Loading...
HomeMy Public PortalAbout200-2023 - Miller Pipeline - install sewer lining AGREEMENT THIS AGREEMENT made and entered into this l day of na. Klyrk2. ar,.023, and referred to as Contract No. 200-2023 by and between the City of 'Richmond, Indiana, a municipal corporation. acting by and through its Board of Sanitary Commissioners (hereinafter referred to as the "City") and Miller Pipeline, 8850 Crawfordsville Road, Indianapolis, IN 4,6234 (hereinafter referred to as the "Contractor"). SECTION 1. STATEMENT AND SUBJECT OF WORK. City hereby retains Contractor to perform services in connection with the installation, cleaning, and monitoring of sewer lining as more specifically described on said specifications and bid. materials. Bid Specifications dated September 18, 2023, have been made available for inspection by Contractor, are on file in the office of the Director of Sanitation for the City of Richmond, and are hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same. The .response of Contractor to said Request for Responses dated October 24, 2023, is attached hereto as Exhibit A, which Exhibit consists of one hundred fourteen (114) pages, and is also hereby incorporated by reference and made a part of this Agreement. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary which are incidental to the proper completion of all work specified. No performance of services shall commence until the following has been met: 1 The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Lndiana Code 22-5-11..7-11.(a)(2);and A purchase order has been issued by the Purchasing Department. Contract No. 200-2023 Page I of 8 SECTION H. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision. of th.e work. SECTION lii. COMPENSATION City shall pay Contractor an amount not to exceed the total amount of Three Hundred Thirty-five Thousand Eight Hundred Eighty-four Dollars and Ten Cents ($335,884.10) for complete and satisfactory performance of the work required. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until the satisfactory completion of the Project, Substantial completion of the Project shall be within two hundred twenty-five days, and final completion shall be within three hundred (300) days. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not he limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely and proper manner its obligations under this Agreement; b. submission by the Contractor to the City of reports that are incorrect or incomplete in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreernmt is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall he required to make payment for all work performed prior to the effective date by Contractor, but shall be relieved of any other responsibility herein. Page 2 of 8 This Agreement may also he terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. This Agreement may also he terminated by the City if a force-majeure event occurs and the results or aftereffects of said event causes the performance of this Agreement to become impossible or highly impracticable. Said event or results or aftereffects of said event would include events or effects which the parties to this Agreement could not have anticipated or controlled. Examples of a .force-rnajeure event, or its results, would include, but would not be limited to, events such as an Act of God, an Act of Nature, an Act of Law, or an Emergency Act of Executive Enforcement of the Federal government, the State of Indiana, or local government. SECTION V. WITHHOLDING, RETAINAGE, AND CLAIMS FOR PAYMENTS Contractor understands, acknowledges and agrees that pursuant to Indiana Code 36-1-12-13 the City must provide for the payment of subcontractors, laborers, material suppliers, and those performing services under a public works contractor and further agrees that in the event Contractor fails to timely pay any subcontractor, laborer, or material supplier for the performance of services or delivery of materials under this Agreement that the Board of Public Works and Safety for the City shall withhold payments in an amount sufficient to pay the subcontractors, laborers, material suppliers, or those providing services. Contractor further understands, acknowledges, and agrees that the Board shall proceed with the proper administrative procedures initiated as the result of any claims timely filed by any subcontractor, laborer, or material supplier under Indiana Code 36-1-12-12. SECTION VI. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall he construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub-contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation & Statutory Disability Requirements Page 3 of 8 B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1.,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section i Bodily Injury $1.,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate SECTION VII. COMPLIANCE WITH 'WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commemcing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an Out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1,7, Contractor is required to enroll in and verify the work. eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work. eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does riot knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1,7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation. within the thirty (30) day period provided above, the City shall consider the Contractor to be in. breach of this Agreement and this Agreement will be terminated. If the City determines that. Page 4 of 8 terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION IXI. 1:"RA,N INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22,-16.5, Contractor certifies that Contractor is not engaged in. investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5- 22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION X. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub-contractor, or any person acting on behalf of Contractor or any sub-contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of'employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: I. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on .betialf of Contractor or any sub-contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform. the work to which the employment relates; 2. That Contractor, any sub-contractor, or any person acting on behalf of'Contractor or any sub-contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; Page.5 of 8 .3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all monies due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Both City and Contractor agree to comply with all applicable Americans with Disability Act (ADA) requirements and Title VI Civil Rights Act non-discrimination requirements. D. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION XI. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability for negligence which may arise in the course of Contractor's performance of its tkligations pursuant to this Agreement, SECTION XII. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign. or delegate any of its rights or obligations hereunder without the prior written consent of the other party. It shall be controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a .written instrument setting forth such changes signed by both parties. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and suit arising under this Contract, if any, must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. Any person executing this Contract in a representative capacity hereby warrants that he has been. duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of Page 6 of 8 this Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed. In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana., as of the day and year first written above, although signatures may be affixeson different dates. Date:, "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: S . Miller, President Vice President By: titre S is, Member Date: APPROVED _ 6 . 115=4 now, M Page 7 of 8 "CONTRACTOR" MILLER PIPELINE 8850 Crawfordsville Road hulianapolis, N46234 By: Printed: Chris Schuler Title: Vice President Date: 12/18/2023 Page 8 of 8 BLIP SPECIFICATIONS AN[) SPECIAL PROVISIONS FOR RICHMOND SANITARY DISTRICT 2023 Sewer Lining Project RICHMOND, IN DATE 8/25/2023 VV S T 0 ,„(0 "S- K- No, 10810198 • • 13 STATE OF ce 4/01104r 8.10NA Prepared by: City of Richmond, Indiana Richmond Sanitary District 2380 Liberty Ave Richmond, IN 47374 (765) 983-7450 .m-t161T " A" H000 -- GENERAL REQUIREMENTS 11000.00 INTENT AND BASIS OF AWARD 11000.01 DEFINIIIONS 11000.02 IN OF DRAWINGS AND SPECIFICATIONS 11000.03 PERMITS 11000.04 OBLIGATIONS OF CON'IRACTOR, IN GENERAL 11000.05 PROTECTION OF EXISTING SEWERS, PIPES AND DRAINS, AND CONDUITS I1000.06 PROTECTION OF EXISTING STRUCTURES 11000.07 PR()TECTION OF ADJACENT TRAIL AND PARK AREAS, PUBLIC AND PRIV/VIE PROPERTY 1-1000.08 PROTECTION AND STORAGE OF MiVIERIALS AND EQUIPMENT 11000.09 SAFETY REQUWEMINTS H000.10 All) 'FO THE INJURED H000.11 SANITARY MEASURES 11000.12 INIOXIC,ATING LIQUORS 14000.13 ACCESS TO WORK 11000.14 CLEANING UP H000.15 RIGHT-OF-WAY AND EASEMENTS H000.16 QUALITY OF MATERIALS 11000.17 QUALITY OF WORKMANSHIP 11000.18 DEFECTIVE MATERIM,S OF WORK 11000.19 PRECONSTRUCTION AND PROGRESS MI FFINCES 11000.20 WORK SCE IED(11.E. NO EVIG/V.110N 1100021 CI IANGES IN 'ITIE PROJECT 11000.22 CI IANGE IN WORK H000.23 EfTELITY INFORMATION AND COORDINATION 11000.24 PAYMENT FOR AUTIIORIZED EVIRA WORK: REDUCTIONS IN PAYMENT FOR DELETED WORK 11000.25 TIIMD PARTY CI.AIMS FOR LABOR, MATERIALS AND DAMAGE', 11000.26 MATERIAL 11000.27 CONTINUING TI IE. WORK 1100028 UNFORESEEABLE ABNORMAL AND UNUSUALLY SEVERE WEATHER CONDIT1()NS (MODIFIED IND()T VERSION) 11000.29 ELECTRONIC DOCUMENTS 11000.30 MOBILIZA'FION/DEMOBILIZATION (if itemized on bid sheet) H100 -- SPECIAL REQUIREMENTS Fl I 00.01 DESCRIPTION OF WORK 1-1100.02 SPECIAL CONTRACT CONDITIONS H I 00.03 EXISTIN(i FAC:111FIES ACCESS 11100.04 C:ONSTRUCTION WATER H100.05 CONSTRUCTION POWER 11100.06 UTILITY NOTIFICATION I-1100.07 CONSTRUCTION SEQUENCE HI 00.08 PROJECT PROGRESS MEETING El 1 00.09 OVERRUN OF CONTRACT Qt.IANTITIES 11100.10 SUBSIDIARY WORK 1-1100.11 PRE-BID CONFERENCE 11100.12 CONSTRUCTION LAYOUT 11100.13 AS RULE DRAWINGS 1-1100.14 TIME OF COMPLETION AND LIQ1 IIDNIED DAMAGES 11100,15 ITEMS TO BE SIAM' rTED WITH BID 11100.16 PRE-CONSTRI ( TION AUDIO-VII)E0 SURVEY li I 00.17 CONIFROL OF GROUNDWATER AND SURFACE, WATER 11100.18 SANITARY SEWER BY-PASS PUMPING 11100.19 SHOP DRAWING SUBMITTALS H100.20 MAINTENANCE OF TRAFFIC 11200- BYPASS PUMPING / SEWAGE FLOW CONTROL H200.01 INTENT 1120002 SCOPE OF WORK H200 03 PRO'rEc[ION OF PUBI.,IC AND PRIVATE PROPERTY 1120004 EXECt JTION 11200.05 WI I WEATHER EVENTS 11200.06 MEASUREMENT AND PAYMENT 11300-CCTV INSPECTIONS 11300.01 INTENT 11300.02 SCOPE ()I WORK 11300.03 CCTV EQUIPMENT 1-1300.04 CCTV EXECUTION 11300.05 DOCUMENTATION 11300.06 MEASUREMENT AND PAYMENT 111200- CURED-IN-PLACE PIPE (CIPP) REHABILITATION 111200.01 INTENT 1-11200.02 GENERAL 111200.03 PRODUCTS Hi 200.04 EXECUTION .H1200.05 MEASUREMENT AND PAYMENT Hi 200.06 WARRANTY .111300— SEWER CLEANING 111300.01 INTENT H1300.02 SCOPE OF WORK. .1-11300.03 SAFEIY .14 1 300.04 EXECUTION A. GLEANING EQl.../IPM.ENT B. ACCESS C. BYPASS PUMPING D. BLX)( KAGES PREVENTING C.LEANING .E. 1...)I'2,...BRIS RE MOVA.L AND :DISPOSAL F. TREE REMOVAL AND LAND .DIS'EURBANCE .WITITIN EXLS'FING EASEMENT G. MAJOR PROBLEMS AND ..FME.RGENCY SITUA'FIONS R. CLEANING .PRECAUTIONs I. WATER 1.4.1 300.05 ACCEPTANCE HI 300.06 MEASUREMENT AND PAYMENT SECTION HOOO GENERAL REQUIREMENTS 171000.00 INTENTAJND BASIS OKrAWARD |. Intent |tiu the intent ofLbis project iuiomv/nn] uodClPP |incuxnoouysc*erycgmentn contained within these ducunocnto as possible fhr the bodgetuvai|oblc ($344'000) for the vvork. 2. l3uoiaof/\v/urd [[one or more bids are received that total |cxu than $344,000, this project will be awarded to the contractor who is the |ovvexi, most responsive and zcoponoib|c bidder. If no mvvun]mh|e bids are received from u contractor that total |cas than $3414,000, the award will be made to the Contractor who call COmplete the n-lost onoountu[xcvvcr lining (starting in Area ] and moving down the bid sheet pipe segment bv pipe segment) for ooucoount not io exceed $344,OOO. 171000'81 DEFINITIONS A. Owner Wherever the term ^^Oxvocr" is uucd herein it shall refer to and designate the CITY o[R/CHyNON0, |NDl&NA 8, Engineer- Wherever the term °`]Eogioccr" is uscd herein it shall refer to and designate the F(iobruoud Sanitary District's I.-nginccrioA Department. [ Resident Representative Wherever the term "Resident Representative" im uscd herein, it shall refer to and designate the Resident 6oginccrnrresident inmpectordu|y and directly authorized by the Owner ioperform engineering and inspection services in connection with and construction coutenup\uLedherein. D 8iddcr VVhc,nvcrLhc tcnn °^]Widdur" is uxed herein, it shall rct'erto and designate the person, partnership,joint venture or corporation submitting a proposal for the work contemplated, acting directly or through a (July authorized representative. B_ Contractor Wherever the term "Contractor" is used herein, it shall rcf`er to and designate the person, firm, partnership,Joint venture, or corporation to whonn the within Contract is avvunjcd by the Owner, and who is subicctto the tcnns thereof'. F. Sub-Contractor Wherever the \enn "Su b-Cux/tractor" is umcdherein, it, ubu|| rcl'erto and designate o contractor person, Oznn, partnership,jointvcniuro, or corporation, other than the Contractor, aopp|ying labor and nno<chu\s, or labor, tor the work at the site ofthc Project. G Oruvvimga Wherever the tcnn ^^Dru*viogo" is used hcrcin, it shall ref'erto and designate the drawings, prepared no hchn|fof\bc 0p/ocr and the plans, prnG|cu, typical sections, standard and special duioi| drawings, or reproductions thereof*, which show the location, character, dinncocioox and dclai|aofihc Work. 8. Specifications V/bu�revcrLbc trmn ^°Spccificmtinmm', is used herein, it shall rcferk` and designate all written matter relative 10 work required to bc done,the nou\uhu|s and equipment to be furnished and/or installed, the method of'meaSUrenient of the qumniityofthc work done, and the method ofpuynocnt for the work perfbnncdwbich is contained in the Contract. i Projects VYbcnrver the tton "Projects" is used bercin, it obaU rcfcrto and designate all work to heperf'ooncdbythe Contractor pursuant to the Contract. J. K4oluhoiu Whet-ever the iuom "Materials" is used herein, it shall re[er to and designate all raw and prepared Materials and manufactured and fabricated produoto entering into or held for use in the Project. 0088.82 INTERPRETATION OF DRAWINGS AND8PECIFKCAT IONS All work and xJotcriu|y mentioned in the Specifications are not ehovvu nn the Drawings, in(] all work and Materials shown oil the Drawings and not mentioned in the Specifications, and all work and Materials necessary for the completion of the Project according to the true intent and meaning of the Drawings, Specifications, and other contract documents shall he furnished, pert brmed and done, as if the same were both mentioned in the Specifications and shown on the Drawings. Should anything be omitted from the Drawings or Specifications which is necessary to a clear understanding of the Project or should any error appear either in any of the various documents furnished or work done by others with respect to the Contractor shall promptly notify the Engineer of such omission or error and, in the event of his failure to do so, shall make good any damage to or defect in the work caused thereby. In case of discrepancies not otherwise resolved, figured dimensions shall govern over scaliii dimensions; general Drawings; and Special Provisions shall govern. over all other Contract documents. .11000.03 PERMITS CONTRACTOR shall obtain all permits required by local, State and/or Federal law. Specific mention in these Specifications of any permit(s) does not.exclude or excuse CONTRACTOR from obtaining any and all other permit(s) that may he required by Law and/or Regulation. There will be no charge for City of Richmond permits, if required. H000.04 OBLIGATIONS OF CONTRACTOR, IN GENERAL The Contractor shall furnish all Materials and labor and all scaffolding, tools, machinery, equipment, appliances, supplies, transportation, and other things and services of every kind necessary to perform and complete the Project. The Contractor shall he exclusively responsible for supervision of the Project, all aspects of safety at the Project site and the performance of work under the Contract. 11000.05 PROTECTION OF EXISTING SEWERS, PIPES AND DRAINS, AND CONDUITS The Contractor, without extra charge, shall do everything necessary to protect, support and sustain all sewers, gas or water mains, service pipes, electric power and telephone poles or conduits encountered in the course of the work, regardless of by whom owned. Overhead wires or cables shall he protected from damage by the operation of the Contractor's equipment. The CONTRACTOR shall assume all risk and liability for any inconvenience, delay, or expense that may be occasioned him by public utilities or other public or private property within the limits of the proposed improvements, whether or not such property is shown on the plans and shall not do work which might injure or damage such property until arrangements satisfactory to the property owner have been made for its protection. Nothing in the preceding paragraphs shall be constructed to relieve the Contractor from responsibility for any damage done to any water, gas or other utility line or for any interruption of any utility service due to his own negligence. If any such damage or interruption occurs, the Contractor shall take such emergency actions as may be appropriate and promptly notify the owner of the service involved as to what has occurred. 11000.06 PROTECTION OF EXISTING STRUCTURES The Contractor, without extra charge, shall shore up and protect buildings, bridges, pavements, and other public or private structures which may be endangered in the prosecution of the Project and shall repair and make good any damages caused to any such property by reason of his negligence. H000.07 PROTECTION OF ADJACENT TRAIL AND PARK AREAS, PUBLIC AND PRIVATE PROPERTY CONTRACTOR shall be responsible for the protection from injury or damage of all public and private property adjacent to the Work, resulting directly to or indirectly from the execution or non-execution of the Work. Should damage to public and/or private property occur, CONTRACTOR shall restore or compensate the injured party in a manner acceptable to OWNER. H000.08 PROTECTION .AND STORAGE OF MATERIALS AND EQUIPMENT Materials, tools and equipment required for the Project may be tools and equipment shall be stored neatly and compactly and in such a manner as to cause the least inconvenience and hazard to the adjacent property owners and to traffic. If the Contractor desires additional space :for the storage of Materials and equipment, he shall obtain such space his own expense, and the Owner shall not he responsible for any damage to such space. .H000.09 SAFETY REQUIREMENTS Any construction under the Contract. shall be performed in accordance with the "Specific Safety Requirements of the Industrial Commission of Indiana Relating to Construction- published by the Indiana Occupational Oaflczv and 8ca|ih Administration. The Contractor and all subcontractors and noeLehu| men for and part, ofthe Contract work shall not require laborers or mechanics employed in the pedbomumccofthcCouhao(k» vvorkinyunoundiogmorundcrvvorkingcoodihonx which are unsanitary, hazardous ur dangerous 10 their health orsafety, The Contractor and Subcontractor shall cornply with tile Occupational Safety and I lealth Act of 1970 during the conduct performance on and in connection with this Project. Said o*rnp|iauceshall include observance with the Safety and 0eu|tb Regulations for Construction as issued by the Secretary of Labor and as set forth in '[iiie 7{XlX, C*dc vfPcdcra| Regulations, Chuptcr%VU, Part 1926 as they are now in existence and as may be here in after amended. Whenever any public road or street is wholly or partly closed or obstructed, or a hazard is created therein, and wherever any condition existing during tbc perfbnnamcc of the Project creates u hazard to the ynfIcty of persons ocproperty, public or private, The Contractor, without extra charge, shall provide, to the full cxtco/ reasonably required to warn and protect against the hazard, uui1oh|e markers, reflectors, iruOic controls, Ougrnco, or other safeguards, or Suitable and cn,ective combination o[some or all nf Such aaf`cguarJx. Whcncver any traffic cou\,uiu oriroAiu control dcvloro are used, tbuY shall confhrnoioihcrcqoircrncuiyof\hccurrcntcdiiionoflbe ^^|ndiunuStoLuUighvvuy Commission Safety V1o11uo|" Thc Contractor shall ouxurnc responsibility for all accidents with respect to \he Project amd obu|| indemnify and protect the 0vvncr` the Fnginccrond the Resident Represenutive from all claims, Suits, liabilities and cost arising Out ofany injUry to the person or property ofanother ITSUlting from negligence in the pert`6 rillan cc ofibeProject. H800'10 All) TO THE INJURED The Contractor shall keep, ready for iruoncdioic use. all articles occc000ry for giving first aid tu tile injured. [|c ahu|| also have standing uouogcnncnia for tile immediate removal and hospital treatment of anyone who may hei Juredonihe Project. 0000'11 SANITARY MEAS0RES The Contractor, without extra change, uhu|| nuoin1nio adequate muoitozy conveniences for tile use ofo|\ persons connected within the Project. All such conveniences shall o\ all times be satisfactory \* the |000| health authorities. All pet-sons connected with the Project ohu|ibcob\iAudv) aocthenn. Any employee of the Contractor or any Sub-contractor .found violating this provision shall be discharged and not again employed without the written consent of the Owner. 11000.12 INTOXICATING LIQUORS The Contractor shall neither permit nor suffer the introduction or use of intoxicating liquors upon or about the site of the Project. H000.13 ACCESS TO WORK The Contractor shall provide the Owner, the Engineer, the Resident Representative, and representatives of interested local, state or federal agencies with access to, and proper facilities .for the inspection of, the Project during construction. 11000.14 CLEANING UP As the work progresses, the Contractor, without extra charge, shall; tear down and. remove all temporary structures built by him; remove all construction equipment and surplus materials; repair and replace all parts existing embankments, fences or other structures which were removed or damaged by his operation; restore and clean all channels, drains, manholes, and miscellaneous appurtenant structures; remove all rubbish; and put the site generally in a neat and orderly condition. 11000.1.5 .R1GHT-OF-WAY AND EASEMENTS All sewers are located within existing rights-of-way or easements. See Drawing Appendix for additional information on Easement locations. CONTRACTOR shall be solely responsible for securing additional appropriate Rights-of-Entry from each and every private property owner whose property it desires to cross to access easement areas. CONTRACTOR shall not enter private property outside right-of-way and/or easement limits for any purpose in connection with the Work without obtaining the written permission of the property owner. Work covered by these Specifications shall include furnishing of all equipment, labor, and material to adequately achieve access to work areas off road. OWNER will assist CONTRACTOR in its endeavors to achieve access to all areas of the Work. All costs associated with obtaining adequate access to work sites for equipment and personnel are considered incidental to the Work, and the costs thereof shall be included in the appropriate contract items as contained in the Contract Documents. H000.16 QUALITY OF MATERIALS All Materials shall be the best of their respective kinds. The Contractor shall give the Owner advance data as to the kind and quality of Materials to be used. The Owner may require any Materials to be tested by means of samples or otherwise. When required, the testing of Materials shall be done by an independent testing laboratory in accordance with standards of the American Society for Testing and Materials or as stipulated in the Specifications. Such testing and the transportation of samples shall be paid for by the Owner, but the Contractor, without extra charge, shall furnish the samples and prepare and box them for shipment to the laboratory. The Contractor shall not incorporate in the Project any Materials for which tests are required until the tests have been made and the Materials found acceptable and in accordance with the Specifications. Rejected materials shall be removed from the site immediately and shall not be incorporated in the Project. H000.17 QUALITY OF WORKMANSHIP All employees shall be skilled and experienced in the techniques of the trade in which they are working. The completed work shall reflect workmanship commensurate with the foregoing requirements. 1.1.000.18 DEFECTIVE MATERIALS OF WORK Should any Materials or work be discovered which do not.comply with the contract documents, then, regardless of whether such Materials or work previously have been inspected or approved, such Materials or work shall be removed, replaced, repaired or otherwise remedied at the Contractor's expense. Should defective Materials or work be suspected and the Owner so require, the Contractor shall uncover, take down, or make openings in the finished work at such points as the Owner designates for the purpose of allowing and examination of'such Materials or work. Should Materials or work thus exposed and examined prove satisfactory, the uncovering, taking down or making of openings, replacing of the covering and making good of parts removed shall be paid for by the Owner; but should the Materials or work examined .prove unsatisfactory, the uncovering, taking down or making of openings, replacing and making good shall he at the Contractor's expense. The inspection or approval of Materials or work shall not relieve the Contractor from any of his obligations to fulfill the Contract as herein prescribed. 11000.19 PRECONSTRUCTION AND PROGRESS MEETINGS Prior to beginning the Work, CONTRACTOR shall attend a pre-construction conference conducted by OWNER.. The purpose of the pre-construction confercrKe includes, but is not limited to, establishing construction schedules, coordination with utilities and affected property owners, coordination with OWNER and other City agencies, reviewing schedule u[vu ueo, omtob|ixbing Submittal requirements and submittal procedures, and generally providing for tile coordinated start-up and prosecution n[1be Work. [0NTKACTOKshu|| attend scheduled monthly progress meeting with OYVN[k nt locations that will be designated by OWNBQ� ONTD/\CTOR shall provide an updated progress report and schedule to 0YVNGRu1 monthly progress rncct/ngu. 11000.20 WORK SC]0000K.E NOTDDIC'A3D0N [OMTNA[TDK shall provide u listing of the next work duy`o activities hy 12:00 noon o[ihc previous day For OWNER'S scheduling and inspection purposes. All work scheduled for Monday shall be provided oil Friday of the preceding week. H000'21 CHANGES IN THE PROJECT l[tbe Owner desires (o make any changes in the line, grade, dimensions, Materials, plan or any other aspect ofibc P ject it may do so provided only that such changes, in the aggregate, do not change the total Contract price by more than twenty (lV) percent. Adjustment uf the Contract pricefor Such changes shall bc made under Paragraph lI00U.24ofihcyc General Conditions. No change inthe Pr jeut which diminishes the qualify m[vvork10 be perhzomcd under the Contract shall crihdc tile Contractor to claim any damages, whether fior anticipated profits or otherwise. K00U8.2I C0FIANGE IN WORK |. /\OTHOR|ZBDCBANGES |Nl'HEWORK /\. Without invalidating the Contract and without notice \o any surety, Owner nuay. u1 any time or from time <o time, order additions, deletions, ur revisions in the Work hyu Change Or6cr, ocaWork [buogc 0irectivc. Upon receipt o[any Such douunncn\, Contractor »ba\| promptly proceed with the Work involved which will be performed Linder the applicable conditions ofLhc Contract Documents (except us otherwise specifically provided). B. 1[Ow/nrrand Contractor are unable ioagree on entitlement to, oron the amount or extent, ifuoy, of all adjustment in the Contract Price or {�on(roct -[inoco, or both, that should be allowed as o result o[n Work Change Directive, a Claim may be made 1bcrcfbre as provided in Paragraph 11000.21-5� Z. UNAUIHOK|/BU CHANGES |NTUBWORK A. [nniooior shall not be entitled to an increase in ibe C'on(o} t Price or an extension *[the Contract Tinneu with respect io any work perfbrnncdihat is not required by the Couicact [)oounucntn as amended, modified, or Supplemented byu work change directive orhyochange order. 3, EXECUTION OF CHANGE ORDERS A. Owner and Contractor ohx|| execute appropriate Change Orders rcconorucndcdhyBoginucrcovering: l. changes in Lbc Work which arc: (y) ordered hy Owner pursuant to Paragraph HU08.2\.L/\ (b) agreed to by the parties; Z. changes in the Contract Price or(.*ntroc\Tionea which are agreed to by 1hcporticu. including any undisputed sucn oconuooutu[tinnu for Work actually performed in accordance with u Work Change Directive; and 3. changes in the Contract Price orC*utractl[innco vvhiub embody the substance of any written decision rendered hy Engineer pursuant in Paragraph H00O2|.5; provided that, iu lieu ofcxeouting any such Change Order, an appeal may be taken from any Such decision in accordance with the provisions o[the Contract Docunocntoand applicable Luv/s and Regulations, but during any such appeal, Contractor shall carry oil the Work and adhere iothe Progress Schedule 4. N0THlC&T|ANS '[O8UKBTY /\., l[notice of any change affecting the general scope ofthe Work orthe provisions ofthe Cootrnct[)ocucnoutx (Including, but not limited to, CmntrootPricc orConh-outTimcs) is required hy the provisions o[uny bond tobu given tou surety, the giving o[any such notice will bc Cm'kuc\oc`s rc"ponsibi\iiy. The un'ouotufuoc|/ uppiiuub|c bond will hcnJiva\cdho reflect the effect ofany Such change. 5. CLAIMS A. F"ngincer`s Decision Required: All ("iuirns, except those waived pursuant k` making and acceptance offina| payment, shall hcreferred to the Bugincer for decision. }\ decision hy Engineer shall be required as ncondition precedent to any exercise by Owner or Contractor of any rights ocrerncdieu either may otherwise have Linder tile contract L]ocurocnisuchy Laws and Regulations III respect ot Such Claims. B. Notice: Written notice stating the general nature o[each Claim, shall he delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of' the event giving rise thereto, The responsibility to xuhatunilutc u Lioinn shall rest with the party nnuking\he C|oirn. Notice ofdhe amount or extent ofthe Claim, with supporting data shall be delivered to the Engineer and the other party in the C,on(racivvithin 60 days u[lor the start of Such event (unless Engineer allows additional time for claimant tosubnnii additional or more accurate data io Support, ofsuchC|uion). /\ [|uinn for an aJiuotnncni in Contract Price orContrac\Tinne shall be prepared io accordance with the requirements nfthc Owner. Each Claim shall hcucuonnpunicdbyc|uiroant'n written statement that the mdiuotnocntc|uicncd is the entire adjno1nneutto vvhichthe c|ainnunt believes i1iaeoiidcduaa result ofxuid event. The opposing party shall submit any rcopuoxc to Engineer and the claimant within 30 days after receipt of the claimant's last yuhooiKa| (uoicno Enginccra\lovvn additional time). C. Engineer's Action: BnginccrvviU review cacti C|oino and, within 30 days after receipt mf the last xn6noiUui Of the claimant wrthe last Submittal of the opposing party, i[uny, take one o[the following actions in writing: \. deny the L|oino in vvbo|c or in part, 2. approve the Claim, or 3. notify the parties that the Fnginrcr is unable to resolve the Claim if, in the I",npinocr`o sole discretion, h would hc inappropriate for the Engineer to du so. For purposes of further resolution of the C|uin\ Such notice ubaU 6cdccnux] udcniuL D. |n the event that Engineer does not take action 000 Claim within said 30 days, the C|ainn aho|| be dccrncd denied. F. Engineer's written action under Paragraph ||00002i.5ordenial pursuant to Paragraphs 1100021.5.( 3 orU0U0.2|.5D will be final and binding upon Owner and Contractor. F. No C\oirn fbr an u/6uutrncni in Contract Price mr Contract Times will br valid ifnnt Submitted iu Accordance with Paragraph i|O00.2l . H000.23 UTILITY INFORMATION AND COORDINATION CONTRACTOR shall be responsible for providing all temporary utility facilities necessary to support the Work. H000.24 PAYMENT FOR AUTHORIZED EXTRA WORK: REDUCTIONS IN PAYMENT FOR DELETED WORK Extra work shall be paid for, and reductions in payment for deleted work shall be made, at the unit prices set forth in the proposal, to the extent applicable, or if no unit prices are applicable and agreement cannot be reached, then the amount shall. be determined as follows: A. If the work is performed by the Contractor: 1. Actual cost of Materials used. Plus 2. Payroll cost of direct labor, including a prorated share of the payroll cost of foreman who perform duties in addition to those related to the work involved. Plus 3. Twenty (20) percent of A 1 and A2, above to cover direct and indirect overhead, use of small tools and profits. Plus 4. Equipment rental as defined below. B. If the work is performed by a Sub-contractor: I. The Sub-contractor's price shall not exceed the sum of item Al, A2 ,A3, and A4, above, Plus 2.. Ten (I 0) percent of A, above, to cover the Contractor's direct and indirect overhead and profits. Rental of equipment shall include all operating expenses and shall not exceed the rentals listed in the latest edition of the Associated Equipment Distributors' Rental Schedule. The Engineer will certify to the Owner for payment all duly authorized extra work which has been performed by the Contractor in accordance with the terms of the Contract and any supplementary agreements which may apply. Daily records shall be kept by the Contractor for all Materials, labor and equipment used on authorized "cost plus" extra work; these records shall be presented to the Resident Representative for checking purposes before noon of the day following that on which the Materials, labor and equipment were used. .11000.25 THIRD PARTY CLAIMS FOR LABOR, MATERIALS AND DAMAGE The Contractor shall, from time to time, as required by the Owner, furnish the Owner with satisfactory evidence that all persons who have done work or furnished Materials under the Contract or have suffered damage on account of the Contractor's operations have been fully paid or secured. The Owner does not hereby assume any of their claims out of funds due or that may become due to the Contractor or out of its own funds. H000.26 MATERIAL All materials supplied shall be new and unused. H000.27 CONTINUING THE WORK Contractor shall carry on the work and adhere to the progress schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as Owner and Contractor may otherwise agree in writing. H000.28 UNFORESEEABLE ABNORMAL AND UNUSUALLY SEVERE WEATHER CONDITIONS (MODIFIED INDOT VERSION) (NA) .11000.29 ELECTRONIC DOCUMENTS Electronic copies of Bid Plans and Specifications may be provided upon request for Contractor's reference only. Bids shall be submitted based on hard copies of plans, specifications and addenda provided by the City of Richmond in order to avoid errors and/or omissions due to printing, etc. H000.30 MOBILIZATION/DEMOBILIZATION (IF ITEMIZED ON BID SHEET) Mobilization/Demobilization shall consist of all work necessary for the movement of personnel and equipment to and from the project sites and for the establishment and removal of all facilities necessary to the performance of the Work. SECTION H 100 _- --_-'__ -'--Q~'-_--___ .-~ 11800.01 DESCRIPTION OFWORK The work im located in noo|dplc areas io tile Richmond Sanitary District and consists of CHIP sewer rehabilitation. &U100.02 SPECIAL CONTRACT CONDITIONS Not used wo this p jcci. H800.03 EXISTING FACILiTIE0ACCE8S l. The (..oqitractor shall be responsible for maintaining access to existing businesses during the construction period. It'access is b:rnporuri|y disrupted, the Loubraoio, oho|| be responsible for providing ingress egress from properties. Z. It is the responsible ofthe Contractor to notify property owners ofany disruption i[any normal use n[property by its owner. 3. Contractor will maintain <,uOiu at all tinocs un|css noted. 8DK0#.04 CONSTRUCTION WATER C'onotruction water will be responsibility of the Contractor utno omxt to the O*ucr. Hl00'05 CONSTRUCTION POWER The Contractor shall be in responsible for his electrical power requirements during construction. "180.86 UTILITY NOTIFICATION The Contractor shall notify all utilities prior tn any excavation 81100.07 CONSTRUCTION SEQUENCE A. The Contractor nbo|| schedule his work with \hc Owner when his operation roay affect the operation ofui1y erncrgcncy vehicles and traffic. B. Prior to connrnoncing the work, the contractor shall provide the engineer u detailed schedule o[theproposed work. The schedule shall include u list of{asko required to complete the work; their relevancy to each other, expected duration and completion dates. 11100.08 PROJECT PROGRESS MEETING. It shall he the responsibility of the Contractor to have a representative present at each fleeting. The meeting shall he held at least once a month or as called by the Engineer for construction problem solving or changes in scope. H100.09 OVERRUN OF CONTRACT QUANTITIES Any items of the Contract, which exceeds (5%) five percent of the proposal quantities, will not be authorized for payment without prior written approval of the Engineer. SUBSIDIARY WORK Any minor work not itemized will be considered subsidiary to the project. No separate payment will he made for this work. 111.00.11 PRE-BID CONFERENCE All biddirig Contractors may attend a pre-hid conference as advertised. H1.00.12 CONSTRUCTION LAYOUT Construction layout and staking, as required, will be completed by the contractor. It will he the responsibility of the contractor to maintain this staking throughout the project.. 11100.13 AS-BUILT DRAWINGS As-Built drawings are required to be completed by the contractor as part of this project and are to be submitted to the Richmond Sanitary District before the retainage is paid. .11100.14 TIME OF COMPLETION AND LIQUIDATED DAMAGES If awarded a contract, the Contractor agrees to substantially complete all lining work within 225 consecutive calendar days from the effective date of the Notice to Proceed and fully complete all other work ready for:final inspection, acceptance and close-out within 30 additional days from the date of the substantial completion. Priority Areas are Areas 1, 2 and 3. . ,. , „ „ • „ . „ . . . . . . . . „ " '" ' r • • " ' every successive Saturdays, per day for each and . . • „ after • • • . completed until the work is epted by . • - H100.15 ITEMS TO 1.3.E SUBMITTED WITH BID See the front end documents, request for quote cover sheet and/or advertisement information for the appropriate items to be submitted with the bid. H100.16 PRE-CONSTRUCTION AUDIO-VIDEO SURVEY Prior to construction, the Contractor shall digitally record the construction area in order to document the condition of the area. The product shall be a high quality digital audio and video DVD. The video shall present bright, sharp, clear pictures with accurate colors. 'Ihe audio portion shall have proper volume, clarity and be free of distortion. The audio commentary shall contain precise and concise explanatory notes. The recordings shall include coverage of all surface features located within the construction limits and other adjacent buildings, streets, driveways, ditches, trees, shrubs, and other structures, including utility infrastructure. The recordings shall be delivered to the Engineer prior to the start of construction and before the placement of any construction materials or equipment on the proposed construction site. Recordings that do not conform to the specifications may be rejected with re-taping to be done by the Contractor at no additional cost to the Owner. The l)VD's shall be delivered in storage cases. Each DVD shall be properly labeled and indexed. An index shall be provided to describe the contents of each DVD, including stationing, etc describing the location of each recording. .11100.17 CONTROL OF GROUNDWATER AND SURFACE WATER The control of groundwater and surface water shall be the responsibility of the Contractor. No extra payment shall be made fir this work. The Contractor shall be responsible for any temporary or permanent damage or perceived damage, including loss of water or damage of water well equipment, as a result of their dewatering. 11100.18 SANITARY SEWER BY-PASS PUMPING The Contractor shall employ bypass pumps as required to keep all sewers in operation during construction as well as protect the environment from spills. 'File cost of this pumping shall be considered incidental unless a detailed line item in the bid sheet iyprovided. & by-pass pumping plan and/or flow control plan will he required to be submitted and approved by the Engineer prior to installation when by-pass pumping is required. 81200.19 SHOP DRAWING S0BMU][1[AK.S All rnaterialS used shall have a shop drawing Submitted for review by the Engineer. These Submittals eho|| include noenufec1nrer infonnution highlighting that the material complies with the specifications and drawings. No nouturiui ahu|| be ordered or installed before this review has taken place. The uobnaittu|y mhuU be submitted electronically via email. &8880.20 MAKNTENANCEOFTRAFUIC Streets or any portion ufo street, including parking, may not he u|noed v.i(h*ui written approval by the Bnginccc, the Richmond Police Dcpudrornl and the City of Richmond Board Of*Public Works and 3uflety where applicable. /\ detailed traffic control plan Must be subnuittcd by the Contractor and reviewed by the Engineer hc[bre any Closure or partial closure can nccur. If the Contractor gets approval to close sin:c1s or roads to through trafDc for noioinoom periods of'time be Must provide proper notice to local Occupants of'all premises, police and tire protection authorities and other public uniboridcy as applicable. The Contractor ahuU on sobcdu|c this work that this time is noinirouro and shall,whenever possible,make Suitable provisions loraccess by local residents, school buses, police and fire emergency vehicles and nnoi| delivery vehicles. The Contractor shall keep fire hydrants and other public utility valves accessible at all drnea. At street or road crossings where the onlnuctnr is permitted to open Cut the trench, the crossing shal I be completed, cleaned LIP,temporary pavement in place,and open tohufTOcwithin tvcntY'four(24) hours {rono \bciinoc the street orroad is closed to through traffic, unless specific approval is received ftonn the ootbohiy having jurindiciimn` for longer period. When it is required that a street or rood be closed to UnOic` the Contractor shall furnish, erect and nnuintaiu barricades, oui\uh|c and sufficient iiuh\a and other lights or reflecting material at the limits ofihcProject. VVburu side shrcb intersect and at other points OF public aoueua to the project, the Contractor shall furnish, cncci and nunio1uin advance warning signs and barricades to direct tru[ho horn closed sections. The Contractor shall Furnish, erect and maintain detour marking signs on ternporury routes, except where Vanuc may be furnished by the S1uic or County Highway Departments. Throughout cooatruo\ioo, the (|on1ruo1nr ohuU furnish, erect and maintain ouch lights, signs arid barricades as May be required For the protection ofany local traffic permitted on the roadway. VYbcnu the improvement is to be accomplished with UuDlo maintained, the Contractor shall furnish, erect arid maintain lights, signs, barricades, tenoporory guard rails and other trofOc control devices, watchmen and Dogncoau may he necessary to maintain oufetroffic conditions. Whenever it is necessary in divert \rullic fioco its normal channel into another channel, such diversion shall be clearly marked by cones, drnnoa" bmzioudca or temporary guardrail. |f(he markers are leM in place at night, mi1ab|e lights xba|| be maintained. All lights, signs, huoiuydcs, Ougoicu, etc. used fhr proper traffic couhn| shall be reflective and in accordance with the |o1exizequirccnooio of' the State o[ Indiana Department ofTruuopmr<ohon` ASH/\ and the manual on uniform t,utfic control illtis ilitge intentionally left SECTION .H.200 BYPASS PUMPING / SEWAGE FLOW CONTROL B200.01 INTENT It is the intent of this Specification to provide the minimum requirements for bypass pumping/sewage flow control necessary to facilitate sewer line inspection. and/or sewer line rehabilitation activities. 11200.02 SCOPE OF WORK CONTRACTOR shall provide all labor, equipment., supervisor and materials necessary to reduce/control flows via sewage flow control mechanisms or eliminate flows via bypass pumping through as section or sections of pipe designated for rehabilitation. CONTRACTOR shall be responsible for controlling and maintaining all sanitary and storm flows within the sewer system during the Work. CONTRACTOR may drain flows by pipes, chases, filming, bypass pumping, or other appropriate methods approved by OWNER. Plugging of any. sewer line shall not be permitted without bypassing. 11200.03 PROTECTION OF PUBLIC AND PRIVATE PROPERTY Precautions shall be taken to ensure that flow control and dewatering operations shall not cause flooding or damage to public or private properties. In the event flooding or damage occurs, CONTRACTOR shall make provisions to correct. such damage at no additional cost to OWNER. CONTRACTOR shall be responsible fix any damages to public or private property, overflows from the sewer system and violations resulting in fines as a result of the dewatering/bypass/cleaning operations. 11200.04 EXECUTION When required by the Contract Documents or when required by the manufacturer of the sewer line rehabilitation product in order to .facilitate the installation of a sewer line rehabilitation product, CONTRACTOR shall provide all labor, equipment and materials necessary for the transfer of flow around the section or sections of pipe designated. The bypass shall be made by diversion of the flow from an existing upstream location, around the section(s) to be taken from service for inspection or rehabilitation, to an existing downstream location. The bypass system shall he of adequate capacity to handle all flows including wet weather related flows. If bypass pumping is utilized by CONTRACTOR to control flows. CONTRACTOR shall be responsible :for monitoring the bypass pumping operation at all times until Work is complete. The location of pump(s), force main., discharge point, pumping rates, etc., shall be approved by OWNER.. CO'NlKACll)Flshall prepare odoiui|od Flow Control Plan that described the measures 1obo used \o control flows. (�(}NTKA(�TOR shall submit the Plan to and obtain approval o[ibcP|un [mon OWNBK prior to beginning any flow control work. CONlK/\CT(}R`x Plan ubuU include, but not necessarily he limited (othe [bUowing: o Location u[flow diversion Structures, collapsible sewer plugs, dams, pumps and related nzoioru|o and equipment. o Key operational control factors, (ic. maximum flow elevations Upstream ofdnnns). o Punop sizes and flow rates. o Destination o[bypassed flows including routing ofb»rce maims, and provisions for vehicular andpedestriantraffic and necessa ry. o Wet weather event procedures. The nurnbe, arid aizeo[purnps utilized in bypass purnpingshall bySuch that ifthe largest pump is oot ofscrvicc, bypass Oov/o will be nuuiotuiocd during the puea operation i[dhcbypass is not able io he inunocdiuic|yrennovcd koru operation. H200'05 WET WEAT0LEREVKINI I S VVbcre the flow control nocchuninon is not xudIoico\t* handle u vvct weather event, the flow control/diversion orpornpingsys\cou sb^i| be capable ofquickremoval so as not to create an overflow to Surface waters, overflow to grOUnd, or back-Lip in buildings. 0200,06 MEASUREMENT AND ]PAYMENT Nn direct payment shall hc made for this work. Payment for bypass purnping/sewage flow control, provisions for wet weather flow control, shall be included iintho contract bid prices except as n\mLud on the hid sheet. SECTION H300 CCTV INSPECTION' H300'01 UN"'IF8CNI' It is the intent ufthis Specification to provide the minimum requirements for CCTV inspection, 1K300.02 SCOPE ODrWORK COMTR&C[U|{sbuU provide all labor, cqoipcncnL supervisor and nnotrdn|s necessary to televise the ecxrra as identified in the plans and specifications. 0800.03 �c,rV EQUIPMENT The Con1mctorohu|| provide the necessary cquipnoun11operform c|mxcd circuit television inspection ufthc designated sewer pipes. Tbc equipment will meet the following specifications. A. Studio. /\ studio that contains the controls for the inspection equipment. The otudio will be large enough for two (2) people to view ulcicvixion nuonilorof{he inspection procedure. 'The studio will be ionu|utcdfrnno Outside noises that Could he inadvertently recorded oil the audio cbauoci. B. 'Television Monitor. /\ color television rnonitorv/iD be available to view live camera uohou and recorded playback. The displayed picture must hc capable nf providing nclear, utuh|e image free ofelectrical interference. 'The television monitor will rncoaurc at |cual 15 inches across diagonally. C Cunocrm. The uuroccl used for sewer pipeline inspections will he onc that has been specifically made for that purpose. The camera will operate in 100 percent humidity, be waterproof and ub|c to withstand long periods Of submergence in v/oytxvvcter. The xurncru will be able to pan, tilt and rotate 360 degrees. Tbc ii|i arc should not be less than 225 degrees. /\ variable intensity control ofibc oononru lights and remote control adjustments for focus and iris shall be located u\the monitoring station. The ,croote control of focus and iris will range from l-inch to infinity. The camera and monitor shall be uh!c to produce mnoininnonu n[46U lines of horizontal resolution ond400 lines of vertical resolution and cupiorc innugcx in full color. Cootructurnhu|| present mn an cxlcroa\ hard drive u continuous irnugr of not |exm than U. Lighting. U|uonbna1ion ahu]i bcudiuokab|c and even around the oev/cr perimeter without loss o[0001rua� flare Out o[piciurcorshadowing. Lighting and camera quality shall be ooitub|c to allow aclear in'[hcuo Picture ofa minimum often lineal |cc1ofdhcentire peripheryofibc sewer pipe. Tbc lighting for the camera ohuU nniuinnizc glare. Lighting sensitivity shall bn3kuorless. E- 'Fran gmMuo. The camera Should le mounted on skids m'utractor suitub|y sized for the pipe to be televised that will position the camera lens above the liquid flovvUnc. ocuz1heccnkxuxiso[tbop Any motorized transporters Should have adjustable speed control. 'I"he televising may also hc accomplished using camera equipment mounted oil u raft orfloating pontoon, if the required pipe condition information cannot bu obtained by tracked camera equipment within the nnuxiruunu allowable flow depths. F. Cable and Footage ouu/cr. /\ noioirnuno 1,500 fecto[TV cable on the spool reel shall bc provided, The T\/ cable will hc supported hyyn equal length tag line fb, removal uf the equipment froru the pipeline. U. Conpu t�r System. The Computer system shall be ca ob|eof rco d/ng, indexing, and processing inspection data; printing CCTV inspection logs; and recording, storing, and playing video and inzogcs of pipe observations as required for the datadooun1uo|atino requirements of thceeapcoiGcs4ioum. 11300'04 CCTV EXEC0A I8O74 A. Sequence of CCTV Inspection. After cleaning, the pipe occhnno mbu|\ be visually inspected by oucuna o[cloytd'drooit television. The inspection will be done one nnanbo|o-lo+naoho|c pipe section otuhcnc i[ponsih|c, and the Dnv/ ill the aeodno being inspected will bc suitably controlled uuspecified. O. DiruchonofC(1`[l/. The direction ofcumcnatrxve| ahn|| he in the direction of' flow in the pipe unless uoccua to the upstream manhole is not possible, or the camera cannot Pass through the pipe From end-to-end in the direction of flow, in which cumic orcvcrac setup will be allowed. C. Severe Defects. l[meveru dcteu(x suub as collapses, oevc,c offset Joints, or severe nags are encountered that preclude the inspection being completed in one direction, the Contractor shall attempt ureverse setup. lf the entire ycgrneni cannot be inspected, Contractor shall notify the ["rigincer and Owner as soon as oxxib|c' D. Buried Manholes. |fuhudod nnunho|u is encountered during the Course ofthe C(.","I'V inspection, the Contractor shall attempt to (.,,(.'TV through the buried nnunbo|e wr conduct,the inspection in the reverse direction i[puusibie. The Contractor shall notify tile Engineer arid Owner ofthe buried manhole arid / or it' the rounboie uccdu to be exposed in order to cncup\cic the inspection. B. Clarity of Picture. If, during run, the camera lens hcuorocs soiled orfogged, the carnera Should be shut down and the lens cleaned, even if this requires removing tbccurncra from the line. |fdbc camera io removed from the line for lens cleaning or[hr cleaning the line of'fog, tile ounncrmshall be rcinnocd to the point where acceptable footage was obtained, Footage oftheuunncru being pulled outoftbc line for lens cleaning ubou|d not hc included in tile video. |ffogis encountered during arun, the Contractor shall u\op thc camera and ventilate the line to rcnnove the fog, Uoc|curfooiaAcwill not bc accepted by the Owner. F. Camera Travel. The camera ahu|| be moved through the line at urnoderuLu ,nic, stopping when necessary to permit proper documentation of the acp/cr'u condition. When n defect or other fcuLurc is encountered, the p,ogccox ofuuror,u should be slowed and stopped for 000ioirnonn of' |5 seconds orus needed oo that the observation can be panned with the camera, the data recorded, narration made. and still picture captured ifrcquired. In uo case will the television camera bc pulled ata speed greater than 30 feet per,rninuiC. Manual winches, power winches,TV cable, and powered rewinds or other devices that do not obstruct tile camera view or interfere with proper docucncntution of tile sewer conditions shall be used tvmove the uarneruthznogh the acvver line. i� duringthc inspection operation, the television camera will riot pass through the entire segment, the Contractor shall Set Lip his equipment so that the inspection can be pci-fori-ricd from the wpposi(cnnunho|c. If, again, the camera fails to pass through the entire segment, tile inspection ahui| he considered complete arid no additional inspection work will be required. The Contractor will only be paid for the linear feet that were televised ifu large scciiono[pipe is inaccessible. G. Cnnunnumlcm1ion. VQbonoounnu|\Iopcu8cdvvinchuoureusod1opui| thctc|cvisioo camera through the line, communication shall be set up between the two (2) manholes ofthowcgrucnt being inspected ioensure good ownnrounioxiiono between members u[the crew. B. Distance Muosurcoocnt. Ihc ^"zcno" poiotofthciuopoutinnohu|| betbccenicr|inc oFtbc noumbo|c where the curucrais inserted. Thc footage counter shall be uui aucnndinufyby adding the footage fiorn the centerline oF the manhole (o tile edge oftherounho|cp|uxihccooucro |engtb (*rthcoanocruicnudhp|usihcoanocrofhca| length). The importance of accurate distance measurement is eniphasized. During any inupucdooproucdurc, the television cable xba|| only be removed from the reel hyu motorized system. /\tnodoneduring the inspection is cable tnbcremoved manually, by hand. The television oah|c between tile counter and the camera shall i Cable Footage Cuuoier Accuracy Checks. All cable footage Counts oboUbcin Cnglixh units and accurate to 0.5 percent = 1/2 foot per 100 ieui. The cuhic fboiu8c cnunicrxbm|| be tested for accuracy vvctk|y, with the h/||owingpnoccduro. Four hundred fed (400 tec0orcab|e oba|| be Pulled o[[ibe reel and then checked with a tape measure. Ifthe accuracy Is below the tolerance, then tile Counter rnay be a6iuuted- 1[bc test procedure will bc repeated io evaluate the u6iumtrucots. No more than three (]) uJiustnucots may he made \othe cnuniC,, after which the Counter ahml| horeplaced. J. Observation. Thc Contractor shall allow for observation by the Owner and/or Engineer, during CCTV inspection work fbrpurposes *f verifying that all required CCTV inspection procedures are being followed and C(.,"I'V inspection observations are being properly coded. The Contractor shall provide comfortable viewing occrau to the video rnonii*, during the video inspection recording to allow Owner, Engineer, or Representative to compile a log ofthe Inspection. The Owner,, U'rigineer, or Representative may rnake both scheduled and Unannounced visits to (X-.I\/ inspection operations while work is in progress. Notvvithsbaodiog any Such observations oftbrCL.TV inspection work by Owner, Engineer, or knprcoeu&Kivc, the Contractor shall be responsible for the quality o[vidoo and docorncntcdnbscrvutiooa. 11-1308'05 KoOCNMENTATI[ON A. CCTV imupucdnn L*gs. Printed location records xhu\i be kept hy tile Contractor for each inspected pipe segment. The logs yhuU indicate, at onininounn, the pipe |nco|iun, imoiudiog the n�cu1nunze, starting and ending nnunh*ieo' date and bn�c of don, direction ofinspection, pipe diameter, routeziu|, and joint kyxrdh, and final inspected length. The logs wiUclearly show the distance from the centerline ofUhc starting manhole m[uocb observation and other points of significance sucb as locations *[building sewers or other connections or unusuu| conditions, using standard NASS[0 codes. (�onnnoco/s shall bc noted k/ document atypical conditions not otherwise described by the observation codes, A copy ofeach CCTV inspection log will be supplied to the Owner in hard copy and P[)F6`oruatonun external hard drive. B. Digital Photographs. Digital fbrnnut ]PEO of all prnh|rnns, severe defects or atypical wbxervudwus shall bc taken hy the Contractor and provided tothe OWNER on an external hard drive. C. Digital (�(.T\/ Inspection Recording. The purpose of digital CCTV inspection recording shall he to supply visual and audio ,ccnrdo[lhc sewer condition on an external hard drive. Format Includes noinirounn35Z }{ 240resolution, 30 frames per second, and 1.5 Mhi\o per second data rate. Other resolution, franc and data rates are acceptable as long as similar or better image quality and acceptable Fi\c size are obtained. [oob individual pipe segment Must hcincluded lnu single file, except ifu reverse Set LIP iy required due hnon obstruction, ill which case the reverse inspection shall heconiuined ill oseparate 0c. O. Tbctb||owinginfonno1ino must hc provided uu screen text oil the video recording: o [Jnakroon and downstream node numbers o Direction ofcarnrrytravel o HuPwaeofCCTV o Locution o Date and time ofda} o Jnbnumber and/or project nmne o CCTV company o Operator's name F". The text should be clearly displayed oil o contrasting background (e.g., white text on dark background or black text oil white hackground). This text should bc displayed for approximately fifteen (l5) seconds or for the duration o[the start-LIP narration, whichever is longer, If an inspection is being perfbomcdoil conoccuiivc Pipe oogn»euLs with the aannc setup, this infhrrnotion rnuu< be provided at the start or each pipe xcgrocn1. Note: If the C(�TV software being used can only display the ^^fioro,- and '"to" manhole numbers rather than Upstream and downstream numbers (as io the case ofo reverse inapechon), then the upstream and downstream rnunbu|cuunobto Should be clearly stated in the startup video narration. F. D"u,lngCUTV, the n/nning screen must include the following inb»rnnxhon. The display u[this information rnuai in no way obscure the central fhous of'lbc pipe being inspected. o Running fhwtngc (distance traveled) o Upstream and downstream (or^^|h/no"and ^tv") node numbers of' inspected pipe segment G. The end pmiutof'1bu inspected pipe segment should be indicated with screen text for approximately Fi8ccn (l5) seconds. The ending screen text Should indicate: o Ending footage o Date and time ofday o Dpstncanu and dovvno1ruarn uoJu numbers of' inspected pipe segment H. ThcC[TV video recordings should not contain inappropriate language, idle chatter, background noise, and discussions bcivvucn the operator and other crew members. A voice narration must be included inthe video recording. All video narration Must be live by the CCTV operator. Digital voice nmnohou is only allowed it'specifically approved by the Owner, ']'his narration must include the Following information ui the beginning ofcach pipe segment: o UpxUeooz and downstream node numbers o Direction ofcunicratravel o purnoncofinopection o Location o Date o Job nurober (ifnpp|icub|r) and/or project nurnc n Pipe size o Pipe material o CTYVcurnpmuy u Operator's name i All observations along the |Cngth Of the Pipe must also be narrated, with u description of the observation and clock position, if applicable. At the Conclusion of the inspection ofmpipc mcgmuo(, the uperuiorsbou|d state the fiuu| CCTV footage and indicate that the CCTV ixspcutioonfdze pipe oegnncnt is complete. |/ the inspection had iobe abandoned before reaching the ending rn4nho|c` then u statement to this effect should be made as part ofthe ending narration with a reason given ao10 why the inspection could not hecompleted. J. The uudio and video shall be free ofc|cuiriuu| interference and excessive background noise, Digital video recording playback mhuD be at the same speed that it was recorded. The /�on|routorshall have all digital video and necessary playback equipment readily ucccayib|c for review by the Bnginccr and Owner during the project, after which time the digital video xbul| be given typed iubc|a and presented tnthe Owner. All external hard drives, subnniKcd to the Owner, ohu|| remain property oflhc Owner. The Contractor may, at the diouredoouf{he Owner, retain ucopy. Should any portion of the inspection documentation hcof' inadequate quality or coverage, as determined by the Owner, the (..ontractor will re-Inspect the unacceptable portion u( uo additional expense tn the Owner. H308.06 NIE/kSY]REMlkNl[ AND PAYMENT Payment Qo, CCTV work shall he included in the contract bid prices for lining except as stated on the bid uhcct. SECTION H1200 CURED-IN-PLACE-PIPE (CIPP) REHABILITATION H1200'01 INTENT It is the intent of this Specification to provide the rniuirnnon requirements for CLPPKchmhi|iiadon. H1200J2 GENERAL A. ScopcofYVork | The Contr-actor shall provide certified design calculations, materials, equipment, labor, trumuportation, cooetrucdon, uluipnuco1anduzochinery, too|u, npp|iuocco, f'Lici puv/cr, light, heat, and other ancillary Work k/ ouoocuuKUUy complete the operations as specified herein. The Work fbrcured'in-n|acc pipe (ClPP) lining shall also include tile restoration ofthe Work site, including restoration of' surhaoco such as paving, seeding and sodding, as occdcJ, if damaged conqpbte wbcrcshorwn on tile Drawings and uuapccified herein, The C,onUootorshoU include all costs necessary to complete the Work within the existing euacrncntu; if additional ternporary easernent is needed based oil the Contractor's rneans and methods, he shall procure said eoyonocotu at no additional cost iothe Owner. The Work horC|PP lining shall also include any standard cleaning operations and internal video work necessary to prepare the pipe for lining during construction. 2. The intent is to huvr urcsin ' impregnated flexible |e|1|ube installed arid cured in place in (he designated mainline ucvvcrs. 'File tube ubu|i be inverted into the rnoiniioc sewer utilizing o vrniox| inversion standpipe arid hydrostatic head or mechanically installed. Curing ofthc mainline sewer shall bc accomplished hy circulating hot water oryiconn to cure tile resin into ohnrd iropenomuh|c conduit. When Cured, tile tube shall extend over the length o[tile existing line ino coutinuomm tight fitting watertight pipe within apipe. 'File rehabilitation oftbr sewer main shall be perl'ornied without the need for excavation or derriolitioll ot, existing Structures, and bc able (onc'ooiuh|iob User lateral services without excavation. Thc pipe lining method ohm|| have sufficient structural strength to ouppodaDdcud |oudn, |ive |ouda, ondgroundp/aterlomdoioopoaedvvi{htbe assumption that the existing pipe cannot share any loading or contribute to atrocluru| integrity of the liner. The liner ohui| provide the least possible thickness or decrease in pipe diameter to mcci the strength and other design requirements of ihisnpeciGuaUon. 3. Thc Work ubo|| hc performed iu accordance with /\BTMD58|3 (Standard SpcciUoutino for Cured-in'P lace Thcnnoucttiog Resin Sewer Pipe)' /\3TM [|Z\h (Standard Practice t*or Rehabilitation ot'J'Alsting Pipelines arid C'.ondUlts by the Inversion arid Curing otuResin-Impregnated iuhe, /\STM 1`1/43 (Stnmdurd Practice f'or Rehabilitation ofl.,.Aisting Pipelines and Conduits by PUlled-In-Place (Fest. Methods for Flexural Properties of'lJonzin[broedand Reinforced Plastics and Electrical Insulating Materials), B, Submittals Submit CUT Lining Pion including design calculations (certified hyuhyu Prof'csaionu| Engineer txpchencud in design ofthis work and |ioonacd in the State of Indiana) and all shop drawing and installation details as recommended by the nnouufacturcr, |oc|odc all perh)nnunoc data an(] other material specifications normally available and provided from the ouonu[ociurcr. The Contractor shall furnish, prior lo use nF the lining materials, am1isbucio,y written guarantee ofbis compliance with the manufacturer's standards fbr all rnniedo|o and techniques being used in the ClPP lining pnnccsa. The Contractor shall provide certified test reun|ix from the manufacturer that the rnuieriu| con[onoy to the applicable reqoircnoen<a. Materials not complying with ,cqulrccnunlo sbu|| htr�jectcd. Include in the submittal uho|| bcosurorouryofexperience. Ou'Sitc supervlxoro shall huv�at |cua1 25,000 FT and/or 200 |ioc sections of|ining experience installing the |iaicd product, and the product Should have nninirnunx m[200'000 FTood/or |0O0 line sections installed. The Contractor o, Subcontractor'akey personnel ybmli have u noininouro of|0O,000 Pl and/or 300 line sections of|ining experience. C- Electronic Video ((T]\/ and Pole ("'unnura) Any video documentation provided to the CONTRACTOR during bidding is for in6000utionu| purpoxcoon|yundvnlyrcprexen1uihccoodiiionofuoypurticuiar pipe or manhole at that moment in time and to the extent able to be seen with the iboimgeprovided, ,HK%00.03 PRODUCTS A General l. The FdiTuhe ubo|\ be fabricated tou size that, when installed, will neatly fit the internal uircunnfcccncnoFUbcconduit. Allowance shall he made for uircurn6rnrnliu| stretching during insertion. 2. Thc noinimnuon thickness for the liner nnuteda| mhu|| be verified by design oa|cu|a1i*ma prepared by aPrwfcuaiooa| Engincerfaruiiioz with CHIP design fbr each specific pipe location. IJeVignofthc liner shall be based outhe conditions o[ the existing pipe, which oba|| be classified as fully deteriorated based on the definitions ibcrco[contmincdin /\STMPlZi6 Appendix ){|. The liner shall bc designed 10 withstand all impoycd loads, including live loads ifupp|icub}cund sewer to receive lining uhuU be ockm1 depth to crown. The proposed C|PP liner to be used xboU be designed for- unninicnurn fifty (50) year set-vice |i5o under continuous loading conditions. 3. The nninirounn length shall be that deemcd necessary hy the Cookuctorto effectively span the distance from Uc inlet to the outlet ofthe respective rnaoho|cx unless otherwise specified. The Contractor shall verify the iuncMho in the field before impregnation. Individual inversion runs can be nnudr over one (|� o, more n-raoho|c sections as determined in the field by the Contractor and approved by the EoginecrurOwner. B. Tube The sewn t1lbe shall consist ofone (I) or more layers ofabsorbent non-woven felt fabric and meet the requirements m[/\STMPl2l6, Section 5.\ or /\8]lV| P|743, Section 5.2.1 or/\STM 5013, Section und6. The tube shall bc constructed \m vvitbu\und lnstu||o\iouprcosurcs, bovcou[Ocicnt strength to bridge missing pipe, and stretch to fit irregular pipe sections. The v/ci out (ubc shall have w relatively uoi[bnnthiuknesatba1v/hcnconnpromedaiiosiui|ahnnprcuuureavvi\| equu| or exceed the calculated onininouno design C|PY vvu|| thickness. The tube shall he nounuf�aoiurrdtw a size that when installed will tightly fit the internal circumference and length ofthe original pipe. Allowance should he made for circumferential stretching during innia||uiiuo. No material uhm|| be included in the tube that may cause dcianoioution in the curcd CHIP. No dry or unaaturutod layers nbn|| be evident. The tube nbu|| be marked for distance at regular intervals along its entire |cugib, not to exceed five 5) teut. Such markings shall include the Manufacturer's name arid identifying symbol. C. Resin Thc resin system eho|| be uconTsi*o resistant polyester, vinyl outer, or epoxy, initiators that. when Corcd within the \uhc create u cpnnpouitc that satisfies the nuqoirernemtao[/\STMF|Z|6, &STM058)3 and /\5TMF|743. D. Chemical and Physical Properties On|cxs otherwise specified, the Contractor shall furnish u general purpose, unsaturated, polyester or vinyIcster resin and catalyst system compatible with tile C|PP process that provides Cured physical strengths apcuificdberoio, The longterm OoXoru| modulus to be used mbu|| not cmcood 5OY6of the short-term value for the resin System uo|cxs the tube contains rcioƒhccccneo&. The finished CIPP liner shall be labricated frorn materials that when Cured will be chemically resistant towithstand internal exposure to donoeshc sewage. The ( 'TPP shall confhnniothe rninirnurn oin/utura| standards, as listed below. Property Standard Results HCXocu| Strength #101 (Modified /\STM U'790) 4`500pyi F'lexural Mwdu|ua #|0l (Modified /\STMC-79CA 250,000pai B. Material and Equipment Acceptance At the tirne of mallUfaCtUre, each lot of'liner shall be inspected for defects. At tile tinoc mtimsb||uiion, the liner xhu|| be honoogc000us thl-.ughout, uniform in color, free of holes, Foreign materials, blisters, *rde|cLchouu coancdo|s. No xcv/cr segment shall be lined WithOUt prior notification of the Owner or Engineer. Bucb Uocr shall be mu6icct to inspection by the Owner or Engineer immediately bc[brc i1iuin«iu|lied and Jcf'eoiivc liner shall hc re ccicd. &8K%00.04 EXECUTION /\. Pre'C[PPI. ining Sewer Inspection [|uun and |c|c*isc relevant existing sewer sections k> be lined as described in \he specifications. The interior nf1hcpipeline shall be carefully inspected to determine the location o[any condition, vvbioh may prevent proper hns¢J|uhnn of thcncvvp- Defects shall be noted so that these conditions can hccorrected, B. Safety The Contractor xhu|\ carry oot his operations in strict accordance with all applicable OSHA standards. Purtiou|nruUcndon is drawn to those au0:ty requircnnomty involving working with scaffolding and entering confined spaces. C, Cleaning and Root Treatment ofSev/erLinc It shall be the reaponuihi|iiyof\hc Contractor to ,cru*vc all internal debris and root growth troru the sewer line necessary \u complete this work. All gcncru| cleaning Ahu|| be covered in this section. U. Bypassing Sewage l. The Contractor uhui| bypass the Dov/of sewage around the section or sections of pipe designated fbrliner. In general, ihu bypass for CHIP lining shall be made by plugging the |ioo at an cXixting upsbcunn nuouho|e and puroping\bu flow into o downstream manhole orud\acunisystem. The purup and bypass lines shall heo[ ndcquaie capacity and size to handle tile Unvv. The Contractor shall he reaponsib&c to notify all property owners that will be affected by the diversion and/or the |000porory loss o[service two (2) weeks ivadvance. 2. lfo:qui,cd [br ocrvice |uieru|m, the Contractor will be responsible to furnish all the necessary cquipmentto uu5c\y divert the flow orouod tho work area. The diversion shall bcBogioccrapproved. No flow shall be discharged oil the uurbacc, intoatonn sewers, ditches, or In waterways. B. LincObokocbona k shall hu the responsibility of{bc Contractor\o clear the line nf obstructions Such ua solids, dropped joints that will prevent the insertion ofdbc |iocc If inspection reveals an obstruction that cannot be removed by conventional sewer equipment, dzcn the (..,on iuxctor shall hydraulically re-round tile pipe using otruoch|coo method or make a point repair excavation to uncover and remove or repair tile ohatrucdon. Such repair shall bc approved ine Change Order prior to: the commencement oftbcWork. F. ]mutui|o\i,onprouedurcs |. Set-LIP: |o general the (7|PP installation shall be in accordance with /\STM F|2lh, Section 7oc&STMP|743, Section 6. The Contractor,abnl| designate o location where the Felt tube will be vacuum icnprcgnu\ed prior to installation. The Contractor shall allow the Owner io inspect the materials an(,] "wet Out" procedure. }\ cu1a|yu< xyoteoo compatible with the resin and tube uho|| he used. The wet out tube shall be inserted through an existing manhole or other approve(] ucccye by means ofao inversion or cable and vviocb process. In the case of the inversion method, the application of hydrostatic head obo|| be sufficient tufully extend the tube io the next designated manhole orierrninu\iunpoint. The tube abu|| be inserted into the vertical inversion standpipe vviththu ionpconcuhic Plastic membrane side out. &t the |ovver end o[the invuruioo standpipe, tile tube uhuUbc turned in,.4de out and attached to tile standpipe so that a leak proofseal is created. The inversion head will hc adjusted tohcof sufficient height to cause tile impregnated tube to invert from rnxnhoic to noaubnlx and hold the iuhc tight to the pipe wall, produce dimples at side connections and flared ends at the manholes. The Contractor shall use a lubricant usnecessary. Care shall hc taken during the uUrvutod curing temperature so as not to over stress the felt fiber. All aect�wnoof pipe shall hc the responsibility o[the C.untruc(orto verify the size, material, location ofstructures, number and location oflatcrals, and existing condition uftbo pipe prior to construction. The hid proposal contains estimates of the sizes and quantities o[liner which will bcinstalled. k shall bcthe Contractor's responsibility to verify the esuui lengths necessary after, the segments have been scicutcd and prior to n,dcrio , or fubricodng4ny liner materials. Z. Curing: After installation io complete(] the Contractor shall Supply Suitable heat Source and hydrostatic water orxieunu pressure recirculation cquiprucni. The equipment shall be capable ot-delivering hot water or steam (hr0LIgll0Llt tile section hyrncuoaofoprc s(runghoscto uniformly raise the \cnlperuturc above tile temperature required to effect a Cure oftlio resin. 1bia temperature shall bc dciuoninedhy the resin/catalyst uysturn employed. 'The heat Source shall be fitted wifli suitable monitors to gauge the temperature of' the incoming and outgoing vvatcror steam oupp|y. /\nm{bor such gauge shall he placed between the irnpvcgua1cd tube and the pipe invert u1the nnrnotc rumnbo|c \o determine tile temperatures during curo, Temperature in the |iuc during the cure period uhn|| be as ruoonoonoodcd by the resin manufacturer. Initial cure shall be deemcd to be corripIcted when inspection ofthe exposed portions of C11111 appears to be hard and Sound and the remote temperature sensor indicates that the \cnzprrntore is of magnitude to realize on uxothcnn. The cure period shall be ofuducuiion roc000nocodcd by the resin onunutucturer, as modified for the ClPpprocuyo, during which time the rcoircu|otioo of the vvoJcr oratcan` and cycling ofthe heat exchanger to maintain the (cnuperoturc continucu. ]. Coo|'l}ovvo: The Contractor shall cool the hardened C.LPPiomtemperature be|nvv i00{P before relieving the static head in the inversion standpipe. Cooldovvonnay be accomplished by the introduction of'cool water into the inversion standpipc to replace water being drained from oarnui| hole nnudc in the dov/oo(zcunn end. Care shall hc taken in the release nytbc static head so that a vacuum will not hc developed that could damage the newly installed C|PP. 4. Finish: The finished C|1111 shall be Continuous over the entire length ofan inversion run and be as kcc as coronucrcio||yprnoticohiu from Visual defects such as fbnci�po inclusions, dry upnio, pinholes and dduroino1ion. It shall also meet the leakage requirements or pressure test specified below. During the vvorouoty period any dc<`ectxwhich will affect the integrity or strength *[the CiPPshall be repaired at the Contractor's expense, in a manner Mutually agreed by tile Engineer and the Contractor. Alternate methods ufiouLa||inAund Curing tile tube shall be submitted tn tile [nginccr for approval. 5. Seating the CHIP otManholes: The Contractor shall apply w seat o1 the manholes. The xco| shall bcol'u resin mixture compatible with the C|PP. b. Service and Pipe (.-�onncc<iuou: After tile liner has been cured in place, the Contractor shall reconnect any existing active service or pipe connections. The Contractor shall bc responsible 10 confirm the active pipes and laterals prior lo reconnection. This shall bc done without excavation from tile interior ofthe pipeline by means *Futelevision carncrouod a cutting device that re-establishes tile service connections tu not less than 95 percent capacity. 11'utturreoonneohon the lateral connection continues ioactively leak, the Contractor shall iofhrrn thc Fnginexr. If directed by the [nginecr' the Contractor shall perform u point repair oil the lateral connection. Such repair shall bc approved iuo Change Order prior Lu tile commencement o[the work. G� Tc�i� u� Pn�CUPPLining Sewer Inspection The watertightness of the CPP shall be gauged while Curing arid under opositive head. Any leaks shall br repaired and retested io the satisfaction of the Engineer or Owner. The finished |inerohu|| be con1iuuouo over the entire length of tile installation and conform to the v/o||a of the host pipe. /\n part nfdho testing reqUirerroent, upon completion of the installation and lateral reconnection, a VISLIal inspection of the expanded in place pipe shall be pertbi-nied via a CCTV carnera. Tbcporpomc of this televising work is to review the completed work. The Contractor shall provide a thorough review ofthe pipe and connections with a pall and tilt camera. Each lateral connection shall hu examined with u pail arid tilt camera. & copy o[the post-lining internal sewer video nhu|| be provided to the Uvmcr. U. Restoration [Jpun uuucptuocc oftbe installation work and (ustiogthc Contractor uba|| restore the project urcu affected by his operations. The Contractor shall restore or replace all rsruovcd or damaged paving, uurhing, yidenuiko. gutters, *c other disturbed xudaccmoruknctuccstoucondiiionequuilothu1hcfooclhe *nrkbcguu, iv1hc satimfucdom of the Owner orEngineer, The Contractor shall remove aurp|us Pipe, tools and temporary structures. All dirt, rubbish and pipe noatcriai frwnoihc operation shall hc legally disposed of" hy the ("ontrac1or. |. Patents The Contractor shall vvarrooi and move haon|csa the Owner arid their Engineer against all u|ainno for patent infringement and any |omm thereof. Hl%U0'05 MEASUREMENT AND PANIMENT |. Work in this Section shall he paid for based *n the ^^L.iueur[om[` or^1`cr Bauh" price for the appropriate hid schedule item. Nolen: The cost, for Sanitary Bypassing arid Pre and Post CCTV shall bc included in the cost of(lie lining. 2. The actUaJ number of lineal feet of tested arid accepted CIPII lining ofthe various sizuu, conytructcdusuhovvuun1bcp|una, uoapocificdonduoordcredbythc Engineer or Owner, measured along the centerline of the pipe I,rorn center to center ofilianholes will be meaSUred for payment under the respective Iterns. Except as otherwise stated herein, no deductions in length will be ruadc for manholes or fittings ordrops. The actual nurnbcruf tested arid accepted C|PP |aLczu| rcinxLo\cruonty will he nucxyu,cd for payment under tile respective bid ilcnn. H1200.06 WARRANTY The Contractor shall warrant, for a period of one year, all defects which will adversely affect the integrity or strength of the liner. The Contractor shall repair or replace, at no additional cost to the Department, such defects in a manner mutually agreed upon by the Department and the Contractor. SECTION H1300 SEWER LINE CLEANING. H1300.01 INTENT It.is the intent of this portion of the Specifications to provide for the cleaning of non-man entry pipelines. i111300.02 SCOPE OF WORK CONTRACTOR shall furnish all labor, materials, equipment, supervision, etc. required to CIPP line the sewer segments as shown on the attached drawings. The OWNER reserves the right to award this contract in full or to award as identified in the BASIS OF AWARD, SECTION H000.000. All work for this project will he awarded to a single contractor. Unless otherwise specified, the CONTRACTOR shall be solely responsible for his means and methods. FLUSHINC, OF ANY SANITARY SEWER 'TO 1..''ACILITATIE CLE.ANING ACTIVTIIES .WITHOLYI THE CAPTURE OF SOLIDS AND DEBRIS IS EXPRESSLY PROHIBITED. 111300.03 SAFETY CONTRACTOR shall be solely responsible for safety during the performance of all Work. CONTRACTOR shall take satisfactory precautions to protect the sewer segments and appurtenances from damage that might be inflected upon them by the use of cleaning equipment. Any damage inflected upon a sewer segment or other public or private property as a result of the CONTRACTOR's negligence or improper cleaning.operations shall be repaired by CONTRACTOR at his sole expense. CONTRACTOR shall not enter into any sewer segment where hazardous conditions may exist until such time as the source of those conditions is identified and eliminated by CONTRACTOR. CONTRACTOR shall perform all work in accordance with the latest OSTIA confined space entry regulations. CONTRACTOR shall coordinate his work with local fire, police and emergency rescue units. Whenever hydraulically propelled cleaning tools, which depend upon water pressure to provide their cleaning forces, or any tools which retard the flow of water in the sewer segment are used, precautions shall be taken by CONTRACTOR to ensure that the water pressure utilized does not result in any damage or flooding to public or private property being served by the sewer segment(s) involved. 111300.04 EXECUTION A. C|ooniug [uui ent Only hydraulic and/or mechanical eqUIPITICIlt shall be used by CONTRACTOR to accomplish cleaning activities. Accuracy o[cqui cniondopcoUingnncihod [or cleaning shall be.jUdmed by the results obtained. When hydraulic or high velocity cleaning equipment is used, oxuitnbb sand trap, or darn sbu|| he constructed in the dov/my1n:on nzunho|c in such a nnunoerUhui all solids and debris are trapped and removed thereby preventing Such material frnnnpusoiogintotbonexiocv/cr segment reach, The following are general equipment and performance requirements: i� Hydraulically Propelled Equipment 'The equipment used ahu|| bcotumovable darn type and be constructed io Such u way that. u portion o[ihu darn may br collapsed a\any time during the cleaning operation to protect against flooding ofthc sewer, damage to the sewer, arid/or damage 10 public or private property. The moveable durosbu|| he equal in diameter to the pipe being cleaned and ubo|l provide u flexible scraper around the ouicr periphery in insure cccoovu| of grease. Sewer cleaning balls or other equipment, which cannot be collapsed shall not hc permitted forUse. ii. High-Velocity Jet 6guipnneot All high-velocity sewer cleaning equipment shall be cunxtruuied for ease and safety ofopera1ion. Tbe equipment oh4|i have m oc\cuiioo nf\vvo or more high-velocity nozzles. The ocoz\co mbai| lie capable ofproduciogn scouring action from |5to45 degrees in all sizes o[|inc designated tohecleaned. The equipment shall have anuininuurn working pressure o[2,U0O psi ota6O GPM rate. Squipnnen1 wbu|\ also include o high-velocity gun for washing and Scouring manhole walls and floor. 1bu gun shall bc capable o[ producing flows from u fine spray tou solid sircano. The equipment shall curry its nvvn water tank, auxiliary engines, Pumps, and hydraulically driven homcreel. Liquid decanted or separated From the solids shall be returned 10 the sewer and shall not contain solids having greater than u 125 micron size, iii Mechanically Powered Eguiprneni Povvcr onddingrouchinca uhu|} be either ocutiomu| or Continuous rod type capable ofho|dinguruinirnunn oil'750 feet o[rod. The rod ohuU be specifically heat-treated steel. To insure su|e, opcnaiion` the machine shall be fully enclosed ml(] have onaUtOmudcSifetv clutch or relief valve, Buckets, scrapers, scooters, porcu ioco` bruobcouodoLhcr mecbonicul cquipmentnnuy also he utilized. Chain knockers may not, huutilize. All equipment and devices ohu|| hc operated by experienced personnel o* that sewer lines are not damaged in the prucexyo[c|coning. iv. Root Removal Roots shall be removed in all sections where root intrusion is evident. Special attention xbu|| be used during the cleaning operation to assure uucornp|etea removal ofro*tafrornthcJoinix. Procedures may include the use ofrncchanicu| uquiprncnt Such uu noddingrnuchiues, winches using root Cutters and porcupines, and oquiprueotanrh ashigh'vciociLy Jet cleaners. Chemical root tzcnUneot may buuuCda| the option nf CONTRACTOR to aid iu the removal ofromtu and ut the option ofCONTRACTOR, manhole sections that have root intrusion may hc treated with all approved herbicide. All uoaio fbrchcnnicu| treatment abo|| be considered incidental in this contract. C,bcnnicu| treatment isNOT required ua part o[thisconhocL V. Protruding Luicru| Connections When specified, CONTRACTOR ubu|| remove protruding lateral connections via the use ofin1crnu| cutting devices which arc capable ofproviding a lateral Cut oi its internal connection k. the ucvvcr. B. 8cozs-s, /\ccesa ofibe sewer for cleaning and CCTV purposes shall only hcvia existing manhole openings. Access to the site shall be coordinated hy the CON'[|{/\CTOK. Access to |iroitmd sections o[ibc sewer at various |ocu1imum is as shown on the attached drawings ond/o, dbrouuh existing easements along the sewer alignment. If additional access isnoeded, C0Nl[{/\UTDK shall he responsible for obtaining access rights from individual property owners. Ally work. required to assist in Vehicular orcquiprocuiaccess will be the ,copoouibi|i1yo[ihe CONTRACTOR. All disturbed land or property shall hc restored toexisting or better conditions. C. Bypass Pumping Should bypass pumping uc other f6onofyc*ugc flow control hcrcquired bv/ofCOMTRAC]\}K to facilitate sewer |iuc cleaning or work, CONTRACTOR okui| be solely responsible [bc providing all labor, cguipnocnt and materials necessary to control the flow of'sewage in and/or around sewer xegnncnUa> being cleaned ortelevised. Kcqnircmcnb for sewage flow control and bypass punnpiug are contained in these Specifications. 11 Blockages Preventing C|coning |fc|euni ofuo entire sewer section cannot huouucoss[u\|y performed from one munbo|c, Cquipnn0ut shall 6c set Lip *n the other manhole and cleaning oguinaUccnptud. No additional payment allowance shall bu made tor reverse sct'upu, |foo reverse Set-Up xuuucso[u| cleaning also cannot bcperthrmcdor oquipnoco15ui|a to traverse entire ocv/cr )inc occb*o, it aho|| be aoournod that u rn Jorb|ockugcorde6ccicziatuuoduicuuingcObr{ xbu|| bruhuudoncd. CONTRACTOR shall determine the location ofno jorb|ockagc(u) by measuring length of hose or rod inserted From manholes ui each end and imrncdiu1cly report location o[b|ockugc(m) toDVVNGR and ("OyQTK/\CTOK shall note \bcacconditions in its field log. C()N'FKACTOR shall recognize that there are xornC condidons such as broken pipe and no jor blockages that prcvcntcleaning frnrn being accornp|i stied or where doniugc Could result ifoiemuing *cncattempted orcontinued. OWNER shall hcioznnrdla1e|y notified hY CONTRACTOR of'uny and all conditions which in the opinion of[ON'[K/\(�TUR warrant Lcrnoinm1imn of cleaning activities. IfCONl|l8C^[OK`scleaning equipment becomes lodged ino sewer, i[ shall bc removed by (,ONTR/\(�TORm\ his expense. This shall inclUde excavation and repair ol'the sewer, underground utilities, backfilling, and sudbccrestoration. Work shall bu approved by the [<S[) EN(]|NE[BL prior tocommencement. E, Debris Removal and Disposal CONTRACTOR shall removal all Sludge, dirt, sand, rocks, grease and other solid or semisolid material and debt-is resulting frurn the cleaning operations iiorn ihcJop/noirc000 manhole niLhr sewer segment being cleaned. Passing rnoicria| fionn xcvvcr segment to ucvvc,ucgrncu1 shall not be permitted. In the event that sludge, dirt, sand, rocks, grcuoc and other solid and semisolid cnaiedu\ or debris ceau|iingfrorn the cleaning operations are observed and/or detected by OWNER as passing to dovvuaircenu sevvcracgnucnoo), CONTRACTOR shall be responsible for cleaning such dovvustrconn sewer scgixcnUo> utoo additional cost to (}VVy4[K. CON�IRA(TOR shall bc responsible for the handling, hauling and diup"aa| of' all debris, silt and accumulated solids removed from the, sewer. All debris, silt and solids removed by CONTRACTOR shall be disposed o fat u Ouui]iiy licensed for the handling and disposal of such materials iouccocduocovvkhuU appropriate codes, rules and regulations Dxtbo handling and disposal ufaudh noate�rin|o. Under no circumstances obai| the rcnnvvcd ocvvoge or solids be dumped onto streets or, into ditches, catch basins, storm drains, sanitary or combined sewer manholes, or otherwise improperly disposed. |[sewage is unintentionally spilled, discharged, |cnkud or otherwise deposited io the open environment, CVNTR/\[TANsho\| be responsible for any clean-Up and disinfection ofihc affected area. CONTRACTOR shall comply with all |ouu|, State and Federal regulatory requirements regarding spills. Improper disposal ofscv/ugc or spills ccrnovcd from the acvvery nouy subject CONTRACTOR to tIncu imposed by OWNER or other regulatory entities. In addition, CONlFN/\CTODoouy be aubJcct(o civil and/or criminal penalties for improper disposal or removed noo(criu|y under the |uvv. CONTRACTOR may decant vva1u, waste to the sanitary sewer mcaithe VVuu(c Water Treatment Plant. OWNER reserves the right io |iooi\or redirect disposal in response to operational difficulties (i.e. wet weather flows). There Will bcoo user rate charged to the CDNlR&C]'UK for this disposal. CONT`Fl/\CI()k may dispose o[dca/utered solid *uoic remove(] hrmzu(he auuiiury mt`*er at the New Paris Pike [undOi\ (owned and operated by OWNER) during normal scale hours, /\ 6m|id Waste Manifest will be provided by the OWNER and noumt be taken to the iuodOi| with each load at the time ofdisposal. ]'here will beuo dumping charge io the CONTRACTOR for this disposal. CONTRACTOR rouxtconnp|y with all rules and regulations uncequircdhythe landfill. f'. Tree Removal and Land [)ia1urhunuc Within the ExiutingBusenucnt Tree removal may be needed for access 1u clean and televise based on the Contractor's means and methods. lf needed, the Contractor shall remove only the trees required to be removed and only tress vvilbiu the existing easement. Trees and brush shall be fully removed from the site and lawfully disposed o[ Any disturbed uruoo »hu|| bc graded and seeded and mulched. Erosion control blanket shall be utilized for all slopes greater than 3:I. U. M JorProb|cozsund6nncrgencySi\uudoom The Contractor shall notify the Owner ininiediately of any major problems or emergency situations encountered in the field, Including collapsed or severely broken pipe, sewer overflows or significant surcharge, sewer blockages, equipment Stuck in pipe that cannot he realovcd, darnage to private property, ori Jury0uConUauL*rpen000ne| ornnoruhemo[tbupnhiicduring Conirastnr`oopurodonn. H. Cleaning Precautions During sewer cleaning opcaUiono, satisfactory prrcautioou xhu|| be taken in the uucofc|cooiug equipnncnL Precautions shall bc taken io ensure that the water pressure created does not damage or cause flooding Of public or private property being served by the sewer. Whenever hydruu|ioui|ypropelled cleaning tools, which Jcpcud upon vva1cc pressure to provide their cleaning h`rocor any tools vvbiob retard the flow of water in the acvvcr |ioc are used, precautions rhu|\ he taken to enyure that the vvoicr pressure created does not uouno any damage *,flooding \o public or private property being served by the manhole reach involved. [. Water The Contractor shall be responsible for obtaining water ao uccrsou,y. The potable water system in Richmond is owned and operated by Indiana American Water. You may contact them at765-9A2'047O for in(brrnn1i000n *nicravui|obi|ity, cost and upp|icoh|c procedures. 111380.05 ACCEPTANCE Acceptance ofmcvvcrline cleaning will be based on televising the lineKn|\ov/ing cleaning. A line will hcconsidered clean i[ihcrc is no evidence ofroVto and the depth of debris rcnouiniog after cleaning is |exa lO percent o[the inside diameter o[/bepipe. If'cleaning is deemed uuea1io[uc(ory, CONTRACTOR shall re-clean and ro' ioopecldhu acv/cr line until cleaning is shown to be au1iy[mctory (no additional pnynneuLvvii| hennodc6oraddihon4| c|coning, LCIT\/ orbypannpuoopiogbcouuse the sewer was dccnncd onuoccptuh|c). &8K300.0& MEASNR0MENTAND PAYMENT No direct payment shall hcnnadcK`r this work. Payment for cleaning shall bc Riciuneed Sanitary District 2023 Lining Prefect Bid Sheet 9/28/2023 Hem No, DateriptIon Qty Units Unit Price Qty Price 1 Istobilzatton/Dentobilizetion I LS $ 7,897,40 $ 7,897 40 (Max S%of$344,000 or Total Bid,whichever is leas) 2 Protruding Tap Removal((Ad %wed I 13A $ 201,25 $ 201.25 Anal 3 lAteraltSower Rakurtatement 27 PA $ 143.00 $ 3,861.00 4 Ice 'harm Hydrophilic End Seel Meer."Or equal 8 BA $ 179.40 $ 1 435.20 S CIPP Lining•8'Sewer float MI-18147-015 to M/30147-028 216 LF $ 47.65 $ 19.292.10 6 C11'P Lining-8"Sower from ME/1147-028 to MHO147-013 248 LP $ 68.45 $ 16,975.69 CIPP Lining-8"Sower from MHO147-013 to MH0147-012 317 $ 38,70 $ 12,267.90 8 C1PP Lining- Sewer from MHO147-014 to MHO 147-011 330 LP $ 38.00 $ 12,540.00 Area I Pricer, $57,372.10 ALVA 9 !literal/Sewer Reinstatement 13 BA $ 145.00 $ 1,885.00 10 Insigniem Hydrapitillo End Seal Stem or rig 0 2 BA 179,40 $ 358.80 I I C7PP Lining.8'Sower from MHO166-063 to MI-U/166-029 510 LP $ 31.50 $16 P65.00 Area 2 Prim 18,308 8,8 Anal 12 Lateral/Sower Reinstatement 17 EA $ 145.00 $ 2,465.00 13 Ins' Tx Hydrophilic End Seal Sleeve or equal 4 BA $ 179,40 $ 717.60 14 CIPP Lining 8'Sewer from NM/1166-002 to M114166-001 280 LP $ 41.25 $ 11,550.00 15 CIPP -8*Sower from MHO 16(5-001 M MI16166-050 300 LF $ 39.80 $ 1.1,940.0o Area 3 Prim; $26,672.60 AL9114 16 lasteraVSower Reinstatement 26 EA $ 145.00 $ 3.770.00 17 tnsilminTh Hyd Milo End Seal Stemma'equal, I BA $ 179.40 $ 1,435.20 18 CIPP Lining-8"Sower from MI10185-013 to M1-10185-01.9 199 LP $ 50.05 $ 9,959.95 19 C1PP Lining- Sewer ftom MU/185-018 to M110185-020 404 Llt $ 34,60 $13,978.40 20 CIPP Lining-8"Sower from tvUli1185-020 to MIU/I 85-021 95 LP $ 83.35 $ 7,918.25 21 MP Lining-8"Sewer from 85-021 to M1101 85-022 311 IX $ 39.10 $12,160.10 Area 4 Price: $ 49 221,90 Anal 22 Lateral/Sewer Reinstatement 20 EA $ J45 00 $ 2 990.00 23 lesigrinTs,Hydrophilic Had Seal Sleeve or equal 8 EA $ 179,49 $ 1,435.20 24 CIPP Lining 8"Sewer from M10205-010 to MI-18205-01 I 794 $ 27,25 $21,036.50 25 CIPP Lining-8'Strom from MI14205-011 to MHN205-006 134 LE 64,80 $ 8,683,20 26 CIPP Lining-8"Sower front M110205-006 to MH0205-005 341 LP 37,40 $12,753.40 27 CIPP Lining-8"Sewer from Mlii1205-005 to MH4205-004 340 LP $ 37.40 $12,716,00 Area 5 Prim $60,124.30 .11 28 Littoral/Sower Rebate ont IS BA $ 145.00 $ 2,610.00 29 Insigniew Hydrophilic End Seal 81...ve or equal 4 BA $ 179.40 717.60 30 CIPP Lining-8"Sewer from 14111,202-066 to MI111202-049 206 LI' 491)0 $ 10.094.00 31 CIPP Lining-8"Sewer from MHO202-049 to M11#202-04 8 375 LP $ 35,75 13,406.25 Anse 6 Prim: $ 26,827.85 tlfattl. 32 Lateral/Sower Iteinrialement 13 BA $ 145,00 $ 1,885,00 33 Insimilirta Hydruphillo End Seat Sleeve or equal 4 EA $ 254,15 $ 1,016.60 34 C1PP 15*Sewer from Mliii182,034 M10182-054 321 III $ $ 22_149.00 35 CIPP Lining- Sewer from MHO182-070 to MH1182-013 296 LP $ 41,25 $ 12,210,00 Arca 7 Prince $ 37.260,60 COntIMUI NUM:Alillerilgtelatt.L.L.C___ Nig*1 of Arai 36 Leterel/Sevrer Rointstermot 1 RA $ 145.00 $ 145.60_ 37 Insigntem Hydrophilic)End Seel Sturm or equal 8 13A $ 224.25 $ 1,794.00 38 Pre Liner-12"Eimer Item WV/134-024 lo WM194-012 150 LP $ 2.65 $ 397.50 39 C1PP Lining-12"SOO•er from MI0194-024 to MH$194-012 150 $ 68.45 $ 10,267.50 40 Pre Liter.12"Sewer from M1111194-012 to WO 194-044 323 LP $ 2 65 $ 855 95 41 CIPP Lining•12"Bower front N4110194-012 to MO194-044 323 LF $ 46 40 $ l4987fl Arca Prim 28,447.15 Ana/ 42 Letarel/Sower Roitudetcment 57 BA $ 145.00 $ 8,265.00 43 InsignIen4 HydrophOlo Ilnd Seal Sleeve ur equal 22 HA $ 179.40 $ 3,946.80 44 CIPP Lining-8"Sower Itum MH4159A-009 to MH#159A-008 269 1,2 $ 42.15 1 11,338,35 43 CIPP Lining 8"Saxer item MH$159A-003 to h4H0159A-TX)4 281 Ly $ 41.15 $ 11,563.15 46 CIPP Lining- Sewer from MHP140-010 to MH$140.01 117 $ 71.40 $ 8,353.80 47 CIPP -8"Hewer from 1019140-011 to MH#140•003 1 15 IX $ 72,25 $ 8,308.75 48 CIPP Lining-8"Sewer from M119140-003 to MH$140-002 402 IX J 34.10 $ 13,049.40 49 C1PP Lining•8"Sewer from ME111140A-007 to MH0140A-006 257 LF $ 43.20 j 11,102.40 50 CFP14 Lining-8"Seaver from heHit 140A-006 to mH$148A-005 290 LF $ 40.50 $ 1 1,745,00 51 CIPP Lining-8 Bawer from MH9140A-005 to 141#140A-004 220 Li' $ 31.00 $ 6,820.00 52 CIPP Lining-8" or from 1‘411$140A-004 to MH#140A•003 212 LF $ 32.00 $ 6,784.00 53 OPP Uinta•12°Sewer from MHO 1 59A-007 to 141-11/159A-003 261 LF $ 26.g0 $ 7,020.00 54 CIPP Linins•12"; from 1,411$1 59A-003 to gh111159A-002 301 IX $ 23.90 $ 7,193.90 Ares 9 Price: $116,391.45 Amin 55 Latend/Sewer Reinstatement 8 flit, $ 145.00 $ 1,160.00 56 Insign1on4 Hydrophilic End Sleeve or equal 2 BA $ 179 40 $ 358,80 57 CIPP Linin,q•8"Sewer from Mil/1180-034 to MK/180-007 380 $ 35,55 $ 13,509.00 Area 10 Prim. $ 15,027,80 Arciat 58 latentUSawer Reinstatement I I HA 145.00 t1,595O0 59 Insignialm Hydrrephilio find Sad 3leevo or equal 6 BA $ 179.40 $ 1,076.40 60 CIPP Lining Sewer ficen MI0179-012 to WV/179-014 79 I,P $ 96.25 $ 7,603.75 61 CIPP Unit%•8"Sower from Miiii179-007 to MH$179-004 343 LP $ 37.25 $ 12.776,75 Area $ 23,651,90 /0318.121 62 LateraliScnver Ralustebement 4 BA $ 145.22 $ 580.88 63 insignia Hydrophilic find; I Sleeve or equal 4 BA $ 224.25 j_ 697.06 64 C1PP Lining-12'Sower M110161-018 to NIII$161•019 146 LP $ 69 55 $ 10.154,3.0 65 CIPP Lining- Sewer from MEP 161.019 to A4fINI61-020 97 LE 90.90 $ 8,817,30 Area 12 Price: $ 20,449.48 4;81/11 66 1,atcrwJ1SewerRoinaeIerneal 12 HA S 145.00 $ 1,740.00 67 Insignia",Hydrophilic Had Seal/Reeve or equal 2 BA $ 179.40 $ 358.80 68 aPP Lining•8"Sewer atm MH$065-024 to MH#065-025 301 LP $ 39,50 $ 11.889,50 Arcs 13 $ 13 988.30 Total Price: $501,242.88 I have received addendum number® #1&#2 ,end the Flees in this bid reflect then chengesfelerifioatIons. Miller POeline,LLC tra arse 1 qii!v23 Authuri...4 8i ,sture Data Conimotor Num Miller Pipeline,LLC Poole E-Verify Requirements: Definitions: c-Verify program—A electronic verification of work authorization pro •m of the Illegal Immigration Ref. •• and Immit ; ion R;;• nsibility Act of 1996(P.L. 104-20.8),Division C,Title IV,B.403(a), as amended,operated by the United States Department Of Homeland Security or sum•-:sor work authorization pro: ;• designated by the United State Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the land!, tion Reform and control Act of 1986(P.L,99-603). No performance of services shall commence until the following has met 1. The City is in receipt of any required certificates of insurance; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Co.'•22-5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purch•;i ng Department. iltallir•Iliali•li•IFAIIIIIIIIN101.11111111101114011411111111110111iiii N NUN NUN lism•IIIIIII•••11 NIRIniorimIlUil est pi COMPLIANCE WITH INDIAN.A.E-VERY PROG t • REQU ' r MENTS Pursuant to Indiana Code 22.5.1,7,Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify progr u. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program lithe Indiana Pa-Verify program no longer exists. Prior to the ' performance of the Agreement,Contractor shall provide to the City its si u•d Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7(a)(2). In the event Contractor violates IC 22,5-1.7 the Contractor shall be required to remedy the violation no later than thirty(30)days after the City notifi,:: the Contractor of the violation. If the Contractor fails to remedy the violation within the thirty(30)day period provided above,the City . : consider the Contractor to be in breach of this Agreement and this Agreement will be terminated, lithe City determines that termi • ; this Agreement would be detrimental to the public interest or public property,the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section,then pursuant to IC 22-5-1.7-13(c)the Contractor will remain liable to the City for actual darn._es. • . Affidavit of Zntploytnout Eligibility Vartfication ' ' The Contractor, _Wier Pipeline,LLC h. .w. i affirms under the penalties of perjury that , . Contractor does not knowingly employ an unauthorized alien.•If Contractor is self-enapIoyed . • • and does mot loy any erriployees, Contractor Z'erifies he or she is a United S•xM citizen or qualified alien. . _ The Contractor has not knowingly employed or oontratited with an unauthorised alien and , ' • shall not retain an employee or contract with a person that the Contractor subsequently learns • is an unauthorized alien. Pursuant to Indlaiha Cod02-5-1.7,Contractor has enrolled in and • ' • verif ed-the worlctel gibility s of all newly hired'eznployeos of the contractor through the ' Indiana l3-Verify program. , . • The Contractor has required Contractor's,subcontract©rs to certify ira_the'Contractoz that the ' • subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor +• enrolled and is part cipating•in the -Verify program.The Contractor will maintain this certification throughout the duration of the tcrtu of a contract with a , • subcontractor•. • . I hereby verify under the penalty of perjury that the foregoing statement is true. Dated this 188__day of October ,2Q 23 ° (signature) _ Chris Schuler • • • (printed name) • ..4,1*-- CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 i , ',1i) Slate Form 52414(R2/2-13)/Form 96(Revised 2013) ( %, , , Prescribed by State Board of Accounts ....- PART I (To be completed for all bids. Please type or print) Date(month, day, year): 10-23 1. Governmental Unit(Owner): City of Richmond, IN 2. County: Wayne County 3. Bidder(Firm): Miller Pipeline, LLC Address: 8850 Crawfordsville Road City/State/ZIPcode: Indianapolis, IN 46234 4, Telephone Number: 317-293-0278 5. Agent of Bidder(if applicable): N/A Pursuant to notices given,the undersigned offers to furnish labor and/or material necessary to complete the public works project of City of Richmond (Governmental Unit)in accordance with plans and specifications prepared by City of Richmond, Richmond Sanitation District and dated 8/25/2023 for the sum of Five Hundred One Thousand Two Hundred Forty-Two Dollars and EIghty-Eight Cents $ 501,242.88 The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply,the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit basis,the itemization of the units shall be shown on a separate attachment. The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (I.C. 5-16-8-2). I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of ,subject to the following conditions: Contracting Authority Members: PART II (For projects of$150,000 or more— IC 36-1-12-4) Governmental Unit: City of Richmond, IN Bidder(Firm) Miller Pipeline, LLC Date (month,day,year): October 6, 2023 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed, SECTION I EXPERIENCE QUESTIONNAIRE What public works projects has your organization completed for the period of one(1)year prior to the date of the current bid? Completion Contract Amount Class of Work L Date Name and Address of Owner 3,972,844.90 Sewer Rehab July 2023 City of Lawrence,9201 Harrison Park Court,lamence,IN 46215 1,744,906.44 Sewer Rehab Au4çj2023 City of Martinsville,59 S Jefferson St,Martinsville,IN 45151 732,375.00 Sewer Rehab Aug 2023 City or EVoornington,600 E Maier ,131oomiNtan 47401 173,144.93 Sewer Rehab July 2023 Wage of NO.Lebanon,INS,Cayton Rel,,New Lebanon,OH 45345 2. What public works projects are now in process of construction by your organization? Expected Contract Amount Class of Work Completion Name and Address of Owner Date 316,656.75 Sewer Rehab 2/24 Vamps of West Milton,701 S Miami SI,Wes*Minors OH 45383 4 567 111 34 Sewer Rehab 11/24 Safelefion District No 1,1045 Eaton Dr,Fl WOO KY 41017 2,000,000.00 water main replacement various 12/2023 Warne American WY1101 Inc 153 N Emerson ilea,Greenwood IN 441a4 3 841,091.75 Sewer Rehab 1/24 City of Lancaster OH,104 East Mein 51.,Lancaster,OH 43130 3. Have you ever failed to complete any work awarded to you? No If so, where and why? 4. List references from private firms for which you have performed work. See Attached Reference List SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) The plan for completing this work is to first clean and CCTV the lines to be lined. Verify size and length of the lines and order material. On the day the lines are to be lined another CCTV inspection is performed and then the liner is installed. Once the liner has been processed and,cooled, the lateral connections are reinstated. 2. Please list the names and addresses of all subcontractors(i.e.persons or firms outside your own firm who have performed part of the work)that you have used on public works projects during the past five(5) years along with a brief description of the work done by each subcontractor. Spectra Tech- PO Box 2181 Noblesville, IN 46061 - Manhole Rehabilitation Conco Contracting - PO Box 36726 Indianapolis, IN 46236 - Epoxy Coating Culy Contracting -5 Industrial Park Dr. Winchester, IN 47394- Manhole Rehabilitation Dieg Bros. -2804 A Street Evansville, IN 47719 - Sewer Rehab BLD Services, LLC-2424 Tyler Street Kenner, LA 70062 - Lateral Lining . . 3. If you intend ho sublet any portion oJ the work, state the name and address of each subcontractor, equipment$obe used by the subcontractor, and whether you will require mbond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit|n the event that you subsequently determine that you will use a subcontractor mn the proposed project. US Hydro Vac, 601 S. Girls School RH., Indianapolis, IN - CleaD'Og and TV Bonds will not be required. � � 4. What equipment do you have ovailaNe10 use for the proposed project? Any equipment toim used by subcontractors may also ba required\obe listed by the governmental unit. Miller Pipeline has mnaquipmnertf�mtvo|u�Uin excess of15Umi|UondoUara the fl="*t includes excavation equiprDent, directional drilling, sewer lining equipment, ccv camera equipment, dun�pbonkm. �nd 'oh up�uckm. � � An asset spe�fiodebai|ed |isbngcanbaprovidmduponrequeot. � �� 5. Have you entered into contracts or received offers for all materials which substantiate the prices used bn preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Yes, all materials are in|puded ' _ SECTION U| CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement on required by statute shall thereby bo rendered invalid. The financial statement provided hereunder Uo the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidders capability for completing the project\fawarded. SECTION IVCONTRACTOR'S NON—COLLUSION AFFIDAVIT The undersigned bidder m agent, being duly sworn on oath, says that he has not, nor has any other mombor, ropn*o*nto8ve, or agent of the finn, npmpeny, corporation or partnership represented by him, entered Into any comb|nadmn, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to include anyone to refrain from Ndding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference ho such bidding. He further says that no person or pomomo, fimno, or corporation has, have or will receive directly or indirectly, any rebate,fee,gift, commission or thing of value on account of such sale. SECTION V OATH AND AFFIRMATION I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION CONTAINED[N THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT. Dated at Indianapolis, Indiana this 18 day of October . 2023 K8iUmr Pipeline, LLC (Na I me of Organiza tiom By _zc Chris SChUl�[' `�iC� President (Title ofPerson ACKNOWLEDGEMENT STATE OF Indiana ) COUNTY OF Marion )on) Before me,a Notary Public, personally appeared the above-named Chris Schuler and swore that the statements contained in the foregoing document are true and correct, Subscribed and sworn ho before mnthis 18 day of October . 2023 Notary Public N1y Commission Expires: 2/14/24 -- I 1 ,,--i- 6 04 8 1 s_ ct) (-) LLI I o CI ..▪.. .0. 0 0 NI 0 co U. Cl "cr 1,... vt CC1 W Nt re) 0 Cr) ..▪) ...1. — "57 la a 4( g ....1 -aa. a Z w c Z. t.... a. .. "... a) a il. CD cc CL .t. " c o CO, c 0 (11 --- _c: 0 0 "@ 0. 2 co c DAVID M.SNOW Mayor * I'401.,&vlf * PA1"RICK SMOKER •*„Orr Director CITY OF RICHMOND DEPARTMENT OF SANITATION 2380 LIBERTY AVENUE•RICFIMOND,INDIANA 47374 PHONE(765)983-7450•FAX(765)962-2669 City of Richmond, IN Richmond Sanitary District 2023 Sewer Lining Project Addendum Acknowledgement Form The contractor acknowledges that he/she has received the following addendum: Addendum Number: I Dated: 09-28-2023 Addendum Number: 2 Dated: I 0-06-2023 Addendum Nu her: Dated: Addendum Number: Dated: Company Name: LLC Contact Person: Chris Schuler Contact Tittle: Vice President Address: _ Jndinap1NA6234_ Email Address: JettNewman illerppeline cam Signature: Date: October 9,2923 Document A310 TM — 2010 Conforms with The American Institute of Architects AlA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal maims and ad(lrem) Name,legal slants and plincipal place tif businem) Miller Pipeline, LLC Atlantic Specialty Insurance Company This document has Important 8850 Crawfordsville Road 605 Highway 169 North, Suite 800 legal consequences.Consultation Indianapolis, IN 46234 Plymouth, MN 55441 with an attorney Is encouraged with respect to its completion or OWNER: modification. (Name,legal status and address) Any singular reference to Contractor,Surety,Owner or City of Richmond other party shall be considered 2380 Liberty Avenue plural where applicable. Richmond, IN 47374 BOND AMOUNT: $ 5% Five Percent of Amount Bid PROJECT; (Nallit%location or address,and Project number,if any) 2023 Sewer Lining Project. The Contractor and Surety arc bound to the Owner in the amount set forth above,for the payment of which the Contractor nod Surety bind themselves.their heirs,mentors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such lime period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project end otherwise acceptable to the Owner,for the faithful performer=of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof.or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for winch the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall he null and void,otherwise to remain in full force and effect,The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of mike by the Surety shall not apply to any extension exceeding sixty((SO)days in the aggregate beyond the lime fir acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent lift an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to n Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the locution of the Project,any provision in this Bond conflicting with srad statutory or legal requirement shall he deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so Ibmished,the intent is that this Bond shulkliscObldrittfli /// us a statutory bond and not US 1,1 C01111)1011 law hood. O° 1;;Ii p e lin 6. o Signed and scaled this 23rd day of October, 2023 s.'` gbC..• .••••'•••. . , .;... ., ';p,tatt.17)..*•.. .-. ...., . ..,... c • c . Miller Pipeline, LLC _ — 1-$(1 J1Q1 (Principal) 't = (Sor13 ... SEAL •D - Z : ^ (InineSS) : •••• • . By: . ... 4 • - . . . .." .... ''. le) ,,, d> •, 0 le//Jo 0/ n a i , ., ,,,-- Atlantic Specialty Insurance Company (Sea°(Surety) 4Y0P°440i, nevi) a een . oen ' 4,1 SEAL loi• '2%, 1308 10 By: (74 ordan Fisher) ( Attorney-in-Fact Surety Phone No. 952-852-2431 S-0054/AS 8/10 • tact INSURANCE Power of Attorney Surety Florid No:Bid Bond Principal:Miller Pipeline, LLC Obligee: City of Richmond KNOW ALL MEN By THESE PRESENTS,that ATLANTIC SPECIALTY INSURANCE COMPANY,a New York corporation with its principal office in Plymouth, Minnesota,does hereby constitute and appoint: , ,Jordan Fisher_ each individually Witten:he more than one named,its tote and lawful Altornerin -Fact,to make,execute,seal and deliver,for and on its behalf As surety,any and nil bonds,recognize/Ices,contracts of indemnity,and all other writings obligatory in the nature thereof;provided that no bond or undertaking executed under this authority shall exceed in amount the sum of:sixty million dollars($60,000$.100)and the execution of such bonds,mougnizances,LOPII410}of indemnity,hild all other writings obligatory in the nature thereof In pursuance of these presents,shall be as binding upon said Company as if they bad been fully signed by an authorized officer of the Company and sealed with the Company seal,This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the President,any Senior Vice President or ViCR.Prcsident(each an"Authorized Officer")may execute for and in behalf of the Company arty and all bonds,recognizances,COMMIS of indemnity,and all other writings obligatory In the nature thereof,and affix the seal of the Company thereto;and that the Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto;and that the Anthorized Officer may at arty time remove any such Attorney-in•Fact and revoke all power and authority given to any such Attorney-in- Fact, Resolved: That the Attorney-in-Fact may be given full power and authority to execute for and itt the name and on behalf of the Company any and all bonds, recognizances,contracts of indemnity,and intl other writings obligatory in die nature themuf,and any sued'inshurnent executed by any such Attorney-hi-Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and,further,the Attorney-in-Fact is hereby authorized to verify any affidavit required to be attached to bonds,recogninmees,contracts of indemnity,and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY(xi the twenty-fifth day of September,2012: Resolved: That the signature of an Authorized Officer,the signature of the Secretary or the Assistant Secretary,and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fadt for purposes only of executing and sealing any bond, undertaking,recognizance or other written obligation in the nature thereof,and any such signature and seal where so used,being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Corn ray with the same forte and effect as though manually affixed. IN WITNESS WHEREOF,ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed this fifth day of March,2020By • ;171% 4,/,,opon4,01%, k SEAL ?)* 1980 r STATE OF MINNESOTA Paul J.Brehm,Senior Vice President HENNEPIN couNTY On this fifth day of March,2020,before me personally came Paul J.Brehm,Senior Vice President of ATLANTIC SPECIALTY INSURANCE COMPANY,to me personally known to be the Individual and officer described in and who emoted the preceding instrument,and he acknowledged the mention of the same,and being by me duly swum, that he is the said officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. .. .a a aa — .11._ 46.41 k ! 4 (,0 A ALISON WAN N SWTROUT iS111 , 4 NOTARY PUBUC•MINNESOTA MY Cammlislon Expire* "wt.* January 31,2026 -re Notary Public 1111'ki e—Ir le-41r-e" I.the undersigned,Assistant Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY.a New York Corporatimt,do hereby certify that the foregoing power of attorney Is in fall force and has not been revoked,and the resolutions set forth above are now in force, Signed and sealed. Dated_23rd day of October, 2023 , • 8 OPOR.4,17. 44: SEAL * V 9.`, lose 18 .• 6r.tft Christopher V.Jerry,Secretary specialty Intact solutions Atlantic Specialty Insurance Company Period Ended 12/31/2022 Whin elfsplayod in thotrinads Admitted Asests Llebilitlea and Surplus Inuestments Bond, 3 2,218,201 Lou Reserate $ 1,003' • Prelims('Stocks • Loss Adjustment Exuma Removes 317,084 Common Stocks 752 ee7 Total Lova&LAE Runty.; 1,441,432 Mortgage Loans Real Eatete Unearned Prone=Reserve 736,013 • Contract Loans Total Reinsunmee Ltabttttos 42,785 Derhatives Commissions,Other Expenses,end Taxes due 85,787 Cash,Cash Equiadents S Short Term trrasstmenis 300,498 Derhathen Other Imastmente 20,805 Pay lo Penni,Sten or Alibates • Total Cavil S investment; 3,200,071 Ad Other Liabines 632, PRIMILIMS and Conaldetelbre Due 332,718 Total Ll.bllltl.i 2,921,725, Rekui1nce •,231 Recehatte torn Pearl,Stibellary or Allletes 2,250 Capital sod Stirplus All Other Admitted Assets 79.77 Common Capitol Stock 9,001 Prvaamad Capital Stock Total Admlttad Meets 3,750,047 Surplus Notes Units surplua 174,558 Other Inducting Gross ContAtuted 044,703 Capital&Surplus 828,322 Total Llebilidee and CIS 3,760,0,7 State of Minnesota County of Hennepin 1, Kara L.B. Barrow, Secretary of Atlantic Specialty Insurance Company do hereby certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company, on the 31' day of December, 2022, according to the best of my information,knowledge and belief. Secretary Subscribed and sworn to, before me,a Notary Public of the State of Minnesota on this 16th day of March,2023. AN.," ,4;04 KE-'"I FilrialbrcRS i; Notary Public Minnesota 37605C3E-9F53-42D2-9122-67BC4D6523DC Oar SECRETARY'S CERTIFICATE OF MILLER PIPELINE, LAX February 2, 2023 I, the undersigned, Chief Legal Officer and Secretary of Miller Pipeline, LLC, a limited liability company organized and existing under the laws of the State of Indiana (the "Company"), do hereby certify, solely in my capacity as an officer of the Company that I am authorized to execute and deliver this Certificate on behalf of the Company and not in my individual capacity. Under such authority, I do hereby certify that the following individuals are authorized by Company to make, execute, endorse and deliver in the name of and on behalf of the Company, but shall not be limited to, any and all written instruments, agreements, documents, execution of deeds, powers of attorney, transfers, assignments, contracts, obligations, certificates and other instruments of whatever nature to carry out all actions without limitations which may be deemed necessary to carry out the Company's business: Dale Anderson Frank Brach Chad Davis Butch McAreavy Josh Sargent Chris Schuler Dan Short Jeff Sutcliffe Dave'Fucker Jim Wilson IN WITNESS WHEREOF, I have hereunto set my hand as of the date first set forth above. MILLER PIPELINE, LLC DocuSkined by: 1464/Lit, 14.4$ BY:_ ABILt&FkcP Name: Melanie M. Nealis Title: Chief Legal Officer& Secretary ... State of Indiana Office of the Secretary of State CERTIFICATE OF EXISTENCE To Whom These Presents Come,Greeting: I, DIEGO MORALES, Secretary of State of Indiana, do hereby certify that I am, by virtue of the laws of the State of India a, the custodian of the corporate records and the proper official to execute this certificate, I further certify that records of this office disclose that MILLER PIPELINE, LLC duly filed the requisite documents to commence business activities under the laws of the State of Indiana on July 19, 1995, and was in existence or authorized to transact business in the State of Indiana on September 06,2023, I further certify this Domestic Limited !debility Company has filed its most recent report required by Indiana law with the Secretary of State, or is not yet required to file such report, and that no notice of withdrawal, dissolution, or expiration has been filed or taken place. All fees, taxes, interest, and , penalties owed to Indiana by the domestic or foreign entity and collected by the Secretary of State have been paid. 4$..t",`IricIll \, In Witness Whereof, I have caused to be affixed my i44,"':';;;!''''' "`‘'':.f,11':.. 4trio. signature and the seal of the State of Indiana, at the City or/Oir l',„ 1 •' .,.,'.1....tii ,61*,13,P, of Indianapolis,September 06,2023 DIEGO MORALES SECRETARY OF STATE 1995070787/20233357611 All certificates should be validated here: https://bsd.sos.irLgov/ValidateCertificate Expires on October 06,2023. State of Indiana Office of the Secretary of State CERTIFICATE OF AMENDMENT of MILLER PIPELINE CORPORATION I,CHARLES P.WHITE,Secretary of State of Indians,hereby certify that Articles of Ammo .at o(the above Domestic Limited Liability Company(LLC)have been presented to me at my office,accompanied by the fees prescribed by law and th, the documentation presented conforms to law as prescribed by the provisions of the Indiana Business Flexibility Act The mune following said transaction will be: MILLER PIPELINE,LLC Indiana Secretary of State Pachet:1995070787 Filing Date:12r3012010 Effective Date:12131/2010 NOW,.THEREFORE,with this document I certify that said transaction will become effective Friday,December 31,2010 In Witness Whereof,I have e 0 :-0 to be , "-S' . Slitkre'''', ,'.0 d my sigruMtre and the seal ofthe /401110„„,„000 4 :44.44 fctio\ State of Indiana, , Me City olio& 40olis, o* ttv,t **0.,. \ December 30,2010. 4 i SECRETARY OF STATE * .... ..... / 1995070787/20110103581W SENT BY: '4DIANAPOLIS ;11— 6-35 ; 2:5511M : 317 237 1000 0-' 317 253 8502a0 3/ 3 ..s . • STATE OF INt7IANA ©MICR OF THIf SECPITARY OP STATB CBATIFICATE OF F.XIETP,NCc To Whom These Preeente Came, Greetings I, SVC AMU GILR©Y, Secretary of State of Indiana, do hereby certify that i am, by virtue of the laws of the State of Indiana, the custodian of the corporate records end the proper official to execute this certificate. I further certify that recorde of Ehia office dlacloae that MILLER PIPELINE CORPORATION Meg Articles of Incorporation on July 19, 1995, and is a corporation duly organized and existing under and by virtue of the !awe of the State of Indiana. I, further eerkfFy Lk n cnrpnrati©n has filed ike most x .cant annual. report required by Indiana law with the Secretary of State. or Is not yet required to file such annual reports, an© that rsrticlee or oioeolution have not been filed. ;rS4.' Ia. Witness Whereof, I have hereunto set Fry hand and affixed the seal of the State of t© r , Indiana, at the City of Indianapolis, this W1 Sixth day of November, 1995. 'fA1 ^L1.3Y1 r.N' ;':". ei..��x +` SEA ANN6 CILRf1Y, Secretor r F,talc uty CERTIFICATE OF QUALIFICATION to provide CONSTRUCTION SERVICES for PUBLIC WORKS PROJECTS to the STATE OF INDIANA This Certification toad,having duly considered application for qualification in terms of apparent experience and financial resources;and under the applicable Indiana Code 4-13,6-4 and adopted mks of this Board,hereby issues a Certificate of Qualification to provide construction services to the State of Indiana for Public Works Projects to: MILLER PIPELINE LLC 8850 CRAWFORDSVILLE RD PO BOX 34141 INDIANAPOLIS IN 46234 Phone 317-293-0278 Fax 317-328-4561 Company Official DALE ANDERSON for the twenty-seven month period stated herein,unless revoked by this Board for cause, and in the classifications of services stated below, This certificate supercedes any previous certificate. 1623.03 Sewers and/or Water Linea 162104 Sewer Maintenance and Rehabilitation CERTIFICATION DATE 911112021 EXPIRATION DATE 12/1112023 THIS CERTIFICATE ISSUED BY THE STATE OF INDIANA,PUBLIC WORKS DIVISION CERTIFICATION BOARD, 4/02 WEST WASHINGTON STREET,ROOM W467,INDIANAPOLIS,INDIANA 46204, ALSO ACTS AS THE OFFICIAL NOTICE OF EXPIRATION. eder Tracy L,Cross,ExeYutive Secretary / 4, .4 Certification aid 4litt DAPW PO2 Slate Form 3983R Rev.07/06 V,•=,' ' MILLER � � Aw^ersnACOMPANY PIPELINE° �., ��°������ Miller Pipeline Summary Miller Pipeline is one cfthe nation's premier contractors, providing comprehensive range cfpipeline contracting and ruhebiDtallion services for sewer pipelines, vvehsr, vvuobewator` and gas, as well as specialty products and services for the industrial and telecommunications industries. Miller Pipeline has exceeded$Q82.1U3.168inrevenues. We believe there are m.^ y reasons why Miller Pipeline is regarded as a premier and well-respected national nontrmotor. Certainly our combination of innovative thinNng, technical expertise, and customer service have played a big part. We continue toresearch and improve our products and processes in order ho offer our customers cost-effective and value-added products and services. We pride ourselves in our ability tV provide our customers with afuU range ofrehabilitation methods to meet individual needs and specific application constraints. Miller was one of the first contractors ha import|renoh|eam technologies from Europe and the Far East. VVeacquire the latest high-tech equipment that inso vital todoing the job right and |na safe, efficient manner. VVe realize that our employees are the backbone cf our existence. They are never taken for granted. Many of Miller Pipeline employees have spent their entire career with Miller. This proves to us that Miller Pipeline provides the security and growth necessary to retain quality personnel. This is key to our success and it shows. Miller Pipeline has been in the business for 70 years and has demonstrated resilience to economic downturns and will remain secure for the future. Our organization is solid, not only from an economic standpoint, but the issue et hand, demonstrating our knowledge\o correct fill) problems and overflows. K8|Uer Pipeline prides itself by being recognized around the globe as on industry leader in tnanch|eoo technology rehabilitation as well as a solid foundation of gas construction services. K8|Uwr Pipeline has been providing our customers with experience and an admirable list oy core capabilities and customer centered solutions since 1853. Miller Pipeline io headquartered in Indianapolis, |N and has 32 additional offices nationwide. Currently, the Company maintains more than 7OQ construction crews made up of skilled, professional emm,pioyees. many of whom have been with the Company their entire careers. We are an organization with over 3,500 employees and an equipment fleet nearing$200,000,000. As n recognized leader in the industry we attribute much of our success and longevity to the quality of work we provide ho our customers and the professional and utob|w leadership at all levels within the company. The values and phnn|po|s, on which the company was originally founded, remain today as the cornerstone ofour commitment to quality and value-added service. |tioin this way our Company stays on the leading edge and achieves maximum efficiencies to provide greater value. Ad Miller Pipeline we are committed to outstanding performance,custorner satisfaction,and the highest quality standards in the indu.�,ry. Since 1070. Miller has been in the pipeline rehabilitation business and has specialized in all phases of pipeline |mda||aUon, rehabilitation and related services. Miller Pipeline's current capabilities include the following: o*so Crawfordsville Road| Indianapolis,/m*sos4 (317)293~0278 w"wv'"^mp,p/nvnne.c=m MILLER umAnrEeuCOMPANY A ��N����N N����PIPELINE Miller Pipeline Summary Gam Wastewater ~ Distribution ° Cured-In-Place Pipe * Main and Service Installations * Pipe Bursting ° New, Replace, and Rehabilitation ° High strength PVC Internal Lining Systems * Directional Drilling * CCTV ° Cathodic Protection ~ Point Repairs * Distribution Stations/Fabrication v Manhole Rehabilitation Products ° Vacuum Excavation ° External and Internal Joint Repair NVmtmr ° Internal Joint Repair Sales ° W1oinUnw and Service Installation * Transmission ~ New/ Rehabilitation ° Extensions ° Directional Drilling ° Replacement ° HDPE Pipe Expertise ° Rehabilitation ° VVEKD Internal Joint Sealing * Relocation Telecommunications Vacuum Excavation * Trenching ° Gas Line Rehabilitation * Directional Drilling ° External Joint Sealing * Manhole Installation * Utility Verification/OayUghUng * Fiber Optic Installation w Cathodic Protection * Verification and Oay|iQhdng * Anodes/Test Stations/Fault Finding , ;ILIS Et 11 Vitt b tf IS A MOM%er CIO Company ID Number:243437 Approved by: Employer Miller Pipeline Corporation Neha Arora Name(Please Type or Print) Title ElectronicallxSived 08131/2009 Signature Date Department of Homeland Security Verification Division USCIS Verification Division Name(Please Type or Print) Title Electronicaly_Signed 08/31/2009 Signature Date Page 13 of 151E.Verify MOU for Designated Agentlfrevision Date10/29/013 WNW dhs,gov Vonty LIST QF 10 COMPLETED PROJECTS SIMILAR IN SCOPE AND COMPLEXITY la) Project Title: Annual I&I SeWeleAdhabilitation Project (5 year annual contract) Project Location: Louisville, KY Project Contract Value: $1,104,120.00 (ad4usted per year) lb.) Project Description: Secret Rehab Pipe Diameters: Linear Feet: Number of Service Connections Reinstated: Problems that Required Removal of the Installed Systems or Any Conditions: N/A lc.) Client Name: Louisville_&_Jefferson Co. MSD - Heather Dodds ClientAddress: 700 Liberty St., Louisville,KY 40203 Client Phone Number: 502/540-6000 2a.) Project Title: Collection System.-Rehabilitation CIPP Lining Renewal Project Location: Ft.Wright, KY Project Contract'Value: 16,188,942.80 (5 year annual contract) 2b.) Project Description: sewer Rehab Pipe Diameters: Linear Feet: Number of Service Connections Reinstated: Problems that Required Removal of the Installed Systems or Any Conditions: lq/A 2c.) ClIentName: Sanitation Dis_t. No. 1 (SD1) MattheW Downing Client Address: 1045 EatonDr. Ft. Wright, KY 41017 1/16MN6 Client Phone Number; 859/578-7450 '3a.) Project Title: , Hamilton, OH Contract No. 15-27 - Sanitary Sewer Lining Project Location:, Hamilton, OH Project Contract Value: $1,739.018.75 3b.) Project Description: 49,550' of 8", 2,400' of 10", 1,170'of 12", 2,775' of 15" CIPP Lining Pipe Diameters: Linear Feet; Number of service Connections Reinstated: Problems that Required Removal of the Installed Systems or Any Conditions: N/A 3c.) Client Name: City of Hamilton, OH Client Address: 345 High Street #730, Hamilton, OH 45011 Client Phone Number: 513/785'7170 4a.) Project Title: Southeast Sanitary Liner Installation PH 7 (Open Market) Project Location: Dayton, OH Project Contract Value: .$1,497,574.65 4b.) Project Desctiption: rehab • Pipe Diameters: 8" Linear Feet; 31,565 Number of Service Connections Reinstated: 993 Problems that Required Removal of the Installed Systems or Any Conditions: N/A 4c.) Client Name: City of Dayton, OH. - Lana Hereby Client Address:_ 320 West Monument Ave. , Dayton, OH 45402 Client Phone Number: 937/333-3725 I/16/2018 5a.) Project Title: Sanitary Sewer Rehabilitation Phase 12 Project Location: New Lebanon, Ohio Project Contract Value; $129,878.00 5b.) Project Description: rehab Pipe Diameters: 8" Linear Feet: 4,130 Number of Service Connections Reinstated: 77 Problems that Required Removal of the Installed Systems or Any Conditions: N/A Sc.) Client Name: Municipality of New Lebanon Client Address: 198 South Clayton Rd., New Lebanon, OR 45345 Client Phone Number: 937/687-1341 6a.) Project Title: Several project for the City of Vandalia, OH Project Location: Vandalia, OH k..$187045.00 Project Contract Value:B. $124,645.00 6b.) Project Description: 14,550' of 8", 3,820' of 10", 4,240' of 12", 193 Lat 2,883' of 8", 888' of 8" with limited access, 148' of 10" Pipe Dlanaeters: Linear Feet: Number of Service Connections Reinstated: Problems that Required Removal of the Installed Systems or Any Conditions: N/A 6c.) Client Name: City of Vandalia, OH - Rob Cron Client Address; 333 James E Bohanan Memorial Drive, Vandalia, OR 45377 Client Phone Number: 937/898-5891 UMROW 7a.) Projett Title: Town,of Plaipfield, IN Project Location: Plainfield, IN Project Contract Value: $354,429.00 11,871' of 8", 200' of 10", 189' of 12", 7b.) Project Description: Pipe Diameters: Linear Feet: Number of Service Connections Reinstated: 142 Problems that Required Removal of the Installed Systems or Any Conditions: N/A 7e) Client Name: Bowen Engineering Corporation Client Address: 8802 North Meridian St., Indianapolis, IN 46260 Client Phone Number: 317/842-2616 8a.) Project Title: Warrington Drive - Small Diameter Sewer Rehab Projeet Project Location: Indianapolis, IN Project Contract Value: 112,419,167.Z3 8li.) Project Description:, 35,000 of 8", 10"; 12" and 15", included in work is 1,915 LT of manhole linIng,as Channel and bench reconstructions, chimney Pipe Diameters: restonstruction fram and coLopimements. Number of Service Connections Reinstated: Problems that Required Removal of the Installed Systems or Any Conditions: N/A Sc.) Client Name: Cititens'Energy Group, - Tim shutters Client Address 2150 N. br, Martin Luther King jr. St., Indpls., IN 462Q2 Client Phone Number: 317/429-3973 • 1/164M8 9a,) Project Title: Union GiCy Sanitary Sewer Rehabilitation Phase IV Project Location: Union City. OH Project Contract Value: 321,430.25 9b.) Project Description: 10,400T of 8" — 10" Pipe Diameters: Linear Feet: Number of Service Connections Reinstated:. Problems that Required Removal of the Installed Systems or Any Conditions: N/A 9c,) Client Name: Mote & Associates, INC. Client Address: 214 West Fourth St., Greenville,011 45331 Client Phone Number: 937/548-.7511 10a.) Project Title: Sanitary Sewer and Manhole Rehab Project Location: Greenwood, IN Project Contract Value: $1.783.453.10 10b,) Project Description: 26,090 if of 6" — 21" Pipe Diameters: Linear Feet: Number of Service Connections Reinstated:. Problems that Required Removal of the Installed Systems or Any Conditions: N/A Strand Associates, Inc. 10c.) Client Name; Client Address: 629 Washington St. , Columbus, IN 47201 Client Phone Number: 812/372-9911 I/16120 t 8 MILLER PIPELINE AN ANTRIM COMPANY 17 • REFERENCES Citizens Energy Group Indiana American Water 2020 N.Meridian Street 163 N. Emerson Indianapolis, IN 46202 Greenwood,IN 40142 Rebecca =.dick . Amrit Singh Ph: 317/924-3311 Ph:317/807-2469 Email: R .dickegcltizensenergygroup,com Email:an-R.81(1g A mwater.com City of Lawrence City of Evansville 9001 East 69t'Street 1 NW Martin Luther King Jr, Blvd Lawrence, IN 46216 Evansville, IN 47708 Andy Hall Ryan Meyer Ph:317/802-6270 Ph:812/649-6219 aha1k tyoflawrence.com Email:rjrnayer@ewsu.com Town of Bargersville 24 N. Main Street BargersVille,IN 48100 Jeff Jon . Ph:317/714-6163 Jjon I •erevilf:.com , • 6850 Crawfordsvi/a Road I Indianapolis,IN 46234 (30)293-0278 www.millar919911,1449in • CA Cp t� -C) 0) _ N 0) U) co a) . o o o o C) o N 0 © © p p Q p p © 0 0 © N N 0) (r) N �C M -a c© co .— ,— co r- 6 I C W c 0 C)" i p ) C) 0 0 0 0 0 t• �l C©4 N N N�VI N N N N © T_ 1- © 01 C) Cr) � MN _ r- T- © c ( CC) en t0 7 d a s a ¢ ¢ a e ©. s c ¢ c •' (pp ¢op s ' © c to C° ; 6 LTL P p © W © oC) N © Cn 0O © O ,- N 1- N 1- 1- 0 0 0 0 0 0 0 © O H O 0 0 0 C) 0 © CO 0, (0 0 0 000 P p if) I 6 C') © 6 C7C) N. Q) 6 in : (D C.,'__:' 0 0- to C© coh- 0) N N pN r © � t` '.N CO f7) Clti d' CO CI (Li CA f- CCJ h cd N N t— Tr Tr C7 6 N co .- ,- p co 6 CC)�1- M_ef (`) E I� N to a, , o c6 COa) m co co a) C6 N N a) c g u) u) cn Cr) a. 41 d . . - , a 0g 8 © © o V e © ©• p p p © p © 0 © 0 C) © 0 CD C) p . p p p C - p p p p co- CO In p N Co 0 C do Eft b'tCST tt E. to Eft Eft Cfi 69. a) , rn a) 4. ✓ (may) © (C) p COC 0 Cr) p X(� N NM L N C N N > © , CCU N � a) C', © q p g IEC;Qp C ' O C N QP © T- 0 U) as c) > Cn co N- Cp W) co� . N m to 0 co r ® T . M a) co D © CO E '- Y M O CO -) N. 0 u) CD Cn LL' Tr 0 N I- CC> CA p CO I- a) _ = 4 /) O u) 4 U pp 75 O 0 p I .Q W CO. 7 C[) 4 E a) CC) 4i • a, N p v eeuu N _ 03 vt z E a, © 0 to C cn N ( 4 Z © O- N t co ....3 N M - C3 c — `E L ° CO J cn CU © € o of L © ,- tl - t CC • m > m � © c m ca a a m © 0 C2 an e 1 2 z; cn x tr 'm m —) •00) 0 0 - C Vvt v09Cit) c3 © �i ) O5 © w N- 0 — q q 0 t q co N C') N co CO N 7 CD r •r r •r r r r r r r r .-- o q q q q q q q © 0 0 0 0 to t © 4 o)) 1- © in to N CO N r c (� N M N �V 2 ✓ co ct tf) 7t r CD a) 0 C) O) r r 1 N- CI) 0 0 0 0 co N co N CO CO N 0 0 r r r r r ,-- 0 r r r r r 0 q q CO 0 q 0 q q © q q �V N N Nl Q N{ N Q N N N N in In CD © (1) (N CD N r M "Cr r N r ,- r a- N r ✓ © r C) N CO C) r ©o C3) r z cz D y c © N z zcN C a ¢ 7 NI �)¢ a D N¢ z q a x - aD r N CO OD c ¢N c N c D .� r CD rC CD r - CD N r a- a- CL) a D O 4- '.- '- 4- 0 z .- Y- w 15 15 wr .O wO N a) r CO r aD r - ✓ o. 0 © O © O O w O r w O O O O O O '- z . . O - - w0 0 40 40 40 wO jnvO , � c) N b c b .Rr � g OOc) Atr O © Ob r CO O 4, Mv Em Eh � O 'I" N CO © CO r q COC7 �• f Cn N r NN N © CO CO CuD N C) N ` 7- N Ca C) rrQD (C co C �. . 1— N , NQD Q coC7 o4D M ▪ ' ) CO CO ) C t I a) 1- '4tf ©) N co N r E E E E E E E E E E E E E a C ns Co m C cv cv t9 m m CO CO - . - — q q CO 0 q q q CO 0 q q CD q q q 0 CD O q C) CO 0 q 0 CD CD CD CJ p Cj Cj C3 0 CD C q CD O C7l q q CD CD CD q q CD O q q 0 q 0 0 CD C) CD CD CD q C) C) CD CD CD CO to 11) CD CD CD CD 'C) o to O tf) f)' co to ct 0) OD C") N- Na) r N a) 1-' CO co r N inC) C') cry co co co co CAT il% CfT CfT OD VD CA VD C9 bc/ C.0 VD VD N r C r (tea C7 r co ct to o ` o E co N ,- a CAp C L N N co Cep L_ C) a) ' N fO M a) � tf) (1C4) ') V EA 2Ut) CC, E N 00r - "'t O n CO wC) CLC7 CnN V 1 ' 1 cn - gq 2 (c? a) °r`) EcNv 4- c5_ e3) ti_ C') C r N C N L0 r CA Ccv ( C 0 N Rf -- CC a) CI. co Wa) CC CC) CLct ON 0N -, aD 2 co CO2 Wto a) C Z a) CC C W v U o 0 ig > a) E_ op p co �! Z © m co C N > E © E © r .N.r N 'C7 v m C) 2 C r- C < O = ce2 Q a) '9r 0 cc N" co W CLC(D aCCa c) .'Q T. � CD N 2 t > '' L U ^ CD C 4Y �t °.tW"+ C r CO to O cu © m. Zz � © i ca >� iu '' m 7v yr a/ rOOq N .5 13 "c O ^ T Z " m ' © c M ca y Z cv fQ�7 Z > © W 8 cc Et -. w Z g t. U) L. E O ` W 2 N U `t g - *-' CCCUCyy CD C C >- Rf .... O C O .0) O N CO CU C 1!) q 2 -C (n CC!) t (!, N X (a 1/ (L (f © C) 0 ri O . th a ral (a N CO N q O C >, O C 5, W v O C , - = 7 Of m 2 m 2 m c © © _ > E 2i -) LL "m ca u. `(0C 2 o c cT m g ` F- '- D. '- a) Ry 4- 5. O ' '. 2 Z '_ tcy, � �- .e C N r O W E a.) 0 —c, © 0 >' © > r c O W C A r E © O 2, CD2' OCD 0 HC') F-_Vco >_VNH000L OO2 C) J UcW),u1CD c)_VM2 co co co co co V M -'t IC) -.t -to it) r r r r r r r T r r r r © © © © EO © (L1 CO Q p) co N N N N T co N r = to T• r a N r r CO • a) co coco _ © c) N c'<) ' st to ' CO ,ct ' 1- T r r r r r r r T r r r ©r 1 O Cr) 'Kt © to to O) (S) CO to t CO .t © a (CO M r a (gyp Cep 0 r .- wp p ., CO Co N N co.. P s a s s c7 `C) 0 CV CO C, ¢ © TN sN C O © _t a.� r CO r 1- CZo r 1- f� w 4— CO o ©O ©sQ v- w © w � V © © w p Q w T r () 4—r r- © r ° " TOQr p p p pp p © 04- ti 4- 4- r- © p 4- ;t � 00 " 0 0 )© (o CO io Q in N r p Q q it, Q © Q tn r Cn in to C) u) inti �t in ch pp V r © Co r N4ti29z& 2 O Cp Q - N- l.M T m a oN a) tQ O M t[ © (p CO © d N C N C7 C© N N 0 N. rt~ L1 CO (V f , c( r , 43 (9 E _`m u v E E E E E E U) U) (!) co Cl) co CO co a) U) Q co to co (( CO I) t(© © 0 CD C)©ci D M N p r c'� © N( r 111 © Lc) © U5 © to a ti M (0 M C. 0 14 C © N in N I� t� C) rt N CO W O C N (U T (') C) r if). if) ER EF) 9 E9 EA Ef) (f) Ef')(A Co.) i . . .. , , , 0 (T 0 © N © tt) r 0 © N r r N © co tf) C C) (C) C tr) 'ct N Q 0 r V a (N W O)) um) S _ 0 & 0 occ � a Cntn V N C 0 N © 'T © cs) C ( a) (� aEin a)(9 > cc) 2 0 ,o ter) IT')o � � >a) E r` c r '- O � m t - o U) coo N Urn Cl) M 4g Y0 _-1aO 0 O 0 E c C N C r V) w al� p W M 13 « Q Cl) O al 4) Lt_ COLi. CO O .N to a Uc) © - ¢ © C M CO ©© N U (v(1 A M �© N. © N co J a)ix © t') co © (LN CL N .? N o)-6 0 v cv 0( E = (n � ,, m p (v v � '� � w �+- chi dam © CQZ iU CO 0 J c0 ` ; T CYN © N C (VJ c() ©0)) Rf (U C (c - - ¢ C b r C i J qm7 J V ` Li.J V 65 ©. (E6' (Ofi LL C� 7 C p tf 7 _ tl C'L1 (n *pp' © 7 tU 6 E b C H - tq © cp © Z J © cep (ll O UJ O N 0(J ©� C cp co.am a) O W a O C V to � Cc c (nc �© r arco (a �° @ cryc€aE .-N a- o 6 ..- • ., in '6 Q c74 o Q r) N 6 . gZO• b to .7'- h- . cv CQ .- (0 CO 2 r-- ,- Lai cc; 4 co •cr C. c) c.I (0 C•1 ,,,, - Q. a. 0 45 u.. co (v -J ZTr o) 7, 0 c, It r•;- 2.• q> 2 c? u_ c) co 82 -.0 c'14 ci 8 EN 5 co i- N- a CNI , 45 , > 0 1@ = CO U) CD @ -C 0 a. 2 ai Zi ro < ri F6 O o > co co o o• < c 0 gri -0 co 0 2 , CII NI -3 TO f .. a) —1 x 1-1- e,g 6 45.e - 0 2 a -4'0 '- •• ••— 1:' 2 . 0 73 _ ..- > 2 0 5 , EflM U2W w 0C4 Z... W © 00'0D 000000©000000OOOOCY 0000000000 000000 C.)C)QOO u�00 0✓10 0 0 0 0000 0 00 lL.,.JU"00000000000000000UOCJC.0000000 > C-cOHHN00u 00,00.--W-- 000,rk00r-00UN0url.n,lltflt flulcaRu),C)0000ONul./)NNO mr.-l'-r( Imr-,rmr-r4.-Ir'-mMr-0.00JNr0C)u1.DR)ulmr')u)orc1Mm(Nolc)mam_mm)C?NNID K TWl0u0C11rI�1NM(7,,,,P,M7,0.N0u0N.,,,-f)r•lu)WC-MWWCJul16'.Om,/IOICJUDv -101 8 uImTTHpI MMMHM TMN H NH Y N.-Irlri r H HH 111 C+1NH H H M C rMN0000000OC7000ONWOr ON00Mv000TTT00M W Tr MMTr^OHm0Mr-OmNr N00000O000 0000m0.4.0r N0HHN<Pull`lrhm000 H C) NNNOTHr`00000mmOHLOf•'r000000r,N-400000 0,rm H,00m0r-HmMN00r- X r,NMMW0C 1,00 M`W.I. r-c—OT r11OCJr000 00,10041---10'00H,701-- 14TMPIriNNT 0 NT0000P`?ri.-irir-I0V'000rlm0.--000.-00N¢>rrm0Hr-Nmr-Wm.--Ir'Hr-r-NHHW V 0 U NOOmm©�tifKulc..0.WNI--TO0,fl.vlr.rimrli-i000c-,nrla.v.N01--.a0MWmrr'rir.i.-im W P o MmNNHH MMNmMr-MN H m.-IN ("4 HH U .-i HH O < H H R N I W 0 r 0 < W (L F 1 MI 0,10 000a'm•a'0N0,rr-MN000000000r000N100C-0N00Mq.00uY�r'TTOOr*1 01 Or WOrOHmm0r-0MNC-N000000000,00000 V1TOrNOHHNT,fM`YMW000 U f 1 NHTTM41,WNT0000Mr10,-10m0000000C-00.W0r1HTr'NO/00.-Cr .r•OOr. 0 1 07TV'rT0M,r0v,0 0r-Mc lr-,f) O,f)[ 000NTrrO0Mr-M00Wcr00u0W0WWM000 HI rMCOUNr`mlrTmr,-CHr.000-DU)C 4r0000c0fl,lM, 01--N0WN0q.00 NN0NNr0 M I ................................. Wm00 0,1-00 .... 01 rm4NNC-IH✓WIMMHPIMMC'-C.-CINHHN.IC'-I rmrOCOO,-C.--4 ¢T1VIQlr- Tr.-MflmH.♦G11 .� H�^itnulNPJ MMMHMrAMN H NHN NH HH r H HH 1.� H H I rR a U C)I TIOIOIOrO0000 Uwwm.n-rr,'-.Hu'tunvlcorrwcvmmm000,r/ulC0wrJ1CJ0CJ,,,Nrr0 WW 1 HHHHH00©00000000000Tr'f1olOITC11Cn000©00000000OHHHHHH01410 CH 1 THMMHTHHUIHHHHHNHHHHMHTMHr HmHHHOHH,0HOHMTN00HC,MM H 001 O HHHOOONNMOOONO000ONCDHOO r,OH000 HMOOOHON HN HHOHN.-I RO 01 \\\\\\\\\\\\\\\\\\\\\\,\\\\\\\\\\\\\\\\\\\\\\\\\ 01 Nco )1.nEMNMNNMr-NNIDWHH•DrrmNNMvH0MNNr Mr,-/NMHr00NNNNN0 0 ,i H H H HH H HH HIHHH HH H 0OIH m O1mMN 000 ✓ q IM- Fr P ml H , M 00 r-rr > Z` {W TM V TT N C) HN.U-Ic'VT IL V 0 H Z 14C7444 CO 'TMv, MH' m to vM O AOMM 0 W.I. H HC H 0 O 1 H z H [rlulmm0^J mCO N Cr 00 r TH 0 H O0ul A CNUUC) 0 Mr OT m f`O 0 HN H O MNT C) MI C,IM000/I TOT TNmIuI m rmr M Mtn CO m OOlm W M > l' O HOHNC-U)) C' NO00 0 00 TOU O NMO CC) W Cur4,WC..O QCO)0000+0 CO HZ O.n H My OIHM 0 HMT Q U CI) CV.V.VW Hr.HHEHri M H UN S 00 NMM H CO))T W a W 01 C))C r4P4P,M.0,C40,O.C4I+E4O.r4G. w h X U) .41 HHHH XXXXXXX XXXHH>>>>>> »»»»»> H>H»WCCD)H 1 N FI uHN UI 44444WWWWWWWWWWWWUUEFHEHHHHEEHFHHHEFHE+H£FXFFU'MMX rpCi4, �L MI Ci,f.) i) a VU 01 COWeICm 1' U/rr X I m•iTT.^i O •00 �aG I MQUUC)DQ.UU FN pp�G 1� rUU kr I C)CJC)(JV H ICICCUICICEGHHh HIHaD CCUZHDIC: -)C)&i 1GNUC)000DZ0OC4 E 1 0001[00Jff�) F»>.>I-. >WW2 <l'O.,q:�j U.'4UUHH.I:U UVUCioZZVUUUUVOC CJ0 M.I T000000f-. 'Cu-IOOOwlr•COrrrwr--CO f1UIRMOrCNMMMMMV`m0,0 Owm00a,4,-IN M -,I HHrlHH000000000000m00 MaW,I0 0000000000000HHHHHH 0 ZC)I ZZZZZCDZZ2ZZ0DZZZZ0U yZZ2ZZZZZZZZZrZZCZZZZZZZZZZZZZZ P W 0 WH U Mc M \ 0 HH (D HM a WN CG 7-N1 0 1-.1 )m-.Z w oa w "4) F U)U)IC H W4 )' rn:, a) 14W PM O- a: F aa0r� Z F F 0 Ha xr»NNu)Z 00 U W ) E1H Il � SowCCC.<4C-).a me-. H 1 U omm W HEFCi ICI U NU'E4E-t a)m FUIHC :t £.C4WZHE r- OZHU)O Gild= ZWFC3CU)MXXCCHICZ"Cw-CW rU) U)WUH"Zmm m HU:L>•F ZZ FFH>HO>+WW 1H W©MFHE CC I WaC F a +N O v P 00 H HUO(ZCWCHUU N UFFWE UHOH OHUu QV. I WOF yHZU- U FfUcHC )C4P MHMU H EZ MOHENH : MHHX 'UCD)zcnCUUnU V CWUWNF >+44 O C0UX0 PCO HOO .-CO U'-i H m0 U) WE-.MC U) V µ{a1 E)CCMMHr I'f1Mm UM .1Z aM I MICR 1 Ol4C4a M ZC .7MW�.) C4 H U W £a)MMM C)WC) INO WWHW 1-I 0UCCUC Ur0HU0H,4W)C0F.0 ri 0,m0Z' S Z 7 C400000Cl mm:C C-')O.C4 FXICss11..3cr')E Ee PO oHHF © OH WM0.1a C� H I-I000004I M m I O,-)HHCHW114 HFH CO?-.)N OFCCNONFNOU)UU C4 C1Ei U OCJCZU E+'EcG�mgP.CLEE++Z C.ZMEE-+,D:�E UOVN�aOC] o VHM C:)C:) pO7�rpi) 3CC©FHOU) GIA U) N WUVaC 1)A' mlUcriCCZw14I'H'., OI C4 H)))• H H k NNNN CC.SQU C4.4,40C^1CJO.D x0 ©pp x7N4 I a 4UNUCI.O (HHCI'ECDC.) H))) I C4 IWWUC'• m E.�MMO.)MO0 00m E 8 00 4,4CU=ZH 0o H �r �77 £CCU) M>.1 m0000000 © M�yc WW �000©1-4 ,hg00©0cINE c104 am {.�.1 M �CClCyyL4 '..'.H>M MCCC4M M1-1 r1100WW0r. M40 H V UUUVU I+ZC '0 CC0�ac CCMC4UMH7. Z M I HMOW,9.3'N fY C)4©000W�WW0 >� cc����� Cl) U)aaaaM Irq� ii C© s�cCcCc [� HCWwHHo H., a C) N4cHta4Iat'r-NmoM�GC4xm'NmZ0FI)+a S4Y.4C00HU:>;a)`�,`�044UC)UUVUOMMO E 1 U I OM 0,rNr')C0OHNMTIn10rHNWNo VmMTNM,Or( mel0HHNWOCCD0U)COHHNO E (4Trrr-m00rrmmmmmmm'00N0000000OMMMMTV,,,o00000U00V r-r—V0Or W ),000O, IC IC-NNNNNNNNN000H.iNMMMMMMMMMMMUMMMC)1fl) `mNHHH 0 Ho.-4HH.- )000000000000000000000000000OVO0O0OC)C000O00 U) NNNNr`iF'rT'0'wTTT9•TTTT0000000000000000000000000 00,1ul.nN N c4 NNNNCHCVNNNNNNNNNNNNNMMr'1MMMMMrIr')MMMMMmMMMMMMr1CnelMMMM ' N \ rrrriflrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr-rr U1 U ,nlOCnulU%nul,fMfM+nulrnu),ntnnn,flu),n0fnn,n,nlnlfNn~1.1-,nUi,OCnlfkllCrfxnx00,110,n,nu0010 N \ .nu tr4rA ln.f1.RVNn,flUlulUl✓1.ntnfM nu) . n,n,rWl.ntn. .nCn�n.fwlul OO,I1 .n Ulul.WWW),WIVILMO U .-immm,-immmriH.-Irimmm,Im`iHrimm imMm,-immmHHHH.-1Mmmrlr-Immmr-immm m UUUUUUVVUUVUVODUVODUUUUVUUUUUUVUVUVUUUUUUUUUUUUU HM 00 Z0 OM :0 H ZM. ta 0 OCIa 0 0 Oa 0 00000 0 00.000 000 0.00.40,00 00 01 .4 0000000 V`000,000 00 000 00 000000 000004, N 4, mommmitt 44140 404000,n,moochn000uun,ono0400003 ,4) 044401fHP,01 0147 too4m01704444)4170,-.40417.*OW10464 V1,1000,4 U"., 0 tnottr,ottotot ma) tommtommottrootoovtooroommelmmr- 4: 8 H(40,1,0,1•04 (VC 4 N 03 prt t,..I 414 t',4 0 I 60,4 I ortmowomoctootomvommoot-t00000mvvc000to lc) ra I 0,001004000000000M0)0t'-00HV0C,01000.3,0040,0,0, 414 41,4 0 1 I 0,trm^,401,14.0 1110 an 01,00,0,41,,t0000X04001010,1111P 0iChatAt4064410 W (,10'0,401,04: 01.0 1'0,00,004 01006,403r,0700,0401010/0,60100,CAO N 0 I 010,03010,4, Oh., cococ0,00-11 4144 O6011-ONCYCO7441o0010044444417 co U I.,001trYCNI,V V,(4 60r-011,00'0,0,10 0,41,00M003,0,,ONMHr'OW M 00 '.:1 0 t MN til 04111 411 011444 01 (NH CA .00 6) 4 0 4 , M I H tD 1.. 14 0 0 rsi H o 4 w g H.( 14 til k 000,C.1,001000000 q^000100 01t,0,0,0,04,10reOf'040 V' 0 1 01,0000,147400 C.,00,0010,00 r".0 004.0,0r,0000 0,0.41,010,0,0, 0 6 1,n^,400004710 C,,,,C, 0407,00"000,41,11,W101,00,,,r0VVIr.,,,C4CDte, 04 0 I.014.0.,4417 MO WO 4(441,1401.000,40,14( maw-elnan,rxwmanal ,..1" HiONNHT.-ON 44440) (..0-4414r,1014)14717N14NIM,WM.44N4)4MMq,4:.,4 M 06 kr,,,...., ..... ...,..,.,,...,......,,,,.......,"... .., 0 6 oestrtt4tot,st 44104 046441440 NC'0"4,00,00,7,C,p00,1,,,M00,000,N N. 44 mol eill ('W) 0,4 4t'10404,-40.1. 4401 01 " 1 Cn A 0 1.4.0,0,0,00,030,C,,01000,.1,7,1011/10 01.,01010 00,00,0,11.01,CO wz k 00000 Hr4.,406,010,0000 0 00000 011,1.404”4 01046-40400, Hm.t 00,00,,,,0-00,00.,0z.•0,00,,,",0.0,004:00,000,04)14,0000., wtH k HC.,,,,,404,,,,10740.00010,..,04,11,,04,04e,k4:0o'4444110100.10,01.-4004044401 00 f OCODOaiNottOcocoOroCOOCOCOCOotolOSCOOrOpOCOCOOKOCICOOIOSOI Ot I 0 6 010 090,,T0,,r,,VI,MCOMHHHH00,CK,,K.00OHMHC,VqH^,N100,,HCO0*G,".., 0 M '04 H 0104 00,1 14 01,1 H HI 04 0.0 Oten 040 MO WM W 1 40 040 0641 0 C. o 04- 44,4 o C. g ,-4 4)14. cm, 14 21 0 H ON 00 0 14 01: 0 0 f.8 ra , g inv.> tn E.' av ko CO MO) COX 0444o4 Z 1 C.,,6 4 0 a-164) .,...... or4 ,e,440 O 1 M 01 kl) 1 `,044,, 0\014,1 Cr 0)444)4) Z 0 4 0,4mr 0 0 ,4414 74470,4 a 4)00.-4 ro P Cl 4: 001 4 HI/ rAlt, H ,80,1 r. oator. oom 444)4443 m f 0 m aostOO,404.4.41 t m 41 g 1 mm ot totttormst Mottgot 0 tom:#:71,4 .,,,,A ,..,,cc, 0) ,.,,,,.4,,,,...., 000 ), 00),,,,ft,, otto4,41 wooto of o ,,-60:Won 0 trl I O fOLOOVO: e-1 I . 01 CO I V) Ul(forgronOWO/WOOCO(0KWOOKOMWOCOCOM,O) 44 r, dV.4t,tltf;'"Vi*it'i*V'ilVi15:V,51Villi,V515,IVili! 515,rill Fr, 0 r-s a 42 t XX ,,t 0E4 C6 our; CL1 Pit l 0,01 0 a) r. OW 4. 0 t 040,1 0 X an ''' 0 MO O 0 4(,10.1 14 Ot H t vt t t t t 43 ova) 0101 M 6 On [11 04:I Z 0, OW 041N. 744)9 0 ,MHH 410 t oo o =HO H 0041-8,4 e4r4644 M*W OM 646000 0644.04.4044.04W4:O0144041%4:(44$HI-10111144%410.440 144000010140414)14E-4-44044)04:44) Z00E.D404:HH4:0H0.444 14100000000140H444740014021,,4441441)OW410014M064)00) 44 1 tot 40170000,0040 6'4e,101,101,0P,,O,0`0400$0.4,10r+0,.4'08,01 ›,1 0 000HC>14016710 0000 0 0 0 00 OHOHHHHHHHHM 1461)4 4:0zzzz4)4)41zzzoz4:140004:z4:zzzzzzzzzz4:4: (.4 0 CI 1,-1 Z >', 44. 07 H0 , 0 H 0 ',.., 4444 44 8 co 4444 Z 0 X 0 H 0 Hit) >4 E. 0 H 0 0 rt) 4/11.. 4: 447. tit tt'et '''''ol PI 44 14 o 44 co g an H o. 0 0 44 ',. MDOZ 6441 4: Z H 04: 0, 0 44 uHog zo zH 0 H E., ,0-4 i 0MDm, 05.4 .)48 gmis OH ,..M 00,0H ,r 414 H 0 H 0 0 M 0 HU .4104 CA KH kJ 0 0 1441140: HE-, rdZ 4 1/4ZA 0 Pil 0 00400 o tV . H Ha 0 0ZOUp h zVN 4 OH HZ M DM oxmd 141)44 HZ OH H 403 Z HD fil 4,14,000-0441D. HIll to 1.46-ftt 4 040 0 I 01044140,C4004 0 04z0A(.20 f." o too tztz = '-' tVigEo062ii gt""7q °P 0P:OMWDM 21.0 0W04, t4W 04 HWE ei 1 c4loaupoo.ttgo6 oHoo0HHoggazzoulogro 44C 40 Z of t 0 i• Z 41 H . 0 wom04010.1 M401 M.M431.4‘M 0441 0 40%01/00HNHM(00 ggOH FrP§ry "'°.*1,..1 X H 0 1 GAtil...COW 1400 wag ozzo 0 ,z tazzo ,,... 0H 0 0 00-0, HZOQZ- 4,4HOZ4004 0 NH 51:-,i WO 01.4 4,40 41 04 t 401,00004044041 404:000400604:0 4 4:14661e441 44p606040 21 g 0 i WAtgOatZ1114,114m414441014004t()Ommktpoottnt-114411441410411 1 I mmO4moommotrotamomromototnomtwmtmommmmmmotm H I o4o40oomtmo40404:too00144:mmOtewo1740ttruncootmm4:0 fit i,-,FH11,0,1HHHICO,HODCHiHtHHZ0,000H1.0,00,0,0,00001,0 444 1 0e...",0,0000C,K,H00-4004Hr-40101,4 0,01050H,H,N0,,K,R,44,10,64,40 ti)I 0044)04414(7001014 40IMM01,0IMMM"MM,MMOMMMMMMMMM,r (`',1 4 t Od #0 0 I ounametuounnannorounooncoeuronolounorcoduncrorunolcoolco (NI '4,4“OrAntrunaulaultroncoultruntnancrAnancOunatuntnalaundlanannonto 0 1 Hr4,40101401040114HHH,H04 011114.H1'44H0.404.40601,401,4010101,4 CO 000C.0 0 C.,0 0 0000 0 00 OUUU U 0 000 0 UOU0OU 01 01 W 1P 8 .; • Cl 01 I.0 LEI C1.1 0 I • I I rE-4 it; C)I I 01 en 4 a) au c) ✓ 0 c4 >4 H 0 1 LHr ,s^ W I llI tr.((N N 0 (.7 41 I • e4 In H to H • X 2 E vl a, ,r) • c4 H Wm ZH H 4▪44 0 Am 4 E. (00 H 101 g 10 (_) P W 0t O 10 (4441 OWI 701 001 >I >0.>t>t>t >, ...t>.:. >I >t>t>t>t >t>. >t >4 701 : ...00„,.00,.....oc„.„.o............... • .....c,..,.,..o.o.c.........Q.o.„..o, PIA 000000000000000000000000 00000000~00000000,0000 I 00000N00,,,0,000,001-1N0 cc,M0ON,M(--NN000NCOMN00 WI ,N,00,0000,0MMOM0M,00000 MN,M,00M1,70000,00000,0, 8: ,-,7.-: .,; .4 .- , . .1,1" .-40, 0, , 0C-Nt‘t, N 04, NON0000000,0, MI ry CV NN N I, , N 0 ,N0 0 I-I , < O 0,40,,000,00000000000,0,000000000H00000,0000,V0HO 0 000,00,,N0,0N0000000,,,N000000000N000000WW,00000 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1Cc..a>am,errc,ip-rr Mr--OcoNN0HHINCOMenavIr-0vHav:00r-- X tITION,000,01 ,000,0000‘00 00 4,00,000,0WW."),10.--0',000,,0,0 0 0000000,4C),NONM,4.'I,N0,00,0 ,,,,,,,,,,..m.,..-....,m...,,,,, 8 ,,,-;-R0A,-;4(4-,4,aA..;,,,471. 4 c.6).ri00: crit;r4)- 4;ei0:cOcr:rr 4 0.1, m 0 N N N ,.-1 HmaN 0 HIHI N H 4)040 00 NNV NNNINNMM0NWHMQ H H IN N r-1 , ,I M t iv! N 0 0 0 N 0 4 at M H m 0,(X).--1,00t0,1030000N0000,-,,N,00000.00010.-100000,0,000 0(.40,0 O 000H0WvNNN,01--00000a,OHHr.04000000aN0NavIOMOOvaDVN0M0r-- U Hv0,00HH0WHO000m00,7NOHHM0 WNOvv-040HWNM00VM00M0MHN 0 a04000V0H004Nv0VW00Mtv0WHNv 00v40ameN1,001volHVNNVIN0MCMONI H vc-100N00HHHm0N0H-40v0wHN0 ommcammt--,tmmNNmomvtota0mm O ritN,001¢1.0000,00.,111000,0000N WN(-0),00.30-1,000Nt-10000,t,0, W N, 0) H W ,N ,10, M, , IPINN0N NN, NION00010,,t0,00 N N NN N H H N M N M H 1 (/) 0-4 O 0 .r..n,00,c07.0[-.NNI010,1,0(0,40,000,00700,,OtOrt-IC>,N,00000.00,, WW EIM <,4 00 NNO00,,N0000,000000,N00N00MON0,0N000,00NH,,N000, 0 0 ,,:(,) v10.--(c--Hlinvv0N0KW00000N-01,100HONvmMr--W.N.11r-I-KIMWOCO,,C1CAPIVC4tAWC.1 , .-4 , ,--I 0-01 0 0 WM 0 W v v0 MHMOr-.0H0M0 00 HM M N 00 m 17- N M0 000f--N10O4344--.t-- .70 al i CUM C) m ION' m o o 0tm mmmmu-o- mar rm U IX mil) N (NJ 1044 C) , , mm NNMHvr-Nr-vN ON H W M NI, , M 00 0 00 0000000000 00 O. X W 00 0 >t VIIIIP 0 WO 0 ".; ,4440140Prm,1 ut-5 M g itlX X X MN h '7.Z Z a. wwwwwx. wwx wm w ,,..,,,, ,.. , , mm mmuwww,w0. TO m Noir M r r mX 0 ii-.!m mm N8a.m0trinmm HI"- Z 0,-, >., 1-) ul MM ;..4), II WE, WE.WWWWWE.›.+X ,0k-4 0 r, „ 0 , .--1, N vm 0 00 00444VDOOr 4D Z m0 0 OM 0 H m . 4 MON Cs-.)) M0 m0NNNHm00 N8 . v m 00 Q 0<, >IN WW WWWXN>04WW X0 O H MK K X 0 WW lt 04:w Kw M0 MDf- -V-W000" T-W. W (1) IN C,I gm 6 0,1v -IN' 00 00HHHHXDP H7 W tcXt X I' 0 00 X ciXo Xto MN CO NNadma.a.MNZ ww 2 a (I) r-1,1 , , 0 ,, , IV.r-I, r-I, ,t, qt-Irthi.--1.-.1,,,,IN ,, N I 0 '1) F.H4:HMMM4)4:H Z MMt>> VUOUMMHmMHM ((mt. m4)-.NN1N0M>mHWNH O H 0 „.HMH0Matat44HXMX8mMHH>4444440H0mH08MMHXM4DD4))014HHH40DH 4 H V HMMM04:MMMMMUalmM4:OUH>>>>M44:u4:muMMmummommmmuvHmaG1).m H q H K 0 m m m M 41 M N O 0,4 H NNW 0000 0000 0 0, NH , o 41 ,,,,,,D --..0 ,Qoo 000000aooc(-,o 1) o ION r r C--t--I 4-1,100 0 ..-10 7 .-47 ;It"..00 000000000NZ0 Z ..-1 > 4).1.414N NN00 v 0mx fa, 81nm. M0NNNHX000W(NN NU 0 UUX XXV() r N80 .6 °Hu.) g4wwww0gHE,04,x a Ho.E.0onoHoo01441-.4-44).›.0¢-.0t,0 07:z0XHMrammonnnta0000=00c.4 CO r4m?18ut.3MWVOMOMXXVZ0M4toMpnoMtDM X .. MtITZMrXMWMM 2ta M , 4.4.00()LIVVOUV0 X at-iatMtia 4 MN uNNItt Nam tat =MN M N 0,4:001C‘4,0,,(Nr10,,I00,,,N010000,7,00.--1,,,,,,N0010000,0,0 >t 00000.,,,,00,1,1,11-1,00,0,,,,,,,...X.),00,,,,,,,,,,,,,,,,,,, zo ozzzzzzzzzzzzzzzzzzozzzz000zonzzzzzzzzzzzzzzzzzo a ul z o o U H H 0g t,0 0 0)0 Cl) H Co „I> 00 00 H W l/PO4 H i'l \ 4 ff. . ,..., ,. . en . a 4-11.-- . . H 0 > Hm m H W Z0 m0 H w O Z Mal 0) m M Vo MX W U t M W W Z .4taM m M m 0E1 0 M 0 UM MMW 4 4 P ''N a. in 0 :IR 'Er>4i.0 w 'z 0 . ,4 ,-, ii, m0 atmONvO 0 MO * c-1(3u).. N 8 tV, uz I u m WO MZOHHM M 410 00 ,e, 0 0 a 0 0 FUMD --.HMMI a- FM CCC> *P1:',1 m ...1,,, 1' m --. ... .,.. ,.. .-.a.z 0 4mHm m U H m 40m MXT4mmH - :ic"43 QW T04 , en 0 PH U ZO H XZHat OD4 x rm m mm 'VW X w m Mu) MW H074:4:10 0 MO<MO V 4H -M r W 4 M H mmm0 4a0XV WMWM4 Ca: WWX00MH MOM OXXXXX WOMOXX 0E-. Zi M UMUKUINNHUKFM0HMOU HNZXMUMHOMU0DUi0UOUUQ VEUHUD WW 01 W D4ONMXMODNZ000VDD4 04:094401 OD 0HMO.MDODDO DMOODD atm 0 0I 0 MOMall4ODMMWM 'OOHMMW 4H00MMXUMXMOHMaHMMMMM MOXUMM HM Fl HZE, FIMDMM F. ,MM H000> MMMO0 HmMO HO HHHHH HOF, HE, m4 1 ml m4 m m WN W K 1') 2. pm m,-, n p -.. M M Z Hi 0-raIUMMMMMUMMVPMMt1=0142MMPrriMaMate4HMar WI P, '61 6..4NNT-4V11.W"-41t.;m441,-4%.g N,,,4N,,,414F1.1QP,4 ,10Np ox 0 .1 ,,,Q.-..,-..m......... ....a,.. x,7,.cm.mm..mmt,owt,r,..4.4 Mluvvi.00, 00 0" 4, 4" 0043004,44NWONNNNN ,44P-.NNNNHODE-4-..NWrI N 4HHI-1,4 400H.-tv 0rm rtI VI 4HMmM.mmmMMmmtmMmMVumXt4mmm4MNMMNmgMtm .vMMMMLOHMmaxa X : 0 1 i em 044Iov0 NM04"-NH 0 N00N0 mv 00r, 0 0 FI M V WHNImN 0WH0N0 0 ,0.,,,I N0 000 m t-- tii I >t0,0,1,00,N,,O.--1,NII0NN00W0,0,100,,,,rcovo,-1,01--7,4,40,1tor-r-elm.I.,-1-r,c) 0 I Etr-1,0,t0.,,,,,T0,,,,.--400000,1,1,0,Ct.,N00,10,0WMV.7,0,0000,M, QI I ,,00000000000000N,000000N000000000000000,,,000,,, N <t NN0(N00000M000o)00m010M00,00c,m100M000MM0MMvvv00000000 N ',.. I Nrv-V-V-vvvVV-Nr-r-l-NNNNNNNNNNNNN[--Nf-t-VV-NNNNH,Nrvv--NNNNN 0 0 I 000000000000m00000000000000000000000000000000000 04 --.I 000000000000000000000000m‘v000000M000000000000000 m UVUOVUUUUUUDUVUUQUOUVUUVUVOQUOVOUVOQUUUVUUVUOtavU EM OW ZO Zn. W O lf,LOr'N,001000000000000000,71.4.0000000 M ,.4 M01111,W°50000000.T00000000(7,00000000 (4 00,1101f10,100.101111/Clullfh/),/00,10 Lf1 V' ef,1.0kl/r0N0,0r-IMN.-1,001,-1.-1,0,01'r-r-,D,VP-- Cf1 r-I 14 ..-04X71C-,Or.In ,,IMMC9 cm- -1 c., “) 0 ..... . ... ... .. . . . O ,HOWILOM,1 1-1,11,1 c‘fr-qtfl 8-4,1 mi N M O r-,I1C4R-fc.4,‘, N N 0 IM C9 MI MI0wHmHHm00m00N000000.000mW0000000 M W1.40mWmMN00m00MM00000000,110(1-.7,0000 H (.4 1,f)ONCOVN,W00,-10 .-.1 .Tria, 0 H ir--0mm.m.NMmHiMmMwtommOOMmMmMM m M to0m.mNmmcqmNmmWMMMWm000 m M UI .4 6 I r-41.1r-fC0W--V`rICUXIMC`ff.D0Pf'XNIN (.47114 M ID (4 ..il <IHMNHHW HV.H N.-ICI HH L.", H r- 0 FE r-I W., IC 04 I co 0 W Z 0 Cl 04 t"-- 0 F.: (. p 1- I m 00,110W0000.nOONvOaDaoaaacoa000ac W O mHNWMNN00m00MH00000000HM0000000 I') V.TNMcomM0mH00MMWH.4-9.000mnm W W O MHMM'crM0NNOmHMWmf-MWm0Ww, I.C) 0 1-1 (4,CI11NOMang)Havy,wwHoWkorrr.4,Nr- co r M O Noir.acoara,Nvwwv.ilvmm o414,7 a 4, 0 ma,,r,/mN HulH NHa) ---I r N r r.i,-. -,r a, sr i cn 0 U O I mmm MOOm mOWHHIMM-40m m alOWN00 mmww‘Mr.mr- r4ii4 I r-1,,r-4.-INC4f-f0,00000,100 0 0000,4e-Ir-1,1,4,1,1 r-f Hr-i FM1,,,, ,,,-- ,--,,,,, ,,...--,-,-,,:,--.-,,7,,,,,, ,-. 4:H I r--IN fkAth--101r--40 r-1,1,01-4,104,4r,flfnr-1--t-`-N,-1{,f--r-ff),r-lr-10W 00 I ri,r-ic4C40,1,11.10.--1,0,,Nar-INN000,1Nv,N000,040 Or,\'',\,,,,.7..\\\\\\--.\\,:,\- \\\,,,.\\\ CJIMMMMMHIHNWN0HMmHHMMNNNVmHwmmHmmW .-4 4 •--I 1-41r-1 e-4,4 g-1r-1 r-fi-ir-1 .-1 .r4g5,004-1,1 M f90L0011—WMH-41",,OUNNWOCq .--fkO11X11140 .11' OwNcsiNmm.,,DH1ram4 10 I WMM.mmM to 0W0MwmWmOMMOM0wNm ✓ W VMVW0N .cs HNWWMWmMMc•MWMWWHIM 1-1 W M ID. m-imm m m,ww..cmcm-4.000WmH > Z w Nmoquio 0 014140014HOMQH0HOHOE, M MHOOXH04ZQ (.7 NQN4QH N g ERT4 H(4 4w>,),H0ww4WWQW0MW.7 If) , ra,NO ,o" 0 04C,XC00,-1,f>01"010314rin Z Z XkCfLrfWE. ID ('ID' NC,ANN,-1,f‘4C,K,If*-1e4-fNrif--hr-IN O I-0000 r Zr aWMZOOWNamNwNwawr. Z 0 Jw•IH-cm CO mm 11HimMH0H14N0H0H0H0H M ZW40551W M OM WOHHW0WWWW0r1O0Ht7A. C) H NNMWW2 N MN , WWWc4N0FC.D40H0W.43 W M NMOFH0 F MF M,JFFOU0WmF7 ZX )Xcn (Cl nW ZZWWWW :.., 0)-. 00oon:c0mm,4 0No . 0) ,,,„.....,,..,,,, . ,. ---„,,,,-„,„ • M MIUUWHIHNWMM 4--,M 14.-IFF,W.4.4.-1MWMCMJE,HME, +1 >, ONLME.02XME7IE.,XXM4.4.4HHE-4&,E,H(-cHC7.WWHH 4 F 01>›Frc..7: WWZWWWHWWZDGC.Zr)OMZ H W H 4 0i 4 vlw ;:i; Cl. WA MI H mcr I. )-, r1: 01 aaaar co Ho4w0)40,--4. c4c4(II a u U 0 1 r-rorrwwwwn H0 C_IXHFFZZrN HMH Ho.) Zin1 ,-4040.1 rZ .14404944H,-, 714X 8X4 ImmWWWW4W DX. M.OX0C.IFF,514- ('-Ur w11(0 MIFF00[104.-10DH000WOMM000H0MMOW0HFW WIWWMMC4MMWWWZ7;WNmW0Q0W4Z0.40WDWZOX ;Tio.mWwWwcaZZXM,M=Mo1000xC.07:00FMXDOW MIMWMMMOim.MI-WNMMWm000HOWmOmmWMWMW.cr :m1HHHHHNHMM00MOHm00000,00HHHHHHHHO Zr.DID'0ZZZZZZDZZDZZEDZDDID=XDZZZZZZZZD o) oCM ''.; WW H. 00 HH C4 14 OE 04 > W % g§0 to 4 >. U.74 ..n 0 HMMW MFF a I. .41-1 1 0 M14W0 W W 01-. 14 m 0.4.4H 0c414 4 W F p.H1-14 HWW H W wH V Z Z4'CU(C'CIfZ M c4c4MM4M MWMMM al If).-) C.) W HWWFWX M W mmtawmpgMulqwww m H0-. FF 0H W 014000H4W00000M 4 OH 014W:404 W. Z: 0 HwHHHH HWHHHHHW WW 2 l000tAmt4E,Mm Hm4.44,4M4m4N444,44.1 nom o m0Do.gom4mrdulmnmmmmulm 1911) HI H OC4C41,49W4HEHE, TME-4-4-44E1 O.< E-, 0E-4-4-•Nif.MH MHHC,,H . E. I M M , 40414WW 40e44›,>q,, 4 ICI,-,c4WWF MO Z H 14c4F041.4N2cZHOX MMW WFFFMWZWFWWW WW 0 M pol 01411 r W,11_4WFMNHHHH FOHHHFHZ qX H Ult.H0WWW4WW 014w F4VHH0WQHQ0VQ9_0 0H 0 wiFFQVUX, NOT0400HHHNOWOHOOV= HW N PoINWOH.444.4HwE--14cN4,4,1HzoXHX=H X 14 0171-4E-440,0o6WWMON C4PWWWG:DOCI.WWWDWWW:t i cicoa,rwawrwraNH.7NrHwNcoN 1 F 1 .70.)HHmmHNMWOOOHN.MWWM0.1vNWHH WIM,TWOmmeMmMmWWmnMmO0NNNNNWm00-imm0 WIHHN0MmH000000HOOHHHHHHHHHIMANNHO immMMMOOMmOmm00MmMMMMMMMMMmMMMM,T , N .1.I awiwwWroprnrncorImmmenelelinfflc4nrnr,),)(nolrnrxne")., N \ W CJIMWmWWWwwmmwmmmmmWOMMWWWWWWWmmmw N --.. mmmwmmwmmmwwwommwwwmWwwwwomwwww \ U I r-1.-7,-1.-4-1e-1•1,1,1,11-1,1,1,-Irir-1,1.-1w-1,11-1,-friril-{,Ir-1.-11-4-ir-1 m OUUQUOQUOUVUVUU0000UQU00UQU0UVO ,s1 . . ..14 (.1 8 © 0 ▪I 41 i C.) • • I HI Ht ▪t Cr. C31 • t C.1 I 0 0 1 r- ..- Ui < ,c) ci ci v;- fr, 0 ki) Crl C.1 C•1 0 U VD in 0 CD C) ix: cr. cr, 0 r a. al .7 .7 C_) F-) 4-4 41) E lr; z r.3.1 I F-4 0 E, in Z in 1-I 00' k-g,Z ci 41v) t.) =1.-4 11) 41E-. .-tu) 00 Di 0 U. C.‘i H H 05.0 rr. Cl)HH 41 u) 41 4) 0 0 ii Ca 0 6 cr) I MILLER PIPELINE AN ARiORACOMPANY MILLER PIPELINE, LLC RESUMES 6890 Crawtordsvillo Road(Indhinupolla,94 46234 (517)2934)276 vvww.mll-rplpaf n ,com Y , MILLER PIPELINE ANMVIIMU OMPAMY Chris Schuler Employment: Miller Pipeline—39 years Experience Overview Chris joined Miller Pipeline Corporation in 1984 as a laborer in Indianapolis,IN. Over the next few years he served the company in many c =cities,assuming the role of Equipment a, rator in 1989 and Foreman the following year. In 1998 Schuler stepped into the role of Superintendent over Kansas City and Indianapolis until 2005 when he was promoted to Project Manager, In 2009,he assumed his current role as General Manager of Municipal Services Division where he oversees Miller Pipeline's water/wastewater/sewer trenchless rehabilitation operations. Education I:Iistory 1983-1986 Attended Indiana University focusing on.Economics and business 2001 Graduated from University of Missouri with a B.A.in Commercial Economics Industry/Community Involvement Vice-President-Midwest Society of Trenchloss Technology Program Committee-North American Society of Trenchiess Technology Board of Directors---National Utility Contractors Association—Indiana Chapter r i MILLER PIPELINE AN RTURA COMPANY Daniel Waiters,P.E. Employment Miller Pipeline—34 years 2009-Present Contract Manager Responsible for all contract submittals and their preparation and revisions and overseeing that all contract requests are met. 2+°13-2009 Product Manager Responsible for estimating projects,monitoring performance and managing field operations for Midwest Region—EX Method,Cure-in-Place Pipe and Vegetation Control Water and Wastewater. Evaluating and Implementing Installation procedures and internal work processes for the technology.Maintain and monitor product Inventory levels. 2001-2003 Regional.Manager Responsible for project estimating,monitoring performance for Utility Divisions Midwest Region,to include Vacuum Excavation,vegetation control,EX Method, and pipe bursting. 1998-2001 Cost EEnRineer Responsible for implementing,and maintaining historical job production data and costing evaluations.Provide feed•-ck from time studies to operations for efficiency improvements. 1994-1998 Design Engineer Responsible for new product research and development,designing and overseeing production of spedaiized equipment used for various rehabilitation technologies. 1989-1993 Labor[ Worked as general field laborerfor natural gas construction crews. ducatlon: University of Evansville,Evansville,Indiana BS Mechanical Engineering,1993 Accreditation: Registered Professional Engineer,State of Indiana 2001-Current City of Evansville Underground Utilities license nest)Crawfordsville Road I Indianapolis,IN 49234 C317)293-0278 www.milloPplpellne.com I Jeffrey M.Newman 8486 English Oak,Brownsburg,IN 46112, ieffrevrenewm.anlrltvahoo,corn Phone:(311)468.4632 EDUCATION: Masters of Science-Engineering Management,Missouri University of Science and Technology,Roils,Missouri-2003 Bachelor Science- Engi = ring and Mathematics,Vanderbilt University,Nashville,Tennessee-1999 EiT-Engineer Intern EXPERIENCE: Miller Pipeline LLC—9/12-Present 9/12-Present {1cct Matador—Municipal Services—lndfanaaopl14 ift Manager r ponsible for bidding and managing of municipal rehabilitation(CIPP and expandable PVC)projects throughout the Eastern US. • Managed contracts and eat goals for CIPP and Fold and Form rehab projects;16%o performance Increase. • Bid and attained multiplee sewer CIPP and Fold and Form rehabilitation contracts;increased backlog by 76%. • Deployed automated labor tracking system to southern area resulting in automated billing to customers. • Developed division wide tracking system for monitoring all bids,backlog,active end inactive work. Milestone Contractors LP.-4/12-8/12 j112-8/f 2 Director of Fleet Uneraflons—Indianapolis, /N: Director responsible for 1200 pieces of mobile equipment,43 employe= end$14M equipment budget su•*"ding Central Indiana's lar t heavy highway contractor. • Managed reorganization of 13 plant loaders to cycle out older machines and right-size fleet a ts. • D.veloped FY 2013 budget for operations and Capital resulting In YTD cost reduction of 10%©. • Developed rate re-structuring package to better align actual assets costs with operational costs and needs. Lafarge North America-11/06-4/12 10/99.02.Multi-Plant Meneder(Axreciates)—E/byrn. Shedder?. and Utica. [L; Manager of 3 plants and 32 employees with P/L responsibility of a$12.4M(1.6M ton)aggregate business operating in the western suburbs of Chicago. • Managed ali operations at three plants resulting in positive gross profit for business. • Deployed Near Miss and hazard analysis program resulting In 440 days Injury free operations. • - +uoed controllable costs at all sites resulting in$.28/ton decrease In manufacturing costs(COGP), • Reconfigured plants to eliminate long products,resulting in 20%Increase of demand products. • Renegotiated 4-year CBA contract with Teamsters and Laborers,resulting in 0 increases in hourly labor costs. • Managed capital end reclamation project at Sheridan resulting In access of 10 additional years of quality reserves. • Led MSHA Part 46 refresher program,training all 64 surface employees in Chicago and Milwaukee operations. • Worked with Illinois DDT to certify long Inventory of asphalt chips and concrete stone resulting in sellable inventory. • Managed$1.340M In capital deployment to reduce operating cost 14%and water discharge off-site by 80%. prpe+a/and Maintenance.Marrnmr— 'estm/nster. CO: Managed all equipment and maintenance for 33 aggregate plants spanning 7 s s(CO,IL,MO,KS,NM,AZ,and WY)using JD Edwards Enterprise systems. • Developed metrics and indicators for maintenance of 36 plants,resulting In reduction$1.2M reduction in maintenance. • Managed fl reduction of 201 mobile and fixed assets,creating$7.1 M in cash flow and$1.9M in gains. • Redeployed Idle plant assets to Mexico City,Chile and Egypt operations, avoiding$1.7M in capital costs. • Researched,developed and submitted 45 capital projects worth$19.8M,resulting 13%Increase in fleet uptime. • Managed 16 contractors and 4 employees In capital deployment of$6.5M greenfleld;project finished with no overage. • Project completed on time,with reliability of 97%and processing 1,150 tons per hour of material(15%above expected), • Directly supervised site workers to install all plant support structures resulting in 0 injuries. United States Army—Officer Corps of Engineers-6/99.11/O5 — D: Led 400-person teem training 1,200 engineer stu• nts annually. Re nslble for employing and maintaining buildings,tools and weapons worth$20M. • Designed and managed$250k project to build new training area to prepare 80 team members per week to deploy to Iraq and Afghanistan,increasing training efficiency 30%. •Led cross service team that trained 1,200 engineers in 4 different technical specialties in one year. • Executed improved risk management program for 45 training events;resulted In 0 days lost to accidents. 7/42-6/V4 Operations Officer(Captain)—Fort Lectrlwa, Led 5-person team planning operations for 1,200- person construction training battalion that trained 6,000 students at 3 locations. Managed$12k budget. • D •toned and implemented 18-month planning calendar that improv training efficiency 46%. • D igned and implemented system to consolidate 12 construction skills,providing commonality across U.S.Army. ¢/99-6/02 Pia pon l-eactflrs and Epcutfve Officer(Lieutenant) — Fort Hood,.TX: Second In command of 108-person combat origin company. Led 28-•- on team providing combat engineering support for 18,000-person Armored Cavalry Division,employing and maintaining 20 vehicles and 6 kits worth$6M. • Developed maintenance system that resulted In 90%readiness rate;recognized as"Best'of 16 In brigade. • Planned/executed deployment to Kuwait and managed construction of 6 projects worth$70k. • Led environmental response and clean-up for 10,000-person learn at Fort Irwin,CA,resulting In 0(Ines. CERTIFICATION,AWARDS, TRAINING; Illinois Gold Rock Solid Safety Award 2009 2011, Student of Lean and SPC, Lafarge innovation Award 2007, Lafarge Meet the Group, Mein and Hazemag Crusher School, Delster Screen Scholl, Engineer Intern,Ranger Leader Course,Airborne School, U.S.Army Meritorious Service Medal MILLER AN ARTNRA COMPANY PIPELINE Kurt Zelsler Employment: Miller Pipeline,LLC—44 years 1998—Present Project Manager—Midwest Rehabilitation Projects Responsible for managing all aspects of the rehabilitation projects to Include;scheduling,material ordering,field supervision,invoicing end subcontract management.Supervised and managed the EX Method and CIPP(Cured-In-place lining). 1995—1.998 Superintendent—EX Method Lining Responsible for managing all aspects of the rehabilitation projects to Include scheduling,material ordering,field supervision,invoicing,and subcontract management.Supervised and managed the installation of over 500,000 of EX Method Lining. 1989—1995 Superintendent—WEKO Internal Joint Seal Responsible for managing all aspects of the Joint sealing projects to Include scheduling,material ordering,field supervision,invoicing and Subcontract management.Including day-to-day operations of some 30-50 technicians and foreman. 1985-1989 Foreman On internal joint sealing installation of (WEKO-SEAL)crews and IRIS Stop crews,Included supervising 8—12 man crew,specializing in internal Sealing with.WEKO-SEAL In gas,water,wastewater,Industrial,and foxssil. Fuel and nuclear generated power plants. 1984—1982 Laborer Internal joint sealing(AMEX-l0/WEKO-SEAL)installation and IRIS Stop crews. 1979—1983 Laborer Distribution Pipeline Construction Crew Other: Certified Instructor for Confined-Space Training in accordance with Federal OSHA's 29 CFR 1910,146 Permit Required Confined-Space regulations. Certified as Confined-Space Qualified Person to authorize Confined-Space Entry Permit.Qualified instructor for Haz-Com Training,Hazardous Material and Hazardous Material Supervisor trained to comply with 29 CFR 1910.120. Red Cross CPR and First Air Certified. Education: Graduate of High School and Vocational School 0050 Crawfordsville Road I Indianapolis,IN 46234 (317)263-0276 www.rniiterpipunna.com t f i to , a b N p `R t f 70 .w P t LDry N4 m .4Ni '4 a 1 ri H i 1 . & Qs. e d� M m rT c� 01 ? 3 u 3 ��t 3 yx � I u. 61 v q 11' § � � i 8 ti► i kj ; 1 4 1-''; I . 'tN g r3 liE I4 ...,. c_u. z z g c t g G 1 — i z T., 6 a� _ Z mR1fliji 0 g. tp g i :g 'I MILLER PIPELINE AN ARTERA COMPANY Travis Nail Employment: Miller Pipeline—14 years 2014-Present Regional SQC Field Coordinator Assist with the deployment and validation of Company Compliance to Safety and Quality procedures with field p onnel. Report on the status of OQ Compliance and field personnel.Verify and report status of field personnel on adherence to Safety and Quality prooedures and policies, Inv=Agate and report on Safety, Quality and Compliance incidents. Meet expectations of Safety and Quality auditing : set by the Directors of Safety and Quality. Performs detailed investigations of any incident that r ult in a task procedure departure,violation or failure. Performs root-cause analysis on serious incident that occur, finds preventive measures and communicates the results of these investigations to management. Coordinates quarterly safety meetings in conjunction with area management personnel. 2009-2014 Laborer/Foreman Manages Rehabilitation Projects throughout the United States.(CUT,CCTV and Fold and Fenn). Experienced in Gas and Water/Sewer Mainline Installation,Heavy Equipment Operations and Gas Transmi::ion.Plan,organize and delegate the day-to-day work activities within the crew.Implements company polici and procedures.Insures compliance to safety rules and regulations.Interacts with customer,office and corporate personnel regarding work activities,which include:time worked safely,productivity,handles minor customer complaints and inquiries.Daily WINS data entry.Responsible for the overall quality of work performed by the crew. 2001—2009 Operations Manager—Lowry Farms Managed day to day farm operations,controlled all day to day safety, Managed all Livestock production. 1994—2001 Foreman/Operator—Walker Bobcat Service Hands on with crew excavating and installing in.ground swimming pools Education: High School Graduate 1989 form,Martinsville High School Certifications: Confined Space Train the Trainer Certified,Competent Person Train the Trainer Certified,OSHA 30 Hr.,CPR First Aid/AED Certified,Confined Space Rescue Certified,Miller Foreman,Leadership and Supervisor Trained. MILLER PIPELINE AN ARTERA COMPANY MILLER PIPELINE, LLC Financial Statements December 31 , 2022 (With Independent Accountants' Report Herein) . . MILLER ER PIPELINE, Y U C Table of Contents Independent Accountants' Ropod—...... ----- ....... --------- ...... — ........... .......... '1 Financial Statements: Consolidated Balance Sheet--................ ----- ....... ----........ --.— ...... ..............2 Consolidated Ota r-nnentofOperaUona ........... —.......... .......... ...... ........ -- ............. .......... 3 Consolidated Statement of Changes in Members' Equity.........-- ....... ........—.................... '4 Consolidated Statement VfCash Flows ......... --_....._-----.------ ....... --.--5 KPMG LLP Suite 2000 303 Peachtree Street,NE. Atlanta,GA 30308-3210 Independent Accountants' Report The Board of Directors Artera Services, LLC: Management Is responsible for the accompanying financial statements of Miller Pipeline, LLC, which comprise the balance sheet as of December 31, 2022 and the related statements of operations, changes in members' equity, and cash flows for the year then ended, and the related notes to the financial statements in accordance with U.S. generally accepted accounting principles. We have performed the compilation engagement in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. We did not audit or review the financial statements nor were we required to perform any procedures to verify the accuracy or completeness of the information provided by management.We do not express an opinion, a conclusion, nor provide any assurance on these financial statements. I<T>MG- LEP Atlanta,Georgia March 22, 2023 te AzAtY 1),,NtaNnnAt,Rena n olnn hnn Oi +,PMG nvaan,Awn onAcparainot otearaa,1, tY4r5V/ri amon,s+ Ind ,n van,Enfal,n11, 1,,,ny MILLER PIPELINE, LLC Consolidated Balance Sheet December 31,2022 (In thousands) December 31, Assets 2022 Current assets: Cash $ 80 Accounts receivable 41,119 Prepaid expenses and other current assets 2,774 Inventory 15,760 Related-party receivables-current 132,202 Total current as- ts 191,935 Property and equipment,net 183,102 Right-of-use assets-operating leases 21,281 Right-of-use assets-finance leases, net 21,158 Goodwill, net 131,622 Other intangible assets, net 149,409 Other assets 443 Total assets $ 698,950 Liabilities and Members'Equity Current liabilities: Accounts payable $ 40,787 Accrued liabilities 42,376 Current portion of operating leases 8,843 Current portion of finance leases 5,606 Total current liabilities 97,612 Non-current liabilities; Operating lease obgations,net of current portion 12,620 Finance lease obli*-tions, net of current portion 15,366 Related party-payables, non-current 149,038 Total non-currer't liabilities 177,024 Total liabilities 274,636 Members'equity 424,314 Total liabilities aid members'equity $ 698,950 See accompanying nor•s to the Consolidated Financial Statements and Independent Accountants'Report. -2- MILLER PIPELINE, LLC Consolidated Statement of Operations Year Ended December 31, 2022 (In thousands) 2022 Revenue $ 962,103 Cost of revenue 864,132 Gross margin 97,971 General and administrative expenses 37,560 Amortization of goodwill and other intangible assets 29,003 Income from operations 31,408 Other expense: Interest expense 102 Other expense, net 4,079 Total other expense, net 4,181 Net income $ 27,227 See accompanying notes to the Consolidated Financial Statements and Independent Accountants'Report. -3- MILLER PIPELINE, LLC Consolidated Statement of Changes In Members'Equity Year ended December 31,2022 (In thousands) Total Balance as of December 31,2021 -as reported $ 449,811 Pushdown accounting (52,436) Balance as of December 31,2021 -as revised 397,375 Net income 27,227 Other (288) Balance as of December 31,2022 $ 424 314 See accompanying notes to the Consolidated Financial Statements and Independent Accountants'Report. -4- MILLER PIPELINE, LLC Consolidated Statement of Cash Flows Year Ended December 31, 2022 (In thousands) 2022 Cash flows from operating activities: Net income $ 27,227 Adjustments to reconcile net income to net cash provided by operating activities: Depreciation 44,240 Amortization of goodwill and intangible assets 29,003 Amortization of right-of-use assets and lease liabilities, net 182 Loss on disposal of property and equipment 183 Changes in operating assets and liabilities: Accounts receivable (2,808) inventories (8,850) Prepaid expenses and other current assets 288 Accounts payable and accrued liabilities 22,878 Net cash provided by operating activities 112,343 Cash flows from investing activities: Purchases of property and equipment (2,086) Cash paid for acquisitions, net of cash acquired (25,918) Related-party receivables 3,767 Net cash used in investing activities (24,237) Cash flows from financing activities: Related-party payables (90,054) Payments on finance leases (3,724) Net cash used in financing activities (93,778) Net change in cash and cash equivalents (5,672) Cash and cash equivalents, beginning of year 5,752 Cash and cash equivalents, end of year $ 80 See accompanying notes to the Consolidated Financial Statements and Independent Accountants'Report. -5- . . MILLER PIPELINE, LLC. Notes hm the Consolidated Financial Statements (1) Organization and Business Miller Pipeline, LLC(the"Company") installs, repairs, and maintains underground pipelines used in natural gas, wader, and sewer systems, The Company operates throughout the United States with its nuatnnomrbase primarily concentrated in the eastern half of the United States. The Company is avvho|k/'ovmned subsidiary ofAde,a Services, LLC(^Parent^) under onintermediate corporate subsidiary qf the Parent, W1KHN Infrastructure Services, LLC formerly known asVecmam Infrastructure Services Corporation ("Member"), The Company's operating muboidiory. K.R. 8vverdf=!erConatruction. LLC (^KR8~) was acquired on July 2. 2021. Located in Pueblo West, Colorado, KR8 is a contractor specializing in underground utilities including natural goo d|a8ibution, sanitary and storm sewer, and water infrastructure. As a ||nl&ed liability company, the UebdG, obligations and liabilities VY the C0rnpany, whether arising in contract, tort or otherwise, are solely the debtm, obligations and liabilities of the Connpgny, and no holder of members' equity shall be obligated personally for any such debt, obligation mr||ab|ityoY the Company solely by reason oybeing a holder oY members' equity. Financial Statements Presentation The accompanying Consolidated Financial Statements reflect all adjustments that, in the opinion of management, are necessary to present fairly the Company's financial position as of December 51.2D22^ and the Company's results of operations, changes in equity and cash flows for the year ended Deoember31. 2022. Such adjustments are of nornna|, recurring nature and did not impact the operatng results of the Company. Accounting Policy Changes Except as noted be|ow, there have been no msdmr|a| changes in the significant accounting policies followed by um during year ended Daoember31. 2022. from those described in our Consolidated Financial Statements for the year ended December 31, 2021. Adoption VfLease Standard During 2022. the Company adopted Accounting Standards Codification ("A8C~) Topic 842 — Leases ("ASCO42l. See Note 3— New Accounting Standards, for more information about the adoption of8SC 842. Election of Pushdown Accounting During 2022, the Company elected to subsequently apply pushdown accounting, that included recording acquisition accounting transactions that were previously recorded by the Parent As such, the property and equipment, goodwill and other intangible assets balances have been adjusted to reflect the subsequent application of pushdown accounting. See Note 2—Summary of Significant Policies, subtopics Property and Equipment and Goodwill and Other Intangible Assets for more information. ' " , MILLER PIPELINE,LLC, Notes to the Consolidated Financial Statements (3) Summary of Significant Accounting Policies (a) Principles mfConsolidation The accompanying Consolidated Financial Statements cf Miller have been prepared in accordance with U.G. Generally Accepted Accounting Principles ("U.S. GA\P^). Intercompany transactions and balances have been eliminated in consolidation. . (b) Change in Accounting Principles The Company adopted Financial Accounting Standards Board (''FA8B'') Accounting Standards Codification ("AGC^) 805'50 Business Combinations — Pushdown Accounting. (^7op/r8O5]L This A8C allows the Company to apply pushdown accounting in its separate financial statements when there is a change-in-control event. If the entity does not elect to apply pushdown accounting upon a change-in-control event, |t can elect to apply pushdown accounting in a subsequent reporting period as a change in accounting principle in accordance with A8C25O — Accounting Changes and Error Corrections, paragraph 250- 10-45-2.This allows entities to apply pushdown accounting in a subsequent reporting period if the entity jastifies that it is preferable. The Company believes it is preferable as it results in reflecting omluinad eosebx and liabilities at their fair values, results in the recognition of previously unrecognized assets that have economic value and aligns with the acquirer's required accounting under Topic 805. The election was applied as of the beginning of the year ended December 31, 2022.The new basis of accounting is reflected in the Company's Consolidated Financial Statements. On April 8. 2020. the Company acquired W1iUe, Pipeline and Minnesota Limited (together ^K4Veq]e^)for$858.9 million |n cash, subject ho customary purchase price adjustments. The final purchase price included $3.9 million cash paid in2031 related to the final net working capital adjustments. Miller Pipeline is headquartered in Indianapolis, Indiana and Minnesota Limited is headquartered in Big Lake, Minnesota. The 000eta acquired and liabilities assumed were recognized at their acquisition-date fair values, with goodwill representing the excess cl the purchase price over the fair value of the net identifiable assets acquired. The following table summarizes the 0no| allocation of the purchase price pertaining to the Company and reflects the net assets pushed down at the date of acquisition,the subsequent activity and the impact onthe financial statements omof January 1. 2022 (in thoumanda): Not assets Impact of pushed down mt pushdown acquisition date mwuwvnvwnt accounting Assets acquired: April o.mmoo monvnx January 1.2022 Current assets * 136.306 * (136.386) * ' . -- ' Property and equipment, net 199.081 <69.33 126.751 � GmodwN.,ne 109,263 (18,848) ` ,'00,415 � Intangible assets,net 133,000 1 117,819 Other assets �x,�"�, ���M��^.~�� 360, �� _�'�� � ��`-�� Current and other Kabihtiee (69266) 65,414 Total assets acquired `$ ` 508024 (174.691) $^«»m334133� _ ' Seo|ndependantAncounbants' Report . MILLER PIPELINE,LLC. Notes bothe Consolidated Financial Statements The application of pushdown accounting decreased not income and retained earnings by $52.4 million at December 31. 2021. hd Use mf Estimates and Assumptions The preparation of financial statements in conformity with accounting principles generally accepted in the United States requires the use of estimates and assumptions by management in determining the reported amounts of assets and liabilities,disclosures oycontingent assets and liabilities known tn exist oaof the date the financial statements are published, and the reported amount of revenue and expenses recognized during the periods presented. The Company reviews all significant estimates affecting its financial statements on a recurring basis and oaoonda the effect of any necessary adjustments prior to their publication, Judgments and estimates are based on the Company's beliefs and assumptions derived from information available at the time such judgments and estimates are made. Uncertainties with respect to such estimates and assumptions are inherent in the preparation of financial statements. Estimates are primarily used in the Company's assessment of the allowance for doubtful accounts, useful lives of assets,fair value assumptions analyzing goodwill,and other intangible and long-lived asset impairments, liabilities for insurance and other duims, and revenue recognition for proportional performance contracts. (d) Cash and Cash,Equivalents The Company considers all highly liquid investments with anoriginal maturity oY three months or |eon at the date of purchase to be cash equivalents. Book overdrafts occur when the amount of outstanding checks exceed the cash deposited at a given bank. Book overdrafts, if any, are included in"Accounts payable"in the Consolidated Balance Sheet and in operating activities in the Consolidated Statement of Cash Flows. The Compamy participates |nm centralized cash management arrangement with its Parent. Cash balances are swept daily by the Parent and, ao the Company has the right of offset, the net receivable mrpayable to the Parent|o recorded om related-party receivables orpmyab|mo io the Consolidated Balance Sheet. Changes in net related-party receivables are classified as investing activities and changes in netre|ated'padv payab|eo are o!aosU5md as financing activities inthe Consolidated Statement ofCash Flows. &d Allowance A)r Doubtful Accounts The Comparry provides an allowance for doubtful accounts when collection of an account is considered doubtful. Receivables are written off against the o||ovvanoe when deemed unuo||eoUb|m- Thm Company considers receivables that are at least SOdays past due in its onak/oia of Nhe m||ovvanme for doubtful accounts. The Company also includes accounts receivable balances that relate to customers in bankruptcy or with other known difficulties in its analysis of the m||mmmnue for doubtful accounts, Inherent in the mneeaonnant of the allowance for doubtful accounts are certain judgments and estimates inc|uding, among othmro, the customer's access tocapital, the customer's willingness or ability to poy, general economic and market conditions, and the ongoing relationship with the customer. Material changes in the Company's customers' business orcash flnvvo, which may be impacted by -8 See|ndependentAucountantu' Report . MILLER PIPELINE,LLC. Notes to the Consolidated Financial Statements negative economic and market nmndidonu, could affect the Company's mb\|hv to collect amounts due from them. The allowance for doubtful accounts was $0.8 million at December 31, 2022, AD Property and Equipment Property and equipment are nbab*d at cmoL and depreciation is computed using the straight-line method over the estimated useful |k/em of the assets. Leasehold improvements are capitalized and amortized over the lesser of the life of the lease or the estimated useful life nfthe asset. Expenditures for repairs and maintenance are charged to expense when incurred. Expenditures for major additions and improvements extending the useful lives of existing equipment are capitalized and depreciated over the adjusted remaining useful life of the assets. Upon retirement or disposition of property and equipment, the cost and related accurnulated depreciation are removed, and any resulting gain or loss is reflected in "Other expense, nmt", in the Consolidated Statement uYOperations. Management reviews property and equipment for impairment whenever events or changes in circumstances indicate that the carrying amount may not be recoverable. If circumstances require a long-lived asset or asset group be tested for possible impairment,the Company first compares undiscounted cash flows expected to be generated by that asset or asset group to its carrying vadue. If the carrying value of the long-lived asset or asset group is not recoverable on an undioomunted cash flow banio, an impairment is recognized to the extent that the carrying value awnmods its fair value. Based on our muoaoornent, management determined there was no impairment during the year ended December 31. 2O22. (g) Goodwill and Other Intangible Assets 0 Goodwill '^ Goodwill is an asset representing the future economic benefits arising from other assets acquired in m business combination that are not Individually identified and separately recognized. In accordance with Accounting Standards Update (°ASU^) 2014-02, Intangibles— Goodwill and Other(Topic 350):Accounting for Goodwill,the Company has elected to amortize goodwill on a ohai0h#|nm basis over 10 years. In addition, the Company has elected to test goodwill for impairment at the entity level whenever events or changes in circumstances indicate that the carrying amount ofgoodwill may not be recovered. Upon occurrence of a triggering event, the Company performs a qualitative assessment: hodaternine whether itis more likely than not that the fair value of the Company isless than its carrying amount. If the Company determines it is more likely than not that the fair value of the Company is less than its carrying value, the Company will recognize an impairment loss for the amount by which the carrying amount exceeds its fair value. No triggering events were identified in the year ended December 31,2022 and,therefore, no impairment loss was recorded. '"' See Independent Accountants' Report ^ . MILLER PIPELNE.LLC. Notes hw the Consolidated Financial Statements (ii) Other Intangible Assets The Company's finite-lived intangible assets comprise of customer na}aUnnmhips, tradenemeo and nonnonnpeha arrangements. Intangible aooeto, other than gondw|U, are amortized over their estimated useful lives on a straight-line basis. The estimated usefLA lives of our customer relationships range from eleven years to fourteen yeara, and the estimated useful lives nf our trade names range from sixteen years to twenty years. Management naviavva finite lived intangible assets for |nnpmirnnant whenever events or changes hl circumstances indicate that the carrying annountmaynotbmrao|ioab|e. If circumstances require o long-lived asset or asset group be tested for possible impairment, the Company first compares undiscounted cash flows expected to be generated by that asset or asset group to its carrying value. If the carrying value of the long-lived asset or asset group is not recoverable on an undincounted cash flow basis, an impairment is recognized to the extent that the carrying value exceeds its fair value. No triggering event was identified in the year ended December O1. 2022 and, therefore,, no impairment loss was recorded. (h) Contingent Liabilities The Company provides for contingent liabilities when it is probable that an asset has been impaired or a liability has been incurred at the date of the financial abatennenCs, and the amount of the loss can be reasonably estimated. /A Fair Value&lleasuremmmts Fair value is defined as the price that would be received to sell an asset or paid to transfer a liability in the principal or most advantageous market for the asset or liability in an orderly transaction between market participants at the measurement dote. A three-level hair value hierarchy that prioritizes the inputs used to measure fair value is described below. This hierarchy requires entities to maximize the use ofobservable inputs and minimize theuse of unobservable inputs, The three levels of inputs used to measure fair value are as follows: * Level 1 —Unadjusted quoted prices in active markets for identical assets or liabilities. * Level 2—Inputs other than quoted prices included within Level 1 that are either directly or indirectly observable through correlation with market data. w Level 3—Unobservable inputs that are supported by little or no market data,which require the reporting entity to develop its own assumptions. The carrying vo|ume of cash mquive|ents, accounts naoeivab|e, accounts payab|m, and accrued liabilities approximate fair value due to the short-term nature of these instruments. '1U- See Independent Accountants' Report . . MILLER PIPELINE.LLC. Notes hzthe Consolidated Financial Statements KU Insurance The Company is insured for certain losses relating to its property and casualty program. Insurance expenses and related accrued insurance liabilities are determined based on actual claims reported and actuarial estimates of claims incurred but not reported. Incurred but not reported clai 4s are determined by taking into account historical claims payments and known trends such as claim frequency and severity. |naunonma liabilities are based on the total estimated costs of o|oinnu filed and emtinnmhas of claims incurred but not reported, less amounts paidagainst such claims,limited by a deductible.The Company continually monitors claim activity and incidents and makes necessary adjustments based nn these evaluations, The Company's liability for unpaid claims and associated expenses, including incurred but not reported N:)aees related to these policies, totaled $9.4 million as of December 31. 2022 and are reflected in "Accrued liabilities" on the Consolidated Balance Sheet. (k) Legal Proceedings The CornponV is involved in various legal proceedings and c|minno arising in the ordinary course of busineas, none of which are expected to have m material adverse effect on the Company's financial puoUUon, results of operations, or cash flows, The Company records rmoen/ea when it in probable that e liability has been incurred and the amount of loss can be reasonably estimated. Costs incurred for litigation are expensed aoincurred. 00 Leases For any new or modified lease, the Compmny, at the inception of the oontnact, determines whether no»1ract is or contains m lease. The Company records right-of-use("ROU") assets and lease obl,,,!gations for its finance and operating leases,which are initially recognized based on the discounted future mNirnunn lease payments over the term of the lease. As the rate implicit in the Company's leases|anot easily determinable,the Company utilizes the portfolio approach inapplying an incremental borrowing rate for its ROU operating and finance leases and adjusts such rate on a quarterly basis. Lease term im defined as the non-cancelable period of the lease plus any options b) extend or terminate Vie lease when it is reasonably certain that the Company will exercise the optiom The Connpemij has elected not to recognize R[}U asset and lease obligations for its short- term leases, which are defined as leases with an initial term of 12 months or less. For o majority of all classes of underlying aoweta, the Company has elected to not separate the |omae from the non-lease components. For |eeson in which the lease and non-lease components have been nonnbinod, the variable |aoae expense includes expenses such on common area nma|ntenonma, ub|ities, and repairs and maintenance, Gee Note 3 — New Accounting S&ondmnds, for further information about the Company's adoption of the new leasing standard and its related amendments and Note 10 — Commitments and Contingencies for more information about the composition of leases. ' 11 ' See Independent Accountants' Report MILLER PIPELINE, LLC. Notes to the Consolidated Financial Statements (n) Revenue Recognition The Company applies the Financial Accounting Standards Bnen] (''FAGB'') ASU2O14-09, "Revenue from Contracts with Cunbznoerm^ (48C 006). Under this A8U and subsequently issued amendments, ao entity should recognize revenue to depict the transfer ofpromised goods or services to ruohunners in an amount that reflects the consideration to which the entity expects tobe entitled in exchange for those goods orservices. Revenue from service arrangements is recognized when oen/icmu are performed. The satisfaction of a performance obligation occurs when the transfer oY control oy the goods nr nen/ioem oocur, which may be at point in time o, over time; resulting in revenue being recognized over the course of the underlying contract nrst a single point in time based upon the delivery of the goods or services hzcustomers. The Company works under three main h/pmo of service contracts: unit price. time and expenae, and fixed price contracts. The Company recognizes revenue from time and expense contracts based on actual labor as the service is performed and recognizes revenue on materials and equipment ms incurred. Unit based contracts occur when the Company has contracted w4h the customer to provide all of the \mbor, equiprnent, nnmMeha| and services (except for those services and materials furnished by the customer) for installation and maintenance services based on instruction m/technica| specifications/construction drawings provided by the customer. The Company recognizes revenue on unit-based services over time auunits are completed, Revenue for fixed price contracts is recognized over time using the cost-to-cost nnsdbod, measured by the percentage of costs incurred to date to total estimated costs for each contract. Fixed price contracts are comprised of construction oen/|coa that are integrated or incorporated to deliver the combined output promised to the customer. As such, all the construction tasks are bundled toform a single performance obligation that together meet the criteria for being distinct. These contracts provide for a fixed annnurd of revenue for the entire project. Such contracts provide that the customer accept completion of progress to date and compensate the Company for services rendered. Customer acceptance occurs when the customer obtains control of the good or service being provided by the Compony. Contract costs are immaterial in nature and include all direct mabedm|` |obmr, and subcontract custo, as well as indirect costs related to contract performance, such es indirect labor, tools, repairs, and depreciation. The cost estimation process is based on the professional knowledge and experience of project nlanaAero, field construction uupon/imVrs, operations management, and financiad professionals. Changes in job performance, job conditions, estimated proMbabi|hy, and finm| contract settlements may result in revisions to costs and revenue and their effects are recognized in the period in which the revisions are determined, Provisions for |usson on uncompleted contracts are made in the period in which the losses become evident. With respect to the Company's cnntrauto, interim payments are typically received as work progresses in accordance with agreed-upon contractual terms, either at periodic intervals or upon achievement of contractual milestones. As a venu|t, under fixed price contracts the tinning of revenue recognition and contract billings results in contract assets and contract -12' MILLER PIPELINE, LLC. Notes to the Consolidated Financial Statements liabilities. Contract assets represent revenues recognized in excess of amounts billed for fixed price contracts and are current assets that are transferred to accounts receivable when billed or the billing rights become unconditional. Contract assets are not coom|donod a oignifioantfinancing component as they are intended to protect the customer in the event the Company does not perform on its obligations under the contract. Contract UebNiUeo represent billings in mxoaoa of revenues recognized for fixed price contracts. Those arise under certain nnnhaohs that allow for upfront payments from the customer or contain contractual billing mi|estones, which mamu|t in billings that exceed the amount ofrevenues recognized for certain periods, Contract liabilities are current liabilities and are not considered a significant financing component, am they are used to meet working capital requirements that are generally higher |nthe early stages ofa nordnsct and are intended \oprotect the Company from the other party failing to meet its obligations under the contract. Contract assets and liabilities are recorded ona performance obligation basis atthe end of each reporting period. Contract liabilities are reflected within "Accrued liabilities" on theComnnUd�ted Balance Sheet. AtDecember 31' 2022. the Company had no contract assets Vrliabilities. Balances billed but not paid by customers pursuant to ratginege provisions in certain contracts are generally due upon completion of the contracts and acceptance by the customer, CUmrent ,ete|nmQe balances were $2.8nniUion aanf December D1. 2822 and are included in "Accounts receivable, net" in the Consolidated Balance Sheet. Beteinmge in not considered to be a significant financing component because the intent is to protect the customer. (n) Income Taxes As m limited liability company electing to be treated as a partnership for tax purpomes, e provision for income taxes is not made in the individual accounts since such taxes are the responsibility of the individual members uf the Company. (q) Collective Bargaining Agreement The Company is party to various collective bargaining agreements with unions that represent certain of their employees.The collective bargaining agreements expire at various times and have typically been renegotiated and renewed nn terms similar tothose in the expiring agreements. The agreements require the Company tn pay specified wages, provide certain benefits to th�ir union employees, and contribute certain amounts to multiemployer pension plans and e �oloyee benefit trusts. The Company's multiemployer pension plan contribution rates generally are specified in the collective bargaining agreements (usually on an annual baaiu), and contributions are made tothe plans on a "pay'as-you-go^ basis, based on its union employee payrolls, See Note 11—Un/on Multi-Employer Pension Plans for more details un union employees. ' 13- MILLER PKPELNE. LLC. Notes tm the Consolidated p|nandoi Statements (3) New Accounting Pronouncements In October 2021. the FAGB issued ASU 2821'08. "Business Combinations (Topic 805) Accounting for Contract Assets and Contract Liabilities from Contracts with Cuo8none/o" The amendments in this update require an acquirer in m business combination to recognize and measure contract assets and contract liabilities (deferred revenue) using the recognition and measurement guidance in Topic O0O' Revenue0n/n {omtrnctnwithCuobzmmxo. Underthe'Topiu 606 approach', the acquirer applies the revenue model as if it had originated the contracts. This isa departure from the current requirement to measure contract assets and contract liabilities mt fair value. Under current prmct|oe, nneeouhn0 deferred revenue at fair value typically results in a reduction to the deferred revenue balance au reported by the onqoinao just before the acquisition. This practice causes the acquirer to recognize less revenue post-com bi nation than the acquiree would have recognized absent the acquisition. AddUUonaUy, the timing of contractual payments affects the amount of the acquirer's post-acquisition revenue. The Topic 606 approach will eliminate the deferred revenue reduction and narrow the differences caused by the timing of payments.The FASB has indicated that the increase in the contract liability will generally result in an offsetfing increase to goodwill.This will result in more post-acquisition GAAIP revenue and profrt for many contracts in o contract liability position. The amendments in this update are effective for private companies for annual and interim periods beginning after December 15, 3023` Management is currently evaluating this ASU to determine its impact on the Company's Financial Statements. |n February 2O1G. the FASB issued ASU201G'O2. "Leases(Topic 8420^. which requires lessees to recognize a RCXJ asset and a liability on the balance sheet for all leases,with the exception of short-term leases. The lease liability will be equal to the present value of lease payments and the F<OU asset will be based on the lease |iobi|ih/, subject to adjustments such as for initial direct costs. The standard requires the classification of |eoaeo as either operating or finance in the balance sheets. The Company adapted ASU 2016-02 and all related amendments with an effective date of January 1. 2Q22. using the modifiodretrospective approach and has elected certain practical expedients permitted under the transition guidance, including: /U the retention of historical lease classifications; 8|\ relief from reviewing expired or existing contracts to determine whether they contain |mmnem; and (|U) to not maaee000 initial direct costs for any existing leases. The Company elected not to utilize the hindsight practical expedient in adopting ASC 842.The Company adopted certain accounting policy elections, and as such, exempted leases with an initial term of twelve months or |emo from balance sheet recognition, utilized the portfolio approach in applying the discount rate, and combined non-lease components with lease components. |n connection with the adoption of ASU 2016-02, the Company implemented a new lease accounting system. The adoption of ASU 2016-02 did not have a significant impact on the Company's Consolidated ' Statement of Operations and Consolidated Statement of Cash F|ovvm as the amount of expense recognized following adoption did not materially change from that which was recognized undv the leasing standwd in effect at December 31, 2021. In connection with the adoption of ASU 201&- 02,the Company recorded an increase in both total assets and total liabilities of$2O.5 million due to the recognition of operating lease assets and liabilities in its Consolidated Balance Sheet. '14' Geo |ndependentAccoontants' Repod MILLER PIPGLNE, LLC. Notes tw the Consolidated Financial Statements (4) Business Combinations Business Combinations 1127Conutrun&on On April 1' 2C22. the Company acquired the ooaeta of 1127 Construction, Inc. (^1127 Construction") pursuant to an asset purchase agreement for e cash purchase price oy $24.O million paid at m|omin0. and $1.8 million of customary working capital and purchase price adjustments paid in the third quarter of2U22. The preliminary purchase price includes goodwill of$1.Omillion naourdedin conjunction vviththeecquioiUon. Duhngthethirdqumrteruf2022ond during the measurement period, the Company recorded an additional $2.7 million of goodwill resulting from certain purchase price allocations related to customer relationships, accounts naoe|vob|en and inVentory. Located in northeast Ohio, 1127 Construction is a family-owned company founded in 2005 and provides natural gas distribution and na>sded infrastructure services. The acquisition will expand the Company's existing operations in the Ohio Region ~^ N1iUmr Pipeline and expand its onna offerings of nnmintenanoe, repiacenmmnt, and upgrade omn/icmm. When determining the fair values of assets acquired and liabilities assumed,management made significant estimates, judgments and msaunnpbnno which are subject to change upon final valuation. Changes to the pna|imninmq/ estimates are made within one year following the acquisition doUm based on management's review of property and mquipment, customer relationships, olher assets and liabilities, and final valuation inputs and results. The assets acquired, liabilities assumed and the results of operations of the acquired business are included in the Company's consolidated results for the period fwm the date of acquisition. (5) Accounts Receivable At December 31,2022, accounts receivable consisted of the following (in thousands): oecwmbe,a1' 2022 Billed accounts receivable $ 115.716 Gecmdbation (132.202) UnbUled accounts receivable 55.637 Helainaqe 2.753 Accounts receivable 41.894 �Lome allowance for doubtful accounts _ .(775) Accounts receivable $ 41.119 ' 15' See|ndmpnndontAncnun%antn' Report MILLER PIPELINE, LLC. Notes tpthe Consolidated Financial Statements (6) Property and Equipment At December 31, 2022, property and equipment consisted of the following (in thousands): Dmcwmbar31 Useful lives 2022 &1mchineryand mq�pmerd � yeme - 2G5.793- Buildings and kaamehoNimprovements 2-30yeom 21.144 Office furniture and fixtures 5-15yeam 2.803 Property and equipment. at cost 289.540 Less accumulated depreciation (106.438) Property and equipment, net $ 183.102 � In connection with the January 1. 2022 adoption oJA8C 842. the Company reclassified $7.9 million of its property and equipment from each respective asset class to"Right-of-use assets- finance leases, ner in its Consolidated Balance Sheet. Resulting from the application Pf push-down accounting, property and equipment, net increased $10.4 million atJanuary 1. 2022. See Note 2 - Summary of Significant Aocown8ng Policies, oubtop|o Change/n Accounting Pnnohmlesfor more details, Depreciation expense for both property and equipment and finance leases were$44.2 million for the year ended December 31. 2O22 and io included within "Cost of revenue" and "General and administrative expenses"|n the accompanying Consolidated Statement mfOperations. (7) Goodwill and Other Intangible Assets The Company amortizes goodwill on amtroight-|ine basis over period of1Q years. Effective January 1^ 2O22. the Company elected pushdown accounting, which extended the useful life of goodwill. See Note 2 -Sumnlag/ of Significant Accounting Policies, subtnpic Change /n Accounting Principles for more details. At December 31, 2022, the weighted average remaining amortization period for Qoodmh|| was 7.7 years. Changes in the carrying amount of goodwill for the year ended December 31. 2Q22 follows (in Nhouaando): Gowdwi|| Goodwill, net mt December 31. %V21 $ 86.320 Acquisition accounting' pushdown 50.112 Adjusted Balance sd December 31.2Q21 - 144.338 Addition from 1127 Construction acquisition 4.201 Amortization expense (16'917) Goodwill, net at December 81. 2822 o 181.622 ' 1S' See|ndepeodentAcoountanta' Roport MILLER PIPELINE,LLC. Notes to the Consolidated Financial Statements The future estimated goodwill amortization expense is expected to be as follows (in thousands): Goodwill, Net Years Ending December 31: 2023 17,023 2024 17,023 2025 17,023 2026 17,023 2027 17,023 Thereafter 46,507 Total 131,622 The Company's other intangible assets consists of customer relationships and tradenames. The change in the carrying amount of customer relationships and trade names for the year ended December 31, 2C122, follows(in thousands): Customer Trade Relationships Names Total Other intangible assets,net as of December 31,2021-as reported $ 38,677 $ 10,725 $ 49,402 Acquisition accounting-pushdown 32,948 74,944 107,892 Adjusted Balance at December 31,2021 -as adjusted 71,625 85,669 157,294 Addition from 1127 Construction acquisition 4,201 4,201 Amortization expense (6,266) (5,800) (12,086) Other intangibte asse•,net as of December 31,2022 $ 69,540 $ 79,869 5 149,409 Effective January 1, 2022, the Company elected pushdown accounting, which extended the useful lives of its intangible assets. See Note 2 - Summary of Significant Accounting Policies, subtopic Change in Accounting Principles for more details. At December 31, 2022 the weighted average remaining useful lives for customer relationships, and tradenames were 10.9 years and 13.0 years, respectively, and the future estimated amortization expense was expected to be as follows (in thous-, ds): Customer Relationships Tradenames Total Years Ending December 31: 2023 6,382 $ 5,800 $ 12,182 2024 6,382 5,800 12,182 2025 6,382 5,800 12,182 2026 6,382 5,800 12,182 2027 6,382 5,800 12,182 Thereafter 37,630 50,869 88,499 Total 69,540 $ 79,869 $ 149,409 - 17 See Independent Accountants' Report ^ MILLER PIPELINE, LLC. Notes tm the Consolidated Financial Statements (8) Accrued Liabilities At December 31,2022, accrued liabilities consisted of the following (in thousands): Omcwnmber%1' 2022 Payroll related liabilities $ 30'521 Claims nmoenm 9.388 Union dues payable 852 |ncome tax payable 14 Other 1.681 Accrued liabilities $ 42.378 (9) Related-Party Transactions Accounts Receivable Senuritiza0on On December 31. 2018. the Parent entered into an Accounts Receivable SoouritizatiVn Facility (the "SecVritioaUVo") with a financial institution to provide additional |iqukjhv to the Parent, The Securitization is secured by substantially all of the Parent's accounts receivable and expires on Dmoember2V. 2024. At Ommonnber 31. 2022. the Company had assigned, $132.2 million of eligible accounts receivables,to Arteoa Special Funding Entity, e related-party, under the Securitizedqn, which is reflected in "Related-party receivables—currenr on the Consolidated Balance Sheet, FeYa0ed'PadvReceivatNes andPayab/eo In the normal course of business, the Company, the Parent, and other subsidiaries of the Parent make payments on behalf of each other for services including but not limited to xvorkens� compensation insurance premiums, medical insurance premiums, and other expenses which are paid bythe Parent and other related entities. The Company has a right of offset from the resulting receivables and poymbles between itself,the Parent and other related entities, Therefore,the net receivables from or net payables to the Parent or other related entities are, accordingly, recorded as related-party receivables or related-party payables on the Consolidated Balance Sheet. As of OmmannUer 31. 2022, related-party paVab|ea were $148.0 million and were reflected in "Related-partypayebAes non-cument'on the Consolidated Balance Sheet. The Parent's long-term debt is secured by substantially all the assets of the Parent and its subsidiaries. The Parent's subsidiaries guarantee the obligations of the Parent's|ong'hamo debt. ' 18' See Independent Accountants' Report MILLER PIPELINE,LLC. Notes to the Consolidated Financial Statements (10) Commitments and Contingencies (a) Leases Description of Leases The Company primarily leases buildings, vehicles, construction equipment and office equipment under both operating and finance lease arrangements in which we are the lessee, The Company has remaining lease terms that expire at various dates through 2027, some of which may include options to extend the terms in increments of up to five years or options to terminate. in determining our lease term, we include options to extend or terminate the lease when it is reasonably certain that we will exercise that option. The exercise of lease extensions is at our sole discretion. If it is reasonably certain that we will exercise such renewal options, the periods covered by such renewal options are included in the lease term and are recognized as part of our right-of-use assets and lease liabilities. Certain leases also include options to purchase the leased asset. The depreciable life of assets and leasehold improvements are limited by the expected lease term unless there is a transfer of title or a purchase option that is reasonably certain of exercise. Our lease agreements do not contain any material residual value guarantees or material restrictive covenants. At December 31,2022,the aggregate minimum lease payments under operating and finance leases were as follows (in thousands): Operating Lease Finance Lease Years Ending December 31: 2023 10,429 6,969 2024 6,924 5,506 2025 4,344 4,177 2026 2,192 5,141 2027 368 2,691 Therealter 75 Total undiscounted lease obligations 24,332 24,484 Less imputed interest (2,8v ) (3,512) Net lease obligations 21,463 20,972 - 19- See Independent Accountants' Report . . MILLER PIPELINE, LUC. Notes$m the Consolidated Financial Statements Lease expense is recognized on a straight-line basis over the term of the lease. The components of lease ouato for operating and finance leases in the accompanying Consolidated Statement of Operations were ma follows (in thouaando): Year Ended December 31'%$32 Openalling lease cost $ 11.808 Finance lease cost: Amortization mfdQht-of-uom assets 2.465 Interest mn lease obligations 102 Variable lease cost«) 17.643 111 Short-term leases including variable lease costs. Other lease information pertaining to the Company's operating and finance leases h»Uovvs (dollar amounts inthouoanda): Year Ended December 31.2022 _ Cash paid for amounts Included in measurement nf lease obligations; Operating cash flows from operating lep»w*(payments) $ 11.806 Financing cash 8pms from finance leases(payments) 3.724 Assets obtained|n exchange for: Operating lease obligations M 11.*59 Weighted average remaining lease term awvv December a1.u000: Operating leases 2.9ym Finance leases 3.6y,s m/okJhmd average discount rate amof December n1.aVoo: Operating leases 8,3% Finance leases &156 M sxcmumopemoobammcem*zn.5nxm^nupvnmmuuovmonovmScewz, Discount Rate The Company's leases generally do not provide an implicit rate, and therefore the Company uses its incremental borrowing rate as the discount rate when measuring operating lease liabilities, The incremental borrowing rate represents an estimate of the interest nabs the Company would incur at lease commencement to borrow an amount equal to the lease payments on a collateralized basis over the term of a lease. The Company used a portfolio incremental borrowing rate as of January 1, 2022 for operating leases that commenced prior to January 1. 2022 to establish the lease liabilities when adopting 88C 842. For operating and finance leases that commenced after January 1. 2022. the portfolio incremental nabaa applicable at the closest quarterly period to the iocomdnn date of the lease was used to establish the new RDU liability applicable ho the respective lease. -2Q' Sme|ndependen1Aocountanks' Repmrt . MILLER PIPELINE.LLC. Notes tothe Consolidated Financial Statements See Note 2 —Summary of SignificantAccounting Policies, for further information about the Company's accounting policy for leases and Note 3—New Accounting Standards,for further information about the Company's adoption of ASU 2016-02 and its related amendments, (b) Performance Bonds During the course of normal contracting activities, the Company may be naquinaU to obtain performance and payment bonds. Bonds outstanding were $108.4 million osofDecember 31, 2022. 8d Concentrations mfCredit Risk For the year ended December 31, 2022, two customers accounted for 38.8% of revenue and two customers accounted hor20.596 of trade accounts receivable. No other single customer accounted for more than 10Y6of revenue or trade accounts receivable. (11) Union Multi-Employer Pension Plans The Company contributes to various nnuiV'ennp|oye, defined-benefit pension plans under the terms of collective bargaining agreements (the "Plan") that cover its union represented employees. Approximately 89.6% of the Company's labor force is covered by e collective bargaining agreement as of December 31. 2022. These Plans generally provide for retirement deat`, and/or tenniRadVO benefits for eligible employees within the applicable collective bargaining unitV, based on specific eligibility participation requ|rernents, vesting pahnds, and benefit formulas. The risks of participating In these multi-employer plans are different from single employer plans in the following aspects: * Assets contributed to the multi-employer plan bvone employer may be used boprovide benefits to employees of other participating employers; * If a participating employer stops contributing to the plan, the unfunded obligations of the plan may be borne by the remaining participating employers; and ° |f the Company chooses to stop participating in some Vfits multi-employer p|aom. the Company may be required to pay those plans an amount based on the underfunded status ofVhe plan, referred buase withdrawal liability. As of December 31, 2022, the Company had not undertaken to terminate, withdraw, or partially withdraw from any of these multi-employer plans. Any withdrawal liability would be based on the Company's pros~rtione| share of each p|an'a unfunded vested benefits. The Company's participation in these plans for the year ended December 31, 2022, is outlined in the table below, The "EIN/pension plan number" column provides the Employee Identification Number (EIN) and the three-digit plan number, if applicable. Un|cuo otherwise nw4ed, the most recent Pension Protection Act(PPA)zone status available as of December 31, 2022 pertains to the Plan's prior twelve-month period. The zone status |m based pn information that the Company received from the Plan and is certified by the P|an's actuary, Among other factors, plans in the red zone are generally less than 65%funded, plans in the yellow zone are less than 80%funded, and plans 21 Sem|ndependant Accountants' Report MILLER PIPELINE, LLC. Notes to the Consolidated Financial Statements in the green zone are at least 80%funded.The"FIP/RP status"column indicates Plans for which a financial improvement plan (FIP) or a rehabilitation plan (RP) is either pending or has been implemented. The last column lists the expiration dates of the collective bargaining agreements (CBA)to which the plans are subject. PPA Zone Contributions Status (in Thousands) Expiration ELM/pension plan December 31, FIP/RP December 31, Surcharge date of Fund number 2022 status 2022 Imposed CBA Central Pension Fund of 1,10E& Participating Employees 36-606239004i Green NIA $ 5A29 bk 5/3112024 14 Laborers Permian Fund 35-8.077150/0131 Green N/A 5,200 No 5131/2927 Laborers Gist Coumil& Contractor Pension Fund 31-61299642001 Green WA 3,821 No 5/31/2027 Operating Ergineerings Local 324 38-1900637/001 Red RP 3,639 No Varies through 12131/2026 CPI Operating Eng Fringe Benefit Programs 31-6179968/001 Green NIA 2,826 No 511/2024 Laborers National Pension Fund 75-1280827/001 Yellow RP 1,949 No 5/31/2027 Laborers'Local Union No,158 Pension Plan 23-6580323/001 Green NIA 1,653 No 931/2027 Michigan Laborers Fringe Benefit Funds 38-623397001 Green RP 1,420 No Varies through 12/31/2023 UA Local 190 Pension Plan 38-6065579/001 Green NIA 1,44)1 No 5/31/2025 Laborers Pension Trust Fund tar Northam California 94 6277,r 4001, Green NIA 1,324 No Varies through 12/31/2023 All other plans 8,067 Total 3 34,733 (12) Subsequent Events The Company evaluated the effects of all subsequent events through March 22, 2023, the date financial statements were issued, -22- See Independent Accountants' Report