Loading...
HomeMy WebLinkAboutC2019-623 - 9/24/2019 - Approved 00 52 23 AGREEMENT This Agreement,for the Project awarded on Tuesday,September 24,2019, is between the City of Corpus Christi (Owner) and Environmental Solutions(US) Ltd dba Terrapure Environmental (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: ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, Inc. 801 Navigation Blvd., Suite 300 Corpus Christi,Texas, 78408 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP—Assistant Director of Construction City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg#5 Corpus Christi,Texas 78413 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 150 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 180 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. Agreement 00 52 23-1 ONS WTP Dredging of Lagoons S and 6 Project No. 19052A sctci N ED CONTRACT DOCUMENTS FOR CONSTRUCTION OF ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A r i City Of \FNNTFC`�E O Corpus i IAN.....M. CLEMENTS'0/�. ;. 126771.... Christ l \� At- LNV, Inc. (' 801 Navigation, Suite 300 / Corpus Christi, TX 78408 / 361-883-1984 July 19, 2019 RECORD DRAWING NUMBER WTR - 473 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) 0061 13 Performance Bond (Rev 10-11-2018) 0061 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) 0123 10 Alternates and Allowances(Rev 10-11-2018) 01 29 01 Measurement and Basis for Payment (Rev 10-11-2018) 01 3301 Submittal Register(Rev 10-11-2018) 01 3500 Special Procedures (Rev10-11-2018) 01 5000 Temporary Facilities and Controls (Rev 10-11-2018) 01 57 00 Temporary Controls (Rev 10-11-2018) Part T Technical Specifications 46 76 11 Dredging, Dewatering, Hauling, and Disposal END OF SECTION Table of Contents 000100- 1 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A 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: ONS WTP Dredging of Lagoons 5 and 6 Prosect No. 19052A The project generally consists of dredging, dewatering, hauling and disposal of approximately 9,500 dry tons(DT)of water treatment plant residuals(sludge)from existing on-site storage lagoons. Bidders are required to dewater solids to pass paint filter test and dispose of residuals at Cefe Valenzuela Landfill. The residuals will be dredged primarily from Lagoon No.'s 5 and 6 as required by the Owner. Both Lagoons are located on-site at O.N. Stevens Water Treatment Plant, 13101 Leopard Street, Corpus Christi, Texas (ONSWTP). 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $2,000,000. The Project is to be substantially complete and ready for operation within 150 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports,or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than Wednesday, August 14, 2019 at 2:00 P.M. 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: Invitation to Bid and Instructions to Bidders 002113- 1 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 City of Corpus Christi Contracts and Procurement Department City Hall Building, 1" Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid -ONS WTP Dredging of Lagoons 5 and 6, Protect No. 19052A 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 Contracts and Procurement Conference Room City Hall Building, VY Floor 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.August 07,2019 at 10:30 A.M. at the following location: O.N. Stevens Water Treatment Plant Filter Building Second Floor 13101 Leopard Street Corpus Christi,Texas 78401 4.02 All prospective bidders will have the opportunity to conduct a site visit and collect residual samples immediately before and after the non-mandatory pre-bid conference. Bidders are responsible for bringing any equipment that they deem necessary for residual sampling. There will be no additional sampling dates or times made available. All samples must be obtained during the following dates and times: A. Wednesday,August 07, 2019 at 8:00 A.M. to 10:00 A.M. and 11:30 A.M. to 5:00 P.M. ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. Invitation to Bid and Instructions to Bidders 002113-2 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 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. 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. Questions must be 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. Invitation to Bid and Instructions to Bidders 002113-3 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 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. 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. Invitation to Bid and Instructions to Bidders 002113-4 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 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 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. Invitation to Bid and Instructions to Bidders 002113-5 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 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. 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 will be cause to refect a Bid. 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. 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. Invitation to Bid and Instructions to Bidders 002113-6 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 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 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A 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. , appl4eable. G. Bids received from a Bidder who has been debarred or suspended by Owner. Invitation to Bid and Instructions to Bidders 002113-8 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 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. J. 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. K. Failure to submit Bid Information specified in Section 00 45 16 STATEMENT OF EXPERIENCE with the bid. 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. Fa°glurre—te submit--pest-R-"d 44atieR spee+f+ed4rser-A+9R00 43 1-6- STnTEnnEnlT n.F 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. ............T Fed as sp es+#+ed ge st+e T5 1_ S-T-,"m€ . I_. €� RT€PJ C—€, i# t#a 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 Invitation to Bid and Instructions to Bidders 002113-9 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of 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 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 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A 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. Delete the last sentence in Paragraph 1.01.A.26 and replace with the following: "Designers are Licensed Professional Engineers, Registered Architects, or Registered Landscape Architects qualified to practice their profession in the State of Texas." B. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas LNV, Inc. Paragraph 1.01.A.54"Substantial Completion" is more specifically defined for this Project as: 1. The following items are complete in accordance with the Contract Documents: a. 100%of the Contract Total Awarded Quantity of Dry Tons has been removed from the Project Site 2. Only the following items not yet complete in accordance with the Contract Documents: a. Site cleanup, demobilization, record drawings, as applicable, Final punchlist, Final Pay Request and Final Closeout documentation. 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. Supplementary Conditions 007300- 1 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 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 June 4 December 3 3. A total of 7 rain days have been set for this Project. An extension of time due to rain days will be considered only after 7 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. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the 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 Supplementary Conditions 007300-2 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 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 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, 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 ® 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 ❑ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required ❑ Not Required Supplementary Conditions 007300-3 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 Replace Paragraph 7.02 in its entirety with the following: SC-7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Coordinate work on legal holidays with the OAR, Plant, and the Landfill a minimum of 4 calendar days before the observed holiday. Do not perform work on a SatuFda •, SUR , e*legal holiday without OAR's and Plant's consent.The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. C. Pay addi+ie-.A-aI r-e-s+ ipeuFFed by/ wRe-r fe-r reryirser A-f+he QAQ A-r DDD to ehserye k4erk E. D-•... eRt feF this rest r r Pa FagFaph 1 C (11 Q F. Dredging and dewatering operations shall be permitted to occur 24 hours per day and 7 days per week given that the equipment and operations comply with the Code of Ordinances, City of Corpus Christi,Texas, Part III, Chapter 31 (Ord. No. 027440, § 1, 10-9- 2007 . G. Hauling operations shall be limited to departing ONSWTP between the hours of 7:30 a.m. and 4:00 p.m. Monday through Friday. No hauling will be permitted on Saturday or Sunday. H. Hauling operations are further limited to arriving at Cefe Valenzuela Landfill between the hours of 8:00 a.m. and 4:30 p.m. Monday through Friday. No loads will be accepted at Cefe Valenzuela Landfill on Saturday or Sunday. Supplementary Conditions 007300-4 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 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 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-51 Heavy Dredging projects along the Texas gulf coast area including all public channels, harbors, rivers, tributaries and the Gulf Intracoastal Waterways. Supplementary Conditions 007300-5 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 6/13/2019 https://wdol.gov/wdol/Seafilesidavisbaconn A21.dvb?v=0 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 $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting).........................$ 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 ---------------------------------------------------------------- haps://wdol.gov/wdol/soafiles/davisbacon/1X21.dvb?v=0 1/4 Supplementary Conditions 007300-6 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 6/13/2019 https://wdol.gov/wdol/Seafilesidavisbaconn A21.dvb?v=0 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 E0, the contractor must provide employees with i 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 https:(/wdol.gov/wdol/seafiles/davisbacon/1X21.dvb?v=0 2(4 Supplementary Conditions 007300-7 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 6/13/2019 https://wdol.gov/wdol/Seafilesidavisbaconn A21.dvb?v=0 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, 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 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. https:(/wdol.gov/wdol/seafiles/davisbacon/X21.dvb?v=0 3M Supplementary Conditions 007300-8 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 6/13/2019 https://wdol.gov/wdol/Seafilesidavisbaconn A21.dvb?v=0 Washington, DC 20210 2.) If the answer to the question in i.) 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 haps:(/wdol.gov/wdol/scafiles/davisbeconl1X21.dvb?v=0 44 Supplementary Conditions 007300-9 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 6(13/2019 https://wdol.gov/wdol/scefilesidevisbacon/TX51.dvb?v=0 General Decision Number: TX190051 01/04/2019 TX51 Superseded General Decision Number: TX20180075 State: Texas Construction Type: Heavy Dredging Counties: Texas Statewide. DREDGING PROJECTS ALONG THE TEXAS GULF COAST AREA INCLUDING ALL PUBLIC CHANNELS, HARBORS, RIVERS, TRIBUTARIES AND THE GULF INTRACOASTAL WATERWAYS 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 $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * SUTX1994-001 01/18/1994 Rates Fringes Derrick Operator.................$ 7.25 Dozer Operator...................$ 7.25 Dredge 16" and Over DECKHAND....................$ 7.25 DREDGE TENDER OPERATOR......$ 7.25 FIREMAN.....................$ 7.25 FIRST ASSISTANT ENGINEER....$ 7.25 LEVERMAN....................$ 7.25 OILER.......................$ 7.25 SECOND ASSISTANT ENGINEER...$ 7.25 SHOREMAN....................$ 7.25 THIRD ASSISTANT ENGINEER....$ 7.25 hops:(/wdol.gov/wdoltswflies/davisbacon(TX51.dvb?v=0 1M Supplementary Conditions 007300- 10 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 6(13/2019 https://wdol.gov/wdol/scefilesidevisbacon/TX51.dvb?v=0 TRUCK DRIVER................$ 7.25 WELDER......................$ 7.25 Dredge Under 16" DECKHAND....................$ 7.25 DREDGE TENDER OPERATOR......$ 7.25 LEVERMAN....................$ 7.25 OILER.......................$ 7.25 WELDER......................$ 7.25 Hydraulic Dredging FIRST COOK..................$ 7.25 HANDYMAN....................$ 7.25 JANITOR - CABIN PERSON......$ 7.25 MESS PERSON.................$ 7.25 SECOND COOK.................$ 7.25 Marsh Buggy Dragline OILER.......................$ 7.25 OPERATOR....................$ 7.25 ---------------------------------------------------------------- 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 3anuary 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 haps:(/wdol.gov/wdoltscafiles/davisbacon(TX51.dvb?v=0 214 Supplementary Conditions 007300- 11 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 W13/2019 https://wdol.gov/wdol/scefilesidevisbacon/TX51.dvb?v=0 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. 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 haps:(/wdol.gov/wdoltswflies/davisbacon1Tx51.dvb?v=0 314 Supplementary Conditions 007300- 12 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 6(13/2019 https://wdol.gov/wdol/scefilesidevisbacon/TX51.dvb?v=0 * 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 haps:(/wdol.gov/wdoltscafiles/davisbacon(TX51.dvb?v=0 44 Supplementary Conditions 007300- 13 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 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 LNV, Inc. 361-883-1984 Design Engineer 361-833-1984 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 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 Supplementary Conditions 007300- 14 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: NONE ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 46 76 11 Trip Tickets 00 73 00 Record Drawings END OF SECTION Supplementary Conditions 007300- 15 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 19052A ONS WTP Dredging of Lagoons 5 and 6 8/8/2019 CivCast Q and A REVISION 8 Item Resolution Resolution # Question/Comment Resolution Date Distributed Environmental Solutions(US)ltd.(Terrapure)will be represented by Mr.Patrice Fauchon(581-994-1765)at the non-The electronic bid submittal function will be enabled on mandatary site visit of Wednesday,Aug.7th at 10h30. Also, CivCast the Monday before the bid opening,so the function 1 in the RFP,it says that bidder can submit pricing via civcast would be enabled on Monday August 12,2019 for the bid 8/06/2019 Y website,however,the BID option is not activated. When opening currently scheduled on August 16,2019. would it be activated? Thanks,Melanie There is no boat available at ONSWTP. No boat will be provided.Please do not bring a boat as there is no access for it. There is a sampling pier and a pre-defined sampling location that will be available to collect samples. ***DUE TO A RECENT CHANGE IN OPERATION POLICY NO ONE Will the owner supply a boat so that bidder's can take samples WILL BE ALLOWED ACCESS TO THE PLANT TO SAMPLE UNTIL 2 on the lagoons during the pre-bid? AFTER THE PRE-BID MEETING WHEN YOU HAVE CHECKED IN 8/06/2019 Y WITH SECURITY AND THE CITY PM WILL VERIFY YOUR CREDENTIALS.THERE WILL BE TIME PLANNED AFTER THE MEETING TOGO ASA GROUP TO THE SAMPLING SITE. DO NOT ATTEMPT TO ACCESS THE PLANT TODAY OR BEFORE THE PRE- BID MEETING,AS NO ACCESS WILL BE GRANTED. Yes,the power is provided and paid for by the owner. There is an existing 750 kVA transformer with 480V/277Y 3 phase Will the owner provide electricity for the contractor's secondary called out at the staging area on sheet 4. Contractor 3 dewatering equipment?If so,will the power be 480V 3-phase is responsible for providing and installing all secondary side 8/06/2019 Y and how many amps and kW are available to utilize? conductors,disconnects,fuses,etc to feed dewatering equipment. Will the owner take care of all fees and costs associated with Contractor will not pay tipping fees. The cost of disposal 4 the disposal of the solids at the Cefe landfill or should the should not be included in the bidders price. Hauling cost are 8/06/2019 Y contractor include disposal costs into its unit price? the Contractor's responsibility and should be included ion the bid. 5 Where is the set up area for the contractors to lay down See Plan Sheet 4 of 10 8/08/2019 Y equipment. 8/8/2019 Item Resolution Resolution # Question/Comment Resolution Date Distributed 1.Please provide the percent solids data available from the last 1.Daily composite%solids range between 25%and 35% residuals removal project completed in 2017/2018. 2.Approximately 18,500 DT removed from Lagoon 7(different 2.How many dry tons were removed during the last project? Lagoon than current project)for each of last two projects 3.How many truck loads of dewatered residuals were removed respectively. from the site during the last project? 3.Total number of trucks were not tracked or tabulated. 4.How many calendar days were used to complete the last 4.Contract time of previous projects is not relevant to this bid. residuals removal project? Both of last two projects were completed in the contract time. 5.How many loads or tons of vegetation were removed from Both of the last two projects had significantly more DT quantity cell 7 during the last project? and more loads were allowed to be delivered to the landfill per 6.Please provide the location and availability of potable water day than this project so completion time is not applicable to at the staging area? this project. 7.What is the gross weight the berms around cells 5 6 can 5.This items was paid by lump sum and loads and tonnage was support? not recorded. 6 8.Please confirm the contractor can use water from cell 5,6 6.No potable water is available at the storage area. 8/08/2019 y and 7,as well as return filtrate water to these cells. 7.This will be addressed on the revised plan sheets provided in 9.Please consider changing the vegetation removal from an the Addendum#1.See Sheet 5 of 10. allowance to a"unit price per ton"line item. 8.Confirmed,both are allowed at all three lagoons. 10.Is the allowance for relocating the dredge between cells for 9.This has been addressed in revised Bid Form provided in the relocation that will take place during the normal course of Addendum#1.See revised bid forms. this project,or is this only used if the Owner requests the 10.This bid item has been removed in the revised Bid Form dredge to be relocated for plant operations? provided in Addendum#1. Dredge redeployment will be 11.Please provide the truck route that should be used for subsidiary the unit price per dry ton. trucks hauling vegetation from the cells. 11.Truck route for vegetation hauling shall be the same as for 12.Please provide a copy of the pre-bid sign in sheet. hauling dewatered residuals,as shown on plans. 12.There is no sign in sheet to be provided. 7 Please explain how the$100,000 for the cattails will be Addendum#1 includes a revised bid form addressing Cattail 8/08/2019 y administered. Removal which is now bid per lump sum. The only fees due to the City Solid Waste Department(landfill) 8 What fees are associated with the trucks and trailers going into will be those described in Attachment B of Specification 8/08/2019 y the landfill that the contractor will be responsible for? Section 46 76 11 regarding solid waste hauler permits and solid waste vehicle registrations. 8/8/2019 Item Resolution Resolution # Question/Comment Resolution Date Distributed 9 What is the performance bond requirement for this project? Please reference Section 00 72 00-General Conditions-Article 8/08/2019 Y 6. Yes,but per Section 0150 00-Temporary Facilities and Controls,the only requirement is that is of adequate size for Contractor's use. Basically,the field office will be used only by the Contractor and there is no requirement for size or what is 10 Is the contractor required to provide a temporary office? included. The intent of section 0150 00 is that the Contractor 8/08/2019 Y must provided all facilities necessary to complete the work and that no facilities are provided on-site by the City for the Contractor's use,including climate controlled spaces or sanitary facilities. 11 Please confirm available electrical power for contractor use on Please see response to Question#3 above and plan sheets. 8/08/2019 Y the project and associated cost if any. Electricity is available at no cost to the Contractor. Secondary side is the lower voltage(480V)side available for 12 What is meant by secondary side electrical feed? Contractors use. Primary side is the high voltage(4,160V)side, 8/08/2019 Y owned and maintained by the electric utility. Yes,dewatered solids may be stockpiled in the contractor Can contractor stockpile dewatered solids and/or cattails on staging area(see sheet 4). The cattails may also be stockpiled 13 the ground at the site during this project?And if so,what 8/08/2019 Y location? in the contractor staging area or on the banks of the lagoon(s) to be dredged. Please confirm that the contractor is limited to 25 loads per day 14 Confirmed.No change.See plans and specifications. 8/08/2019 Y of material going into the landfill on Monday-Friday only? 15 What price was this project or a similar lagoon completed for past Bid Tabs are available on CivCast 8/08/2019 Y most recently? Please provide the bid tabs from the last time the project(or 16 Past Bid Tabs are available on CivCast 8/08/2019 Y similar lagoon)was awarded. 17 When does the City plan on awarding this project? Sep-19 8/08/2019 Y 18 When would the City expect work to proceed on this project? Oct-19 8/08/2019 Y 12.M/here does the centrate from the cleaning of the pond get 19 Lagoon 5,6,or 7 at Contractor's option 8/08/2019 Y discharged to? 8/8/2019 Item Resolution Resolution # Question/Comment Resolution Date Distributed 20 What are the exact dimensions of the ponds.Length,Width, See Sheet 5,sheet is drawn to scale. 8/08/2019 Y Depth? 21 Is the MWDBE just a goal or is that a requirement? It is a goal 8/08/2019 Y 22 Who performed this project the last time these lagoons were The Contractor on that project was Eagle North America. 8/08/2019 Y cleaned? 23 Would the city be willing to provide a 1-2 week extension on Bid date in Addendum#1 is revised to Friday 8/16/2019 8/08/2019 Y the due date ofthis bid? In regards to remobilization of the dredge,can you please This bid item has been removed in the revised Bid Form 24 explain the$35,000 allowance for remobilization? provided in Addendum#1. Dredge redeployment will be 8/08/2019 Y subsidiary to the unit price per dry ton. No. Any isolation or water level adjustment should be 25 Will each lagoon be isolated prior to the performance of this coordinated with the plant in accordance with the plans and 8/08/2019 Y project? specs. All lagoons must remain in service for the duration of the project. 26 Will the landfill extend the hours from 6am-4:30pm M-F,and No,hours are per contract documents. 8/08/2019 Y from 6am-Noon on Saturday? Will an alternate truck route be considered when exiting the dewatering pad so the trucks turn right on Hearn Road,right on 27 Leopard Street,and right on Callicoatte Road. This will reduce No,this alternative has been rejected. 8/08/2019 Y the risk of a collision on Hearn Road due to the blind spot to the south of the construction entrance. Will the City be responsible for making a cutline through the No,any routing of temporary piping is the Contractor's 28 brush so there is a straight path for the sludge pipeline from 8/08/2019 Y responsibility and subsidiary to the dry ton bid price. Lagoon 56 to the dewatering pad? 29 Will the city be installing a new culvert for the sludge pipeline No,existing culverts may be used. 8/08/2019 Y to run through as the existing one has been crushed? 30 Will the City allow the contractor to submit an alternate bid No alternates are allowed. 8/08/2019 Y price for the project? Should there be less than 9,500 BDT in lagoons 5 6 or the A significant contract budget surplus is not anticipated and budget it's not achieved after removing 9,500 BDT from dredging of the pre-sedimentation basin is not included in the 8/08/2019 Y 31 lagoons 5 6,could the remaining budget funds be used to contract documents. remove sludge from the pre-sed basin? 8/8/2019 Item Resolution Resolution # Question/Comment Resolution Date Distributed In the 00 72 00 General Conditions,Article 6,section 6.06 Property Insurance Item A.it is asking the contractor to 00 73 00-Supplementary Conditions,Article SC 6.03 is meant purchase and maintain builder risk in the amount of the full 32 to amend 00 72 00 and shows builder risk as"not required". 8/08/2019 Y replacement value of the Project. As there is no design or This supersedes 00 72 00 Article 6.06 construction component to the work within this bid,we would request the City remove this requirement from the Contract. In the General Liability Insurance section it ask for an This has been removed and is is addressed in Addendum#1 33 installation floater coverage. we would request this to be 8/08/2019 Y Section 00 73 00 removed. We would ask to remove professional liability as this is not 00 73 00-Supplementary Conditions,Article SC 6.03 is meant 34 applicable as it is only required if providing professional to amend 00 72 00 and does not require professional liability. 8/08/2019 Y services. This supersedes 00 72 00 Article 6.06 19052A O.N.S.WTP Dredging of Lagoons 5 and 6 Report Created On:8/16/19 8:19:38 PM PROJECT: 19052A O.N.S. WTP Dredging of Lagoons 5 and 6 BIDDER: Terrapure Environmental (Environmental Solutions) TOTAL BID: $1,799,550.00 COMPLETION TIME: Not Required BIDDER INFO: 320 Woodward Avenue Tonawanda,NY 14217 P: 819-699-0579 F: 418-837-7723 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 Environmental Solutions (US) Ltd. (type or print name of company) on: Wednesday August 14, 2019 at 2:00 P.M. for ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A, 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. 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 -ONS WTP Dredging of Lagoons 5 and 6, Project No. 19052A 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: Bid Acknowledgement Form 003000- 1 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 Addendum No. Addendum Date Signature Acknowledging Receipt 1 August 09, 2019 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: Bid Acknowledgement Form 003000-2 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and 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. 2.12 As FequiFed by GhapteF 2270, Texas GeveFRFneRt Gede, Bidder hereby veFifies that it dees ;;At et-he...i— taki..� aRy aetieR that 46 i;#e;;ded te peRal4e, qRflqr=t eee-Re—mie harm eR, eF limit Ge puFpeses. 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, measured as provided in the Contract Documents. Bid Acknowledgement Form 003000-3 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 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' 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 Bidder will complete the Work required to be substantially completed within 150 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 17.16 of the General Conditions within 180 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the 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 indicated in Section 00 30 01 BID FORM. 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. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. Bid Acknowledgement Form 003000-4 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. G. SECTION 0045 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 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 have not previously registered with the Texas Secretary of State shall Is 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: Environmental Solutions (US) Ltd. (dba Terrapure Environmental) (typed or printed full legal name of Bidder) b (individual's signature) Name: Todd Moser (typed or printed) Title: CEO (typed or printed) Attest: � A<��n 1�1 ccz `vim (individual's signature) State of Residency: New York Federal Tax Id. No. 32-0456952 Address forgiving notices: 1100 Burloak Drive, Suite 500 Burlington, ON M 6B2 Phone: 819-699-0579 Email: mrobert@terrapureenv.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 As of August 15,2019 Environmental Solutions (US) Ltd. DIRECTORS' REGISTER NAME & RESIDENTIAL ADDRESS Date Became a Date Ceased to be Director a Director DD ®0 DD ®0 Henry, Paul 100 Wellington Street West 20 1 2015 27 2 2015 Suite 2300,TD West Tower, PO Box 22 Toronto,Ontario,Canada M5K 1A1 Moser, Todd 1100 Burloak Drive, Suite 500 26 1 2015 Burlington, Ontario, Canada 1-71- 6B2 Salamon, Michael 100 Wellington Street West,Suite 2300 20 1 2015 27 2 2015 TD West Tower, PO Box 22 Toronto,Ontario,Canada M5K 1A1 Sivec, Glen 81 Melrose Avenue 15 6 2015 Toronto, Ontario, Canada M5M 1Y6 Zwicker, Darren 1100 Burloak Drive, Suite 500 27 2 2015 15 5 2018 Burlington, Ontario, Canada 1-71-6B2 As of August 15,2019 Environmental Solutions (US) Ltd. OFFICERS' REGISTER NAME&RESIDENTIAL ADDRESS OFFICE HELD Date Became anIF Date Ceased to be Officer an Officer DD DD ®� F 0 Henry, Paul Secretary 100 Wellington Street West 20 1 2015 27 2 2015 Suite 2300,TD West Tower, PO Box 22 Toronto,Ontario,Canada M5K 1A1 Salamon, Michael President 100 Wellington Street West,Suite 2300 20 1 2015 27 2 2015 TD West Tower, PO Box 22 Toronto,Ontario,Canada M5K 1A1 Moser, Todd Vice President 1100 Burloak Drive, Suite 500 26 1 2015 27 2 2015 Burlington, Ontario, Canada 1-71- 6B2 Moser, Todd President 1100 Burloak Drive, Suite 500 27 2 2015 Burlington, Ontario, Canada 1-71- 6B2 Zwicker, Darren Vice President, 1100 Burloak Drive, Suite 500 Environmental Solutions, 27 2 2015 15 5 2018 Burlington, Ontario, Canada 1-71- 6B2 Facilities Moser, Todd Chief Executive Officer 1100 Burloak Drive, Suite 500 27 2 2015 Burlington, Ontario, Canada 1-71- 6B2 Sivec, Glen Chief Financial Officer 81 Melrose Avenue 15 6 2015 Toronto, Ontario, Canada M5M 1Y6 Whiteley, Took Secretary 9616 40th Street SE 15 5 2018 Calgary, Alberta, Canada T2C 2P3 Whiteley, Took Treasurer 9616 40th Street SE 15 5 2018 Calgary, Alberta, Canada T2C 2P3 UNANIMOUS WRITTEN CONSENT OF THE STOCKHOLDERS OF OF ENVIRONMENTAL SOLUTIONS(US)LTD. The undersigned, being the holder of all of the issued and outstanding shares of the stock of Environmental Solutions (US) Ltd., a Delaware corporation (the "Corporation"), hereby unanimously consent to the adoption of the following resolutions without a meeting: RESOLVED, that Todd Moser is hereby elected as a Director of the Corporation to serve at the pleasure of the Board of Directors and in accordance with the By-laws, to serve until his successor is duly elected and shall have qualified, or until his earlier death, resignation or removal; and RESOLVED, that the officers of the Corporation are hereby authorized, empowered and directed to take all such action on behalf of the Corporation as they may deem necessary, appropriate or advisable to carry out the intent and purposes of the foregoing resolutions, and to do all further things necessary or advisable and proper to carry on the business of the Corporation in the best interests of the Corporation. This Written Consent may be executed by means of copy transmitted by a facsimile machine or email, which copy shall be considered to have the same binding legal effect as if it were the original signed version thereof delivered in person. (signature page follows) IN WITNESS WHEREOF, the undersigned has executed this Consent as of the date first written above. STOCKHOLDER: ENVIRONMENTAL SOLUTIONS HOLDCO (CANADA) LTD. By: c Giajr�- Name: is ae mon Title: Director Date: January 26 , 2 015 (Signature page to Stockholder Consent Electing Director) UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF ENVIRONMENTAL SOLUTIONS(US)LTD. Janus 26 ,2015 The undersigned, being all of the members of the Board of Directors of Environmental Solutions (US) Ltd., a Delaware corporation (the "Corporation"), hereby unanimously consent to the adoption of the following resolutions without a meeting: RESOLVED, that the number of persons constituting the entire Board of Directors of the Corporation shall be three(3); RESOLVED, that Todd Moser is hereby elected to the office of Vice President of the Corporation, to serve at the pleasure of the Board of Directors and in accordance with the By-laws until his successor is duly elected and shall have qualified, or until his earlier death, resignation or removal; and RESOLVED, that the officers and Directors of the Corporation are hereby authorized, empowered and directed to take all such action on behalf of the Corporation as they may deem necessary, appropriate or advisable to carry out the intent and purposes of the foregoing resolutions, and to do all further things necessary or advisable and proper to carry on the business of the Corporation in the best interests of the Corporation. This Consent may be executed (i) by means of copy transmitted by a facsimile machine or email, which copy shall be considered to have the same binding legal effect as if it were the original signed version thereof delivered in person, and(ii) in various counterpart copies, each of which shall be deemed an original but all of which together shall constitute one and the same instrument. 3790183_1 IN WITNESS WHEREOF, the undersigned have executed this Written Consent as of the day and year first written above. Michael Sala i n C Paul Henry [Signature page to Board of Director Consent to Elect Officer] 19052A O.N.S.WTP Dredging of Lagoons 5 and 6 Report Created On:8/16/19 8:19:38 PM BID TOTALS BASE BID Total PARTA- DEWATERING(per SECTION 01 29 01 MEASUREMENTAND BASIS FOR PAYMENT) $1,646,850.00 Part B-GENERAL(per SECTION 01 29 01 MEASUREMENTAND BASIS FOR PAYMENT) $152,700.00 Total $1,799,550.00 PART A-DEWATERING(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) No. Description Unit Qty Unit Price Ext Price Al Dredge, Dewater,and Haul Residuals: DT 9500 $163.50 $1,553,250.00 Dredge, Dewater and Haul residuals from on-site lagoons to Cefe Valenzuela Landfill including all work and materials considered subsidiary to this bid item (subsidiary items include but are not limited to;furnishing dredge equipment, furnish and install turbidity protection for decant pump station(s),dredge re- deployment including disconnection and re-routing of dredge pipeline(s), removal and re-deployment of turbidity curtain, removal and re-deploying dredge in adjacent lagoon furnish and install dewatering equipment,polymer injection equipment, residual and polymer containment areas as required, filtrate return provisions,fuel,truck maintenance, maintenance of access, secondary side electrical feed for dewatering equipment,regulatory requirements, licenses and certifications as required,and residual analytical testing)as per specification,Complete in Place per Dry Ton. A2 Removal of cattails and other aquatic LS 1 $93,600.00 $93,600.00 vegetation from Lagoons#5 and#6,as necessary to perform the required dredging,per section 46 76 11, Complete in Place per Lump Sum. Sub Total: $1,646,850.00 Part B-GENERAL(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 19052A O.N.S.WTP Dredging of Lagoons 5 and 6 Report Created On:8/16/19 8:19:38 PM No. Description Unit Qty Unit Price Ext Price B1 Mobilization, Not to Exceed 7.5%of total LS 1 $127,700.00 $127,700.00 Bid,Complete in Place per Lump Sum. B2 Bonds and Insurance, In place per lump LS 1 $25,000.00 $25,000.00 sum Sub Total: $152,700.00 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. ❑x Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of Tau 0,S ❑ 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: Environmental Solutions(US) Ltd. (dba Terrapure Environmental) 7��, --� (typed or printed) By: (signature--attach evidence of authority to sign) Name: Todd Moser (typed or printed) Title: CEO Business address: CT Corporation System 1999 Bryan Street,STE. 900 Dallas,TX 75201 Phone: 214-979-1172 Email: NA END OF SECTION Compliance to State Law on Nonresident Bidders 003002-1 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A 10/2018 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 all persons 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. COMPANYNAME: Environmental Solutions(US) Ltd. LP(dba Terrapure Environmental) STREET P. O. BOX: ADDRESS 320 Woodward Avenue CITY: Tonawanda STATE: New York ZIP: 14217- FIRM IS: 1. Corporation xB2. Partnership ❑ 3. Sole Owner ❑ 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"firm." Name Nota livableJob Title and Ci Department(if known) applicable. Not applicable. 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 Not applicable. Title Not applicable. 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 Nota livableBoard, Commission or Committee applicable. Not applicable. 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 Nota applicable. Consultant pp . Not applicable. I City of Corpus Christi 00 30 05—1 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 01/2016 i f 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 segment thereof,you shall disclose that fact in a signed 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 I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Todd Moser Title: CEO (Type or Print) Signature of Certifying Person: Date: 2D I 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 Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special 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 ONS WTP Dredging of Lagoons 5 and 6 Project No.19052A 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: ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A 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: Environmental Solutions (US) Ltd. (dba Terrapure Environmental) (typed or printed) By: (signature--attach evidence of authority to sign) Name: Todd Moser (typed or printed) Title: CEO Business address: 320 Woodward Avenue,Tonawanda, New York, 14217 Phone: 819-699-0579 Email: mrobert@terrapureenv.com END OF SECTION Non-Collusion Certification 003006-1 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A 10/2018 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due, or earlier if required by the Bid Documents, to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non- responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. 1.04 Refer to Specification Section 46 7611 for submittal requirements and include required documents in the statement of experience documents submitted with the bid. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. Statement of Experience 004516- 1 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience,education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similarwork and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. Refer to Specification Section 46 7611 for the minimum requirements for the projects listed to be considered equal to or greater in size and magnitude. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code, the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information, the following terms shall have the following meanings: 1. "Bidder" includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. Statement of Experience 004516-2 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2 (c) (1) and (2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality (the "TCE(X"), the United States Environmental Protection Agency (the "EPA"), the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers, the Texas Department of State Health Services, the Texas Parks and Wildlife Department, the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations,and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder, the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two (2) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the "OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration ("OSHA") regulations within the past five (5)years. 2. Whether the Bidder's response reveals more than one (1) case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death, within the past ten (10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder. The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE, AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 5. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS. Statement of Experience 004516-3 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 TABLE 1—ORGANIZATION INFORMATION Organization doing business as: I Environmental Solutions (US) Ltd. (dba Terrapure Environmental) Business Address of Principal Office 320 Woodward Ave, Tonawanda, NY, 14217 Telephone No. 1-800-263-8602 Website I www•TerrapureEnv.com Form of Business (check one) 0 Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Delaware Date of Incorporation January 21, 2015 Chief Executive Officer's Name Todd Moser President's Name Todd Moser Ryan Reid Todd Smith Took Whiteley Vice President's Name(s) Mike Jovanovic Darren Zwicker Stephen Fletcher Secretary's Name NA Treasurer's Name NA If a Partnership Date of Organization INA I Form of Partnership: ❑ General ❑ Limited If an Individual Name INA Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership NA Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Terrapure Environmental March 01, 2015 Ongoing Indicators of Organization Size Average number of current full-time employees 1,900 Average estimate of revenue for the current year *As a private company,we o not disclose this information.A signed NDA can be arranged if required. Statement of Experience 004516-4 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 Table 1—Organization Information Organization doing business as: I Environmental Solutions (US) Ltd. (dba Terrapure Environmental) Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 NA 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year 1 2018 1 EMR 1 1.00 1 Year 2017 1 EMR 1 1.0 Year 2016 1 EMR 11.0 Previous Bidding and Construction Experience—Answer all question Yes or No. Has Bidder or a predecessor organization been debarred within the last 10 years? List debarring entities below and provide full details in a separate attachment if yes. NO x YES Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO x YES Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. NO x YES Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. NO x YES Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO x YES Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. NO x YES Statement of Experience 004516-5 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 Table 2—Project Information Organization doing business as: I Environmental Solutions (US) Ltd. (dba Terrapure Environmental) Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Karl Bonneau Sumit Goklani Superintendent Maxime Gagne Ryan Kelly Safety Manager Linda Simms Adam Sirois-Caouette Quality Control Linda Simms Adam Sirois-Caouette Manager *Please see attached for resumes. Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). *We will be using our own forces; no subcontractors will be used. Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience NA Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor *We will be using our own forces; no subcontractors will be used. Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Environmental Solutions (US) Ltd. (dba Terrapure Environmental) Proiect Information Project City of Batavia Water Pollution Dredging,mechanical dewatering,transport and disposal of Control Plant Cleaning of Secondary Description dewatered sludge-alum sulphate sediment Name Pond S-1,Contract#2015-2 Reference Contact Information Project Owner City of Batavia,NY Name/Title Daniel Kolkmann-Project Manager Telephone 716-491-3804 Email NA Project Designer NA Project Budget and Performance Original $2,000,000 Final Contract $1,945,000 #Contract 61 # Days 0 Contract Price Price Days Late Issues/Claims/ NA Litigation: Proiect Information Project Industrial lagoon desludging Tender#030 15 Sludge dredging,mechanical dewatering and diposal of Name [Description 4400 BDT+1400 BDT additional Reference Contact Information Project Owner City of Port Alberni,BC Name/Title Christian Brumpton-City Engineer Telephone 604-293-1411 x 320 Email NA Project Designer NA Project Budget and Performance Original $1,890,000 Final Contract $1,600,000 #Contract 131 # Days 0 Contract Price Price Days Late Issues/Claims/ NA Litigation: Proiect Information Project Dredging,Dewatering,Transport and Sludge dredging and mechanical dewatering,Transport Name land application Contract 2829 Description and disposal via land application Reference Contact Information Project Owner City of St-Therese/Blainville Name/Title Robert Asselin-City Engineer Telephone 450-434-6656 Email NA Project Designer NA Project Budget and Performance Original $2,371,000 Final Contract $2,345,000 #Contract 65 # Days 0 Contract Price Price Days Late Issues/Claims/ NA Litigation: Statement of Experience 004516-7 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Environmental Solutions (US) Ltd. (dba Terrapure Environmental) Proiect Information Project Dredging and land application of WWTP Dredging and mechanically dewatering of WWTP lagoon,transport Name Sludge 2019-BS-010 Description and land application of the sludge Reference Contact Information Project Owner City of St-Jerome Name/Title Mathieu-Charles Leblanc Telephone 450-436-1512x3488 Email NA Project Designer NA Project Budget and Performance Original $1500,000 Final Contract $1500,000 #Contract 54 # Days 0 Contract Price Price Days Late Issues/Claims/ NA Litigation: Proiect Information Project Primary settling basins,spill basins and Dredging,centrifugation of the settling secondary pond Name aeration cell 1 Description Reference Contact Information Project Owner Domtar Espanola Name/Title Sharon Semenuk/Senior Buyer Telephone 705-869-2020 Email NA Project Designer I NA Project Budget and Performance Original $900,000 Final Contract $893,000 #Contract 73 # Days 0 Contract Price Price Days Late Issues/Claims/ NA Litigation: Proiect Information Project Dewateringof mining sediments Dredging,centrigation of mining sediment g Description Name Reference Contact Information Project Owner Vale Canada Name/Title Paul Lewis/Project Manager Telephone 705-682-6881 Email NA Project Designer I NA Project Budget and Performance Original $1,700,000 Final Contract $1,700,000 #Contract 91 # Days 0 Contract Price Price Days Late Issues/Claims/ NA Litigation: Statement of Experience 004516-8 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Environmental Solutions (US) Ltd. (dba Terrapure Environmental) Protect Information Project Dredging and Dewatering,Transport and Dredging centrifugation of biosolid p Name Disposal of biosolid Description Reference Contact Information Project Owner City of Terrebone Name/Title Louis-Jean Caron Telephone 450-471-8264x1576 Email NA Project Designer I NA Project Budget and Performance Original $1,000,000.00 Final Contract $1,000,000.00 #Contract 32 # Days 0 Contract Price Price Days Late Issues/Claims/ NA Litigation: Project Information Project Dredging and Dewatering,Transport and Dredging centrifugation of biosolid Name Disposal osal of biosolid [Description Reference Contact Information Project Owner City of Drummondville Name/Title Patrick Beaudry Telephone 819-474-8920 Email NA Project Designer I NA Project Budget and Performance Original $832,00.00 Final Contract $832,00.00 #Contract 54 # Days 0 Contract Price Price Days Late Issues/Claims/ NA Litigation: Project Information Project Dredging and Dewatering,Transport and Dredging centrifugation of biosolid Name p Dis osal of biosolid [Description Reference Contact Information Project Owner City of Trois-Rivieres Name/Title Olivier Bertrand Telephone 819-379-4057 Email NA Project Designer I NA Project Budget and Performance Original $2,200,000.00 Final Contract $2,200,000.00 #Contract 135 # Days 0 Contract Price Price Days Late Issues/Claims/ NA Litigation: Statement of Experience 004516-9 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: I Environmental Solutions (US) Ltd. (dba Terrapure Environmental) Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five (5)years? List Citations below(date and location of Citation)and provide full details in a separate attachment if yes.The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. NO x YES Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5)years? List Citations below(date and location of Citation) and provide full details in a separate attachment if yes. The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. NO x YES Has the Bidder, within the past ten (10) years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. NO x YES The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? i Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? x Yes ❑ No 3 Does the Bidder have an active construction safety training program? ic Yes ❑ No 4 Does the Bidder, or affected subcontractor, have competent persons in the following areas (as applicable to the scope of the current Project): A. Scaffolding ❑ Yes ❑ No ix N/A B. Excavation ❑ Yes ❑ No ix N/A C. Cranes & Hoists cK Yes ❑ No ❑ N/A D. Electrical X Yes ❑ No ❑ N/A Statement of Experience 004516- 10 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: JEnvironmental Solutions (US) Ltd. (dba Terrapure Environmental) E. Fall Protection ix Yes ❑ No ❑ N/A F. Confined Spaces X Yes ❑ No ❑ N/A G. Material Handling x Yes ❑ No ❑ N/A H. Demolition ❑ Yes ❑ No a N/A I. Steel Erection ❑ Yes ❑ No ix N/A J. Underground Construction ❑ Yes ❑ No ix N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification System 5 Yes ❑ No ("NAICS") Category 23 for each of the past five (5)years? Provide the Bidder's OSHA 300 and 300A logs for the past five (5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the Bidder's 6 NCCI workers' compensation experience rating sheets for the past five (5) years in a X Yes ❑ No separate attachment. Has the Bidder had any OSHA inspections within the past six (6) months? Provide 7 documentation showing the nature of the inspection,the findings, and the magnitude of ❑ Yes x No the issues in a separate attachment if yes. Statement of Experience 004516- 11 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 Table 5- Demonstrated Minority, MBE, DBE Participation Organization doing business as I Environmental Solutions (US) Ltd. (dba Terrapure Environmental) Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/ MBE/ DBE Participation Policy Name Work to be Provided Estimated %of Contract Price *We will not be using subcontractors. Statement of Experience 004516- 12 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: Environmental Solutions (US) Ltd. (dba Terrapure Environmental) (typed or printed) By: (individual's signature) Name: Todd Moser (typed or printed) Title: CEO (typed or printed) Designated Representative: Name: Melanie Robert Title: Technical Sales Rep, Onsite Services Address: 340 Avenue du Marechal Levis (Pintendre), QC, Canada G6C 1T8 Telephone No.: 819-699-0579 Email: mrobert@terrapureenv.com END OF SECTION Statement of Experience 004516-13 ONS WTP Dredging of Lagoons 5 and 6 Project No.19052A Rev 10/2018 terrapure Wad TERRAPURE KEY TEAM MEMBERS Below are the specific team members along with their respective responsibility and experiences that will be assigned to this project. Name Project Function Maxime Gagne Onsite Operational Manager Ryan Kelly Onsite Branch Manager Karl Bonneau Onsite Project Manager Sumit Golkani Project Lead Linda Simms Onsite Operation Safety Advisor Adam Sirois-Caouette HSE Advisor terrapureeru.com TERRAPURE STAFF QUALIFICATIONS & EXPERIENCE Full resumes available upon request Maxime Gagne Onsite Operations Manager 18 years in die Environmental Industry Maxime oversees the execution of projects as well as business development. He is involved in the preparation of tenders, and once they become projects his role is to ensure they are executed properly, on both an operational and economic basis. In addition, he strives to improve the company's development both strategically and economically. His experience includes Newatla, Terratube, and Centrix. Maxime hold a Bachelor of Science degree in Biology from the University of Sherbrooke, QC Ryan Kelly Onsite Branch Manager 17 years in Environmental Operations Ryan is responsible for the management, development of operations staff, and to optimize the performance of equipment ensuring that the process used is exploited to the maximum of its capacity. Before and after projects Ryan identifies the equipment required along with the necessary security measures. Which ties into his role as the person responsible for the implementation of the Health & Safety program. This role includes developing work procedures, implementing different types of follow-up, providing the necessary support to our employees to ensure our health and safety policies are respected. Ryan also shares his experience and knowledge with all employees to advance the development of our personnel and our processes on job sites. His experience includes Clamex Environmental, Newalta, and Centrix. Ryan has taken Project Management Fundamentals at McMaster University. terrapureenvxom Karl Bonneau, PMP Manager of Projects—Onsite 17 years in Project Manageenxwt Karl is responsible for delivering and managing the costs of all the projects that the onsite group at Terrapure executes. This includes planning, organizing, supervising, sourcing cost effective suppliers, troubleshooting technical problems when they occur, and organizing production flow. Karl has extensive experience and training regarding all aspects of project management and execution. Prior to joining Terrapure Karl was a project manager with Labrie Environmental in the solid waste industry, Chamco Industries in the pumping and compression equipment industry, and Invensys Systems in the automated control industry. Sumit Goklani, PMP, B.Eng (Chemical) Project Lead—Onsite 7years in Project Management&Operations Sum it's main responsibilities are to establish, monitor and deliver Project goals and objectives within agreed upon Schedule & Budget. To effectively communicate important points to all the Stakeholders: customer expectations, Project KPI's, Milestones, and Deliverables. Sumit's first priority is to maintain client confidence in our ability to meet the project goals in the best manner possible by demonstrating project control, present a clear and honest picture of project progress, enlisting customer participation and support for needed changes or adjustments. He keeps the customer informed by routinely providing important project documentation on Project Status. Sumit has a designation of Project Management Professional (PMP) and a Bachelor's degree in Chemical Engineering. terrapureenw.corn Linda Simms Onsite Operation Safety Advisor 2 years in Health and Safety Linda is responsible for providing support and guidance across Canada for our onsite operations. She works closely with the Branch Manager to deliver, maintain and improve site-specific safety programs. She is involved in accident and incident investigation, assisting managers and supervisors with root cause analysis, recommending corrective action, implementation and follow-up. Linda coordinates, develops and delivers safety training to ensure training is current and meets regulatory requirements. Prior to joining Terrapure, Linda worked as an EMR (Emergency Medical Responder) on drilling rigs in Western Canada. Her responsibilities were to administer First Aid along with Safety Orientation and administration. Adam Sirois-Caouette HSE Advisor 8 years in Health and Safety Adam has over 8 years' experience as a Health, Safety and Environmental advisor. Adam has a University Certification with a HSE specialty. He is involve in writing procedures for safe work place. He also managed projects safety and training. He has a wide range of HSE laws and regulations knowledge. As part of his responsibilities, Adam carries out risk assessments and consider how risks could be reduce. He also outlined safe operational procedure, which identify and take into account all relevant hazard. He carries out regular site inspections to check policies and procedures are being properly implemented. terrapureenw.corn ORGANIGRAMME MAXIME GAGNE ELIANE NECELA ................. MELANIE ROBERT BRIAN WAGNER I(ARL BONN EAU JEAN THI BODEAU RYAN KELLY Estimation only-O.N.STEVENS WATER TREATMENT PLANT SLUDGE REMOVAL FROM 5 AND 6 (Special Procedure 0135 00) ID Task Name Start Finish Aug Sept Oct Nov Dec Jan Feb Mar Apr May Jun spa aye a.le 1 Bid due date 08/16/2019 08/16/2019 2 Notice to Proceed 09/30/2019 09/30/2019 M°nor m°" 3 Mobilization 01/20/2020 01/23/2020 4 Commissioning 01/24/2020 01/27/2020 5 Processing 01/28/2020 06/26/2020 Mn.n°".tts 6 2700 DT Milestone#1 01/28/2020 03/10/2020 Mn.n°".ttz 7 2800 DT Mile s1 02e#2 03/11/2020 04/24/2020 Mn.:m".tts 8 8900 DTMilestone#3 04/27/2020 06/09/2020 9 Substantial Completion 9500 DT 06/10/2020 06/19/2020 10 Final Completion 06/20/2020 06/26/2020 \ I rMrner Wood & Smith Insurance August 15, 2019 Re: Environmental Solutions I This is to confirm the experience modifications for the above referred client for the past three years, are as follows: 2/11/2019 .97 2/11/2018 1.00 2/11/2017 1.00 If you need additional information, please do not hesitate to advise. i Sincerely, I Monica Jernigan Commercial Account Administrator Insuring your facture since 1905 1515 Community Way • Post Office Box 1058 • Gainesville, GA 30503 770-536-0161 Fax 770-536-1283 www.twsinsurance.com ATI Wt S44-8 Turner Wood & Smith Insurance July 31, 2017 Re: Environmental Solutions This is to confirm the experience modifications for the above referred client for the past three years, are as follows: 2017 1.00 2016 1.00 2015 1.00 If you need additional information, please do not hesitate to advise. Sincerely, 4uju� Monica Jernigan Commercial Account Administrator Insuring your future since 19 05 100 Brenau Avenue . Post Office Box 1058 • Gainesville, GA 30503 • 770-536-0161 Fax 770-536-1283 www.twsinsurance.com Estimation only-O.N.STEVENS WATER TREATMENT PLANT SLUDGE REMOVAL FROM 5 AND 6 (Special Procedure 0135 00) ID Task Name Start Finish Aug Sept Oct Nov Dec tan Feb Mar Apr Bid due date 1 Bid due date 08/16/2019 08/16/2019 Notice io proceed 2 Notice to Proceed 09/30/2019 09/30/2019 Mobaization 3 Mobilization 12/16/2019 12/19/2019 c 4 Commissioning 12/20/2019 12/24/2019 '-►mmi:sionin�uasslr� 5 Processing 01/06/2020 03/17/2020 milestonedl 6 2700 DT Milestone#1 01/04/2020 01/25/2020 7 5800 DT Milestone#2 01/26/2020 02/17/2020 Mnesmne p2 Md-to—H3 8 8900 DT Milestone#3 02/18/2020 03/11/2020 si,bstantialcompiebon 9 Substantial Completion 9500 DT 03/12/2020 03/17/2020 30 Final Completion 1 03/18/2020 1 03/23/2020 Final completion terrapure lift s n ,s,rrrz , ti � rJ fp4 i l CITY OF CORPUS CHRISTI, TX ONS WTP DREDGING OF LAGOONS 5 AND 6 PROJECT # 19052A Submitted by: Melanie Robert, Technical Sales, Environmental Solutions (US) Ltd. Reference Environmental Solutions (US) Ltd.: TP-TX-2019-08-77.0 August 16th, 2019 terrapure- www.terrapureenv.com Contents COMPANY OVERVIEW ...........................................................................................................3 PROJECTOVERVIEW.............................................................................................................4 OBJECTIVE............................................................................................................................4 ESTIMATED TIMELINE...........................................................................................................5 FORECASTED CHART ..........................................................................................................5 SCOPE: MOBILIZATION/COMMISSIONING ..........................................................................6 SCOPE: SLURRY DEWATERING...........................................................................................8 PROCESS FLOW DIAGRAM .................................................................................................10 SITE LAYOUT PLAN (STAGING AREA) ...............................................................................11 ENVIRONMENT, HEALTH & SAFETY...................................................................................12 ENVIROMENTAL PROTECTION ..........................................................................................12 HEALTH & SAFETY..............................................................................................................12 COMPANY ORG CHART.......................................................................................................13 EQUIPMENTLIST..................................................................................................................14 PRICINGSCHEDULE ............................................................................................................15 RESPONSIBILITIES...............................................................................................................15 ADDITIONAL INFORMATION................................................................................................16 STANDARD TERMS AND CONDITIONS - SERVICES..........................................................17 terrapure www.terrapureenv.com COMPANY OVERVIEW TERRAPURE (USA entity : Environmental Solutions (US) ltd.), formally the industrial division of Newalta, provides engineered environmental solutions that enable our customers to reduce disposal, enhance recycling and the recovery of valuable resources from industrial residues. We deliver sustainability-enhancing services to oil, natural gas, petrochemical, refining, lead, manufacturing and mining markets. We have been working with customers to turn their waste streams into high-value products, contributing to their bottom line while reducing the environmental footprint. Where by-product recovery isn't possible, we find ways to reduce waste at the source. Our over 1100 people serve customers onsite directly at their operations and through our network of 35 facilities across Canada and USA. This extensive network offers customer integrated, one-stop waste management and environmental services. Our dedicated technical solutions group extensively seeks out, identifies and examines new technologies and processes. This devotion will enhance the services we provide and expand the products we're able to recover in the future. Creating an inventory of new technologies that can turn different waste streams into high-value products — turning liabilities into assets for our customers — is vital to our future. In a market characterized by complex provincial regulation and overlapping federal jurisdiction, TERRAPURE gives customers assured compliance based on technical expertise, innovation, extensive real-world experience, and unparalleled attention to detail. We look forward to the privilege of working with you to deliver engineered environmental solutions that will drive your business forward. terrapure www.terrapureenv.com PROJECT OVERVIEW OBJECTIVE TERRAPURE (US. Entity: Environmental Solutions (US) ltd. is submitting this proposal to provide the personnel and equipment to mobilize, dewater and provide transport runoff- solids accumulated within lagoon 5 and 6. Based on data provided within the RFP and data collected from samples taken the total anticipated projections for the cells: SOLIDS % DENSITY DT ESTIMATE ESTIMATED WET (SHORT TONS) WEIGHT (SHORT TONS) CELL 5-6 17 1.03 9,500 32,000 The purpose of this document is to outline the equipment and process that will be used to safely and efficiently mobilize slurry from the cells to be serviced, chemically treat the slurry to propagate solid-water separation, and mechanically separate the solids from the liquid phase using multiple decanter centrifuges. Mobilization of the slurry from the cells to be serviced will be executed using a manned dredge which will be placed into the cells by a crane or loader. TERRAPURE has used relevant industry experience and sample analysis to develop the best methodology possible to ensure the safe and timely execution of this project. Our process is designed to ensure maximum productivity, reduce and/or eliminate chemical consumption while minimizing total time onsite. All aspects of this design have been carefully considered to ensure employee and environmental safety while maximizing operational success. terrapure www.terrapureenv.com ESTIMATED TIMELINE For lagoon 5 & 6, a timeline estimate has been provided in the table below based 24 hour operational days. TERRAPURE will mobilize all process equipment upon mutual agreement of start date with O.N. Stevens Water Treatment Plant. The timelines are based on the sludge volumes provided in the RFP and produced by internal lab testing. OPERATION DAY: 24Hrs POND MOB COMMISSION PROCESS DEMOB (Day) (Day) (Day) (Day) 5-6 3 3 150 3 Upon receipt of`Notice to Proceed' TERRAPURE will initiate a plan (timetable)to mobilize all equipment. A copy of the finalized plan will be submitted to the O.N. Stevens plant for approval and copy. FORECASTED CHART Estimation only-O.N.STEVENS WATER TREATMENT PLANT SLUDGE REMOVAL FROM 5 AND 6 (Special Procedure 0135 00) ID Task Name Start Finish Aug Sept Oct Nov Dec Jan I Feb Mar Apr 1 Bid due date 08/16/2019 08/16/2019 2 Notice to Proceed 09/30/2019 09/30/2019 3 Mobilization 12/16/2019 12/19/2019 4 Commissioning 12/20/2019 12/24/2019 Processing 5 Processing 01/06/2020 03/17/2020 6 2700 DT Milestone#1 01/04/2020 01/25/2020 7 5800 DT Milestone#2 01/26/2020 02/17/2020 8 8900 DT Milestone#3 1 02/18/2020 1 03/11/2020 9 Substantial Completion 9500 DT 03/12/2020 03/17/2020 10 Final Completion 03/18/2020 03/23/2020 terrapure www.terrapureenv.com SCOPE: MOBILIZATION/COMMISSIONING 1. TERRAPURE will work with O.N. Stevens Water Treatment Plant to arrange and coordinate any necessary site specific training for all TERRAPURE personnel working on O.N. Stevens Water Treatment Plant' site. 2. Prior to beginning any work on site, TERRAPURE staff will meet with designated O.N. Stevens Water Treatment Plant personnel to review the detailed scope of work for the project. Procedural, environmental and health and safety protocols will be discussed to ensure the safe and efficient completion of the project. TERRAPURE will supply a project binder and JSA to ensure that all client requirements are met; or exceeded, for the duration of the project. a. O.N. Stevens Water Treatment Plant will be responsible for prepping (remove all nonessential objects) stage area prior to process equipment arriving on site. 3. TERRAPURE will mobilize all essential equipment for processing to the pre- approved area. This will be completed by 8 operators and is expected to take 3 days. 4. The commissioning phase of all processing equipment is expected to last 3 days total and will include all necessary electrical work and safety verifications. Commissioning will include but is not limited to the following: a. Lay down and placement of necessary piping (HDPE) b. Centrifuge and Conveyor Setup c. Dredge placement into lagoon by use of Crane (101 Ton) d. Decanters (Mobile Centrifuges) e. Generator f. Transformer— electrical set up (if needed) g. Chemical Flocculent Injection Setup h. Conveyor i. Scale j. Sound barrier k. Solids collection area 5. TERRAPURE will place the dredge into the lagoon with the use of a crane (101 Ton) or a loader. 6. TERRAPURE will stage 3 mobile centrifuges with conveyors aligned to deposit dewatered solids into the solids collection area. s; terrapure www.terrapureenv.com 7. Adjacent to the centrifuges will be the 2 polymer trailers that will be connected to provide the centrifuges with polymer. 8. As outlined in Process Flow Diagram, a rotary filter and slurry tank will be staged alongside the centrifuges. The rotary filter /slurry tank system will receive feed from the lagoon via dredge. 9. For lagoon 5 : Cat tails, will be removed by use of dredge auger/loader and collected by motorized boat, and/or loader. 10. For lagoon 5 & 6; as per RFP all cat tails will be completely (including root) removed by O.N. Stevens WWT plant. 11 .All process equipment will meet industry standards and have ESA (or equivalent) certification, where appropriate. O.N. Stevens Water Treatment Plant will be required to provide electrical support (Technical information) for connections, inspections and grounding the equipment; as required, for the duration of the project. terrapure www.terrapureenv.com SCOPE: SLURRY DEWATERING 1. TERRAPURE EH&S and processing staff will perform an FLHA (Field Level Hazard Assessment) — control measures & specific PPE needs will be issued. 2. Process staging area (spill contained) will be identified. It is estimated that an area of 250 X 200 feet will be required for staging and safe operation. 3. Once staging is complete, TERRAPURE will request that a final inspection and written approval is given by O.N. Stevens Water Treatment Plant regarding process equipment layout and EH&S control measures. 4. Processing shift will be manned by 4 operators which will include a working supervisor. 5. The in-situ material and water from the pond will be pumped by TERRAPURE using the dredge, through the HDPE piping and subsequent screening before entering a mix tank. A mix tank is used to maintain homogenous slurry. a. The dredge to be used will have high profile low pressure tires below the auger— this will prevent the auger from making contact with the lagoon liner. b. Dredge has a working capacity of 2500gpm 6. To enhance solids separation the slurry will be injected with a polymer flocculent prior to introduction into the decanter centrifuge system. a. Water for polymer make-down will be pumped from surface or from adjacent lagoon 7. The decanter centrifuge will separate the sludge into two components: dewatered solids (cake) and centrate water. terrapure www.terrapureenv.com 8. The cake will be conveyed into a pile and will be loaded periodically into dump trucks. A loader will transfer dewatered solids from solids collection area to awaiting transport. a. Dump trucks will transport and off-load solids at Cefe Valenzuela Landfill. b. Solids collection area will be covered to prevent dewatered solids from rain. c. Quantity(#of trucks) will be scheduled per week with trucking company and or as an as needed basis. d. Proposed transport route from Hearn Rd to land fill— Via FM1694 e. Transport will utilize the approx. 25 loads per day to maintain required solids removal. This will be achieved with dump trucks. 9. The centrate water will be pumped back to the pond being serviced via a sump pump. 10.A representative sample of the solids from each truck will be retained for the duration of the project. As stated in the RFP all required sample will be obtained from the solids collection area. 11 . All staged (loaded) trucks will be covered to prevent against rain. 12. If needed, during pumping of slurry to TERRAPURE processing equipment, TERRAPURE operators will conduct tri-hourly sampling of the feed which will be used to generate a shift composite. The composite shift sample generated from the tri-hourly samples will undergo moisture and density analysis to assess the total mass transfer to the dewatering equipment. This will be cross-examined with truck weights to consolidate a mass balance. In the same manner, a composite of cake will be generated and its moisture will be analyzed. Results will be made available and communicated to the client via daily process reports and the data will be used in conjunction with flow-meter values to validate mass balance calculations and verify the process forecast. 13. Once sludge removal is complete from lagoon 5 & 6 and O.N. Stevens WWT plant confirms that the required volume has been removed, TERRAPURE will begin decommissioning. If O.N. Stevens requires TERRAPURE to remobilize dredge equipment to lagoons 5 & 6—TERRAPURE will initiate agreements outlined in RFP with reference to cost associated. terrapure www.terrapureenv.com PROCESS FLOW DIAGRAM w w y w N �,. O z U. z a z a � W e C 111 a V C5 LL or, S O 11.1 V 1 � O J •il � Q ❑ m c a a 0 ay a 1 ! , J 1 1 0 1 1 0 � I�j r r s.n n r I m i t I r 1 cr of •r 1 1 Y w Its r I r I 1 r w 1 1 � I I 1 uj 1 1 I l w I 1 U t I I 1 I 1 0 EQ 1 1 [9 Q D h w Q K z w U W C x terrapure www.terrapureenv.com SITE LAYOUT - AREA) ca terrapure a� Q rp N W/ F � ao ua� OJ ill' . ua � � U � L t r; �r . . ENVIRONMENT, HEALTH & SAFETY Excellence in Environment, Health & Safety is a core value at TERRAPURE. Our performance is based on strong leadership creating a culture of safety and environmental stewardship supported by talented people working as a team with state-of-the-art equipment and detailed operating procedures. ENVIROMENTAL PROTECTION 1 . TERRAPURE utilizes environmentally friendly hydraulic oil in all marine equipment. The MSDS for this oil and any other chemical used on site will be approved by O.N. Stevens Water Treatment Plant. 2. All equipment with the potential to leak will be placed inside containment to protect the environment in case of an inadvertent leak. 3. Equipment, hoses and connections will be double-checked prior to start up to ensure they are secure. 4. TERRAPURE will provide a spill kit on site. HEALTH & SAFE 1 . TERRAPURE personnel will have completed O.N. Stevens Water Treatment Plant' site specific orientation prior to start any work on site. 2. TERRRAPURE will provide all EH&S documentation and training documentation, as requested. 3. TERRAPURE will ensure all relevant health and safety procedures are being followed at all times. 4. TERRAPURE will provide all required Personal Protection Equipment (PPE) to complete the work safely. 5. A minimum of 5 fire extinguishers will be on site. terrapure www.terrapureenv.com COMPANY ORG CHART ORGAN IG'RAM X11 E L4Li R'rt X}]i�le WEL-N-EPIEPr.►uie�en[.ru �r���wAsxeR JUNxnieciorwu RYAN RELL- 1�� —0 terrapure www.terrapureenv.com EQUIPMENT LIST Quantity f Description Loader 1 Set Flex Hose 1 Set Pipeline Floats 1 Rescue Boat with Life Jackets ALL Hose/HDPE Piping (8"/12") 1 Gen-set 1 Telescopic Forklift 3 Decanter Centrifuge 2 Polymer Trailer 1 Mix tank w/Screen 1 Office Trailer 3 Conveyors 1 Fuel tank 1 Set — Berms & Liners 1 Set Concrete Blocks 1 Turbidity Curtains 1 Scale 1 Set Pumps 1 SP 2010 Mud Cat Dredge (Diesel), 30,OOOIb terrapure www.terrapureenv.com PRICING SCHEDULE DeMeasure scription Unit of Rate SEE RFP SEE RFP Rate SEE RFP SEE RFP Standby Rate- If Required SEE RFP SEE RFP RESPONSIBILITIES • Operation and maintenance of the system with the X highest safety measures. Supply Electrician X Supply the required energy (Electric) X Spill Mitigation &Turbidity Management X Manage/supply/maintain fittings/disconnects/piping X Loading Pad (Steel plate and anchor blocks for solids) X Slurry transfer and management of feed stock X Access to landline phone X Access to WiFi X Supply equipment to unload and install equipment X (crane, loader, zoom-boom) Water for polymer (Surface Water Lagoon 7) X Stage area and unrestricted access to site X Fuel for onsite equipment delivered daily X Auxiliary supplies (lighting, bathrooms, lunch room, X lodging, lunch meals etc) Essential Process Equipment Spare parts X Analysis and reporting X terrap.jr(�-- www.terrapureenv.com ADDITIONAL INFORMATION 1 . The project will be scheduled for a mutually agreeable date between O.N. Stevens Water Treatment Plant and TERRAPURE within the allowed timetable (Notice to proceed) as outlined in the RFP. 2. In the event O.N. Stevens Water Treatment Plant requests TERRAPURE to cease operations or the process is stopped for a scope change, standby rates will apply. 3. TERRAPURE will maintain all necessary spare parts on site to ensure minimum down time. 4. In the event TERRAPURE is required to cease operations due to severe weather, standby rates will apply. 5. O.N. Stevens Water Treatment Plant is not responsible for any delays caused by TERRAPURE, should they occur. 6. Any change to the scope or additional requirements (including training)that are not specifically mentioned in this proposal may result in additional charges and must be discussed and agreed upon in advance by both parties designated site representatives. 7. The pricing above does not include taxes. 8. This quote expires 90 days from the date of issue. terrapure www.terrapureenv.com STANDARD TERMS AND CONDITIONS - SERVICES The standard terms and conditions ("T&Cs") set forth herein apply to the attached quotation or document regarding Services (defined below) for O.N. Stevens Water Treatment Plant. ("Customer") by Revolution Environmental Solutions LP ("Terrapure") which Services will be subject to these T&Cs and togetherwith the attached quotation or document constitute a formal agreement(the"Agreement") between the parties. 'i. Services Provided Terrapure will provide Customerwith the services set out on the attached quotation ordocument or as otherwise agreed to by the parties ("Services"). Industrial Waste If the Services include the handling of Customer's non-hazardous solid waste and/or hazardous waste (collectively, "Industrial Waste"), Customer will provide Terrapure with a generator's Waste Profile Sheet ("WPS") describing the Industrial Waste and provide a representative sample of such Industrial Waste on request. Customer represents and warrants that all Industrial Waste delivered by Customer to Terrapure shall be in accordance with the waste descriptions given in the WPS and shall not be or contain any Non-conforming Waste. "Non-conforming Waste" means: (a) waste not properly identified, marked, labeled, contained or accompanied by appropriate documents; (b) waste that is not in conformance with the description of the WPS orthe parameters ofTerrapure's Waste Process Codes upon which the quotation is based and as such (i) increases the nature or extent of the hazard and risk undertaken by the facility providing Services for the waste, or (ii) necessitates materially more specialized handling than that contemplated if the waste had been"conforming", or(iii) requires services forwhich the designated disposal facility is not permitted to provide; (c) waste that is or contains any infectious waste, radioactive, volatile, explosive, biomedical, biohazardous material, regulated medical or hazardous waste or toxic substances, as defined pursuant to or listed or regulated under applicable federal, provincial or local law, except as stated on the WPS; or (d) waste that is prohibited from being received, managed or disposed of at the designated disposal facility by federal, provincial or local law, regulation, rule, code, ordinance, order, permit or permit condition. Acceptance of Waste, Title and Risk Title to, liability for, risk of loss and all other incidents of ownership of waste shall pass from Customer to Terrapure in accordance with the laws of the jurisdiction in which such transfer is made and where the laws of such jurisdiction are silent, at the time shown below. A waste is accepted at a Terrapure facility only when it has been approved through Terrapure's QA/QC process and upon completion of the applicable manifest or bill of lading and completely off-loaded into a Terrapure treatment process or bulk storage area unless it is Non-conforming Waste. If a waste is Non-conforming Waste, title to, liability for, risk of loss and all other incidents of ownership shall be deemed never to have passed to Terrapure. Inspection and Rejection of Waste Title to, liability for, risk of loss and all other incidents of ownership of Non-conforming Waste shall remain with Customer at all times. Terrapure shall have the right to inspect, analyze or test any waste delivered by Customer. If Customer's waste is Non-conforming Waste, Terrapure can, at its option, reject such Non-conforming Waste and return it to Customer or require Customer to remove and dispose of the Non-conforming Waste at Customer's expense. Customer shall indemnify, hold harmless and pay or terrapure www.terrapureenv.com reimburse Terrapure for any and all costs, damages, liability and fines incurred as a result of, or directly or indirectly relating to, Customer's tender or delivery of Non-conforming Waste, including, but not limited to, costs of inspection, testing, analysis, transportation and disposal. If Terrapure elects to handle, rather than reject, Non-conforming Waste, Terrapure shall have the right to manage the same in the manner deemed most appropriate by Terrapure given the characteristics of the Non-conforming Waste. Terrapure may assess, and Customer shall pay, additional costs and fees associated with delivery of Non-conforming Waste, including, but not limited to, special handling or disposal charges and costs associated with different qualities or quantities of waste, different delivery dates, modifications in operations, specialized equipment and other operational, environmental, health, safety or regulatory requirements. Entry to Terrapure Premises When Customer transports waste to a Terrapure facility, Customer and its subcontractors are permitted to enter a Terrapure site for the sole purpose of off-loading waste at an area designated, and in the manner directed, by Terrapure. Customer shall, and shall ensure that its subcontractors, comply with all rules and regulations, as amended, of the facility. Terrapure may reject waste, deny Customer or its subcontractors entry to its site and/or terminate the Agreement in the event of Customer's or its subcontractors'failure to follow any such rules or regulations. Representations and Warranties Customer represents and warrants that it will and will ensure that its subcontractors comply with all applicable laws, ordinances, rules, regulations, orders, permits or other legal requirements applicable to the waste. Terrapure represents and warrants that Terrapure will manage the waste in a safe and workmanlike manner in full compliance with all valid and applicable laws, ordinances, orders, rules, regulations and permits or other legal requirements applicable to the waste. Except as provided herein, Terrapure makes no other warranties and hereby disclaims any other warranty, whether implied or statutory. . Charges and Payments Customer shall pay the rates set forth in the attached quotation or document. The rates may be adjusted by Terrapure to account for: (a) any increase in or to recoup all or any portion of, treatment or disposal,fuel, or environmental compliance costs; (b)any change in the composition of the Industrial Waste or as set forth in Section 4; and (c) increased costs due to uncontrollable circumstances, including, without limitation, changes in local, provincial or federal laws or regulations, imposition of taxes, fees or surcharges and acts of God such as floods, fires, etc. Customer shall pay all invoices in full within 30 days from the date of each invoice. Customer will pay interest on any overdue balance at the rate of 2% per month (24% per annum). Customer shall be liable for all taxes, including but not limited to GST, provincial sales taxes, levies, duties and other charges, imposed upon the handling of Customer's waste and the Services by federal, provincial or local laws, regulations, ordinances, permits or any other applicable authority. Customer may, in good faith,dispute the correctness of any invoice, or any adjustment to an invoice related to the Services or adjust any invoice for any arithmetic or computational error, within twelve (12) months of the date of the invoice or adjustment. Any dispute with respect to an invoice is waived unless Terrapure receives notice under this Section within twelve (12) months after the date of the invoice or any specific adjustment to the invoice is made. In the event an invoice or portion thereof, or any other claim or terrapure www.terrapureenv.com adjustment arising hereunder, is disputed, payment of the undisputed portion of the invoice shall be required to be made when due, with notice of the objection given to Terrapure. Any invoice dispute or invoice adjustment shall be in writing and shall state the basis for the dispute or adjustment. Payment of the disputed amount shall not be required until the dispute is resolved. Upon resolution of the dispute, any required payment shall be made within two business days of such resolution along with interest accrued at 2% per month (24% per annum) from and including the due date to but excluding the date paid. Q. Equipment Any equipment Terrapure furnishes to Customer will at all times remain Terrapure property. Customerwill be responsible for any loss or damage resulting from Customer's handling of such equipment, except for normal wear and tear. Customer will not overload by weight or volume, move or alter the equipment and will take reasonable precautions to prevent others from doing the same. Customer will use the equipment only for its intended purpose. On the equipment return date, Customer will provide unobstructed access to the equipment or, if applicable,deliver the equipment to Terrapure. If the equipment is inaccessible or not returned on time, as applicable, or overloaded by weight or volume, Customer's Service will be subject to an additional charge. Customer must at all times keep such equipment free of all liens and encumbrances. i u. Indemnification Customer agrees to indemnify, defend and save Terrapure, its affiliates and their directors, officers, employees and contractors harmless from and against any and all liability (including reasonable lawyer's fees) which Terrapure may be responsible for or pay out as a result of bodily injuries (including death), property damage, or any violation of law to the extent caused by: (a) Customer's or its affiliates' breach of the Agreement; or (b) any negligent act, negligent omission or willful misconduct of Customer, its affiliates or their employees or contractors. Terrapure agrees to indemnify, defend and save Customer, its affiliates and their directors, officers, employees and contractors harmless from and against any and all liability (including reasonable lawyer's fees) which Customer may be responsible for or pay out as a result of bodily injuries (including death), property damage, or any violation of law to the extent caused by: (a) Terrapure's or its affiliates' breach of the Agreement; or (b) any negligent act, negligent omission or willful misconduct of Terrapure, its affiliates or their employees or contractors, which occurs during the performance of the Services; provided that Terrapure's indemnification obligations will not apply to the treatment or disposal of Customer's waste in a facility not owned or operated by Terrapure or an affiliate of Terrapure, or for occurrences involving Non- conforming Waste. Neither party shall be liable to the other for consequential, incidental or punitive damages arising out of the performance of the Agreement. 11. Terminatioii Either party may terminate the Agreement upon providing thirty(30)days written notice to the other party. Notwithstanding the above termination, the Agreement shall remain in full force and effect, in accordance with its terms, with respect to any incomplete Service until such Service is completed. Either party may terminate the Agreement immediately if the other party becomes insolvent, files a petition in bankruptcy or makes any assignment for the benefit of its creditors and Customer shall pay for all Services completed prior to such termination. terrapure www.terrapureenv.com Except for the obligation to make payments hereunder, neither party shall be in default for its failure to perform or delay in performance caused by events beyond its reasonable control, including, but not limited to, labor disputes, strikes, riots, imposition of laws or governmental orders, fires or acts of God, and the affected party shall be excused from performance during the occurrence of such events. 13. Confidentiality Each party agrees to keep, and shall ensure that their employees, contractors, agents and representatives keep, confidential and not disclose to any third party, without the written consent of the disclosing party, during the term of the Agreement, all information provided to the receiving party or developed by a party while performing the Services. All such information shall remain the property of the party who disseminated the confidential information. The obligations of confidentiality set forth herein shall not apply to any information that (i) is publicly available as of the date of the Agreement, (ii) becomes publicly available through no fault of the receiving party or its employees, (iii) is already lawfully known to the receiving party at the time of receipt, (iv) is available to the receiving party from a third party who to the receiving party's knowledge is not under an obligation of confidence with respect to such information or(v) is required to be disclosed by a government or regulatory agency, court order or law. Assignment and Subcontracting This Agreement shall be binding on and shall inure to the benefit of the parties and their respective permitted successors and assigns. Customer may not assign all or any part of the Agreement, without the prior written approval of Terrapure. The Services may be performed by Terrapure or any affiliate and Terrapure may subcontract all or any part of the Services in its sole discretion. terrapure www.terrapureenv.com Miscellaneous Subject to Section 8, if Customer fails to pay Terrapure amounts due for Services, Terrapure will be entitled to collect all reasonable collection costs or expenses, including reasonable lawyer's fees, court costs or handling fees for returned checks from Customer. This Agreement represents the entire understanding and agreement between the parties relating to the Services and supersedes any and all agreements, purchase or work orders, bids or proposals,whether written or oral, between the parties regarding the same. The Services shall be governed by the laws of the province where the Services are performed. The validity, interpretation and performance of the Agreement shall be governed by and construed in accordance with laws of the Province of Alberta without reference to conflict of laws principles. The parties hereby attorn to the exclusive jurisdiction of the courts of the Province of Alberta. If any provision of the Agreement is declared invalid or unenforceable by a court of competent jurisdiction, then such provision shall be deemed severable from and shall not affect the remainder of the Agreement, which shall remain in full force and effect. Customer's payment obligations for Services and the representations and warranties and indemnification obligations made by each party shall survive termination of these T&Cs and the Agreement. The parties have expressly required that this document and all agreements, documents and notices relating to this document be drafted in the English language. Les parties ont expressement exige que ce document et tous les autres contrats,documents et avis qui y sont afferents soient rediges en Iangue anglaise. O.N. Stevens Water Treatment Plant Approval: Name: Signature: Date: IPO#: Reference Environmental Solutions (US) Ltd.: TP-TX-2019-08-77.0 terrapure www.terrapureenv.com Liberty Interchange Corporate Center 450 Plymouth Road,Suite 400 Mutual, Plymouth Meeting, PA.19462-1644 Ph.(610)832-8240 BID BOND Bond Number: BDTO-100029-019-62 KNOW ALL.MEN BY THESE PRESENTS,that we Environmental Solutions(US)Ltd. as principal(the"Principal"), and LIBERTY MUTUAL INSURANCE COMPANY, a Massachusetts stock insurance company, as surety (the "Surety"), are held and firmly bound unto City of Corpus Christi,Texas as obligee (the"Obligee"), in the penal sum of Five Percent of Tender Price Dollars(5%of Tender Price ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for: ONS WTP Dredging of Lagoons 5 and 6-Project No. 19052A NOW, THEREFORE, if the Obligee shall accept the bid of the Principal within the period specified therein, or, if no period be specified,within sixty(60)days after opening, and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference in money not to exceed the penal sum hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void;otherwise to remain in full force and effect. In no event shall the liability hereunder exceed the penal sum thereof. PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT, that any claim by Obligee under this bond must be submitted in writing by registered mail, to the attention of the Surety Law Department at the address above, within 120 days of the date of this bond. Any suit under this bond must be instituted before the expiration of one (1)year from the date of this bond. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall apply. DATED as of this 6th day of August 2019 WITNESS/ATTEST Environmental Solutions(US)Ltd. (Principa `� L /`t (/) By: (Seal) awn rig V)t ej n p-C- Na `Co ckz "-0-3+e Title: LIBER MUTU SURA NCI= COMPANY Surely) By: (Seal) aria a ma torney-in-Fact LMIC-5000 Rev.03104 This Power of Attorney limits the acts of those named herein,and they have no authority to hind the Company except in the manner and to the extent herein stated, Liberty Liberty Mutual Insurance Company Certificate No: 8200896-986158 International Underwriters. POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That Liberty Mutual Insurance Company("the Company")a corporation duly organized under the laws of the State of Massachusetts, USA, pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Pattiuk W.Baker,Steven Gava,Lisa Gierl,Hashi Hashi,Stan Kolodzicjski, Barry Nonnet,Sarita Pannar,Jacqueline Redford,JeffSarinko,Shane Sinclair,Patricia Woloszyn all of the city of Toronto ,state/provincellerritory of Ontario each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Company as if they have been duly signed by the president and attested by the secretary of the Company in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed [hereto[his 10th day of April 2019 Pv W sUgq Liberty Mutual Insurance Company hJ 1,&P0lx91�(1 1912 L/�7 .O clj 44 U) * h y: aa) David M.Carey,Assistant Secretary N to State of PENNSYLVANIA County of MONTGOMERY ss On[his 101h day of April 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance c° mCompany,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the Company by himself as a duly o o z; authorized officer. — � > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. � — 7 5P PAS 7 C of�1ehoNw£�TF{ COMMONWEALTH OF PENNSYLVANIA (2) co d Q Notarial Seal Q _ OF Teresa Pastella,Notary Pu6rle � O Upper MerionTwp.,Montgomery County By: q C �P M Commission Expires March 28,202 1 0 8,2021o 41) 1-14 PtllNotary Public C 03 PMember,Pennsylvania Associatlon ofNularies Ly E O fU 0 ami This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of Liberty Mutual Insurance Company,which resolutions are naw in ao _ cn Qy full force and effect reading as follows: �6 C) ARTICLE IV-OFFICERS:Section 12.Power of Attorney. O cu EAny officer or other official of the Corporation authorized for(hat purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the,4� o Co President may prescribe,shall appoint such altomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety -a >, any and all undertakings,bonds,recognizances and other surety obligations.Such altomeys-in-fact,subject to the limitations set forth in(heir respective powers of attorney,shall 7 0 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such (V > ;v instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the E CN Zprovisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. 0 03 ARTICLE Xllf-Execution of Contracts:Section 5,Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in wdling by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, 0 m shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, F- bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of[he Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such atlomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of tho Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have herounlo set my hand and affixed the seals of said Company this 6 day of August , 2([19 . ,_t SU �OORP 0 �yC(41 � 1912 Gy�. Y 9S, fiy yam' By: ,I CBUIS, Renee C.Llewellyn,Assistant Secretary LIU-16791 LMIC 012019 19052A O.N.S.WTP Dredging of Lagoons 5 and 6 Report Created On:8/16/19 8:19:38 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE 19052AAddendum No. 1 08/14/2019 18:54:36 PM 19052A O.N.S.WTP Dredging of Lagoons 5 and 6 Report Created On:8/16/19 8:19:38 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Bid Docs 19052A Specifications 7/29/19 11:18:47 AM Plans 19052A Plans 7/29/19 11:19:00 AM Addenda 19052A Addendum No. 1 8/12/19 8:19:07 AM Other 19052A BiddersWorksheet 7/29/19 11:19:00 AM 00 52 23 AGREEMENT This Agreement,for the Project awarded on Tuesday, September 24, 2019, is between the City of Corpus Christi (Owner) and Environmental Solutions(US) Ltd dba Terrapure Environmental (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: ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, Inc. 801 Navigation Blvd., Suite 300 Corpus Christi,Texas, 78408 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP—Assistant Director of Construction City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg#5 Corpus Christi,Texas 78413 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 150 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 180 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. Agreement 005223- 1 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 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. Total Base Bid Price $ 1,799,550.00 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. Agreement 005223- 2 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 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 the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. 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 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. Agreement 005223-3 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 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. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES 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. Agreement 005223-5 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 ATTEST CITY OF CORPUS CHRISTI /�� Digaanly si— by Rebe, C4If Kim Baker Digitally signed by Kim Baker 'Illlli�l/` DN.c=Rebecca Huena,o=Ci7 of Corpus CM1r¢ti,ou=Cay DN.cn=Kim Baker.o=City of Corpus Christi.ou=Contracts and Se -,,..email=rebeccaM1@cclezas.com,-US Procurement Departmentemail=kim1b2@cctexas.com.c=US "'///lll%%ttv//rll' Ill✓✓✓ Dale.2019.11.05 16 46 45-06'00' Date.2019.11.0514.25.05-06'00' Rebecca Huerta Kim Baker City Secretary Director of Contracts and Procurement M2019-153 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 09-24-2019 Digitally signed by Kent Mcllyar DN:�n-KentMcdyar,o,ou, m email-kentc@ exas Dm - S R H/A B Digitally signed by RH/AB Date:2019.11.0413:o3:34-o6'00' Date:2019.11.05 14:53:16-06'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Todd �����, ���-,odor o�, Environmental Solutions (US) Ltd dba Terrapure �° °"`Loee Environmental (Seal Below) By: Todd Moserox cm I` Note: Attach copy of authorization to sign if Title: CEO person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 1100 Burloak Drive, Suite 500 Financial Officer Address Burlington, ON 1-71-6132 City State Zip 819-699-0579 Phone Fax mrobert@terrapureenv.com EMail END OF SECTION Agreement 005223-6 ONS WTP Dredging of Lagoons 5 and 6 Project No. 19052A Rev 10/2018 00 6113 PERFORMANCE BOND BOND NO. BDTO-100147-019 Contractor as Principal Name: Environmental Solutions (US) Ltd dba Terrapure Environmental Mailing address (principal place of business): 1100 Burloak Drive, Suite 500 Burlington, ON L7L6B2 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. 19052A ONS WTP Dredging of Lagoons 5 and 6 Award Date of the Contract: September 24, 2019 Contract Price: $1,799,550.00 Bond Date of Bond: September 24, 2019 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Liberty Mutual Insurance Company Mailing address (principal place of business): 175 Berkeley Street, Boston, MA 02116 Physical address (principal place of business): 175 Berkeley Street, Boston, MA 02116 Surety is a corporation organized and existing under the laws of the state of: Massachusetts 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): 416-847-5986 Telephone (for notice of claim): 416-307-4672 Local Agent for Surety Name: Marsh Canada Limited Address: 120 Bremner Boulevard, Suite 800, Toronto, ON M5J 0A8 Canada Telephone: 416-349-4494 Email Address: sarita.parmar@marsh.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond 19052A ONS WTP Dredging of Lagoons 5 and 6 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 Principal Environmental Solutions(lt6,'rcrrapurcEnvironmental Signature: Surety Liberty Mu alInsurv!;c(ampany Signature: Amb, Name: Sarita '1: rmar Name: 1 M clse c- Title: Title: Attorney -in -Fact CE J { p p h -f Email Address: cse r-Q.4.e. Erci_kaLta-cerw. Email Address: sarita.parmar@marsh.com (Attach Power of Attorney and place surety seal below) c P r ,i yr - . - `rt.;rtr1lt!tl .• . END OF SECTION Performance Bond 19052A ONS WTP Dredging of Lagoons 5 and 6 006113-2 7-8-2014 Liberty Mutual SURETY 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. Liberty Mutual Insurance Company Certificate No: 8201678 - 986158 POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company ("the Company") a corporation duly organized under the laws of the State of Massachusetts, USA, pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Patrick W. Baker, Steven Gaya, Lisa Gierl, Hashi Hashi, Rajdeep Kahlon, Barry Nonnet, Sarita Pannar, Jacqueline Redford, JctTSanmko, Shane Sinclair, Patricia Wolosryn all of the city of Toronto , state/province/territory of Ontario each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Company as if they have been duly signed by the president and attested by the secretary of the Company in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 28111 day of July , 2019 . Liberty Mutual Insurance Company �yr•P `" -f By: David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY ss On this 28th day of July 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the Company by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella. Notary Public Upper Merlon Twp., Montgomery County My Commission Expires March 28, 2021 Member, Pennsylvania Association of Notaries By: itatu eresa Pastella, Notary Public This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of Liberty Mutual Insurance Company, which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICERS: Section 12. Power of Attomey. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Uewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Company this day of Jr/�T , LMS -16791 LMIC 102018 . 1 � • .By: Renee C. Llewellyn, Assistant Secretary 00 6116 PAYMENT BOND BOND NO. BDTO-100147-019 Contractor as Principal Name: Environmental Solutions (US) Ltd dba Terrapure Environmental Mailing address (principal place of business): 1100 Burloak Drive, Suite 500 Burlington, ON L7L6B2 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. 19052A ONS WTP Dredging of Lagoons 5 and 6 Award Date of the Contract: September 24, 2019 Contract Price: $1,799,550.00 Bond Date of Bond: September 24, 2019 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Liberty Mutual Insurance Company Mailing address (principal place of business): 175 Berkeley Street, Boston, MA 02116 Physical address (principal place of business): 175 Berkeley Street, Boston, MA 02116 Surety is a corporation organized and existing under the laws of the state of: Massachusetts 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): 416-847-5986 Telephone (for notice of claim): 416-307-4672 Local Agent for Surety Name: Marsh Canada Limited Address: 120 Bremner Boulevard, Suite 800, Toronto, ON M5J 0A8 Canada Telephone: 416-349-4494 Email Address: sarita.parmar@marsh.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form 19052A ONS WTP Dredging of Lagoons 5 and 6 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Princi al Environmental s 1 dba Terrapnrc Environmental Signature: Surety Liberty NI a Insu., nce _:ompany Signatur-. 4 Name: -1--a3K M,nc, p Name: Sar Parmar Title: SfjRcScri.R. j* Title: Attorney -in -Fact Email Address: Ad • _ 7y. , _ • Email Address: sarita.parmar@marsh.com C__Or►-N (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 19052A ONS WTP Dredging of Lagoons 5 and 6 006116-2 7-8-2014 • • I - 1 • Liberty Mutual SURETY 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. Liberty Mutual Insurance Company Certificate No: 8201678 -986158 POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company ("the Company") a corporation duly organized under the laws of the State of Massachusetts, USA, pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Patrick W. Baker, Steven Gava, Lisa Gierl, I-lashi Hashi, Rajdeep Kahlon, Barry Normet, Sarita Pannar, Jacqueline Redford, Jeff Saranko, Shane Sinclair, Patricia Woloszyn all of the city of Toronto , state/province/territory of Ontario each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Company as if they have been duly signed by the president and attested by the secretary of the Company in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 28th day of July , 2019 . By: Liberty Mutual Insurance Company David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY ss On this 28th day of July 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the Company by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. P As COMMONWEALTH OF PENNSYLVANIA Notanal Seal Teresa Pastella. Notary Public Upper Menon Twp.. Montgomery County My Commission Expires March 28.2021 Member. Pennsytoania Association or Notanes By: 1/1444‘d ares, Notary Public Lta,„ This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of Liberty Mutual Insurance Company, which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys•in-fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company,. Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. --- IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Company this /---r day of LMS -16791 LMIC_102018 • r. • By: C.�* ^ 7� Renee C. Llewellyn, Assistant Secretary rA rA e) u) .a c co C O �w >E C 0. O O _ r7 4-13 C 0(a O i) O 0, o C .> .n >o N co 'coC o0 U 0 )14 - MARSH Certificate of Insurance No.: EV -2018 -1504 -REV -2 Dated: October 15, 2019 This document supersedes any certificate previously issued under this number This is to certify that the Policy(ies) of insurance listed below ("Policy" or "Policies") have been issued to the Named Insured identified below for the policy period(s) indicated. This certificate is issued as a matter of information only and confers no rights upon the Certificate Holder named below other than those provided by the Policy(ies). Notwithstanding any requirement, term, or condition of any contract or any other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the Policy(ies) is subject to all the terms, conditions, and exclusions of such Policy(ies). This certificate does not amend, extend, or alter the coverage afforded by the Policy(ies). Limits shown are intended to address contractual obligations of the Named Insured. Limits may have been reduced since Policy effective date(s) as a result of a claim or claims. Certificate Holder: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, TX 78469 Attn.: Engineering Services Named Insured and Address: Environmental Solutions (US) Ltd. 1100 Burloak Dr. Suite 500 Burlington, ON L7L 6B2 This certificate is issued regarding: Evidence Of Insurance Type(s) of Insurance Insurer(s) Policy Number(s) Effective/ Expiry Dates Sums Insured Or Limits of Liability COMMERCIAL GENERAL LIABILITY • Broad Form Property Damage ' • Personal Injury • Advertising Liability • Waiver of subrogation (only when required by contract) • Blanket Contractual Liability • Employer's Liability • Products/ Completed Operations Aggregate • XCU Hazards are not excluded on the policy AXIS Reinsurance Co. (Canadian Branch) CTP/637723/01/2019 May 01, 2019 to May 01, 2020 Per Occurrence CDN 1,000,000 Annual Aggregate CDN 1,000,000 Products and Completed Operations p General Aggregate CDN 5,000,000 UMBRELLA • Excess of the Commercial General Liability Policy • Waiver of subrogation (only when required by contract) AXIS Reinsurance Co. (Canadian Branch) CTX/637724/01/2019 May 01, 2019 to May 01. 2020 Per Occurrence USD 1,000,000 Products & Completed Operations Aggregate USD 1,000,000 Aggregate USD 1,000,000 Other AUTOMOBILE • All vehicles owned by, registered in the name of and/or leased by the Insured. Zurich Insurance Company Ltd AF 9806967 May 01, 2019 to May 01, 2020 Bodily Injury and Property Damage, Any One Occurrence CDN 1,000,000 POLLUTION LEGAL LIABILITY • Waiver of subrogation (only when required by contract) Berkley Insurance Company BC 03442-1801 May 01, 2018 to.CDN May 01. 2021 Limt of Liability 1,000,000 Per Occurrence Aggregate CDN 1,000,000 Self Insured Retention CDN 100.000 PROPERTY ALL RISKS • Waiver of Subrogation (only when required by written contract) AIG Insurance Company of Canada (Lead) and other participating insurers MMCC150294 May 01, 2019 to May 01. 2020 Any One Occurrence CDN 1,000,000 Combined Single Limit Property Damage / Business Intemrption Transit Physical Damges Only (per conveyance including loading and unloading) CDN 2,000.000 Deductible CDN 100,000 Any One Occurrence in respect of Transit Deductible CDN 250,000 Any One Occurrence in respect of mobile equipment used in the Insured's on-site / drill site operations, filtration equipment rented to third parties and dredge units Deductible CDN 1,000,000 Any One Occurrence, other deductibles may apply per policy terns and conditions Additional Information: The following is added as Additional Insured to the Commercial General Liability policy, Automobile policy and Pollution Legal Liability Policy, but only with regards to liability arising out of the operations of the Named Insured: City of Corpus Christi, Texas. A Waiver of Subrogation has been added in favour of City of Corpus Christi, Texas under the above -captioned Automobile policy. Notice of Cancellation applies to Commercial General Liability and Automobile. Notice of cancellation: Should any of the policies described herein be cancelled before the expiration date thereof, the insurer(s) affording coverage will endeavour to mail 30 days written notice to the certificate holder named herein, but failure to mail such notice shall impose no obligation or liability of any kind upon the insurer(s) affording coverage, their agents or representatives, or the issuer of this certificate. MARSH Certificate of Insurance No.: EV -2018 -1504 -REV -2 Dated: October 15, 2019 This document supersedes any certificate previously issued under this number Marsh Canada Limited 120 Bremner Boulevard Suite 800 Toronto, ON M5J 0A8 Telephone: 1-844-990-2378 Fax: - certificaterequestscanada@marsh.com By: Marsh Canada Limited Scott Withers Page 2 of 2 ACCM' CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTE OF INFORMATION ONLY AND CONFERS 140 RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGEAFFORDID 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(les) 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 endorsoment(s). PRODUCER The Insurance Store 5440 Everhart Rd Suite 9 Corpus Christi, TX 78411 INSURED CONTACT NAME: PHONE (361)992-6477 INC. No. Esti: E-MAIL ADDRESS: IDATE (MMIDDIYYYY) 11/01/2019 theinsurancestorecc@gmaiLcom INSURER(8) AFFORDING COVERAGE IiAX s C,No): (361) 9924010 INSURER A: HNC COVERAGES ESR LTR Environmental Solutions Limited 320 WoodWard Ave Kenmore, NY 14217 INSURER B : INSURER C : INSURERO: Texas Mutual 29939 INSURER E : INSURER F : CERTIFICATE NUMBER: THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD REVISION NUMBER 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. F.XCLUSIONS AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE COMMERCIAL DENERAL LIABILITY jCLAIMS -MADE OCCUR ADDL INSO `SUER POLICY NUMBER GEN'L AGGREGATE LIMIT APPLIES PER R POLICY JRO- PRO• LOC OTHER AUTOMOBILE LIABILITY ANY AUTO ONNED AUTOS ONLY HIRED AUTOS ONLY POLICY EFF (MMIDDIYYYY) POLICY EXP (MMIDD/YYYY) EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea ocastoneal LIMITS f f MED EXP(Anyone ANScra PERSONAL & ADV INJURY GENERAL AGGREGATE S PRODUCTS •COMP/OP AGG SCHEDULED AUTOS NON -OWNED AUTOS ONLY 1_1 UMBRELLALtAB OCCUR EXCESS LtAB CUW1S D DED 1 RETENTION 5 COMBINED SINGLE UNIT (Ea occident) BOOZY INJURY (Pa mum ocGde BDOILY INJURY (Ps/ ntl PROPERTY DAMAGE (Per eecWent MADE W ORNERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE `OFFLCERRJEMBER EXCLUDED/ (MsndatoryIn NH) qrs.descrtbs Indo DESCRIPTION OF OPERATIONS beim EACH OCCURRENCE S AGGREGATE S YIN E NIA X 004276830 11/1/2019 11/1/2020 x S PER DTH. STATUTE I I ER E.L EACH ACCIDENT $ 1,000,000 EL DISEASE . EA EMPLOYEE s 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (AC ORD 101, Addltlonal Rsnwks 8cfuduIs. maybe MOM/4 ff mote space Is /squired) ONS WTP Dredging of Lagoons 5 and 6 Project number is : 19052A 13101 Leopard St Waiver of Subrogation is included in favor of City of Corpus Christi If policy is cancelled before expiration date a 30 day notice will be sent out to Certificate Holder E.L DISEASE . POUCY UNIT f 1,000,000 CERTIFICATE HOLDER CANCELLATION City of Corpus Christi 1201 Leopard St Corpus Christi TX 78401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REP TATIVE 1-201 ACORD 26 (2016/03) Tho ACORDname and logo aro registered marks of ACORD CORD C RATION. AH rights reserved. Commercial General Liability Policy Policy Number: CTP136772310112019 ENDORSEMENT NO. 1 Additional Insured(s) - Blanket Where Required by Written Contract Issued to: Issued by: Producer: Effective Date: Terrapure Environmental Ltd. AXIS Reinsurance Company (Canadian Branch) Marsh Canada Limited - Toronto May 1, 2019 Coverage under this policy is amended to include as additional "insured(s)" the person(s) or organization(s) shown below, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf in the performance of your ongoing operations or in connection with premises owned by or rented to you. WHERE REQUIRED BY WRITTEN CONTRACT All other terms and conditions remain unchanged. 0-14-07 June 28, 2019 Authorized Representative Date COLO709 AXIS Rclnsuranco Company (Canadian Branch) 1 of 1 (02110) Commercial General Liability Policy Policy Number. CTP163772310112019 8. Premium Computation The Deposit Premium stated in Item 5 of the Declarations is based on estimated exposure. When this policy expires or if it is cancelled, we will compute the earned premium based on actual exposure and based on the Adjustment Rate(s) shown in Item 6. of the, Declarations. If the earned premium exceeds the Deposit Premium, you must immediately pay the additional premium to us. If the earned premium is less than the Deposit Premium, we may return the unearned portion of the Deposit Premium to you, subject to the Minimum Retained Premium and Minimum Premium (Policy Period) stated in Item 5 of the Declarations. 9. Separation of Insureds Except with respect to the Limits of Liability and any rights or duties specifically assigned to the first Named Insured, this insurance applies: a. as if each Insured" were the only "insured"; and b. separately to each `"insured" against whom claim is made or "suit" is brought. 10. Titles The titles of the various sections, subsections and Endorsements, if any, of this policy are intended solely for ease of reference and do not in any way limit, expand or otherwise affect the provisions to which they relate. 11. Transfer of Rights and Duties Your rights and duties under this policy may not be transferred, except by an endorsement to this policy issued by us. If you die or are legally declared bankrupt, then your rights and duties will be transferred to your legal representative, but only while he or she acts within the scope of duties as your legal representative. Until your legal representative is appointed, anyone with temporary custody of your property will have your rights and duties, but only with respect to that property. 12. Transfer of Rights of Recovery Against Others to Us If the "insured" has rights to recover all or part of any payment we have made under this policy, those rights are transferred to us. The "insured" must do nothing after `loss" to impair them. At our request, the "insured" will bring "suit" or transfer those rights to us and help us enforce them. Any amount recovered will be apportioned in the inverse order of payment of `loss" to the extent of actual payment. The expenses of all such recovery proceedings will be apportioned in the ratio of respective recoveries. If you waive any right of recovery against a specific person or organization for damages as required under an `insured contract", we will also waive any such rights we may have against such person or organization provided that the "bodily injury" or "property damage" occurs subsequent to the execution of the `"insured contract". 13. When Loss is Payable When the amount of damages is determined by an agreed settlement or on a final judgment against an "insured" obtained after an actual trial, we will promptly pay on behalf of the "insured" the amount of damages covered under the terms of this policy. CGL0409 AXIS Reinsurance Company (Canadian Branch) 24 of 26 (02110) Includes copyaghted material of Insurance Services Office. Inc. with as permission dehumidifying, air conditioning, heating or converting power, including their connection and supply transmission lines and pipes situated on the described "premises." . (m) Building Damage This Policy is extended to cover damage to that part of any building occupied by the Insured as tenant directly resulting from theft or any attempt thereat, provided the Insured is liable for such damage, but the Insurer's combined liability shall not exceed the amount of insurance under this policy for the "premises" at which such loss or damage occurs. 13. PERMISSION Permission is hereby granted: (a) For further concurrent insurance, whether prior, coincident, or subsequent. (b) For such use of the premises as is usual, necessary, convenient or incidental to the business of the Insured and to keep and use all articles, materials, equipment and supplies, including gasoline and such other materials as are prohibited by the printed conditions of the Policy, for such purposes and in such quantities as are usual, necessary, convenient or incidental to the business of the Insured. (c) To cease operations in, and for any individual buildings to remain vacant or unoccupied without limit of time but the entire plant at each location not to cease operations or to be vacant or unoccupied for a period exceeding ninety (90) days at any one time, except that, if any part of the property insured hereunder is seasonal and/or self-sufficient in operation, permission is granted for vacancy or unoccupancy as is usual to the operation of the property. (d) To allow the Kitscotty Facility to remain vacant or unoccupied without limit of time. (e) To make changes, alterations, assemblies, installation, repairs and additions, erect new structures, all without limit of time. The insurance on the property covered under this Policy is hereby extended to said changes, alterations, repairs and additions, and new structures, subject to all the terms and conditions of this Policy. No reporting is required unless the values added thereby at any one location exceed the limits stated in Section 1, Clause 3 for newly acquired property and course of construction. (f) For existing and increased hazards and/or for any change in occupancy or use of the premises, provided that the Named Insured shall notify the Insurer within 90 days of any such increase or change. (g) To ship under release and/or limited bills of lading and/or shipping receipts. 14. BREACH OF CONDITIONS Where a loss occurs and there has been a breach of condition relating to a matter before the happening of the loss, which breach would otherwise disentitle the Insured from recovery under this Policy, the breach shall not disentitle the Insured from recovery if the Insured establishes that the loss was not caused or contributed to by the breach of condition or if the breach of condition occurred in any portion of the premises over which the Insured has no control. 15. NO CONTROL This Part shall not be affected by the failure of the Insured to comply with any of the warranties or conditions appearing herein or endorsed hereon applicable to any portion of the property insured over which the Insured has no control, or the acts of others over which the Insured has no control. 16. REINSTATEMENT Any loss hereunder shall not reduce the amount of insurance, except with respect to any aggregate limits stated to apply in the Declarations or in any endorsement. 17. SUBROGATION The Insurer, upon making any payment or assuming liability therefore under this Part, shall be subrogated to all rights of recovery of the Insured against others and may bring action in the name of the Insured to enforce such upeostaci teo core kociak yep rlp es+aa ke rioomunts • o«vevd&Oon toasaure120t911t patsy a eneonaeneett20t9 gag property wordzrq • emended by so b mem 2018 does 22 rights. The Insurer shall have no right of subrogation against any Insured (or any parent, subsidiary, affiliated or allied company of any tier of an Insured), nor against any person or entity in respect of which the Insured has assumed liability under contract or agreement. Notwithstanding the foregoing, all rights of subrogation are hereby waived against any corporation, firm, individual, or other interest with respect to which insurance is provided by this Part. Where the net amount recovered, after deducting the costs of recovery, is not sufficient to provide a complete indemnity for the loss or damage suffered, that amount shall be divided between the Insurer and the Insured in the proportion in which the loss or damage has been borne by them respectively. Any release from liability entered into by the Insured prior to loss shall not affect the right of the Insured to recover. 18. VERIFICATION OF VALUES The Insurer or its duly appointed representative shall be permitted at all reasonable times during the term of this Policy, or within a year after termination or expiration, to inspect the property insured and to examine the Insured's books, records and such policies as relate to any property insured hereunder. Such inspection or examination shall not waive or in any manner affect any of the terms or conditions of this Part. 19. VALUATIONS For the purpose of calculating the total value of the property for value reporting and for loss adjustment, the following valuation basis applies: (a) on unfinished stock - the actual cash value of the property at the time any loss occurs, but in no event to exceed what it would cost to repair or replace with material of like kind and quality; (b) on finished stock - the selling price after allowance for discounts; (c) on property of others in the custody or control of the Insured, the amount for which the Insured is liable at the time and place of loss not exceeding the replacement cost value as defined herein, plus allowance for labour and materials expended to such time; (d) on tenant's improvements and records - as described in Paragraphs A (I) and (ii) and B of Section 19 of this form; (e) on all other property insured under this Policy and for which no more specific conditions have been set out - the cost of repairing, replacing or reinstating (whichever is the least) with new material of like kind and quality without deduction for depreciation. The foregoing shall be subject otherwise to all the terms, condition, and limitations of the Policy (including any endorsements thereon) and to the following additional provisions: i) the repair, or replacement must be executed with due diligence and dispatch; ii) until repair, replacement or reinstatement has been effected the amount of liability under this policy in respect to the loss shall be limited to the actual cash value, but the Insurer's liability shall in no event exceed the actual expenditure for repairs, replacement or reinstatement; iii) if repair, replacement or reinstatement with material of like kind and quality is restricted or prohibited by any bylaw, ordinance or law, any increased cost of repair, replacement or reinstatement due thereto shall not be covered by this clause except as provided the By-laws Extension of Coverage; iv) any other insurance effected by or on behalf of the Insured in respect to the perils insured against by this policy on the property to which this clause is applicable shall be upon the identical basis of Replacement Cost as set forth herein; v) failing compliance by the Insured with the obligations imposed by any of the foregoing provisions, this clause shall be null and void and the valuation shall be based on the actual cash value of the property at the time of loss; vi) in the event that new property of like kind and quality is not obtainable, new property which is as similar as possible to that damaged or destroyed and which is capable of performing the same function shall be deemed to be new property of like kind and quality for the purpose of this endorsement but in no event shall this be considered as a betterment to the Insured, apa dpoluo :mmmoraal_ceooenr—casiadsioaraccounts • oehrovdtbon-torvapum$20M111 vacy s X12019 mg property no .smordo4 by app 10 match toted 23 VI. CANCELLATION Cancellation This Policy may be cancelled by the NAMED INSURED, subject to the minimum retained premium as shown on the Declarations, by providing written notice to the Company stating when the cancellation date shall be effective. This Policy may only be cancelled by the Company for non-payment of premium. Cancellation will be subject to not less than fifteen (15) days written notice to the NAMED INSURED. Proof of mailing shall be sufficient proof of notice. The effective date and hour of cancellation stated in the notice shall be the end of the POLICY PERIOD. VH. EXTENDED REPORTING PERIODS Automatic EXTENDED REPORTING PERIOD The NAMED INSURED shall be entitled to an automatic EXTENDED REPORTING PERIOD provided that: 1. the NAMED INSURED has not renewed this Policy or purchased any other insurance to replace this insurance which applies to a CLAIM or POLLUTION CONDITION otherwise covered by this Policy; and 2. the NAMED INSURED has not purchased the optional EXTENDED REPORTING PERIOD; 3. the Policy was not cancelled for non-payment of premium. Following the effective date of such cancellation or non -renewal of the Policy, the NAMED INSURED shall have the right to a period of ninety (90) days in which to provide written notice to the Company of CLAIMS first made against the INSURED or POLLUTION CONDITION DISCOVERED during the POLICY PERIOD. Such a CLAIM made or POLLUTION CONDITION DISCOVERED and reported to the Company within the automatic EXTENDED REPORTING PERIOD will be deemed to have been made and reported on the last day of the POUCY PERIOD, provided that the POLLUTION CONDITION commenced before the end of the POLICY PERIOD and is otherwise covered by this Policy. No part of the automatic EXTENDED REPORTING PERIOD shall apply if the optional EXTENDED REPORTING PERIOD is purchased. Optional EXTENDED REPORTING PERIOD Upon cancellation or non -renewal of the Policy, the NAMED INSURED shall be entitled to an Optional EXTENDED REPORTING PERIOD, provided that the Policy was not cancelled for non-payment of premium. A CLAIM first made against the INSURED and reported to the Company within the optional EXTENDED REPORTING PERIOD will be deemed to have been made and reported on the last day of the POLICY PERIOD, provided that the CLAIM arises from a POLLUTION CONDITION that commenced before the end of the POLICY PERIOD and is otherwise covered by this Policy. The Company shall issue an endorsement providing the optional EXTENDED REPORTING PERIOD of up to thirty- six (36) months from termination of coverage provided that the NAMED INSURED: (a) makes a written request for such endorsement which the Company receives within thirty (30) days after termination of coverage as defined herein; and (b) pays the additional premium when due. If that additional premium is paid when due, the EXTENDED REPORTING PERIOD may not be cancelled, provided that all other terms and conditions of the Policy continue to be met. 1 of 2 BERKLEY INSURANCE COMPANY FSE 01-2018 BERKLEY INSURANCE COMPANY Attached to and forming part of Policy No. BC 03442-1801 This endorsement changes the Policy. Please read it carefully. Endorsement 005: ADDITIONAL INSURED ENDORSEMENT — MANUSCRIPT FIXED SITE ENVIRONMENTAL POLICY the Company agrees with the INSURED as follows: Section VIII. Definitions, INSURED is deleted and replaced with: INSURED means: 1. The NAMED INSURED; 2. The Additional Insured(s) shown on the Table of Additional Insured(s), below, but only if named as defendant(s) in a suit along with the NAMED INSURED; 3. Any past, present or future NAMED INSURED COMPANY in which the NAMED INSURED did or does have a fifty percent (50%) or more ownership interest; or direct/indirect management control; 4. Any company with ownership interest in a COVERED LOCATION and for which the NAMED INSURED has agreed in writing to be responsible for placing pollution insurance and for which cover is not otherwise more specifically provided; 5. All lenders and mortgagees with a loan on any COVERED LOCATION, if required to be named as an INSURED pursuant to a written contract; 6. Any past, present or future member, director, executive officer, partner, or employee of the INSURED while acting within the scope of his or her duties as such. For the purpose of this definition only, NAMED INSURED COMPANY means any entity, including but not limited to any subsidiaries, partnerships (including, joint ventures, co -ventures, general and limited partnerships, concession companies), limited liability companies, and special purpose companies created pursuant to a joint operating agreement between the NAMED INSURED and THE NAMED INSURED COMPANY. Table of Additional Insured(s) Any party, person, entity or Lender which a Named Insured is required by contract or agreement, or prior to a loss agrees, to include under this insurance as an Additional Insured or Additional Named Insured with respect to operations conducted by or for the Named Insured. Nova Scotia Dept of Environment, Environmental Monitoring & Compliance (30 Damascus Road, Bedford, NS B4A 0C1) All other terms and conditions of this Policy remain the same. Name of Insured: Effective Date: Date Issued: REVOLUTION ACQUISITION GP INC. MAY 01, 2018 APR. 30, 2018 1. The statements in the application and supplemental material submitted therewith are accurate and complete; 2. Those statements are based upon representations the INSURED made to the Company; and 3. The Company has issued this Policy in reliance upon the INSURED'S representations. Separation of Insureds Except with respect to the LIMITS OF INSURANCE, any rights or duties specifically assigned in this Policy to the NAMED INSURED, and the provisions in Section II. Exclusions, Knowingly Wrongful Acts, this insurance applies: 1. as if each INSURED were the only INSURED; and 2. separately to each INSURED against whom a CLAIM is made or POLLUTION CONDITION is DISCOVERED, as applicable Sole Agent The NAMED INSURED shown in the Declarations shall act on behalf of, and serve as the sole agent for all INSUREDS with respect to: 1. return or payment of any premiums or retained amounts; 2. issuance of the Policy by the Company; 3. receipt or acceptance of any endorsements; or 4. receiving of any notices from the Company. Subrogation In the event of any payment under this Policy by the Company, the Company shall be subrogated to all of the rights of recovery against any person or organization, and the INSURED shall execute and deliver instruments and papers and do whatever else is necessary to secure such rights. The INSURED shall do nothing to prejudice such rights. Any recovery as a result of subrogation proceedings arising out of the payment of LOSS, CLEANUP COSTS, BUSINESS INTERRUPTION COSTS, ADDITIONAL COSTS, DEFENCE COSTS, or any cost associated with enhancement provided by endorsement covered under this Policy shall accrue first to the INSURED to the extent of any payments in excess of the applicable LIMITS OF INSURANCE; then to the Company to the extent of its payment under the Policy; and then to the INSURED to the extent of its SELF-INSURED RETENTION. Expenses incurred in such subrogation proceedings shall be apportioned so that each interested party's share in the recovery bears to the total expensed incurred. The Company waives its right(s) of subrogation against any person or organization if, and to the extent, the NAMED INSURED has agreed to waive its right(s) of subrogation against such person or organization in a written contract signed by the NAMED INSURED prior to commencement of a POLLUTION CONDITION or CLAIM. Transfer of Policy This Policy shall be void if assigned or transferred without the Company's written consent, such consent not be unreasonably withheld. 1 of 2 BERKLEY INSURANCE COMPANY FSE 01-2018