mail Box: 1. Measurement shall be on a per each basis. 2. Measurement shall include all labor, materials, equipment, etc. required to complete the work. WWW. Bid Item A388—A392 Installing Cleanout 1. Measurement shall be on a per each basis. 2. Measurement shall include all labor, materials, equipment, etc. required to complete the work. XXX.Bid Item A393 Power Pole Support 1. Measurement shall be on a per day basis. 2. Measurement shall include all labor, materials, equipment, etc. required to complete the work. YYY. Bid Item A394—Site Clearing and Stripping 1. Measurement shall be on a per acre basis. Measurement and Basis for Payment Addendum No. 3 01 29 01- 11 City-Wide Wastewater ID/IQ 2019 Attachment No. 2 City Project No. 18157A Page 11 of 12 Rev 12/2018 2. Measurement shall include all labor, materials, equipment, etc. required to complete the work. Work is anticipated to be limited to utility easements ranging from 10 to 15 feetin width. ZZZ. Bid Item A395—Preparation and Implementation of a Traffic Control Plan Allowance per lump-sum: 1. Payment will be based on the Contractor's actual costs and will be negotiated. Such line item may not be utilized/paid in conjunction with a TCP that is included in the drawings/plans. Measurement for payment shall be on a lump sum basis. 2. Measurement shall include, but not be limited to,TCP prepared by a Texas license professional engineer,furnishing, installing, moving, replacing,and maintaining all temporary traffic controls including, but not limited to, barricades,signs, barriers,cones, lights, signals,temporary striping and markers,flag-men and such temporary devices and relocation of existing signs and devices and all materials, labor,equipment, and incidentals necessary to provide a safe condition and to complete the work. AAAA. Bid Item 131—B48 Rehab Wastewater Line (Static Pipe Bursting): 1. Measuring for payment is on a per linear foot basis for each size and depth range installed. 2. Measurement shall include all materials, labor, equipment, cost of insertions and retrieval pits, well pointing at insertions and retrieval pits, machine pits, pavement removal and replacement, testing, trenching, installing the new line, surface restoration, clean-up, manhole bench, and incidentals required to complete the replacement process as well as other associated work as required. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Addendum No. 3 Measurement and Basis for Payment Attachment No. 2 012901- 12 City-Wide Wastewater ID/IQ 2019 Page e 12 of 12 City Project No. 18157A Rev 12/2018 00 91 01 ADDENDUM NUMBER 4 Project: City-Wide Wastewater ID/IQ 2019 Project Number: Owner: City of Corpus Christi 18157A City Engineer: J.H. Edmonds, P.E. Designer: Ratna Pottumuthu, P.E. Addendum No. 4 Specification Section: 00 9101 Issue Date: 3/19/2019 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Cfo�c lt141 WE J9 J dmonds, P.E. Date Addendum Items: • Bid Opening Extended to Wednesday, March 27, 2019 at 2:00 pm. City of Corpus Christi, Tx ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgment Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgment Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS B. SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS—Article 3; SECTION 00 30 00 BID ACKOWLEDGMENT FORM —Article 1: 1. The date for receipt of Bids has been changed to Wednesday, March 27, 2019. The time and location for the receipt of Bids remains unchanged. END OF ADDENDUM NO. 4 Addendum No. 4 009101- 1 City-Wide Wastewater ID/IQ 18157A Rev 01-08-2016 009101 ADDENDUM NUMBER 5 Project: City-Wide Wastewater ID/IQ 2019 A Project Number: Owner: City of Corpus Christi 18157A City Engineer: J.H. Edmonds, P.E. Designer: Ratna Pottumuthu, P.E. Addendum No. 5 Specification Section: 00 9101 Issue Date: 3/20/2019 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: [Designer] " Name Date i--�Eos ... 1� Addendum Items: `pilo ice: •': � i.................. *�l This Addendum modified some quantities(highlighted inRATNAS.POTTUMUTHU red) in the attached Bid Form. j W. 117750 ,liip�c���cE N S��•�a�� 0NA ENG= 31Z�i1� [Firm Name& Registration Number] ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Addendum No.5 009101-1 City-Wide Wastewater ID/IQ 2019 18157A Rev 01-08-2016 ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections(or Technical Specifications): Deleted Specification Sections (or Technical Specifications) SECTION 00 30 01 BID FORM (ADDENDUM 3,ATTACHMENT 1) B. Add the following Specification Sections (or Technical Specifications): Added Specification Sections(or Technical Specifications) SECTION 00 30 01 BID FORM (ADDENDUM 5,ATTACHMENT 1) END OF ADDENDUM NO. 5 Addendum No. 5 00 9101-2 City-Wide Wastewater ID/IQ 2019 18157A Rev 01-08-2016 ATTACHMENT 1. BID FORM Addendum No. 5 00 91 01-3 City-Wide Wastewater ID/IQ 2019 18157A Rev 01-08-2016 00 30 01 BID FORM Project CITY-WIDE WASTEWATER ID/IQ 2019 Name: Project 18157A Number: Owner: City of Corpus Christi Bidder: OAR: Designer: Department of Utilities,City of Corpus Christi Basis of Bid QUANTITY(Bid I temDESCRIPTION UNIT UNIT PRICE Evaluation ONLY- EXTENDED NOT FOR AMOUNT AWARD) Base Bid PART A General Conditions(per Section 0129 01 Measurement and Basis for Payment) Al Mobihzation/Bonds/Insurance(Maximum 8°/u) LS 1 $ $ A2 Remove and Replace 58"SDR 26 Wastewater Line(0'-6'Depth) LF 250 $ $ A3 Remove and Replace<_8"SDR 26 Wastewater Line(6'-10'Depth) LF 250 $ $ A4 Remove and Replace<8"SDR 26 Wastewater Line(10'-14'Depth) LF 250 $ $ A5 Remove and Replace<8"SDR 26 Wastewater Line(14'-18'Depth) LF 250 $ $ A6 Remove and Replace<_8"SDR 26 Wastewater Line(>18"Depth) LF 250 $ $ A7 Remove and Replace 10"SDR 26 Wastewater Line(0'-6'Depth) LF 250 $ $ A8 Remove and Replace 10"SDR 26 Wastewater Line(6'-10'Depth) LF 250 $ $ A9 Remove and Replace 10"SDR 26 Wastewater Line(10'-14'Depth) LF 250 S $ A10 Remove and Replace 10"SDR 26 Wastewater Line(14'-18'Depth) LF 250 $ $ All Remove and Replace 10"SDR 26 Wastewater Line(>18'Depth) LF 250 $ $ Al2 Remove and Replace 12"SDR 26 Wastewater Line(0'-6'Depth) LF 250 $ $ A13 Remove and Replace 12"SDR 26 Wastewater Line(6'-10'Depth) LF 250 $ $ A14 Remove and Replace 12"SDR 26 Wastewater Line(10'-14'Depth) LF 250 $ $ A15 Remove and Replace 12"SDR 26 Wastewater Line(14'-18'Depth) LF 250 $ $ A16 Remove and Replace 12"SDR 26 Wastewater Line(>18'Depth) LF 250 S $ Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 1 of 20 Page 1 of 20 City Project No.18157A QUANTITY(Bid Item DESCRIPTION UNIT Evaluation ONLY- UNIT PRICE EXTENDED NOTFOR AMOUNT AWARD) A17 Remove and Replace 15"SDR 26 Wastewater Line(0'-6'Depth) LF 250 $ $ A18 Remove and Replace 15"SDR 26 Wastewater Line(6'-10'Depth) LF 250 $ $ A19 Remove and Replace 15"SDR 26 Wastewater Line(10'-14'Depth) LF 250 $ $ A20 Remove and Replace 15"SDR 26 Wastewater Line(14'-18'Depth) LF 250 $ $ A21 Remove and Replace 15"SDR 26 Wastewater Line(>18'Depth) LF 250 $ $ A22 Remove and Replace 18"PSI 15 Wastewater Line(0'-6'Depth) LF 150 $ $ A23 Remove and Replace 18"PSI 15 Wastewater Line(6'-10'Depth) LF 150 $ $ A24 Remove and Replace 18"PS 115 Wastewater Line(10'-14'Depth) LF 150 $ $ A25 Remove and Replace 18"PSI 15 Wastewater Line(14'-18'Depth) LF 150 $ $ A26 Remove and Replace 18"PS 115 Wastewater Line(>18'Depth) LF 150 $ $ A27 Remove and Replace 24"PSI 15 Wastewater Line(0'-6'Depth) LF 150 $ $ A28 Remove and Replace 24"PSI 15 Wastewater Line(6'-10'Depth) LF 150 $ $ A29 Remove and Replace 24"PS 115 Wastewater Line(10'-14'Depth) LF 150 $ $ A30 Remove and Replace 24"PSI 15 Wastewater Line(14'-18'Depth) LF 150 $ $ A31 Remove and Replace 24"PS 115 Wastewater Line(>18'Depth) LF 150 $ $ A32 Remove and Replace 30"PS 115 Wasetwater Line(0'-6'Depth) LF 150 $ $ A33 Remove and Replace 30"PS 115 Wasetwater Line(6'-10'Depth) LF 150 $ $ A34 Remove and Replace 30"PSI 15 Wasetwater Line(10'-14'Depth) LF 150 $ $ A35 Remove and Replace 30"PS 115 Wasetwater Line(14'-18'Depth) LF 150 $ $ A36 Remove and Replace 30"PS 115 Wasetwater Line(>18'Depth) LF 150 $ $ A37 Remove and Replace 36"PS 115 Wastewater Line(0'-6'Depth) LF 100 $ $ A38 Remove and Replace 36"PSI 15 Wastewater Line(6'-10'Depth) LF 100 $ $ A39 Remove and Replace 36"PSI 15 Wastewater Line(10'-14'Depth) LF 100 $ $ A40 Remove and Replace 36"PSI 15 Wastewater Line(14'-18'Depth) LF 100 $ $ Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 2 of 20 City Project No.18157A Page 2 of 20 QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT' NOT FOR UNIT PRICE AMOUNT AWARD) A41 Remove and Replace 36"PS 115 Wastewater Line(>18'Depth) LF 100 $ $ A42 Remove and Replace S8"DR 18 Wastewater Line(0'-6'Depth) LF 100 $ $ A43 Remove and Replace S8"DR 18 Wastewater Line(6'-10'Depth) LF 100 $ $ A44 Remove and Replace S8"DR 18 Wastewater Line(10'-14'Depth) LF 100 $ S A45 Remove and Replace S8"DR 18 Wastewater Line(14'-18'Depth) LF 100 $ S A46 Remove and Replace 58"Wastewater Line DR 18 Wastewater Line(>18"Depth) LF 100 $ $ A47 Remove and Replace 10"DR 18 Wastewater Line(0'-6'Depth) LF 100 $ S A48 Remove and Replace 10"DR 18 Wastewater Line(6'-10'Depth) LF 100 $ $ A49 Remove and Replace 10"DR 18 Wastewater Line(10'-14'Depth) LF 100 $ $ A50 Remove and Replace 10"DR 18 Wastewater Line(14'-18'Depth) LF 100 $ S A51 Remove and Replace 10"DR 18 Wastewater Line(>18'Depth) LF 100 $ $ A52 Remove and Replace 12"DR 18 Wastewater Line(0'-6'Depth) LF 100 $ S A53 Remove and Replace 12"DR 18 Wastewater Line(6-10'Depth) LF 100 $ S A54 Remove and Replace 12"DR 18 Wastewater Line(10'-14'Depth) LF 100 $ $ A55 Remove and Replace 12"DR 18 Wastewater Line(14'-18'Depth) LF 100 S S A56 Remove and Replace 12"DR 18 Wastewater Line(>18'Depth) LF 100 S $ A57 Remove and Replace 16"DR 18 Wastewater Line(0'-6'Depth) LF 100 $ $ A58 Remove and Replace 16"DR 18 Wastewater Line(6'-10'Depth) LF 100 $ S A59 Remove and Replace 16"DR 18 Wastewater Line(10'-14'Depth) LF 100 S $ A60 Remove and Replace 16"DR 18 Wastewater Line(14'-18'Depth) LF 100 $ $ A61 Remove and Replace 16"DR 18 Wastewater Line(>18'Depth) LF 100 $ S A62 Remove and Replace 18"DR 18 Wastewater Line(0'-6'Depth) LF 100 S S A63 Remove and Replace 18"DR 18 Wastewater Line(6-10'Depth) LF 100 S $ A64 Remove and Replace 18"DR 18 Wastewater Line(10'-14'Depth) LF 100 $ S Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 3 of 20 Page 3 of 20 City Project No.18157A QUANTITY(Bid Item DESCRIPTIONEvaluation.ONLY- EXTENDED UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A65 Remove and Replace 18"DR 18 Wastewater Line(14'-18'Depth) LF 100 $ S A66 Remove and Replace 18"DR 18 Wastewater Line(>18'Depth) LF 100 $ S A67 Remove and Replace 24"DR 18 Wastewater Line(0'-6'Depth) LF 100 $ $ A68 Remove and Replace 24"DR 18 Wastewater Line(6-10'Depth) LF 100 $ $ A69 Remove and Replace 24"DR 18 Wastewater Line(10'-14'Depth) LF 100 $ S A70 Remove and Replace 24"DR 18 Wastewater Line(14'-18'Depth) LF 100 $ $ A71 Remove and Replace 24"DR 18 Wastewater Line(>18'Depth) LF 100 $ $ A72 Remove and Replace 30"DR 18 Wastewater Line(0'-6'Depth) LF 100 $ S A73 Remove and Replace 30"DR 18 Wastewater Line(6'-10'Depth) LF 100 S S A74 Remove and Replace 30"DR 18 Wastewater Line(10'-14'Depth) LF 100 S $ A75 Remove and Replace 30"DR 18 Wastewater Line(14'-18'Depth) LF 100 $ $ A76 Remove and Replace 30"DR 18 Wastewater Line(>18'Depth) LF 100 $ $ A77 Remove and Replace 36"DR 21 Wastewater Line(0'-6'Depth) LF 100 $ S A78 Remove and Replace 36"DR 21 Wastewater Line(6'-10'Depth) LF 100 $ S A79 Remove and Replace 36"DR 21 Wastewater Line(10'-14'Depth) LF 100 $ $ A80 Remove and Replace 36"DR 21 Wastewater Line(14'-18'Depth) LF 100 $ $ A81 Remove and Replace 36"DR 21 Wastewater Line(>18'Depth) LF 100 $ $ A82 Trench Safety for Removing &Replacing Wastewater Line(0'-6'Depth) LF 1150 $ $ A83 Trench Safety for Removing &Replacing Wastewater Line(6'-10'Depth) LF 1150 $ $ A84 Trench Safety for Removing &Replacing Wastewater Line(10'-14'Depth) LF 1150 $ $ A85 Trench Safety for Removing &Replacing Wastewater Line(14'-18'Depth) LF 1150 $ $ A86 Trench Safety for Removing &Replacing Wastewater Line(>18'Depth) LF 1150 $ $ A87 Service Re-Connection for<8"Removal&Replacement EA 10 $ $ A88 Service Re-Connection for 10"Removal&Replacement EA 10 $ $ Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection SystemlD/IQ PROGRAMFY19 Page 4 of 20 Page 4of20 City Project No.18157A QUANTITY(Bid ItemDESCRIPTION UNIT UNIT PRICE Evaluation ONLY- EXTENDED NOT FOR AMOUNT AWARD) A89 Service Re-Connection for 12"Removal&Replacement EA 10 $ $ A90 Service Re-Connection for 16"Removal&Replacement EA 10 $ $ A91 Service Re-Connection for 18"Removal&Replacement EA 5 $ $ A92 Service Re-Connection for 24"Removal&Replacement EA 5 $ $ A93 Service Re-Connection for 30"Removal&Replacement EA 5 $ $ A94 Service Re-Connection for 36"Removal&Replacement EA 5 $ $ A95 Rehab 58"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 7500 S $ A96 Rehab<8"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 15000 $ $ A97 Rehab<8"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 2500 $ $ A98 Rehab 10"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 6000 $ $ A99 Rehab 10"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 6000 $ $ A100 Rehab 10"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 2500 $ $ A101 Rehab 12"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 4000 $ $ A102 Rehab 12"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 7000 $ $ A103 Rehab 12"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 2500 $ $ A104 Rehab 16"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 250 $ $ A105 Rehab 16"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 250 S $ A106 Rehab 16"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 250 $ $ A107 Rehab 18"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 250 $ $ A108 Rehab 18"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 250 $ $ A109 Rehab 18"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 250 $ $ A110 Rehab 24"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 250 $ $ Al t l Rehab 24"Wastewater Line(Pnemnatic Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 250 S $ A112 Rehab 24"Wastewater Line(Pnemnatic Pipe Bursting w/IPS DR 17)(>I S'Depth) LF 250 $ $ Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 5 of 20 Page 5 of 20 City Project No.18157A QUANTITY(Bid Item DESCRIPTION UNIT Evaluation ONLY- UNIT PRICE EXTENDED NOTFOR AMOUNT AWARD) A113 Rehab 30"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 250 $ $ Al 14 Rehab 30"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 250 $ $ Al 15 Rehab 30"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 250 $ $ A116 Rehab 36"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 250 $ $ Al 17 Rehab 36"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 250 $ $ A118 Rehab 36"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 17)(>18'Depth) LF 250 $ $ At 19 Rehab<8"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-1O'Depth) LF 1000 $ $ A120 Rehab 58"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 2000 $ $ A121 Rehab<8"Wastewater Line(Pneumatic Pipe Bursting WIPS DR 13.5)(>18'Depth) LF 750 $ $ A122 Rehab 10"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 1000 $ $ A123 Rehab 10"Wastewater Line(Pneumatic Pipe Bursting WIPS DR 13.5)(10'-18'Depth) LF 2000 $ $ A124 Rehab 10"Wastewater Line(Pneumatic Pipe Bursting WIPS DR 13.5)(>18'Depth) LF 750 $ $ A125 Rehab 12"Wastewater Line(Pneumatic Pipe Bursting WIPS DR 13.5)(0'-1O'Depth) LF 1000 $ $ A126 Rehab 12"Wastewater Line(Pneumatic Pipe Bursting WIPS DR 13.5)(10'-18'Depth) LF 500 $ $ A127 Rehab 12"Wastewater Line(Pneumatic Pipe Bursting WIPS DR 13.5)(>18'Depth) LF 500 $ $ A128 Rehab 16"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ A129 Rehab 16"Wastewater Line(Pneumatic Pipe Bursting WIPS DR 13.5)(10'-18'Depth) LF 400 $ $ A130 Rehab 16"Wastewater Line(Pneumatic Pipe Bursting WIPS DR 13.5)(>18'Depth) LF 400 $ $ A131 Rehab 18"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ A132 Rehab 18"Wastewater Line(Pneumatic Pipe Bursting WIPS DR 13.5)(10'-18'Depth) LF 400 $ $ A133 Rehab 18"Wastewater Line(Pneumatic Pipe Bursting WIPS DR 13.5)(>18'Depth) LF 400 $ $ A134 Rehab 24"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ A135 Rehab 24"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ A136 Rehab 24"Wastewater Line(Pneumatic Pipe Bursting WIPS DR 13.5)(>18'Depth) LF 400 $ $ Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 6 of 20 City Project No.18157A Page 6 of 20 QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A137 Rehab 30"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ A138 Rehab 30"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ A139 Rehab 30"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ A140 Rehab 36"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(0'-lo'Depth) LF 400 $ $ A141 Rehab 36"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ A142 Rehab 36"Wastewater Line(Pneumatic Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ A143 Upsizing of Wastewater Line for Pipebursting(Greater than one pipe size,max 1.5 times LF 3000 $ $ existing diameter),all sizes,all depths A144 Service Re-connection for 8"Pipe Bursting(All Depths) EA 750 $ $ A145 Service Re-connection for 10"Pipe Bursting(All Depths) EA 500 $ $ A146 Service Re-connection for 12"Pipe Bursting(All Depths) EA 75 $ $ A147 Service Re-connection for 16"Pipe Bursting(All Depths) EA 20 $ $ A148 Service Re-connection for(18"-36") Pipe Bursting(All Depths) EA 10 $ $ A149 Rehab 8"Wastewater Line CIPP(0'-15'Depth) LF 100 $ $ A150 Rehab 8"Wastewater Line CIPP(>15'Depth) LF 100 $ $ A151 Rehab 10"Wastewater Line CIPP(0'-15'Depth) LF 100 $ $ A152 Rehab 10"Wastewater Line CIPP(>15'Depth) LF 100 $ $ A153 Rehab 12"Wastewater Line CIPP(0'-15'Depth) LF 100 $ $ A154 Rehab 12"Wastewater Line CIPP(>15'Depth) LF 100 S $ A155 Rehab 15"Wastewater Line CIPP(0'-15'Depth) LF 100 $ $ A156 Rehab 15"Wastewater Line CIPP(>15'Depth) LF 100 $ $ A157 Rehab 18"Wastewater Line CIPP(0'-15'Depth) LF 75 S $ A158 Rehab 18"Wastewater Line CIPP(>15'Depth) LF 75 $ $ A159 Rehab 24"Wastewater Line CIPP(0'-15'Depth) LF 75 S A160 Rehab 24"Wastewater Line CIPP(>15'Depth) LF 75 $ $ Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 7 of 20 Page 7 of 20 City Project No.18157A QUANTITY(Bid Item DESCRIPTION UNIT Evaluation ONLY- UNIT PRICE EXTENDED NOTFOR AMOUNT AWARD) A161 Rehab 30"Wastewater Line CIPP(0'-15'Depth) LF 75 $ $ AI62 Rehab 30"Wastewater Line CIPP(>15'Depth) LF 75 $ $ A163 Rehab 36"Wastewater Line CIPP(0'-15'Depth) LF 75 S $ A164 Rehab 36"Wastewater Line CIPP(>15'Depth) LF 75 $ $ A165 Service Re-connection for 8"CIPP Wastewater Line(All Depths) EA 10 $ $ A166 Service Re-connection for 10"CIPP Wastewater Line(All Depths) EA 10 $ $ Al 67 Service Re-connection for 12"CIPP Wastewater Line(All Depths) EA 10 $ $ A168 Service Re-connection for 15"CIPP Wastewater Line(All Depths) EA 5 $ $ A169 Service Re-connection for(18"-36")CIPP Wastewater Line(All Depths) EA 5 $ $ A170 Joint Testing of(8"-12")Wastewater Line(all depths) EA 100 $ $ A171 Joint Grouting of(8"-12")Wastewater Line(all depths) EA 100 $ $ A172 Testing Lateral Connections (all sizes,all depths) EA 60 $ $ A173 Grouting Lateral Connections(all sizes,all depths) EA 45 $ $ A174 Chemical Grout,complete in place per gallon GA 100 $ $ A175 Point Repair<8"SDR26 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ $ A176 Point Repair<8"SDR 26 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ $ A177 Point Repair<8"SDR 26 Wastewater Line(10'-14'Depth)(15 LF Min) LF 50 $ $ A178 Point Repair<8"SDR 26 Wastewater Line(14'-18'Depth)(15 LF Min) 111, 50 $ $ A179 Point Repair<8"SDR 26 Wastewater(>18'Depth)(15 LF Min) IT 50 $ $ A180 Point Repair 10"SDR 26 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ $ A181 Point Repair 10"SDR 26 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ $ A182 Point Repair 10"SDR 26 Wastewater Line(10'-14'Depth)(15 LF Min) LF 50 $ S A183 Point Repair 10"SDR 26 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ $ A184 Point Repair 10"SDR 26 Wastewater(>18'Depth)(15 LF Min) LF 50 $ $ Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 8 of 20 Page 8 of 20 City Project No.18157A QUANTITY(Bid ItemDESCRIPTION UNIT UNIT PRICE Evaluation ONLY- EXTENDED NOT FOR AMOUNT AWARD) A185 Point Repair 12"SDR 26 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ A186 Point Repair 12"SDR 26 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ $ A187 Point Repair 12"SDR 26 Wastewater Line(10'-14'Depth)(15 LF Min) LF 50 S $ A188 Point Repair 12"SDR 26 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ S A199 Point Repair 12"SDR 26 Wastewater Line(>I8'Depth)(15 LF Min) LF 50 $ $ Al 90 Point Repair 15"SDR 26 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ $ A191 Point Repair 15"SDR 26 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 S $ A192 Point Repair 15"SDR 26 Wastewater Line(10'-14'Depth)(15 LF Min) LF 50 $ S A193 Point Repair 15"SDR 26 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ S Al 94 Point Repair 15"SDR 26 Wastewater Line(>18'Depth)(15 LF Min) LF 50 S $ A195 Point Repair 18"PS 115 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ $ A196 Point Repair 18"PSI 15 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 S S A197 Point Repair 18"PS115 Wastewater Line(10'-14'Depth)(15 LF Min) LF 50 $ S A198 Point Repair 18"PS115 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ $ A199 Point Repair 18"PS 115 Wastewater Line(>18' Depth)(15'Depth)(15 LF Min) LF 50 S S A200 Point Repair 24"PS 115 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 S $ A201 Point Repair 24"PSI 15 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ $ A202 Point Repair 24"PSI 15 Wastewater Line(10'-14'Depth)(15 LF Min) LF 50 S $ A203 Point Repair 24"PSI 15 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 S $ A204 Point Repair 24"PSI 15 Wastewater Line(>18'Depth)(15 LF Min) LF 50 $ $ A205 Point Repair 30"PS115 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ S A206 Point Repair 30"PS115 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ S A207 Point Repair 30"PSI 15 Wastewater Line(10'-14'Depth)(15 LF Min) LF 50 S $ A208 Point Repair 30"PS115 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ $ Addendum No. 5 Attachment No. 1 Bid Form City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 9 of 20 Page 9 of 20 City Project No.18157A QUANTITY(Bid Item DESCRIPTION UNIT Evaluation ONLY- UNIT PRICE EXTENDED NOTFOR AMOUNT AWARD) A209 Point Repair 30"PSI 15 Wastewater Line(>18'Depth)(15 LF Min) LF 50 $ $ A210 Point Repair 36"PSI 15 Wastewater Line(0'-6'Depth)(15 LF Min) LF 50 $ $ A211 Point Repair 36"PSI 15 Wastewater Line(6'-10'Depth)(15 LF Min) LF 50 $ $ A212 Point Repair 36"PS115 Wastewater Line(10'-14'Depth)(15 LF Min) LF 50 $ $ A213 Point Repair 36"PSI 15 Wastewater Line(14'-18'Depth)(15 LF Min) LF 50 $ S A214 Point Repair 36"PSI 15 Wastewater Line(>18'Depth)(15 LF Min) LF 50 $ $ A215 Trench Safety for Wastewater Line Point Repair LF 1500 $ $ (All Line Sizes&Depths) A216 Obstruction Removal by Remote Device(All Depths) EA 5 $ $ A217 Obstruction Removal by Excavation(0'-10'Depth) EA 20 $ $ A218 Obstruction Removal by Excavation(10'-18'Depth) EA 20 $ $ A219 Obstruction Removal by Excavation(>18'Depth) EA 20 $ $ A220 Service Lateral Replacement(0'-6'Depth Main,Includes Clean Out,Boot,Coupling,etc) LF 100 $ $ (5 10 LF) A221 Service Lateral Replacement(6'-10'Depth Main,Includes Clean Out,Boot,Coupling, LF 100 $ $ etc)(<10 LF) A222 Service Lateral Replacement(10'-14'Depth Main,Includes Clean Out,Boot,Coupling, LF 100 $ $ etc)(5 10 LF) A223 Service Lateral Replacement(14'-18'Depth Main,Includes Clean Out,Boot,Coupling, LF 100 $ $ etc)(5 10 LF) A224 Service Lateral Replacement(>18'Depth Main,Includes Clean Out,Boot,Coupling,etc) LF 100 $ $ (5 10 LF) A225 Well Pointing for Line Work,Manhole,or Point Repair(Per LF of Trench)(0'-6'Depth) LF 500 $ $ (15 LF Min) A226 Well Pointing for Line Work,Manhole,or Point Repair(Per LF of Trench)(6'-10'Depth) LP 500 $ $ (15 LF Min) A227 Well Pointing for Line Work,Manhole,or Point Repair(Per LF of Trench)(10'-14' LF 500 $ $ Depth)(15 LF Min) A228 Well Pointing for Line Work,Manhole,or Point Repair(Per LF of Trench)(14'-18' LF 150 $ $ Depth)(15 LF Min) A229 Well Pointing for Line Work,Manhole,or Point Repair(Per LF of Trench)(>18'Depth) LF 150 $ $ (15 LF Min) A230 Remove&Replace 4"PVC Wastewater Forcemain(0'-6'Depth) LF 100 $ $ Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 10 of 20 Page 10 of 20 City Project No.18157A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOTFOR UNIT PRICE AMOUNT AWARD) A231 Remove&Replace 4"PVC Wastewater Forcemain(6'-10'Depth) LF 100 $ $ A232 Remove&Replace 6"PVC Wastewater Forcemain(0'-6'Depth) LF 100 $ $ A233 Remove&Replace 6"PVC Wastewater Forcemain(6'-10'Depth) LF 100 $ $ A234 Remove&Replace 8"PVC Wastewater Forcemain(0'-6'Depth) LF 100 $ $ A235 Remove&Replace 8"PVC Wastewater Forcemain(6'-10'Depth) LF 100 $ $ A236 Remove&Replace 10"PVC Wastewater Forcemain(0'-6'Depth) LF 100 $ $ A237 Remove&Replace 10"PVC Wastewater Forcemain(6'-10'Depth) LF 100 $ S A238 Remove&Replace 12"PVC Wastewater Forcemain(0'-6'Depth) LF 100 $ $ A239 Remove&Replace 12"PVC Wastewater Forcemain(6'-10'Depth) LF 100 $ $ A240 Remove&Replace 14"PVC Wastewater Forcemain(0'-6'Depth) LF 100 $ $ A241 Remove&Replace 14"PVC Wastewater Forcemain(6'-10'Depth) LF 100 $ $ A242 Remove&Replace 16"PVC Wastewater Forcemain(0'-6'Depth) LF 100 $ $ A243 Remove&Replace 16"PVC Wastewater Forcemain(6'-10'Depth) LF 100 $ $ A244 Remove&Replace 18"PVC Wastewater Forcemain(0'-6'Depth) LF 150 S $ A245 Remove&Replace 18"PVC Wastewater Forcemain(6'-10'Depth) LF 150 S S A246 Remove&Replace 20"PVC Wastewater Forcemain(0'-6'Depth) LF 150 $ $ A247 Remove&Replace 20"PVC Wastewater Forcemain(6'-10'Depth) LF 150 $ $ A248 Remove&Replace 24"PVC Wastewater Forcemain(0'-6'Depth) LF 500 $ $ A249 Remove&Replace 24"PVC Wastewater Forcemam(6'-10'Depth) LF 250 S $ A250 Remove&Replace 30"PVC Wastewater Forcemam(0'-6'Depth) LF 150 S $ Addendum No. 5 Attachment No. 1 Bid Form Page 11 of 20 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 11 of 20 City Project No.18157A QUANTITY(Bid Item DESCRIPTION UNIT Evaluation ONLY- UNIT PRICE EXTENDED NOTFOR AMOUNT AWARD) A251 Remove&Replace 30"PVC Wastewater Forcemain(6-10'Depth) LF 150 $ $ A252 Remove&Replace 36"PVC Wastewater Forcemain(0'-6'Depth) LF 150 $ $ A253 Remove&Replace 36"PVC Wastewater Forcemain(6'-]0'Depth) LF 150 S $ A254 Trench Safety for Forcemain(All Line Sizes&Depths) LF 1000 $ $ A255 Control of Wastewater Flows with Bypass Pumping(Lines<_8") DAY 50 $ $ A256 Bypass Force Main for Control of<8"Wastewater Flows LF 1000 $ $ A257 Control of Wastewater Flows with Bypass Pumping (10"-12"Lines) DAY 50 $ $ A258 Bypass Force Main for Control of 10"-12"Wastewater Flows LF 1000 $ $ A259 Control of Wastewater Flows with Bypass Pumping(15"-18"Lines) DAY 25 $ $ A260 Bypass Force Main for Control of 15"-18"Wastewater Flows LF 1000 $ $ A261 Control of Wastewater Flows with Bypass Pumping(24"Lines) DAY 40 $ $ A262 Bypass Force Main for Control of 24"Wastewater Flows LF 1000 $ $ A263 Control of Wastewater Flows with Bypass Pumping(30"Lines) DAY 25 S $ A264 Bypass Force Main for Control of 30"Wastewater Flows LF 500 $ $ A265 Control of Wastewater Flows with Bypass Pumping(36"Lines) DAY 25 $ $ A266 Bypass Force Main for Control of 36"Wastewater Flows LF 500 $ $ A267 Furnish Frac Tank(24-Hour Period) DAY 100 $ $ A268 Furnish Vacuum Trick(Tandem)(24-Hour Period) DAY 100 $ $ A269 Plugs and/or Flow-thru Plugs(<8") DAY 100 $ $ A270 Plugs and/or Flow-Hutt Plugs(10") DAY 100 $ $ Addendum No. 5 Attachment No. 1 Bid Form Page 12 of 20 City-Wide Wastewater Collection System ID/IC PROGRAM FY19 Page 12 of 20 City Project No.18157A QUANTITY(Bid Item DESCRIPTION UNIT Evaluation ONLY- UNIT PRICE EXTENDED NOTFOR AMOUNT AWARD) A271 Plugs and/or Flow-tluu Plugs(12") DAY 100 $ $ A272 Plugs and/or Flow-tlnu Plugs(14") DAY 100 $ $ A273 Plugs and/or Flow-thru Plugs(15") DAY 75 $ $ A274 Plugs and/or Flow-thin Plugs(18") DAY 75 $ $ A275 Plugs and/or Flow-thru Plugs(20") DAY 75 $ $ A276 Plugs and/or Flow-that Plugs(30") DAY 75 $ S A277 Plugs and/or Flow-thru Plugs(36") DAY 75 S $ A278 PRE CCTV-Clean&Televise Wastewater Lines(Lines 58") LF 30000 $ S A279 POST CCTV-Televise Wastewater Lines(Lines<8") LF 30000 $ $ A280 PRE CCTV-Clean&Televise Wastewater Lines(10"-12"Lines) LF 16500 $ S A281 POST CCTV- Televise Wastewater Lines(10"-12"Lines) LF 16500 $ $ A282 PRE CCTV-Clean&Televise Wastewater Lines(15"-18"Lines) LF 4000 S $ A283 POST CCTV-Televise Wastewater Lines(15"-18"Lines) LF 4000 S $ A284 PRE CCTV-Clean&Televise Wastewater Lines(24"Lines) LF 2000 $ $ A285 POST CCTV-Televise Wastewater Lines(24"Lines) LF 2000 $ $ A286 PRE CCTV-Clean&Televise Wastewater Lines(30"Lines) LF 500 $ $ A287 POST CCTV- Televise Wastewater Lines(30"Lines) LF 500 $ $ A288 PRE CCTV-Clean&Televise Wastewater Lines(36"Lines) LF 500 $ S A289 POST CCTV-Televise Wastewater Lines(36"Lines) LF 500 $ $ A290 CCTV Reverse Set-up (Unable to Traverse Line on Initial Set-up) EA 10 $ S A291 CCTV Set-ups EA 25 S $ A292 Clean&CCTV Manhole/Manhole Inspection EA 25 S S Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 13 of 20 Page 13 of 20 City Project No.18157A QUANTITY(Bid Item DESCRIPTIONEvaluation ONLY- EXTENDED UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A293 DIP(58")Fittings(Includes necessary gaskets,bolts,MJjoints,and all fitting E 1 0 $ $ appurtenances) A294 DIP(10"-12")Fittings(Includes necessary gaskets,bolts,MJ joints,and all fitting appurtenances) EA 10 $ $ A295 DIP(15"-18")Fittings(Includes necessary gaskets,bolts,MJ joints,and all fitting appurtenances) EA 10 $ $ A296 DIP(21"-24")Fittings(Includes necessary gaskets,bolts,MJjoints,and all fitting EA 10 $ $ appurtenances) A297 DIP(30"-36")Fittings(Includes necessary gaskets,bolts,MJ joints,and all fitting EA 10 S $ appurtenances) A298 (58")Mechanically Restrained Coupling Adapters&associated hardware(Mega lug or Engineer approved equal) EA 25 $ $ A299 (10"-12")Mechanically Restrained Coupling Adapters&associated hardware(Mega lug EA 25 $ $ or Engineer approved equal) A300 (15"-18")Mechanically Restrained Coupling Adapters&associated hardware(Mega lug EA 25 S $ or Engineer approved equal) A301 (21"-24")Mechanically Restrained Coupling Adapters&associated hardware(Mega lug EA 25 $ $ or Engineer approved equal) A302 (30"-36")Mechanically Restrained Coupling Adapters&associated hardware(Mega lug E A _ $ or Engineer approved equal) A303 <8"Steel Casing Pipe LF 75 $ $ A304 12"Steel Casing Pipe LF 75 $ $ A305 18"Steel Casing Pipe LF 75 $ $ A306 24"Steel Casing Pipe LF 50 $ A307 30"Steel Casing Pipe LF 50 $ $ A308 36"Steel Casing Pipe LF 50 $ $ A309 Remove Existing Wastewater Manhole(All sizes) EA 50 $ $ A310 Replace 4 ft Dia.Wastewater Manhole(0'-6'Depth) EA 40 $ A311 Extra Depth for 4 It Dia Wastewater Manhole(Over 6'Depth) VF 60 S $ A312 Replace 5 ft Dia Wastewater Manhole(0'-6'Depth) EA 5 $ $ A313 Extra Depth for 5 ft Dia Wastewater Manhole(Over 6'Depth) VF 10 $ $ A314 Replace 6 I3 Dia Wastewater Manhole(0'-6'Depth) EA 5 $ $ A315 Extra Depth for 6 ft Dia Wastewater Manhole(Over 6'Depth) VF 10 $ $ A316 4 ft Dia Polymer System Manhole Rehab(0'-6'Depth) EA 100 $ $ Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 14 of 20 Page 14 of 20 City Project No.18157A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOTFOR UNIT PRICE AMOUNT AWARD) A317 Extra Depth for 4 ft Dia.Polymer System Manhole Rehab(Over 6'Depth) VF 130 S $ A318 5 ft Dia Polymer System Manhole Rehab(0'-6'Depth) EA 10 $ $ A319 Extra Depth for 5 ft Dia.Polymer System Manhole Rehab(Over 6'Depth) VF 20 $ $ A320 6 It Dia Polymer System Manhole Rehab(0'-6'Depth) EA 5 $ $ A321 Extra Depth for 6 ft Dia.Polymer System Manhole Rehab(Over 6'Depth) VF 10 $ $ A322 4 ft Dia Wastewater Manhole FRP Rehab(0'-6'Depth) EA 50 $ $ A323 Extra Depth for 4 ft Dia.Wastewater Manhole FRP Rehab(Over 6'Depth) VF 80 $ $ A324 5 ft Dia Wastewater Manhole FRP Rehab(0'-6'Depth) EA 10 $ $ A325 Extra Depth for 5 ft Dia.Wastewater Manhole FRP Rehab.(Over 6'Depth) VF 20 $ 8 A326 6 ft Dia Wastewater Manhole FRP Rehab(0'-6'Depth) EA 5 $ $ A327 Extra Depth for 6 ft Dia.Wastewater Manhole FRP Rehab.(Over 6'Depth) VF 10 $ $ A328 4 ft Dia Wastewater Manhole Concrete Rehab(0'-6'Depth) EA 5 $ $ A329 Extra Depth for 4 ft Dia.Wastewater Manhole Concrete Rehab.(Over 6'Depth) VF 10 $ $ A330 5 ft Dia Wastewater Manhole Concrete Rehab(0'-6'Depth) EA 15 $ $ A331 Extra Depth for 5 ft Dia.Wastewater Manhole Concrete Rehab.(Over 6'Depth) VF 20 $ $ A332 6 ft Dia Wastewater Manhole Concrete Rehab(0'-6'Depth) EA 25 $ $ A333 Extra Depth for 6 ft Dia.Wastewater Manhole Concrete Rehab.(Over 6'Depth) VF 30 $ $ A334 Trench Safety for Wastewater Manholes(0'-6'Depth) EA 115 $ $ A335 Extra Depth for Trench Safety for Wastewater Manholes(Over 6'Depth) VF 150 $ $ A336 Manhole Connections(<8") EA 200 $ $ A337 Manhole Connections(10"-12") EA 50 $ $ A338 Manhole Connections(15"-18") EA 20 $ $ A339 Manhole Connections(21"-24") EA 10 $ $ A340 Manhole Connections(30"-36") EA 10 $ $ Addendum No. 5 Attachment No. 1 Bid Form Page 15 of ?_0 City-Wide Wastewater Collection System ID/IO PROGRAM FY19 � Page 15 of 20 City Project No.18157A QUANTITY(Bid Item DESCRIPTION UNIT Evaluation ONLY- UNIT PRICE EXTENDED NOT FOR AMOUNT AWARD) A341 Install 8"Drop Connection(All depths) EA 10 $ $ A342 Install 10"Drop Connection(All depths) EA 10 $ $ A343 Install 12"Drop Connection(All depths) EA 10 $ $ A344 Remove&Replace 30"Manhole Ring&Cover EA 10 $ $ (Includes S.S.inflow inhibitor&new HDPE adjustment rings) A345 Remove&Replace 36"Manhole Ring&Cover (Includes S.S.inflow inhibitor&new HDPE adjustment rings) EA 10 $ $ A346 Reconstruct Manhole Top Corbel(Any Size) EA 10 $ $ A347 Reconstruct Manhole Bench&Inverts as per specifications EA 10 $ $ A348 Cement Stabilized Sand Backfill(1.5 sacks of cement per ICY of sand) TON 1000 $ $ A349 Cut&Restore HMAC Pavement(Includes Prune Coat,12"Base&3"Thick Pavement) SY 1000 $ $ A350 Additional HMAC Pavement Thickness(1/2"per SY) SY 500 $ $ A351 Additional Limestone Base Thickness(1"per SY) SY 500 $ $ A352 Select Backfill Material CY 1000 $ $ A353 Flowable Backfill CY 500 $ $ A354 Curt&Restore Concrete Pavement(Includes Base&12"Pavement) SY 250 $ $ A355 Additional Concrete Pavement Thickness(1"per SY) SY 100 $ $ A356 Signing&Traffic Control(Detail A) DAY 15 $ $ A357 Signing&Traffic Control(Detail B) DAY 15 $ $ A358 Signing&Traffic Control(Detail C) DAY 15 $ $ A359 Signing&Traffic Control(Detail D) DAY 15 S - $ A360 Signing&Traffic Control(Detail E) DAY 15 $ $ A361 Signing&Traffic Control(Detail F) DAY 15 S S A362 Signing&Traffic Control(Detail G) DAY 15 $ $ A363 Signing&Traffic Control(Detail H) DAY 15 $ $ A364 Signing&Traffic Control(Detail I) DAY 15 $ $ Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 16 of 20 Page 16 of 20 City Project No.181S7A QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT UNITPRICE NOT FOR AMOUNT AWARD) A365 Signing&Traffic Control(Detail J) DAY 15 $ $ A366 Signing&Traffic Control(Detail K) DAY 15 $ $ A367 Signing&Traffic Control(Detail L) DAY 15 $ $ A368 Signing&Traffic Control(Detail M) DAY 15 $ $ A369 Signing&Traffic Control(Detail N) DAY 15 $ $ A370 Portable Changeable Message Signs(PCMS) DAY 25 $ $ A371 Flashing Arrow Boards DAY 25 $ $ A372 Flagger,Complete in Place Per 24-hour Period DAY 10 $ $ A373 Removal&Replacement of Chain link Fencing LF 250 $ $ A374 Removal&Replacement of Wood Fencing LF 250 $ $ A375 Temporary Constriction Entrance/Exit-All Weather Access Road EA 5 $ $ A376 Tree Removal(Up to 8"Dia.Trunk) EA 5 $ $ A377 Tree Removal(Greater Than 8"Dia.Trunk) EA 5 $ $ A378 Erosion Control—Sodding SY 250 $ $ A379 Erosion Control—Seeding SY 250 $ $ A380 Erosion Control-Temporary Sediment Control Fence(Silt Fence and/or Silt Barrier) LF 1500 $ $ A381 Inlet Protection EA 25 $ $ A382 Remove and Replace Concrete Driveway SF 750 $ $ A383 Remove and Replace Concrete Sidewalk SF 1000 $ $ A384 Remove and Replace Curb and Gutter or Valley Gutter LF 500 $ $ A385 Remove and Replace Curb Ramp EA 5 $ $ A386 Grout Fill&Abandon in place CY 100 $ $ A387 Remove,Relocate,and Reinstall Mail Box EA 5 $ $ A388 Install 8"cleanout,(0'-6'Depth main) EA 20 $ $ Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 17 of 20 Page 17 of 20 City Project No.18157A QUANTITY(Bid Item DESCRIPTIONEvaluation ONLY- EXTENDED UNIT NOT FOR UNIT PRICE AMOUNT AWARD) A389 Install 8"cleanout,(6'-10'Depth main) EA 10 $ $ A390 Install 8"cleanout,(10'-14'Depth main) EA 20 $ $ A391 Install 8"cleanout,(14'-18'Depth main) EA 10 $ $ A392 Install 8"cleanout,(>18'Depth main) EA 10 $ $ A393 Power Pole Support DAY 10 $ $ A394 Site Clearing and Stripping AC 1 $ $ A395 Preparation and Implementation of a Traffic Control Plan Allowance AL 1 S 10,000.00 $ 10;000.00 Subtotal Part A-General Conditions(Items At Through A395) Part I3 ADDITIVE ALTERNATE NO.1 (per SECTION 0123 10 ALTERNATES AND ALLOWANCES) B1 Rehab<8"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 10000 $ $ B2 Rehab 58"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 10000 S $ B3 Rehab 58"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 1000 $ $ B4 Rehab 10"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 5000 $ $ B5 Rehab 10"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 5000 $ $ B6 Rehab 10"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 1000 $ $ B7 Rehab 12"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 5000 $ $ B8 Rehab 12"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 2500 $ $ B9 Rehab 12"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 1000 $ $ B10 Rehab 16"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 400 $ $ Bl l Rehab 16"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 400 $ $ B12 Rehab 16"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 400 $ $ B13 Rehab 18"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 400 $ S B14 Rehab 18"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 400 $ $ B15 Rehab 18"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 400 $ $ B16 Rehab 24"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 400 $ $ B17 Rehab 24"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 400 $ $ Bid Form Addendum No. 5 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Attachment No. 1 Page 18 of 20 City Project No.18157A Page 18 of 20 QUANTITY(Bid Evaluation ONLY- EXTENDED Item DESCRIPTION UNIT NOT FOR UNIT PRICE AMOUNT AWARD) B18 Rehab 24"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 400 $ $ B19 Rehab 30"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 400 S $ B20 Rehab 30"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(10'-18'Depth) LF 400 $ $ B21 Rehab 30"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 400 $ $ B22 Rehab 36"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(0'-10'Depth) LF 400 $ $ B23 Rehab 36"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(10'-l8'Depth) LF 400 $ $ B24 Rehab 36"Wastewater Line(Static Pipe Bursting w/IPS DR 17)(>18'Depth) LF 400 $ $ B25 Rehab<8"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 200 $ $ B26 Rehab<8"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 2500 $ $ B27 Rehab<8"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 1000 $ $ B28 Rehab 10"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 2500 $ $ B29 Rehab 10"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 2500 $ $ B30 Rehab 10"Wastewater Line(Static Pipe Bursting WIPS DR 13.5)(>18'Depth) LF 1000 S $ B31 Rehab 12"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 2500 $ $ B32 Rehab 12"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 2500 $ $ B33 Rehab 12"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 1000 $ $ B34 Rehab 16"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ B35 Rehab 16"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ B36 Rehab 16"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ B37 Rehab 18"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ B38 Rehab 18"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ B39 Rehab 18"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ B40 Rehab 24"Wastewater Line(Static Pipe Bursting WIPS DR 13.5)(0'-10'Depth) LF 400 $ $ B41 Rehab 24"Wastewater Line(Static Pipe Bursting WIPS DR 13.5)(10'-18'Depth) LF 400 $ $ B42 Rehab 24"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ B43 Rehab 30"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ Addendum No. 5 Bid Form City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Attachment No. 1 Page 19 of 20 City Project No.18157A Page 19 of 20 QUANTITY(Bid Item DESCRIPTION UNIT Evaluation ONLY- UNIT PRICE EXTENDED NOTFOR AMOUNT AWARD) B44 Rehab 30"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ B45 Rehab 30"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(>18'Depth) LF 400 $ $ B46 Rehab 36"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(0'-10'Depth) LF 400 $ $ B47 Rehab 36"Wastewater Line(Static Pipe Bursting w/IPS DR 13.5)(10'-18'Depth) LF 400 $ $ B48 Rehab 36"Wastewater Line(Static Pipe Bursting WIPS DR 13.5)(>18'Depth) LF 400 $ $ Subtotal Part B-Additive Alternate No.l (Items Bl Through B48) BID SUtINIARY SUBTOTAL PART A-GENERAL(Items At thru A395) SUBTOTAL PART B-ADDITIVE ALTERNATE NO.1(Items Bl thru B48) Total Extended Unit Prices(Items At thru A395 and BI thru B48)-For Evaluation Purposes ONLY To be applied to any and all items associated Emergency Coefficient with an Emergency Delivery Order as defined in Measurement and Basis for Payment(01 29 01) ;c Addendum No. 5 Bid Form Attachment No. 1 City-Wide Wastewater Collection System ID/IQ PROGRAM FY19 Page 20 of 20 Page 20 of 20 City Project No.18157A 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by PM Construction & Rehab, LLC dba IPR South Central (type of print name of company) on: March 27, 2019 at 2:00 pm for 18157A City-Wide Wastewater ID/IQ 2019. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.corn. To submit the original bid security or if submitting hard copy bids, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—City-Wide Wastewater ID/IQ 2019, 18157A All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 —BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder acknowledges that Owner, at its discretion, will correct mathematical errors contained in the Bid and will conform bid items in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 2.04 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.05 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt #1 2/20/19 Bid Acknowledgement Form 00 30 CO- 1 City-Wide Wastewater ID/IQ 2019 City Project No, 18157A Rev 10/2018 Addendum No. Addendum Date Si nature Acknowledging Receipt #2 3/01/19 #3 3/14/19 #4 3/19/19 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. UndergroundFacilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.OS with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations,tests,studies, or data are necessary for Bid Acknowledgement Form 00 30 00 - 2 City-Wide Wastewater ID/EQ 2019 City Project No, 18157A Rev 10/2018 the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations,investigations,explorations,tests,studies,and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 3.13 As required by Chapter 2270, Texas Government Code, Bidder hereby verifies that it does not boycott Israel and will not boycott Israel through the term of this Contract. For purposes of this verification, "boycott Israel" means refusing to deal with, terminating business activities with,or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel,or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 15.03 of SECTION 00 72 00 GENERAL CONDITIONS. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided for each DO provided by the City and measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price, plus any combination of Add or Deduct Alternates. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsive, responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' Bid Acknowledgement Form 003000-3 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 responsibility or value,and whether the Bidder has met the minimum specific project experience requirements,and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid,reject any and all Bids,to waive any and all irregularities in the Bids, correct mathematical errors or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements,including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 The whole contract time period is 365 calendar days.The Contractor will be required to complete multiple DOs issued by the Owner with a total contract amount of$10,000,000 within 365 days. As stated in 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,each Delivery Order is to be substantially complete and ready for operation within the number of days listed in the Delivery Order. Each Delivery Order is to be complete and eligible for Final Payment 30 days after the date of Substantial Completion for the Delivery Order. Failure to complete the work in each Delivery Order within the stipulated time may be considered evidence of unsatisfactory performance,and additional Delivery Orders may not be issued until work on the issued Delivery Orders is on schedule and the Contractor has sufficiently demonstrated the ability to complete work on future Delivery Orders within the stated time.The Contractor shall not be entitled to the full$10,000,000 amount of work from un-issued Delivery Orders due to the Contractor's inability to meet the stated schedules. Liquidated Damages will be assessed on each Delivery Order that is not complete within the stipulated times for substantial and final completion of that Delivery Order. Bidder shall complete each DO Work required for final payment in accordance with Paragraph 17.16 of the General Conditions within the number of days listed in each DO. 6.02 Bidder agrees that the Each DO Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within the number of days listed in Each DO. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. Bid Acknowledgement Form 003000-4 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. G. SECTION 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—ETHICAL BEHAVIOR 10.01 Bidder certifies that Bidder's officers,employees and agents will not attempt to lobby or influence a vote or recommendation related to this Bid,directly or indirectly,through any contact with City Council members or other City officials from the date the Bid is submitted to the City until a Contract is executed by the City Manager or designee, except that comments are allowed to be made at a public meeting held under the Texas Open Meetings Act. ARTICLE 11—SIGNATORY REQUIREMENTS FOR BIDDERS 11.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 11.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract,and if required,shall attach documentation of signatory authority to the Bid Form. 11.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 11.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 11.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that Bid Acknowledgement Form 003000-5 City-Wide Wastewater ID/IQ 2019 City Project No.18157A Rev 10/2018 have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 12—BID SUBMITTAL 12.01 This Bid is submitted by: Bidder: PM Construction& Rehab, LLC dba IPR South Central (t or printed f II le I name of Bidder) By: ividuol' signature) Name: Gre gett typed or or, Title: Regional Controller (typed or printed) Attest: (individua sig ure) Sara Grogan,Associate Estimator State of Residency: Texas Federal Tax Id. No. 62-1645414 Address forgiving notices: 131 N. Richey Street Pasadena,TX 77506 Phone: 832-252-4807 Email: jmouton@teamipr.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, orjoint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 Vv 1 IPR Secretary's Certificate of PM Construction & Rehab, LLC (The "Company") The undersigned hereby certifies, on behalf of the Company, as follows: 1) He is the duly elected and qualified President and Chief Executive Officer: 2) The following individuals are the duly elected and qualified officers the company, (each an "Officer" and collectively the "Officers") elected by the Board of Directors of the Company of occupying the positions set forth next to their respective names below: Robert McCrae, President and Chief Executive Officer Bac Ong, Authorized Representative Wendy Wilkes,Authorized Representative Greg Baggett, Authorized Representative 3) Each of the Officers is duly authorized, on behalf of the Company, to bid upon and enter into any competitive contract (each a "Bid" and collectively the "Bids") related to the Company's business, and is hereby authorized, on behalf of the Company, to execute and deliver any contacts, agreements or documents required in connection with any such Bid (such authority conferred on the Officers the Board of Directors of the Company effective HELD FRIDAY DECEMBER 1, 2017.) By: (2, :A �,— Robert McCrae, President and Chief Executive Officer Dated: April 5, 2018 Corporations Section 11 F�j ., Carlos H. Cascos P.O.Box 13607 /' r `x i`� Secretary of State Austin.Texas 78711-3697 i Office of the Secretary of State CERTIFICATE OF FILING OF PM Constnlction & Rehab, LLC File Number: 9809011 Assumed Name: IPR South Central LLC The undersigned, as Secretary of State of Texas, hereby certifies that the assumed name certificate for the above named entity has been received in this office and filed as provided by law on the date shown below. ACCORDINGLY the undersigned, as Secretary of State, and by virtue of the authority vested in the secretary by law hereby issues this Certificate of Filing. Dated: 09/06/2016 Effective: 09/06/2016 C6 Carlos H. Cascos Secretary of State Conte visit us on the internet at hup: irtiru.sosstate.tr trs Phone:(512)463-5555 Fax: (512)463-5709 Dial: 7-1-1 for Relay SeMces Prepared by WEBSUBSCRIBER TID: 10342 Document:688210650003 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(x). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1),Local Government Code. A vendor commits an offense it the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor, jJ Name of vendor who has a business relationship with local governmental entity. PM Construction & Rehab, LLC dba IPR South Central 2 Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. None Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CI©as necessary. NIA A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F-1 No NIA B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? F7Yes 17 No NIA 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. NIA 6 ❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 March 25,2019 SignatuEg v dor doing business with the governmental entity Date a -Re Tonal Controller Form provided by exas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code 6 176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3.5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity fling form,and the city,state and country of the business entity's place Certificate Number: of business. 2019-466634 PM Construction&Rehab, LLC dba IPR South Central Pasadena, TX United States bate t=iled: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 03/21/2019 being filed. City of Corpus Christi,TX Date Acknowledged: g Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to he provided under the contract. 18157A City-Wide Wastewater IDfIQ 2019 Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary IPR Acquisition Co., Inc. Conyers,GA United States X 5 Check only if there is NO Interested Party. 0 6 UNSWORN DECLARATION p My name is 1�Q Li , and my date of birth is My address is 4 }�1 Q na! Kc .,�-k.40 CL-1 C o n u tom.rs , ODA ,�, USA , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in �kdal l_ _County, State of L.7 A ,on the L.�C, � day ofKAlarc,20i"i— ..n........? (month) (year) R TQ '``', 11 o rAI? _ hkPIRN.S cEoHc,A _ e P a�a� gnature of authorized agent of contracting business entity (Declarant) dor ed by Texas Ethics Commission www.ethics.state.Ix.us Version V1.1.39f8039c ��°���'�t 8 COQ?••`' �. { i t°,fit i `y,! 00 30 01 BID FOR-31 Praject CITY-WIl7k WASTEWATER[DiIQ 2019 Name: Project 18157A Nntttlrer: Owner: City of Corpus.Christi Bidder: PM Construction&Rehab,LLC dba IPR South Central OA R: Designer: Department of UtihtieS'C Itc of Carpus Chs11 Basis of Bid QUANTITY 411id. t[Lin DESCRII''rlOti' UNrr Evaluadon ONLY- UNIT PRICE PXTENI)ED ."OT FOR A.'1101I N'T AWA RJ)) _ Base Biel )'AAT:1 General Conditions(per Section 01 29 01 Measurement and Basic for Pasrne«t} Al %I-1,duation'Bondsrtnsura.nce(Maxinsum 8^0) LS 1T $300,000.00 S 300,000.00- A2 Remove and Replace<8"SDR 26 Wastewater Line(0'-6'Depth) LF 250 550,00 S 1 2,500.00" A3 Remove and Replace<R"SDR 2.6 Wastewater[.me(0-10'Depth) LF 250 560.00 5 15,000.00- All 5,000.00-All Remove and Replace<S"SDR 26 Wastewater[-me(10'•14'Depth) LF 250 c i 0.00 S i r,5DU-00' A* Remove and Rcplacc=8"SDR 26 Wastewater[.me(14'-W Depth) LF 250 580.00 > 10olio.00 A6 Remove and Replace<8"SUR 26 Wastewater Line 1`18"Depth) Ll. 2511 si)O-(}O - S 2 21,500.00 A7 Remove and Replace 10"SDR 26 Wastewater Line(0'-6Depth) LF _. 5100.00 - 5 e �,00o.0OL ' A10 :18 RenaDv-e and Replace 10"SDR 26 Wa icwater 1-inc(6'-10'Depth) LF 250 SiS 1 10.00 S 7>,MOM- A9 and Replace 10"SDR 26 Wastewater Line(10'-14'Depdt) LF S 120,00 $ ?0,000.00- Renxrve and Replace Irl"SDR 26 Wastewater Line(14'-19'Dcplh) LF 250 S 1 3(}-00 S 32,500.00- All Remove and Replace 10"SDR 26 Wastewater Line(=18'Depth) LF 250 i 114 0.00 S 11-1,000.00 Al2 Remove and Replace 12"SUR 26 Wastewater Line(T-Ci Depth) LF 250 S 150.00 S =7,500.00- A13 Remove and Replace 12"SL)R 26 11'asiewater l..ine(6' 10'Depth) LF 250 S160.00 S A14 Remove and Replace 12"SDR 20 Wastewater Line 110'-1.1'Depth) LF 250 S 170.00 $ 42,500-00- A15 Remove and Replace 12'SDR 26 Wastewatcr Line(I4'-IS Dcpt11l 1. 2=0 S]x;0.00 S 45,000.00- A16 Re:ivvc end Replace l2'SDR 26`<l"aalewatcr l nae(>IR'Dq,th) $190M S =(7,5500.00 addendum No. 5 Bid Farm Attachment No. 1 City-Wide Wasiewat=r Cv118ction System 10/1C FROGRstd FY15 Page 1 of 20 Page I o1 2J City Project W> 18157A QVA':4T1'Il'(Rld Item DESCR[1'ON UNT £vnlualivn ON1,Y- Z PP YRtet: EXTENDED NOTFOR AMO1i1 r AWARD) All Remove and Replace 15"SDR 26 W'astewatcr Line(0'-6'Deplh) I.F c 200.00 S 50 000.00- AI8 Remove and Replace 15"SDR 26 Wastewater Line(6'-10'Dcptll) Lf 5 210.00 52,500.00- A19 2500.00-A19 Remove and Replacc 15`SDR 26 Wastewarer Linc MY-14'Depilt) LI -SP S —120,00 c 5.5,000.00- A20 5000.00.A20 Remove and Replace 15'SDA 7.6 1i'aslewaier[-me(14'-18"Dcpth) LF- 250 5 230.00 e 57 500,0(} A21 Remove and Replace 15"SDR 26%i aitetvamr Line( 18'Depth) 1_I: 250 5 240.00 S 60 0qi W A22 Remove and Replace 18-PSI 15 Wuteivaicr Line(0'-6'Depth) IF 150 S 1 30 00 S 3/ 5()(),00. A23 Remove and Replace 18"PS I LS Wasiewater Lme(6-10'Depth} LF 150 5 -260.0 0 5 19,000.00 A24 Remove and Replace 18"I'S 115 Wasicwater Linc(10'-IT Depth) LF 150 $ 2-0 00' S . 0x500.0.0 A25 Remove and Replace l8"I'S 115WaslcivaterLine(IT-IS'Dcp(h) LF 150 c 28000 5 47,000.00 A26 Remove and Replace 18"PS 115 W'asimvaler Line(>18'Deptli) LF 150 c 'cJ.0MO - S 4 3,500.00 A27 Remove and Replace 24'"PS 115 Waste%"aier Line(0'-6'Depth) LF Iso c 300.00 S 47,000.00 A28 Remove and Replace 24"1'S115 Wasiewaler Line(6'-10'Depth) LF 1:u s 3 10.00 ; 46,500.00 A29 Remove and Replace 24"PS1 15 Wastewater line(10' 14'Depth) LF 150 S 3 20.00 S 48,000.00 1130 Remove and Replace 24"I'S 115 Wastewater Lind(1.1 18'Deptli) LF 150 5 -,30,00 s 49,500.00 A31 Remove and Replace 24"1'S 1[5 Wastewater Line(>18'Depih) IT 150 S 340.00 c �1,000.00 A32 Remove and Replace 30"PSI 15Wasctwater[.me(0'-6'Depth) LF 150 5 15000 S 52,500.00 A33 Remove and Replace 30"I'S 115 W'35ctiv21Cf Line(6'-IO'Deprh) LF 150 s 360.00 s 54,000 00 Aad Remove and Replace 30"PS 115Wa5etwaterLiao(1(I'-I-1'Depth) IT loo S 370.00 S 55,500.00 A35 Remove and Replace 30'PS 115 Wwctwater Line.(I''-18'Dept) LF 150 S 180.00 5 000,00 A36 Remove and Replace 30"PS 115 Wasetwater Vine(>l8'Deptli) IT 150 S 390.00 5 58,500,00 A37 Remove and Rglacc 36'PS 115 Waslew itei I uic(0'-6'Depih} L.F 100 5 -100.00 5 40,100.00 A38 Remove and Replace 36"PS 115 W'a;iesvater Lino W- 1(i Depth) LF 1"'' ` -110.00 S 41,000.00 A39 Remove and Replace?6"I'S 115 W'aslewmer I me(t0'-14'Depth) IT li;u S 42.0.00 5 42,000.00 A40 Remove and Rcptace 36"PS 115 Waslesvater Line(I T-18'Depth) IT 100 S 430,00 - 3 43,000.00 Addendum No. 5 Bid Form Attachment No1 Coy-Wide Wastewater Collaelmn System ID71Q PROGRAM FY 19 , page?x�O cji'i PC_.ject NO IS 157.1 Page 2 of 20 QUANTITY(13H Item DESCROTION UN1'I' EvaluntionONLY- WfITFRICE F.1TENVED NOT FOft AMOUNT AWARD) A41 Remove and Replace 36"PSI15 Wastc.valer Lane(`-l9'D.pthj [I. [CO s 440.00 c 4-1,000.00- A42 -1000. 0-A42 Remove and Replace�8"DR 1Bkk'ast_ss.nerLine(0'-6'Depth) [.17 100 ' 53,87, c 538720 A43 Remove and Replace r8"DR IS Linc(6'-10DcpW LF If U i 61.8 7 (1,387.70 A44 Remove and Replace 58"DR 18 Line I N'--I.1'Depth) Ll- 100 S 7 3.8 7 5 7,387.20 A45 Remove and Replace S"DR 18 Waste:va:cr 1:ne(1-l'-7,8'Dcpth) LF 100 S 83.E T S 8,387.2G A46 Remove and Rcplace=8"Wastewater[-me DR l5 Wasteumer Lines->ir Depth) LF [on j 9 3.87 5 (),387.20 A47 Remove and Replace l0"DR 18 5k'asteµater Line(0'-6'Depth) LF IOD 5 105.22 s 10,522.00 A48 Remove and Replace 10"DR 18 Wmtevcater line(6'-10'Depth) LF ICt) 1 1 ( I 7 n o A39 Remove and Replace 10"DR 18 Wasmewater I.me(10'-14'Depth) LF ICO 5 125.2 7 S 12,522.00 A50 Remove and Replace 10"DR 18 Wastewater Line(14'-l S'Depth) LF 1 L.L- S 135.22 S )3-522.01J A51 Remove and Replace 10"DR l8"astesvater Line(>18'Depth) LF 100 S 145.22 - S 14,522.00 -152 Remove and Replace 12"DR 18 Wastessaier Line((I'-6'Depth) LF 100 5 i 37,o-:; S 1-5,705.00 A53 Remote and Replace 12"DR IS Waste•.vater Lme(6'-10'Depth.) LI: 1'.,, 5 167.0-3 5 16,705.0(1 A54 Remove and Replace 12"DR 18 Wastcwater Line 110'.14'Dcpth) LF 100 5 1 77 05, - 5 (7 705 T A55 Remove and Replace 12"DR IS Wastewaier Line(IT-I8'Depth) Ll- loo 5 187.05 S 18,70-5.09 A56 Remove and Replace 12"DR IS 11'astewater Lme(-I8'Depth) LF too 5 197,05 S 1 703.09 A57 Remove and Replace 16"DR 18 Wasteumer Line IC'-6'Dcpth? LF 100 c 7 17.67 2 1,76,A0- A58 Remove and Replace 16"DR 18 Wastewater[.in::(6-IG'Depth) LF 100 5 227.67 22,76 1.40- A59 .4A59 Remnve and Replace 16"DR 18 Wastewater line(I C'-14'Depth) LI' l L,' `-7 37.67 $ 23,767,10- A60 Remove and Replace 16'DR18%lastewater Linc',14'-1S'Dcplhl 1.17 100 5247.617 F 24,767.40- A61 Remove and Replace 16"DR 18%k astc.vatcr Line(>I8'Depth/ [-I` lo 1 S 7 j i.(1 i )5,767-10- F 5,i f7,1. I —-t A62 Remove and Replace 18"DR 1S Wastewater Linc(0'-6'Depth) I_F LOC 5269.30 c 26 93(.00 A63 Remove and Replace l8"DR l3 Wasstesww-'r 1_inc S6-10 Depth) I F ICU 52 79.30 5 7 x',930.00 A64 Re mcvc and Rcplacc l8"DR 18%%asieuater Line(l O'-I T lhpth) LP 10C 5289.30 c 78,930.00 Addendum No. 5 ©id Fa.rin Attachment No. 1 GtY-%Vide Wastewater Collection System 10j'IO PP03RAM FY-9 page 3 of 20 Ott Pro-a�. 18157A Page 3 of 20 Q I,:%.,17ITY(Did Item DESCR[PTJON UNIT E,aluwionONLY- Li7TPRICk' EXTENDED NOT FOR AhTOUM' AWARD) A65 Remove and Replace 18"DR 18 Wa,tra,ilcr Lice f I 15I)eplhr !b IPH $ _299.30 5 29 930.00 A66 Remove and Replace 18'DR 18 Wasiewater Line(--18'Dcplh) I.I IOU $ 3Li9.30 5 30 930.00 A67 Remove and Replace 24'DR 18 Wastekvater Line(0'-P'Depth) 11 100 S 336.10 _ $ 33,610M A68 Remove and Replace 24"DR 18 Wastcwatcr Ltne i6'-l O'Depth) I.I. too $ 346.10 S 34,610.00 A69 Remove and Rcplace 24"DR 18 Waslemner Luie(10'-14'Depth) LF 100 $ 10 5 3 3,61(1M A70 Remove and Replace 24"DR 18 Wasteis'ater Line(14'-l8'Depth) LI 100 > 366.10 S 16,610.00 A71 Remove and Replace 24'L DR 18 Wastewater Line(>I$'Depth) LF WO y;6.1 l) i,6 .0.00 A72 Remove and RupIace 30"DR 18 Waslewater Lane(0'-O'Depth) LF 100 S - c 406.72 40,672.0(} A73 Reinnve and Replace 30"DR 18 tit'a[c�vatcr Line(ri'-10'Depth) LF 100 5 416.71 g 4 1,672.()(1 A14 Remove and Replace 30"DR 18 Wastewater Line(10'-1 T Depth) LF 100 5 c 426.72 - 42,67100 A75 Remove and Replace 30"DR 18 Wastewater Line(I t'-I8'Depth) I.F i S c 136.;2 •13,672.00 A76 Renlave and Replace 30"DR 18 Wasten'ater Line(>I S'Dcptli) LF I QO S S �k-16.72 =14.67100 A77 Rcmove and Replace 36"DR 21 Wastewater Line(0'-6'Depth) LI' _ c _ S -13-4.35 43,435.0(f 478 Remove and Replace 36 DR 21 Wastewater Linc(6'-1 O'Depth) I.F Ior, 44,1.3; 44,435,00 A79 Remove and Replace 36"DR 21 Wastewater line(IG'-t4'Depth) LF 100 5 =4ti-4.37 45,43-5,00 A80 Remove and Replace 36"DR 21 Wastewatcr Line([4'-l8'Depdi) LF 100 S 5 -16-x.35 46,=135.0 A8I Remove and Replace 36"DR 21 Waslewaier Line(>IS'Depth) LF 100 5 c. 474.3 - 41,435.00 A32 Trench Safety for Removmn R Replacing Wastewater Imic(0'-6'Depth) IT 1150 S 10.00 S 11,500.00- A83 Trcnch Safety for Remo4ing Replacing 1:aetcwater Linc(G-]0'Dclath) LP 1150 S —) 0 00 2 1,000.00 A8 t Trench Sa£ery fcr Remov-mg R Replacing Wa.,tcwatcr I.me(I U'-14'Ihptitj LF I I I0 S 3(1.00 S 34,5'f70.00 A85 Trench Safety for Removing &Replacing%%astc%vater],me(la'-18'Depth) IF I 1 ,. 5 40.00 $ 46,000.00 A16 Trench Safety for Removing Fr Replacing Wa,t,!%%mer Line(-18'Depth) LF 1150 S 60.00 S 69,000.00 A87 Service Re-Connection for 18"Rcmol'31 K Replacement I-:A 11) S c 500.f10 5,000.0ff ASS Service Re-Connection for 10"Removal iC Replacement FA Ir $ 550.00 5 5,500.0U Addendum No. 5 Bid Form Attachment No. 1 City Wide Wastewater Collection System ID/10 PRCGP,%M i Y:9Page � Ca� ran Page 4 of 20 City Pra;ert No I.RIWA GL QUANTn-Y(Did ]tan DESCRIPTION ",IT Evaluation ONLY- UNIT PRICE EXTENDED NOT FOR .Af91Ol TT AWARD) A89 Service Rr-C:onrseaien fur l2"Remutal&Replacement. EA IG 5 600.00 S 6,000.00- A90 Service Re-Connection for 16"Rernovai&Replacement FA Ili $ 600,00 $ 6,000,00- A91 Service Re-Connwwn fnn 18"Reimaval&.Replacement EA 3 $ 900,00 S 4,500.00- A92 Service Rc-Connecuou for 24"Removal cG Replacement EA 3 1,»0.00 - & 7,750,00 A93 Service Re-Connectian for 30 Removal&Replacement EA i 3 3,550,00 - 5 1/,750.UO- A94 Service Re-Conncctlon for 36"Removal&,Replacement EA 5 S 4,550.00 - S 12,750.00' A95 Rehab=8"Wastewater Line(Pncumatte Pipe Bursting w11PS DR 17)(0'-10'Dcpth) LF 7500 3 60.00 AS - '450,000.00 FA96 Rehab<8"Wastewater Linc(PncumatlC Pipe Bursting w�IPS DR 17)(10'-IS'Depth) LF 15000 S /0.00 S 1,050,0oo.0( Rehab<8"Wastewater Lim_(pneumatic Pipe Bursting tiviiP S DR 17)(,18'Depth) LF 2.,' S 100.00 S 70,000.0Q 498 Rehab 10"Wastewater Line(Pneumaiic Pipe Bursting w'IPS DR 17)(D'-10'Depth) LF 60110 5 60.00 S 360,000,00- A99 Reiiab 10"Wastewater Linn(PlleUmAriC F'Ipe BLrstine vr'IPS DR 17)(l0'-18'Depth) LF 6000 5 90 oo S 540,000,00- A100 Rehab 10"Wastewater Line(Pncumalic Pipe Bursting"'IPS DR 17)(>I8'Depth) LF2500 E 1 10`00 5 7 5,000.00 A101 Rehab 12"Wastewatet Line(Pnclunatic Pipe Bursting w/IPS DR 17)(0'-10'Dcpth) LI 40111) S 70.00 S 280,000.Oo A 102 Rehab 12"Wastewater Line(Pneumatic Pipc BUrStmit w'IPS DR 17)(10'-1 S'Depth) I f 70041 S ,r S—c A103 Rehab 12'Wastewater Line(Pneumatic Pipe Burstmo W IPS UR 17)(>IS'Depth) LF 2,!. 5 120.0 0 300,000.00 Rchab 16"Wasiewater Line(Pnemuatic Pip--,Rusting w:'IPS DR 17)(0'-10'Depth) LF 250 5 90.00 5 ?3 '100.0(} •1 i Rehab 16"Wastewtocr Line(Pneumatic Pipc Bursting W II'S DR 17)(10'-1&Lhpth) I I -P 0 5 S � 115.0(7 � _8,750.0(}" AlCri Rehab 16"Wastewater Line(f ne:imatic Pipe Bursting w'IPS DR 17)(>IF Depth w 1 1 250 S 1 20.00 S 30,000.00 A107 Rehab IS"Wastewatcr Line(Pneumatic Pipe Bursung w1 IPS DR 17)(0'-10'Depth) I 1 250 5 130.00 6 32,500.00 A108 Rehab IR'LFastewater line(Pneumatic Pipe bursting w' IPS[)It 17)(10'-IS'Depthl LF 250 S 150.00 37,500.00 A109 Rehab 18"%Vastewuter I ime(Pnetimati;Pipe l3ursting w IPS DR 17)(>18'Depth) LE 250 5 155.00 S 38,750.00 A110 Rehab 2 I'Wastewater Linc(Pactimatic Pipe 13ln514112 w.[[IS DR 171(0'-10'DeJAh LF 250 '270.00 S 67,500.00 Al l l Rehab 24"Wamewater Lute(Pneumatic fire BursitnE W IPS DR 17)(10'-IS'l lepth) Lh 250 S 280.00 8 7,0,000.00 A112 Rehab 24"Wastewater I"ire(Pnewriatic I'ipc 13ursteng w^IPS DR 17)(>l8't)cp(h) IT .. 5295.00 i 5 _ 7 3,750.{){) " Addendum No. 5 Bid Form Attachment No. 1 City-ftci e 4Wastewiter Collection Sy;tem"M!iQ PRDGRAM Fyl9 page 5 of 20 Page 5 01 20 City Project No 13157A QUA,YFITY(Bid ItemUIN-IT❑!ESCRIP'i'ION EmluuUlNrl'1'R1C'E tion ONLY EXTTNDED NOT FOR A.6tOU1NY Aii A RD) All', Rehab 30"Wastcwamr Line(Pneumatic Pipe Bursting. IPS DR 17)(0- 10'Depil() LF S 295.00 S 73,730.00- M 3,130.00AI 14 Rehab 30"Wastewater Line(Fnctimatic Pipe Bunting w'1PS DR 17)(10'-IS'Depal) LF S 30 .0() S 76,2;0.00- Al 15 Rehab 30"Wastewater Line(Puce imat is Pipe Burslin,,w'IPS T)R 1 71(>I R'Depth) IT 5 32-5.0 0 S S 1,230M- Al 14 Rehab 36"Wastcwawr Line(Pnemnattc Pipe Bursting w.IPS DR 17)(0'-10'Depth) LP 250 5 295.00 0 s 73,750.00- AI I" 3,75(.00- :111' Rehab 36"1i'astewater Line(Pnetunatic Pipe Bursting w 1115 DR 17)(10'-18'Depth) LF 25u 5 ;12.00 S Al 18 Rehab 36"Waslewaler Line(Pnearnatic Pipe Bursting w+[PS DR 1.71(>IS'Dcpth) LF 250 t 325.00 S 81,250.00- Al 73(}00-Al 19 Rehab 9' )Wastewater Line(Pneuniauc Pipe iitasting'.v:IPS DR 13 5)(0'-IO'Depth) LF IIi-C 5 63.00 $ 63,000.00- A120 3()00900- A120 Rehab-SS"Wastewater Lme(Pncrunatic Pipe Btrrsnng wi1PS DR 13 5)(10'-IS'Depth) LF S `1"' 00 5 146,000.00- A .00- A 121 Rehab!�S'Prastcwater Line(Pneuma is Pipe Brustmgw�[PS DR 13 5)(>I S Depth) LF 750 S 101.00 e 77,250.00- A122 Rehab I0"Wastewater 1.hre(Pnenn)alic Pipe Bursting",11 PS DR I 1 5)(0'.10'Depth) LF 1000 S 64.66 S 64.660.()()- A123 Rehab 10"Wastew.awr line(Pneumatic Pipe Bursting w,IPS DR 13.5)(10.I R'Depth) LF ?00!1 S 9.1.66 5 189,320.00- A124 89,32().00-A124 Rehab 10"Wastewater Line(Pneumatic Pipe Burst mg iv%IPS DR 13 5)(,18'Depth) LF 750 5 1 14.06 t 85,99-500- A125 0- A125 Rehab 12"Wastewater Line(Pnetnnalic Pipe Bursting w1PS DR 13 5)((Y-10'Depth) 1.1 1.-� 5 i 6.54 5 76,540.00- A126 Rehab 12"Wastewater line(Pneumatic Pipe Aurstrug w11PS DR 13 5)(10'-I S'Dcpth) LF 51.110 $ 9 1.54 - 5 45,770.00- A127 15 i7O00- A127 Rehab 12"Wastewater Line(Pnemnaitc Pipe Bursting wiIPS DR 13 5)(>I R'Depth) IT SOU g 1 26.4 5 63,270.00- A128 377(1.01)- A128 Rehab 16"1Yurstewater I-ine(Pneumalic Pipe Bursting WIPS DR 13.5)(10'.10'Depth) LY I5 -- I l)l).6l -10,�21 4.OD A129 Rehab 16"W utewatcr Line(Pocutnatic Pipe Bursting wHPS DR 13.5)(10'-l8'Depth) i.F -1,A, S 125.61 s 50,244.00- A130 0,244.00- A130 Rehab 16"Wastewater Line(Pneumanc Pipe Bwsling i0PS DR 17 5)h1R'Depth) IT CiO c 130.6 t c 51.24-1.00- A131 Rehab IS"Wastewater I ine(Pneumatic Pipe;Blasting w/[PS DR 13 5)(0'-10'Depth) LF 400 5 143.4 1 5 57,36-1.00- A132 Rehab 1S"1:'aSFewat^.17 Line(PnernnaI1C Pipe Bursting w'IPS DR 13.5)(10'-18'Depth) LF 400 5 163.41 S 63,364.00 A133 Rehab I R"Wastesysicl I-iue(Pneumatic Pipe But stint!w1PS DR 135)f>18,Depth) LF 100 5 168A] 5 67,36-1.00- A134 Rehab 24"Waslewzwr I.ire(Pneumatic Pipe Bursung w'IP'S DR 13 j)(0'-10'Depth) LF 400 5 3 12.79 S 125,116.00- AM 16.00"AM Rehab 24"Wastewater Line(Pneumatic Pipe Bursinie w'rli'S DR l3 5)(10'-l S'Depth) IT 1.10 S '122.79 S 129,116.00- A136 29,116.00- A136 Rehab 24"Wastewater Line(Pneumatic 1'rpa Hursu2 w IPS DR 13 51('1 S'Depth) LF 16C S 337.79 5 135,116.00- Addendum 35,116.00'Addendum No. 5 Bid Form Attachment No. 1 City-bxlid?L+laste.va'er Caflecnor S,stern LDfIQ PRQGRar.1 FY15 Pig,-,6 o'20 Gty Proi2Ct SQ 18I57A Page 6 of 2.0 QUANTITY(Bid E�aluaiioa ONLY- EYTENDEV Item TIESCRIPTIUN UNIT NOT FOR 1IV1T3R[Ck: Ah7411R'T AWARD) A137 Rehab 30 Was£cwatcr Linc Tii,wn uc Pipe Buratmg❑'.'IPS D.R 13 5)(0-11)Dcpthi LF Oto s 3 13.93 5 125,572.00- A138 ?5,}f2.00- A138 Rehab 30"Wastewater Line(Pneumatic Pipe Bnrsling w IPS DR 13 5)(10'-18'Depth) LF 400 s 323.93 S 129,572.00- A139 Rehab 30'Wastewater Line(Pneumatic Pipe Bur,unL vv,IPS DR 13.5)(�-18'Dep)r) LF 400 5 343.93 s [37,572.00- A140 3i,?J2.00-AI40 Rehab 36"Wastessatar Line(Pneurnalic Pipe Buriting w11'S DR 13 5)W-t0'I7eprll) LF 400 5 148.66 - 5 139,464-00- AM 39,464-00-AM Rehab 36"Wastewater Line(Pnetunatic Pipe Bursting wIPS DR 13 5)(]U'-IS'Depth) LF 4031 S 3675.66 s 146,264.00- A142 :167,264.00- A142 Rehab 36'Wastewater Line(Pneunntic Pipe Bur,ung W IPS DR 13 5)(>18'Deptli) LF 1_ s 178.66 s 15 1,464.00- A143 64.00- A143 Upsizing of Wastcwaler Line for PipebursLng(Greater than one pipe size,max L 5 limes IT existing dtaineter),all sves,all depths 5 15.U0 --15,000•(}(}- 4144 Service Re-cern Ilion For 8"Pipe Burst ng(All Depths) EA 750 S 7()(7,00 5 7 [)0 0 A145 Service Re-conncrtion for 10"Pipe Bursting(All Depths) EA 500 S 750.00 `375,000.00- A146 .00- A146 Service Re-connection for 12"Pipe Fursting(W Depihi) FA 75 S 1-50 Utz 5 36,250.00- A147 675000- A147 Service Re-connection for 16"Plpc Bursting(All Depths) EA 20 5 750.00 s 1.5,000.00- A148 Seavi.:e Re-conncrlion for(I8"-36") Pipe Bursting(Ail Depths) EA 10 5 750.00 A149 Rehab 8"Wastewater Line CIPP(0'-IS'Depth) LF 11, 38.00 S 3,800,00- A150 Rehab 8"Wastewater Line CIPP(>1 f'Depth) LF 1" $ 4 2.0 0 - S 4,200,00- A151 ,300,00-A151 Rehab 10"Wastewater Line CIPP((7-15'Depth) LF 5 44.00 s 4,400.00- A152 1 300 00-A152 Rehab 10"Wastewater Line CIPP(>15'Depth) LF 100 5 50.00 s 5 000.00- A153 Rehab 12'Wastewater LineC1PP(0'-15'Depth) LF 100 s 52.00 s .57,200.00- A154 Rehab 12"Waslewatrr Line CIPP(-t i'Dcpth) LF 100 S 60.00 s 6,000.00 Al55 Rehab 15''1Va5tcwater Line CIPP t0'-15 Deptb) LF 100 s 60.00 S 6,000.00- A1156 7,000,00-A156 Rehab 15'WaMwatcr Line C1PP(>I5'Dcp(h) LF Inn S 72,00 - 100.00- Ai57 Rehab IS"Wastestaler Line CIDP(0'-15'Depth) i.F 75 S 80.00 S 6000.00 A158 Rehab 18'Wastewater Line CIP1'I>I5'Depth) LF 75 5 105.00 $ 7,875.00- A159 ,875.00-A159 Rehab 24"Wastev%ater Line CIDP W-1 5'Deplh) LF 75 5 130.00 5 9,750.00- A 16]j ,750.00-AI611 Rehab 24"Wastewater Lire C1 PP(`I5'Depth) LF 75 4 155.00 s 1 1,625.00- Addendum ,625.00-Addendum No. 5 n�F�r Attachment No. 1 Cny Wtde Was£e::Rer Collection S'ls:em D!Iq PRO,Re•M F' Page age 7 of 20 Page 7 of 20 fit)Pro"�cI D.n 1415TA Q1UAN I I I Y(Bid 1 NUT Evaluanaa U\LY LWIT F'RICE FX7'Efr➢ED Ifern llESCRiPTIOti NO YOR AMOUNT AIWARD) A161 IWIab±0"Wa;res%atcrIircClfP(1) -15'Depth) IT 7j 5180.00 c 1_n,iOD,QO- A162 Rehab 30"WwlewnterI tire CfPP(=I5'Depth) LF 15 5 220.00 5 1(,,500.00 A163 Rehab 36"Wastewater[.ine CIPP(0'-15'Depth) LF 75 S 230,00 - S 1-1,250.00- A 16 ,250.00.A164 Rehab 36"Wastewater Line CIPP(>I5'Depth) LF 75 e 780.00 5 7 1,000-00- A165 Senice Rc-connection for 8"CIPP Wastewater Line(All Depth;i EA 10 S 800,00 5 8,000,0(} A166 Service Reconnection fer 10"CIPP Wastewater Line(.Ali Depths) E�% 10 S 850.00 - e 8,500.0(} A167 Service Re-connection for 12"CIPP Wastewater Line(,VI Depths) EA IL S 900,00 S 9,000.00 A168 Senice Re-connection far 15"CIPP Wastewater Line(All Mpths) EA S 900.00 c 4,500,00 A169 Service Re-candcction for(18"-36")CIPP Wastewater Line(All Depths) EA S 900.00 $ 4,500-00- ALTO Joint Testingof(8"-12")Wastewater Line(all depths) LA ltru S 50.()0 S 5,000.00- AM Joint Groutingof(g"-12")WasicN.ater True(all depth.) EA 10) S �0 OO S ;,000.00- A172 Testing lateral Connections (all sixes,all depths) EA ID 5 75.00 5 4,300,00 A173 Grouting lateral Connections(all sizes,all depths) EA 45 S 30-00 `- ) 150.00- A174 Chemical Groat,complete in place per gallon GA 100 5 1—10.00 S 12 000 00- :'11 7 5 Point Repair=8"SDR26 Wastewater Line(0'-6'Depth)(15 1.F\hn) I 50 S 1 0().00 - S S,OOo.Op- A176 Point Repair fS"SUR 26 Wastewater Line(6'-10'Depth)(15 LF M[in) LF 50 S 100.0(1 5,000.00- A177 Point Repair KS"SUR 26 Wastewater[,the(I!1'-1.1'Depth)(15 LF I,[in) 1.F 5o S 100.00 S 5,000.00' AL78 Point Repair 18'SDR 26 Wastewater Luie(II'-18'Depth)(17 LF Mint LF 50 5 100.00 0 _ 7,000-(1O- A179 Point Repair fix"SDR 26 Wa_=towater(yI8'Depth)(15 LF Mm) LF 50 5 1 OO.t)0 = 5, DD.DO- A180 Point Repmr l0"SDR 26 Wastewater Line(0'-6'Depth)f 15 LF Min) I_P `i' $ 100-00 5 53)00.00- A181 Point Repair 10'SDR 26 Wastewater Line(6'-10'Depth(15 U-Min) LF w S 100.00 S 5, 00-00- x1182 Point Repair 10"SI)R 26 W'aslewater I ine(10'-14'Depth)(I5 LFMin) LF SO 3 100.00 $ 9j)00,00- A183 Point Repair 10"SDR 26%Vas•isnvatcr Liar(l l'-IS'Depth)(15 1 \lin) LF 50 S 100.00 S 5,D00.00_ A184 , OO.00- A184 Point Repair IO"SDR 26 Wasicw�atcr(118 Depth)(15 IT',fin) 1-F 5o $ 100.00 S Addendum No. 5 Bid Form Attachment No. 1 Ctty-kVide W stewater Collection System ID/IQ PROGf;w FY19 Page 8 0l LQ gage 8 c`2rl City Pro;ert NO toli7a nlualian ONNUT FXTEADED Iirni i nl"yCR1PTION tl?iiT :VOTFOR. UNIT PRICE AMOUNT AWARD) AIS5 Poar Rupair 12"'SDR 26% asle%vxer Linc(0'-6'Depth)(15 I.Y AMin) LF "' S ]()0.00 - S %136 Point Repan)2"SDR 26% aslcwater Line(6'-10'Depth)(15 LI'Min) LF 5 100,00 S 5,000.00- AI87 Point Repan 12"SDR 26 Wastewater Linc(10'-14'Dcpdt)(15 LF 41in) IT 50 S 100.00 � 5,000.00- :1188 Point Repair l2"SDR 26 Wastewater Line(14'-18'Depth)(I5 LF Min) LF 50 5 100.00 - S 5,0 00.00- A189 Point Repair 12"SDR 26 Wastewater Line(>18'Depdi)(I5 LF\lies LF 50 5 10(').(10 - s 5,0(0,0(1- %190 Point Repair 15"SDR 26 Was(maIcr Line(0'-6'Depth)(15 LI'\lin) LF 50 S 100.0(1 3,000.00 - I A1.91 Point Repair 15"SDR 26WastcisatuLine(6'-M'Deplh)(15LFMin) LP 50 S 1,f10.(1O S -5,0U0.w) A192 Point Repair 15"SDR 26 Wastewater Line(10'-I4'Depth)(15 LF 41in) LF 50 5 1(10.00 h 5,000,00 %193 Point Repair IS"SDR 26 Wastewater I.ine(14'-I8'Depth)(15 LF Im) LF s 1 oo.(jo c -5,000.00 A194 Paint Repair t5"SDR 26 Waslewatei Line(>I8'Depth)(15 1.1'Min) I.F 5 100.00 a 5,()00.00 A195 Point Repair 18"PSI 15 Wastewater Line{0'-6'1)eptli)(15 LF Min) LF 5 1 OO.UU 5 5,000.00 A196 Point Repair 18"PS115 W'asiewatcr Line(6'-10'Depth)(15 LF Min) LP 50 5 110-00 S 5,5 f0 00 A197 Point Repair 18"PSI 15 Wastewater Line(10'-t4'Depth)(15 LF Min) LF 50 5 120M S 6,000.00- A 191%, ,000.00A195 Point Repair 18"PS 115 Wastewater Line(114*-1S'Depth)(15 LF Min) LF 50 S 110,00 5 6,_500.00 A1,4 Pant Repair 13"PS 115 Wa5(CNK11Cr Line(>18' Depth)(I 5'Depth)(15 LF Min) LF - 1.:.${1..{10 c 7,000.00 - 5 A_1) Point Repair 24"I'S 1 15 Waslewater Line(0'-6'Deptlt)(I5 LF.Min) LF n S 1 20-{1 c 6,000.00 Feint Re!a r 24"I'S l L 5 Wast Rs'anr Linc(6'-10'Depth)115 l.F\fin) I 1 110.70 5 6,500.00 A202, FP-.lRepwr2,VPSII5 Wa5(cwatcrLint(10'-Id'llcpthi(151.17 fin) LF St1 5 1 1(1.00 5 7,000.00 A203 Point Repair24"PSI L5 Was icwaterL.ine(L4'-IS'Depth)(15LF\let I LF 150.00 5 1,500.00 A204 Point Repair 24"PSI 15 Wastewater L ine(>IS Depth)(15 LF Mm) I`' `- 16(1.(10 5 s,U00.00 A205 Point Rcpair'30"PSI I5 WastewamLine(0'.6'Depth)(I)I.FMin) LF 150.,00 5 6,500-00 A2W{ Point Repair 30'PSI 15 %4astetsaicr Line(6'-10-Depth)(I5 LF Min) I-F "� 5 140.00 5 ,,000.00 A207 Point ReP air 30"PS I LS W'as[ciralcr I-tic(10'-14'Deptlt)(I5 Lrmin) LF 50 S 5r 5 — i 0.00 50(1.00 A208 Point Repair 30"PS 115 Waste%�aier Line(I4 -18'Deptlt)(15 I.F i%1it:l LF 50 5 160.00 8.,000.00 Addendum No. 5 Attachment No. 1 aid Few City-%Vide Nljasteuater Caliejion system 1DJI0 PPt)GP-AY1 Fy19 Page 9 of 20 ❑,.6,9 of 20 Cny Pruyaa 140 I M S;A QUAN-TIT'Y laid Item DESCRIPTION UNIT F.+uluntion ONLY- UNIT PRICE EXTENDED NOT FOR AMO'UtiT AWARD) A209 Point Repair 30"PS 115 Wastewater Line(>18Depth)(15 LP Slnr� 1_1' S 1 70M 5 8,500.00- A2 I G ,500.(}0-A210 Pout Repair 36"PS 115 Wastewater Line(0'-6'Depth)(15 LF.Mm) !.P 50 5 155-00 c 7,730-00- A21 1 Point Repair 36"PS 115 WW`asleweter Tine(6'-10'D ril:)(15 LF Min) LF 50 S I(5.00 S 8,250.00- A?], 750.00-A21' Point Repair 36'FSl 15 Wastewater Line(l0'-1-1'Depth)(I5 LF Min) LF 50 s I (}(} S 8,750,00- ,L1 I /5000-,W71 Point Repair 36"PSI 15 Wnstewatcr Line(14'-18'Depth)(15 LF%Ito) LC 50 S 2105.00 S 10,2 50,00- A-114 feint Repair 36"PSI 15 Wastewater Line(,18'Depth)(1;LF Min) LF 59 c 2 _ '; _1)5.0[) 10,250,00- ,0,00- A21; Trench Safety for Wastewater Line Point Repair !E= 1;n�1 (All Line Sizes&Depths) 5 1:5.Of) - S 22,500.00- A216 0651nrction Removal b)Remote Dt:Oce(.UI Depths) EA 5 5 -1()(}.00 5 -1,000.00- ,217 Obstruction Removal by Excavation(0'-10'Depili) EA ?c 5()U.I)1) 5 1{}'(10(1.01f- A218 Obstruction Removal by Fwavation(10'-l8'Dcpdt) EA 20 x 500.00 I(),t)00.00- 19 Obsinietion Removal by Excavation(>I8'Depth) EA 20 S ro(}O.00 S 1 0 ()00.00 Service Lateral Replacement(0'-6'Depth blain,Includes Clean Out,Blot.Coupling,ei6 Azzu (s10LF) F loo z 1-1o.1}O s 12,O00.nIf A221 Service Lateral Replacement(G-10'Depth Wlam,Includes Clean Out,Rant,Coupling, I 104 5 etc)(_14 Lr-) 1-w.(10 14,000.(}(1 ,222 Service Lateral Replacement(to'-14'Depili blain,Includes C lewi Out,Boui,Coupling, 1.1' 100 $ { etc)(5 10 Lr) 160.00 1(1.000.01) Sernce Lateral Replacement(14'-18'Depth NSam,Includes Clean Out.Boot,Coupling, 1 23 etc)(5 10 LF) LF Luo 5 18o,00 5 18,000.00 A22IScnrc I,al_r..l liepl arvr.i(-18'Depth Main,Include'Clean(lilt,11,701,Coupling,e(0) Ii,LI.) LF 100 119(7,Of1 ` 19,0O0.00 WCell Pointing for Line WW'crk,Manhole,or Poua Repair(Per LF of Trench)t0'-6'D_l Ili;• -- L225 LF (1_5 LF%hn) s "woo � 1.50,000.00 �� Well Pointing for fine Work,Manhole,or Pout Repair(Per LP of'I'rcnch)(6'-10'Depth) A226 50(1L.F (15 LF Min) s ;(}11.00 3 I'rfl,(1[I(1.00 X27 Well Pointing for Line Work,Manhole,or Point Repair(Per LF of'frcnch)(10%14' Depth)(I S LF Min) LF s— 3 00.00 150,000-00 Well Painting for Line Work,Manhole,or Paint Repair(Per LF of'1'rench)(i•1'-18' 1225 LF I50 I5(11).00 5 75j)()0.()0.{)0 Depflt)(ISLFMin) 1229 Well Painting for line Work.W.mh01e,or Pomi Repair(11-r IA-of I roach}(>18'Dcpilo I} 15C S g (151.1 >ltn) 500.00 ;5,000.00. A230 Reinocc&Raplace•1"PVC WW'a31cwatcr f orcerat n(0'-6'Doptni 1-F 11K c 1 O0,00 c 10,000.00 Addendum No. 5 Bid Farr" Attachment No, 1 Cry-Wide Wastewater Collection System ID/IO PP.0GPA7M FYI-; Page 10 of 20 Page 16 of 20 City rroyect rlo_18157A QIIANI.1-1-Y(Hid hent DESCRIPTION UNIT Fvaluatlun ONLY- UNIT PRICE EXTENDED NOT FOR .-LtifUUNT AWARD) .1231 Rcmosc&Rcpiacc4'PVC'%°aste%vatcr Forccm;nn t6-IU'Depth) LF s 100-00 S 10,00(}-00- x2.12 Reta.!ve&-Replace 6"PVC Waste"alcrForeeinam(0'-6'D;pdi) LF S 105_U0 S 10 ;()O.()U- :L33 Rcmovc&Replace 6"PVC Wasiewater Forcemain(6-10'Depth) LF 100 5 103.00 > 10,;00,00 A134 Remove&:Replace 8"PVC Waslewatcr Imcctnam(0'-6'Depth) LF 100 S 115.oo a 1 1,50o,}}U' A235 Rcmove&Replace 8"PVC Wastewater Forcemain(C-I O'Depth) I.I Ioc S 115-00 5 11 500 00- A216 Remove&Replace 10"PVC Wastewater Forcemain(0'-6'Depth) IT 10(l 5 10.00 S 13,000.00- 37 3}00(}.0037 Remove&Replace 10"PVC Wastewater Forcemain(6'-10'Depth) IT 1011 S 1 30.00 S 1 3(}00.0{} A238 Remove&Replace 12"PVC Wastewater Forcemain(W-6'Depth) LF I OU S 1.10.00 5 14,000.00- A239 -1 00{,00A239 Remove&Replace 12"PVC Wastewater Forcemain(6•10'Depth) LF IN 5 1.10.00 5 1 4,000.00 :x240 Remove&Replace 14"PVC Wastewater Forcemain k-6'Depth) LF 100 5 1651.00 S 16,500,00 A241 Remove&Replace 14"PVC Wast e%vater Farcemain(6'-10'Depth) Lf l0 1 S 16-5.00 5 16,500.00- A242 Ca500.t0A242 Remove&Replace 16"PVC Wastewater Forccmain(0'-6`Depth) I.P 100 S 180,00 .5 1 8,0Q0.O{} A243 Remove&.Replace 16"PVC Wastewater Forccmain(6'-10'Depth) LF 100 S 180.00 5 18,000.00- A244 5,000.00)A244 Remove&:Replace IS"PVC Wast water Forcemain(0'-6'Dcpth) LF 150 S 200.00 30,000.00 A245 Remove&Replace 18"PVC Wastewater Forcemain(6'-10'Depth) I F 150 S 200.00 S 30,000.00 A246 Remove&Replace 20"PVC Wastewater Forcemain(U'-6'Depth) I-1' 1 SO S 13 00 S 35,250,00 A247 Remove&Replace 20"PVC Wastewater Forcemain(6'-10'Depth) LF 150 S 5 I A248 Remove&Replace 24"PVC Wastewater Forcemain(0'-6-Depth) LF 500 S 280.00 '140,000.00 - A249 Remove&Replace 24"PVC Wastewater Forcemain 1.6'-IV Depth} LF 250 S 70.00 S 70,000.00 A250 Remove&Replace 30"PVC%Vaslew'nter Forccmam(0'-6'Depth) LF 1;0 5 360.00 -c �4,000.00 Addendum No. 5 Attachment No. 1 aid Farm Page 11 of 20 Ci-,y wlide':+as!cwater Collert�cn System iDJQ FROURAS1 FY19 Page 11 0'20 Cey Prnpect No lr;!WA QLt.A.ti71'CY(Bid Item DESCRU'TION UNIT Evaluation ONLY- I."tiI7'YB1C:F: EXTENDED NOT Volt AMOUNT ARA 1211) Al RemoveL-Replace 30"PVC Wastewater Forccmain(6 10'Depth) IF S 3.60.00 - S 5-1,000.00- A25' -1 000.00-A25= Remove 4 Replacc36"PVC Wastrvalcr Forccacnn(0'-6'Dg111) L€ 5 400.00 s (iOrO{)O.[}O A253 Remove do Replace 36"PVC Wastewater Forcemain(6'-10 Dep(h) €.F I i S 400,00 S 60,000.00- A254 Trench Safety for Forcemain fAll Line Sizes R Depths) LF 1000 5 15.00 5 25,000.00- A-155 5000 00-A255 Control of Wastewater Floats with Bypass Pumping(Lines«") DAY 50 5 1,500.00 - S 75,000.00 .A256 Bypass Force%fain for Control of<8"Wastewater Flows LF 1000 $ 35.00 5 35,000,001 A257 Control of Wastewater Flows with By Pumping (10"-l2"Lines) DAY 50 s 1,500.00 S 75,000M :1256 Bypass Force.',Iain for Control of 10".12"1Vaswwaler Flows LF 100(7 5 .[o.0{) $ .1(),(){)().oa 1\259 Control of Wastewater Flows with Bypass Pumping(15"-18"Lines) DAY „5 S 7 {)00.0() c �{),000_oo A260 Bypass Force Main fer Control of 15 18"Wastewater Flows LF [0601 S .}(){}o }{}{}{}{}-{){) A261 Control of Wastewater Flows with Bypass Pumping(24"Lines) DAY 1' 5 3,000M S 120,000.00- A2 6 2 2{)00000-A262 Bypass Force N,fain for Control of 24"Wastewater Flows LF t' '' $ 3= oo t 37,000.{){) 1\763 Control of Wastewater Flows sGith By-pass Pumping(30"Lincs) DAN' 25 S -1 00o.{)0 S {0{)0.00.{)0 A264 Byyass Force Nlain for Control al-30"Wastewater Flow, LF 500 $ 35.00 S ( 500.00 .A265 Control of Wastewater Flows wide Bypass Purtrping(36"Lines) DAY 25 5 5,000.00- S }n 5,000 00' 1\266 By-pass Force Main for Control of 36"Wastewaief Flows LF 500 5 .10.00 b 20,000.00 1\267 Furnish Frac Tank(24-HourPeriod) DAY 100 5 {){�1,0O $ 1(},0110.00 A268 Furnish Vacuum Truck,(Tandem)(24-1[our Period) DAY 101) $ 5510.00 5 `t0.0{}0.00- 2.69 Plugs and'ur Flow-d uu Plugs(=_8") DAY 1'I' S 50,00 S ',000.0(}- 1\270 Plugs and or Flow-thru Plugs(10") FDY IiI S 50.00 S 5,000.00 Addendum No. 5 Attachment No. 1 6.t; d' Page 12 of 20 City-Wide Wastewater Collection 5ys4r,Id/IQ PROF nAkl FY 19 Page 12 of 20 City Project Ple.19157A Quvx t i ry illid tam DESCRIPTION UNIT Evaluation Ohl.}- UNIT PFJC E EXTENDED NOT FUR ANIOUTNT AWARD) A,211 Plugs an&ur Flow-thru Plugs(12') 1),%Y 1!1�, S 50.00 S 3,000.00- A-172 Plu2s and or Flo"-diru Plues(14') DAY t. S 50.0Q ;,0()0.00- A2 7 Plugs and'ur flow-diru Plugs(15") DAY 75 50.00 S 3,750.00- ,1274 Plu4s and'ur Flo—thni Plugs(18") DAY 7C c00 5 75 Plugs and'ur Flow-thm Plugs(20") DA Y ' 5000 S -0.00- . 7:1 A276 Plugs and or I:Ioiv-thni Plugs(30") DA)1 73 1 :;o.00 5 3,750.00' rQ 7 7 Plugs and.'or Flow-thru Plugs(36") DAY 755 50,00 S A278 PRE C(-TV-Clean&Televise Wastewater Lines(Lines;<8`) LF 30000 S 6.00 1 1 F0 001),00 .-U,79 POST CCTV-Televise Wastewater Lines(Lines<3-) LF 3C ,!) I -1.w ' 1 20,000.00- A-)8 U PRE CCTV-Clean&Televise Wastewater Lines(10%12 Lines) LF 16500 I lo,00 165,000.00- A281 POST CCTV- Televise Wa3icA%ut er I ines(10'-Il'hnei) LF 16500 5 S 3i 8 2 PRE CCTV-Clean&Televise Wastewater Lines(15'-18"Lined LF 4000 7,()()().00" AM POST CCTV-Televise Wastewater Lines(15%13"Lines) I.FS 9,000.00 A284 PRE CCTV-Clean&Televise Wastewaler Line;(24' Line:) F 2uUJ S 14.50 29,00o.00- A285 Pos,r CCPV-Televise WastewnicT Lines(24"Lines) LF 21:,,, S S 4,500.00 A186 PRE CCTV-Clean&Televise Wastewater Lines(30"Lines) LF 500 1 1 1 1,0o0.0(l A287 POST(-CTV- Televise Wastcwatcr Lines(30'Lines) LF 5 Ci) I _,o.00 10,000.00, A288 PRE CCTV-Clean&Televise Lines(36"Linn) LF 5 30.00 S 15,000.00- A789 POST CCTV-Televiw%Vatc"-.i1cr I ine.,(36"Lincs) IF (10 0, A190 CCTV Reverse Set-tip (Unabic to Irdve:SC Lint on Initial Sc(-up) FA 10 S 1,000.00 S 1 0,000.00_ A291 CCTV Set-ups EA 25 1 S oo (,-,:;.Oo A292 Clean&,CCW'.'Manhole�Manhole Inipmion EA 25 5 395.00 9,875.00- Addendum No. 5 Bid Fw, Attachment No. 1 City Nide W2%ievwater Collection System.10/;Q PROGRAM M9 Page 13 of 20 City Prc;ea No 13157A OZ t0 V I @�ed VLSTST ON Dalc,d AIQ OZ Io[•[aSrd 6T1d I1�C2l90Nd t�J)QI-aj'AS ury�alu�rsten•,a15ep�ap11A.A7{) ON ]u@w .38lld —ol Pq 5 'oN wnpuappd -00'000`�L I i 00'0sG,I s 001 V3 (gtda(j g-.0)gv!Pa l'TIMIN Tua)s{S aam.ilod r'U U t 91£V -00.000`3' s 00,00t S 01 :1;5 C I EV -00 0000� -00"000'9 5 V;I (TPdoa 9-.[II aloyuel��alenatss,55 mU U 9 aar3daH f l r5: 00 05C S 00 c_ti s 01 4:1 {gtdaL]<l tarp)nlnyue]\ rs4 U s 30J Tpdar,]ena] UN ()0,00;L22 s (70 U()�'3 s s V3 ( Q,9 rlq U s aar1da2l Z I El' 00'00. 4l I AA (y)da ta.t U,9 p)aloquF'I�ta)rm3Isu;55 rfC]aJ I•mJ yuL Cl rnx3 I l EV' 00000,0EI s -00000`4. i up V] owlnu,9 ,0)-,pquuKltatr.ua)sr.55 Cclyt,aaelda2l OIEV 00'000`001 S 00'000'�_ s Os VA (SaZIS 1['d)a]ogtmlN]lPWAV,t-,y,fiTMIS S3 anoma2i 60EV 00'00 ;'Z 1 S - 00 OSS oz _3l adl dune aat d' J 1 9£ SO£V -00,0,-7 C I I i 00 �L c S OS dladT d 8ul5e D IaaTS..0E G0£H -00'000'Z 00.01'I S Oc ]-1 adrd 5ulsrj laatS.,6Z My 00'0 L7 S 000(7 S 3l Ald9ulseDlaalS..SI sO£V -00 04_L`� g 00,0—, c ci ;.Il ad:d ftii!D laats.zI t•o£v -00 00,_:`t- s 0()`09 g cL {] adld SuTscD laa)S„8> £0£5+ -00 `I s -00'cL` s 4 V3 (Irnba pa,toidde=u Aja Aul r8al\j atet+parq pateiaossr.v staldepv pau(uns.;A Allrancrgaal4(•.9£ .0£) ZOfV 00 t L) I S 00 I.9 5 sZ v] (lrnba patotddr to nOu3 so lT i r"aal\)an.npiry patrnnssr N staldrpV 8ui]dna�paum�)sa21-�Ilea!�ya 11(.,hZ IZ) MY -00'`^L9'0 1 s 00 S7LS v q (Irnba panoudde aaam3u3 To {OEv 3111 a5a]`)arTtsspmy pamrnc;r-y sr:itdrpv Suildnoi paului)sa31 Alleautrgaaly(.,B[-..sl) -O0 Ot:2`l) C^ (lrnbapaaolddrtaam$uRjo 00,0c-L s sZ V:3 511 M1 ,trtt it -moossr. �ta)dr 66ZV I 1�)• p q P pv 5u ldno7 pan rnsag Allsantegaal\(..21 ..OI) 00-C L I q 00 5[ scZ V3 (lrnha panoiddr.taamRu3 to 5111 eSa1�)airmptrq palonnsse 7y siiadepV 4mldnnJ pamrnsa,d riI]Tan:ryaal („S ) 86ZV 00,0 0 0,8 S 00-00S s 01 v] (.mmmuolmddu Zumg lIr pue's)uu C(I\ stlnq'taysr8,4rsraau sapnpu])s8um13(..9E O£)dICT L6Zv (saauruaundde 00,0081":� } 00,08c, s Ol V-3 51"11 a u¢'slulof sl o sla.sr3 Aiussaaau sa n au s5tnuc 96ZV JII P fit 1 q' y P I t) d(.4Z-••IZ)dhZI 00.092 a 00'1+0 SV'a ("mmalTnddu Suing Ifr P-'slulof FIN's)Inq'saa>£srS:iTeesa,an sapnlaul)s5nnuj(..e l-,,S I)dJU 56LV 00 0� I 00 S.:f 5 01 V'3 (sanuuv Lnidde 'mtau lir puu'sluiof fl1'stlnq'saaysr5 Amssaaau saplipul)s8uma[d(•.ZI -..0])dIc] f6c5 (saaurua)mddr 00,000,1 S 00,001 S OI t'a 5utu9 Ile pue slmuf F11'sgoq'saa 1srR.(rrssaaav sapnpup s8unn:!(..8>)d1[3 16 IV (a9T VAA V 1`'Tn£St' >•1.03ifi.ti SthL7 UA("I 8137i7tyd.L.t51:1 3 LN"I ',1')-810 ua;tnnlvs� Of.C.iIB.'7S3Q aml QVANTtTX(Bid F-s�luaiian O;N7..X- E\TE�'[1.Et) Item 1)FSCH[Fttov L'Y[7' NOT FOR 411TPRICE Al1017;Yr AWARD) A317 Extra Depth l'or 4 It Dia Polymer Sy51dm Manhole Rehab(Over b'Depth) VF 130 S275.00 S 35,750.00 A313 5 tt Dia Polymer System Manhole Rehdh(U'-6'Depth) FA 10 S1,950.00 - S 19,500.00- 110 19 c)500.00-1319 Extra Depth for 5 ft Dia.Polymer System 1Mholc Rehab(Oser 6'Depth) VF 20 $270-00 c 5,400.00- A320 6 fi Dia Polymer System Manhalc Rehab(0'-6'Depth) E1 5 S2,250.00 S t 1`'150,,0 ,321 Extra Depth for 6 It Dia Polymer System%hinhole Rehab(Ober 6'Depth) VF 10 S300,00 5 3,000.00 A322 4 R Dia Wastcwater Manhole FRP Rehab(0'-6'Depth) 1. $6,000.00 5 300,000.00 1323 Extra Depth for 4 ft Dia Wastervawr Manhole FRP Rehab(Over 6 Depth) VF 8U 5 1; ,01} S 3 0 Dt}0.00- A324 5 fl Dia Wastewater Manhale FRP Rehab(0'-6'Depth) LA IU t 5.0011.}0 f 50,000.031 A325 Extra Depth far 5 R Dia Wastewater Manhole FRP Rehab.(Over(-'Depth) VI.- 2o S 5 7.5.0() S 10,500.00 A.326 6 ii Dia Wastewater\Manhole FRf'P.ehab(0'-6'Depth) EA -6,000.00 5 30,000.001 ,327 Extra Depth for 6 R Dia Wastewater I larthole FRP Rehab (Over 6 Dcptlt) 1'F 1, 5 675-00 S 6,750,00- A328 S fl Dia Wastewater Mmihole Concrete Reltah(0'-6'Depth) EA 5 S 1,770.00 S 8,850.00 A329 Extra Depth for 4 R Dia Wastewater%Fanhole Concrete Rrh_b (i)ter 6'Depth) 1rF 1, 1295.00 5 ),950.01} A330 5 ft Dia Wastewater Manhole Concrete Rehab(0'-6'Depth) EA 1; $1-5o11.00 S 3 7,500.0(1 A331 Extra Depth for 5 R Dia Wastewater Manhole Concrete Rehab(Over 6'Depth) VF S 370.00 S /"',.}00,01) x1332 6 fi Dia Wastewater%tanhale Concrete Rehab(0'-6'Depth) KA 25 52,650.00 5 11333 Extra Depth for 6 R Dia.Wastewater Manhole Concrete Rehab (Over 6 Depth) VP 30 5-450.00 S 13,5Q0_00 A334 Trench Safety for Wastewater Manholes(0'.6'Depth) F,A Ili '65.00 S 7, i 5.011 A335 Extra Depth for Trench Safety far Wastewater Manholes(Over 6'Depth) VF 150 tl 3 100,0d 5 30,000.0o. A336 Nlanholc Connections(_8") EA 200 I S 195.00 S 39,000-00 A337 Manhole Connectsons(10"-12") EA 50 1200.00 5 10,000.0o- A338 -'-290-00 0 01)0.00- 1338Manhole Connecdons(15'-18"I EA -"' S�9U.1}0 S 5 800 11(}- 1339 Manhole Connect ion,(21"-2•t") IA 10 5350.00 5 3,500.00- :1340 Manhoi'c CPN Cclicni(3U"-36") f.'t lit '450.00 S 4,500.00- Addendum No. 5 Attachment No. 1 Bid " City-W-Vjide Wa;leaaaler Call-mo.,System IU/IQ PROGRAM FY19 Page 15 of 20 P•,eo 75�'?� City Pm,eo No 18157A QUANTITY(Bid Ithm O$SCRIP7ION 1INr'r FsnluntionONLY- UNIT I'MCF: EXTENDED NOT FOR AMOUN F AWARD) A341 lwtafl 8"Drop Connection(All depths) EA I) 5 2,500.00 S 25,000.00 A342 Install 10"Drop Connecticn(rill depths) EA 10 $ .5,500,00 - S 35,000.00 not+ Instal l3"Drop Connection(AH depihi) EA l0 S 4,500.00 S, 45,000.00 A34-1 Remove&Replace 30"Manhole Ring&Cover (includes S S inflow inhibitor&new J JDPF_adjusunew rings) EA Ill $ 9710.00 _ $ 9,500.00 A345 Remove&Replace 36'Manhole Ring&,Corer (includes S.S inflow inhibitor&new IIDPE adjustment rings) EA to I S 4,200.00 " c 12,000.00 A346 Reconstruct Manhole"Fop Corbel(.Any Sixc) EA 1" $ 3,000,00 5` 30,000.00 A347 Reconstnict Manhole Bench&Inven>as per specifications EA It 5 },000"00 S t0,000.0() A348 Cement Stabilized Sand Backfill(1 5 sacks of cement per l CY of sand) TON 10070 $ =4�.l)l) S .1'3,1)(.0(3 A349 Cut&Restore I1>IAC Pavement(Includes Prime Coat.12"Base&3"Dick Pavenicnr) SY 1000 S oo.I}l) I l 00,000.0{) A350 Additional H.MAC Pavement Thickness(I/2"per SY) SY 500 5 ) ll(} ? 7,500.0(y A351 Additional Limestone Base Thickness(I"per SY) Sl ""' ` 5 (}(} v ),500.0(} A352 Select Backfill❑lafenal CY I." I 5 4.00 s 4,000M A353 Flowable Backfill } Soe s 145.00 72,500.00 ?354 Cut&Regnre Concrete Pavement(Includes Base&l2"Pavement) SY 'iO 5 1,4,(x.()() 5 3;,1)()0,(10 A355Additional CoacrelePavement Thickncssil"per SY) SY 100 S 2()()() < (}()()110 A356 Signing&Traffic Control(De(ail A) DAY 15 S 500.00 S 7,500.00 A357 Signing&Traffic Control(Detail B1 DAY 15 ( 5 500.0() c 7,500.00 A358 Signing&Traffic Control(DNA C) DAY 15 ` 500.0() S 1,500.00 ,M') Signing&Traffic Control(Detail D) D:11' I $ _ S 5l){l.0{) 7,50().00 ,1360 Signing&Traffic Control(Detail E) DAY I ` ;oo.0() A361 Signing&Traffic Control(DetaiiF) DAY 15 c 50000 A162 Signing&Traffic Control(Detail G I D 11 1 c 500.00 7,500.00 A363 Signing&Traffic Control(Detail II) DAY I., c 5001)0 5 7 50O.0O AMA Signing&-Traffic Control(Detail I) ll?5 1 i $ 500.00 S 7,500.00 500)00 Addendum No. 5 Bid Farm Attachment No. 1 City-'Phde SVdstp,rat=r Collection System ID/IQ PROuRA%1 FY19 Page 16 of 20 Page 16 of 20 City Project>Co 18157A QUA-,nTY(Dia Evaluation 0\IA'- F:}LTVNDED item 17ESCRIPTI01' UNIT gTFOR. DIT PAIGE AIMOUNI' MNARDi A r,S Sipung&Iraffic.Control(Detail Jl DAY I> S 500_00 S 7 ,00.0(} A366 Signing&Traffi:Control(Detail K, DA!' I5 S 500.00 $ 7,500.00 A367 SIStine&Tlafti.Cont:oI(DetadL) DAY 1; _ 00.00 - 5 :,5QQ.(�(j A368 Signing&Traffic Control(Detail M) DAY 15 S 500.00 S 7,500.00 A30 tii_n:nz t'c Tra4'fic Control(Detail N) DAY 15 S 00.00 5 7,500.00 A370 Portable Changeable Message Signs(Pl i11S) DAY 25 S 50 00 S 6,25 000 A371 Flashing Arrow Boards DAY & 250.00 S 6,750.00 :1..':' 1lagger•Complete in I'lace Per 2h-hour Pcnod [):�Y' 10 S — 0.00 S 7,100.00 All 73 Removal&Replacement of Chain link Fencing LF 250 5 40.00 S 10 0()() ()() A374 Removal&Replacement of% ood Fencing LF 250 S 40.00 S 10,000.00 A375 Temporary Construction Entrance Erut-All Weather Acrzss Road I'..A _ 500.00 - S —1,500,00 A376 Tree Removal(IJp to 8"Dia Trunk) E 5 7100-00 1,500.0() A377 Tree Removal(Greater Than 8"Dia..Truk) EA 5 750.00 - 5 3 750M A3,78 Erosion Control -Sodding S 256 5 4.00 S 1,000.0a A379 Erosion Coalrol-Seeding 5 Y 5 7 00 S .100 00, .380 Erosion Control-Temporary Sediment Control Fenl-e(Silt Fence and or Sih Ramer) IT 1 ryrn $ 5.00 S /,500A M A381 wet Protection FA 25 5 60.00 5 1,500,0U A.i82 Remove and ReplaccConcrete Driveway SF 7i0 S 1(,.()0 S 13,000.00 A383 Remove and Replace Concrete Sidewalk SI iouf ` ()8.00 < <)0 0()0,00. I A3&1 Remove and Replace Curb and Gutter or Vallcy Guaer 11� 5LJ 5 2-1.L0 S 12,000.00 A385 Remove and Replace Curb Ramp FA 5 S (,,50.00 S 8,750.00 A386 Grout Fib&Abandon in place C). 100 �Q0.0Q - 5 "0,000.00 AW Remuve.Retccatc,and Reinstall flail&,xI A c i(J-{){} S 5Q-{0 A388 Install 8'cleanout,(0'-6'Dcpth main) I''t S 600.00 12,.000.00 Addendum No. 5 Attachment No. 1 Bid rare, City-W hde Wastewater Collccitcn System IDJIQ PROGRAM Fr 14 Page 17 of 20 Pae-17 of 20 City Praiect"io.15157A QUANTITY(Bid Iter DESCRIPTION UNIT E+uluatinu ONLY- l Nl'1'3'RICE EXTENDEDNOT EOR AMOUNT AWARD) A389 Install 8"cleanout,(6'-1+i Depth main) FA In S 700.00 5 i,00Q.00- A390 Install 8"cleanout,(10'-14'Depth main) EA ,i) S 800,00 S l fi 000.00' A391 Install 8"cleanout,(14 -IS'Depth main) FA 10 5 850M 8,500.00 A392 Install 8"cleanout,(>IS'Dcpdi main) EA 10 S ss50.()0 5 s,500.0o A393 Power Pole Support DAY le c 1,400.00- S 25,000,00 A994 Site Clearing and Stripping AC 5 2,500.00- 5 2,500,00 A395 Preparation and Implementation of a Trallic Control Plan Allowance AL I t 10,000.10 S 10,000.00 Subtotal Part A-General Conditions(Items AI Through.A39,9 I S 17,25.3,75&00 Part B ADDITIVE ALTERNATE NO.1 (per SECTION 01 23 10 ALTERNATES ANT)ALLOWANCES) BI Rehab<8"Wastewater Line(Static Pipe Bursting w1PS DR 17)(0'.l0'Depth) IF 10000 5 75.00 S 7c0,000.00 B2 Rehah 58"Wastewater Line(Static Pipe Bursting w,'IPS DR 17)(t0'-IS'Depth) LF In , ) S 85.00 5 850,000.00 83 Rehab SS"Wastewater Line(Static Pipe Burstutg w'IPS DK 17)(>1 S'Depth) LF 1009 S I (5.00 > 17 5000.(}0 B4 Rehab I9"Wastewater Line(Static Pipe Bursting w'IPS DR 17)(0'-10'Depth) LF 5 8-1.00 425,000.00 135 Rehab l0"WastewaterLine(Static Pipe Bursting w!]PS DR17)(10'-t8'Depth) 'LF 50(0 5 101_()() 55-)5,()00.()0_ B6 Rehab 10"Wastewater Line{Static Pipe Bursting w'IPS DR 17)(>l8'DcpL1) I,F 10110 c 130.00 5 130,000.00- B7 30,000.00_B7 Rehab 12"Wastewater Line(Static Pipe Buirsting wI IPS DR 17)(0'-10'Depth) Ll- 50017 100.00 S 500,000.0()- 88 Rehab 12"Wastewater Linc(Static Pipe Boosting wr IPS DR l7)(l0'•I S'Depth) LF 25011 s 1 -15.00 3 312,500.00- B9 Rehab 12"Wastewater Line(Static Pipe Blrstmg w!HIS DR 17)(>18'Dep(h) LF 1000 5 1-9-5.00 S 155,000,00. Blu Rehab 16"Waitewater Luna(Static Pipe Bursting wo[PS DR 17)(0'-10'Depth) LF 400 S 58.00 S 23,200.00- 1311 3,200-00.811 Rehab 16"Waite-hater Line(Static Pipe Bursting wl G'S DR 1 7)(10'-I8'Depuh) I F .100 S 58,00 S 23,200.00- B12 3,a00.00- 812 Rehab 16"Wastewater Line(Static Pipe Bursting w.[PS DR 17)(>13'Dcpth) LF •400 =_ 58,00 S 23,200.00- B13 3,200,00.B13 Rehab 18'"Wastewaier Linc(S1auc Pipe Bursting se IPS DR 17)(0'-10'Depth) LP 400 82,00 j 3 7,800.00- 814 Rebab 18" Wastewater Line 15nric Pipe Bursting w/[I'S DR 17)(10'-1S'Depth) IF 400 S 95.00 5 38,000.00- 815 Relml,18' Wasicwater[.int(Slant Pipe Bursung w'IPS DR 17)(>18'Depth) IF -SCO _ 95,00 g. 38,000,0(1 1316 Rehab 24"Wastewater Linc(Static Pipe Bursting wl 1115 DR 17)(0'-10'Depth) LF 440 S !8(1.00 - 5 r 2,000.0(1 B l' Rehab 24"A astc•.vater Lune(Stage Pipe Burning w-IPS DR 17)(10,-18'Ilrpih) LF 4CU 5 18,x.00 74,000.00. Bid Folin Addendum No. 5 City-Wide Wastewater Collection System I0/I0 PROGRAM Fy19 Attachment No. 1 Page 19 of io City Proprct%0 19157A Page 18 of 20 QUANTITY (Bid[?yulunrian ONLY- E.KTENDED It¢rn. DESCRIPTION UNIT NOTFOR d1N1TPRICE A.NIOONT AWARD) BIS Rehab-I'Wastewater Line(S(atrc Pipe Burson k w IPS DR I?)E-SIS'Depth) LF 4u0 s 185.00 - $ 74,000.00- B19 Rehab 30"Wastewater Line(Static ripe Hursting w IPS DR 17)(T-[0'Depth) LI: 1'0 S 700.00 S 80 000.00- B20 Rehab 30'Wastewater Line(Static Pipe Bursting i%IPS DR 17)(10'-18'Dcpth} LF 400 5 '00 OU t 80,000.00- B21 0 000.00-B21 Rehab 30"Wastewater Line(Static Pipe Bursting w!IPS DR 1 7)(,18'Depth) LF 400 S 700.00 5 80,000.00- B22 0,000.00B22 Rehab 36"W:kslewater Line(Static Pipe Bursting ic:-IPS DR 17)(0'-10'Depth) LF 400 5 X0.00 5 100,000.0(1 B23 Rehab 36"Wastewater Line lStahc Pipe Bursting w.'IPS DR 17)(IO'-18'Depth) LF 400 S 3 0.UU S 100,000.0o 824 Rehab 36"Wastewater Line(Static Pipe Hiuski ng w/[PS DR 17)(.18'Depth) LF 100 S )ti0.00 5 I()n 000.()() B23 Rehab 58"LWasiewal:r Line(Static Pipe Bursting wAPS DR 13 5)(D'-IO'Depth) LF 2$01) -1 8.00 5 19 000.00 B26 Rehab<8"Wastewater Line(Static Pipe Bursting w4l'S DR 13 5)(10'-18'L)cpth) LF 25011 S 88.00 5 -220,000.00 B27 Rehab<8"Wastewater line(Static Pipe Bursting w:'IPS DR 13 5)(%I S'Depth) LF 1000 S 118.00 - 5 118,000.00 1328 kehab IW Wastewater Line(Static Pipe Burtting w(1PS DR 13 5)(0'-10'Depth) LF 24,11 S 90.00 - -1 229,000.0(y B29 Rchab 10"Wastewater Lice(Static Pipe 13urstinF u:/IPS DR 13 5)(10'-I S'Depth) LF 2500 S 110.00 S 7-5,00(1.0() B30 Rehab 10"Wastewater Lute(Static Pipe Bursting w/IPS DR l3 S)(>18'Depth) LP 1000 S 13 5.00 - S 135,000.00 1331 Rehab I2"%Vutewatcr Line(Static Pipe Bursting w7PS DR 13 51(0'-10'Dcptb) LF 2500 S 107.11( 267,300.0(Y B32 Rehab 12"Wastewater Line(Static Pipe Bursting w:/IPS DR 13 5)(10'-I8'Depth) LF 21011 S 132,00 S 330,000.00' B33 Rehab 12"Wasiewater Line(Static Pipe Bursting w APS.DR 13 5)(>18'Depih) LF 1, 162.00 - 5 16-2,000.00 B34 Rehab 16"Wastewater Linc(Static Pipe Hursting wtIPS DR 13 5)(0'-10'Dell1h) LF 1� S 58.00 S —2-1,200,00- B35 Rehab 16"Wastewater Line(Static Pipe Bursting WITS DR 13 5)(10-1S'Depth) LF 400 5 58-00 c 23 300.U0' B36 Rehab 16"Wastewater line(Static Pipe Bursting w,IPS DR 13 5)(>I S'Depth) LF 000 S 58.00 $ 23,200,00- B37 Rehab 18"Wastewater Line(Static Pipe Bursting wAPS DR 11,5)(0'-10'Depth) LF S 82.00 c 32,800.00- B39 2,1100.00B39 Rehab 18"1Wastewater Line(Static Pipe Bursting w:IPS DR 11 5)(10'-18'Depth) LI' 400 95,00 5 38,000.00- 1339 Rehab 18'Wastewater Line(Static Pipe Bursting w'1PS DR 13 5)( IS'Depth) LF 400 5 95.00 S 38,000.00- 1340 e5 000.001340 Rehab 24"Wastewater Linc(Static Pipe Bursting w'IPS DR 13 Si IJ1 -10 Perth) LF 100 5 1180.00 S 72,000.00- B4 I 2,000.(10-B•41 Rehab 24"Wastetcaler Line(Static Pire Hursong w:"IPS DR 13.5)(10'-18'Depth) I 4011 5 185.00 S 74,000.00- B42 Rehab 24"4Wasio,ater Linc(Static Pipe Hursung w'IPS DR t3 5)i>•18 Depths LF 40) 5 18,-3.00 S /4,000.00- B43 Rehab 30"Waste,am I.uic(S1ati[Pipe Hiar ting%v1P DR 11 5)(i)'-10'Depth) IT 400 5 700.00 5 80,000'-00- Addendum No. 5 9idFnrm Attachment No. 1 City-Wide LVasl e::niers Coilection System 10/1Q PROGftA^.t Fv15 Page 19 c(20 City Project No 1815574, Page 19 of 20 QLANTITY(I3id Item DrSC:RIPTION UNIT EraluationONLY- UNITPRICL EXTENDED NOT FOR AAtOLIN-17 A5VARD) B-l4 t�I:.rI,.+U'1Yastewaler i lrC(Static Pipe Bur<ting W IPS DR 13.5)(10'-IS'D 1,In 1.IN 4(rr1 S 200.00 S 80,000.00- 13•{5 Rehab 30'Wastewater Line(Static Pipe Brcrsting w'IPS DR 13 5}(•IS'Depth) LP 5110 5 700.00 $ 80,000.00 1346 Rchsh 36 astcwater Lme(Slade Pile Bursting W1 PS DR 13.5)(0'-10'Depth) I.F 400 S ?x0.00 S 100,000.00- R4 7 00,000.00-R47 Relik 36"Wastewater Line(Static Pipe Bursting WIPS DR 13 S)(10'-18'Depili) LI. a00 S 250.00 S 100,000.00 R4S Rehab 36"Wastewater Line(Static Pipe Bursting w IPS DR 13 5)1>18 Dcpth) IT S 250.00 S 1 00,000.00- Subtotal Part 11-Additive Alternate No.l (Items Bl"Clirongh B48) $7,566,800,00 IIID SU�i:N1ARY SI BTOTAL PART A-GENEILN.L(Items Al thru A39.';) S 17,235,758.00 SUBTOTAL PART 13-ADDITRT ALTEICNATI:N0.1(Items BI thm B4S) S 7,566,800.00 Total Extended knit Prices(Items M then A395and BI thru B48)-for Evaluation Purposes ONLY S 24,822,558.00 To be applied to any and all items associated Emergency Coefficient with an Emergency Delivery Dreier as defined in Measurement and Basis for Payment(01 29 011 Addendum No. 5 atd Form Attachment No. 1 City l'i ule'Al asses+ztei Cnll<�tt:on Syzlrr:- 1:;/IQ PrZgG9n%A F'l19n �e, rao O{ ra0 V c.f 2t CWj Pruje_t Nc.1,9157Af L I L. 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of I Bidder(includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: PM Construction & Rehab, LLC dba IPR South Central —T)zz�n (typed or printed) By: (signature--attach evidence of authority to sign) Name: Greg Baggett (typed or printed) Title: Regional Controller Business address: 131 N. Richey Street Pasadena,TX 77506 Phone: 832-252-4807 Email: jmouton@teamipr.com END OF SECTION Compliance to State Law on Nonresident Bidders 003002- 1 City-Wide Wastewater ID/IQ 2015 City Project No. 18157A 10/2018 y IPR Secretary's Certificate of PM Construction & Rehab, LLC (The "Company") The undersigned hereby certifies, on behalf of the Company, as follows: 1) He is the duly elected and qualified President and Chief Executive Officer: 2) The following individuals are the duly elected and qualified officers the company, (each an "Officer" and collectively the "Officers") elected by the Board of Directors of the Company of occupying the positions set forth next to their respective names below: Robert McCrae, President and Chief Executive Officer Bac Ong, Authorized Representative Wendy Wilkes, Authorized Representative Greg Baggett, Authorized Representative 3) Each of the Officers is duly authorized, on behalf of the Company, to bid upon and enter into any competitive contract (each a "Bid" and collectively the "Bids") related to the Company's business, and is hereby authorized, on behalf of the Company, to execute and deliver any contacts, agreements or documents required in connection with any such Bid (such authority conferred on the Officers the Board of Directors of the Company effective HELD FRIDAY DECEMBER 1, 2017.) By: Gt Robert McCrae, President and Chief Executive Officer Dated: April 5, 2018 00 30 05 City of Corpus Christi Disclosure of Interest CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires allpersons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with"NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: PM Construction& Rehab, LLC dba IPR South Central STREET P.O. BOX: ADDRESS 131 N. Richey Street CITY: Pasadena STATE: TX ZIP: 77506 FIRM IS: 1. Corporation 8X 2. Partnership e 3. Sole Owner E]4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firth." Name N/A Job Title and City Department(if known) 2. State the names of each "official"of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name N/A Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name N/A Board, Commission or Committee 4. State the names of each employee or officer of a"consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name N/A Consultant City of Corpus Christi 00 30 05—1 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 01/2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable From the effect that the action will have on members of the public in general or a substantial se,ment thereof, You shall disclose that fact in a sinned writing to the City official. employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION certify that all information provided is true and correct as of the date of this statement, that i have not knowing]y~ withheld disclosure of any information requested, and that supplemental statements will be promptly submitted to the City of Corpus Christi. Texas as changes occur. Certifying Person. Gree Baggxett, Title: Regional Controller (Type or n Signature of Certifying Person: Date: 3/6/19 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service. including but not limited to, entities operated in the form of sole proprietorship, as self-employed person. partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mavor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division I-leads, and Municipal Court Judges of the City of Corpus Christi.Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm. including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant.'" Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation.. City of Corpus Christi 003005-1 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 01/2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: City-Wide Wastewater ID/IQ 2019 18157A Bidder certifies that it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: PM Construction &Rehab, LLC dba IPR South Central De�� (typed or printed) 8y: (signature--attach evidence of authority to sign) Name: Greg Baggett (typed or printed) Title: Regional Controller Business address: 131 N. Richey Street Pasadena,TX 77506 Phone: 832-252-4807 Email. jmouton@teamipr.com END OF SECTION Non-Collusion Certification 00 30 06 - 1 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A 10/2018 1PR Secretary's Certificate of PM Construction & Rehab, LLC (The "Company") The undersigned hereby certifies, on behalf of the Company, as follows: 1) He is the duly elected and qualified President and Chief Executive Officer: 2) The following individuals are the duly elected and qualified officers the company, (each an "Officer" and collectively the "Officers") elected by the Board of Directors of the Company of occupying the positions set forth next to their respective names below: Robert McCrae, President and Chief Executive Officer Bac Ong, Authorized Representative Wendy Wilkes, Authorized Representative Greg Baggett, Authorized Representative 3) Each of the Officers is duly authorized, on behalf of the Company, to bid upon and enter into any competitive contract (each a "Bid" and collectively the "Bids") related to the Company's business, and is hereby authorized, on behalf of the Company, to execute and deliver any contacts, agreements or documents required in connection with any such Bid (such authority conferred on the Officers the Board of Directors of the Company effective HELD FRIDAY DECEMBER 1, 2017.) By: Robert McCrae, President and Chief Executive Officer Dated:April 5, 2018 Document A310 TM - 2010 Conforms with The American institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name, legal status and Principal place rfbrrcinust) Arch insurance Company PM Construction&Rehab.LLC dba IPR South Central Harborside 3, 210 Hudson Street Suite 300 This document has important 131 N. Richey Jersey City, NJ 07311-1107 legal consequences.Consultation Pasadena, TX 77506 Mailing Address for Notices with an attorney is encouraged with respect to its completion or OWNER: 3 Parkway, Ste 1500 modirication. (Nanic, legalstarusana'addrtss) Philadelphia, PA 19102 Any singular reference to City of Corpus Christi Contractor,Surety,Owner or other party shall be considered 2726 Holly Road plural where applicable. Corpus Christi, TX 78415 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (Same,location oraddress.andl'rojecr.rrrunber, ifar{tj City-Wide Wastewater ID/IQ 2019; Project No. 18157A The Contractor and Surety are bomid to the Owner in lite amount set forth above.for lite payment of which lite Contractor and Surcry bind tl)entselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as prodded herein.The conditions of this Bond are such that if the Owner acccpls the bid of the Contractor wilhin lite tine specified in lite bid documents,or within such time period as may be agreed to by the Owner and Contractor,and lite Contractor either(1)enters into a contract%with the Owner in accordance with the terms ofsuch bid,and gives such bond or bonds as may be specified in lite bidding or Contract Documents,will)a surety admitted in the jurisdiction of the Pro�cct and otherwisc acceptable to the Owiter,for the faithful performance of such Contract and for the prompt payment of labor and nmtcrial ftimished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,bettveett lite amount specified itt said bid and such larcer amount for which the 0%V11er may in good faith contract withh another party to perlbrin the work cowered by said hid.then this obligation%hall be Will and void,otliernvise to remain in full lurce and elkel.The Surety hereby waives any notice ofan agreement between the Owner and Conlractor to extend the lime in which llte Otvner may accept the ltl bid.' 'aiverol'notice by thhr e Stircshall not apply to any extension exceeding sixty(60)days in the at,Vgale beyond lite time liir acceptance of bids specified in the hid dueunicn(s,and the Owner and Contractor shall obtain the Surety's consent litr an extension beyond siX(y(00)days. It this Bond is issued in conncclion with a subcontractors bid to a Contractor,the Tenn Contractor in this Bond shall be dccmcd to be Subcontractor and the term Owner shall be dccmcd to be Contractor. When this Bond has been luniished to comply with a Slatulory or other legal requirement in(lie location oi'lhe Project,arty provi:ciurt in (Itis I3oad conll'icling With said stalukan or legal reglnrenlent Shall be deemed deleted here rotll and provisions conlonning to Such . statutory or other legal requirement shall be deemed incorporated herein.When so Itimisbcd_the intent is that this Bond shall be wnstrueu US a statutory hand and not as a coninion laty bond. Signed and scaled this 27th day of February, 2019. PM Q.Qnstruction & Rehab, LLC dba 1PR south Cetfial )0aaj=] (Pri cepa (Soul) B (lift, /I/7lty Arch Insurance Company cy�cancec0 (Surer}) (Seal) oorcean,u[ �K7 kt'r e vs) Diane Nl-orask Q SEAL By: (Title)Victoi P. Parkerson,-Attorney-in-Fact iiissauri S-00541AS 8t 10 ,%r-��p �I"si✓fir � r � � s, . SURPATH 2017 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note,Loan,Letter of Credit,Currency Rate,Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having Its principal administrative office in Jersey Clty,New Jersey(hereinafter referred to as the"Company")does hereby appoint: Victoria P.Parkerson Its true and lawful Attorney-in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds,undertakings,recognizances and other surety obligations. Surety Bond Number. Bid Bond Principal: PM Construction&Rehab, LLC dba IPR South Central Obligee: City of Corpus Christi This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds,undertakings,recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all Intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City,New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being In full force and effect: "VOTED,That the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President,of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact,and to authorize them subject to the limitations set forth in their respective powers of attorney,to execute on behalf of the Company,and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, 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,seated and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company. OOML0013 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 28th day of September 2017 . Attested and Certified Arch Insurance Company fianeo C 0 kZ-I d Patrick K.Nails,Secretary Missouri David M.Finkelstein,Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS 1,Michele Tripod!,a Notary Public,do hereby certify that Patrick K.Nails and David M.Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri,subscribed to the foregoing instrument,appeared before me this day In person and severally acknowledged that they being thereunto duly authorized signed,sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMONWEAUNWPEW nvauu► NOTARIALSEAL A1ttHEXETRuFOD1iQD1,NotaryPuDtk; Cityof Phnadellft,MW County My CemmW*n Exp!res.Uy 33.2021 Michele Tripod!,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 September 28,2017 on behalf of the person(s)as listed above Is a true and correct copy and that the same has been in full force 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 27th day of February ,2019 Patrick K.Nails,Secretary This PorNer of Attorney limits-the acts of those named therein to the bonds and undertakings specifically named therein and they have -no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division 3 Parkway,Suite 1500 yyt�nCB Co Philadelphia,PA 19102 4 CORPOAAtE4 � arai d 1971 Missouri OOMLOO13 00 03 03 Page 2 of 2 Printed in U.S.A. IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call Arch Insurance Group's toll-free Usted puede hamar al numero de telefono gratis telephone number for Information or to make a de Arch Insurance Group para informacton o complaint at: para someter una queja al: 1-866-413-5550 1.866-413-5650 You may also write to Arch Insurance Group at: Usted tambidn puede escribir a Arch Insurance Group: Arch Insurance Group Arch Insurance Group Harborside 3 Harborside 3 210 Hudson Street,Suite 300 210 Hudson Street,Suite 300 Jersey City,NJ 073114107 Jersey City,NJ 07311-1107 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener Informacton coverages,rights or complaints at: acerca de companies, coberturas, derechos o quejas al: 1-800-2524439 1-800-252-3439 You may write the Texas Department of Puede escribir al Departamento de Seguros de Insurance: Texas: P.O.Box 149091 P.O.Box 149091 Austin,TX 78714-9091 Austin,TX 78714-9091 Fax:(512)490-1007 Fax:(512)490-1007 Web:http://Www.tdi.texas.gov Web:http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov E-mail:ConsumerProtechon@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si bene una disputa concemiente a su prima o a premium or about a claim you should contact un reclamo, debe comunicarse con el Arch the Arch Insurance Group first. If the dispute is Insurance Group primero. Si no se resueive la not resolved, you may contact the Texas disputa, puede entonces comunicarse con el Department of Insurance. departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POUZA: Este aviso es This notice is for information only and does not solo para proposito de informacion y no se become a part or condition of the attached convierte en parte o condicion del documento document. adjunto. 00 ML0042 44 04 16 Page 1 of 1 00 52 23 AGREEMENT This Agreement, for the Project awarded on May 21, 2019, is between the City of Corpus Christi (Owner) and PM Construction & Rehab, LLC dba IPR South Central (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: City-Wide Wastewater ID/IQ 2019 Prosect No. 18157A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Utilities Department, City of Corpus Christi 2726 Holly Road Corpus Christi,Texas, 78415 2.02 The Owner's Authorized Representative for this Project is: Kent Power, P.E.—Acting Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd, Bldg. #5 Corpus Christi, TX 7841 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A The whole contract time period is 365 calendar days.This Project will be executed by multiple Indefinite Quantity Delivery Orders (DOs) as required by the City, in accordance with the plans, specifications,and contract documents. As stated in 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, Each Delivery Order is to be substantially complete and ready for operation within the number of days listed in the Delivery Order. Each Delivery Order is to be complete and eligible for Final Payment 30 days after the date of Substantial Completion for the Delivery Order. Failure to complete the work in each Delivery Order within the stipulated time may be considered evidence of unsatisfactory performance, and additional Delivery Orders may not be issued until work on the issued Delivery Orders is on schedule and the Contractor has sufficiently demonstrated the ability to complete work on future Delivery Orders within the stated time. The Contractor shall not be entitled to the full $10,000,000 amount of work from un-issued Delivery Orders due to the Contractor's inability to meet the stated schedules. Liquidated Damages will be assessed on each Delivery Agreement 005223- 1 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 Order that is not complete within the stipulated times for substantial and final completion of that Delivery Order. The initial contract will be for a one (1) year (365 calendar days) base contract with a total contract amount of $10,000,000, with two (2) optional one (1) year extensions (contract amount of$10,000,000 for each)subject to availability of funding and satisfactory contractor performance. B Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof,Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Non-Emergency Delivery Orders — The working time begins and the Contractor shall mobilize, place traffic controls and commence work within 24 hours of receiving written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will typically be based upon the production rates shown in the table provided in SECTION 0135 00 SPECIAL PROCEDURES. 2. Emergency Delivery Orders - The working time begins and the Contractor shall be required to be on-site within three (3) hours of receiving written notice from the Director of Engineering Services or designee ("City Engineer") to proceed to assess the site and to begin mobilizing necessary crews, equipment, traffic control measures, etc. The Contractor shall begin actual work and shall have in place ALL mitigation measures to prevent further damage to public and private property within six (6) hours of receiving written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. In the case of Emergency Delivery Orders, the Contractor shall be required to maintain continuous operations (24 hours per day, 7 days per week), until the emergency situation(s) has/have been rectified and the danger to the Public has been resolved. For each calendar day that any work remains incomplete after the time specified in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $1,000.00 per calendar day will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will typically be based upon production rates shown in the table provided in SECTION 0135 00 SPECIAL PROCEDURES. . Agreement 005223- 2 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 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 15.03 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. Base Bid Plus Add.Alt. No. 1: $ 10,000,000.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion.The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, retainage may be increased to a higher percentage rate, not to exceed ten percent, 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 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Agreement 005223-3 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 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 17.16 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 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. Agreement 005223-4 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 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. 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 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. Agreement 005223-5 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 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. b. List as necessary. 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 One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR— Contract Documents must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, documents must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. [SIGNATURE PAGE TO FOLLOW] Agreement 005223-6 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 ATTEST CITY OF CORPUS CHRISTI 11911auy a�9 by aebecca arena Digitally signed by Jeff Edmonds Rebecca H uerta D",,,y e,1=, e e@,ry& er9�sCh,US e Cny em cD=Jeff e@cctes .—Engineering, secretary,06 11 1 33 33-05 00 as.wm.mus email—yeffreye@cctexas.com,-US Date.2019.Ofi.11 1fi.33.33-05'00' Date:2019.06.10 09:38:56-05'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services M2019-073 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 521/1 9 Digitally signed by Kent Mcllyar DrN.KentMclly ����� Digitally signed by RH/AB email-ken l kentmc@cct m.c-us Date:2019.06.11 10:28:03-05'00' Date.2019.06.04 15'.58.22-05'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Digitally signed by Jennifer Portillo Jennifer Portillo Date:2019.05.2313:23:46-04'00' PM Construction & Rehab, LLC dba IPR South Central G re Ba ett Do allyG' 15by PRS I9 cny1reg d ly G.-PR SoulM1Ceniral.—1- (Seal Below) By: g gg Se�tnCemml,em,-9ba�e��,eami9r�m,­US Dade.2019.05.23 13'.15'.03-04'00' 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 Street Financial Officer Address Pasadena,TX 77506 City State Zip 832-252-4807 Phone Fax jmouton@teamipr.com Email END OF SECTION Agreement 005223-7 City-Wide Wastewater ID/IQ 2019 City Project No. 18157A Rev 10/2018 00 6113 PERFORMANCE BOND BOND NO. SU1156847 Arch/ES00002933 Everest Contractor as Principal Name: PM Construction & Rehab, LLC dba IPR South Central Mailing address (principal place of business): 131 N Richey Street 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. 18157A City -Wide Wastewater ID/IQ 2019 Award Date of the Contract: May 21, 2019 Contract Price: $10,000,000.00 Bond Date of Bond: May 24, 2019 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Arch Insurance Company Everest Reinsurance Company Mailing address (principal place of business): Name: 3 Parkway, Ste 1500, Philadelphia, PA 19102 PO Box 830, Liberty Corner, NJ 07938 Physical address (principal place of business): 3 Parkway, Ste 1500, Philadelphia, PA 19102 477 Martinsville Road, Liberty Corner, NJ 07938 Surety is a corporation organized and existing under the laws of the state of: MO and DE 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 Arch 908-604-3000 Everest Telephone (for notice of claim): 214-438-4087 Arch 646-828-5018 Everest Local Agent for Surety Name: Address: Borden Insurance 210 S. Carancahua, Ste 400 Corpus Christi, TX 78403 Telephone: Email Address: 214-438-4087 mdavis@archinsurance.c 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 18157A City -Wide Wastewater ID/IQ 2019 006113-1 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 ' a Surety Arch Insurance Company Everest Rej,isurgnce Co Signature: Signature: ii (i`I'►'.; ' i Name: re &-c3 eft- Name: Victoria P. Parkerson Title: A515I- a..11 t SeCr-}-CVI.v Title: Attorney -in -Fact Email Address: 6 l' a., 5e -if -kQ,IYi(0V. Email Address: victoria.parkerson@alliant.com ._/ CerY1 (Attach Power of Attorney and place surety seal below) . - ' 4/' J:, END OF SECTION Performance Bond 18157A City -Wide Wastewater ID/IQ 2019 • • V m/ 006113-2 7-8-2014 • • • ir. - epf-- ... • r " — • ; • •f • SURPATH 2017 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Victoria P. Parkerson its true and lawful Attorney- in -Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations. Surety Bond Number: SU 1156847 Principal: PM Construction & Rehab, LLC dba IPR South Central Obligee: City of Corpus Christi This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, 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 28th day of September , 2017 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 Tripodi, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day In person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMONWEALTH OF PENNSYLVANIA. NOTARIAL SEAL MICHELE TRIPOD!. Notary Public City of Phfzdrtphia. Phila. County My Cornrniksion Expires kitty 31.2021 CERTIFICATION I Michele Tripodi, Notary Public My commission expires 07/31/2021 1, Patrick K. Nails , Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated September 28, 2017 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and 1 do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 24th day of May , 2019 rtf .•.00aa J y ; Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority tond,tiie Company except in the manner and to the extent herein stated. PLEASESEN ALL CLAIM INQUIRIES R.ELATING TO THIS BOND TO THE FOLLOWING ADDRESS: degel 4/ad Patrick K. Nails, Secretary Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. EVER F.S . POWER OF ATTORNEY EVEREST REINSURANCE COMPANY DELAWARE KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company, a corporation of the State of Delaware ("Company') having its principal office located at 477 Martinsville Road, Liberty Corner, New Jersey 07938, do hereby nominate, constitute, and appoint: Victoria P. Parkerson its true and lawful Attomey-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds and undertakings in the nature thereof, for the penal sum of no one of which is in any event to exceed UNLIMITED, reserving for itself the full power of substitution and revocation. Bond No.: ES00002933 Principal: PM Construction & Rehab, LLC dba IPR South Central Obligee: City of Corpus Christi Such bonds and undertakings, when duly executed by the aforesaid Attomey-in-fact shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company ("Board") on the 28th day of July 2016: RESOLVED, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby appointed by the Board as authorized to make, execute, seal and deliver for and on behalf of the Company, any and all bonds, undertakings, contracts or obligations in surety or co -surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co -surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby authorized to execute powers of attomey qualifying the attorney named in the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co -surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attomey or to any certificate relating thereto by facsimile, and any such power of attomey or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking, contract or obligation in surety or co -surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company has caused their corporate seals to be affixed hereto, and these presents to be signed by their duly authorized officers this 28th day of July 2016. Everest Reinsurance Company Attest: Nicole Chase, Assistant Secretary By: Anthony Romano, Vice President On this 28th day of July 2016, before me personally came Anthony Romano, known to me, who, being duly swom, did execute the above instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto; and that he executed said instrument by like order. LINDA BOISSELLE Notary Public, State of New York No 01B06239736 Qualified in Queens County Term Expires April 2S, 2019 _ ; Linda, Boisselle, Notary Public • -. IN WITNESS WHEREOF, I have here into set rr thdna ana affixed the seal of said Company, at the Liberty Comer, this 24th day of May 2019 ES 00 01 0416 YY' •�'s:t14d+141 IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE To obtain information or make a complaint: You may call Arch Insurance Group's toll-free telephone number for information or to make a complaint at: 1-866-413-5550 You may also write to Arch Insurance Group at: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department Insurance: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Arch Insurance Group para informacion o para someter una queja al: 1-866-413-5550 Usted tambien puede escribir a Arch Insurance Group: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 of Puede escribir al Departamento de Seguros de Texas: PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Arch Insurance Group first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 00 ML0042 44 04 16 P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Arch Insurance Group primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TOO. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. Page 1 of 1 Z'VE R F,S- . TEXAS IMPORTANT NOTICE To obtain information or make a complaint: TEXSAS AVISO IMPORTANTE Para obener informacion o para someter una queja: You may call toll-free for information or to make a Usted puede Ilamar al numero de telefono gratis complaint at para informacion o para someter una queja al 1-866-287-1736 1-866-287-1736 You may also write to: Usted tambien puede escribir a: Everest National Insurance Company 477 Martinsville Road, PO Box 830 Liberty Corner, NJ 07938-0830 Everest National Insurance Company 477 Martinsville Road, PO Box 830 Liberty Corner, NJ 07938-0830 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion acerca coverages, rights or complaints at 1-800-252-3439 de companies, coberturas, derechos o quejas al 1- 800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros de Consumer Protection (111-1A) Texas Consumer Protection (111-1A) P.O. Box 149091 P.O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512) 490 — 1001 FAX# (512) 490-1007 Web: http://www.tdi.texas.gov Web: http://www/tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a un premium or about a claim you should first contact reclamo, debe comunicarse con el agente o the agent or call 1-908-604-3000. If the dispute is primero_ Si no se resolve la disputa, puede not resolved, you may contact the Texas entonces comunicarse con el departamento (TDI). Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso es solo para proposito de informacion y become a part of condition of the attached no se convierte en parte o condicion del document document. adjunto. NP 70 68 0901 00 6116 PAYMENT BOND BOND NO. SU1156847 Arch/ES00002933 Everest Contractor as Principal Name: PM Construction & Rehab, LLC dba IPR South Central Mailing address (principal place of business): 131 N Richey Street 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. 18157A City -Wide Wastewater ID/IQ 2019 Award Date of the Contract: May 21, 2019 Contract Price: $10,000,000.00 Bond Date of Bond: May 24, 2019 (Date of Bond cannot be earlier than Award Date of Contract) Surety Arch Insurance Company Name: Everest Reinsurance Company Mailing address (principal place of business): 3 Parkway, Ste 1500, Philadelphia, PA 19102 PO Box 830, Liberty Corner, Ni 07938 Physical address (principal place of business): 3 Parkway, Ste 1500, Philadelphia, PA 19102 477 Martinsville Road, Liberty Corner, Ni 07938 Surety is a corporation organized and existing under the laws of the state of: MO and DE 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 Arch 908-604-3000 Everest Telephone (for notice of claim): 214-438-4087 Arch 646-828-5018 Everest Local Agent for Surety Name: Address: Borden Insurance 210 5. Carancahua, Ste 400 Corpus Christi, TX 78403 Telephone: 214-438-4087 mdavis@archinsurance.com Email Address: 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 18157A City -Wide Wastewater ID/IQ 2019 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contracto Signature Name: Title: Email Address: • s Pr! JY : - I / Surety Signature: Name: Title: Email Address: (Attach Power Arcii Insurarn.e Everest Company einsurance Co any q� l�'U�'T'►`i,j;2-- P. Parkerson CVey su efi- Victoria //�� el-cviA� /'TSSiSf i nt Attorney -in -Fact J �{hc c 6 -if- @ au-niet . victoria.parkerson@alliant.com U 1/4.1�' CO /y1 of Attorney and place surety seal below) �; • •v ,✓ '.• el. END OF SECTION Payment Bond Form 18157A City -Wide Wastewater ID/IQ 2019 006116-2 7-8-2014 • v SURPATH 2017 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Victoria P. Parkerson its true and lawful 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 all bonds, undertakings, recognizances and other surety obligations. Surety Bond Number: SUI156847 Principal: PM Construction & Rehab, LLC dba IPR South Central Obligee: City of Corpus Christi This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process? This Power of 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 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 28th day of September , 2017 Attested and Certified alegel Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company David M. Finkelstein, Executive Vice President I, Michele Tripodi, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. CERTIFICATION COMMONWEALTH OFPEXWSYLVAM A NOTARIAL SEAL MICHELE TRIPOD!, NotaryPublic City atPhtlsddphl3, Phila. County My Commission Expires July 31.2021 • I Michele Tripodi, Notary Public My commission expires 07/31/2021 I, Patrick K. Nails , Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated September 28, 2017 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force 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 Attomey 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 24th day of Mav , 2019 }r ........ a = 1.71 hts Power of Attbriie)i limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to nd4he Company except in the manner and to the extent herein stated. PLEASEigIllitLL CLAIM INQUIRIES R.ELATING TO THIS BOND TO THE FOLLOWING ADDRESS: o/Ael 4X/4g Patrick K. Nails, Secretary Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. ,EYE R F.S\. POWER OF ATTORNEY EVEREST REINSURANCE COMPANY DELAWARE KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company, a corporation of the State of Delaware ("Company") having its principal office located at 477 Martinsville Road, Liberty Corner, New Jersey 07938, do hereby nominate, constitute, and appoint: Victoria P. Parkerson its true and lawful Attomey-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds and undertakings in the nature thereof, for the penal sum of no one of which is in any event to exceed UNLIMITED, reserving for itself the full power of substitution and revocation. Bond No.: ES00002933 Principal: PM Construction & Rehab, LLC dba IPR South Central Obligee: City of Corpus Christi Such bonds and undertakings, when duly executed by the aforesaid Attomey-in-fact shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attomey is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company ("Board") on the 28th day of July 2016: RESOLVED, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby appointed by the Board as authorized to make, execute, seal and deliver for and on behalf of the Company, any and all bonds, undertakings, contracts or obligations in surety or co -surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby Is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co -surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co -surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking, contract or obligation in surety or co -surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company has caused their corporate seals to be affixed hereto, and these presents to be signed by their duly authorized officers this 28th day of July 2016. Everest Reinsurance Company Attest: Nicole Chase, Assistant Secretary By: Anthony Romano, Vice President On this 28th day of July 2016, before me personally came Anthony Romano, known to me, who, being duly swom, did execute the above instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto; and that he executed said instrument by like order. LINDA BOISSELLE Notary Public, State of New York No 01B06239736 Qualified in Queens County Term Expires April 25, 2019 • - IN WITNESS WHEREOF, I have he -• t re�into set of May 2019 —• ES 00 01 0416 nLhdrlikea affixed the seal of said Company, at the Liberty Comer, this 24th day • Linda, Boisselle, Notary Public IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE To obtain information or make a complaint: You may call Arch Insurance Group's toll-free telephone number for information or to make a complaint at: 1-866-413-5550 You may also write to Arch Insurance Group at: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http:llwww.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 Hamar al numero de telefono gratis de Arch Insurance Group para informacion o para someter una queja al: 1-866-413-5550 Usted tambien puede escribir a Arch Insurance Group: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de 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. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (T01). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. Page 1 of 1 AVER\ '. TEXAS IMPORTANT NOTICE TEXSAS AVISO IMPORTANTE To obtain information or make a complaint: Para obener informacion o para someter una queja: You may call toll-free for information or to make a Usted puede Ilamar al numero de telefono gratis complaint at para informacion o para someter una queja al 1-866-287-1736 1-866-287-1736 You may also write to: Usted tambien puede escribir a: Everest National Insurance Company 477 Martinsville Road, PO Box 830 Liberty Corner, NJ 07938-0830 Everest National Insurance Company 477 Martinsville Road, PO Box 830 Liberty Corner, NJ 07938-0830 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion acerca coverages, rights or complaints at 1-800-252-3439 de companies, coberturas, derechos o quejas al 1- 800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros de Consumer Protection (111-1A) Texas Consumer Protection (111-1A) P.O. Box 149091 P.O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512) 490 — 1001 FAX# (512) 490-1007 Web: http://www.tdi.texas.gov Web: http://www/tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a un premium or about a claim you should first contact reclamo, debe comunicarse con el agente o the agent or call 1-908-604-3000. If the dispute is primero. Si no se resolve la disputa, puede not resolved, you may contact the Texas entonces comunicarse con el departamento (TDI). Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso es solo para proposito de informacion y become a part of condition of the attached no se convierte en parte o condicion del document document. adjunto. NP 70 68 0901 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 05/28/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Alliant Insurance Services Houston, LLC 5444 Westheimer, Suite 900 Houston, TX 77056 CONTACT 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 IPR South Central LLC 7600 S Santa Fe Dr. Houston, TX 77061 INSURER B: Starr Indemnity & Liability Company 38318 INSURER C: XL Specialty Insurance Company 37885 INSURER D: Indian Harbor Insurance Company 36940 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CGD740922006 04/01/2019 04/01/2020 EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES (Each 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 CAD740922106 04/01/2019 04/01/2020 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 X ANY AUTO BODILY INJURY (Per person) $ OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS ONLY NON-OWNED AUTOS PROPERTY DAMAGE (Per accident) $ $ B UMBRELLA LIAB X OCCUR 1000585633191 04/01/2019 04/01/2020 EACH OCCURRENCE $ 10,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED RETENTION $ $ C WORKERS COMPENSATION Y/N N/A CWD740921906 04/01/2019 04/01/2020 X PER STATUTE OTH- ER AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N E.L. EACH ACCIDENT $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 D OTHER POLLUTION LIABILITY CEO742019404 04/01/2019 04/01/2020 EACH LOSS $ 10,000,000 AGGREGATE $ 10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) This cancels and replaces certificate issued 5/23/2019 Re: Project 18157A City-Wide Wastewater ID/IQ 2019. City of Corpus Christi - Engineering. The General Liability and Commercial Auto policy includes blanket Additional Insured endorsements that provide Additional Insured status to certain persons and organizations when required by written contract and subject to the terms and conditions of the endorsements. The Auto, General Liability, and Workers Compensation policy includes a blanket Waiver of Subrogation when required by contract or written agreement and subject to the terms and conditions of the endorsements. The General Liability policy provides that to the extent that insurance is afforded to any Additional Insured under the policy, the insurance shall apply as primary and not contributing with any insurance carried by such Additional Insured, as required by written contract. The General Liability, Auto Liability, and Workers Compensation policies includes an endorsement providing that 30 days’ notice of cancellation will be furnished to the certificate holder, however 10 days if canceled for non- payment. Underground explosion and collapse coverage not excluded on General Liability, but subject to policy terms, conditions, limitations and exclusions. The General Liability Policy provides contractual liability for insured contracts only subject to the terms and conditions of the policy. CERTIFICATE HOLDER CANCELLATION City of Corpus Christi - Engineering Attn: Construction Contract Admin PO Box 9277 Corpus Christi, TX 78469-9277 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 POLICY NUMBER: CGD740922006 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:CGD740922006 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:CAD740922106 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: IPR ACQUISITIONCO, INC. Endorsement Effective Date: April 1, 2019 SCHEDULE Insurance Company: Greenwich Insurance Company Policy Number: CAD740922106 Effective Date: April 1, 2019 Expiration Date:April 1, 2020 Named Insured: IPR ACQUISITIONCO, INC. Address: 1510 Klondike Road, Suite 400 Conyers, GA 30094 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. 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: CAD740922106 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: CAD740922106 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: IPR ACQUISITIONCO, INC. Endorsement Effective Date: April 1, 2019 SCHEDULE Name(s) Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. POLICY NUMBER: CGD740922006 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 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: 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. WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW ). 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.  1983 National Council on Compensation Insurance. 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 p reparation of the policy.) Endorsement Effective April 1, 2019 Policy No. CW D740921906 Endorsement No. Insured IPR ACQUISITIONCO, INC. Insurance Company Countersigned by XL Specialty Insurance Company WC 00 03 13 (Ed. 4-84) IXI 405 0910 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. ENDORSEMENT # This endorsement, effective 12:01 a.m., April 1, 2019, forms a part of Policy No. CGD740922006 issued to IPR ACQUISITIONCO, INC. 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: CAD740922106 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, 2019, forms a part of Policy No. CWD740921906 issued to IPR ACQUISITIONCO, INC. 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, 2019 Policy No. CWD740921906 Endorsement No. Insured IPR ACQUISITIONCO, INC.Premium Included Insurance Company XL Specialty Insurance Company Countersigned by___________________________________