Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2020-104 Awarding Bid of 2020 Indian Hills CIPP to SAK Construction LLC
RESOLUTION NO. R-2020-104 A RESOLUTION AWARDING THE BID FOR CONSTRUCTION OF CERTAIN SECTIONS OF THE 2020 INDIAN HILLS CIPP PROJECT AND APPROVING THE AGREEMENT BETWEEN THE CITY AND SAK CONSTRUCTION, LLC FOR CONSTRUCTION OF SUCH PROJECT WHEREAS, the City issued a request for bids for the construction of improvements for the 2020 Indian Hills CIPP (Project No. 152-020) ("Project"); and WHEREAS, the City received four (4) responses to its request for bid; and WHEREAS, the lowest bid still exceeded Staff's budgetary estimations, and thus Staff recommends removing the two sections at the end of the run by removing base bid items 7 and 8, and WHEREAS, even with removing the two sections at the end of the run, the proposal submitted by SAK Construction, LLC in the amount of $62,235.00 is still the lowest price and it has been evaluated by the City and recommended as the most advantageous proposal for performance of the project; and WHEREAS, the Board of Aldermen find it is in the best interest of the City to enter into a contract with SAK Construction, LLC to perform the Project. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE MISSOURI AS FOLLOWS: THAT the proposal of SAK Construction, LLC for the construction of the 2020 Indian Hills CIPP Project (except base bid items 7 and 8) in the amount of $62,235.00 is hereby accepted and approved; and FURTHER THAT an agreement by and between the City of Riverside and SAK Construction, LLC in substantially the same form as attached hereto in Exhibit "A" and incorporated herein by reference is hereby authorized and approved, and the Mayor is authorized to execute the same on behalf of the City; and FURTHER THAT the Mayor, City Administrator, City Attorney, and Finance Director are hereby authorized to execute all documents and agreements necessary or incidental to carry out the terms and conditions of such bid award and the City Clerk is authorized to attest thereto. PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside Missouri the 20th day of October 2020. Kat leen L. Rose, Mayor ATT ST:L4 Robin Kincaid, City Clerk EXHIBIT "A" 2020 INDIAN HILLS CIPP PROJECT - Project Manual PROJECT MANUAL 2020 INDIAN HILLS CIPP PROJECT PROJECT NO: 152-020 The City of Riverside, Missouri September 21, 2020 TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS ADVERTISEMENT FOR BIDS INFORMATION FOR BIDDERS BID FOR UNIT PRICE CONTRACT BID FORM EXPERIENCE QUESTIONAIRE AFFIDA VIT for WORK A UTHORIZATION AGREEMENT EXHIBIT A PAYMENT BOND EXHIBIT B TIME FOR COMPLETION EXHIBIT C SCOPE OF WORK EXHIBIT D TECHNICAL SPECIFICATIONS EXHIBIT E NOTICE TO PROCEED EXHIBIT F EXAMPLE -APPLICATION FOR PAYMENT FORM EXHIBIT G EXAMPLE-CHANGE ORDER FORM EXHIBIT H CERTIFICATE OF SUBSTANTIAL COMPLETION EXHIBIT I CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT EXHIBIT J SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT EXHIBIT K ENGINEER/CONSULT.CERT. for Acceptance& Final Payment SPECIFICATIONS DIVISION 1 —GENERAL REQUIREMENTS Section Description 01015 CONTRACTOR USE OF PREMISES 01030 SPECIAL CONDITIONS 01040 COORDINATION 01270 MEASUREMENT AND PAYMENT 01310 JOB SITE ADMINISTRATION 01320 CONSTRUCTION SCHEDULE 01410 TESTING LABORATORY SERVICES 01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE 01570 EMPORARY TRAFFIC CONTROL DIVISION 2 —SITEWORK Section Description 02532CURED-IN-PLACE PIPE DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS CITY OF RIVERSIDE,MISSOURI ADVERTISEMENT FOR BIDS Separate sealed bids for the 2020 Indian Hills CIPP Project (Project No. 152-020) will be received by the City Clerk at Riverside City Hall, 2950 NW Vivion Road, Riverside, Missouri until 10:00 A.M.,on Tuesday,October 13,2020, and then publicly opened and read aloud at Riverside City Hall. The Information for Bidders, Form of Bid, Agreement, Plans, Specifications, and forms of Payment Bond, and other Contract Documents may be examined at the office of the City Engineer at the above city hall address. Copies may also be obtained at the above city hall address. The Information for bidders and advertisement can be viewed on the City of Riverside's website http://www.riversidemo.com/rfps. The City reserves the right to waive any informality or to reject any or all bids. Dated: September 21,2020 5 CITY OF RIVERSIDE.MISSOURI INFORMATION FOR BIDDERS The City of Riverside, Missouri (the"City") invites sealed bids on the forms contained in the Bid Package and Contract Documents for the 2020 INDIAN HILLS CIPP PROJECT (Project No. 152-020) 1. Receipt and Ovenine of Bids. Bids will be received by the City at the office of the City Clerk, Riverside City Hall,2950 NW Vivion Road,Riverside,MO 64150,until 10:00 a.m.on June 18.2020, at which time all sealed bids will be publicly opened and read in the presence of one or more witnesses. The envelope(s) containing the bids must be sealed, clearly marked on the outside of the envelope "2020 INDIAN HILLS CIPP PROJECT (Project No. 152-020)" and addressed to the City Clerk at Riverside City Hall. The City reserves the right to award the contract by sections, to accept or reject any and all bids, to waive any technicalities or irregularities therein,to determine in its sole discretion the lowest responsive and responsible bidder, and to award the contract on such basis. Any bid may be withdrawn at the request of the bidder for return of the bid packet submitted by filing a written request with the City Clerk prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof. 2. There will not be a Pre-Bid Meeting. 3. Resection of all Bids. If the City rejects all Bids,the City may: (1) re-advertise or re-solicit Bids following the City's normal bidding procedure; or(2)use an expedited Bid submission schedule when the City determines that the delay would not be in the best interest of the project or the City. BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY BECAUSE OF SUCH REJECTION,AND THE SUBMISSION OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. 4. Preparation and Submission of Bid. Each bid must be submitted on the prescribed form(s) and accompanied by: (1)Qualifications of Bidder(Experience Questionnaire)with Certificate of Good Standing (2)Affidavit of Work Authorization with E-Verify attached(2 pages) (3)Bid Form All blank spaces for bid prices must be filled in, in ink or typewritten,and the foregoing Certifications must be fully completed and executed when submitted. On alternate items for which a bid is not submitted,a written indication of"no bid"on the bid form is required. No oral,electronic,facsimile or telephonic bids or alterations will be considered. A complete set of the bidding documents are on file for examination at the office of the City Engineer at Riverside City Hall or on the City of Riverside's website http://www.riversidemo.coMLrfps. A copy the bidding documents may be obtained from Riverside City Hall,Telephone 816-741-3993. CONTRACTORS SHOULD READ AND BE FULLY FAMILIAR WITH ALL BIDDING AND CONTRACT DOCUMENTS BEFORE SUBMITTING A BID. IN SUBMITTING A BID, THE 6 BIDDER WARRANTS THAT IT HAS READ THE BIDDING AND CONTRACT DOCUMENTS AND IS FULLY FAMILIAR THEREWITH, THAT CONTRACTOR HAS VISITED THE SITE OF THE WORK TO FULLY INFORM ITSELF AS TO ALL EXISTING CONDITIONS AND LIMITATIONS, AND CONTRACTOR HAS INCLUDED IN THE BID A SUM TO COVER THE COST OF ALL ITEMS OF THE WORK. The submission of a bid will constitute an incontrovertible representation by the bidder that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. Bids by a corporation must be executed in the corporate name by the president or a vice-president(or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address shall be shown below the signature. Bids by a partnership must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 5. Addenda and Interpretations.No interpretation of the meaning to the specifications,or other pre- bid documents will be made to any bidder orally. Every request for such interpretation should be addressed to: Resident Project Representative,City of Riverside: Travis Hoover:thoover(a�riversidemo.com and to be given consideration must be received by 5pm on Oct 8',2020. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the Bid Documents which,if issued,will be mailed by the fastest delivery method available via registered mail or overnight delivery, and may also be mailed electronically or faxed to all prospective bidders recorded as having received the Bid Documents, not later than three (3) calendar days prior to the date fixed for the opening of bids.Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents.Addenda may also be issued to modify the Bid Documents as deemed advisable by the City. At the time of Bid submission,each Bidder shall verify that it has considered all written addenda. No one is authorized to make any clarifications, interpretations or modifications or give any instructions to the bidders during the bidding period except as described in this Section. 6. Substitute Material and Equipment. The contract,if awarded,will be on the basis of material and equipment described in the drawings or specified in the specifications without consideration of possible substitute of"or-equal"items. Whenever it is indicated in the drawings or specified in the specifications that a substitute "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the "effective date of the Agreement". 7. Subcontracts.As part of the experience questionnaire,the bidder shall submit to the City with the Bid a list of all proposed subcontractors to be used on the project. The list shall indicate those portions of the work each subcontractor will be performing. The Contractor shall also submit a list of suppliers of major materials to be used on the project. The list shall indicate which materials each supplier is furnishing. 7 The Bidder must be capable of demonstrating to the satisfaction of City that bidder has the capability at the time of submission of the bid to manage or perform all of the Work required to be performed on the project by Contractor under the Agreement. 8. Oualifications of Bidder(Exaerience Ouestionnaire). The City may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by,or investigation of,such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. At a minimum, each Bidder must submit the following information with the Bid: Authority to Do Business in Missouri. Each bid must contain evidence of bidder's qualification and good standing to do business in the State of Missouri or covenant to obtain such qualification prior to award of the contract. Key Personnel. Identify the following Key Personnel proposed for the Project. (NOTE: Key Personnel must be committed to the Project for its duration, and may not be removed or substituted without the City's prior written consent.) GC Project Manager On-Site Field Superintendent QC/QA Manager Safety Officer For each of the Key Personnel,provide the following background information: • Years of employment with current employer; • Other projects this person will be involved with concurrently with the project; • Provide professional registrations, education, certifications and credentials held by the person that are applicable to the Project. Quality Assurance/Quality Control Plan. Provide a summary of Bidder's Quality Assurance/Quality Control Plan for this project • Describe key issues that might affect the Project schedule and how Bidder proposes to address them • Provide a statement regarding all work performed two(2)years immediately preceding the date of the Bid that contains either (a) any written notices of violations of any federal or state prevailing wage statute in which prevailing wage penalties were assessed against the Bidder or paid by the Bidder; or(b) a statement that there have been no such written notices of violations or such penalties assessed Statement of Assurances. Provide affirmation of the following items: • Statement that Bidder is current on payment of Federal and State income tax withholdings and unemployment insurance payments • Statement that the Bidder has not been rescinded or debarred from any bidding, contractual,procurement or other such programs by federal state or local entities. • Statement of Bidder's litigation and/or arbitration history over the past seven(7)years including final ruling. Pending cases must be disclosed with a notation that the matter is still unresolved. 8 • Statement of Bidder's bond history over the past seven (7) years including any incidences of failure to perform. • Provide sworn affidavits as outlined in the Information to Bidders'concerning Bidder's participation in the federal work authorization program. • Statement that there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City,bid pooling or strawbids 9. Time of Completion and Liquidated Damaaes.Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the City and to fully complete the project by 03/15/2021.Bidder must agree also to pay as liquidated damages,the sum of$100 for each consecutive calendar day thereafter as hereinafter provided in the Agreement and Contract Documents. No time extensions will be granted, except in case of unusual (unseasonable) weather conditions or additional work requested by the City. Bidder agrees that the sum of$100 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to complete the project within the time outlined above and that such liquidated damages in this Section are not penal in nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for such delays. 10. Conditions of Work. Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of its obligation to furnish all material and labor necessary to carry out the provisions of the contract. Insofar as possible the Contractor,in carrying out the work,must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 11. Laws and Regulations. The bidder's attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout,and they will be deemed to be included in the contract the same as though herein written out in full. 12. Method of Award- Lowest Responsible Bidder. If at the time this contract is to be awarded,the lowest bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the City as available to finance the contract; the contract will be awarded to the "lowest responsible bidder". If such bid exceeds such amount, the City may reject all bids or may award the contract on such items as identified by and deemed in the best interest of the City,in its sole discretion,as produces a net amount which is within the available funds. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. If this solicitation includes Bid Alternates,the City, in its sole discretion,may include any,all or none of the Alternates in determining the lowest responsible Bid. The City may include the Alternates in any combination and in any order or priority as deemed in the best interest of the City. The City may make this determination at any time after bid closing and prior to contract award. The City will act in the best interest of the City in determining whether to include any, all or none of the Alternates and the combination and priority of any Alternates selected. If additional funding becomes available after Contract award,the City may add any or all of the Alternates to the Agreement by Change Order. The City may consider the qualifications and experience of subcontractors and other persons and organizations(including those who are to furnish the principal items of material or equipment)proposed for portions of the work. Operating costs,maintenance considerations,performance data and guarantees of materials and equipment may also be considered by the City. 9 The City reserves the right to reject any and all bids,to waive any and all informalities,and the right to disregard all nonconforming, non-responsive or conditional bids. In evaluating bids, the City shall consider the qualifications of the bidders, whether or not the bids comply with the prescribed requirements,and alternates and unit prices if requested in the Bid. The City may conduct such investigations as it deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of the bidders, proposed subcontractors and other persons and organizations to do the work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. The City reserves the right to reject the bid of any bidder who does not pass any such evaluation to the City's satisfaction. If the contract is to be awarded, it will be awarded to the lowest responsible bidder whose evaluation, in the sole determination by the City, indicates to the City that the award will be in the best interests of the project. 13. Obligation of Bidder. At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Contract Documents(including all addenda).The failure or omission of any bidder to examine any form,instrument,or document shall in no way relieve any bidder from any obligation in respect to the bid submitted. On request,City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his bid. 14. Federal Work Authorization Program Participation. Bidders are informed that pursuant to Section 285.530, RSMo,as a condition of the award of any contract in excess of five thousand dollars ($5,000), the successful bidder shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection to the contracted services. The affidavit shall further provide that the successful bidder does not knowingly employ any person who is an unauthorized alien in connection to the contracted services. 15. Proof of Lawful Presence. RSMo 208.009 requires that contractors provide affirmative proof that the Contractor is a citizen or permanent resident of the United States or is lawfully present in the United States. Affirmative proof can be established through a Valid Driver's License; US Birth Certificate (certified with an embossed, stamped or raised seal issued by a state or local government— hospital certificates are not acceptable); US Passport (valid or expired); US Certificate of Citizenship, Naturalization or Birth Abroad; US Military Identification Card or Discharge Papers accompanied by a copy of US Birth Certificate issued by a state or local government. 16. Safety Standards and Accident Prevention. With respect to all work performed under this contract,the Contractor shall: a. Comply with the safety standards provisions of applicable laws, building and construction codes, and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America,the requirements of the Occupational Safety and Health Act of 1970(Public Law 91-596),and the requirements of Section 292.675,RSMo b. Exercise every precaution at all times for the prevention of accidents and the protection of persons(including employees)and property. 10 c.Maintain at Contractor's office or other well known place at the job site,all articles necessary for giving first aid to the injured,and shall make arrangements for the immediate removal to a hospital or a doctor's care of persons (including employees), who may be injured on the job site. d. Bidders are informed that the Project is subject to the requirements of Section 292.675, RSMo, which requires all contractors or subcontractors doing work on the Project to provide, and require its on-site employees to complete,a ten(10)hour course in construction safety and health approved by the Occupational Safety and Health Administration("OSHA")or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program.The training must be completed within sixty (60) days of the date of work on the Project commences. On-site employees found on the worksite without documentation of the required training shall have twenty(20)days to produce such documentation. 17. American Products. Pursuant to RSMo 34.353,any manufactured good or commodities used or supplied in the performance of the contract(or subcontract) shall be manufactured or produced in the United States,unless determined to be exempt as provided in state law. 18. Transient EmDloyers. Pursuant to RSMo 285.230, every transient employer (employer not domiciled in Missouri) must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: 1)Notice of registration for employer withholding issued by the Missouri Director of Revenue, 2) Proof of coverage for workers' compensation insurance or self-insurance verified by the Missouri Department of Revenue through the records of the Division of Workers Compensation; and 3)Notice of registration for unemployment insurance issued to such employer by the Division of Employment Security. Contractor shall be liable for a penalty of$500.00 per day until such notices required by RSMo 285.230 et seq. are posted. 19. Current City Business License. The successful bidder, and all subcontractors, shall obtain a current city business license prior to beginning construction. 20. Sales Tax Exemption Certificate. The City will supply the Contractor with a Project Exemption Certificate for use in purchasing materials and supplies used on the project. The Contractor shall, in preparing its bid,omit from its computed costs all sales and use taxes related to the purchase of materials or other tangible personal property incorporated into or consumed in the construction of the Project. 21. Non Discrimination and Equal Opportunity. Contractor shall ensure that all employees are treated equally without regard to their race, color, religion, sex, age, handicap or national origin. The City hereby notifies all bidders that socially and economically disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race,color,religion, sex,age,ancestry or national origin in consideration for an award. The City of Riverside is an equal opportunity employer and encourages minority, women and disadvantaged contractors to submit bids. 22. Security for Payment. Simultaneously with delivery of the executed contract,the Contractor shall furnish a surety bond or bonds as security for faithful payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract.The Bond furnished by bidder shall contain the requirements and conditions set forth in and shall comply in all respects with Section 107.170 RSMo and other applicable legal requirements. The surety on such bond shall be a duly authorized surety company satisfactory to the City and shall have a rating of at least"A-"from Best's in an amount equal to one hundred percent (100%) of the contract price that does not include 11 the cost of operation, maintenance and money. Attorneys-in-fact who sign contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 23. Sianins of Agreement. When City gives a Notice of Award to the successful bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement and all other Contract Documents. Within ten(10)days thereafter Contractor shall sign and deliver at least three(3)counterparts of the Agreement to City with all other Contract Documents attached and signed as required,together with the required bonds, evidence of insurance, city licenses and work authorization affidavit and documentation. Within ten (10) days thereafter City will deliver all fully signed counterparts to Contractor. The City may issue a Notice to Proceed with or at any time after delivery of signed counterparts to Contractor. 12 BID FOR UNIT PRICE To: City of Riverside,Missouri Project: 2020 INDIAN HILLS CIPP Project No. 152-020 Date October 13,2020 Proposal of SAK Construction, LLC (hereinafter called "Bidder") a corporation/partnership/individual/or other entity organized and existing under the laws of the State of Missouri , a corporation/partnership/ or individual doing business as a Limited Liability Company To the City of Riverside,Missouri(hereinafter called"City") To Whom It May Concern: The Bidder,in compliance with your invitation for bids for the construction of the above referenced project having examined the specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. Bidder hereby agrees to continence work under this contract on or before a date to be specified in written"Notice to Proceed"of the City and to fully complete the project within one hundred twenty (120)consecutive calendar days thereafter as stipulated in the specifications.Bidder further agrees to pay as liquidated damages,the sum of$100 for each consecutive calendar day thereafter that the project is not complete,as provided in the Contract Documents. Bidder agrees that the sum of 100 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to complete the project within the time outlined above and that such liquidated damages in this section are not penal in nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for such delays. Bidder acknowledges receipt of the following addendum(s): Bidder agrees to perform all of the project work described in the scope of work, for the unit prices contained in the attached Bid for Unit Price attached hereto. The total bid amount is: ($ 94,895.00 13 The unit prices attached shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Changes shall be processed in accordance with Article VII of the Agreement. Bidder understands that the City reserves the right to reject any or all bids and to waive any informality in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid,bidder will execute the formal contract attached within 10 days and deliver a Surety Bond as required by the Agreement. THE UNDERSIGNED BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY OF RIVERSIDE,MISSOURI BECAUSE OF SUCH REJECTION,AND THE FILING OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. Respectfully submitted: LLC , (SEAL- if bid is by a�) By Name: Jerome P. Shaw, Jr. Title: President Street: 864 Hoff Road City, State,Zip: O'Fallon, MO 63366 Phone: 636.385.1000 14 BID FORM BID FOR UNIT PRICE CONTRACTS (Pricing) CONTRACTOR: SAK Construction, LLC 2020 INDIAN HILLS CIPP PROJECT(152-020) ITEM BID ITEM DESCRIPTION EST. UNIT UNIT PRICE PRICE EXTENSION NO. QTY. 1 Mobilization(limited to 8%of total 1 LS $3,500.00 $3,500.00 Bid Price) 2 CCTV Pre-CIDP Investigation, 15"- 615 LF $7.00 $4,305.00 42" Pipe 3 Cured-in-Place Pipe, 15"diameter 160 LF $51.00 $8,160.00 4 Cured-in-Place Pipe, 18"diameter 30 LF $210.00 $6,300.00 5 Cured-in-Place Pipe, 21"diameter 190 LF $94.00 $17,860.00 6 Cured-in-Place Pipe,30"diameter 165 LF $134.00 $22,110.00 7 Cured-in-Place Pipe,36" diameter 40 LF $395.00 $15,800.00 8 Cured-in-Place Pipe,42" diameter 30 LF $562.00 $16,860.00 TOTAL BID $94,895.00 Notes: Quantities are estimates for bidding purposes.Payment will be based on actual measured units Item NO. 1 • Note that mobilization is limited to 8%of total bid price. Item NO.2 • Line Item 2 represents Contractor's full cost for performing only the pre-CCTV investigation. Item NO.3-8 • Includes the post-CIPP CCTV investigation,and other items set forth in Specification 02532. All Items must be completed by March 15,2021 15 EXPERIENCE QUESTIONNAIRE (To be completed by each Bidder and submitted with Bid) FAILURE TO COMPLETE THIS FORM WILL RESULT IN THE REJECTION OF THE BID. SAK Construction LLC Boyd Hirtz (Company Name) (Primary Contact Name) 864 Hoff Road O'Follon MO 63366 (Address) (City, State,Zip Code) 636.385.1000 636 3851100 bidcippc(&sokcon corn (Phone Number) (Fax Number) (E-mail) Federal ID Number: 20-4193988 or SSN: N/A (Check all that apply) General Contracting ❑ Electrical ❑ Plumbing CIPP ❑ Demolition Earthwork Other: Tunneling Name of State(s)in which incorporated: Missouri Date(s)of incorporation: 1/27/2006 Attach Certificate of Good Standing for State in which incorporated. Please see attached MO Certificate of Good Standing. If not incorporated in Missouri, also attach Certificate of Authority to do Business in Missouri. Certificate Number: CERT-IN28713 Date: 10/8/2020 Name of the following officers: Jerome Show,Jr. Joe Feuerborn (President's Name) (Vice-President's Name) Roger Archibald Roger Archibald (Secretary's Name) (Treasurer's Name) Date of Organization: 1/27/2006 Type of Partnership: N/A General N/A Limited N/A Association 16 Names and addresses of all partners(use additional sheet if necessary): N/A (Name) (Address) (City, State,Zip) (Name) (Address) (City, State,Zip) 1. How many years has your Company been in business as a contractor under your present business name? 14 2. List all other prior business names and locations under which you or any partner,principal or other officer of your company has ever done business: SAK Construction of CA,LP-4253 Duluth Avenue,Rocklin,CA 95765 3. How many years' experience in the proposed type and size of construction work has your Company had: (a)as a general contractor 14 ; (b)as a subcontractor 14 4. List the three most recent projects your Company has completed similar in scope to the proposed work: Project Name or City 2019 WW Collection System-Paducah,KY Contact Name John Hodges(Paducah-McCracken joint Sewer Agency) Phone 207.575.0056 Contract Amount$ 1,012,085.00 When Completed? February 2020 Description of Work Project consisted of the rehabilitation of 11,751 linear feet of sewer lines varying in size ranging from 8-inch to 27-inch in diameter utilizing the Cured-In-Place Pipe method Of that 11,751 linear feet,1,278 linear feet were for 27-inch diameter sewer lines. Project Name or City Eastern Sewershed IV-Son Antonio,TX Contact Name Terri Ruckstuhl(San Antonio Water System) Phone 210.233.3534 Contract Amount$ 3,783,355,00 When Completed? July 2019 Description of Work Project consisted of the rehabilitation of 14,562 linear feet of sewer lines varying in size ranging from 24-inch to 42-inch in diameter utilizing the Cured-In-Place method. Of that 14.562 linear feet,399 linear feet were for 27-inch diameter sewer lines. 17 Project Name or City 30",27",and 18"Interceptor Lining-Belton,MO Contact Name Michael Christopher(City of Belton) Phone 816.331.4331 Contract Amount$ 1,349,041.40 When Completed? July 2019 Description of Work Proiect consisted of the rehabilitation of 14,298 linear feet of sewer lines v_lying in size ranging from 8-inch to 30-inch in doom i r uttliAnQ the Cured-In-Pincp Cured-In-PinRoe method. Of that 14,298 linear feet,5,598 linear feet were for 27-inch diameter sewer lines 5. What other important projects has your Company completed? Proiect Name or City Please see attachment labeled"SAK Construction Completed Project List" Contact Name Phone Contract Amount$ When Completed? Description of Work Proiect Name or City Contact Name Phone Contract Amount$ When Completed? Description of Work 6. List at least two engineering firms with whom you have worked,and the name of the individual who was your primary point of contact: Please see attachment labeled"SAK Construction Completed Project List" 18 7. Have you ever failed to complete any work on a project or defaulted on a contract? If so, where and why?(attach additional pages if necessary) No 8. Name of your Surety Company, and the name and address of your agent you expect to use in the event this contract is awarded to you: Travelers Casualty and Surety Company of America Agent:J.W.Terrill,a Marsh&McLennan Agency,825 Maryville Centre Drive Suite 200 Chesterfield,MO 63017 9. What is your present bonding capacity? Aggregate:$700,000,000 and Single Project.$300,000,000 10. List each and every incidence of failure to perform that resulted in a claim under a Payment Bond: None 11. The construction experience of the Key Personnel in your Company is required. At a minimum, information regarding experience and qualifications of the following positions must be provided: GC Project Manager, On-Site Field Superintendent, QC/QA Manager, Safety Officer. NAME Brent Adams Position Project Manager Years of construction experience: 16 years Magnitude&Type of Work Trenchless Pipeline Rehabilitation In What Capacity?Project Manager,Business Development Manager,SPR Sales Maanger,Tech Support/Customer Service and Sales Representative, Years of Employment with Contractor: 1.5 years Other projects this individual will be involved with concurrently with this project: KCMO-City Wide Education, professional registrations, certifications and credentials held by individual applicable to the Project: American Water Works Association(AWWA)Member 19 NAME Danny Brown Position On-Site Superintendent Years of construction experience: 19 years Magnitude&Type of Work Trenchless Pipeline Rehabiltiation In What Capacity? Superintendent,Foreman and Laborer Years of Employment with Contractor: 12 years Other projects this individual will be involved with concurrently with this project: KCMO-City Wide Education, professional registrations, certifications and credentials held by individual applicable to the Project: Class B(CDL)Driver's License:10-Hour OSHA Certified First&Aid Certified;Confined Space Certified NAME Jeff Hirtz Position QA/QC Manager Years of construction experience: 24 years Magnitude&Type of Work Trenchless Pipeline Rehabilitation In What Capacity? General Superintendent,Superintendent and Foreman Years of Employment with Contractor: 13 years Other projects this individual will be involved with concurrently with this project: KCMO-City Wide Education, professional registrations, certifications and credentials held by individual applicable to the Project: Class A CDL Driver's License;OSHA 10-Hour Certified-,OSHA 30-Hour Certified-First Aid/CPR Certified 20 NAME Mike McIntyre Position Safety Manager Years of construction experience: 27 years Magnitude&Type of Work Trenchless Pipeline Rehabilitation&General Construction In What Capacity? Safety Manager,Laborer,and President/Owner(General Construction Company) Years of Employment with Contractor: 6 years Other projects this individual will be involved with concurrently with this project: KCMO-City Wide Education, professional registrations, certifications and credentials held by individual applicable to the Project: Member of ASSE&Safety Alliance of KC:Class A Hozmat&Tanker endorsement CDL OSHA 500 Trainer Course for Construction Industry;OSHA 510 Standards for Construction Industry;EHSM 7950 Powered Industrial Truck Train the Trainer;OSHA 10-Hour& 40-Hour;OSHA Authorized Construction Trainer;American Red Cross Adult First Aid/CPR;ATSSA Registered Flogger Missouri and Kansas NAME N/A Position Years of construction experience: Magnitude&Type of Work In What Capacity? Years of Employment with Contractor: Other projects this individual will be involved with concurrently with this project: Education, professional registrations, certifications and credentials held by individual applicable to the Project: 20 12. List the major items of equipment which you own or which will be used on the project: Quantity, Description,&Capacity Age in Years Condition Please see attachment labeled"Major CIPP Equipment" 13. List below the contracts to which your company, any principal in your company, or any prior companies owned by a principal in your company were a party during the previous seven (7) years that involved litigation of any type, arbitration, mechanics lien claim or other claim in an amount over$10,000(include pending cases with a notation that the matter is still unresolved): Please see attachment labeled"Litigation History" 14. On a typical project,what percent of the work is completed by your own forces?85g"-90'% What percent by subcontract? 15%-209/.%. List subcontractors you propose to use on this project and their responsibility in this contract. Subcontractor Name Contract Responsibility %of Contract (1) TBD Address State Zip Phone Number (2) TBD Address State Zip Phone Number (3) TBD Address State Zip Phone Number (4) TBD Address State Zip Phone Number (S) TBD Address State Zip Phone Number 21 15. Is your Company current on payment of Federal and State income tax withholdings and unemployment insurance payments? Yes If the answer is no,please provide detail: N/A 16. Has your Company,or any principal in your company,been rescinded or debarred from any bidding,contractual,procurement or other such programs by federal,state or local entities? No If the answer is yes,please provide detail: N/A 17. Has your Company received any written notices of violations of any federal or state prevailing wage statute in which prevailing wage penalties were assessed against your Company or paid by your Company during the last two(2)years? No If the answer is yes,please provide the detail of each and every such notice: N/A The undersigned hereby authorizes and requests any person,firm,or corporation to furnish any information requested by the City in verification of the recitals comprising this Experience Questionnaire and agrees to hold any such person,firm or corporation harmless for providing any such information to the City of Riverside. The undersigned agrees that there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City, bid pooling or strawbids. Dated on behalf of said Company this 9th day of October 2020 By C at,�_ Name: Jerome P. Shaw, Jr. Title President State of Missouri ) ss County of St. Charles ) BEFORE ME,the undersigned notary,personally appeared Jerome P. Shaw,Jr. who being duly sworn,deposes and says that he or she is the President of SAK Construction, LLC ,that he/she has been authorized by such company to complete the foregoing statement,and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to me before this 9th day of October 2020 . My commission expires: March 30, 2023 Notary Public T,hAresa H. Messer �pStY PUS,, THERESA K MESSER 22 ��,: My Commission Expires * NOTARY•*= March 30,2023 SEAL•' St Charles County CaV) QF mmissionO ,43T! AFFIDAVIT for WORK AUTHORIZATION (as required by Section 285.530,Revised Statutes of Missouri) As used in this Affidavit,the following terms shall have the following meanings: EMPLOYEE: Any person performing work or service of any kind or character for hire within the State of Missouri. FEDERAL WORK AUTHORIZATION PROGRAM: Any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or an equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,under the Immigration Reform and Control Act of 1986(IRCA),P.L. 99-603. KNOWINGLY:A person acts knowingly or with knowledge, (a)with respect to the person's conduct or to attendant circumstances when the person is aware of the nature of the person's conduct or that those circumstances exist;or (b)with respect to a result of the person's conduct when the person is aware that the person's conduct is practically certain to cause that result. UNAUTHORIZED ALIEN:An alien who does not have the legal right or authorization under federal law to work in the United States,as defined in 8 U.S.C. 1324a(hx3). State of Missouri ) County of St. Charles ) ss: BEFORE ME,the undersigned notary, personally appeared Jerome P. Shaw, Jr. , who, being duly sworn, states on his/her oath or affirmation as follows: 1.My name is Jerome P. Shaw,Jr. and I am currently the President of SAK Construction, LLC _(hereinafter "Contractor"), whose business address is 864 Hoff Road, O'Fallon, MO 63366 ,and I am authorized to make this Affidavit. 2.1 am of sound mind and capable of making this Affidavit, and am personally acquainted with the facts stated herein. 3.Contractor is enrolled in and participates in a federal work authorization program with respect to the employees working in connection with the following services contracted between Contractor and the City of Riverside: 2020 INDIAN HILLS CIPP PROJECT(Project No. 152-020). 4.Contractor does not knowingly employ any person who is an unauthorized alien in connection with the contracted services set forth above. 5.Attached hereto is documentation affirming Contractor's enrollment and participation in a federal work authorization program with respect to the employees working inFggnection with the contracted services. �p1tYPU THERESAH.MESSER Fu"r,Affiant e g , sayeth T1ot. � �2�?.����;; My Commission F�cpires -t- �•_'� z �, C }w, -* •= March 30,2023 Srgnature� o ff t =; Ste.' St Charles County Printed Name: Jerome P. Shaw, Jr., President > Commission#15634377 Subscribed and sworn to before me this 9th day of October 2020 . Notary Public Theresa H. Messer *PLEASE NOTE: Acceptable enrollment and participation documentation consists of the following 2 pages of the E-Verify Memorandum of Understanding: (1)a valid,completed copy of the first page identifying the Contractor;and (2)a valid copy of the signature page completed and signed by the Contractor,and the Department of Homeland Security—Verification. 23 f*,- -Verify. eeirr rc ncear ce n nun Company ID Number: 199387 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and SAK Construction LLC (Employer)regarding the Employer's participation in the Employment Eligibility Verification Program (E-Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E- Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Imfnigrant Responsibility Act of 1996 (iIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U'.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22,18, "Employment Eligibility Verification", of,the Federal Acquisition Regulation (FAR) (hereinafter referred to in this AAOU as a "Federal contractor") to verify the employment eligibility of certain employees working on Federal contradts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE If FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S, citizens. 2_ SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of $SA representatives to be contacted during the E-Verify process. 3. SSA agrbes to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). Page 1 of 731E-VV(?ify V01J for ErnpkivpriR.,vision G d( i i7oloP,���, ,  SV6,rify. Company ID Number: 199387 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmatioh of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial ingbiry. 5. SSA ales to provide a means of secondary verification (including updating SSA records as mai be necessary) for employees who contest SSA tentative nonconfirmations that is designed toi provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. I 0. RESPONSIBILITIES OF DHS 1. After SSIA verifies the accuracy of SSA records for aliens through E-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct,to the extent authorized by this MOU: • AutomaiII ed verification checks on alien employees by electronic means, and • Photo vdrification checks (when available) on employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that ay arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer a manual (the E-Verify User Manual) containing instructions on E-Verify policies, procedures and requirements for both SSA and DHS, including restrictions on te use of E-Verify. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice which indicates the Employer's � participation in the E-Verify program. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Pr ctices (OSC), Civil Rights Division, U.S, Department of Justice. 5. DHS agtees to issue the Employer a user identification number and password that permits the EmOoyer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbdrs and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Feder6l criminal laws, and to administer Federal contracting requirements. 7. DHS ag�ees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative Pagc a of 13IE.-Vq.,ifv A5{!W lot Lr!rzrioynrlRwision Dal^1 Ul'19fOP, vera ,4* r.vrtrt:or is n .rtn�:r..en mw Company ID Nuilriber: 199387 y nonconfirrnatio� of employees' employment eligibility within 3 Federal Government work days of the initial inqui 8. DHS a lrees to provide a means of secondary verification (including updating DHS records as magi be necessary) for employees who contest DHS tentative nonconfirmations and photo non-math tentative nonconflrmations that is designed to provide final confirmation or nonconfinnatio of the employees' employment eligibility within 10 Federal Government work days of the dee of referral to DHS, unless DHS determines that more than 10 days may be necessary. In s ch cases, DHS will provide additional verification instructions C. RESPO SIBILITIES OF THE EMPLOYER 1. The Embloyer agrees to display the notices supplied by DHS in a prominent place;that is clearly visible tb prospective employees and all employees who are to be verified through the system. i 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone num ers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify ser Manual. 4. The Em toyer agrees that any Employer Representative who will perform employment verification qu ries will complete the E-verify Tutorial before that individual initiates any queries. A. he Employer agrees that all Employer representatives will take the refresher t torials initiated by the E-Verify program as a condition of continued use of E- �Yerify, including any tutorials for Federal contractors If the Employer is a f=ederal contractor. B. �ailure to complete a refresher tutorial will prevent the Employer from continued le of the program. 5. The Emdloyer agrees to comply with current Form 1-9 procedures, with two exceptions: • If an er iployee presents a "List B" identity document, the Employer agrees to only accept " 1st B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a. (b)(1)(13)) can be presented during the Form 1-9 process to establish identity.) If an empt yee objects to the photo requirement for religious reasons, the Employer should ctntact E-Verify at 888464-4218. • If an em loyee presents a DHS Form 1-551 (Permanent Resident Card) or Form 1-766 (Employ ent Authorization Document)to complete the Form 1-9,the Employer agrees to make a hotocopy of the document and to retain the photocopy with the employee's Form 14,. The employer will use the photocopy to verify the photo and to assist DNS with its review of photo non-matches that are contested by employees. Note that employs retain the right to present any List A, or List B and List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photd screening tool. Pav! 3 of 13!E-VCaily M If 9Int F,mnlwcr'R,tris n DA!;?IX7l ;Me, ify Company ID Number. 199387 6. The Employer understands that participation in E-Verify does not exempt the Employer from the res nsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation tbb comply with the antidiscrimination requirements of section 2748 of the INA with respect to Forin 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in pAragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violatesection 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of tny individual if it obtains confirmation of the identity and employment eligibility of the individual io compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final non confirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the E=mployer continues to employ an employee after receiving a final nonconfirmatio I; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation sy�tem. DHS reserves the right to conduct Form 1-9 compliance inspections; during the course of ES Verify, as well as to conduct any other enforcement activity authorized by law 7. The EmIployer agrees to initiate E-Verify verification procedures for new employees within 3 Emplo�er business days after each employee has been hired (but after both sections 1 and 2 of the Fofm 1-9 have been completed), and to complete as many (but only as many) steps of the E-Verify �rocess as are necessary according to the E-Verify User Manual. The Employer is prohibited fro initiating verification procedures before the employee has been hired and the Form i-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in Imod faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo scre ning tod only after the SSA verification response has been given. Employers may initiate ve�Iification by notating the Form 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive tht3 SSN, provided that the Employer performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, lin support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as pQded in Article ILD, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses It-Verify procedures for any purpose other than as authorized by this MOU, the Employer may tie subject to appropriate legal action and termination of its access to SSA and DHS information♦ pursuant to this MOU. 9, The Emaloyer agrees to follow appropriate procedures (see Article Ill. below) reclarding tentative noncokrmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking I Payr II q(UIQ_\/g,j(�i�I�IJ(DY E"Ipls�/EI�RA6'I Sion[1 Gd!t Iii;>Aifl.� ,., i ' c.vnurr rn:.awn vrcr,or pnr - i I Company ID Number: 199387 adverse actio6l against employees if they choose to contest the finding. Further, when employees co test a tentative nonconfirmation based upon a photo non-match, the Employer is required to to a affirmative steps (see Article 111.13, below) to contact DHS with information necessary to r solve the challenge. j i 10. The Employer agrees not to take any adverse action against an employee basr:d upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification req jest unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or OHS automated verification system to verify work authorization, a tentative nonconfirmatio , a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non-match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if 6 or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee td work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed andl a final nonconfirmation has been issued. If the employee does not choose to contest a tent6tive nonconfirmation or a photo non-match or if a secondary verification is completed and�final nonconfirmation is issued, then the Employer can find the employee is not work authorize and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 or OSC at 1-800- 255-8155 or 1-600-237-2515 (TDD) 11. The E41oyer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the IIIA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the care of a protected individual as defined in section 27413(a)(3) of the INA, because of his or her citizenship statuis. The Employer understands that such illegal practices can include selective verification or u e of E-Verify except as provided in part D below, or discharging or refusing to hire employee because they appear or sound "foreign" or have received tentative nonconfirmatio is. The Employer further understands that any violation of the unfair immigration-relE led employment practices provisions in section 2749 of the INA could subject the Employer tc civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject he Employer to back pay awards, compensatory and punitive damages. Violations of eit er section 274B of the INA or Title VII may also lead to the termination of its participation in -Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800.255-8155 or 1-800-237-2515 (TDD). 12. The Emiloyer agrees to record the case verification number on the employee's Farm 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. l 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E4rify and this MOU only to confirm the employment eligibility of employees as page 5 of 13IE�.VO.Hfy rAr u fr.,r Frnpiovr;i jRovisinn P,le 1on2]/0r, i V rd* I R VIIRI lY]R A Qi4,Ck 0J/1 Company ID NJImber: 199387 authorized by 4his MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as neces ary to protect its confidentiality, including ensuring that it is not disseminated to any person tither than employees of the Employer who are authorized to perform the Employer's relsponsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer acknowledges that the information which it receives from SSA is governed by tie Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C_ 1306(a ), and that any person who obtains this information under false pretenses or uses it for any pu Ise other than as provided for in this MOU may be subject to criminal penalties. 15. The Erhployer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms i? 9 and other employment records and to interview it and its employees regarding the Employer' use of E-Verify, and to respond in a timely and accurate manner to DHS requests for idPrmation relating to their participation in E-Verify D, RESPONSIBILITIES OF FEDERAL CONTRACTORS i 1. the Employer understands that if it Is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of anti "employee assigned to the contract" (as defined in FAR 22.1801) in addition to verifying the employment eligibility of all other employees required to be verified under the FAR. Once an empldyee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify a, Federal contractors not enrolled at the time of contract award: An Employer that is not enrolled iE-Verify as a Federal contractor at the time of a contract award must enroll as a Federal cont actor in the E-Verify program within 30 calendar days of contract award and, within 90 days bf enrollment, begin to use E-Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. O ice the Employer begins verifying new hires, such verification of new hirers must be initiated with:n 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor, the mployer must initiate verification of employees assigned to the contract within 90 calendar d4s after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. b. Frederal contractors already enrolled at the time of a contract award,- Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days br less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must initiate verification of each employee assigned to the Page 6 of 131E-4"rlfv t,4'h t for 1012nii i+. I i --r=-Vdrif r veci cr is n +rnv,a.or rnm Company ID NJ,mber: 199387 M i contract within 90 calendar days after date of contract award or within 30 days after assignment to the contracts whichever is later. C. Institutions of higher education, State, local and tribal governments and :sureties: Federal contr ctors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or Iocall governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance gond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing embloyees hired after November 6, 1986, The provisions of Article II.D, paragraphs 1.a and 1.b of his MOU providing timeframes for initiating employment verification of employees assigned to a�ncl contract apply to such institutions of higher education, State, local and tribal governments, sureties. d. Verification of all employees: Upon enrollment, Employers who are Federal contractors me,y elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees as igned to a covered Federal contract. After enrollment, Employers must elect to do so only in�he manner designated by DHS and initiate E-Verify verification of all existing employees within 180 days after the election. e. Form 1-9 procedures for Federal contractors: The Employer may use a previously completed Form 1-9 as the basis for initiating E-Verify verification of an employee assigned to a contract as long as that Form 1-9 is complete (including the SSN), complies with Article II,C.5, he employee's work authorization has not expired, and the Employer has reviewed the 1 ormation reflected in the Form 1.9 either in person or in communications with the employee toe sure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having becomes a naturalized U.S. citizen). If the Employer is unable to determine that the Form I-9 complies �Vh Article II.C.S, if the employee's basis for work authorization as attested in section 1 has ired or changed, or if the Form 1-9 contains no SSN or is otherwise incomplete, the EmployerShall complete a new 1-9 consistent with Article II.C.5, or update the previous 1-9 to provide the necessary information. If section 1 of the Form 1-9 is otherwise valid anti up-to- date and the fdrm otherwise complies with Article II.C.5, but reflects documentation (such as a U.S, passport lor Form 1-551) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.S, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. Nothing in this section shall be construed ttj require a second verification using E-Verify of any assigned employee who has previously beer verified as a newly hired employee under this MOU, or to authorize verification of any existing Omployee by any Employer that is not a Federal contractor. 2. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with Its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. NgP 7 of 1:JE inii';r A M For FnirlOy-',ilRo ision,,tlr, Z'Vorif II Company ID Nuhnber: 199387 ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentatve nonconfirmation notice as directed by the automated system and provide it to the employee io that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated sy= based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the emplo�ee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employeetcleral h a system-generated referral letter and instruct the employee to visit an SSA office within 8 Govemment work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines thamore than 10 days is necessary.The Employer agrees to check the E-Verify system regula Iy for case updates. 4. The Er ployer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERI ALTO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non- match tentativ4 nonconfirmation notice as directed by the automated system and provide it to the employee slo that the employee may determine whether he or she will contest the finding. 3. The EnIployer agrees to refer individuals to DHS only when the employee chooses to contest a tenta ' e nonconfirmation received from DHS automated verification process or when the Employer rues a tentative nonconfirmation based upon a photo non-match. The Employer will determine v hether the employee contests the tentative nonconfirmation as soon as possible �'ngc 8 of t3jL-W,:fy t,11011 fir^rn�l w;•r�F,ry 5wn L?rlr_ G!'? rp, I � S—V rif kryq n vier yr U. n 011•n.'F oh rwr Company 1D N UImber: 199387 after the Empl6yer receives it. 4. If the r mployee contests a tentative nonconfirmation issued by DHS, the Employer will provide the ertltployee with a referral letter and instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter)within 8 Federal Government work days. 5_ If the employee contests a tentative nonconfirmation based upon a photo non-match, the Employer will �rovide the employee with a referral letter to DHS. DHS will electronically transmit the result of thle referral to the Employer within 10 Federal Government work days of this referral unless it determines that more than 10 days is necessary.The Employer agrees to check the E- Verify system regularly for case updates. 6. The E ployer agrees that if an employee contests a tentative nonconfirmation based upon a photo on-match, the Employer will send a copy of the employee's Form 1-551 or Form 1-766 to DHS r review by: • Scanni g and uploading the document, or • Sendin a photocopy of the document by an express mail account (furnished and paid for by `HS). 7. The EMployer understands that if it cannot determine whether there is a photo match/non-match,the Employer is required to forward the employee's documentation to DHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non-match. ARTICLE IV SERVICE PROVISIONS SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries- To access the E-Verify System, an Employer will need a personal computer with Internet access. ARTICLE V I 1� PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effoot for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all darties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the t-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outli les these changes. DHS agrees to train employers on all changes made to E- Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even Atithout changes to E-Verify, DHS reserves the right to require employers to take Payr!9 of 13JE W,0(y !)Q r I:U<'gip!S i 9 S-Viirify_ _ . a min:.s ,n a rnn�sccr enc Company ID Number, 199387 mandatory refr/esher tutorials. An Employer that is a Federal contractor may terminate this MOU when tl�e Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor must provide written notice to DHS. If an Employet that is a Federal contractor fails to provide such notice, that Employer will remain a participant in the E-Verify program, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employmeht eligibility of all newly hired employees. B. Notwitlistanding Article V, part A of this MOU, DHS may terminate this MOU if deemed necessary be6ause of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of�he Employer to comply with established procedures or legal requirements, The Employer and rstands that if it is a Federal contractor, termination of this MOU by any party for any reason maty negatively affect its performance of its contractual responsibilities, C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may deteine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or'procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. E. Each pirty shall be solely responsible for defending any claim or action against it arising out of or relaed to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, in luding (but not limited to) any dispute between the Employer and any other person or enti regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The E ployer understands that the fact of its participation in E-Verify is not confidential information anmay be disclosed as authorized or required by law and DHS or SSA, policy, including but of limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations lof compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The forgoing constitutes the full agreement on this subject between DHS find the Employer, H. The individuals whose signatures appear below represent that they are authorized to enter into this OU on behalf of the Employer and DHS respectively. Page 10 of 1311=-Vtnij ICU!01'6 n�rvrrll'c 'or.Uad: 1,V2101 I "�,•` -E-V rif x•yFAt tY :F A FFO)/li;t.N nl..) Company ID Number, 199387 To be acceptL as a participant in E-Verify, you should only sign the Employer's Section of the signature page- If you have any questions, contact E-Verify at 888-464-4218. I Employer $AK Construction LLC Angela Hirt Name( --- -- - - 1Ty to r Print} Title E/nclronlcs//y �i�ed . . -- 03/19/200) Signature __-_- pnt Department of omeland Security-Verification Division USCis Verification Division Name(PIc+esPrint TIM& Eleclron� wed 03119/2009 _ Signature Date Page 11 of 1J(E-Verify U tt r F.^�taoy�rlF evision Lw' 100"', v...;• -E-Verify. �. r, vcn:ry n. n crtnvt ci or ron. Company ID Nur' ber: 199387 Information Required for the E-Verify Program Information relating to your Company: Company Name: SAK Construction LI-C i Company Facility Address: 103 N Cool Springs Rd. AFallon,NO 63366 Company Alternate Address: I Cuunty or Parish: SAINT CHARLES Employer Identification Number: 204193988 North Americln Industry Classificatioh Systems Code: 237 Parent Company: Number of Employees: 20 to 99 Number of 5itds Verified for: 2 Are you verifying for more than 1 site?If yes,please provide the number of sites verified for in each State: ARIZONA 1 site(s) PagP.12 of 131E-1larih hAGU`cn'Empluy�?rikAvi;ion UiU�1pl,'!ft03 Verif ���f. Company ID Number: 199387 • MISSOURI 1 site(s) Information relating to the Program Administrator(s) for your Company on policy questlona or operational problems: Name: Angela Hirtz Telephone Number. (636)379-2350 ext.20 Fax Number: (636)410•7711 E-mail Address: ahirtzasakconst.com Page 13 of 131F-Vnrity MOU for Env.ioya',RF;visiat naso w.79A?8 636.385.1000 tN SAK M 100 fax ad U'F Hot,Road U'Fallon,MU 63366 Pipeline Infrastructure.Solved." www.sakoon.com April 15,2020 To Whom It May Concern: Boyd Hirtz,Vice President and General Manager of our CIPP Division is hereby authorized to sign bids, extend offers,submit proposals and execute contracts on behalf of SAK Construction,LLC. Jerome P.Shaw,Jr. President SAK Construction,LLC State of Missouri) County of St.Charles) On this 15th day of April,in the year 2020,before me,Theresa H.Messer,a notary public, personally appeared,Jerome P.Shaw,Jr. proved on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument,and acknowledged he executed the same. Witness my hand and official seal. NOTARY PUBLIC �p}iY PUB•, THERESA K MESSER pgTpRY '. MYConurdssfonExpxes SEAL March 30,2023 q . SEAL. SL Chad"County QF'M Co d"n#1563137! UNANIMOUS WRITTEN CONSENT OF THE SOLE MANAGER OF SAK CONSTRUCTION,LLC Pursuant to Section 5.3 of the Operating Agreement of SAK Construction, LLC, a Missouri limited liability company (the "Company"), the undersigned, being the sole manager of the Company, hereby adopts the following resolutions for the Company and consents to the taking of the actions therein described, such consent to have the same force and effect as a unanimous vote of the managers of the Company at a meeting duly held on the date hereof: RESOLVED, that the following individuals are hereby elected as officers of the Company, to hold the offices set forth opposite their respective names below for the ensuing year or until their successors are duly elected and shall have qualified,unless sooner removed by the Manager: Thomas Kalishman Chairman and Chief Executive Officer Jerome P.Shaw,Jr. President Boyd Hirtz Vice President Roger Archibald Chief Financial Officer,Secretary and Treasurer Steve Stulce Assistant Secretary and Assistant Treasurer RESOLVED FURTHER, that any and all action heretofore taken, and any and all things heretofore done, by any director of the Company in connection with, or with respect to, the matters referred to in the foregoing Resolutions be and hereby are confirmed as authorized and valid acts taken on behalf of the Company. RESOLVED FURTHER,that the foregoing resolutions shall replace and supersede any and all prior resolutions appointing officers of the Company. Dated as of January 1,2012. Cme- aw,Jr. BEING TIIE SOLE MANAGER OF THE COMPANY 1683264.3 CONFIDENTIAL UWIED LIABILITY COMPANY OPERATING AGREEMENT OF SAK CONSTRUCTION,LLC This Limited Liability Company Operating Agreement is made as of this 21st day of November, 2006 among those Persons signatories hereto. RECITALS A. The parties have formed a limited liability company under the laws of the State of Missouri. B. The parties wish to set forth their agreement concerning the conduct of the business and affairs of such limited liability company and the relative rights and obligations of the parties in relation thereto,all as set forth herein. AGREEMENT In consideration of the foregoing, the mutual covenants herein contained and other good and valuable consideration(the receipt,adequacy and sufficiency of which are hereby acknowledged by the parties by their execution hereof),the parties agree as follows. 1. Definitions;Construction. 1.1.Definitions. For purposes"of this Agreement, the following capitalized terms have the following meanings. "Act"means the Missouri Limited Liability Company Act. "Additional Member"has the meaning set forth in Section 10.1. "Adjusted Capital Account Deficit"means the negative balance in a Member's Capital Account as of the relevant time,adjusted to:(i)increase such Capital Account by:(a)the amount,if any, of such negative balance which such Member is obligated to restore under this Agreement; and(b)the amount,if any,of such negative balance which such Member is deemed to be obligated to restore under < Treasury Regulation §§1.704-2(g)(1) and 1.704-2(i)(5); and (ii)reduce such Capital Account with the items described in Treasury Regulation§§1.704-1(b)(2)(ii)(d)(4),(5)and(6). "Affiliate" means: (i)any Person which, directly or indirectly, is in control of, is controlled by or is under common control with the party for whom an affiliate is being determined; or (ii)any Person who is a director or officer(or comparable position)of any Person described in clause(i) above or of the party for whom an affiliate is being determined. For purposes hereof,control of a Person means the power, direct or indirect, to: (a)vote 10% or more of the securities having ordinary voting power for the election of directors(or comparable positions) of such Person; or (b)direct or cause the direction of the management and policies of such Person, whether by contract or otherwise and either alone or in conjunction with others. "Agreernem"means this Limited Liability Company Operating Agreement,including all Exhibits and Schedules hereto. "Articles of Organization" means the articles of organization filed with the Missouri Secretary of State's office pursuant to the Act,and as herein provided for the purpose of forming the Company. "Bankruptcy"has the meaning ascribed to such term in the Act. 1369360:Nmcmber 29.2006 4.5.Contributed Property. The Members agree that the fair market value of the Contributed Property on the date of its Contribution will be equal to five hundred thousand dollars($500,000.00). In the event the IRS disagrees with such determination of fair market value by the Members,the Company will make such curative allocations of income and distributions to the Members as are necessary to achieve the same results as if such fair market value had been respected by the TRS. 4.6.Third-Party Creditor. A Member's obligation to make a Contribution is not enforceable by a third-party creditor of the Company. S. Management of the Company. 5.1.Manager. 5.1.1. Management of the Company. The management of the Company is vested in the Manager. Except as set forth in this Agreement, the Manager is the agent of the Company for the purpose of its ordinary business and affairs, and has complete authority over and exclusive control and management of the day-to-day affairs of the Company without the affirmative vote,approval or consent of any of the Members. The act of the Manager for carrying on the business of the Company in the usual way and in the ordinary course binds the Company. hi connection with such management,the Manager may employ on behalf of the Company or on behalf of any Subsidiary any other Person to perform services for the Company,including the Manager,Members or Affiliates of any Member or Affiliates of the Manager. In furtherance of carrying on the business of the Company,the Manager may, subject to Section 5.2,do the following and bind the Company: 5.1.1.1. enter into and perform Contractual Obligations of any kind necessary or desirable to the Company's or any Subsidiary's business; 5.1.1.2. establish, maintain, deposit in and withdraw from checking, savings,custodial and other accounts in the name of the Company in such banks,trust companies or other financial institutions as the Manager may from time to time select; 5.1.1.3, execute any notifications, statements, reports, returns or other filings that are necessary or desirable to be filed with any Governmental Authority; 5.1.1.4. borrow money and incur Debt on behalf of the Company or of any.Suhsidiary on a nonrecourse basis to the Members and secure the same with the Company's or any Subsidiary's property, including borrowing from Members, the Manager, Affiliates of Members and Affiliates of the Manager; 5.1.1.5. take such actions and execute such documents as may be required in connection with any loan agreement, mortgage, note, bond, indemnity, security agreement, escrow,bank letter of credit or other evidence of indebtedness which may be required in connection with Debt incurred by the Company or by any Subsidiary; 5.1.1.6. establish reasonable reserve funds from revenues derived fiom the Company's or any Subsidiary's operations to provide for future requirements of the Company's or any Subsidiary's business. 5.1.1.7. form,organize,acquire, sell,dispose of,reorganize or liquidate a Subsidiary; 5.1.1.8. prepare the Budget for each Fiscal Year and any amendments thereto; 5.1.1.9. prepare the Business Plan from time to time, and any amendments thereto; 10 5.1.1.10. invest the Company's and any Subsidiary's current assets in such investments as the Manager deems proper; 5.1.1.11. make loans or advances to other Persor_s (excluding Members, the Manager,Affiliates of Members and Affiliates of the Manager),all upon terms and with such security as the Manager deems necessary under the circumstances; 5.1.1.12. do all acts which the Manager deems necessary or appropriate for the protection and preservation of the Company's or any Subsidiary's assets; 5.1.1.13. carry at the expense of the Company such insurance for public liability and other coverage(including directors and officers or comparable liability insurance)necessary or appropriate to the business of the Company and the Subsidiaries in such amounts and of such types as the Manager determines from time to time; 5.1.1.14. make and revoke any election permitted to the Company by any Governmental Authority; 5.1.1.15. compromise, settle or submit to arbitration, and institute, prosecute and defend any and all actions or claims in favor of or against the Company or any Subsidiary or relating to the Company's or any Subsidiary's business; 5.1.1.16. obtain all permits and licenses necessary for the operation of the Company's or any Subsidiary's business and the ownership of its assets; 5.1.1.17. hire or appoint employees, agents, independent contractors or officers of the Company or of any Subsidiary; 5.1.1.18. acquire by purchase, lease or otherwise, any real or personal property (including securities of or interests in corporations, partnerships, limited partnerships, limited liability companies or other Persons) which may be necessary, convenient or incidental to the accomplishment of the purposes of the Coutpany or of any Subsidiary; 5.1.1.19. construct, operate, maintain, finance, improve, own, sell, dispose of,convey,assign,license,mortgage or lease any real estate and any personal property necessary, convenient or incidental to the accomplishment of the purposes of the Company or of any Subsidiary; 5.1.1.20. prepay in whole or in part,refinance,recast,increase,modify or extend any Debt or any mortgages or security agreements affecting the assets of the Company or of any Subsidiary and in connection therewith execute any extensions or renewals thereof or any mortgages on the assets of the Company or of any Subsidiary; 5.1.1.21. invest or reinvest any or all of the revenues of the Company or of any Subsidiary in new assets or existing assets of the Company or of any Subsidiary; 5.1.1.22. engage in any kind of activity necessary to, in connection with or incidental to the accomplishment of the purposes of the Company or of any Subsidiary; 5.1.1.23. employ, when and if in the Manager's sole discretion the same is deemed necessary or advisable,brokers, managers, consultants, agents, accountants, lawyers or other expert advisors,notwithstanding the fact that the Manager, an Officer,a Member or an Affiliate of any of the foregoing may have an interest in, employ or be one of the brokers, managers, consultants, agents, accountants,lawyers or other expert advisors; Il 5.1.1.24. sell,exchange,lease,license,mortgage,pledge or transfer all or substantially all or less than substantially all of the assets of the Company or of any Subsidiary either in or other than in the ordinary course of its business; 5.1.1.25. dissolve and wind up the Company; 5.1.1.26. pay all fees, compensation and reimbursements to the Manager and his Affiliates as provided for herein; 5.1.1.27. amend this Agreement or the Articles of Organization; 5.1.1.28. change the name of the Company at any time;and 5.1.1.29. take any and all actions(whether described above or not) and engage in any kind of activity and perform and carry out all functions of any kind necessary to or in connection with the business of the Company or of any Subsidiary and exercise all rights and remedies of the Company or of any Subsidiary in connection with any of the foregoing. 5.1.2. Appointment of the Manager. The initial Manager is Jerome P.Shaw,Jr. Any Manager other than the initial Manager is to be appointed by the Investor Member. The Manager may, but need not be,a Member. 5.1.3. Term of the Manager. Jerome P. Shaw, Jr. will serve as the initial and sole Manager until such time as an Event of Withdrawal occurs with respect to him. Any Manager,other than the initial Manager,is to be appointed for a tenni of two years and occupies such position for the teen for which he is elected and until his successor has been elected and qualified or until he resigns as Manager or dies or becomes incapacitated or, if he is a Member, until the occurrence of an Event of Withdrawal with respect to him or until his removal hereunder, whichever first occurs. A Manager may be reappointed for an unlimited number of terms. 5.1.4. Resignation of the Manager. A Manager may resign as Manager at any time for any reason. Any such resignation must be in writing and must be delivered to the L-ivestor Member. A resignation is effective upon such delivery. 5.1.5. Removal of the Manager. A Manager may be removed as Manager at any time, with or without cause,by the Investor Member. 5.1.6. Vacancies. In the case of a vacancy in the position of Manager for one of the reasons set forth above,the Investor Member isto fill such vacancy. 5.1.7. Meetings With Investor Member Representative. The Investor Member shall appoint an Investor Member Representative_ The initial Investor Member Representative is Thomas Kalishman. The Manager shall schedule quarterly rneetngs with the Investor Member Representative at which the Manager shall report on the financial performance of the Company and such other Company matters as the Investor Member Representative may request. The Company shall reimburse the Investor Member Representative for travel,lodging and other expenses incurred by him on behalf of the Company of in connection with the business of the Company_ 5.1.8. Optional Board of Managers. The Investor Member may at any time, in the sole and absolute discretion of the Investor Member, elect to vest the management of the Company in a Board of Managers. If the Investor Member makes such an election,the Investor Member shall have the right and authority to determine the size of the Board of Managers, appoint persons to serve as members of the Board of Managers,establish quorum and voting requirements, and set any and all rules pertaining to meetings of the Board of Managers. All members of the Board of Managers shall serve at the pleasure of the Investor Member and may be removed by the Investor Member at any time with or without cause. If the Investor Member elects to vest management of the Company in a Board of Managers,all references 12 Moo, ff I.I Of•, , • .1 V -Y I f X -f-I• -� ,»V, g I V ".nt,V �i 12 1 MI 1,41 1 4,474,11 i;i; Iffft 11111P11.11fitfl- #fill# Ell :� , OF MISSO :, ryU . ............I 11.k > AC; ti Iss JVL" John R. Ashcroft Secretary of State CERTIFICATE OF GOOD STANDING INN. 1, John R. Ashcroft, Secretary of State of the STATE OF MISSOURI, do hereby certify that the records in my office and in my care and custody reveal that SAK CONSTRUCTION, LLC LC0712897 A Missouri entity was created under the laws of this State on 1/27/2006, and is Active, having fully complied with all the requirements of this office. IN TESTIMONY WHEREOF, I hereunto set my hand and 4 cause to be affixed the GREAT SEAL of the State of Missouri. Done at the City of Jefferson, the 8th day of October, 2020. 41 i.',�'�i� / � • 4,r+♦��::•a'ii'i re(at� of State (YC Certification Number:CERT-IN28713 r) C "S' Al. I:'�S.-i`zyj��1�gYYL��`ji::.:,'11AY';I`f�r�i�'f{ p~-zr./: og, SAK CONSTRUCTION COMPLETED PROJECTS LIST W Job s Projsrd Rama Oamar's Confaet Imonrralion Address suP.rkwrld.d �t Tn. Car•Wra Dom. N p- F-Up py o ccmplaft �mt•ta Tamarac,FL Scott Lend-,City of Tamarac 108031, P 9541597-3757 10101 Stale Street Jeremy Ricnard/ CiPv ilnmg R«pairs a 1,?D14 Tamarac,FL 33321 Stan Krause Loren Go- GIPP-FL 2/26/15 E1.949,N3 42 1 DO% 37922 B"10" F 9541597 3520 Tamnac,FL Scon London,City df Tamarac 10803 7 P 954!591-3153 10101 Salle 3ST3121 Jeremy Richard/ CIPP 1 mmg 4eVens 8 I,2015 Tamarac,FL 33121 Stan Krause Loren Go- C11"-FL 7121115 31 579 879 62 =138920 F 954/597-3520 Tamarac,FL Scott London,City of Tamarac 10803 14 CI» P 954 597 3753 10101 Stale Street An Midler Randy Cl,, f. 10/75/16 32.052.609 16 100% 24045 0'10" Lining 4epa,rs 8 1,2016 F 954 597 3520 Tamarac,FL 33321 91e Ransbrough 10004 17 St.Josaph,MO Gary LOW City of St Joseph 1100 Frederick A- Dann Biawn Ran Maine, GIPP-MO 1128/15 $387,595 27 100% 8104 8-,to',12'.14'15',18'. Sewer tuning 2014 P 616 271-a626 St Joseph,MO 64501 Y 21'12Z4" 2B"JO' Lakrdand,FL Kim Goldener,City of Lakeland 1625 Glendale Street Jeremy Rlchardl 10804 18 PO 258901,Sept 2014[hru 7015 P 863/834b592 Loren Goens CIPP FL 3,25/1 5 $672,339 DO i)% 20508 e'10- 15' loom gdderenQ1.kd2ndgov net Lakeland,FL 33803 Stan Krause Sr.Joseph,MO Ga Lefhn,C' f St Joseph 1100 Frederick Ave Dann &own Ran Mather CIPP MC 9,15/15 8",10'.12",15',18",21', 10804 19 Sewer Lirin 2015,440089-D4 Gary tY o p Y A' $400 318 55 100% 6953 g P 07 6 271 1626 St Joseph,MO 61501 36.15' 6" 60" 1080420 P-",AZ Scott Gregorio,City of Prescott 1505 Sondog Ranch Rd 2015 183,Small 0.4 Samrary Rehab P 928-777-1628 Prescott.Az 88301 James Bower Baan Ackerman GIPP AI 628116 $73].190 69 100% 9960 6'e'.10'12'IB' scotr grego-Cl rescoll-az gov 1080421 St Joseph,MO Gary Ler'R Cry of St 16 27 4 46226 St Joseph,MO 64501 room Joseph 1100 Frederick Ave Sewer Lining 2015,R40089-05E5-OS P 8Canny BRandy Mather GIPP-me 426116 $146 286 50 100% 272] 8',10',12',15',24"36' Orlando,FL Charles Conklin,Cty of Orlando 400 South Oran Avenue Brad Scnennng Leo SIfii16 $2261,36829 100% 3488 4a" 1000422 S. Mc.eoc Rd Samtary Sewer Rehab C+0059e n 4 07 246 3182 awMMt Orlando,FL 32801 Calvano c;4' I' 10804 23 Lakeland,FL Kim Goldener,Cty of Lakeland 1825 Glendale Street Randy PO 2642'12,Sept 2015 thru 2016 P 663 834 6592 Lakeland,FL 37803 Stan Krause HansDrough CPP-F_ 9115116 5625 257 25 1 00% 19802 8'.10' turn gdderen@lakelandgw net 1080424 3"'-"'h* MO Gary Leflln,Crty of St Joseph 1100 Frederick Ave Danny Br- flan Mather CIPP-MO 7261!h $89164 15 100 .ewer lining 2016,840089-06 P 816 271 4626 St Joseph,MO 64501 2386 8'.10"12",24`,30' Frederick,MD Mike VMnp,gler.City of Frederick 1080425 Bridge No F-F-30 Dogwood fir P 301 600 3851 Dre�Emock MD None Ouaekenbusn CIPP-MO 6,1/116 $45310000 100% 575 117'l 79'OLS G-Kreta -hpigler@c,tyorhetlenck com Pin watt,A2. Scall Gregaria,C'ty of Prescod Public Work Dep-mer, 1080426 ,S5 Rrhabilild(-,Using Cl PP Ti-c Mess I echndlgy(',,n tract n2C 17 92817/1628 433 N Virgin.Sl James Bower Dawd Burbana CIPP-AZ 6i30/17 $606,08911 100% loses 8' 327 Scott gregcno@prescod-az gov Prescott,AZ 86301 1080427 SL Joseph,MO Gary Lefh,,City or St Joseph 1100 Frederick Ave Sewer Lin,ng 2016,840089-0/ P 816 271 4626 St Joseph,MO 64501 Danny Brown Randy Mather CIPP MC 519117 $2SJ.77 J OS 00"/n 8545 0',10",12',15".18 21" 1080428 SL Joseph,MO Gary Lefhn,Cty of St Joseph 1100 Frederick Ave Sewer Uennuwn y& Randy Mather CIPP-MO 1,26!18 $242 613 60 100°1� 11413 Ir.1R,12,15 Lining 2017.840089 08 P 816 271 4626 St Joseph.MO 64501 Page 1 of 42 SAK CONSTRUCTION COMPLETED PROJECTS UST wJob 0 Oil4wowlecwftdbllalllMliBB Addom OMPUMbd" TWO 1pkkMiasmas *%"Dtra � QB�M kft � py�M 10804 30 St-J-M,MO Kevm Sc neideer,Cry of St Joseph 1100 Frederick Ave Sewer U-9,Meadow Trails P 816271 4626 St Juse ih,MO 64501 Donny Brow Randy Maher GPP-MO 10/16/18 5142,511 45 100% 2465 0' Andy Klausner,Village of Palm Springs 1050431 Palm Springs,FL P 561 714 2763 2400 Kirk Rd Brett Rae Stan Krause GPP-FL 3119/19 5232,121 75 100% 8223 C,10• OPP&MM RehA F Palen Springs,FL 33461 akkusner@rpd org tNantarllk,MO John Gripentrog,City of W-trA 1080432P63632751 O2 Am-dement 1 F 836 639 2075 ,Jeff Krt7 Slick PrYar 6•CIPP-MO 1/31119 5135,033.00 100% 290 Jan ag 10804on.M Jackson. Clint B-,City of Jackson 2019 Sewer Lmmg Program P 573-243-3568 Ja Ohm_IWO 63755 Alan Sbeieah Chris Vop GPP-MO 6//4119 $97,70750 100% 3583 B' nbrown @jadtsorlmo.Prg WSSC,MD Sam Edomr, 1216205 IDIQ Sewer Main,TO p5 Washngton S,ub urban Sanitary C-ommissmn 14051 Swee2ar Lane Chad Rusher Bob CIPP MD 12/16/15 $3,772.36224 100% 11377 8'.10'.17,14/15',18• P 301.20641842 La rel,MD 20707 puaukenbush kVSSC,MO Sam-Smi, _ Later Bob 1216206 IDIQSewers Main,TO p6 Washngton Suburban Sanitary Gurvnisaion 105raMior Chad Rusher Quackenblah CIPP-MD 326/16 53,73723539 100% 2691 a"1e• P 301 2064042 WSSC,MO Wald l 14051 SV.Uw Lars Chad Rusherl Bob Helbor 1218501 CI/CK6003E11,C16003A11,Rack Creek,TO 001 Washington Suburban Sanitary Cornmosion CIPP-MD 414/16 $1,620,080 04 100% 7217 8'.1D•.12'.14715".18' P 301206 8732 Laurel,MD 20707 Josh Grote Quackenbush W89CMD Wald MSaa lb 1216503 CI/CK6003E11,CI6D03A11,,Rack Creek,TO W3 Waalvngrt Suburban Sensory Commiswm 14051NSveifar7Lane Chad Rusher QlanBob CIPP-MD 1211/17 $2,579,00004 100% 3769 a",l0",12",1'4^,la",20- P 301 2060732 w69C,M0 Waled Helbohi 1218504 Cl/CK6003L11,C 16003A 11,Nock Creek,TO 004 11Vaehin¢aI1 SuburbanSanitaryCommission 1Lwurei,MD 077007 C Quackenbush CIPP-MD 415116 $4,479,97144 100% 13110 P.W.15'.1C.2T,30• P 301 206 0732 WSSC,MD Wa6d Ha6om 12185 I2 CI/CK6003E11,06003A 11,Ruck Geek,TO 012 Washington Suburban Santry Commission 1 Laurel,S MO 707 Lane Chad�er Quackenbush Bob CIPP 0%-MD 229/18 55,870,06001 18 5543 8",18'.24',301,36' P 301 206 6732 1AISSC,MD Waled Ha boni 1218516 CI/CN6003E 11,CI6003A11.Rxk Creek,'*U alb WaahalgMl Suburban Saraasry Comnkssion 11051 SweAznr lane Grad Rusher Bob GPP-MD 12JIWIS $699,74260 100% 2455 W.10•,12' P 301 206 8732 L-1.MO 20707 Quackenbush WSSC,MD Greg Guteraler, 12189 04 CI6000A11,Paint Bra.TONGA washngton Suburban Sensory Comnasam 11051 1,MD 2r Lane Chad Rusher Bob GPP-MD w"l5 $2,055,573 54 100% 4367 8",17,24^ P 301 206 0036 Laurel.MD 20707 Quaokenhuah YYSSC,MD Wayne Moms, 12189 OB C16000A11,Paint era,TOp08 Waahkuglaru Suburban Sanitary Cammkuum 11051 Sweimer Lane Chad Ruehr Bob GPP-MD 10!!/17 53,030,352.60 100% 8100 C,24'.27.30' P 301 206 8036 Laurel,MD 20707 Quackabustl WSSC,MD Wayne Morris,1218012 C160WA 11,Pa-era,Tool) Washington Suburban Sanitary Commisvm 14D51 9wMzer Lade Chad Rusher Bob CIPP-MD 10117/16 $214,51314 10D% 311 8' P 301206 BO36 Laurel,MO 20707 Quackarbush W88C,MD Greg GuQwilet, 1218916 CI6000A11,Paint Bra,TOp16 Washington Suburban Santry Cornrtassum 1�N 7&Iatm Lewis, Chat Rusher a Bobibuah CIPP-AND 7/9115 5316,757 M 100% a804 B',10',17 P 301 206 8036 Pap 2 of 42 5AK CONSTRUCTION COMPLETED PROJECTS LIST VP Job f Pra]sa N1lalls Owner's Contod Inlomiudon Address Supwbvb.rd�d P TyW ..Wk,,Dale ConlPlslsd Ped FooUys Dirtlslsrs Marlaysr Amount Cpn1111ys C-.Pk" Pitta County AZ Dan Foley,Sub to B&F Cnnna u,&Inc 1300908 P 623582 1170 1101 7 North 23rd Avenue GI—i S David Burbank CIPP-AZ 327115 B B f Cnntracbr;o Work OrderB Phoenb AZ 85028 Veers N90,866 00 100"ro 39.19 H' F 623.582 3761 Piny County AZ 'Jan Foley,Sub to B&F Contracting,Inc 13009 D9 B&r Lnnlia urip,W wk Order 9 P 673 582.1170 11011 Norm 23rd a Aven Glerm Spears David Burbank CIPP A2 423/15 $41,916 00 100.1. 1304 B" F 623 582.3761 Phoen.AZ 85028 u Pitts County AZ Dan Foley,Sub to B&F C,;: 13009 1 P 623.582 1170 11011 Narin 73rd Armes Glenn S B&r Conhxrbng,Wur40rder IC Pnoenik Z3 H5028 a pears David Buroank CIPP Al 7123115 $339,81900 100% 8808 8' :8' F 623582.3761 Pima County AZ Dan Foley,Sub to 8&F Contr—mg,Inc 0 tw F . 13009 11 P 623 582.1170 11011 Nonn 23rd Avenue James Burbank OFF&owerrJarmsnn Dmid BurbPF-AZ 1120/15 :cnlrzcnng,Weil,Order 11 Phoemv AZ 05070 =racer $?15,198 00 100°,e 6472 e''Z' F 623 532 3761 Pima County.AZ Dan Foley,Sub to B&F Contr.-.g,Inc 13009 P 623 582 1170 11011 North 23rd Avenue Jarmann Frazer David Burbank CIPP-A2 2/4/16 B&F Contracting,Work Order 11 Phoem%,AZ 05028 Ue $301 241 50 100% 9001 B"'0- P 623 582 3761 Pkns County,AZ Dan Foley,Sub to B&F Conlraomg,Inc 13009 13 arP 623 582 1170 11011 North 23rd Avenue es Bower David Burbank CIPF-AZ 6/5116 B&F Connling,Wnrk Order 13 Rhombi,AZ 85028 yam 3215,51800 100% 6742 8' F 623 582 3761 Pima County.AZ Dan Foley,Sub to B&F Contracting,Inc 13009 14 P 623 582 1170 11011 North 23rd Aven Ga Roe 8&F Cnnfrachr&Work Order 14 Phoenn.AZ B502B ue Gary gen David Burbank CIP'"-AZ 477117 $191 511 00 100.4 1257 30" F 623 592 3761 Pima County,AZ Dan Foley,Sub to B&F Contraclin&Inc. 11011 Norlh 23rd Avenue James Bower/Gary 13009 15 -,"7Ir g,work Grcer l', P 623 582.1170 PhoenM,AZ 850?B ue Rogers David Burbank CIPP-AZ 2123/17 $126 115�C 1COk. 3351 8" F 623 592 3761 13020 L.A.Grov..IA Steve 10ocke,City o1 Lambs Grove 13020 351 Iowa Speedway Dr 26131 an,b,..Grove Was[awater Collection P 515 9612020 Nevado A 50208 Jeff Hatt Irav"J—.1' CIPP IA 11115/16 $343 634 06 100% 8010 6'B F 515 9647938 SL Louis,MO-(MBO) Steve Welmck.Metropolitan STLwe Ser Deana 23W Market Street 13035 Deer Creek,11010,11829 0:51 P 314 768 6378 SI Louis,M063/01 Matt Hertz Timuss Tim Ben C'.PP MO 12/11/15 S],189 553 95 100°11 55744 6".8",10".12",15".21" w selnick@semsd com WSSC,MD Monet Lea. 14051 Sweitzw Lane Bob 1304204 C1530CA11.Northwest,TO804 Washington Suburban Sandary Commission Laurel,MD 20707 Ched Rusher Quackenbush CIPP-MD 3114/19 $1 155.660 73 100% 1461 5- P 301 2068036 WSSC,MO Monet Lea, 14051 Se ebzer Lane Bob 1304205 C�5300AII Nortnwezt,TOa OS Washington Suburban Sanitary Commission Laurel,MD 20707 Chad Rusher Quackenbush CIPP-MD 1111/17 $570,06755 100% 363 8" P 301 206 8036 W66C,MD Greg Gutzw:tler, 14051 Swenzer Lane BOD 13042 10 C15300AI1,Nnrthweu,TOn 10 Washington Suburban Sani Lary Ccunni Icin Chad R—her CIPP-MU 2/10/16 $479 321 00 100% 2649 B'10' P 301 206 8036 Laurel,MD 20707 Quackenbush WSSC,MD Monet Led, 14051 Swebzer l an Bob 13042 11 C15300A11.Iorthwu t TOn 11 Washinglun Suburban Sanda y Commission Laurel,MD 20707e Chad Rusher Quackenbush CIPP PAD 10/31117 $202,331 71 100% 1179 8' P 301 206 8036 W93C,MD G,eg Gutzwiller, 14051 Sweitzer Lan Bob 13M21/ C15300AI1 North-- ,1� Washington Suburban Sanitary Comm�sion Laurel,MD 2C7C7e Chad Rusher Quackenbush CIPP-MD 4/17/16 4465.17295 100 is 797 9' P 301 2DG 8036 Page 3 of 42 SAI(CONSTRUCTION COMPLETED PROJECTS UST VP Job 8 fetwevall. OaaaelsCaeeeaMaeMYm INeaeee awwb tdw PT„a C�rDarcomAnimated CeM7Mtr Fee" pommum *NNWSteve Weklick,Metropolitan STL Sewer Dmtnd 13059 S.Loub,MO(MSD) P 314 766 6378 2350 Market Street Matt H1r¢ Tim Bummed CIPP,MO 327/16 33,625,811 OS 100% 320 8,B',10,17,15".18-,21'. P�ukc!14edvcllon,20018,1114-0151 swelnaMustlmstl oom St Louis,MO 63101 24','30". St.Louis,MO(MSD) Steve Wekdck,Metropokkan STL Sewer Deader2350Market Street 17078 w Fv20 D Co,tract A,20O5 P 714 766 6378 St Louis,MO 63101 Matt Hkh Tum Buseen CIPP-MO 11/30115 34,248,65463 100% 51751 0•,10",12•,1S,16-.21-. swelnakes8msda cn 24',W.33",38•,40' St.Louis,MO(MSD) Steve Welluck.MetropaMan STL Sewer Distinct 13095 P 314 760 6376 2750 Market St Mag tirR Travel Jwrek CIPP-MO 1211?115 $3,774,11521 100% 67599 0',10",1 Y,15 t e',21 Glendale S--D,1011.5,1112,Qts 1 swekkck@s9msd eom St I-.MO 63103 24'27-,3T,36" 13097 Collas•BA-2013 Steve Klxke,City of Cori. ISE Howard Sheet SS,11-r.len:n P 515 964 2020 Colfax,IA 50054 Jeb Hintz Dan 9wiJak CIPP-IA 424175 $423.36991 100% 8237 9•,e•.10'.1r wastwater f.onenlon 1309801 WESC,MD Greg GutrwM, _ Bob PM5304AI I Horsep--1a Washington Suburban Sanitary Commission 1�1e5 MD Z0707 Chad Rusher Quackerbush CIPP-MD 2/W15 $579,67252 100% 321 8",12",20.21• P 301 206 W36 We9d Habord WSSC,MD Washington Suburban San"Commission 14051 Stelzer Lane Chad Rusher hsm E 8",10",17,14•. II-,20• 13104 01 vM5135A11,we>rern 9,TOn 01 P 701 206 8732 Laurel,MO 20707 mn9 CIPP-MD 10117/18 52,207,75089 lOD"A 5154 24" Wslid Hebani 1310405 WSSC,MD Wayndgan Suburban Sanitary Commission 1W51 Sweltzer Lane Chad Rusher Travis CIPP-MD Bl4/16 1504,121 JS 10096 510 16" vMS)95A11,western 9,1oa ns P 301 209 6732 Laurel,MD 20707 Emig 3 Wand Halboni 17104 O6 PM5295A11,WS9Cwe,,lerr MD B,1Os ob P 301 2068732 Laurel,MO 20707 Washington Suburban Sanitary C nnudaim 14051 SweiRer Lane Chad Rusher Travis Ewing CIPP-MD 3/15116 3602,673 70 100% 263 B' Waled Haben 13104 11 "MC,MD Washington Suburban Sanitary Commission 14051 Swelter Lane 1M5195A11.wectwn 8,-Oa 11 P 301 206 5732 Laurel,MD 20707 Chad Posher Tram Ewing CIPP-MD 512117 $4,955,940 70 100% 12590 36",47 Walid Haboni 1310412 WSSC•MD Washington Suburban Santry Conernesrm 14051 Sweeter Lane P V 5295A11,western 9.-Oe 12 P 301 2%8732 Laurel,MO 20707 CItatl Rusher TramEwing CIPP-MD 10119116 $329.29594 100% 900 8- Walid Halboni 1310427 WSSC,MD Washington Suburban Sanitary Commission 14051 Sweit-Lane Chad FW he Tram Ewing CIPP-MD 1221/16 3339,420 77 100% 792 B" vMS29SA11,western 9,15421 P 301206 8732 Laurel,MD 20707 Waed mi Hab 1310492 yM5295Ai tNSS 1,western 8,-O k±A P 301 205 8732 Laurel,MD 20707 C,MD Washington Suburban SenCommismon 14D51 Sweitm Lane Chad Rusher Travis C-vrinp CIPP-MD 8/14117 51,086,28226 100% 3161116",24- Weird libmi 1310905 WSSC,MD Washington Suburban Sanitary Camness un 14051 Sweeter Lane Chad Rusher PP-MD 42118 $1,131,400 70 100% 3107 8• v MS131A11,wads Branrt.,W us P 301 206 8732 Laurel MD 20707 QuacBkenob bush CI Baton Rorrga lou Paul Johnson,Sub w Allen&LeBlanc,LLC 1 J130 P 225.272 4599 Rouge,,LA Boa ChRusher Jirmmy Vital CIPP-LA 7115116 $2,575,952 43 100% 76536 8",10",17,15•,/8',24" LA Allen&LeBlanc,Airline rlwy/Gnodwmtl Blvd Betonn R70895 ad 7 P)@allenkdanccom Tony Mbakwe,City BalBrtare 13142 Oak-,MO P 410 396 8330o7 2901 Druid Park Rive,Suite Chad Rusher SC 9061mprovemerts to Sanna,v Sewer Me9hew B`,101,12",15",ill"' 20", C 410207 7465 103 Mandel Me* CIPP-MD 6/1M16 518,312,254 71 100% 59311 Bellmore.MO 21215 Joan Grote RhoaOs W.27,33",57 aMlmy. rtaa4ityppe Page 4 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP Job i pe"b.et Pill Okwr'.Cretad btll7ereilll i Addmir pType eie .bd Campld DOM Cu nplPenait Foat.� Dt.nreAer. M4rti�r ArnwrH COnglar conWNee Roui tiK AZ Steve Femandez,City of Phoenix 200 W Washington SI 13151 OS P 602 495 C724 5th Flow Janres Bowen Glenn <306.00172,137075,JOA 005 B Spears nan M.kerman CIPP AL 520115 $'.075.19.1 22 100% 25665 B'10'.12' sieve temandezQphoenixgoo Phoenix,AZ 85003 Ph-ru AZ Kane Lu,City ul Phuenu 200 W Waahingtnn St 13151 13 430810[112,137!125,IDA 013 602 534192/ 511 Floor Gary Rodgers David Burbank CIDP AZ 825117 31,498.97720 100% 38422 0'10*.12',15' kora luCphoemx gov Phoenix,AZ 85003 17151 11 Phibel AZ Michaelroom B ,coy o1 Phoenix 200 W Washington SI 4308JOC112,131075,JOA 014 602 262 4597 5th Floor Gary Rodgers David Burbank [IPP AZ t 1II 0117 5994 91:191 IUO`i 258!2 B'.10' 12' 15- micnael browtiA nphoenu gov Phoenix,AZ 85003 p1p¢nin,AZ Michael Brown,City of Phoenix 200 W Washington St 1715115 4118JOr 6022624597 5th Floor Gai 112.137025,JOA 015 michael brown y Rodgers David Burbank [IPP Al 621!18 $824,184 79 100% 23399 B 10"12" f�phneniz guy Phnemx,Al 85003 Ph-.i.AZ Michael Brom,City of Phoenix 200 W Washington St 1715116 41G810CI12.13702S.04tllb 6022624597 5th Floor Gary Rodgers David Burbank CIPP AZ 11/14/18 $1.393 256 65 1001 40911 8'10" mchael Mown(d phoena gov Phoenix,A2 85003 Pltoellie AZ Michael Brawn,Cityof Phoenix 200 W Washington S[ 1115117 4106:CC117.137025:DA 017 6U2 262 4591 5th Floor Gary Rodgers David Burbank CIPP-AZ 12'13/19 $1,739,53914 100% 37241 6-t0't2' brichael bo—Qphoenu gov Phoenix,AZ 85003 ]t fouls,MCI(MSU) Steve Welmck,Metropolitan STL Sewer DisbeI t St 53 P 714 768 6378 2350 Market Street Jason Laney Travis Jenels [IPP MO 5/1117 B',B`.10'.22",15 16",18', Deer Creek 2014,20093,11849015 1 —1hickasnmsd com St Lou,,,MO 6$101 Matt H— $2 670 347 15 100/" 49648 272r$B" 13154 SL Louis,MO(MSD( Steve Welmre ck,Metropolitan STL Ser D,stnc- 2350 Market Street Rock Hill.20081.11885-01S I P 314 768 6378 S[Louis,MO 63101 Man Hlrtr Travis Jewels CIPP.MO 4'1111 $3,178 847 24 100% 53960 6".8',10',12",15",10',21' swelix.lIgs8 msd com 30r,3W Jerod Letcher One McDOwell Plata 13156 Wilaridotte C—ty,KS Oulied Gover n rnent of wv ndotte County B", 1Z%15",16',21-. 6304,20 11 1 re,rhlell Sewer Re,eir. P 917 5/31303 111 N /di St Danny Brown Randy Mather CIPP-KS 111/15 $564,68361 100% 16021 F 913 573 5727 Ka--Qty KS 66101 24' 9L Louis,MO(MSD) Steve Wdnick Melopnlitan STL Sewer Distract 1 a0.3i P 314 768 6378 2350 Markel Street Matt Hiro Tim Bunsen CIPP-MO 928115 $2,150,290 02 100% 44920 6"8",10",12",15".16'.21", Ccdarcrest,201u'B,117)1-015 1 swelnickoeIlmsd com St Louis,MO 63101 24"27'30" Phommix AZ Chns Fbrn.Pulice Conahuction,Inc 141`' Pulice,293.Broaowa' d Sewer Mani P 602 944 2241 20]3 W Mountain Vie.Road Glenn Spear, Bnan Ackerman CIPP-AZ 3112115 ✓° Phoenix.AZ 85021 5147 922 30 !00!4 1 7S 18',24' F 602 870 33% City of Rouge 6 Perish of East B R 100 St Ferdinand Street, 1402601 Baton Rouge,U f BlRoum 309 14-CP-Uh-0001,Annul Panshw,de CIPP 2014225 389 4641 .Work Order 1 P 225 389 3259 PO Box 1471 Terry Sprague Jimmy Writ CIPP-LA 2J28116 $521,866 00 !N% 6104 8' 10'15 30'.36` F Bala,Rouge,LA 70821 City of Bator Rouge 8 Panel,of East B R 100 St Ferdinand Street. 14026 03 Baton Rouge,LA R.in 709 14-CeUF-00!11.Anr,.ai✓anyhwidr[IVP IDA,Work Order i P 225 389 3259 PO Box 1471 Jinimy Witt Jimmy Witt CIPP-LA 12114116 $472,09462 10G?4 8137 B`.12"16' F 225 789 4847 Baton Rouge,LA 70821 ev ndv drds, enopnn an mento ---- '– --- Nashville,TN NashvXle and Davidson C-1 Cry 141729 Greg Ballard,P E PO Bax196301Glenn So-,, Roger E MWS 111 SC-14068,Shelby park RehaL Arca 2 Department of Water and Sewerage S—,es Clean Nashville,'NN3722 19 91 CIPP-TN 7028/15 $5631.106 94 1`20% 52809 8",10",12',15".1821" Wafer huill r" nt R omam Johnson County,KS Joseph Barnes,Johnson County Wastewater 11 a1 l S Sunset Drive,62500 14035 [NSC Contract No 19,Term 1,2014-2015 P 91371586 Denny&own Randy Ma:liri CIPP FS tU131/16 Si 648.107 45 ICO% 63722 B 10",11",IV 18",21- Ola11e.KS 66061 Page 5 of 42 SAK CONSTRUCTION COMPLETED PROJECTS UST 1/p Job x hrajaoS NIa11a 01aew1 Caah11t Mf11rat111Y11n Address SupMilYlMaKt � Typo Oa1�la9aA Dl�k At � ao OIIIIW� 1{035 02 Johnson County,KS Joseph Barnes,Johnson County Wastewater 11811 S Sunset Drive,x2500 usDCnrr,act No 19,rwm?:314-?D7=,.A,M 2 P 9137158884 Gem.,KS 66061 Danny&own Randy Mather CIPP-KS 11116116 $1,416,38500 100% 622M 10', Johnson County,KS Joseph Barnes.Johnson County Waslewalm 141175 03 -i.21 P 913 715 8684 11911 S Sunset Drive,02500 ,,got,;.n,,ne� Game,KS 66061 Daony&own Randy Mather CIPP-KS 1Z72/t6 $1,634.467 00 100% 71484 8",10',12'.15",19' Johnson Coun KS Joseph Barnes,Johnson County Wastewater 1407505 ty' P 913 715 8684 1 t 811 S Sunset Drive,82500 Dann &own Ran SC,,r.tract vn:9,Trrrr telt:-70I I.A,,,'-. Game,KS 66061 Y Randy Mather CIPP-KS 9730117 $1,793,169 50 100% 74702 F.1P,12'.1S',IB'.]8' 140]5 07 Johnson County.KS Joseph Barnes,Johnson County Wastewater 11811 S Sunset Drive,02500 Gran n,� !;T�rr�,:1t,.;Irl;aurr; P 917 7158654 Dan"Brawn Randy Mamer CIPP-KS 6/1118 $2,071.16365 100% 82774 8',10',12,15'.18',21"- Game,KS 66061 24',XI" Johnson County.KS Joseph Barnes,Johnson County Wastewrive,ater 11511 S Sunset Dx2500 1407506 P913715 B6B4 Olathe. Brown Ran Mather CIPP-KS 9/16115 51,124,06 94 910 100% 437 B",10-,12,15'.15'70' �ii ;ryt$J rtr..:r vr. li-.i,n 20162017,',utl.P. Olae,KS 66061 y Randy Johnson County,K5 Brandon Morns,Johnson Coumy Wastewater 1103511 P 9132075234 4800 NO Avenue �rJ;�Cc�uacr No t7 Autn ll Mission,KS 66202 Danny&own Brent Adams CIPP-KS 12J19/1g $1,348,77590 100% 55872 8',t0".12",15' Brandon M.rrlsL$jcw org Kansas C NO Sub N Roiling—Mechanical Contractors,Inc 14040 �' P 913 281 1814 541 S 1111,59tM 10',12'.15',16',21',24', Co.1ni.-511eei.-:a,s'—"?rral' Kansas City,KS 66105 Danny Brown Randy Mather CIPP 473/1/15 51,226,27550 100% 8883 30".54 6W F 913821{35{ Baton Rouge,to Paul Johnson,Sub to Allen&LeBlanc,LLC 14014 P 225 272 4599 PO Box 15789 Mike Blas k Jim c11er v,,.,n�arr>,a.,c-'wvl tir:;,,i;r T,w„c Bator Rouge.LA 70895 ccY mY NAB CIPP-LA 7115!16 $069,61526 100% 35431 8'-t0' Pi6lallenleblanc coon Chlcego IL Dennis B91k,Metropolitan Water Reclamation 100 East Ene Street 14046 SL„r a- Dnorct of Greater Chicago Brad Schennn Dan Swsdrak CIPP "'nt'' -" - Chicago,IL 60611 9 IL 111{715 N,690,91000 100% - P 312 751 5600 5923 27'S2" St.Paul,MN Don Norbin,Metropolitan Council 14056 P 651 602 1 D00 798 Robot311115 Jason Laney!Billy Dan Swidak CIPP-MN &13115 rine[counnl.80801:1>eneza ores Saint Pad,MN 55101101 Gates S{,629,285 09 100% 72481 1B'30'36' F 651 602 1550 St.Louts,MO Miek Lth.Sub to Fred M Luth 8 Sons,Inc 4516 McRee Avenue 14057P 314 771 3892 Matt HhU TimBusses CIPP-MO 10/8115 $280.14655 100% 6149 8',1 V.12',21'.24'.2T _alt,MSJ�SG lcllei.ou dor,<..ks 1J)?Stic F 314 771 4486 St Louis,MO 53110 Santa Guo CA Chris Reilly,Sub to K J Woods Construcilon,Inc 1485 Beyshore Blvd. cx� 14058 P 5 10 303 9591 x130 Jorma- azer FrTodd Chalk GPP-CA 1/145715 $113,575 00 100% 1025 t6' v�' C>,1�32?,-�It x&i7M Ave aeillyQklwoods corn San Frannsco,CA 94124 Mesa,AZ Hassan Flsaad,Salt RWn Project p0 Box 52025 14066 Sion,C cp:mei.S:oL, P6022364619IOMce) Phoenix,AZ 65072 James Bower Bias Ackerman CIPP-AZ 317115 $193,50000 100% 715 IB•,30.36- P 502 625 7496(Mobile) Clark County,NV Jake Marshall,Las Vegas Paving Corporation 4420 South Decatur Blvd 14067 ;v P;:��ur,.124(!6. srarfise-v,':,�rner 5n0 P7022511968 Las Vegas,NV 8910] Glerm Speen Brien Ackerman CIPP-NV 8/12/15 $34,43500 100% 355 B' F 702 251 4891 Folsom,CA Roger Kahn.,City o1 Folsom 50 Netoma Sl 14071 Hinkle;reek v,pr-n 1M..,b P 916 351 3525 Fokom.CA 95630 Thomas Petanovich Todd Chalk GPP-CA 129115 $470,60000 100% $462 6•,8•,to, rkohneQfolsorn W us Page 6 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP Job 9 Proji Name 0—l"'.Cortbct Irrlormat— Add—. 9uPariria darrt famo$ Pnt F MaoapaTyPa Amount Ca illi Ca pw DtotWn Stockton,CA Rose ANare</City of S1uAt.1, 22 E Weber Avenue,Room 14074 Ralpb Ave%ewer Rehab.M09096 P 209 937 dl 34 301 Jarmann Frazer Todd Ci CIPP-CA 2/14115 $741,92581 100% 7370 30" F 209 937 8777 Stockton,CA 95202 Nan$Park,CA Sub to Pression Engnecri Inc 1939 Newcomb Ave 14075 Precision Fr North P 415621 4882 Andrew Johnson Todd Chalk CIPP-CA 228115 R, Palo Nlp,1759 9 an Francisco,CA 94124 $230 661 00 ton% 7358 1 e' F 4156214812 140!1 Mmteeey CA Peter Taormina,Sub to Monterey Penninsula PO Box 2317 nnrnsu la Lnpincering,142,SS Rehal: Engmeenng Monterey,CA 93942 Gteiut Spears Lea Galvani CIPF-CA 316115 $513.002 00 100% 8429 6'8' P 631 784 4081 Mary Marl Jw33Yn_Eou__rty_'9a_ntabo1 Aumon 14079 A01—l'l,VA dlbla Loudou,Water 44865 Loudoun Water Way Me h" lounrinr'.Catir Brancn.IFtl P7014-029-220 Asbbum.VA 20147 Jnsh Gree Rhoads CIDP.VA 7(7115 $1,7777??77 100% 53407 B".1C".1L".IS".30' P S71 291 791D Pro obn ughes,PL Paducah,KY Paducah i acken Joint Sewer Agency 74087 Contract 10,2014 Annual,Wastewater rnlltthd, P270 575 0056 621 Northview St John Pnce/ Roger Egli CIPP-KY 52215 $6B3 223 54 100% 14553 6'8' 10'.12' Josh Webb.P E Operators and Engmeenng Paducah,KY 42001 Brian Harmon Dirredrade 14087 Jepenson City,MO Enc Seaman,PE,Cray of Jefferson Crty 320 E McCarty St 31110,Sewer Rehab-D._sin 12 P 573 634 6410 Jell Hiror inn f3ussen CIPP-MO 3/12115 $1 1 74 189 14 100% 41413 6".B',10',17.15' F 573 634 6562 Jefferson Cray,MO 65101 Table Groves,IL Villa 1114 We West Side Square 14084 201J044%amtary Se—Imprm oveenP 309 758 5071 t Peet Table Glove PO Boz 156 Jeff Hi Dan Swidrak ZIo116 $358,244/C 100% 10786 Clpp It I 8'10' cable Grove,IL 61482 �s Vapaa NV Jake Marshall,Sub to Las Vegas Paving Corporation 4420 South Decatw BNo 14086 ,V Pavirg,Sewer Rehab Grnup d P 702 2511968 Thomas Petanovich Bean Ackerman CIPP-NV 728115 $1,821.8SL 00 f 00°; 20928 W.12"f5',16'20".21 F 702 251.4891 Las Vegas,NV 89103 30, 0.Sob,MD Arian Gentges,Cochran Engneenng 41187 13-5599,5enn,:rV%ewer Im is P 636 584 0540 17 Boyd Street Jeff Writ �,n Bus;e" CIPP-MO 3/3/1 S provemen F6365840512 DeSoto,M067020 $665,27240 100% 30306 B't2• Patellas ect Pa FL Jim Davis,City of Pinellas Park 14092 P 727 541 0771 6000 60th Street North Jeremy Richard/ - 2014 Annual Cleaning,Inspurn&Pehab F 727 541 0850 Pinellas Park,FL 33761 Stan Krause linen Goers CIPP FI '2115115 $54999931 10r 1 '.8546 8,10'.12' �i CA Lon Urbanek,City of Santa Rose 14073 Soma0011 Sewer Mair.Linin - P 707 5434254 69 Slurry Circe Jarmannrazer FTodd Chalk CI!'u-CA 3/'Br15 Lining Os Varmu. oca[iuns F 707 543 3801 Santa Rosa,CA 95401 $418,944 25 100% 1621 6'.8'.12"1 B" Kevin Eawards,Meh p an ovemment o '--' -------- Neahei TN Nashville and Davidson County 11096 PO Baa 196307 Glenn Sears/ 347418,2013 Annual Sewer Rehab Greg Ballard,PF Nashville,TN 37219 Stan Krause Roger Egl1 CIPP 7N ?/&16 E3172,564 92 100°ri, 22943 8",10"12",15",18",21" Department of Water and Sewerage Servkes Clean 24".30" Wait,, --vllle 0,.r1l,,Aitalymryi Pr SaerAmelbr CA Sub to Steve P.Rados,nc 2002E McFadden Ave 11097 cin 'th Street Sewer,P to K Street P7148354612 Suite 200 Andrew Johnson Todd Chalk CIPPCA "/15 $37,05900 100% 245 24" F 714.835 2186 Santa Ana.CA 92705 14098 S_City,IA Glenn Ellis,PE,City of Si...City 405 6M Street 2014 Sewer lnnnp,Project P 712 279 6330 Sioua City.IA 51102 Danny Biowti Randy Mother CIPP-IA 423/15 $72765740 100°h SBl 24"30' Sart Francisco,CA Sub to M Squared Construchon,Inc 14100 V•}ouartd,2066J i Reno.Gough P 415661 6902 127FrancscoeCA 94177 A.,drew Johnson Todd Chalk CIPP-CA 62131153 51u U0 F 415 661 6976 San Page 7 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP Joe 0 PMJW k3Mlta Ortas/s Contact Ytlotsllsgan Address bPsrelrll6skl! 1� Two Crl gilded OMe Aftood Oa egg owwwkft Truckee,CA Marcia Beals,Tahpe-Truckee Saratrid-Agency 13720 Butterfield Drive Thomas PNanwieN 14102 201a Truckee River interceptor Rehah P 530567 2525 Truckee,CA 96161 Jannann Frazer Todd Chalk GPs,-CA 1/t&15 52207,615.67 10056 2862 24-,30- F 530 587$640 14103 , .—g 2014 o LininIL City of Aledo 27Aleft,IL 61231Hall, 225 00 W Main Street wer SeJeff HDan Sa drak CIPP-IL 214115 5 ,52503 100% 6652 r.r 10'.21•.3r Engineer John D Mercer 6 Associates,Inc 14104 Said.Fe,TX John D Mercer,PE PO Box 930 Galveston Crntnty WC10 w,8,Sewer line RO an P 409 741 8500 Galvist n.TX 77553 Mike Bisczyk Jimmy WM CIPP-TX 7/1511fi 51,580,04922 100% 26235 F 409 741 8501 14106Jt ff—County.MO Jason Seger,Rock Creek Public Sewer District 4133 Want Oular Read Sanitary Sew¢r Collection 5y>r¢m Rehabhrtauor-rheic s P 636461 2578 Arnold.MO 63010 Jeff Hr4 Two Buttsert CIDP-MO 9117115 $265,16925 100% 4016 r ja.-.@rock—kpad coon Nicholas H yt,PE,City of Lawence PO Box 706 14113 2034 Anne nal'ging Vrolect P 755 832 7882 yty¢¢nc¢,KS B6W6 Danny Brows Rendy Mather CIPP-KS 628715 $1,095,912 g5 loo-, 40175 6'•a•,10",ir,4'.'16•,Ill- 2014 org 21'.22".21 30" Rocklin,CA Rick Lawence,City of Rocklin 4081 Alvis Carat 1411501 72'Stnnn Cr„,n,5 P9166255221 Rocklin.CA95677 Andrew Johnston Todd Chalk CIPP-CA 411175 12,96000 100% 220 7r pnn8view C. R,.t-d Lawence®rocklin to ars RoeklMl Rick Lawence,Cly of Rocklin 4081 Ahm Court 1411502 F+a ckl Sit r„, P 916 625 5221 Rocklin,CA 95677 Mdrew Johnston Todd Chalk CIPP-CA SI5/15 582,71000 100% 200 24' Richard Latrenoeoockkn to us 14122 St LouisMO Kevin Bielicki,Sub to J R.Gema Constructron In Co.. c 51 New Baumgartner Road ?he W,,—ur kbielidi@ihberra.com P 314 4875637 08St Louis.MO 63129 Matt Knox Tim Busses Clips,-MO 226/I5 $75,78500 t00% 230 6• IH Serra tauue Kamaa City,Mo Aex Ivanescu,KCMG Niter Services Department /8W E 63rd St 14127 tt1eCCE505o,.tn Anport-orw vam and Harlem'nrce'�la�n w.nah�nt+non P0165130445 Kansas Gty.3rdStMO 0 Gerald Hall Dan Swdrak CIPP-MO 622/15 $949,95424 1011% 4725 1• Alex IvanesctrQkano gov Rick Trah"' kyayungrort,OC District of Columbia Water and Sevaa Authority doa Jeff ODerhoted 14125 DC Water 5000 Overlook Ave,SW Brad Schenningt Matthew CIPP-DC 511115 $2,819,420 00 160% 4820 48" Rehahnitanor of rhe�otrmsac lntercep?or near Wexpoul Road p 262 787 4017 Washington,DC 20032 Chad Rusher/ Rhoads Ask,Ifthabodaydair Josh Grote Clarion,MO Cliff Jordon,City of Clinton Wastewater Pian 14126 Term Convect 7014-2015 P 680 6656511 1101 5 Vansant Road Darcy armun Randy Mamer CIPP-MO 6118115 532,190 25 100% 1075 S F 6508858681 Canton,MO 64735 O'Fallon,MO Todd Randle,Duckeb Creek Santary District 3550 Hflytway K 14126 Duck¢Yt Creek,CIPP oro is P 636 441 1244 Jeff HM Tim Bunsen GPs,-MO 4/1/15 $674,09575 100% 30995 r,10",12",15",18• i t 3 Park Charier O'Faeon,MO 67356 ralwheGduckebueek coon WafYvilN,KS Christopher Goes,City of We0sv4k 411 Main Seeet 14128 2014 Sanitary Sewer Rehabilitation P 785 418 8039 PO Box 455 Density H own Randy Matter CIPP-KS 22115 S69,90725 100% 1971 e•,/2• directurpnCnetasrtr cam Wellsville.KS 66092 San Francisoo CA Joe Mina,Sub to Esquwet Grading&Pawny Inc 14732 P 415 461.5700 ext 34 91 B In o Avenue RAndim Johnson Todd Chalk CIPP-CA 423/15 3149,962 00 100-A 1681 r,tr,15• avement Re---and Sewer Replac¢menl-Lppe��iarke[St— San Francisco, CA 94124 1o¢@eSgUlvel-gp.rom St.Louis,MO Slave Welnick,Metropolitan 5l Loris Sewer District 2350 Market Street Jaws lane 14133 nfrastructure Ne P3146796200 y Trews Jewels CIPP-Mo WW17 54,18390318 100% 109278 r,8•,10,tr.15',18',21^ pairs IRenabilitauor)1Fy20151 Contract A 111708015.1) evrelnick@aemad cpm S Loris,MO 63101 Matt Mrh 24•,Z7",30',36',42" Page 8 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP Job a Pmj.at Nom. Own e.Contact Irrlorlrrbiorr Address Sryratkm-.r tt Ptgeat TWO CmlPleted Del Conipmend POMWA FeahF OYrrwYt. VAiM A.—ed Co pkfr Oar*It` 14134 SOUth Plater,CA Eric Nielsen,Suuth Placer Municgal Utility Dsmct 5801 w Drive Lou—10-inch Sewer Pipe Uner Project 2014 P 916 70b 8522 Sprxlgvie Andrew Johnson Todd Chalk CIPP-CA 4/141' enielsenQWrin al ea gov Rocklin,CA 95677 S $375,015 90 100% 10570 10- age of Clay CRY erj Clay Cay IL Conrad Informer m for Engo is m ineer whe 14135 project representebve: OIPOey811x62450 .:sit Hutt Tim Bussen CIPP it -7/173 1/yq g. 397 6th Street Sanitary Sewer Lining Miek Bodges,Charleston Engineering 15 561,776 70 100"1� P51 392 Topeka,KS Tim McCormick,City of Topeka 14.3e Einer ency Repair for WPC Pro act 162065 E-01,52 P 785 368 2409 620 SE Madlean rown Ran Mather CIPP-KS 1!6/15 a 3 Imccormick§topeka org Topeka,KS 66607 Lannyy $4B.o7607 100% 154 16' 14136 8L Lama 110 Steve Weeick,Metropolitan St Louis Sewer DIsMtreet Jason Laney ct 2350 Markel S-.,Iia+.toad Subtrunk 5cuth Public 1/1 Reouction(11934-015.11 P 314 676 6200 'ravis St Louis,MO 63101 Matt Hlnz Jenels CIPP-MO 1116119 $2,995,719 53 10,3% 67126 8",18',12",15',24',27" swel—kQstlmad com glitch Trl MO Bob Sumpravement Project mers,City of Birch Tree 4061 Highway PP 14146 Rirrh Tree Wastewater lm P 573 727 9666 Suite 1 Jeff HirU Dari Svndrak CIPP-MO 12/5115 $506,51066 100% 14419 6'8' raummer.@horri—In kin corn Pipular Bluff,MO 63901 tffi Vegas a1V Jake Marshall,Sub to las Vegas Paving Corporation 14142 P 7022515800 1420 5 DarskR Blvd Jarmenn Fe— Brien Ackerman CIPP-NV i11o,+5 013 46803TF,Sewer Retia bllitaliur Group E Las Vegas,NV 69103 $362.777 00 100% 5282 12".15' j oke ma nhall�Ivpaving.cam V.Vex NV Jake Mar.htll,Sub to Us Vegas Paling Corporation 1{1q3 P 702.251 5800 Las VS Decatur Bivtl Jarmann Frazer Brian Ackerman CIPP-NV 9/1/15 Nl4 4Eih5fi-TR,Sewer Rehdbditation Group 1 Vegas NV 89103 $652,631 35 100% 5217 10",12'.15,24'.30' jake.marshall0nNpavingeom D—hur,IL Don Miller Sanitary District of Decal.,r 14144 2014 Sewer Rehabilitation Project P 2t 7.4225931 eat 216 501 Upper Lane Jason Lane Dan Sw�drak CIPP-IL i 11,5'1,5 Don M72�sddcleanweter org Decatur,IL 62522 y $2,135,78.153 100% 13192 iS'.2t'12'66' Gpe OiraNeaa,NO Stanley Polrvick,City or Cape Girardeau 15002 2007 Soumem Expressway Sanin,ry Sewcr System Rehabilitation Project 2014 P 573 339 6760 Gpe Girardeau,MO 63701 Jeb Hrtz Dar Swl0rak CIPP MO 10;10115 51.259,489 ZO 100% 27113 6',10',12",15',24",30 spol—uCtatyofcapegirmdeeu org 42' Sm Frarlejsw CA Management,mr. 150 Executive Park Blvd,Suite 15003 21591,Guerrero SL P 415.467-3000 1300 Andrew Johnson Todd Chalk CIPP-CA 713/15 $24,00000 100% 261 12' F 415 4673001 San Francisco,CA 94134 Lake St Levis,NO Matt Kuelker,City of Lake St Louis 15000 Or 9 Normandy Ofive CIPP I imng Prnjec,,Bid Nn 05 1S P 636 695 4221 Lake Slc Lou..CenO Jeh HM1z Dan Swdrak CIPP MO 10/10/15 $39,375 00 100% 135 72" mkttelker®lakesaintlouis win Wyandotte County,KS Jahn Menkhus,PE,Unified Gov Wyandotte County Olde McDowell 15005 2014 Trenchless Sanitary Sewer P.ehabilitatfon.Contract 02 P 913 573 S. 701 N 71h St Danny B— Randy Mame' CIPP-KS 6/11/15 $1,462,347 00 100% 261W 10',12'.15,16',21 jmenkhus4twycokck org Kansas City,KS 66101 24',30'.33',36' Lexjnymn KY Fnc Soard,Keenland Association,Inc 15006 P 659 254 3412 4201 Wersailles Road Charles E aloe'. R Sanitary Sewer Rehabilitatior Lexington,KY 40510 Rog"Egli CIPP-KY 3/10/15 355,8{507 100% 1747 g"10- esuard(dknnnkrndcom Bnan Janski,Subtc KE&G Construction,Inc 15007 01 PM.Caurrry,AZ P 520.940.9423 5100 South Alvernon Way Glenn Spears Brian Ackerman E:IF'P q2 4/9115 8109,{86 00 100% 3385 8" PCRWRO 2865 N Conestoga 314055 bjanski@kegtus.com Tuscon.AZ 65706 Permit Coir 15007 02 P 520 940 8123 5100 Soum Al—WayAZ Bnan Jamie,Sub to KE&G Construction,Inc Glenn Spears Bnan Ackerman CIPP-Al b15/15 $398,27420 100% 11467 PCRWRO 2865 N Conestoga 314055 kA003 T.--AZ 85706 bjanskiLakegtuscom Page 9 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST ►lajact Type ti'am►It19d 0snNtmd ►snout NF*h DYeaMm VP JoA► ►lojaet Nal0a Otwn/a CanWtMAamraefon MCnaa luP���t glg�ge Marg OplWQa�pMa Pure County AZ Brian Janski,Sub to KE&G Construction,Inc 5100 South Alvemon Way 100% 1500703 Awendements 011 thm 017 PS 940.8423 Tuscon,AZ 65706 Genn Speom Bnan Ackerman CIPP-AZ 10/27/15 $337,038 00 9296 8',10'.72' bjanskl@kegtus cam Brian Janski,Sub to KE&G Conshuction.Inc 5100 Swth Pivernon Way Clever 15007 a Planar P 520 9406423 Tuscon,AZ 65706 GloSpee. Won Ace.— CIPP-AZ 72/20/15 5221,553 60 100°/ 6317 8' Arrwrart U 019 Blru 027 b)—niiiikegms cow Brian Janski.Sub to KE&G Construction,Inc 5100 South AJvemon Way 15007 05 Pines� 'AZ P 520 9408423 Tuscon,AZ 85706 Glenn Spears Brian Ackerman GPP-AZ 4/11116 5183,541 80 100% 4377 0•./0' Ameasswo e,024 Thin,0 S bjanskl@kegtus com Brian Janski,Sub to KE&G Construction,Inc 5100 South Ah ewon Way 1500706 Pima Cmnty,AZ P 520.940 8423 Tuscan,AZ 65706 Genn Spears Bean Ackerman CIPP-AZ 921/16 $276.81100 100% 7758 8'.12' gmendnrrnts 026 thnt 034 blanski@kegtua cow Pima County AZ Bnan Janski.Sub to KE&G Ccnatructien,Inc 5100 South Alvemon Way 1500707 gmendemerls 035 thio Civ P5209408423 Tut—,AZ 85706 Gary Rodgers David Burbank CIPP-AZ 5119/17 S>84,5911D 100% 70510 8',10",12' bjanskl@kegtus cow Jake Marshall,Sub to us Vegas Paving Corporation 4420 S.Decatur Blvd 1500& Las Vegas• , P 702.151 5800 Las Vegas,NV 89103 Thomas Petamvich Bnan Aderman GPP-NV 8131/15 $136 360 00 100°/ 1021 t2'.IS' L+,V.+Ba•.Vnllly fJar hole&'Pip-'�2e^?bili.tat��n--....+v )oke marshal)@Npavmg.com 6tare6',8",10`,12`,15',18",21". St.Loris,MO Steve Welnick,Menapon St Louis Ser Dislnc/ 2350 Markel Sit at 15009 P 314 679 6200 St Laos,MO 63101 Matt 11rtr/Jn P ahrice Travis Jerreh CIPP-MO )118119 $4.901.721 77 100% 27780 24',28".70",76'42".W. nlras:.ru.t,.ri.•a,�eansi^ehabdual It");=i2c151 Eonrract-1113!��,-'IS'., swemwk@1drisd com �'�- BakersfiaW.CA EMI McClure,Gty of Bakersfield 1601 Truxt w Avenue Ja,wam Frazer Todd Chalk CIPP CA 6/11715 $392.42305 100% 2630 15' 15010 t PB613263724 Bakersfield,CA 93301 s-mer Ail anilna-nn alone,t:nrorr:.a a,r...... k;lac:.•Ic�r s �. Entail bmccl—alkikers6elddty us Las Vagas,NV Jake Marshall,Sub to Las Vegas Paving Corporation 4420 S Decatur Blvd 15011 01 p 702 251 SSW Las Vegas,NV 89107 Jamwnn Frazer Brian Ackerman CIPP-NV 6/15/16 $531.72000 10111% 8161 C,10' JLS Annual Sar It any Scorer aenahli toner lake,warshall@Ivpaving cow L-Vegas,NV Jake Marshall,Sub 1.Las Vegas Paving Corporation 4420 S Decatur Blvd pc 15012 cakey Meat—,Ston,,Oram Ph I'.I-Sahara A-to Wu111,1:J Feii C-111 Mali S P 702 2515800 NV 891 D3 Andrew JMnsm We.Ackerman CIPP-NV 12/5/15 $2.054,075 00 100% 12870 8',21",2T.30"IB' (ial,el Blvd Sanitary Sewer hahilirat�on Namhow Blvd rc ancDr,vo rho ke.marshall I Los Vegas, ja @ vpaving com Lee s Sunmt MO Jason Conkkn,Sub to Emery Sapp&Sons,LLC 140 Walnut Street 15013 P816221.3500 Kansas City,MO 6410fi Danny Or— Randy Mather CIPP-MO 3/19/15 $18,38270 100°k 105 B' .oho nr ov Villa Oe(:ourtvaitl jasor.Conklin@emerysapp cow Bob Collins,Sub to labre Contracting,Inc 1913 Manzan6a Lane Caltrans.CA Glenn Spears Leo Cahano CIPP-CA 1430/15 5150,45000 100% 578 48' P 310.7200277 15014 ox pog2�ia._ire&!o.I,,.c,r Pave 3 Ui,� _ Manhattan Beach,CA 90286 jabrecontracting@sal cow Roger Rector,Macon Municipal Uhfibes 168 William am B.U"S 15015 Sani[ar"�,ewertine vehat P 660 365 2183 PO Box 669 Jeff Him Dan Swidrali CIPP-MO 1114/75 597,35400 100% 1868 8'12",21' MxonMO necla®gommu com Macon,MO 63552 Roger Vosswarn,Sub tomconanV Construction.Inc 15320 Midland Drive Lowelso,KS P 913 631 5440 Danny Broom Randy Mather CIPP-KS 7/20/15 $222.941 517 100% 1882 15".18',24.30" 15016 2015 Lenexa PYP Min&Overlay Shames,K566217 roglavltmKur WnKOAsorustlpn.cam Bob Cans"',Sub to Loran&Brothers Const 1175 South Auburn St Caltrans,CA P5303468150 Andrew Johrrsan Todd Chalk CIPP-CA 327/1S $44,00000 100% 240 24' 15017 03-H369-01pla,J-P V 41 N Cc tax,CA 95713 bobc@Iorangbrothers cam Page 10 0142 SAK CONSTRUCTION COMMETE0IROIECTS UST VP Job 0 ItofaR kill= owomes Caldor islirtlrldoe AAdries gmpwb/ndmt plow Tne *Bill~Dab � P ' a� q-daA- St Louts,MO 15018 Vo, luun,OMCI Infra,trucl Ri,,i 1(124,64;15 1) Steve Welnick.Metrapoktan St Louis Sevier District 2350 Market Street Matt Hlrh Trays Jeri CIPP- Contract l 20249 P 314 678 6200 St Lou.,MO 63101 MO 1130117 $337.761.00 100% 1757 LeaV Beach CA Kyle Cushman,Sub to Steve P Rados,Inc. 2002 E McFadden Ave 15019 n Beach Mann Pum P 714 8354612 Suite 200 James Boner Leo Calvano CIPP CA 10/31/17 $383,500 00 100% 110 7Y -u g Pumping Plant Facility llpgranes kcushman@radoscampanies.com Sams Ana,CA 92705 Scott Morgan,P E Environmental Conegrucbon City 15021 Memphis.TN of Memphis Division of Public Works 125 North Main.Room 620 WPII River al Mr Lean Siphon Hier P 901 576 7125 Mrimplks,IN 38103 BN Saber, Dan SWdrak CIPP-IN 2JL16 $3.704,500 00 100% 1054 M^,64• acott morgan@memph.til gov Mark Wenslayvaki,Central Contra Costa Servility 15022 Marbnez'CA Oistnc 5019 Irtlle6 Piece 3is ,Proje11 8424,V 1 CIPP Rehabilitation Project P 925 957 7619 Martinez,CA 94553 Jarman,Frazer Todd Chalk CIPP-CA 729115 51,987,590 59 100% 3109 42' rr elateskO entralsan Prig St.Lauts,MO Craig Dulle,Sub to Castle CPnlrading,LLC 15023 P 314 421 0042 760 2nd Street ?JC 5eperatcu Sewer St Louis, M063102 John Price Tim Busem CIPP-MO 7/8/15 $62,95500 700% 241 36^ Craig@tligcastlecom SL Louis,MO Kevin Eielicki,Sub to JN Berra Construction Cc Inc, 15024 CC 17 nor Sca.un>8,a:ich..Ser I-'Relief Yl.I P 314,487 5617 5091 New BaumSt Long MO 63129 gaflnw Road Matt Hlrtz Tim Busses CIPP-MO 5x7/15 $10,50200 100% M 8" kbtekclu@jbberrli coon JAl—city,MO Bryant Gaines,Sub to Sam Gaines Construction,Inc. 3X5 County 15025 oad 452 Sl,i ium_Vnnroe Chrisry out..econn improv P571 IS76123 Nesv c A BloNdRMO 65063 John Price Tim Bua4an CIPP-MO 11/3/15 $49,67225 100% 110 pines95 @yahoosssm Phoenix u Matlhew Goddard,Sub to MGC Contractors,Inc 15020 IN,ill are,G-A C.r,tr-ncr P 602 437 5000 4100 East EMood St. James Boner Shan Ackerman CIPP-A2 6/26/15 $191,25832 100% 1174 3E Phoenix,AZ 85040 matthewg@mgcmntractors coon 15027 Fauvny,KS Greg Philips,Sub to Phigco Constructor,LLC 6709 NW Monticello Terrace Aquatics CIPP gphiihps@phdicobrz Parkvtlle,MO 64152 Danny&own Randy Mather CIPP-KS 5l30/1S $6,37000 100% 60 0' Krwaatlk,TN Sub to Po 1I Utilities Construction Company,LLC 15028 2014 Sanitary Saner Basin 9 Rehabilitation Project P 615,325 3374 PO Bas 510 Stan Kniuse Loren Goons CIPP-IN 8/10/15 5553,07/00 100% 13574 6•,16' 1 C 615.456.6018 Portland,TN 37148 15029Las Vegas,NV Larry . 4945 E y Lake,Sub to R.P.Weddell&Sas CcCarey Ave. Thomas PetanovsN 4rkerman 4,arue uu"Ilumeter Storni Uraui Rehibihwtion P702591,6654 Las Vegas,NV 69115 Andrew Johnson/ Brian Ackerman CIPP-NV 6/25/15 $989,32000 100% 2009 60' Bake@rpweddell.com Jarmann Frazer Finbar Bruday,Sub to Precision Engineering,Inc. 15030 gym 'CA P 415 6214892 Ext 100 1939 Newcomb Ave I afayetle Sewer Rehnevabur,-Phase 9 F 415.621 4812 San Francisco,CA 94124 Jarmann Frazer Todd Chalk CIPP-CA 10/30/15 $299,29030 100% 4113 rorody @preesjdn-engineering-in Fart Bliss,TX Tmy Marquez,Sub to Vemac,Inc. 15031 7015'1—,,Rehab Project C.PP Phase II P 91S 5661911 19 Rio Grande Glare Spears Brian Ackerman CIPP-TX 12/29/15 $1,242420 00 100% 23815 6-,a-,10',12' tmarquez@vermac us EIl Paso.TX 79902 Las Vegas,NV Joe Bustos,Sub to Las Vegas Paving Corporation 15032 P 702.251.5800 4420 S Decatur Blvd Jarman,Frazer Brian Ackerman GIPP-NV 11!24115 as Vega;Va11eY Ma III,III&Pipe Rena bilrarior-1araage 68 Las Vegas,NV 99103 $69,995 00 100% 707 9' Ice bustos@lawegaspaving.com Lenexa,KS Spencer Foster,Sub to Unaweaver Construction,Co 15033 Pennvgrean CVP„«Pair P 913351 3474 719 E Gilman Road Danny&win Randy Mather CIPP-KS 7215 $42,61800 100% 102 30'.3G' spencer@Iinaweavercpm Lansing..KS 66043 15034 LaGrange, Mike Henderson.City of LaGrange,MO 119 S Mein St Jell Hinz Dan SWdrak CIPP-MO 11115/15 $113.11342 100% 2810 Q• I—,5vsrem Hehabd,ahnn-20 I S P5732484959 L.Gran a lip 42 VP Job e ha if oslnw.olealcktitlaerrr1.11 AOehe.. a,*.AtY.ttg.l � w atgited TWO COeh �� ) Lego Myers,FIE,KU Clesig_7 �mcbm 150505 LesionexCe'KS lana t 1515 s<Andrews a Karreare Ur n 151h Strut RleoMtrYrtge P 705 864 56551 Lewvenoe KS 66045 Danny Brovn Randy Mail- CIPP-KS 712115 524.S2800 100% 561 6' 15037 SL Louis,MO Steve Welnick,Metropolitan St.Louis Sewer Distnd 2350 Market Street '.ower Meramec wdter1hed/I Rei,oval,11650-0151 P3146788200 Of Louis,MO 63103 John Price Tic,Bassen CIPP-MO 10/155016 65,92182330 100% 17866 31,42'.K',S41.80' Las ViasNV Joe Busher,Sub to las Vegas Paving Corporation 4420 S Decatur Blvd 15030 _;,Vegas Valley Mannele 8`Ipeµehabunatior oatkage 9 P 702 2515800 Las V Andrew Johnson Brian Ackerman CIPP-NV 8421715 6115,828 go 100% 733 B'is' us ioe btos@lawegaspaving com egos•NV 89103 15039 Batharry M0 George Hulot,City of Bethany 7015 Sanitary 5eww-mprovemems P 660 425 3511 206 1vTh 16th St Danny Frown Randy Mother CIPP-MO 11770/15 656.641.00 100% 458 8' ghdetapeopleson-won Bethany.M0 64424 Michael Belton,MO Construcrom Industry Laborers Tracing Fund of 21201 South Mullen Read 1504! 8'cured�n Piase P, Western Missouri 6 Kanas Dentary Brawn Randy Mwher CIPP-MO 6/17/15 69,200 00 100% 480 8' pe P 816 331 6862 Berm,MO 54012 San Frannsco,CA Alyea Helgens,Sub to Shaw Pipeline,Inc. P 415 337.0190 150 Execubve Perk Blvd 15045 lrar�ou Locae,on,nave mem Renovanor.no i'Sewer Replacement and Via:erma'n Suile 37M Andrew Johnson Todd Chalk CIPP-CA 10/16115 628,73000 100% 99 12' mstallate 22651•FCE24123 C 415 716 8363 San F="e ,CA 94134 ahrse@shawpio.irwin,won John Dougherty,Sub to Kissick Construction Co,Inc /,046 1{.IM..e,Sty.MO `816 363.5530 orasCity, Indiana Ave Dann Brown Ran Mather CIPP-MO 915117 61,749,885 19 100% 64310 0'./g'.12' v,ndle OI�,e River Sewer venae Kanas Coy,MO 84132 y M jdwgherty@kbsriduo.c°m Lombard IL Ray Roving,Village of Lombard 1051 Hammenschmidt Ave, 15047 FY 2015 Sewer Lim,. P 630620 3588 Jeff Hinz Dan Swel.s. CIPP-IL 1214115 6149,71750 100% 2424 B'15'.18" g hovegdDvi8ageollorMxd org Lombard,IL 60140 Valley,NE Jesse Lanz,Valley Corporation 281)(11 Ida Orde 15048 61,Gineer Wnod koac kmvrgency CIPP Repair P 402 359 2578 Valley,NE 68064 Danny Brown Randy Mather CIPP-NE 6112115 619,11500 100% 120 8" lesse®v.I*ycorp coon Ad—n,CA Mark Trewiek,Sub to RTA Construction,Inc 75019 9161 Tanqueray Coat ACID Clear Creek SipFon Repan P530.2233100 Raddng,CA 96003 AndrawJohnsen Todd Chalk CIPP-CA /7/SI15 it 122,50000 100% 530 81' mark@rtat com Matt Follett,Sub to 5ierra National Construction,Inc. 15050 Hands,CA P 916,4816792 5433 EI Camino Ave.,Suite 4 Andrew Johnson/Seth -dnmceping end Engineering 5°rvkez.Contrecl Nu x600000880 C 916.747 3190 Camkdtael,CA 95608 Williford Todd Chalk CIPP-CA 7/12/15 573,00000 100% 244 24•,36• mMllrternnationakomtrlHskwr.cnm Thomas Pelanovich Anna Pritchard,Cry o1 POoars,-Water$a,,,- 15051 tenor•AZ Defectives" 200 W Washington St ,malt Diameter Srmrt Sewer Rchab:OC COP 410810C 112 P 602 534 9205 Phoenix,AZ 05003 James Bower Brian Ad.— CIPP-AZ 6/27115 653,50000 100% 163 27' arda prnehardWhe rrex gov Anita Prifthard.City of Phomor-Water S- 15052 Phoenw,AZ Department 200 W Washington St W P-41288,ripe ter roll P 602 534 9205 Phoenix,AZ 85003 James Bower &ion Ackerman CIPP-AZ 9130115 6102.888 20 100% 1232 18' Sala.,KS David Lady.PE,City of Salina Utilities Department 15053 Sanitary Sewer Rebabilitation P 785 826 7305 ext 213 401 South 5th Street Danny Bnoan Randy Mather CIPP-KS 12/30/15 6681.230 00 700% 18876 8",10",12-,15' david ady(sakna erg Selina,KS 67401 Chaffs Bonnie Mumpowar,City of Chattanooga Wella Wow R4sosares 15054 Chattanooga Geek ntercepta 9erna�bilgiT[ion,C11.11'p vv-17-073?Ol P 423 643 6031 Divispn Stan Krause L.-Goers CIPP-Thl 512)16 64,109,074 26 100% 7491 24',30",36",42',48'54" bmumpowelachaltano°ga gov 455 Moccasin Bend Road Baton Rouge,IA Paul Johnson,Sub to Allen&LeBlanc,LLC PO Box 15769 pg Jimmy MR CIPP-LA 1211&11) 61,276,06620 100% 49439 8' 15055 Sieger Lane/1-10 Area Sewer roie,.� P 225 272.4599 MiMael Blasgy CP Contract No 13AR-MS 00- 33Rouge,LA 70895 pj@allenleblanc com Balm Page 12 0142 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP Jobb Ptal.ul NOM ownw4.Oalbetlllbltll.Bo. Addrin FpglYlrMnit TyPg +t+� °AN `iw.. ARIwIt nom` T�ft Las Vegas,NV Jake Marshall,Sub to Las Vegas Paving Corporation 4420 S Decatur Blvd 15056 Iv wG^ CC 15042.01,---S-11 P71122SI MW Las Vegas,NV 89103 Ci,ml-,wrl lir James Bower Brian Ackerman CIPP NV 10!8/15 Et%,00000 100% 412 46" jake marshall0lepaving com Alan Showalter,Sub to Achcn-Gardner Constru Rion, 15057 Tucson,AZ LLC 2425 W Wave Hill Ct Jarmann Frazer Oman Ackerman CIPP-AZ 723!15 $167,000 00 100% 1296 24" 1NOPJ North P.1,_nierceprnr Wall 4,1,0 S-1-1 P 5208873011 Tumor,AZ 85705 .Showalter@..liar com Leavenworth,KS Tim Guardado,City of Leavenworth 1800 S 2nd S[ 15058 Spruce and 6rh sweet 10"CIPP P 913682 1090 Leavenworth,KS 66048 Danny Brown Randy Mather CIPP-KS 7!10/15 $13,450.00 100% 212 10" Iguardadooi&stcity,seg Chad Watkins,Sub to Western Waterworks 18th St, James Bowerl 5060 Phoarlw,AZ P6023907574 Phoenix,22223 N 1SSt. Jarnann Frazer ran Ackerman CIPP-AZ 811115 $59746500 100% 3849 30' 191h Ave.ane 0A—,Dnergencv lobs Chad watkrns@Kona.!com Caltrans,CA Brian Haile,Sub to Roll'N Rod Construction,me Thomas Pmanovicht 15061 Construction on State Highway a9 m Siena County near Calpine P 530.925.5365 5527 Truck Village Dr Seth Marlin/ Todd Chalk Ct PP-CA 723!15 $42,700.00 100% 1150 18'.24' Mt Shasta,CA Contract No 03-A2288 rollnroclicon@gmailmm Public Wo Andrew Johnson nt o arta Chattanooga,TN Bonnie Mumpowac,City of Chattanooga Waste Water Resources 1W62 -.,nn y=1—nrerc�prn,Rer�vhu,iauon P 423 643 6031 Division Jeff 0berholer Loran Goers CIPP-TN 52116 $4,151,50500 100% 6607 t15',36" C on«aci IA 1?02,201 bmumpowerCchattanoop 9ov 456 Mixxxx im Beed Road Placerville,CA Rebecca Nevas,City of Placerville 3101 Center Street 15064 rna���Sr•c••1ko-loan.,-rnro;e¢Pha;r_it,Sower CIPP Unme,Protcct No 4141?1R P 530 642 5526 Placerville,CA 95667 Andrew Johnson Todd Chalk CIPP-CA 12!3175 $86,39921 100% 731 (I,zea,412 rrieves(Mcayotplacmvile org Deeanlr,IL Byron Bowman,City of Decatur 1 Gary K Anderson Plaza 15065 1)15-rerchless Long-'re ii Pant P 217424 2747 Decat-IL 62523-11% Jeff Hill. Dan Switlrak CIPP-IL 7722115 $325,77515 100% 9578 8',1(',12',15',21` bbownewQdecalurg gave Excxlalwr Spring..MO Andrew Starkebaum,City of Excelsior Springs 103 Water StreetB',10".12",15',18",24", P 816 630 0755 ext 230 Danny Broom Randy Mat— CIPP-MO SIM 17 $2,462,098 27 100% 32084 15066 anllary Sewer Rehah Excelsior Springs,0/064024 70 ' Yaakakarrm�u.aap.tY.r-aerer9l rrid u Jeff Tra7Rme,City of WIdela W ha,KS P 316268 4046 1801 South McLean 15068 201:Sar.irary Sower parry growl Leo Calvario CIPP-KS 1023/15 $315,126 25 100% 14217 8' Pcl abiliiatmn rta�.n 0 iterhuneQwichBa gov Wichita,KS 67213 F 3161558 7411 Edward Czech,Sub to Hank's Excavating& Central City,IL capin Landsg,Inc 561lw.B1t1N RL/61 Jeff l Dan S-kek CIPP-It 10/1115 $31.09050 100% 987 1. 15068 1,115 Sc."n'�puir Pru ecl"renchles,sanrt�,ry 5—,Rel-ab P 619.399 SSS6 Belleeile,IL 62223 F 618 398 2729 Mark Tucker,Sere College Joint Community Rocklin,CA College District 5000 Rocklin Road Jarm ern Frazer Tedd Chalk CIPP-CA Wit 5 S22.60000 101M 322 e" 15070 9"Sanitary Sewer P 916 660 7655 Rocklin,CA 95667 mlucker@w racdlege,edu Steve Welnick,Metropolitan St Louis Sewer District 8",1Y,15",16",.3 2 4 15072 SL lours,MO P 314 b78 6200 2350 Market Street Matt Hinz I John Prim Travis Jenels CIPP-MO 1120117 $4,389,343 86 1 W°h 71691 24'x38',2T,30`,70'x 42' latrastrecture Rep- (FY2015)Contract C ea elnickus8mad cam 51 Louis,0/063101 36" Josh Roach,City of Lee's Summit 220 SE Green Street 15077 LoW. SwnnK NO P 8169691970 Danny Brown Randy Maher CIPP-MO 5131116 $654.11525 100% 16766 2015 CIPP josh roach�dtyoes net Lee's Summit,MO 64063 Edward Czech,Sub to Hank's Excavating& St Jamb IL Landscaping,Inc 5625W State"'T Jeff Holz Dan Swidrak CIPP-IL 1122115 $20,7001g0% 1 520 8' 15074 Sewer Rehab P 618.3995556 Belleville,IL$2223 F 618.396 2729 Page 13 of 42 SAK CONSTRUCTION COMPLETED PROJECTS UST VP.IobB ProNet Nanta QrklkaY/QMIIMIYtlaentr{on AOBIBkt ltgwYltYAOaBtpoinx Ti" CMMk6d0Mr compkb COAPNM Okina11Mi Dale Llenemann.Sub to Russell Construction Co, 15075 Columbia,MO Inc 4600 E 53rd Street M,c lIz—,n Surgery Center P563.459.4600 0avenpwt,IA 52007 Jeff Wrtz Van Swrdrak GPP-MO 1215/15 $88.92500 100% 400 36' dlien nn@ruwweilco com Cedar Hill,MO Bulad Adana.Masan Annrlean Wabor 5825 Pete Obnen Rd 15076 Cedar 109 S-1,PO#5000032904 P3144960491tn_mm Cedar Hill.MO 63016 MaB Him Tim B— CIPP-MO 9(7!15 7;31,56500 100% 517 1. bufnd adama�armve Once,"AR Tim Janes,Cly of Osceola City 0(Osceola 15077 P 8705835245 303W Hale Avenue John GrcW Gayton CIPP-AR 12/5/15 5212,64300 100% 5000 6',8'.12' Osceola 2014 CIPP Wastewater System Improvements Tim Jones(email unavaiable) Osceola,AR 72370 Stan Krause Washburn as KanCity, O Divld KAIJ.1t,Sub to Kissick Construction Co.,Inc 15078 9—,(runt Su vat SStSt.",Sewer P 816 3615530 8131 Indiana Ave Danny&Dari Randy Mather CIPP-MO 11/6/15 $16,925 00 100% 40 24' dkissick@kissickco.com Kansas City,MO 64132 Jim Davis,Gy of Patellas Park 15078 Pinellas Park,FL P 727 541 0771 8000 60th Street North Jan."Ar-al Laen Go— CIPP-FL 11/5/15 $549,997 58 100% 18871 0'10'12' Aral OeaMng Irsoect,or&Retarrhranun of 1-1ary Sewers IF 727 541 0050 Pinellas Park.FL 33781 Stan Krause jdav7s@pi 11--park com alba DC Wafer Washn9bn,OC g 5000 Overtook Ave, Chad Rusher Pb CIPP-OC 1120/16 53.238,000 On 100% 2672 10'.7Y,18',21 30'/S' 15060 !r90140M-iehabddahor of Sewer;Under Budolnp,'1,-2 Scott Stange,410.381199 Water's PM Team Washnglon,DC 20032 Ouackanbush P 410.381 1990 Ert 17 Chad..CA Enc Marker,Sub to Bay Or-Paving&GradmL Inc. 1450 Civic Cl Bldg 1100 15062 03831 Cny.1 0— ?015 Measure.&L Pavement Rehab P 925 406 6022 Cord CA 94520 Jannarm hazer Todd Chalk GPP-CA 2/16/16 $94.498 00 100% 364 18'.22' ebarker@baycitres us San Francisco,CA Andrew Mellon.Sub to Shaw Pipeline,Inc 150 EJre,nitive Park Blvd,Suite l7th/330'- rn;lullar;kevere Avenues& 15063 Streets Sewer Replacement. P4153370190 3790 San Andrew Johnson Todd Chalk CIPP-CA 3/48/16 $181,29300 100% 309 ZSa 3'-9'(36'-closest) No Anderson/Ellsworth/IngallcfN aVleWCunoact No WW-602 ContactEmail-Andrew@shawpipelinesinc com Franceca.CA 91134 Edmond Flom,Sub to A Ruh Construction Co.& 15085 San France—.CA Assoc,Inc 1601 Cortland Avenue Jarrranrl Frazn Todd Chalk CIPP-CA 4/19/16 $344.41406 100% 9111 1B'.36' )1)1.�Potrero Avenue Roadwa Ira t. y proveman P 4156074010 San Francisco,CA 94110 ehomgit—i datruct—com Tnrrpe Az Dan Foley,Sub to B&F Contracting,Inc. 1904 W P—Rd 15086 Emer Sewer Repair 11t from Priest tc Harcy Drive P 520840.9765 Tucson,AZ 85705 James Bosse( Briar Ackerman CIPP-AZ 70/13/15 $284,824.00 100% 1984 2T ger•ry dfoley@I fcontractmg mm Belson,MO Zach Malleo,Cdy of Beam 520 Main Street 15009 IB-Inch-Cleveland to CamdnO P 016 3314331 Danny Brower Randy Maria CIPPMo1/11/16 $183,188.63 100% 2807 70' Ke Z—thr.®ballon ay Belton.Missouri 64012 Marin,CA John Maser,Sub to Maggbra&Ghiotti,1- 15090 Stn dy Easmentnstal 401-r CIDP in the 36'Techne Sewer f,em MH R000 260 to V H P 415 459.8640 555 Dubois Street Jarmann Frazn Todd Balk CIPP-CA 11!3/15 $145.000 00 100% 401 36' 8000 240 jmaser@maggiora-ghilota corn San Radael,CA 94901 ���AZ John Kn.,Sub to 5 J Anderson Company 4064 E Perscho St 15091 AZ State=-Sewer Rehabilltatlor P 480.537 4187 James Bosse( Brian Ackerman CIPP-A7 9128/15 $22,02500 100% 108 8' johniathesJanderson mm Masa,AZ 85215 Joe Collin,Sub to Overland Contracting(Black& 15092 klarafiII .TN Veatch) 3485 Poplar Ave Ste 230 Gerald LIk Creek CIPP P 913.458.9520 MempMs,TN 38111 1 Dan Swidralr CIPP-TN 525/76 $3,606,394159 700% 10105 20',24*.27'16' cdlinsli @ overlandwntracting.com Dave Scargo,Sub to Rodriguez Mechanical 15041 Kansas C'ry,MO Contractors 541IS 11th street Danny Brown Ran Marie( CIPP-MO 1/8/18 $32,23000 100% 186 24' 51st&Oak P 913.281 1814 Kansas City,Kansas 66105 Randy davesill—kc.com Page 14 of 42 -„-_- AK CONSTRU TION COMPLFTE D_PROJECTS L157 _ VP Job{ prolact Name Owrrars Cont.,Intormaban Address SupermwMmt Profiles Typa Cara~Daftconsismaid Patcwtt Fooftpa — klanager Assistant Canlplraa Catpkr DYrrrarn Diss Mummies.U1 Med Rada ermcher,City of Des Mmnes I 15095 P 515 283 4076 400 Robert D Ray Drive ”24".30"36- t'15 Sewer lining Prngrdm Des Maines,IA 50309 Danny 81—n Randy Maurer CIPP-IA 2/611 B $2,637,501 79 100% ]613 10 12' 16 mkratlermacher@dtvpv king46",5/",60" Jr.Davis,City of Pinellas Park 15096 Pinellas Park'FL P 727 547 0771 $000 601h Street North Jeremy Richard/ Randy Annwl Cleaning Inspection&Rehabditanun of Sanitary Sewers(Renewal R41 F 727 541 0850 Pinellas Park,FL 33781 Stan Kraus, Mamhrough CIPP Ft 10/31;1 D $540.40045 1W% 17130 8'36' jdavls@p,nellas-park corn Stan WangDerg,Anderson-Cottonwood Irrigation Mdersoa,CA 2810 Silver Street 15097 CIPP Lining of Approximately 176 LF of 15"Diameter Irngalior I ins P 530 365 7329 Anderson,CA 96007 Andrew Johnson Iodd Chalk CIPP CA 11/9115 $35,000 00 100% 176 15" xidatan@sbcyloDal rel Stan Wangberg,MdxmonLoftomw ion Irrigation 1509701 Anal—'CA Disfna 2610 Silver Street Andrew Jnhnson Todd Ghalk CIPP-CA 1029115 tP' Unit of Approximately 250 LF of 24"Diameter krlgalion Line an Balls Ferry Rd P 530 365 7729 Anderson,CA 96007 $65.000 CC 100% 250 24" atadalan@aboglobal net Genario Pittman,The Metropolitan Government of Nashville,TN 15096 Nashville and Davison County 770 Second Ave Souln Deborah B'.10',12',15',18',17', Whi[vs Creek Trunk Sewer RehaOih[at10n P615 SW 2641 Nashville,TN 37219 Shanley Krause Berkey C'I'P-7N 7/16/18 $11,111,46685 100% 41179 ria pittman[elnashvi8e.ov '�'�• Chuck Clucus,The San Antanw Water System, 150% San Antsnla,TX County of Bexar.Star.of Texas 2800 US FNy 281 North :ob No 14-47n3;2015 Ralph St S4"Rehab Pro act San Antonio,Texas 78212 James Bower 13—Ackerrrlan CPP-TX 9/30/16 1 P 210 233 3198 $5,220,097 DO '00°1� 6608 30',Si',52•,54• chanes cluas@sews or9 Dan Broderick,Sub to AChen-Gardner Construction, 15100 Peoria,AZ LLC 550 S 79th5 Tierra Del Rin P 480 940.1300 Chander,AZ 85t226 James Boner Brian Acker 1 i 1. CIPP-AZ 115115 S1460000 1001/ 171 8• dbrad erick@ ach en.cam Baton Rouge,CAMatthew Meaux,Sub to Whanon-Smllh,Inc 15701 P 337349.5320 t7474 OpportunigeLA ty Ave 70617 Mike Sh,btrs .l,mm East Blvd/Gavelmnent Sl Sewer Kehab Prnlecr It—Rcu . YWItt C'.PP-LA alt?118 $523,1006/ 100% 20034 6'8.16' mmeaux@wharwnsmith corn Nate Smith,Sub to Las Vegas Paving Carpo,at,o1, 15102 15 1762 2015-3711 2036 4nnual Sanitary Sewer Rehabilitation Las.OS/PWP ICL- �, P 702.251. L,s 5800 S D¢Caba Blvd Jaann FBrian Ackerman CIPP NV 71116 Vegas,NV 89103 rmrazer $591 H76 00 100°/. 11614 6' 10'12- nate smith@lasvegaspauing.com Kingsport,TN Zachary Bloomfield,Sub to Garney Companies,Inc Eastman Chemical Company 15703 P 615.786 3506 200 South Wilcox Dr JoStan Krause/Andrew Effluent curling Waren Jne Rehabllitabon learn,on Leo Calverio CIPP-7N 1211 S/15 4454,674 97 100`I< 49C 30"36'a6" xbloomfeldpprneY,com IOngsPort.7N 37660 ' Plroenbr,AZ Chad Talbot,EPCOR Water Anzona Inc 2355 W Pinnacle Peak Rd 15105 Meeker Boulevard Sewer Asse55m¢nl and Pehabilib[inm RR Johnson Blvd to P 623 4452404 Suite 300 Jarmann Faze, Bnan Ackerman CIPP AZ 3/16/16 3709A2950 1011 2547 8-1e-21' Pyratantt'a Drive&Sun City Sew,Rehebdtaticn 99th Avenue IPrujecls 1-3) eWbot@epcor.com Phoenix,AZ 85027 Shalbyvilla,TN John Freeman,Shelbyville Power,Water& ShelbyWle Power System 15106 Shelbyville Power,Water&Sewerage System Emergency 18"Sewer Rehabilitation Sewerage p0 Box 530 S[an Krause Clayton 931664'7171 CIPP-TN 11113/15 $45,500 00 1.." 4a 18' Manhole 4A to SA.CIPP of 48 feet x 18 inch X 9 0 mm Fsaa Mrtalfa a.ra utimav4r Shelbyville,TN 37162 Washburn JaM CNerland Park,KS Mary Conley,Sub to ran ley Snework&Utilities P O Box 250 15107 P 785.836A646 12321 222nd Street Danny Drown Ran Mader CIPP-KS 1/15116 Quik Trip pO1S7P M 421,59000 1001i.. 425 8' maryconleysanduftmail.cam Linwood.K566052 EI Dorado,KS Alan Slough,Sub to Nowak Construction Company PO Box 218 15108 SS 5y51em Repair&Rehab P 316.7948898 200 South Goddard Rd Danny Br Randy Maine, CIPP-KS 5/20/16 $13,311 00 100% 386 B' a1ar@nowakconstru0cm cow Goddard.Kansas 67052 Contra Cow County,CA Randy Lepben,MI View 5air Lary Disarct 3800 Arthur Road 15109 2015 Sewer Rehaind tanon Plu Lct Conran No 11. P1152284218 Jarmann Frazer "udd Chalk CIPP-CA 5/71/16 $199,17225 100% 1R52 5'B' 1 Contact Email randy IePOen®Icc-inc corn Martinez,CA 94553 Page 15 of 42 SAK CONSTRUCTION COMPLETED PROJECTS UST VP Job 0 P4yel NAotr Otr ArS COWACt IR%f t OM ANlaee cas"Piew Or OVA~ PUMM F,AwYIIIR CerlMa Cu I oym Fred WU.Metropolitan Water Reclamation District of 15111 Chicago,IL Greeter Chicago 100 East Ene Street Glanbronk Sarrtary Sewer ReAabartacion,NSA Conr 14 061P 312 751 4025 Chicago,Iinois 60611 Jeff Hum Dan Svidrak CIPP-IL 278117 $1,205.742 00 100% 4397 18',21" Fredenck WuQmwld org L—,NJ William P Hell,Evng-Lawrence Sewerage Authority 6g ahead Rd man-15114 Pr-et.,, 5—,1,kc 5r',.r.n P 609 5674061 Chad Rusher CIPP-NI 421/16 $262,82700 100-A 1733 16" k email not an car it Per M Rhonda 2 23 16 Lawrer ill-,NJ 08848 Rho.,% 15116 Kansas City,MO Khoa Nguyen,City of Karl City 4900 East 63rd Street Dann Brown Ran Maher GPP-MO 721/78 21',3r.36',66'.sr.70'. walnut Srreet Sewer Rchah IP......rye 8100.652/079) P 816 513 0264 Kansas City,Mcaoun 64130 Y Randy 55,668.600 00 100% 4785 khm nguyen®kcri aril San Frlwiseo,CA David Butler,Sub to M Squared Construction,Inc 15117 .2621 Pavement R.....en and Sewer Replacement San lose,Gun I P 41S.6616902 127820th Ave,Suit,C An Johnson Todd Chalk CIPP-G 725116 $81,59/00 100°A 265 1T 78" Corbett Contact Email-david@msquaredconstruction com San Francisco,CA 94122 Sea Fraic ars,CA Chns Wallace,Sub to M Squared 127820m Ave,Suite C 15117 01 Jarnwnn Frear $odd Chalk CIPP-CA 412/17 $34,500 2262) Add'I @ Rard.11 SI P 415.661.6902 110 100% 59 119' Chmpmsq-69coon San Fraraaw,CA 94122 olprrri IL Tim Ahrens.City of Columbia,IL 110 Wast Send Bank Rd 15116 2015-20165—laryCS—ir L,n a Rehabiktauon P,oven P 619 281 4264 rtz CoNmbia Illinois fi22&27315Jeff kkDan Sw4drak CIPP IL 411116 $47,12000 100% 1991 8" tah.rsaccit"bfailhnais coon 015 Rantoul,IL Peter Paso i Rantoul,IL 200 W Grove Ave 15119 2Sewer lin P 217 892 6526 Jell Hrtz Dan Swid.lt CIPP IL 3/29/16 $125,51485 100% 4317 B`10".12 ing pro,ect PpesseQ.yramaa cam Ranto. l,IL 811966 Queen Cnaek,AZ Skylar Roussel.Sub to Hunter Cortracting Co 10f N Cooper Rd 15120 Amt Sewerhre P 480892.0521 Gdbi AZ 65233 J.—Bonner Brian Ackrrmn CIPP-AZ t/4116 S39,40000 100% 450 12' skylen0hunte—nit—brag corn Oak—,MD Arel an Nicolau,Baltimore City 200 N Holkday St,Room 305 15121 SC yr:ln,t,i nvertient„o 5.,rvtary Sewer—-.R0/aro Along CYesterneld A,.,,, 4103963440 Baltimore,MD 21202 Chad Rueter 04.11 CIPP-MD 12131/18 $5,778,09967 100% 11370 8' --E Run Sewer.Aed ...Iran...4inabalturt—ily go, Rhoads Ginsan,MO Geis Helm.Sub.Helm Phunbi 15122 P660 5254290 217 West Mien StreetDanY�ov� Randy Mather CIPP-MO 3110116 $14,69000 IOD% 186 12' Franklin Street to Green Street Gravity Sewer Replacemsrt - Clinton,MO 64735 tel mplu tubing@ambo rgmail.com Dan&gdri Sub to Arhen-Gardner Construction, Ism Peoria,AZ LLC 550 S 79th St 9eardAri Road segment 4 P 480.940.1300 Chandler,AZ 195226 Andy—Joh— Brian Ackerman CIPP-AZ 225/16 $91.50400 100% 502 3D' dbrod—k@arhen Fom Nicholas Hoyt,P E.City of Lawrence-U6Ir8os 18003 01 taw.rrm,KS Department P 0 Be.708 Denny Brown Randy methal, GPP-KS 4713117 $1,455,370 00 100% 44649 19".40112%t5',21'.24'. UT15G82015SSRehabi1r,it,or C'P�,o.c,t P 765 8327882 Lawrence,KS 66046 30`.36• nhoyto—enceks org Tem Martz,Sub to Doug Veerkamp General 16006 Carson Geek EI Darado Nib,CA Engineering,Inc 2585 Cold Springs Read Center 5itelmpruverremt P530676002S Plaeervdk,CA 95667 Jarman.Frazer Todd Chalk CIPP-CA 2129116 518,000 00 100% 200 12" terri martr@dougveerkamp com Stockton,CA AN Gharegoboo,City of Stockton 425 N EI Dorado Street 18007 Primary Influent P,pe Repan,+a 192tl79 P 209937 8787 Stockton,CA 95202 Andrew Johnson Todd Chalk CIPP-CA 321716 $65,00000 100% 125 48" all gharegozloo(O a slocklon ca us Kris Finger,-led Government of Wyandotte Is= Wyandotte County,KS County,Kenaea City,KS 701 N 7th St Rin 712 8'-10',12'.15',18'.24', 2015 Sanitary Sewer Rehabilgetor,&Repair,Cornact 2 P,o;e:t l 7.b187 P9135735422 K--City,KS 66101 Danny Brown Randy Mather CIPP-KS 973&17 $1,74571681 100% 28079 30-,3r khnge,Qwycokck org Page 16 of 42 SAK CONSTRUCTION COMPLETED PROJECTS UST VP Job F Plgj}rA Nana Oaoo'a Contact lnblwrllen Address $Upar*dmdard Pmjaat Typo Canpieted Drab �aP� Psacerd Fouf.pa '3lMrMa.s M..Q r Am." Ca Mb" ConPMa FWaNanM,NO Danny Hance,Sub to Hance Construction 16009 P 3149740034 146 E Fritsch Blvd 550 North County GaraY.e Wentzville,V10113385Man Him Tim Buasen CIPP-MO 9,1 5.'16 516,275]6 1 CO% 600 6" tlanny@hence-cons[ructien.rom Union Sanitary District,CA Chins EIkoB,Urian Sanitary Disbicl 5072 16010 Alva ,-Niles Road SS Rehabiluatinn Prnjert(9800.437) P5104777605 Union City ac,CA Road Johnson Iodd Chalk CIPP CA 11/1/16 5324906199 100% 9316 8'27'30' ohne ellio8@unionsannary com Iqbal Aulakh,Cahfomia Depanmcnl of 1601 I Caltrans,CA Transporlaoan 1727 30th St (Minor B)Contract No.10A3768 Project 10 1015000070 P 209 3336958 Sacramento,CA 95816 Jarman Frazer Todd Chalk CPP-CA 9/7/16 $100,47750 100% 306 10'.24" Iqbal z0ahkadot ca gay KS Eric Vossman,Sub to McAnany Construction,Inc 16012 2016 Mill and Overla 15320 Midland 1i Y y Mame, CIPP y P 9136315410 Dann Brovar Ran P KS Z/14r17 161 00 100% endo@m<znanyconstruction com Shaxnee,KS 66217 $2112. 1093 117",21 2V,30".J6'49" Mike Robarge,Wheaton Plaza Regional Shopping 16013 Wheaton Plaza,MD Center 11160 Veim Mil Rd Jush Grote Bnb N Beaton 5turin S[stem Resloratior Wheaton,MD 20902 Guackenbusn CIP, Mi) 4/9/16 $89,56800 100% 256 36' Y P 240 669 0336 mrobwge@weatfield com pip.College Station Tx Ruben Bernal,Texas A 8 M University 600 Agronomy Road 16014 1--1 ut 3000 I0'd iometer concretr!.sanitary sewer P9798454614 1371 TAMU Mike Stubbs Jimmy WA CIPP-TX 4119,16 $33,48400 100% 216 10' Tbemal@temu edu College Station,TX 77843 Lyon.,KS LP City of Lyons 201 West Main 16015 Mun'ici al Sewer Line Project,2016 3054 P O Box 806 Denny&over Ran Mame, CIPP-KS 9!7/16Plrroka org Lyons,KS67554 $34OSB40 100% t1 G4 8-SL Louis,MO ae onra Ing,a 34S MaNW Aterau S.M. 16017 SLU NRH 02 Project 00831501S4 0142 302 Man Hl.z Tim Busse. CIPP-MO W16116 $37,100 00 100% 90 24" Webster Graves MO 63119 Du ,IA Denis thrig The City of Dubuque 16018 �9� Fv16(CIPP)Sanitary Sewer Lining Project P 563 589 4270 50 W 13th Sl Jen Him Dan Swidrak CIPP-IA 6/25/16 $440 344 00 100% 12784 N'10' 1N'dihngcityofdubuque org Dubuque.IA 52001 Los Gales CA Nan Kam,West Valley Sanitabon District yuaks Avenue '.6019 toe Gatos Creek T, ik 5ewuy P.chabdji,4 on Pro ecl P 400 385 3030 100 Easl Survi Jannenn Frazer Todd Chalk CIPP-CA 1/16/19 $186 212,7 40 100% 6}98 15' 18.21.27' Akamaiwes Nalleysan org Campbell.CA 95008 - - Macon,MO Jack Austin,Macon Municipal Utilibes '6020 Sanitary Sewer Une Rehabilitation PE 62369 106 West Bourke Macon,M06352[ Jen H'.rtt Dan Swdrak CIPP-MD 6/15,16 $114,'4800 100°.: 1807 8'24"3h Contac/tactEmal.N!A Ed Dorado,KS Gary Taylor,City of EJ Dorado 16021 P CIPP KS 5/20116 $x1 316 323 5621 220E tat Avenue Dann dy Mav El Dorado,KS 67D42 yerown Ran c, - 08000 t6o 616 15' gtaylor�eldoka com LeraylwoMl KS Spencer Foster,Sub to Linaweaver Construction 16022 P 913.351.3474 719 Gilman Rd Dann Brown Rand Mather CIPP-K$ 6/12/1] 5120 424 25 700°0 2434 7'-15',/8' 2015 Sanitary Sewer Rehabilitation and Replacement Lsrrsir,KS 66043 y y tpencergilinawNveNcom Far'Blue Tx Tony Marquez,Sub to Vemac,Inc. 60`4 P915566,1911 El Poo Grande Andrew Johnson Brian Ackerman CIPP-TX '-2/31/16 $1.544 40b 70 luu% 32848 6'8',10',12,15" Fan Bliss W ate, C PP Please IJ EI Paso TX 79902 tmarquex@vemac us SL Paul,MN Richard HJelle,Metropolitan Council _ - -.- -- 16025 90 R,be,l Street North NAI Renabildanon-Phase 10 Contract Number CgmaR Emmailail 1 SP304 P 612 3263Saint Pau1um Paul NON 5 01 Jeff HDan Swdrak CIPP-MN 7/30/16 52.366 210 02 100% 3714 36"42" Mission Woods,K5 John Sullivan.City or Mission Woods 4700 Rainbow BLVD 16027 P 913 432 1550 Shawnee Mission,Kansas Danny Brown Randy Mather CIPP-KS 5/10/16 527,103 50 100% 321 '6' o-.„*., ,.•r icy a�rms F,F john sulivan(dwes[wnodlis org 66205 Page 17 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST wJesB PpggelgMLM OwMtaoattBaetBtlerltlMkn AdBlerCOW~ raw"BepwMMlAaet � Two ceMlisiodDoof Jla � OfggtlBre Bill Reno,Sub to KC Heavy 16028 Lenexa, P 913.845 2121 19125131..Avahue Do"brown Randy Mather CIPP.KS 9!30/17 $336,547 00 100% 4216 /2',1S',1B',21',24-30', Post Dak Drainage Improve.nen[s bill renolksh Tongarwxie.KS 66006 38• vymn.com SL Louis,MO MSD Justin H uelsnann,Sub to Budrovich Excavating 16029 ( P 314 892 3030 10328 Lek.Bluff Br Mao Fitt Tim Bassen CIPP MO 716176 $28,62675 I00% 402 S Manchesrer De.Peres ClPPgcaote Ihuelsmann@budrosnch.com Sl Lou.,MO BJ123 James hknte,Sub to Magnolia Underground lam Memphis,TN Construction,Inc 2898 Cayce Road Jeff hart Dan 9widrak CIPP-TN 4719176 5157,475 50 100% 320 42' Magnolia,Ditl tnn Hwy 51 Emergency Sewer Repan P 901.238.7985 Byhaka,MS 36611 Inwelpmagnokaundarpouna.m Whealing,IL Lana Rudnik,Village of Wheeling 2 Comnsxhily Blvd 180.13 2016 Sewer Lmmg Protect Cor tract P 847 279 6912 2 Cts IL 60090 Jeff Hirt Dan Sllidnk CIPP-IL SUMS $145 SW 50 100% 5294 8'.10' Iru inikekMeNingi gov l O'FNlon,MO Kimberty Pierce,Sub to Byrne&Jones Construction 16034 P 314 567.7997 13940 Lock Chanes Ra CiMan Hirt Tim Bassen CIPP-MD 71&16 e Matgap West-at Sink Hd[R, St uis,M0630443044 $32,50000 100°3 710 2/' kpiertelbymeandjarres.com Nam ChaMston,SC Janed Joi Nawe North Chadestan Ser District PO Box 63008 18075 Cam bired Inter ceptor Phase 5,CI PP Sannary Sewer Rena b,lita bor P 043 764 2649 7725 Sol Rand Glenn Speeds Leo Calvado CIPP SC 4127117 86,142,92429 100% 8243 60',66' jarredloneslncsd scam Nath Charleston,SC 29419 Crave Cnaur,MO MS Justin HuNsmann,Sub to Bucirowch Excavating 16036 ( g P324.892.3030 t Lous,M20 Lake Blu3U Mail Hirt Tim Bassen GPP-MO 6715/16 $19,57500 100% 50 B- Th,Grove-CIP�:m,ng jhuelsmannlbudrovichcam Sl Loug,M06]723 Brooklyn Park,MN Jan Wai City of Brooklyn Park 52M 05M Ave N 16037 2010,arye Sarrtary Sewer Lln-ng vro,cc P 793 493 BOOB Brooklyn Park,MN$5443 Jeff Hirt Pan SWdrak GIPP-MN 7/8116 8892,45000 100% 5435 24',27' for v,etson®broold ripark ag Shawnee KS KS AbortmKew Seean.Sub to Amino Brothers Co.,Inc 8110 KePave 18038 211.'v mwater Npe Revau P 913 334 2330 P O Boz 11277 Danny Brats Randy Mather CIPP-KS 7130116 839,89400 100% 265 12',15',18' allaminobrm coin Karhaae City,KS 66111 Gilbert,K en Tom Foley,Sub to B&F Contracting 11011 Nardi 23rd Av I60J9 Gree bAcs--4 S,nkh oie&I—Mau a.MW6i.on P 520.2621264 Ph—.,A2 85028 Ye James Bower David Burbank CIPP-AZ 4l2B116 872.000 00 100% 177 30',48' tomf@ bfrontracting_com Lake St.Laois,MO Man Juelker City of Lake St Louis 307 Parkway Industrial Dr., 18040 taKc St I.nuis Rwn rlv✓Immy, P6366954221 Lake Saint Louis.M063367 Jan Price Tim Bussen GPP-MO 7114118 847,27200 100% 153 42' mkrlelkenel.ske5akh&oun coin Jeff Anderson.Sub to Las Vegas Paving Caporabon Lars Vegan,NV 4420 S Decata BNd 16041 Flamingo Corr,cor improvement 702251.5800 Las Vegas NV89103 Jarman Frage. Brian Ackerman GPP-NV SIB/t6 825.25800 100% 350 10" ;M.anhrsmlMweg+1 W nPB.[an Alan Bough,Sub to Nowak Construction ton16042 'himI(5 5`RehaC Prase: P 316.7943898 200 Sall Goddard Rd Denny Gown Randy Mather CIPP-KS 1017 $57,577 20 100 68 8' % 25 ,B•Goddard,KS 67052 elan@nawakconstmceon mm Liberty,MO Scott Woltns,Sub to VF Anderson guilders,LLC 16550 East 227th S[ 1604) Downtown Ldberty S11e11ape Pem .9B52 Harnsonvile,MO 64701 Danny Brown Randy Meller GPP-MO 6114117 827,12000 100% 1200 B' vfabu ilders@y@yahoo.<om Josh Roach,City of Lee's SumrNt Lae'.Summit,MO T�20 SE Green Street 16044 2C16 CPP,2014r138/2R PB16969197. 's Summit,MO 64063 Danny Brown Randy Mather CIPP-MO 11/14l1BT1.1,07950 100% 39781 0',10•,1T,15' josh roachacilyofls nal Page 18 of 42 SAK CONSTRUCTION COMPLETED PROJECT$LIST VP Job R Prq d Nasse Ovmaer,Ciestart Indn[[alion Address SuperYMsndent P-i Typo Canlpafad Doh CaffA�d Parosnt Footya Dla�s Maragar Amount colsOlaaa CnatrPlab Lee's SuanR,NO Josh Roach,CM of Lee's Summit 1604401 P 816 969.1970 220 SE Green Street 2018 CBPP,2014-13873R Lee's Sumnn,MO 6406] Uanny B— Randy Mather CIPP MO {/15!19 $919,81120 100% 35960 B'10' f2" josh roach@ciry .ne oFlst Mark Rad,lkbana 8 Champaign Sanitary District 16045 Dfba^a A Champaign Santhry,District(IL) (IL) 1100 E Un,ver,q Ave FYI Collection System Upgrade Pfojecr P 2173673409ext 1222 Umana,IL61802 Jeff Hit, Dan Svidrak CIPP IL 4r7/17 $802,14048 tUC% 4320 8' 12'21'33- mlradiQu-ced corn Maffllalt N KS Norm Francis,City of Manhattan 16U{5 P 785 587 4583 1101 Poyntz Ave 2016 CIPP Sewer LinmR SS 1607 Manhattan,KS 66502 DenV1y IN— Randy Mauler CIPP-KS 8718/16 5440.]78 70 101`0 20199 p" kancisn@cayofmhk cont NWO Newles.K8 Alan Slough,Sub to Nowak Construction Company 1fi047 P 316794.8898 200 South Goddard Rd CIPP an Goddard,KS 61052 Danny 8— Randy Mather CIPP KS B/25/16 S19,20000 100=0 577 8'10' alar@nowakconstruction cow Johnston,to Jamie Crubaugh,Sub to J&K Contracting 160x8 Cam Jod $anitar Sewer lateral Re P 5152335500 ant 12 1307 East Lincoln Way Oann Broval Ran Masher CIPP IA 1/30/17 P' ge V pair Phase.- Ames,IA 50010 y M $67,2x9 00 100% 1566 a- jcru bough @jandkcon[racting-Ia.c.m pr,�IA Sandy Doran,City of Davenport 16049 F Y 2017 Sewer Linin Program P 563 326 7756 226 Wast Fourth St Jeff-kdz Can Swidrak CIPP IA 4!i l/7 31.542 579 7C 100°0 52489 f0',12'.15'.I6'IS', Lining g sdorana[.i davenport is us Davenpod,IA 52801 24" Mama,CA Nick Jul.,Sub to Otto Conslrua- 16050 P831.252.6326 17172rdSt Ancreoh,s,, ,ad Chalk CPP i-.A 6/16116 DO lUU'% .oint Integrated VA/D00 Reallh Care Center Sapamend,CA 95811 w J $168,91,^. 790 30' nj ulo @oRot'onstruclionmm Douglas County.NV Kurt Matzo B,Sub to QB D Construction 16051 Cave Rock Ian nels °775353.7012 port 5 21 st St $249,17500 100% 1126 NOOT 3627- Sports.NY 89071 -armor,Frazer Todd Chalk CIPP NV BR9116 24"JO" kmatzotl@admnstruction mm Ca1tra^a,CA Stephen Muck,Sub to Teichert Construetion Lincoln 16052 l,htraLTNo 03-1F4004;Colfax 180 Truck Clim bing l are Eastbound 1-80 Lore,Ravine P916645.4663 4401 Duluth Avenue Andrew Johnson Todd Chalk CIPP CA 11/30/17 $396,20245 100% 5098 1B".24".30-.36'.98" UP to D 4 M1 East of Magra F smuck�[eichert com Rocklin,CA 95765 Avondale,AZ Jesus Jarstili sub to Degan Construction,LLC 16053 Avondale Olyd Sewer RehabiliUtbr Project]A P 602.795-6`'74 140Ph.eni.AZ SSAOv09 James Bower David Burbank CIPP-AZ 7/10116 S80,621 00 100% 883 24- jesus@degancon.com San Josa,CA Mark Sat rrio,City of San Jose 200 E Sante Gana St 5th ---- 16055 6COB Fourth Mayr wtercPpt0F Rehab Phase llB P 4081131517 Floor Tower San Jose,CA Ard—Johnson Todd Chalk CIPP CA 2/17/17 $3448 39200 100% 2894 84" mark.aaturit g.anjeseca 9ov 95113 Den,R CA Terry Joe,Cay o1 Davis 16016 15"Sewer,The Villa es at W Mow Creek P 530 757 5686 27 Russell Suite 3 Aha—,Johnson Todd Chalk CIPP-CA 6123116 $43,464 00 10C% 359 15' ryue@cdyofdavis arg Day.,CAA 9 95616 Cahrens,CA Azzeddine Benouar,California Department of 16057 Pipeline Rehab Services Transportation 1727 30ar St Jarman,Frazer Todd Chalk CIPP CA 8126116 578,50C 00 100% 1 DO 1 B' Contract N65AO588 P 916654 3968 Sacramento,CA 95816 anecidine bertwari ca goy Niasrallu Alan Slough,Sub to Nowak Construction 16058 Sanitary Sewer Rehab,Phase 11 P 316,7949999 2008 GoddardRoad Danny BRandy Mather CIPP KS 1/30117 $146,77305 100% 4884 S'to, @ alannowaucuo kconstrn.com Goddard,KS 667052 rews Las ri NV Joe Bastes,Sub to LV Paving 16059 7022515 600 4420 South Decatur Blvd James&Iwai Been Ackermal� CIPP-NV t 5754 940 00 1171% 2117 6'10' 713-us Vegas Valley Mant,01 and Pipe Rehabiidation-Package B Las Vegas.NV 89107 joe burtos@lasvegaspaving com Page 19 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST wJas9 Pty.sN9rr9 ow w%cadva YManrrYon AAbra9 *W-WYrA" PTwo n.oMkIYd6ikr Ann" cP919a1rr a9oobn Maslowlow Med—,CA Ellen Bitter,City of Madera Schnoor Ave Pipeline RehaL P 559 661 5472 Ma%deW CA 9M37 Andrew Johrrson Todd Chalk GPP-CA 6730116 $030,90000 100% 1581 24'.30•.42' ebitter@cityohnadere,com Moine,IL Dartel Preston,City of Moline Dept of Public Worla 18061 2016 Sanitary Sewer Linin B.Project 51250 309 524 2355 3635 4m Avenue Jeff Knz Dan Seidrak CIPP-IL 1229/16 $92,&97 00 100% 3023 r,110•.12' dprestonpmolim ilars Moine,IL 61265 Shawnee KS Roger Vuceman,Sub to Motu-ny Construction 160&2 15320 Ml P 913 927 666MidlandQ peon &ono Ran rU.Ivira Rc Rehab,3810 Shawnee,KS 66217 y sty Met- CIPP-KS 327117 $24.%9 00 100% 327 15',18' rageN�m[ananyC°nSLNRIan COT 1--,KS David Kiss,&,Sub to Kissick Construction Company 16063 P 816 363 5530 8131 Indiana Ave pain Brown Rat Mather CIPP-KS 6115116 513,50000 100% 192 9' aU Memorial Drive Kansas City,MO 61132 y d k issCk�9klSSKkCA.fDm Fresno,CA Bill Hen,Gry of Fresno 16064 F St&Santa Claea St P 559 6215614 1721 Van Netts AverfJamann Frain Todd Chalk CIPP-CA 12/9n6 $211,987 W 100% 935 /6' Project I 0 F11-001" bar h—IMfesrto gav Fresno,CA 93721 us 16(065 Newlon,KS Inc 9801 West York St Denny&own Randy Mather CIPP-KS 8170/16 &14.87000 101 220 8• Miuerniun,Meth— P 316.292 0994 VYwilita,KS 67215 Prean,CA Bill He City of Fresno 1721 Val Ness Avenue 18066 RCD0161,t Church Ave P 559 621 5614 Jamearw Frazer Todd Chalk CIPP-CA 61116117 $1,889,854 39 100% 5320 70' bill hernal esno goy Fenno,CA 93721 R—ilb CA Geroge Hanson,City of Roseville 1fi067 ;1705203,Maris &Bernice Alloy P 916 746 1764 2005 Waop Cirtle Vn v RosevOk,CA 95747 Jamaw Frazer Todd Chalk CIPP-CA 729116 $18,50000 100% 120 6 ghanson�rosevdle re us Ledri KS Mag Gipte,iSub to Kansas Heavy Construction,LLC 16068 913 84S 2121 19425 Shote Avenw Daren &own Ran Maher CIPP-KS 123117 $130.18100 100% 741 15•,17.46' I.icnterauer CVP Repel, Tongarg0B6gie,K566y mattgnPkalbltshvycon Com CA CO.-LaChapelle,Sub to Bay Cities Paving 16069 Moral Full Depth Reclamation Projecta.nle5t No CB306 P 925 446 6004 1450 Civic Cl,Bldg 9 400 J.—mit Frazer Todd Chalk CIPP-CA 6,13116 $37.55200 100% 112 24' . Concord,CA 94520 otl@baycities as NV Tom' Robert Nelson,Sub to Fisher Sand&Gravel Co 16070 J.6.uncton JS 95 West o1 Millets Parts N00'Contrutt 43fi28 Project n51 006 1 P 702 929 3157 1302 W Drivers Way Andrew Johnson Todd Chalk CIPP NV 1124116 31,426,035 00 100% 9473 18',24',30•,36" (034) Tempe,AZ 95284 &v*Pd05-1 103',) melson@(herind... San Francisco,CA Mike Fritz.Sub to Hernandez Engineering 16071 want,—ghn A,nn,,,v, Heights l,nrnrrs I—,Renlamaenr P415.824.4731 850 Rankin St Jamam Frazer Todd Chalk GPP-CA 6114117 $479,91400 100% 2039 tY,116•,1r.3'a b' ,nc avemenl Re,-at- mrk< nanatlHlnpnaerung-mm San Francisco,CA 94124 16072 San Antonio.TX Nathaniel Vvdell,San Antonio Water System 2800 U S Hw'y,281 North 1S-4510&15-4512,C 13 Broadway 210-233-3135, San Mlonfo.TX 78212 Jarmenn Frazer Sri-Ackerman CIPP-TX 6131117 $I,{72,546.34 100% 11937 4Y.49' rwthanlal sirdall fall Decekar IL Darrel Freston,City of Moline 91 Gary K Anderson Plan 16074 2016'renchless Long siring RPpairs Cut,Projecn 2016,28 3095242355 Decatur.IL 62523 Jeff Hirt, Dan Swtr)rak CIPP-IL 111=16 3417,74710 100% 16854 8'.10'.12'.16' dpresto,@moline it us Godfrey fin IL Contact Name,Sub to Willman Construction P66 Wood River Refinery 16075 cnillips 66 Wood River Refinery Contact Phone Number 27199 State Wgheay 3 Matt Hertz Tim Bassen GPP-IL 10/301/6 $27247500 100% boo 24' Contact Email Godfrey,IL 62033 Joseph Frank,Sub to Robert J.Frank C°nstrurtion, 1fiD76 GNdaw CA Inc. 2806 I.,—Rd Caltrans Minor B Contract P02A1541 Cedar Pass CIPP Liners and CO-rt Rehah P 530.222 1409 Rodding,CA 96003 'Andy—Johnson Todd CM191k CIPP-CA 625116 $72,]60.00 100% 270 24' rolawr rank—tructs"Inntmall zom - i Page 20 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LISP VP Job s Pirell N— owwrs cebtaa Inton—tion Addttkss Sup.6fttsdall t Typa Canpkslsd no. C«lmo DIM'IWn Matt Veerkamp,Sub to Doug Veerkamp C CA 2585 Cold Springs Road V—ka, 16077 03iH7704,Doug Veerkamp,16-V21,Mwy 4F• P 5306760825 Racerville CA 95667 ..a,rnnnn Fra],, 'odd Chalk CIPP-CA 8726116 $8530000 100% 561 30' matt veerkamp@dougveerkamp com Jane Warren,Sub to A&W Maintenance,Inc. 16078 Knoavilk,TN Subudiary of Warren Environmental 137 Rne Street Glenn Spea,s Deborah CIDP-TN &17716 5732,60000 100% 30D 36' 16-1949,KUB 2rd Creek P 508 947$539 Middleborough,MA 02346 Bartley Jane@warre nenvacl,com 18079 Nashvise.TN County 8002nd Ave S Glenn wears Deborah CIPPIN1/3/18 55,867,00000 100% 44664 B" 10',12' 15'18.21' Cowan R,verslde RaFaburta Oun. Arca a Pages R,a 1 P6 4922 Nashville,TN 37210 Barney 3U' Dale Ship,The City of Rchmuntl 16080 RieHrwnd,MO P 816 776 5304 205 S'�1 SbM Danny Brown Randy Mather CIPP MO 1130117 $129,538 07 1 C0% 4072 B" Sanaa ry Sewer,inmg 2016 Richmond,MO 64085 dshpp(�ciryotrlchmontlmo on; Chattanooga,TN Dennis Malone,On,of Chaeta npo9a Department of Public Works Deborah 16081 Canur Street CSCII I c:,ul:,,l%.-� .,"",nd.•:,r„, P 127643 7230 1250 Markel Street Glenn Spears Barney CIPP-TN 2'31116 $327.829 J2 100% 302 2A' Con hest No W 09 U!, tlmalone(dJJladanooga 9ov Chadanooga.TN 37402 Stephen Oecker,Sub to B&B Underground 4050 Westgate Avenue 16082 Lake Mfostln,FL Construction Ra ldy 1 epical Or.ve and Ba rtor Roao lnlrastn.cture lrr.cr..�nry:, Suite O, Angle Miller IT Psbmugh CIPPFLIrl?'1i� $121,62080 100/_ 4736 8'.95” P 561-249-0341 West palm Beeth,FL 37409 ,decker@bbuconst mm San Franefseo,CA Stephen Harty,Sub to Harty Pipelines 4085 19th Avenue 16087 Specification 24b5: P 415 585 6023 San Francisco,CA 94132 Jar-nano hazer Todd Chalk I -1P-CA 9'14'16 $32,900 CO 100".':. 126 12" Vano,:s Locations P-um ere Per ovation and Sewer Re pl d cemerT Fart,stephen@yahoo com 8elkrRle IL Ron Stuckel,SL Clair Township ton tS East Washing 16085 N,sc Sanitary Sewer 6182348898 Belevifle,T62220Jr.'H h,rTi Jan Svadrak CIPP IL 11129116 $7787500 100'6 7115 8' con stuckel@Pugin cam Lakeland,FL Contact Nam,,City of Wkeland Gly Hall 16086 24'CIPP Lmmg G,dhn Roap IVHBU083-6JO;t21,�alev„e(IN•r ouUA2 P Contact Phone Number 220 South Alassatynmem.rive Arnrr Mdl.r Randy CIPP-FL 9/19116 $8835450 JOG%, 325 24” 6008113 7 1298 00 Contact Emad Hansdrw9h Lakeland,FL 3JBU t Bob Van Gyseghem,City of Geneva 16088 Geneva,IL 630232 1551 1800 Sous)Street Jet;IUr11 Dan Svndrak CIPP-II 1215116 $211,167 00 100°6 46/6 B',17.15'21' :015 SaT,ta ry fewer Lining bvangywghemQgeneva it us Geneva,IL 60134 B Tim W lsun,city of SI Charles Two Fast Main steer 16089 2016 Sewer lrninp>rn,r:rt P 6 03774405 SI Charles.11.60174 1-1"rU Uan Svldrak �. �_ 11,18/16 $426,6 rO CC 100% 4387 12"!B'.21'24'27' tvnlsonig,nh/desk gov Nn Gumm,City of Batavia 16090 Batavia,IL 200 N Ha ddant Rd 10165ewer.ming>rujecl 8304542750 BataNe,ll-60510 Jetl r+.'.rt: Dan Swidrak CIPP IL 11/18n6 $192,670 C0 1c0�4 5068 B"IC' t2' t5' Ignmmar".Poetevle net 07.Job.MO Be,von Harz,City of OF anon 100 N.V1 A"M motet 'No' Cinnamon Teal Ur Smrm Water Unmg P 636-3795513 O'F4on.MO63366 Main Hint Tim Bunsen CIPP-MO 11/21/16 527,984 00 IGC"': 194 30" bvartarz@pfalbn mo as Joseph Frank,Sub to RufrertJ Frank Construction. 18092 CaRms,CA Inc 2806 Tarmac Rd Jarmann R— Tndd Chalk CIPP-CA 9126117 $39 250 W 1 CC% 103 18'24" Caltrars Conhacl a l0A1769 P 530 222 1408 R,dding,CA 9607 robe jhankconsrruct,on@hotmad corn Cynthia Moeller-grass,City of Shawnee Shawnee,KS 11110 Johnson Drive 16093 Klohn,on Drive Finer 1 „, P 913 7426236 Shawnee,KS 66203 Danny Brown Randy Mather CIPP-KS 1128116 $101,51075 100°� 130 54' genu engpper kripili 411a,1ne ks W Buflab Grove,IL Kyle Johnson.V,Ilage of BuRaln Grave 50 Raupp Elva t 16094 0474592",, JeX ll,rt_ Uan Svadrak CIPP IL 71/16/16 $21641625 1004;: 6'J31 201E Sewer Ururg,PF-7 'tonsonavbg a9 Buffalo Grove,IL 60009 'age 21 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST w lobi ProNet Na n. O.Bw/a CenYe4 Ytbrstwon Address l.perYklknNk{ .1 rAm Caloaged pW Awmad C � � pynsgW 18095 Borsrser Spring.,KS Ron Wyatt,City of Bonner Sprigs PO Bo.36 Wastewater CPP 2616 P 913 422 0117 205 East Second St Denny Brown Randy Mather CIDP-KS 2117/17 $60,527 70 100% 2658 r bonnerweter®borksarapmgs org Bonner Springs,KS 66012 16096 New London,MO Mark B,—,City of New London 419 S Main St 573221 0020 .ewer SYsterr Improvements fonvact( Sewer Mair L.nirgane Grovnrg New London,M063459 Je0Na2 Nick Pryor CIPP-MO 17/1/17 $1.018.504 00 100% 30701 mcb�ldingner mm Foo Lake,IL Aaron Berry,Village of Fm Lake Fib T hillen Lk 16087 1016 Sonnei/Sewer Cleamr &Limn,I' 6305870470 Jeff Heitz Dan Swkdrak G 835 PP-IL 11/25/16 $82,73750 100% 2 8' 8 e.barryQtaiergr coin Misfile of I'm Lake,IL 60020 Niton Naiad,SC Mike Eury,South Island Public Service District 16090 Lwrw aehmMatwn P 702 271 7630 Hilton Head Island,5C 29928 St M9e Miler HxWr�isgh CIPP-SC 920/17 $1,217206 00 100% 13719 8',12' Contact E—IM!"k-yocarolo coin Mark Dalmau,Sub to BLD SLLC Curedlry%ace wipe 18099 PWn City,e %--P 305.7462950 2424 Tyler Street Randy CIPP-FL 12/15/17 $49093200 100% 20212 8'.12'.24' markd@bldlk.net Llnmg M Millin Kenner,LA 70062 Harshrough Bolivar,MO Jerry Hamby,City of Boliver 345 5 Main Ave 16100 Sewer Rehab P 417 327 2494 Bdiver.M0 65613 Danrry Broom Randy Metter CIPP-MO 9/6117 $150,24690 100% 0561 8' jhamby@bbolivar me us 1610001 Bolivar,MO Jerry Harrhy,City of Bonner Main Ave:,S Sewer Rehab,2018 P 417 327 2494 t3 3445 5M06561TBD Nick Pryor GPP o-M 1116/19 $131,30700 1DO% 5709 B' jhambyCbdivar mous Ci arlea on.y9V Jews Alters.tlioulw E.Brieatnp 100 16101 Contract el-Poli(Lick and Coal Fork SS Inflow and infiltration Remediation P 304 343 7601 Charlest�NN 25306 Dmi Chad lusher Quackenbush CIPP-WV 9/3Wta $437.58000 100% 11767 8' jaldenalreasha eng coin Anthony Tones,Sub to Granite Construction 16102 Caltrans,CA Company 715 Comstock Sheet Hwy I Buena vista Drainage Canrans PICS-11 P 831.750 0421 Sent.Clara,CA 95054 James Bawer Todd Chalk CIPP-CA 10125/18 f]80,678 79 100% 1517 10',]0'.36' anthonv tarresfliagdnc�m Tam Piccolotb,City of Daly City Dept of Water and WaslevmM 16103 Ody CRY.G P 650 572 9019 Resources Jar—rn Frain Todd Chalk CIPP-CA 11/8/16 $379,00000 100% 720 2T Rehab of 27"Feral Effluent Force Main 1piccaloltikOdely<dy og 153 Lake Merced BNd Daly City,CA 94015 PkteYs Park,FL Dave Floyd,City of Pinelas Park 16104 Renewn n.',�,r..r,l;,i;t a,tnt7 Ar,n„aI P 727360 SM P0000001N SVM inatas Park,FIL 3N9rOs Angie Miller Stan Krause CIPP-FL 4116/10 5549,99445 10046 18777 81,10' dfloyd®pinelituej ark coin Mt 3781 Jul. TN David Ward,Sub to SOW Construceors LLC 16105 �' 865-306-2788 Contact Phone Numher 107 Teny Laine Brian Harmon Oeboreh CIPP-TN Y13/19 5214,25780 100% 6261 8' Rov,�I Oaks urea Sewer Ref-ab,l,tation P,ojecl for is o Cny�`Ms.isle, t Cotontown,TN 37046 Bartley Contact Email:dward@sbwconnructors coin Hartford,CT Themae Robtass,PE.7ne Ma.oppMai District 16106 Rehabilitation of the Rocky Hill Outfall dip Rocky Hill hltercep-Co ti—Numb,, 060 270 555 Main Street Matthew7580 a 1381 Martlord,Cl'06103 Bill Seibert W,os0s CIPP-CT 71/7175 53,772430 OD 100% 8227 38,39' 20168-04 trabbiriaetltemdc,xm Mobile,AL Eliot Vitiate,Constantine Engr 16107 2016 Small Diameter Gr dvi ewer Cured-m-Place Rpe Project P 251 649 9655 60 Springdale Blvd. Angie Miller Humndy CIPP AL 211118 S2,035 552 50 100% 76835 8',10',12',15' MAWSS Project No C100316 22 eMdteatcgeng coin San F—isco,CA Finbar Brody.Sub to Preclslon Engineerlrlg,Inc 16108 SUN:./Bernalneight-,/txceld(Distracts Sewer Replan,—t.rad ilavemeni P 415 6214882 1039 Newcomb Ave J.rmann Frear Todd Chalk CIPP-CA 7/10/17 $373,59000 100% 535 3'.5' Ke-,;awn,Contract No WW�624 FbrodyL9predsion-engineerir,g4nc coin $an Francisco CA 94124 81.Peh7a,MO Ryon Lazier,Sub for Gershenson Construction 2 Tnill Drive 16108 Mid Rivers Mall Drive Right Turn Lane' P 636-549-0199 Mat Holz Tr.vla Janet CIPP-MO 3/2J18 g improvements Esaeka, $71,00400 100% 358 12' ,lazierflogenshertson roan SAK CONSTRUCTION COMPLETED PROJECTS LIST VP&M8 roulw NMlta Oadeses Daalsct Moroob w Addtsss luprYlrngglkl ' 1t T"m peMPlgr pay GaNt11a/ Pa. AaAMN 0rw00 eansya ok"ob 6 Jack—irilk,IL Contact Name,City of Jacksonville Now 'own Brook at Wesrown Forc nno Delanev Drive Western K-11 Subcivision Samrary 217-245-4146 200 West Dougtas Avenue Jeff Him Dan Swidrak CIDP-IL 1122116 Sewer Unlrg msanXQbeManassociates com Jacksonville,IL 62650 $32,125 00 100% 515 8',15' 16111 Oakley,CA Kevin Coggins,City or Oakley 3231 Mom Street 8athel island Ruec Cullen Rarabercanon P,6j P 925 625 7155 TBD Todd Chalk CIPP-CA 927/16 $59,600 00 100% ata 46' CaggnsQci Oakley ,ca us Oakley,CA 94561 St.Louis,MO(MSD) Steve Welnlck,Metropolitan STL Sewer District 16112 ket Street Lem,y Public,)/IRcoucrionl2017I-CnrI(110500151;Contract 0)tAl2 P 314 768 6378 SS3Lova,50 rMO 63101 Matt Hirtz/John Ria Travis Jewels CIPP-MO 10mill $1,959,247.71 100% 25122 0',10'1r,15',18',21 swNnickQaamsd com 24 27",30',42" Dollar!of nomowmd& Fairfax,VA S an Fatah,County of Fairfax Material Mgt 16113 Sewer Lines&MI Rehab,Contract Number 4400007758 P 571 221 6499 12000 Government Center Chad Rusher Bob CIPP-VA 9/1/17 52,773,347,66 100% 2932 36',42'.46'.60' shaven fatahQfairfaxocunty gov Pkwy,Ste 427 Quackenbush Floras Chesterfield VA Motateir Easterbrook,Countyof Chesterfield 9901 Lod Road 6",18",38,Ir,48 60', 16114 Ashrun(—K ohnsnn crack&Beechwood Sewer Rehabilitation-Contract lc 1SCG ro 604766 sten Chesterfield,VA 23832-0001 Chad Rusher Quack-b. CIPP-VA 12/7117 31,341,96860 100% 3505 EasterbrookMQohesterfield gal 72•.96" Kirkwood,MOm S^wcrProsect No 1111213-011 1(MSO) Contact Name,Sub to Unnerstall Contra-rig Co 11213 Aus[in dace&Lockwood Ave Srnr 16115 P Contact Phone Number 2803 W Osage Pacific Contact Email Pacific,MO 63069 Mab Huta Tim Busaen CIPP-MO 3/117 $26,47700 100% 167 24^ , . Mrian Power,Sub to 1M9 Constmaion 16116 San Jose,CA 132 South Matxe Ave 'ublic Work,GEC for Sower Rapa,rs 2033.2015(Contract till P 650.2675300 South San Francisco,CA Jarman t Frazer Todd Chalk CIPP-CA 12112/16 S70,28000 100% 130 30' apower@jmbconstruction.com 94060 St.Louts,MO(MSD) Mike Crnxlriolo,Sub to Fred Luth 16117 Sherwyn Samrary Relief and pRecuctlon P 3147713892 516M.Ree Avenue Mail Hirt, Travis Jenels CIPP-MO 726/17 $24,81250 100% 350 6',8' St mva Wiob@fredmlualtam Emirsetce,MO Rachel Eyrtel,Suitto Donald Maggi Inc. 161M sawar Imnrovemen[s P 573.364.7733 E0mm3oni MO 65466_ Jeff Fkrt, Nick Pryor CIPP-MO 5/71/17 $57,43500 100% 1465 maggicrosttalgmaitcom Mon came Tknothy Patdsan.Village of Montgomery 16122 Pcarl Street SSttorm Sewar Rehab P6304666700 200N Riva 60St Montgomery, Jeff Hertz Dan Swidrak GPP-IL 820/17 3737,87100 100% 1294 21' tpaeeiweb ule-Qcom IL 60538 Joel Simpson.Sub to Sundt Const—ton,Inc 16123 MCR Jnt ry�occaaZrim(46051 480 293.3220 Tampa,2620 S 55th SI Gary Rodgers David&lrbank CIPP-qZ 1229/16 570,850 00 100% 545 24' jlsmp—itasonde com AZ 85282 San Jos.CA Jerry Sparkman,Ses Valley Water Distinct16124 llGma P4086703254 5750sExpress Away Jmmann Frazer Todd Chalk CIPP-CA 4/12117 $69,10000 100% 133 30' lam�rns.Ponds,Santa Clain valley Jsparkman@valleyswler org San Jose,e,GA 95116 Lake St.Louis,MO David Mather,PWSD a2 1612501 P 636 561 3737 Ext 112 100 Water Or Alan Stuhlsat, Lake St Louis Sewer Improvement Program Contract 2 O'Fallon,MO 63366 Tom Qualls CIPP MO I/1 L19 $12,36500 100% 70 8' dmather@wateroistrict2 com Cave,IA Jeff May,City or CIIve 2123 NW i t tth St 16126 2016/17 5nrita,y Sewer Lining Program P 515 223 6231 515.223 6231 Danny Brown Randy Mather CIPP-IA 4/17/17 $94.362 51 100% 4610 0' 1mayWityofclfve com Clive.IA 50325-3755 Karessa CMY O John Daugherty,Sub to Kissick Construction Co.,Inc 6171 Indiana Ave 16127 YiAJlc 91—Pha�c P 8163635530 Danny&own Randy Mather CIPP-MO 4/15/19 $398,45475 100% 6631 6',10•,72^,15',16'.21' jdougherty@klssickco com Kansas Gly,MO 64732 Sen Anton.,TX Carmen Groth,San Antonio Water System 800 US Hsvy 201 North 16128 Cast—lle Rd 48'DR144 P 210 233 3619 2gan Mlania.TX 78212 James Brw.er Strain Ackerman CIPP-TX 7116/17 52,429,780 64 100% 3830 24-,30',42',46^ Carmen GrothQseea org Page 23 of 42 SAK CONSTRUCTION COMPLETED PROJECTS UST VP Job MalaetRomaa o1nwscon"tY1kprllrYan Addnsa all pfblYlkdakR TWO C@1 1' 096 Pan" � MENM AR pyp� St Louis,MO Contact Name,Sub to castle Contracting 345 MarMall Aearar Sufi 16129 _adue�I,gk School-Sewer tinlnR P Contact Phone Number 302 Matt Hiro Tim Bassen CIPP-MO 1213116 $20,44250 100% 100 18' Contact Email Webster Groves,MO 63119 Michael Schraven,MetropoNan Sewerage Dstrict of 16130 Asheville,PIC Buncombe County,NC 2020 Riverside Or Glen Spears Rana CIPP-NC 729/11 $585,108.00 100% 3362 36' South 1-0,Blood lola—Pwr-L,n„- I,u,r<t rte_011.:13 P 628 225 8288 Asheville,NC 28814 Hana6rough Imchraver>anudbc call San Ramon CA Chris Dietrich,Sub to Garvey Companies 16131 P 925 8003948 1333 NW V@garney.comV—Road Jermenn Frazer Todd Chalk CIPP-CA 1221/76 $100,00000 100% 150 36' Crow Canyon ad 36'srarm Dain Rehab,lnx bon cdiet ich Kansas City,MO 64118 Clarkdala,AZ Wayne Debntsky,Town of Clarkeale 16132 928 6392525 P O 8.306 708 JamBower David Burbank CIPP-AZ K i,.y Rlvd 1r.`!JW'�1:.'w ri(IP.Rcl,nln��rcl�:rt Clarkdale,AZ 86321 7/10/17 $159,71200 100% 1776 12' - waynaAWrlakyOeWkealaaz 0, San Carlos,CA Eugene Carew,Sub to Bay pacific Pipelines,Inc. 1673] P 415 897.6958 600 Elm Sl Jarmrenn Frazer Todd Chalk CIPP-CA 4130/17 ..Phar(,panty Assurance;mprovernerr Pl,escl $16361000 700% 799 27" baypacp,pehnes@yahoo.cwn San Culoe,CA 91070 Modesto,CA Seylm Bary,Modesto Inrgoinor Dsbiel 1231 118r Sl 16134 y,ibne P. 1—netab P 209 Jarmann Frazer Todd Chalk CIPP-CA 11730717 $206,84800 109% 721 30'36' R Pe seylin savy®rrkd e,9 Modealo,CA 95751 Byron CA Rick Gilmore,Byron-Belhany Ingation District 7995 Bruns Rd .r 16'&IS'D,—t, riy::bor,Pipe, P 209 Antrew Johnson Todd Chalk CIPP 12718116 $196,N700 100% 1645 16'.t8' 16175 CWP r gdme,eabbid all ��.CA 9{514-7625 Fenton,MO Tom Sampson,Northeastw Public Seer District 1041 Gravois Road.Fenton 16136 to l N Romaine C r eek Rd L.mng p 6363435090 MO 63026 Jeff Hinz Dan SvAdrak GPP-MO 7/5117 $210.67800 100% 2334 IB" toms anortheast.—org Rick Kraszewski,Sub to DZ,Comtruacm Se as, 16137 Overland Park,KS Inc 9675 North-1 Court ,1,scnt.r,[i,re ClIP-1-19 of Sanitary 5,F P 246 2416670 Garkston,MI 48346 Danny Brown Randy MatherGPP-KS 5/24117 $16,55000 100% 770 8' rickk@daicontructiancom MN abs,CA Tim David,Sub to Sancti Pipelines,Inc .; I6-Ut 16138 P P4095591764 727 University Ave. And—Jd-- Tadd Chalk CIPP-CA 8725/17 $320,85000 100% 804 42' ,Calirnrma fops Los Gatos,CA 95032 [tondo vid @sancopipel ines.com S-A nkallo,TX Nathan VrdeB,San Antonio Waller System 2800 U S 16139 C13 Blood—,Lor rid.,Protect Sewer Rrhabilital—Package 2 C and 4.c P 210233 3135 San Antonio.TX 7829f!_281 2{9 James Bower Brian Ackerman CIPP-TX 11!7117 $1,803 488 84 100% 6825 18•,24'.33' Natha1210 el vkdellosarm e,9 Krk-ill.,MO Karl Schneider,Truman State University 1fit12 3 r,.ar a. P 660 100 East NO 63501 papm&own Randy Mather GPP-MO 4/17117 $18,19000 100°b 260 8' ^..... e.S Kirksville.M063501 Contact Email WSW MD Randy Band, 5389 Enterprise SI 16117 ,. r.rr '.;•,f;;r;1�.+:: P 301-2D6-7317 EXT 2425 Suite F Chad Rusher Quackenbush 16146 CIPP MD 1021/16 $51,678 00 1o0% 356 24' ralph berd®wssovi coon Elderaburg,MD 21784 16146 Ransil 1111 Jon Simpson,City of Reno 1 East Iat St 981 Floe, a•.10',ir,is,,18',24', 2016 Sewer Rehab-Phase-1 P 775 689 2961 Reno,NV 89505 Andrew Johnson Todd Chalk CIPP-NV 9/18/18 $7706,72938 100% 93776 36, simpsonireno gov %tlsbu b,KS Matt Bacon,City of KS 18147 Sanuary Sewer Rehab 016,Hobson Aud,ben P 620 240 Pittsburg,5139 tab g,181 6 Danny Bar wn Randy Mather CIPP-KS 10/13/17 713,3.1.S. 100% 5314 8',24' matt baron@PITTKS ORG RlCsburg,K3 fi762 Page 24 of 42 SAK CONSTRUCTION COMPLETED PROJECTS UST VPJab6 PhlVaktNtrM owneftOakvdbda m ke Address aa9MYl mdmd Type Completed 02% ClavallileftellPattlatll F OhM. m 42ovok a Cwtolaga Chris Locher Sub to KJ Unnerstall Comtruction 16150 Wellsville,MO Company 4923 South Point Rd SKW3140337010 P 636 239 2029 Washington,MO 63090 Jeff Hirt, Travis Jenels CIPP-MO 7/17/17 $86,64875 100% 1646 8' chris@kiunccom 16151 Omaha,NE Trevor Tormiges,Omaha Airport Authority 4501 Abbott Drive,Suite 2300 fim�l•a 5irport numor�ry,Eppley l-,pe R.pa,r P4026618038 Eppley Airfield Danny Brown Randy Mather CIPP-NE 2128/77 $74,675 D0 100% 70 t6" Trevor Tonmges@FWMArom Omaha,NE 68110 Ronnie MCGarrah,Sub to RadrigueR Mechanical 16152 Kansas City,MO Contractors 541 South 11th Street Savoy Hotel P 913.2811814 Kansas City,MO 66105 Danny Brown Randy Mather CIPP-MO "Ile $1750000 100% 190 8- ronnie@rmckccom Contact New.Metro Sewerage Dist of Buncombe 17002 Ashevllk,NC County 2028 Riverside Or. ndy Sucth French Broad rrerrepu,,-lining,vrotecl No 2011033 P Contact Phone Number Asheville,INCar C 28814 Glenn Sps HanaRandy, CIPP-NC 3/29/17 $494,127.00 100% 2833 36" Cont—Email Wall,KS Jeff Murphy,Sub to Nowak Construction Co.,Inc 17003 Wa[er Disbibuhon Ph—hl P 316.794.8898 200 S Goddard Road Day&awn R jell@nowakconstruction com Goddard,KS 67052 Randy Mather GPP-K6 7114/17 S20.73600 100% 3µ 8• North Les Vegas,W Jake Marshall,Sub to las Vegas Paving Corp 17004 1507.S—,M-,Rch;rb,htin—Phase P 702.2515800 4420 Las ouch cat 91�d James B— Brian Ackerman86 CIPP-NV 2/24/17 $172,17200 100% 19 10' jake marshall@Ivpaving.win John Norton,Sub to B&f Contracting,Inc 17005 �4i•K P 623 217 7763 11071 N 23rd Ave tNattewater Collection System Phoenu.AZ 65029 Gary Rodgers David Burbank CIPP-AZ 620/17 $19.000 DO 100% 230 10' jnralon@bfcontracting coon Paul Caswell,C Deeawr,Il nY of Decatur Jason Lancy/ 18",ZO',21",30",34'.37', 17006 7th Ward S—,Renah�itrtior 217 424 2747 I Gery K Anderson Plem Jeff Oberhoter/ Dan Svkdrak CIPP-IL 3/15118 38',39-,40',47,W",45', Cr,yfroie<t?C3 i-0� Decatur,IL 62523-11% 57,675,59193 100% 23286 pcaawell�dewtuni pov Glenn Spears I6",18',50',57,54",56", 57",58',60',66.77,04" Contac Name,Sub to Eastman Chemical 17006 201 �e�tt'TN P Contact Phone Number KInOg7lNpatsiN 37660 $163,000.00 IOD% 275 8',12' genhy VJ��ik Stan Kraus Randy CIPP-TN Contact Email HansMoug+ 325/17 JeBersert City,MO Eric Seaman,City of Jefferson Cdy 17009 Basin 13 Sewer Main Rehab P Jeff Firtz Nick Pry., CIPP-MO 3/16/18 $2,611,470 54 100% 16103 6",9".10",21-.42-.48- eseamanCje8cgymo ringJefferson City,MO 65101 NasBvRk•TN David Ward,Sub w SBW Constructors LLC 77010 Smith Sorin•Rehab 865-306-2788 Contact Phone Number 107 Tenry Lane Glenn Spears Deborah CIPP-TN Wells $1,261.417 37 100% 263% 11",10",10".M',30' Conesct Email:ew,rd@sbwcanstructors tom Cottontown.TN 37048 Bartley Loa Angeles CA Chanes Hickman,Sub to KEC Engineering 17012 Join[Outfall F Unit 3C Trunk Sewer P 951.734 3010 200 N Sherman Ave James Bower Leo Calvado CIPP-CA 3/31/17 31,719,961 92 100% 3203 54',63' Email charles@ kecengineen,giro Corona.CA 92892 SLou Lis,MO Mike Bates,Sub to Bates Utility Company 841 W40A0od klOrkbwl Park 17073 Wuudsmill Sanitary Relief lSKMF-7201 P 314-S75-0311 Or Malt Firh Travis Jenels CIPP-MO 518117 $57,24090 fog% 1266 10' 12" mflutea®batesuld,ty,net Weldon Springs,MO 67304 Mont,j—ry,AL Jared Mclaugking,City of Montgomery,AL 17015 7017 Siphon R,habill[arion R,,jert#680379 P 33 Email 9015 MoiA22 Bibb Streetgomery,AL 36102 Glen Speaks Jimmy W6 CIPP-AL 1122/18 $3,511,416 00 1009/6 3168 14-,19-.30',36,42'.64" Rocklin,CA Rick Lawrence,City of Rocklin 77016 Allan Cs Cranage P 9165255521 4081 lCA 956 7 Jarmann Frazer Todd Chalk CIPP-CA NN17 538,02000 100% 755 7C nchard laswenx@ro.kiln ca us Page 25 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP Job PfajeaMs oaala/a coaad kaumd1ee Addkavia; 04-bAmd-d Me3ka9 cakMkk9kd Okda e19 OOW~ POkeka9 1141 a A MONDW ANN" Cbkk9a C400m" abrA CA Rick L—.-e,City of Rockkn 17016 Ol Rocklin. P 916 625 5521 4087 ANIS Caat Jamaican Frazer Todd Chalk CIPP-CA 627117 (489,79000 1110% 2253 15 18',70',36',29'k15' Allan Ct Drainage rfchard lavnence0ocklin p us R'kkn,CA 95677 22'k 15' Steve Nipper,Salrthwest Arkansas Water Distroo 17017 Aah of 0,AR P 6707737061 exa lana,A 718 Glen Spens Randy CIPP-AR 7115/17 $1,404,700 00 100% 420 80'.66• F mergency RrFab of Domtar Canal Siphon Steveswewd@rwhtdsheam net Texarkana,AR 71654 Nenshough Anderson Mike Battles,Anderson-Cottonwood irrigation District 550 S.01 7"sweat 17019 CIP>Jg"inig d Pipe,S Barney Ra P 530 209 1350 Chandler.AZ 85226 Jarmann Frazer Tadd Chalk CIPP-CA /117/17 6137.70000 100% 810 18',24' mbataesadefgmea mm 1—Meson PA Joe Crimea,Lower Menon TovitnhipDivisioner Division 17020 P ISM 612 0435 25 Old Guth Rd Josh Grate Travis EvAng CIPP-PA 8/11/17 $209,92720 100% 4888 8'to* !U32 SS L:r,ns g Wywoo nned,PA 19096 Jmntu®lowermenon er Masmlbllr IL Tom Quirk,City of Me. tah 3 West Man shem 17022 Manhole 8pipe Rehab P 6185662964 Masest Maah,IL trees Jeff Herz Class Vogt CIPP-IL U2/17 6115,01000 100% 974 M 10' tquirkpmasmutah-corn Tucson,AZ Jason OeCarlo,Sub to Achen Garden 17023 >arnano r'te,ceplo,IPI II Crayrroft 36'RCP&MI,Rehab on SaFuara Ave In P 520 403 4346 550 South79th Street Gary Rodgers David Brabank CIPP-AZ SW 6150,800 00 100% 800 >6- CrayrrohRd-Tucson ldecarlo@achen corn Chandler,AZ 85226 Ma dralhn,KS Nerm France,City of Manhattan 1101 P tz 17024 P 78Mana 5 587 4563 n,KSKS Ave 66502 Canny Britain Randy Me#— Glop-KS 10/17/17 6/83,605 o0 100% 21932 9' 20J75amtary Sewer[IPP tta francisn@dtyotmhk.com Shad Foster,CiBzens Energy Group 1702501 92 1 0 00 116 W h,[ Rndie River,,er s,IN CCS Phase 3 Rehab P 317 429 39U 2020 N Meridian SI BA S~ CMN Vogt CIDP-IN 12r29117 61,445,694 15 100% 1498 15'.24',66'69' sfoster®GezensEnergyGroup corn IndlantlpdK.IN 46202 Indianapolis,IN Shari Foster,Cohens Energy Group 2020 N Menden St 24',30'.3T,W.42',48', 1702502 )2Ra02608 `d -/Jack...Ave/Jacks..St LDSR P 317 429 3962 Indianapolis.IN 46202 Big Sieben Clare Vogt CIPP-IN 1229/17 61,959,956 76 10094 2874 W.ST s/osterQUit rnsErtergyGroup corn 63 Siebert Chris Vo Shen Foster,Gtlzans Energy Group Indianapolis,IN 2020 N Meridian S[ 1702504 ll gl GPP-IN 1:13119 , �2RR02601 Sutherland Ave FM Dhcharge P 317 429 3962 Indianapoks.IN 46202 Bi778,16147 100% ISM 42",48' stosterQentzerrsErtargy(foup mm Shen Foster,Gtizens Energy Group Indlanapolis,IN 2020 N Mendian St 17025 OS P 3174293982 Bi Siaben Chris Vogl CWP-IN 1289/17 $169,15340 100% 1032 15' 92 X802669 Wrxt attt Street Indianapolis.IN 18202 elwter®G6zmcEnergyr3raup COT Shan Foster,Citizens Etergy Group 1702506 02603 South IN P 317 2020 Salivates 91 Bit Siettm Chris Vogt CIPP-IN 11119/17 $116,16067 100% fOM 2/'-26' 97 RR026035eurF(xntucky sbster@Cobhm,sFnergyGroup eorrl Indianapolis IN 46202 Indianapolis,IN Shari Foster,Citurens Energy Group 2020 N Mandan l9f. 1702507 92RR02606,East Raymond Sr P 317 429 3962 Indianapolis,IN 46202 Bill Sieben Chea Vogt CIPP-IN 12fM17 $25649675 100% 1355 21' sketeraCilizensFmrgyGroup com Indianapolis,IN Shan Foster,Gtizems Energy Group 2020 N Meriden SI 1702508 Southport Rd P 3174283982 Indianapolis,IN 46202 Bill Siebert Chis Vogt CIPP-IN 1289/17 31,740,472.80 108% 2842 30'.39' sbster@GbzensEnergyGroW com Indianapolis,IN Shan Foster'CiCae 1 F—r9y Group 2020 N Meridian Sl 1702509 white River_.tra sfoster P 31174aE3982 om 1 sk—pple,IN 46202 B91 Sieber! Chola Vogt GPP-IN 1289117 $W1,92946 100% 1030 15'.38',34' ®C88iz gyGroup c Page 26 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP Job PNWO Ownw's Concoct Information Address tiuparireandw Pdilsu T CarrW~ PsaeslN F Ilrragar yPa ConrplslsA Gals Atrtowd Ca-PwY C� Dfa Indianapolis,IN Shan Foster.Citizens Energy Group 2020 N Mendian St 7702510 1x0 Creek P 3174283882 Bal Siebert Chris Vogt CIPP-IN 3]21ilB $77621544 100% 115 42',48" slosterCd CrtizerrsErtergyGroup com Indlanapdis,IN 46202 Indianapo9s,IN Shan F-I Citizens Energy Group 2020 N Meridian St 1/025 11 L—ii,Po P 317 429 3962 9 $3 638,545 99 100`, 4196 goes sfoster0Caiz-EnergyGroup com IndianapWis,IN 46202 Bill Siebert ch,s Vogt CPP-IN 9ill/19 M'41166 72. 17025 14 Irrdianapolra,IN Shan Foster.C i—s Energy Group P 317 429 3982 2020 N Meridarr 51 cant 6ypess Discharge sfosteraCd__FnergyGruup com Indianapolis.IN 46202 Fill S.ehen Chas Vogl CIPP IN 122ui1] $1 042,871 70 1CC"r� 1824 45' 17025 15 Indi—P,1lls,IN Shan Foster.Citizens Energy Group 2020 N Mendian SI 050012 Area Sewer Rehab P 3174293902 B41 Sieben Chris Vogt CIPP IN 1229]17 $97063042 Icc% 5403 12",IS" 0'.24".30" slosle'@Cn_rsEnergyGroup com Indianapolis,IN 46202 2 Indianapofn,IN Shan Foster.Citizens Energy Group 2020 N Mndi ean St 11025 1 ti P 3174293982 5roeple Chase;tura Sewer slosler�Ctv—EnergyGroup cum Indianapolis,IN 46202 BiI SrcOer: Chris Vogt CIPP-IN 1229/17 $76 010 00 10ph: 170 24' 17025 16 bMolaPolls,IN Shan Foster.Citizens Energy Group 2020 N Mendian SI sfosler@CitrzensEdergyGroup com Ci0 CCS ReTzh P 317 3982 Indianapolis,IN 46202 Bill Siebert Chris Vogl CIPP-IN 111/r18 5959.398 57 1CC% 3025 24 27'.30'36"42' Indiwapolis,IN Shan Fosmr.Citizens Energy Group 1102519 ll—e-tRun P 3174293902 2020N Meardan Sl Big.Sre[t.a• CMTS Vogt CIPPIN6/3/19 51,120<5341 100"6 1657 12",15',36"4 slosterCmUtu ensEnergyGroup com id .pd,s,IN 46202 2'.48',54- 1(02520 4"1702520 Indianapolis,IN Shan Foster.Citizens Energy G-oup 2020 N IMndan St -mergenry CCTV P 317 429 3982 Indianapolis,IN 46202 Bit Sieber', Chris Vogl CIPP IN 9119'18 $13766100 100% 105 76' sfoster@GtizensEnergyGroup com IndisraPWis,IN Shan Foster.Citizens Energy Group 1702521 East 30th Streer 2020 N Mendian St Bill Siebert Chris Vu CIPP-IN 6/14/19 P 717 429 3982 sluste,Wdwe-Ener Indanapolis.IN 46202 Sri $1,188.5144fi 100 o eb3 /2' gy<rnup com Indianapolis,IN Shan Foster,Citizens Energy Group 2020 N Mendian St 17025 2l P 317 429 3962 20",24 20'z 70', East>leasdnt Indianapolis,IN 46202 Bill Sleoert Chris Vogt CIPP 816/19 $131 1,81890 100% 3901 sfoster(aGtizensEnergyGroup com 40" Indiane a IIs,IN Shan Foster,Cdzens Energy Group 1/025 31 Mac—n P 317 4293982 Indianapolis,00N Meridian idi 46St Fill Siebert Chns Vogt CIPP-IN 10116119 $127.754 01 IDC% 491 15" sfosterl�CttizensEnergyGroup com Indianapolis,IN Shan Foster,Ch—Energy Group t 702512 Mirhi an&COlurnbme P 317 429 3982 2020N Menden St sfoster@CitizensEnergyGroup om IndanapolisIN 46202 Bill Siebert Chris Vogt CIPPIN12I6119 348,28200 100% 450 g c , Indiana hs,IN Shan Foster,UOzens Energy Group 77025 37 S SII R 2020 N Menden St Bill Sieben Chris Vogt CIPP IN 12/6119 pnngmi tl P 3174293982 gt $3663]On 100% 572 5(psterl�CitlzensEnprgyGroup com IndanapWis,IN 46202 B' Indiana lis,IN Shari Foster,Citizens Energy Group 17025 31 P 317 429 3982 2020 N Menden St G01h 8 Graham Indianapolis,IN 46202 &II Siebert Chris Vogt CIPP-IN 2/26720 $96,11000 100% 1209 12" sfoster@CmzensEnergyGroup com Indranapobs,IN Shan Foster,CrI Energy Group 17025 75 I„rn k FII c rrr-k 2020 N Ms radian St a/ 869,371 00 100% 383 10' P 317 429 3962 In 020 N ' di 46202 Bal Siebert Chits Vo CIPP-Ire 1^6'19 sloster�GtizencEnergyGroup com page 27 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP Job/ Pltaj Nnla o1181.ra Cot1Ye5811fes AnWaes SIlp�itkrdrM TyPa 0al10Md01b cant owsb EaaMyK Okntaira A018rIK �om C4tt1 0 Indianapolis,IN Sheri Foster,GkzMenden St Energy Group 2020 N MenSt 1702536 �� P 317 429 3982 Indianapolis.IN 46202 B91 Sieben G Chris Vagi PP-IN 7216/19 520]l5 W 100% 160 12' 13009uromoa Drn'e sloste-CCituensEnergyGroup oom p Indianapolis,IN Shan Foster,Gtzens Energy Group 2020 N Mandan Sl B 17026 38 1 70 Downtown Sewer Pre non P 317 429 3982 Indanapofis,IN 46202BillSebert Chris Vogt CIPP-IN 5/6/20 $210,761 30 100°h 869 15".18",49" para sloster@CdatinsEnergyGroup com Rivasde,CA TV"Nguyen'City of Riverside 3900 Main Street 17029 'rauRiver 4leuand,o P.9518265706 Riverside,CA 92522 James Boner Leo CaNario CIPP-CA t/19/18 33,077,766 46 100% 110513116" Email�vylguyen®Meraitlma Baa Franeaeo CA Francisco Glevet Sub to A&8 Construction 17030 I ,-onmdr P 5109996000 Jars—Frazer Todd Chalk CIPP-CA 12/74/18 $147,10000 11 420 24• San hancixo @a-bmn stroctron.net San Fttntoiaco,CA Mike/kle Sub to Hemandlt 650 Rankin St 17032 enlract No'WD-2760.12"and 8"Ductile on Water Ma,n i,crmenr or Wnac; P 415 8244731 San Francesco,CA 94124 And—John.- Todd Chalk CIPP-CA 7117177 5458,921 00 100°.6 kJ 60" It and Vandus Side Streets mike@hernandez-engineerirg.com San Fratrism,CA Oscar Delgai Sub to 1 Flores 4229 Mission St 17037 ?016 So W W-630.Spot Sewer P 415 337.2934 San Franpaw,CA 94112 N1diew Johnson Todd Chalk GPP CA 0017 $526.44900 f00°/. 1156 7Y5' delgaddloasor@hotmad cam Su Fn--.CA Contact Name,Sub to A Bola Canstnrttion 1601 Contend Ave 17034 25341-AS Needed Paving Con tract No 11 WO 011-Mission K Trumbull P Comma Phone Number San Frani.-CA 94110 �Johrlson Todd Chalk CIPP CA 6112/17 549,70000 IOD% 105 1T Contac Email Tarnarac,FL Jerry Robar sen,City of Tamarac 10101 State Street 17033 rYleWuslewa[eiCIP:'-rmrg P9546211582 Tamarac,FL 33321 Angle,Miller Stan Krause, CIPP-FL &19120 52,494,77500 100% 106888 6•.1a Jerry Robinr,ors®Tsmalac drg Jamas Island,SC Jeff Cohen,James Island Pubkc Ssviw District 1739 SOW Print Rd Bob 17036 =dr[Iohmon and Dills Bluff Trunk Sewer CI P P-imng and Manhole lining Project. P 843-270-2649 Chadeston 29422 Chad Rosner Ouackrnbah GPP-SC 205118 5407,34201 100% 3426 8".21' Project No'W W2017-4 Jefl®cdhen as OveHsd Park,KS Bill Rexroat Sub to McClain Construction MCClan Consbucoon,LLC B37/17 574,07840 100% 1121 8' 17038 -he VV,CilLim,' 913 897 2850 PO Baa 387 Dally Brown Randy Mather CIPP-KS bibs rdanconstruaion com SaMevrell.KS 66085 Hikttar,CA Troy Rods,Hilmar Cheese Company 9001 North Lander Are 17039 j,hoar ch"',Co P 209.656.2240 Hilmar,CA 95324 Mdrew Johnson Todd Chalk GPP-CA 101119/18 5184,50000 100% 771 12' Trdds@hilmarcheese con, John Dougherty,Sub to Kissick Construction Co,Inc r.10'.12',W.1r,a ll Kansas City,M0 P 916 363 5530 8131 Indene Ave D.."Brawn Randy Mather GPP-NO 10176178 $710,33975 100% 16889 27- 17010 BI-P,ver Norm i K I Nahum Gly.MO 64132 jdougherry@kissickco com Roger Minter,MeadovbCountry ClubMea,:o FockC,Vpy Club ook P8044i407777 RichmonCd,VVA 3234 Chad Rusher Bob OuaclmWsh CIPP-VA 619117S41,1117500 100% 1250 17042 C rminter®pminterelecbic com Contact Name,Sub to Chris-Hill Construction 17043 Nemphs,TN Company 4749 Pleasant Run Rd Jason Laney Dan Swid ak CIPP-TN 7/19/17 $71135 100% —oon Ave I.M Ult,on aeniltubl ron P Contac Phone Number Memphis,IN 38118 Contact Email Ron Newnsr,Sub to Trials Built LLC GVMsd Park,KS 11885 5 Corley Rd Dan gown Ran Mather CIPP-KS 12/17/18 $8,15000 700% 193 8' 17044 vRC 101-uracParking Ex 913782.6700 ga8te,KS 66061 g parson nnawmari titanbililt.com Page 28 Of 42 SAK CONSTRUCTION COMPLETED PROJECTS UST VPJob 0 PajanNm ownAConan afdt17mem Aar... wMrMrllre raw Cat94a90a Cld �Nod Awmjla l Longview,TX Danny Bredley,Eastman Chemical 17DI5 ,a nitary amf Pruca»Sewer aipel,ne Pehahbtabon-:ireline 1hcse 2 P 903-237-5378 PO Bos TBD Dan Sw4drak CIPP-TX 12/15/17 $702,14440 100% 882 r,r.12' dannybradley@seastman com Longview,TXX 7755607 Mike Samford,Sub to Vortex Industrial Solutions, Trenton,ON 17046 LLC 9155 Walkavilk Rd Chad Ruahtt/ Bob Villers Dors 0rewery%p�-ir ing Protect.n'renron,U.' P 832-233-2309 Houston,TX 77029 Josh Grote Quackenbush CIPP-OH 2426118 $524,93755 100% 1752 4",6-10",12",15' mikespnodigind Com Howerd County,MColumbia O Kin K Sul Howard County 6751 ColumGateway Ce 17047 01 CAC 15-2017,S6232.Task 1 P 410-313-6124 Suite 501 Chad Rusher QuaBob CIPP-MD 123/18 5554,942,00 100% 2410 16' ksiew@howardcountymd 9ov Columbia,MA 21016 Howard County,MD Matt Wolf.Howard County Public Works-Highways 7125 Rlverod De 17017 02 swDrive Storm Dram Repan P 410 313 7289 Suite B Michael Fnend Ken Sprint CIPP-MD 511/19 $310,200.00 100% 1459 15'.Ir.21',24•.27' mwdf4thowardcountyrM Dov Columbia,MD 21046 17047 D4 Howard County,MD Silver Chau,Howard County DPW 7125 Rwerwood Drive ��w.11s orcrarn P 410 313 6121 Sure B Michael Friend Ken Sprau CIPP-MD all $263,245 00 100^,6 6000 8' SChaQhowardcuuntymd g Columbia,MD 21048 Howard County,MD Mao Wolf Howard County Public Works-Highways 7125 Rive:rval Drive 1704706 Storm Drain R. P4103137269 SudeB Neil Soriano Kens rau CIf+P-MD //1/20 $346,15000 100% 2379 12',ir.lr.2t,.24* rpaes,Task 0 p rmvoll®howardmur4ym0 gov (-iOlUrllbla,MD 21046 Kansas City,KS Aaron Carter,Sub to Emery Sapp&Sons,Inc 17048 15 Storm on loaner O,agonal 816221.3500 740 Walnut Street Danny Brown Randy Maher CIPP-KS 9/30/17 $77,00000 100% 104 15" Aaron.CarterOEmerysapp.com Kansas City,MO 61106 Caltrans,CA Ryan Ho,Sub to Granite Construction 17018 P 775 942 2512 1900 Glendale Ave Mtrew Johman Tadd Chalk CIPP817 PP-CA /17 S155.70950 100% 430 2/',47 1 8C Sada Springs Sparks,NV 89431 ryan.ho@gcinc mm Caorans,CA Ryan Ho,Sub to Granite Constructior 17049 Df Glendale Asia Spar P 775 642 2512 e 707827,03 3rAndrew Johnson Todd Chalk CIPP-CA 6/4/13,2004,Soda Sprirgs Sparks NV $1N,80000 100% 130 54' ryan.ho@gcinc rnm Carmel CA pew Larder,Carmel Area Wastewater PO Box 221429 17D50 1, P g31624 1248 Carmel,CA 93971 James Bower Todd Char CIPP-CA 9/4/77 ��727"ACP Sanitary 5ewei 5229,47000 100% 600 27" lander@caved org Anne Arundel County,MD Ken Ward,Anne Arundel County 2660 Riva Road,3rd Floor Bab 17051 0,a—le.r newer 4ebmn 7 P 410-222-9431 Chad Rusher CIPP-MD 10/1119 $615,611 00 100% 3337 15',1r,27.30',38' ..nage y. saw ard2%recounty cum Annapolm.MD 21407 Quit Bob uah Eoisville,MO Brian Schreiner,Sub to BEX Construction Services 17052 Gambrill Gardens Contract Nu:1601SSAK P 314.932.2100 StL5o0uss MCI 63117 Melt HillTravis Jewels CIPP-MO 727117 516,00000 100% 104 r Isnanapbeasti.cum Sacra Cataria s,CA Elmira Afkdl 5. b to Granite Canrtr—cin Hwy 49 Sink Hole Repair 17053 P916,9257028 PO Boa 15287 Andrew Johnson Todd Chalk CIPP-CA 8/31/17 $174,20000 100% 209 IB' Nmira alkhama9eine Com memo.CA 95a51 Waukee,IA Tim Royer,City of Waukee 17054 P SIS 978.7920 230 W Hickman Road Jeff KFU Nick CIPP-IA 42/18 S5 G�Ilection 8vstem aeheb Phase 3 Waukee,IA Pryor $307.32225 100% 5452 10',12",76',21^,24' uoyer�Owaukee org Nicholas Hoyt,P E,City of Lawrence-Utilises 17035 LavenS Rehab P 7B5 832 7x82 Lawancq KS Department 6 East 6th St 2011 55 R,IIIDepartmentBrown Randy Me&- CIPP-KS 7/5/78 $7,309,666 06 100% 46581 8-,10',12-.16',11l 1017 nhoyt@lawrem eks org Page 29 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP i4bf Haled Nash Oasl✓o Oalted kktnldkA Alfllsaa tufwY161afWt Is Two IdlalltlWf 0lfe Aromas � �a OkwYu $an Franetsw,CA Sean Colley,Sub to Mitchell Engineering 17056 2541,11 01-j144 nner_unet Streetacape rnpruverr,rnland M,,nr Forwarb hvu,a P415794.6946 1395 Evm Ave AndewJohrrson Totltl Chalk CIDP-CA 32Nttl 5346.71741 100°6 1074 6',24',26's3'9' between are&191h Ave scoffey@mithcelre San Franaeoo,CA 94124 ngineering.com Las Vef.s NV Nate Smit,Sub to las Vegas Paving Corp 442D S Decak,Blvd17056 James Bow Been Ackerman CIPP.NV 7/30/16 $635,36600 100% 11654 B'1Y,15' 13267,2016R2 Arnual P 702 251.5600 m P—th@lasve as las Vegas,NV 69103 B paving.com Stephanie Knight,Sub to AECOM Technical Services, Kalama Pox,MI Ips 515 Satyr Flow St,Sul. 1705901 Botsforo varo P 9194611309 1050 Jeff Hatt Cory Sleet CIPP-MI 12/1/16 $409,07500 100% 650 13',4Y Los Angeles,CA 90071 5tepha nieknight@aecom.com tach Pistilli.Sub to Ulliman Schutte C...Uuction, 17060 Fairfax,VA LLC 9950 Cavin Run Road Chad Rusher Bob GPP-VA 9170/17 $753,368.20 100% 510 36' 'trthrult Run Ra,Sewage Pump Sranon Rehablhtatior P 610-547-1711 Great Falls.VA 220M Ouackenhush 1pistiliks ullimanschutte can O--poM a Brad Guy,Gty of Davenport 17061 P 563.327 5105 226 West Fourth St &atl Sellenn Street CIPP-IA 7/1/19 ✓cele Crc•cl:io.th lnrc«cpr er RvhaC,l,t,uor=rolerl Davenport,IA 52601 C°rY 54398,61994 100% 27052 2!'.70",78'.42'.!g' Bguy@ci.davenport is us Franitim,TN Zachary Bloomfield,Sub to Garrey Construction 200 C—hil eld Avenue Deborah 1706'2 54"Hobas Pi Rehab P 615 766 1506 Glenn Spears CO N 9/ PP-T30/17 5601 03. 1 74 100% 630 54- ,11—freltl@gamy com Nashville,TN 37210 Bartleye Caltrans,CA- Robert COupe,Sub to Golden State Bridge,Inc 17063 Approach Slab Repla<omer•tP925.372.8000 3701 MalardQ .mrran.rnnnxr un;w-3H+xna Benica.CA 94510 Jamwn Frazer Stan Kneen, CIPP-CA 11217 5255,000.00 100% 220 76' tcouple@gsbrcige.can Las Vegas,NV Jake Marshall,Sub to Las Vegas Paving Corp, 17065 4420 S Decals,Blvd. nwnrnwn Inrerrertnr Sewer Renahilnarnn chase; P 702.251.5800 James Bawer &ist Ackerman CIPP•NV 13/15/17 52,711,127 00 100% 6573 M",54' pike marshall@Ivpavrng.<om Las Vegas,NV 69103 Anthony Tares,Sub to Granite Construction 17066 Caftm,s,CA Company 715 Comstock Street Jarmann Frazer Todd Chalk CIPP-CA 112/17 5141,37900 100% 270 36' Hwy l-mbankrnenl Re:,a r al 9.ara vrS�;.Wat_onr hr.1,1irars auS I. i:/l P 831.750.0421 Santa Gar.,CA 95054 anMony,tonas@gcinc com Fart Bliss,TX Ruben Contreras,Fort glias Water Services Co 17067 P 915564 1332 516A ll Pa.,on.X 9rd,310N James Fansswalh Brian Ackerman GPP-TX 121517 $1,113,126 00 100% 22756 6',g',10',12• ❑PP V RR Zoll FJ Paso,TX 79916 ruben mntreras@NEllss.awsinc.com YW s,MO Dan.Caton,City of Blue Springs 1+•s�6v tlsrtrPPWeV�btV 17066 8763280277 5008E Sunny—Schda Rd man Ran Matlser GPP-MO 5124116 (MD Cul�e,t 81,.Sp .MO 64014 DennyY Randy $64,42925 100% 757 24" rleaton@bluespingzWv elm �C. MO Jahn Dougherty,Sub to%nnck Construction Co,Inc 17069 ' 8171 Indna Ave 72 P 816363 5530 aDanny&— Randy Maltrer CIPP-MO 821/19 $1,369 6 5 55 00 100% 2261 ',15',2121.70',33' City Mae Sewer,waterways Kansas Gly,MO 64132 5{' idortgherty@kisackco mm Kansas City,MO John Daugherty,Sub to Ki%ick Construction Co.,Inc. 8171 Indene Ave 1706901 City Wide Sewer,waterway; P 816361553Kansas City MO 54132 Danny Sr— Randy Matter GPP-MO 821119 $63,6/000 100% — jdougherry@kis)ckm.cam Gilbert AZ Contact Name,Sub to 6&F Contracting.Inc 11071 N 23rd Ave 17070 (IPP Liming Neely St P Contact Phone Number Ph—a.AZ 65029 Gary Rodgers David Burbank CIPP-AZ 972117 $31,700 00 1009/6 115 1B' Contact Email Pinatas Park,FL D Floyd,City of Pinellas Park 17071 P 727 369 5623 600060th Street Noll Mgie Mika Stan Krause GPP-FL 7/30/16 $549,55282 100% 17010 6' Renewal 5,C-1-13/014,2017 gnnual Pinellas Park,FL 17761 d0oyd@pinellas-park cam Page 30 of 42 SAX onsrnUCTM cOMvLErw PRIMEM Ill VP Job t Nq.ee caw 011yhal4 oe.w YManIlMl6t1 Adduo 11tprYllal16aI11 � 'gyp b pgp�88888 www 1100=4 'awbw, awls. Drew Muimead,City of Brentwood 17072 Brentwcod,TN 1615-371-0080 1750 General George Patton 2017 Bremwnoc Sewer Rehab Muuhead,Drew U Gen Spear Deborah CIPP TN 10/26116 $1,503,246 50 100% 11804 6',16',24',30• &ent—il,TN 37024 Barbary <Drew.Muirhead@bremvroodtn guw Rocklin,CA Rick Lawrence,City of Rocklin 17073 P 916 625 5521 4081 ANis Court Andrew Johnson Todd Chalk CIPP-CA 5/14118 $801 565 63 100% 4025 12',18",21',24-,27-,31r, Re Placement u(Corrugated V e[al Draina6e Rocklin,CA 95677 36".42" nchardJawrence@rockbn ca us Souhhpol IN Bill Leber,WI ler Engineering 17074 Cr 11,,x1151 rrn Sewer Rehab P 317-78BASSl 6901 Derbyshire Rd &11 Siebel Chis Vogt CIPP-IN 1122/17 $63,934 DO 100% bill@wesslerengineering.com Southport,IN 48227 620 12'.15' Fiesne,CA Randy Buckman,Mountain Cascade,Inc. 17075 v,,u,itain f scale 31 aL'. P 925 570 8413 Liverm ePO Bos 5050 Jarman Frazer Todd Chalk CIPP-CA 7/25/16 52,936,956 DO 100% 6166 24,27•,42',46' .Mercer S' , randyb@mountainrascade cam CA 94551 Jae Centrone,(DELCORA)Delaware County Regional 17076 Chaster,PA Water Quality Control Authority 10 Bos 999 SR 1714-C-Vernon I Sarllary P 610 637 5741 Cheater.PA 19016-0999 Chad Rusher Travis Ewing GPP-PA 3/1/18 560.282 00 100% 707 10' cent.rej@delcora erg Clinton,MO Gib Jordan.City of Clinton 17077 Term Cnntracr 2016 201E P 660.885.6611 Clinton, 64735liinE Ohio Street Danny B, Randy Mather CIPP-MO 12/19717 $726,86315 100% 5297 8• cjordar @citvofclintmmc.com Antioch,CA Than Vc,Sub to Delta Deal 17078 P 925.7561949 2500 PittisbuAnal CA 9/,09 Hwy CA 11/27/17 $682,75000 100% 1600 24' Jarman Fraser Todd Chalk CIPP- thanv@delladiablo org Di eaWr IL Paul Caswelt.City of De tur 17079 ZC 17 28,2017 Trench less lg I.irml;R�, -P=a. 1 217424.2747 Al Gary K Anderson Plaza Decatur,IL 62523 Jeff Niro Nick Pryor CIPP-IL 4130/19 4860,179 93 100% 16529 8',1 D',12",t5",3W pcaiwell@tlecatunl ov Pima Cnty,AZ John Norton,Sub to B&F Coing,ntractInc. 17080 01 ouP 623,217 7763 11011 N 23rd Ave 9 $435,17800 100% 10301 6",12",15' Work Older Al Phoenix,AZ 85028 G Rod en David Burbank CIPP-AZ 1/12/18 j nortm@blwn tractingcom John Norton,Sub to 9&F Contracting,Inc 17080 02 Pine,qty'AZ 1623 217 7763 11011 N 23rd Ave Rodgers David Burbank CIPP-AZ 2/22115 525.635.00 100% 355 14' Work Order g2 Phoensr,AZ 85029 Gary R Inomm@bhmntraaingcom Rnka Cau AZ John Norton,Sub to B&F Contracting,Int. 17080 03 MY P 623 217 7763 11011 N 23rd Ave Gary Rodgers David Burbank CIPP-AZ 416118 5207,6(10 00 100% 1235 30' Wo,k Order Ai Phoenix,AZ 85029 Ga jnortnrr@h/contracting con ��County Kyle Foley,Sub to B&F Contracting,Inc 1708005 ty' P 5202076228 11011 N 23rd Ave Gary Rodgers David Burbank CIPP-AZ 824118 $167,90900 100% 4494 6• Well Order A5 kfoley@bko 0782inF[om Phoenix,AZ Ill Ga R P.—Canty AZ Kyle Foley,Sub to B&F Contracting,Inc. 1708006 P 520 207 8218 11011 N 23rd Ave Work Order A6 PhoenixAZ 65029 Gary Rodgers David Burbank CIPP AZ 10/5116 $249.35600 100% 7061 8' kfoley@bkontracti n g.con Film Ceun AZ Kyle Foley,Sub to B&F Contracting,Inc. 1706007 P 520.207 8228 11011 N 23rd Ave Work Orderer A7 Phoenix, Gary Rod gen David Burbank CIPP-AZ 128/19 $297,66000 100% 1515 42' kfoley@ bkontraRing_[om AZ Kyle Foley,Sub to B&F[muscling Inc 11011 N.23rd Ave. 1708009 Fell fid'9 P 520.207$228 G Rod Work Order A9 Phoenix,AZ 85029 Gary Rodgers David Burbank CIPP-AZ 1177/19 5288,571 00 100% 1623 30',33',36' kfoley@bfcontracting con Lenexa,KS Tam JaCOI*,City of Lenexa 17081 Brookwood Place Storm Se-, P 913477.7604 12350 W 87th SI Pkwy Danny 0— Randy Mather CIPP KS 625'18 $1,110,356 50 100% 6260 28'.10"3-.36",136'.24', tjacobs@leneva com 1-e^e.....215 - 42",I6',54' Page 31 of 42 SAK CONSTRUCTION COMPLETED PROJECTS UST VP job At0f9o5Rw 01R1aY9 Cant MIIb1198taR Ad11u. RIpYYRtaRI � Twit Ca1g1.111� *Boom � CiMtIt511t San Francisco,CA Davidulle Br,Sub to M Squared Conshcton.Inc 1276 20th Ave Suite C 17082 1064:second St Slleetscape improvamerm P 415 661 11 San Francisca,CA 94122 Jamsam Frazer Todd Chalk CIPP-CA 10/27/18 $276.91000 100% 221 315',78" tyavN p^+W uaredcoro W cgal.oem Mand.,AR John BurgeM1(P E).City of Manila PO Bos 695 17065 Contract 42,Sewer Repan/3epm<ement P 573-727-9666 Mani.,AR 724{2 Jeff Wit Nick Pryor CIPP-AR 11!30117 320,00000 100% 3270 B' /pburgNin@ n ornennihi n.com 17066 Sh—PoK LA Contact Name,Sub to Pulley Corrcbuctlon,Inc 912 Mallard Bend 1ewella Ave&Clarke SI Area Sanitary Sewer Ion.prpvemems Do not have contact info per,Dan 5 1122120 Bossier City,LA 71111 TBD Dalt Svadiak CIPP-LA 72/30/17 $61,700 00 100% 830 6',12' John Dougherty,Sub to IGssick Construction Co. 17087 Kansa City,MO Inc 8131 Indiana Ave. Danny Brown Randy Math., CIPP-MO 7115/19 $772,69300 100% 16367 17,12',15 18'.24'- N1000fi89&690/13SS Lire Creak P 816 363 5530 Kansas City.MO 84132 27• ldougher yalumokuw corn 17069 Oak Grove,MO Ryan Rumitcliff.City of 3 Oak Grove 1300 Broadway 2017 CIPP Lining Oak Grove,MO 64075 �^T Brown Randy Mather CIPP-MO 5114116 $170,77600 100% 6295 6" rratdiBigciryofoakgrme mm BUM,NE Allen Shoemaker,City of Blair 17090 P 402 426 4191 218 S 16th Sl penny Bron-Bron- Reno/MatherGPP NE 527116 551,809 00 100% 477 78' Sanitary Sewer&Storni Sewer Prue Lirr',K Blai,NEE 68006 ars@blaimabraska org Wnhi his CChacey,Sub to L F Jenrkngs,Inc 407 N WaW*4m St 17091 IS 03,-191h�amp n St P 703531 2312 Suite 200 Chad Rusher QuadOce, h CIDP-OC 11(20/17 $27,631 00 100% 178 1T «hscey@fijenning—cur, Falk Church,VA 2204617 Anderson,CA T White,Anderson-Cottonwood Irrigat,on Distritt 1709{ P S30.209.1654 Mdersm,nd—.,2910 C mraze Street ,)aram Fr Todd Chalk CIPP-G 7/6116 $186,20000 100% 140 48' CiP+48'vrigaun PIVe,Uerda Ro CA 96007 91 cm Tony Miller,Sub to MM-State Plpelme Maintenance, 17095 Chamois,MO LLC 709 Beia'v Wastewater!reafmarl Sys P 573-619-1864 St Wi MO 65013 JeffF91K Nek Pryor CIPP-MO 1727/16 $79,29700 100"(0 2729 8',10' midMata ton@holma9.com Robinson,IL Alan Lake,Sub to Myd-Chem PSC PO gag 7601 170% Marathon Reg�,,env P618-553-9355 JtZ Ni efl Mfck W Pryor CIPP-IL 1/31!16 5103,75000 700% 24' alan lake@nydrochempsc com Springfield.12th 45501 Luis Gonzalez,San Antonio Water tem 2400 US/My 281 North 17097 San Mtonlo,TX P 210-233-2909 Jaren Bower Brien Ackerman CIPP-TX 7/6119 $11,402,9%90 100% 29120 30',36',42' t asr Sawer,nPd,C<I-Ocla7-0 :h 45J1� k-gonzW.I gsaws nag San Mtarua,TX 78298-2418 Pima County,AZ Guillermo,Aguirre.Sub to KE&G Cmslructim 1601 Paseo San fait,Suite 17096 01 Work Order gt P S20 748,0188 202 Gary Rodgers David Burbank GPP-AZ 12!27117 5107,97260 100% 2709 t'-to-,lY pitui—libletim. m Sierra VkU,AZ 85635 Gudler—Aguirrens .Sub to KE&G Construction 1601 Paseo San Luk,Suite 1709802 Moral Order P5207460188 202 Gary Rodgers David Burbank CIPP-AZ WWII! $406,05620 10D% 11287 W,1g",12'.15" gaguirre@kegtus.dom Serena VSU,AZ 85635 Pierre County AZ Gualermo Aguirre,Sub to KE&G Construction 1501 Paseo San Luc,Smte 170980) Work Order a3 P 520.748.0188 202 Gary Rodgers David Burbank CIPP-AZ 525116 $287,95600 100% 7990 6'-10'.12' gaguirre@kegtus mm Sierra Kala,AZ 85635 Purr County Gudlmmo Aguirre,Sub to KE&G Cmstructim 1601 Paseo San Luis,Suite 1709604 Work Orde'44Z P 52U 748.0188 202 Gary Rodgers I David Burbank CIPP-AZ 10/19/18 $133,69920 100% Z%3 8',10',12'.15' gaguiire@kegtus.com Sierra VCU,A265835 Page 32 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST VM Job N�eak 11�1� OwllMg h1161e16MgKlllrbll AMrw 8arparsrdtrldant file gt Type Completed Did. W Pencwrl Focplela, . Marsepar Amourn Corrple` CornylNe Dbrw/an 1709806 Pi,n County AZ Guillermo Agukre,Sub to KE&G Construction 161)1 Paseo San Luis,Suite Work Order a6 P S20.748.0188 202 Gary Rodgers David Burbank CIPP-AZ 9!6119 gaguirre@kegtussom Sierra Vista,AZ 85635 $777,278 00 100% 4258 8,10',17 Son Antoine.,TX Comer Nam.Sub to D Guema Construetron 17088 San Pedro Creek Imp—loo nls Protect CPP for'lanaged 27"Brick Sewer Main P Contact Phone Number At set 0 FM 969 J,TX 78724ames Bower Brian Ackerman CIPP-TX 121118 $116,00000 100% 180 27' Contact Email Eugene,MO Bob G-11:1,Missouri American Water 17100 Lake Carmel linin P 314-9%-2308 7Louis,27 $Road Jeff 4,11, z NickP e robertgoelta@amwater.com Louis,M067141 Pryor CIPP-MO 1/12118 947,646110 100% 816 8' Weston,FL Alex Ouevedo,Sub to Acosta Tractors,Inc 17101 11986 NW 97th Ave Cleveland Clinic P 786-348-6090 Tyler com Walaah Gardens,FL 77018 Partridge Stan Krause CIPP•FL 115I18 $28,00000 100% 200 78' a4uevedo@acostatrae.s Mike Fleury,Seabrook Island Property Owners 17102 Seabrook Island,SC Association ISIPOA) 1202 Landfall Way Tommi Both Deborah CIPP- 17,15",1B",21',24,30', Storrnwa,er Rchab P 702.271-7630 Johns Island,SC 29455 Bartley SC 5/30118 $1,1fi7,302.99 100% 9368 32'36" mf1eury@.or1lo,cam Banner Belongs,KS Laura Munro,Gly of Bonner Springs 17103 CIPP 2017 P 913 422 7570 205E 2nd Sl Jell Rutz Nick Pryor CIPP-KS 3/12/19 $136,378 00 100% M7{ B',24' ImunrP@bonnerspnogs o,g BOnne,Springs,KS 6W12 Todd Adams,Sub to Borderland Construction 17104 T-son,AZ Company,Inc. P O Box 27406 Madden rarms 81ak 7&13 Project 41 n064 P 520 623D900 Tucson.AZ 85726-7406 Gary Rodgers David Burbank CIPP-AZ V13/18 $15,50000 100% 58 8" t adams@borderland-inc con Kansas Ci MO Paul South,Karisas Gry Water Services 1710501 Cie,wide,Fwr-r'v atn RBF.J,1etion Renewal 1 P 816.5130263 4800E 63rd S[ Danny Brown Brent Adams CIPP-MO 4/7020 $7,500.000 00 100% 61231 4',27',30",33",136',47• Paul soul Ckcmo gov Kansas City,MO 64130 46".66" Mand— NV Contact Name.Sub to LV Paving Corp Decatur4420 S 17107 1334,Mona Lane P Contact Phone Number Lee Vegas.NV 89103 AndnwJohnson Bnan Ackerman CIPP-NV 3130/18 $427,80500 100% 8799 1Y,15' Contact Email Deeakir,IL an DMiller,Sambry DishiR of Oeratur 18001 P 217 422.6931 ec tipper Lane Jason Lan 2C17 36'Sewer Rehab Decatur,IL 62522 ell Nick Pryor CIPP-KS 9130/1$ $1,179,61300 100% 6964 76'-49' DonM @stldcleanwa[er.org Nhnwille,MO Contact Name,City Of wentaville 18003 P Contact Phone Number ell W Pearce Blvd Jeff Hintz Nick $146,611 60 100% 778 8' Sewer Main Ltring Wentzvipe,MO 63385 Pryor CIPP 8131/18 Contact Email Rosa Kill,KS Jeff Murphy,Sub to Nowak Construction Co.,m110 e 2S Goddard Rd 18004 2011 Sanitary Sewer Rehab P 316-794-8898 PO Box 218 Jeff Hint Nick Pry. CIPP-KS 5131118 $34,43700 100% 1164 B• jeff@nowakconstruction-com Goddard KS 67052 PI1M Oily. i FL Lyudmila wa Gaseay,City of Plant City 18W5 Thonry� P 813 365 4929 302 Plan 17otosassa Rd,Sanila,y S,— W Reynolds SI Angie an Miller StKrause CIPP-FI. 424 0118 $ ,99000 100% 70 03 B. Igassaway@ planlotygov.gov t Gy.FL 33563 Caltrans,CA Danny Warren,Sub to Tetchen Consvuction 18007 P559647.5229 4Rod"n.001 �5 Jarman Fra2ef Todd Chalk GPP-CA 219118 $48,64783 100% 323 18" 033 ?50a;TSM-Emergency work,Diamond Surings Culvert dwarren@teichert.com Rockkn.CA 95765 John Dougherty,Sub to Knock Construction 18008 Overland Pa A,KS Compal 8131 Indiana Ave Danny Or— Ran Mather CIPP-KS 5114/18 98,150 00 100% 210 C Titan,l7-It8-01 Corporate Med P816363553U Karnsas City,MO 64132 Idougherty@kissntlo—om Page 33 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST wM6d Is NJ OaKrataaCadbkidbtnnsm Addriess Mgaridinakint P�a6laafr Typ Cw"kaadDanCompkbd � 0� � Les Vegas,NV Joe Bustos,Sub to Las Vegas Paving Carp 78009 i7SYS,y, P 7022515800 Las Vegas,NV N205 Deca8911003 9Andrew Johnson Leo Calvario GPP-NV 2123/18 356,70000 1110% 161 15" -Napi�H�•.pnr"e Contact Email Anthony Price.Upper Moreland-harboro Joint Sewer 18011 yWllow Grove,PA Authority 2075 Tervmod R- 2018 Grote Trarm Ev4ng CIPP-PA 8IS'76 f175,94695 100% 4500 8" 2018 Collemor system CIP= P 115 368 3375 Willow Grove,PA 19080 apace@ee cram Bil mn,MO Michael Christopher,City of Belton Soft Man St 18072 P 816 331.4331 30',27.anc 1N"intern epnx Lir,rF Belton,NIC)6401T Danny!kava Cpl'Sheet CIPP-MO 7/7/19 $1,349,041 40 100% 14298 8",12",78'27',]p md+nstapher@ Lyons,KS Chfh Veatch,City of Lyons 18017 P 620.2573054 201 West Main Jeff fdr2 Pryof Nick CIPP-KS 6/30/18 339,50000 100% 700 Coal—Email Y Murncipil;e Her Line P,,-2013 Lyons KS 67554 Bdan Turner,Sub to Rodrigues Mechanical 18014 Ksnsss City,MO Contractors S41 SwF IIth 31feel Danny&own Randy MaFa CIPP-MO 4/1 all $21,00000 100°A 40 24' P 913 281 1814 Kansas Gly,NO 66105 bai—gi—rkc mm Jason Drayer,Sub to Emerald Coast utility Services, E lin Air ferns lase,FL CIPP-FL 12120118 $1,970,768 20 100% 27508 W,8',10',12',15" 18015 9 Inc. 608 Range Road Bret)Raelfyler Deborah ASJS East Coast.CS 19597 P 1150-324-2S95 Egan AFB,FI 32542 Partridge East" lison.Drayw(li usinc.com Nusehinsan,KS Jeff Shaw,Sub to APAC 18018 1600ss Lame,K Suite 100 �, $70,97610 100-A a" is" Storm Sewer p620.662.2112 HWtldnaon,KS 87501 Jeff Fkrl2 Nick or GPP-KS 7131/18 Jaft.Shaw@apacmm L—Vegas NV Tim Parks,Sub to Las Vegas Paving Corp N20 6 Decahrr Wvtl 18019 Sewer Rehab Group A P laiveg sneva Las Vegas,NV 89107 James Bovet Brian Ackerman GPP-NV 7/31/18 $2,543,775 00 1Go% 8965 tparks@lasvegasnevatla.gov Griffith,IN Rick Kwopasek.Town of Griffith 18022 P 2L9 924 3838 111 North Broad St Bill Siebert F Chris Vo CIPP-IN 611119 $7,992,948 25 100% 17090 78",42' Sanuary Ir lerceptor;ewv Impr�ven,ant, rid konopasek@griffith m adv Griffith,IN 46319 Fairfield,IA Melanie Carlson,City of F—fieb 18023 P 641472 6193 Fairfield, 56 South S[ Jett KIM C Street CIPP-IA 7122118 3735,255 00 100% 3984 a" 2L16 Snary Scwcr CIPP Lining Fairfield,IA 525Cory mcar hon @hirfiMiowa.gov aIt— CA Phil Zink,State of CA Dept of Transportation 18024 Cs, P 530 346 7996 1727 70F St Mwlv dreJanon Todd Chalk GPP-CA TIME! 51,204,143 78 10096 2050 79',24',70'36"42"Sl' i33FJSo4. Sapamento,CA 95876 phd zink@do[v gw Manhattan.KS Nam Francis,City of Manhattan 1101 Puyrrtz Ave 125 SS 1801,2018 Ci PP sanitary Sewer P785587.4583 � Jeff fkrtr Nick Pryor CIPP-KS 7/31/16 (485,50710 100% 21327 8'.10' MW*Almn.KSfrandsn@ciryofmhk<pn 502 Ladue,MO Tim Burch,St Louis Country Club 400 Bear.Rd 78026 P 314 650.6891 TBD Travis Jenels GPP-MO 419119 377.508 80 100°A 1002 6'.15" C-11,club 8 SS[ISP Lm,nB 9 Louis.NIC)63124 turn burch7@ulr7ufuoumrydub.ort Barmen Springs,KS Ron Wyatt.City of Bonner Springs PO Boa 36 711029 2018 Pipe U—i; P 913 422 8117 205 East Second St Jeff/Hall Nick Pryor CIPP-KS 3123/19 $83.48450 100% 7791 6' rwyatt@bonnerspnags ora Bonier Springs,KS 66012 Tom Warner,Sub to Bay Cities Paving 6 Grading, Orinda,CA Inc PO Boa 6227 1W.121. x18".13.78' 18030 , 39852018MeasuresJ&LPvmt P925.4465030 Concord,NC 945246227 Andrew Johnson Todd Chalk CIPP-CA 71/30/78 3868,28059 100% M38 1fY,76.f24-4',7l11. 111'. twarnerLObaycitles.us 24'30 751!0"'76' Page 34 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP job PNw oww's Llodm bdboudim Addtro leprYllgftrwll l Typo aRiallstlOft q+ pyarshurg,TN Scott Ball,City of Dyersburg _ - 18071 P 731478.7689 CJS 11 S rg,T 51 South Deborah Sanitary Sewer Renal 04 Dyeisbsrg,TN 78024 Glenn Sp... CIPP-TN 6131118 31,522,878 90 100% 34514 B'.10.12',15",18',N' shall@dyersburgm.gov Stanley ltran,CA Mike Gourley,Sub to George geed.Inc 1 BOJ2 GP 209.523.0734 P0 Box 4760 Nwy 69,19-807 Modesto,CA 953524760 Andrew Johnson Todd Chalk CVP-CA 6/11118 S165,95500 100% 200 36',48` mike gourley@gerogereed.com Sioux Fall,SO Jahr Osman,City of Sioux Falls 78073 P 605 368 8640 224 West Ninth Street 2018 CIPP Sewer I in,ng&Mrl gehab Sioux Falls,SD 57117-7402 Jason Laney Cory Street CIPP-SD 911/18 $1,942,527 55 100% josmanpsic—faltsorg Lenexa.KS Jim Walker,Sub to Blue Niles 1803{ 51urm 31a1rage Ren-,Monrovia Sr,RMae-.ru, St P 836505.1302 601 Spratley St Danny Brown Randy Mather CIPP-KS 7/15/18 Contact Email Bermingham,NO 64161 5789,598 00 100% 1023 1B',24`, New Haven,MO Peter Ctten,City of New Haven 18035 1rerchle,s Reconstruction of Sanitary Sewers P 573 237 3572 P O New Haven,n,MC)631168 Jeff Him Cory Street GPP-MD 6/30118 542,30480 100% 1411 6',B- PeterCitten@newha-rie.org 9t Paul,MN Kim Sanders•Metropolitan Council 18036 Mevopdi[an Council Contract Numher 17P030 Pru ecl Number 807635 P 651.602.4616 390 Robert Street North Jason Laney Cory Street CIPP-MN 411/19 / Saint Paul,MN 55101 62,501,744 27 100% 7513 kimberly santlers@metcstat®mn.uz Upper Marlboro,MD Ryan Webb,Sub to Oelmarva Site Development,Inc. 2200 Defense Highway 18037 Mera—Ridge 443292.8083 Suite 107 Chad Rusher Bob CIPP-MD 6/22118 $66,13343 100% 4D0 24' rwebb@dehnarvasite,com Crofton,MO 21114 Quackenbush Phxntx AZ Oar Broderick,Sub to Achen Gardner 78078 55 F—".""'cv P 480 940 1300 550 i A th 5 James f3— David Burbank CIPP-AZ Crrn dbroderick@arhen am Chandler,AZ 85226 6/10/18 $S{,7200D 100% M 48' Avondale,AZ Kyle Foley,Sub to 8 8 F Contracting,Inc 18079 SW 1356 P 5207079228 11011 N 23rd Ave James Bower David Burbank CIPP-AZ 629/18 6239,75800 100% 1542 30•.36• kfoley@bfcontracting com Phaend,AZ 85029 San Francesco,CA Oscar Dalgadillo,Sub to J Flores 18D40 Spot Sewer Replacement Contract No 36,WW-G4G P4153372934 San Francisco.CA 9/112 4229 Miss—St Andrew Johnson Todd Chalk CIPP-CA 6/11/18 $2/883000 180% 391 315' delgiedillooscienhotmail com Tem Ruckstuhl,San Antonia Water System 180.11 San Mbnb,TX Y 2800 U S 281 North Eastrrn Sewershcc Iv,CO-CCMn 01,17 4527 P 210.233 P 449 James Bower Brian Ackerrttxr, GPP-T% 723119 $3,783,355 00 100% 14562 21`27'.30-,42- Terni ruckstuhl@sawsaws orb San Antonio, Box Box 2TX 79299 Johns Island,SC Sean Hardwick,Sub to Seabrook Island Club 18042 P Contact one PhNumber 3772 Seabrook Island Rd. Deborah Seabrook islenP tion Club Jan.Island.SC 29455 Michael Friend Bartley CIPP-SC 8/20118 6208.684 60 100% 695 15'.21',22",28" Sea nhardwid@gmail cam Warrensburg,MO Jason McCarty,City of Warrensburg 1604] 2018 Sewer Mam m,ng P 660262.4662 Wamt� 910 064093 St Jett Met NickP lasonmccarty@warrensburg-mo torn Pryor CIPP-Pilo 9/30/18 $59.86700 100% 2693 B' Rosa Alvarez,City of StacMm 16046 P 209 937.8134 425 N li Dorado Street Jarmann Frazer Todd Chalk GPP-CA 12!311119 61,777,606 62 100% 6058 48`,54` Alexandria Place Sew+r'ruck line Rehablitdtian lPro�e.t No Mlii:l;li Stockton,CA 95202 rasa,a Ivarez@ s[ocktongay.com GBrans,CA Stephen Muck,Sub to Teichert Construction 18047 03-4h 0904 Fmer enry Culvert and Embankment Re airs P 916645.4863 400 Sunrise Ste 3110 Jarmann Frazer Todd Chalk CIPP-CA 7118118 5595,050 00 100% 970 24',70',3G,64' e P Rosewne,Aveve95667 Page 35 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST V►Job O Plgact llMdM Owafa CO~FMerlrWON Address *UP=bft BadR � Two CIMdpIdidDaga � � CNAPIWIS 911mo8Mm North Charleston,SC Jarred Jones,North Charleston Sewer Otstnct PO Be.63009 ismNorth Intercepter Rehab chase 8 P 843917.8888 7225 Stall Rd Glenn Spears B Deborah SC 7J16/19 52,108,847 30 100% 4644 42" jarred jones@ncsd.w gov North Chadeston,SC 29419 Jamaal Chariton,Sub to Anchor Consmuctisn 18049 Washingbn,OC Corporation 2254 251h Place,NE Bob GBD JV 17 Mavy IDIQ 202.903 5005 Washington,DC 20016 Chad Rusher Quackenbush GPP-DC 6120/18 $59,00000 100% 130 30" Icharlton@aoncharconst com JeKarson rr City.MO Dental Kolb.Sub to S/ockan Construction Cotp 2021 Idlewood Road 18050 HighlaaJ Or,18G505 P57363S 1316 Jetlt—City,MO 65109 Jeff Wit Pryor GPP-MO 9/3W18 $15,57936 100% 279 8" dak@Stockroancc.com Jefferson City.MO D-11 Kdb,Sub to Stockman Construction,Corp 2021 Idewood Road 18057 Highland Dr,180505 P S73.63S 1316 Je2021Iftnion JellWrU Nick Pryor CIPP-MO 9/30/1e $18,42720 100% 330 9- dak@stockmancccom COY,MO 65709 Jefferson City,,MO Darrel Kolb,Sub to Stockman Construction Corp 16052 P S73 635.1316 2021 Idewood Road Jerl Kthick Pryor CIPP-MO 9/30118 $60.69300 100% 1141 a' Highland Or,180S05 dak@s[uckmancc con, Jefferson City,MO 651 D9 Jelfaraon MO DmrN Kolb Sub to Stockman Construction Carp 18053 n,ghlanc W.180505 P5736351316 Jeff—City,MO 65109 Jeff F1yR kick Pryor CIPP-MO 9130119 525,50000 100°4 187 a' dak@stockmana con City, Indian- poll..IN Alan Dale,Sub to Bowani Enlisting Corpora0on 000Q WorthMartdw St 18055 CEG PR02.Pleasant Run,1318027 P 317596.4686 In Big Sieben Chris Vogt GPP-IN 729118 5228,18744 100% 295 33" ow adale@ber¢ngineerin dawpolrs.M46260 g.com Los Gatos,CA Alan Kam,West Valley Sanilebon um District 100 East SyoaAvenue ks 18056 Un,ye ty Aye ACI Sewer gehab P 408 385 3030 Campbell,CA 95000 Jarman.F,azm Todd Chalk CIPP-CA 9115/19 $2,571.31945 100% 9109 16",to, Akam®—hoillaysan erg Pt,oerhea AZ Marc Allen,EPCOR Water Arizona me 2355 W Plnnaclt Peak Rd 19057 5�r.c:rty Sc«cr W n Rchab N.," P 623 445 2451 Sun.300 Gary Rodgers David Burbank CIPP-AZ 1026119 S404,48100 100% 2441 15" mallen@epcor com Phoenu,AZ 95027 PhoeneK AZ Marc Nkn,EPCOR Water Arizona Inc 2355 W Pkvhsde Peak Rd 16059 Sun C'.ty Cam—DO Sul P 623445.2451 Suite 300 Gary Rodgers David Burbank GPP-AZ 12/21/18 $434,22000 100% 4635 12-,15- mallen@epcor com Phoenix,AZ 85027 Contact Name,Sub to Rodriguez Mechamcal 18059 Fort Lauvenworth,KS Contractars,Inc 541 Same,11th S&M Dennyrown Ren Mather CIPP-KS M)1/1a Pope Avenue Sewer P Contact Phone Number Kansas City.MO 65105 Y Randy $12,000 00 100% 21) 6" Contact Email San Antonio,TK Lus Gonzalez,San Antonio Water System 2800 U S"ny 281 North 181140 2018 W Smal'.Drpe Diameter Package P 2102332909 San Antonio,TX 76298 James Baww12 Brian Ackerman CIPP-TX W3/19 82,531 84700 100% 17291 6".6".10 12,15",19" IuiS.gonzalez@saws.org Jason Seger,Rock Creek Pudic Sewer Orstrict 18061 Jolters-County,MO P 636.461 2578 4133 West Outer Road Phase 7,SS Collection Je9IkIR rick Pryor CIPP•MO 4/12119 $230,800 OS 100% 11% 9' jasans@rookcreekpsd.com Arnold.MO 63010 1--, as -KS Kevin Black,Sub to Klsslck Construction Company 18062 P 816.363-5530 Kansas City,8131 1 4 172 Danny Brown Nick Pryor GPP-KS 1/15119 $59,101 75 100% 866 W.0" ab lA City,MO MO Sanitary Sewer Reh964 kblack@kissickco.cwn Os—M.AR Tim Jonas,City.101. 1. 18064 Emergency Sewer Rehab P 870 Odea�l73370 GI. Spears �� GPP-AR &8/19 594,08500 100% 1185 0 f0' 'tjones045@yahoo.conn' Page 36 0142 SAK CONSTRUCTION COMPLE TED PROJECTS LIST w Jt1b9 ismind Notes OtwM/a OpNae1 fsk[r[tMMpt AtldrMa 9uprxsrtbndant protect.Kw Type Cangfagd Dale Amount C--PI-W Footage pyrmeaars Sioux City,Ill Justin Pottoroff,City of Sioux Ciry 18085 60,Seem 7018 annual unfit Unin P 712 279 6315 Sioux City, 51102 Jeff Hrtz NickP or CIPP-LA 10/3/1a v 8 7 $731,218 DO 1100% 40]0 @',12' IPottorR@swix-city-org Lenexa.KS Tom Jacobs,City of Lenexa ao6B 17101 W 87th St 9—k.—'la�.c Pr., Storm drainage Improvements P 913 7644 Lenexa,KS 619 D 'nY Brown Nick Pryor GPP-KS 7/17119 31,11 IS,616 23 100% 1529 15',IB",21',24',30',-36 tjacobs@Ierexa.com c62orn 4Y 151Q1"20'Y28' Gallons,CA Dernck Hiatt,Sub to Hanen sBros.Emerprises 18068 1599 03-4H4504 P 530 263 296S Grass VOaley.CA 95945 Andrew Johnsen Todd Chalk CIPP-CA 827/18 $136,94260 100% 82 24" dhiatt@gohbe.com Cmbn Berendzen,Sub to Sweetens Concrete 18070 Lake SL Louis,MO Seances 207 E Koenig Alan SeAlsatz Recons«urnon P636-887.2332 Wentzville,MO 63385 Travis J-1, CIPP-MO 1/23/19 $46,36100 100% 179 36' cberandzen@sweete—ncrete corn San Francisco,CA Andrew Megan,Sub to Shaw Pipeline,Inc 150 Executive Park Blvd,Suite 18072 1000OUJ/917,Vanou;_ocahor, P415.3370190 3790 Jarmann Frazer Todd Chalk CIPP-CA 109/16 529852500 100% 187 7x3' andrew@shawpipI ineinc corn $an Francisco,CA 94134 C"— CA Brad Donohue,Town of Colma 18073 P 650 757 7888 11Ba B Camino Real Andrew Johnson Todd Chalk CIPP-CA 8/16/16 CIPP it 74"Smrm Grain,colma Olvu Colms,CA 94014 $H,900 OD 100% 183 26' bdonohue@wlma ca gov Fart Riley,KS Greg R.--,Fon Riley Utility Services.Inc 18074 P M-802-7023 8152 tsl Ddviaar Road FPU51806Pt:CRFP5 For,Way,KS 66442 Jeff Hiro Nick Pryor CIPP-KS 5/31119 $1,570,030 50 100% 7471 D 6",8",10',12',15',21" Gregory.Rozman@asusnc corn Ingrid Kussmaul,ASUS 1007401 Fort RikY•KS P 785.784 2444 8152 10 lS66442 y ryOf 82cn Road urn Ph—1 M 785 370 1366 Fort Riley,,KS Dann Brown Nick P CIPP-KS 6119 $1,570,030 50 100% 350]0 6",8",70",12",15',21',24" F8 u518uGa[CRFPS, . Ingrid kussmaul@asusim cm Ingrid Kussmaul,ASUS 1807402 Fort Riley.KS P 785 784 2444 8152 1st OnviDanny Brown Nick Pryor CIPP-KS alma 9 $1,711,639 00 100% 36264 ;u 2 M 785.370.1366 FM Riley.KS 88442442 r4U5180G'CCfl FPS,C.PP nha mgrid.kussmaul@asusinc cam Creveoeur,MO Doug Tiemann,Sub to Pickett,Ray&Silver,Inc. 18077 P 636 397.1211 22 Richmond Center Court Alan Sahlsatr Travis Jenels CIPP-MO 9/10!19 $26,37000 100% 310 tr City Place 2 CIPc Linins St Peters,NO 63376 d[iemann @prs3.com Little Rock,AR Ward Padged,Sub to Burkhalter Technologies 18078 Spring Valley Manor Drain Improvements 501539.3004 b Little Rack, 7 11 Glenn Spears Deborah CIPP-AR 9/11!18 589,340 00 100% 187 .-,54- -d 1",54" ward Ourkhal[ermc@shr8lobal net Caldana Peter Molinelli.Sub to Martin Brothers Construction BBOt Fokom Bv10 18079 03-2F13D4,C18-099,nstall Sane P 209 256 1995 Ste 260 Jarmann Frazer Todd Chalk CIPP-CA 109119 $207,350100 100% 499 18',24',30' pmdlinelli @ martinhrdthers.net Lake SL Louis,MO Matthewit-Ilu r,City of lake St.Louis 18082 P 636695-4221 200 Civic Center l]r. Alan StuMsah 7ravrs Jc+rels CIPP-MO 11/6118 2J,BSfi 00 100% 161 15" Wooccnuck Or Sroirnwater Lirnng mku.II er@lakesaindouls tom Lake SI Louis,MO 5 Pitt doe Park Dave Floyd,City of Pinellas Park P 727369.5623 800060th Street North AngieMiller Slan Krause CIPP-FL 6/30/19 18084 gcrcwal 0,C.11—T 13/etb,2018 Annual Pinellas Perk,Fl 33767 $546,76946 100% 16951 8' dffoyd@pinellas-park corn PetlGdnna,CA Joe Picard,Sub to Granite Construction Company 18085 P 707 472 6175 Ukiah,CA 95482 1324 S State Steel82 wood Complex Jarmann Frazer Todd Chalk CIPP-CA 1022/IS $74,80000 100% 120 36' jouph Picard@gcinC.com Page 31 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP Jose Proltl61 Na1Ba Oatltafa CaBMeI YIIt1111dYen WfYa IS MAlagdY Two CpMFAD" GOW#bft otg�6rq Phoma AZ Hassan Elsend,SRP 18087 P 602.236 4619 3160 S Alma School Rd Mesa, Rodgers David Burbank CIPP-AZ 119 5147,970 00 100% 940 saa24' I.an-e�ha(k&;`th tit hassan.eld@srpnet com AZ Gary Rodgers Jellerson City,MO Darted Kolb,Sub to Stockman Construction Carp 2021 Ie089 P 573 635 1316 lies-l City, M Road Stockman,Shagbark,Snettermen 180906 Jeflersan City,M065109 Jeff HxV Nick Pryor CIDP-MO 12/31116 3104,442O0 100% 2361 8' dak@O.kmana mm Murfreesboro,T/i Jeram,White,Sub to SBW Canal tws,LLC 18090P 615-574-9420 107 Terry Lane Tyler P Deborah CIPP- 50y4,0917�SC5.201v Rehab Coltontown,TN 370/8 „ ��� Barley TN 1127/18 $345,04575 100% 70739 e'.10',IB" jvxh ite@sbwconstructws.[om Batn eore,NO Kevin Wt rneyer.Jacobs 18092 n�r,evwell. OV,150;h 9738960045 1Dalaa999 ryTsaa5201w Street, RUSA� Jason Laney Cory Street CIPP MO 12131/la 33,606,00000 IOWA 2065 94',90.96^ kevin wittmeyer@jacobs.com Franklin,TN Kiev.WMmayer,k&oat s 16093 Cartwr,ghl,reel Nchah,c,r,,rvland MiM11 Scno,i 9738960045 1999Bryan StreeLSuae GI—Spears OeDeborah CIPP-TN 7!8/19 312,404 4e 100% 25 15" I;,:r;m isri kewn w,meyer@jambs cum ��Teaa 75201 USASA Bartley Gtran ls,CA Mike Lorang,Sub to Lemmg Brothers 1175 S Aubum St 10094 P 530 346.8150 Jarmann Frazer Todd Chalk GPP-CA 11/6118 Emer2,ency C�r.ert^wy a9 card@an � •CA 85717 lohgbrothers corn $100,40000 100% 258 td',24' F1-1 Crry,IL Chad Ross,UAage of Fairmont Cly Coc k sor SS aehab Collinsville 16085 P 314 24163D 2601 North 41st St Alan Sb4dsah Trans Jerteh CIPP-IL 1/17119 $55.777 00 100% 329 24' Comet Email Fairmont City,IL 62201 Fort Miss,TX Ruben Contrera,Fort Bliss Water Services Co. 18096 P915564.1332 51 GA Pleas-ton,3rd,31 ON Jarnern Frazer Dm1d Burbank GPP-TX 1221110 31,109.11600 100% 9572 6-.10'.15' :'IPP vl,FIR 1C18 FJ Paso,TX 79916 ru77arhmMmalltlbbs4alnahGcom Fart MContrera,Bliss,TX Ruben Cont ,Fort elks Water Services co 1809801 uv�vl,aH;;118-Ch:nge Order WorkP 915 564 1332 516A Pleasonton,3rd 31 31 ON EI P—.TX 7991Jarmann Frazer David Burbank CIPP-TX 711420 $1,189.579 21 100% 17071 e',101.12l.21' NIlwh�{Y1[<Om 10097 Rohrrert Park,CA Erk;Machado,Sub to Machado Broa 1005 Spring IMI Road Emergercy 5ewer Pond R Wet Wei Lining Phase A P 707 763 7715 Petaluma,CA 94952 Jarmann Fr— Todd Chalk GPP-CA 11/5/16 $56.2011 00 100°b 17 30' machadowothers®mm com Wton iorore,MSt.SDG 7D Robert Harringtcrs,Sub to Hartington 8 Sons 16098 P 410 493 ISMS 100 W 23rd St 1622 ClintChad Rushes Travis Ewen 9 CIPP-MD 310119 $5.00000 100% 245 2Y 771-084 E3altmwe,MD 21211 reharnngton@reharnngton cum Shannon Maimeann,lake Oaks Se w Mobile 78700 Diamond Springs,CA Home Community 4280 Patterson Dr Jannann Frazer Todd Chalk CIPP-CA 11/76/10 536,500 00 100% 20{ 15' Lake Oaks Senirn Mobile Home Community P 5306765541 Diamond Springs,CA 95619 shannonmpp.d-41 net Annie Jones,Sub to SB Wyatt Contracting,Inc. 16101 CenU stisay ution S,K3 P 816.3226SS7 16017Belton. .Slate Poy Jeff Fkrtz Nidi CIPP-KS 721J1110 321,71200 100% 238 C FAd Package No 4 Ustrhbutan System Improvements Belton,MO 64012 P1ya 1bh Watt4aanllaerhglltrwy4R.lpn Port St larch.,FL Darton Brown,City of Port St Lucie 900 BE Ogden an Le 161 D2 Rehab Gravely Sewers.Plpdines 8 Condurts th-ughuut the Cry or Port St Lucke 772 528 p,i Pen St Lucie FL 34983 Angie Miraus Miller Stan Ke GPP-FL x/1119 $181.90000 100% 3980 8' dMown @dryofpsl com Tempe AZ Jim Cooper,City of Tempe 31 Fast Fifth St tela SS Collecoah Work Alta 5 P 48D.3SO.8724 Gary Rodgers David Burbank GPP-AZ 415119 5785,459.34 100% 6403 8',10',12' james_moper@tempe.gov Tempa,AZ 85281 Page 38 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP Job Propita Nay1r Owawrs Contact Intonriatbn AOrlawss snpa,.,bK,e.nt P1°1�ckrge T ComPlatad Palarlt 11".1116111110M,ryPs Complabd Data A,aAnm DIat9lata �M+s t`satpkMb Hooray Hansen.Sub 1P Ameni:an Wt,, Mikaf, 18106 Fort Leavenworth,KS Services 920 E W—h-sk,Rand R,verside Sewer CIPP P 913758-9272 Fort Leavenworth,KS 66027 Danny Brown Nick Pryor CIPP MO 7,'5119 $64 909 00 1C0% 969 6• keilh hansen(d;a,nbater com SL Louis,Mo Brad Biderman,Sub to L Keeley Cunabuction 50C S Ewing Ave 161 C9 Webster Groves Trunk E P 314 621 5933 Suite G A-1 Stuhlsatz Travis Jenels CIPP-MO 4/26/19 $12 310 5;1 100% 283 Contac Email St Lours,MO 63103 8 Stockton,CA AlroA Mohammad,Cdy of Stockton 18714 Della St Sanitary Sewer Rehab v 2099377903 Jarrlrann Frazer Io00 Chalk CIPP CA 12/77719 51,289.47)75 100°'0 1810 33' ahbid mahannad@s[ockton<a gov Lake SL Louis,MO David Mather,PWSD n 1880001 osis Scwer _ m.I:on-c" P 6365613737 Ext 112 100 Water[h Wan Stuhlsall Tom Qualls CIPP MO u5`16 $2886100 100% 589 8" -- _ Fall-M063366 t dmaiher@waurdistrict2 mm Bakirnore,MD Kevin WlKmeyer,Jacobs [9001 148OC2420 Honeyvrtll DMT150,51 973896.0095 1999 Bryan Street,Suite 1200 Jason Laney Cary Street CIPP MD 3/1/19 $2762.98653 100% 1499 kevin w0tmeyer@jacabs mm Dallas,Texas 75201,USA Norco,LA Chns Jores.Sub Io Turner Industries Group,LLC 19003 Norco M! Com lex P 504441 4D98 15536 A 7 7 Jeb H— tick P $289,79000 100% 200 24" 9 P Norco,LA 70079 ryor CIPP LA 318/19 c/ones@[u roar-ind ustr ies.com Caltrans CA Bill Spoon,Sub to Steve Manning Construction,Inc 9004 P 530 fi05 5704 PC Box 491660 02 q H9204,Culla F�,,41-._t Redding,CA 96049 Jar'^grin Faze, Iodd Chalk CI'H A 621/19 $429,12000 100% 1062 24',36' -spoon@smci-conn com Overland Park,KS Brandon Morris Johnson County Waslewaler 19005 P9132075234 4800 Nall Avenue Shannock lraain9 Mission,KS 66202 Danny brown Brent Adams CIPPKS6/13119 $7,87500 10096, 90 6' Brandon.Morris@1[w org 1 sum Warzensburp,MO Jason McCarty,City or Warrensburg 2019 S nda S—Mam Linin P 6602624662 102AS Horten 4 Jef111utz Nick ry g Pryor CIPP-MO 9/30119 jason.m[zarry@warrensbur Wanensbuig,M064093 $66.09]20 10U% 304{ e" g-mo com Kansas C'�' Cody Cook.Sub to Kick Constructionm Company 190'0 MD K— P 816.363 5530 8131 Indiana Ave Gooseneck Creek-N Kansas City,MO 64172 Danny Brown Brent Adams CIPP-MO 42920 $2.370,235 25 100% 65664 8' t0'12'24' ccook@kissickca c- 19011 VA Patrick LeClair,Sub to Vertex 19011 P 616-SOL ub to 3939 W highland Blvd, Brad Sch enn.n Chris Vo 2018 tvl GlcrGonrs Brewery Pipe bring Protect M.1—ukee,Wl 53201 9 T GIPP-WI 7/7t/19 $150,767 BO 100% 459 B"10' i6"24' cleclal,@vortexcompan,es.c'om lorry Ruiz.Sub to A Ruiz Coilstruc9an Co 8 - 9017 San Francisco,CA Assoc.Inc IWI Corband A- Upper Frazer Todd Chalk CIPP-CA 5/17119 Upper Height Tia P 415 647 so" San Francisco,CA 94110 $266.570 CO 100% 229 715' tont'@aruizconztru Rion com Caar4ns,CA Phil Link,State of CA Dept of Tra-portabo r 19018 Placer County near Culiax P 530 366]796 1727 30Th St Conlr I'l hW 03-4F2504 Sacramento,CA 95816 Jarmann Fra— Todd Chalk CIPP CA 8/30119 11.4 80,612 44 100% 299C 18"24'30"42"48" phd zink@dot ca go, San Franeisno,CA Stephen Harry,Sub to Harty Pipelines Inc 9085 19th Avenue 18019 2937)Various L.-t—,Pavement Renovehwi Nu 39 and Sewer Repl--mint P 415 585 6023 San Francisco.CA 94132 Jarmann Faze, Todd Chalk CIPP-CA 9/10/19 $271,225 00 100% 320 16".3'x5' harty Stephen@yaboo curb PaciFrw CA Jeh Harns.Sub to Sierta Mountain Construction,Inc 19021 Sierra Mtn Wel Wealthier F lizalinn V 109 7688120 13919 Mono Way Jarmann Frazer Iodd Chalk CIPP-CA 9/11/19 $61,000 00 100% 250 yua jharris@sierramtn net Sonora,CA 95370 28" Page 39 0192 SAK CONSTRUCTION COMPLETED PROJECTS LIST WJob 6 PlajatrtNeste OtltMta CaK1521 Ytla4lltMlett AMntr$ 8ttpw8lrndMtt pnomMal T"e cow~Oft � � Mogen S¢elove.Washoe County Commtktity 19027 W 7-CI P L,n,,y,NV Services5Dep[ Jarman Fram Todd Chalk GPP-NV 6120119 $1,746,298 00 100% 5w 30" Phds2 t-CIPP Umny Proi2c[ P 775 328 2316 msixelove@ washcecou n ty.us To--,FL Jerry Robinsm,City of Tamarac 19028 P 9548211582 7525 MW Tamarac. 3332Pave27' Miller St..Krouse CIPP-TN 5/19/19 $28,75000 100°/6 915 9" 8"CIPP Jerry.Robinsan@tamarw Ong Tamarac,FL 33321Angie August.,OA Sylvester Rosier,Augusta Utilities Department 19030 452 Walker Street 5907 200 Unwrr Grove Cacle Sanitary Sewer P 706 312.4154 Augusta Ga 30901 Angie Nk9er Stan Krause CIPP-TN 4/19/19 $21,851 26 1170% 290 8' Srosier@augustaga gov Kancas City,MO Alex lvanesou,City of Kansas City 19031 8100075011258.54'N Southern Rd P 916 513 0445 Kansas 00 E 63rd St D �^ny Brown Brent Adams GPP-MO 2171/20 $2,347,909 25 100% 3829 54" Al..Ivanercu@kcmo w$ Nashville,TN Jeff Seal,Sub to Carney Canstrucbon 19034 200 Crutchfield Ave Deborah Overall Croch Ha Ih Valle 615 350 7975 Glen Spears CIPP-TN 7/13/18 $27,20000 10096 365 48" rye Y Nashville,TN 37210 Bartley "Jseal@garnet'cot.' Lake St Lpuis,NO David MaW Mather,PSD 02 19036 Ldhc 51 Louis Sesser It. (Pre P 636 561 3737 Eat 111 100 Walw Or Al..Stuhlsatz pruvemen gram-Cunuac�3 O'Fallon,MO 63366 Tom Oualls CIPP-MO 524119 S15997500 100% 898 8' dmather@waterd Istrletl.cot. Wuodla d CA Mark Near.City of Woodland 19037 P 530 661 5820 300 First St Jarman Fram Todd Chalk GPP-CA 10/18119 S354,22200 100% 238 54' cast Mam PurnP S1dtIJn mark miller@cityolwoodland org Woodland,CA 95695 Owensboro,KY Seam O'Bryan,Regional Water Resource Agency 19040 P 170 297 9211 2101 oro,K Ave Glenn ars Deborah 2019-1?,CIPP t9�7 CMerabro,KY 42307 Bartley. GPP-KV 12/30119 597583800 100% 2835 30,36,42,48 OBRYANSMLDrwra.wg Wast Manchester T—i l PA Steve Cordaro,Dawood Engineering,Inc 18041 P' P 717-732 8576 380 East Road,York, Chad Rusher Travis Ewn CIPP-PA 12/23/19 $251.291 00 100°.6 5860 8' 2019 S. Relining t1 PAA 17 17408 9 a3wdaro@aawded,:3 John Hodges,Paducah-McCraken Joint Sewer 19043 Paducah,KY Agen y 621 Northwew Street Josh Grote/Tyler Debwah CIPP-KY 2/1120 $1,012,940 00 100% 11751 6'.10",12",15",19".21" W 2019 V Collection System P 270575 0056 Paducah,KY 42901 Partridge/John Gfick BarBey 24".2T jhodges@lointsewer com Raytown,NO Jason Hanson,City of Raylown 10000 East 591h St 19044 20191nlAtrdo—41nflow P 81673]6012 Danny Br— Brent Adams G .58 PP MO 920/19 $201500 100% 3386 8' iasonh@raytwpn mous Raytowsm,M064173 Sant.Roca Tracy Duenas,City of Santa Rosa 19048 P707543.3952 to Rose,Storry Code Brandon Smith Todd Chalk CIPP-CA 12/3119 $2,694,8%21 100% 1663 30".36',48' Trunk LImn9 Santa Rosa,CA 95401 tduenas@srOty org Jason Rayer,Sub to Emerald Coast Utility Servrces, 19049 EgIm Air Force Base,FL Inc 608 Range Road Brett Ray/Tyler Deborah CIPP-FL 6130/19 $22.54260 100% 635 8' ASUA East Coast 19939 P 850.324-2595 Eg m AFB,FI 32542 Partridge Bartley Jason Drayer@asuslnccom Whiteville,TN Steven Bing PM,Sub to Argo Construction 9394 Cordova Park Rd Deborah 19053 San,rary Sourer Rohan P 901 753 3673 e.[306 Cordova,TN 38018 Tyler Partridge BartleyCIPP-TN 923119 $75,65250 100% 1653 8' sbing@areoconstructioncorp con, DeSoln MO Charles Roop,City of DeSoto 19055 ..en t.ry Sewer Rrheb P 636-566-3326 17 Boyd St.DeSoto NO 63020 Alan Stuhkatz Chia Vogl CIPP-MO 12/18/19 S188,96240 100% 7110 8' c roup@desa[omo mm Page 40 of 42 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP J b. pmol Nam o...e.Conba Intonrwtion Addy... &rw7G1 Prol.rs Type 1=mMarA I)aa C0A1MiYd P"°a"t F°°Okya Iltanllq.r Atleurt Poniard Carpyla Oi.nr.I.r. 0veen.boro,KY Dirk DPoper,City of CMen.boro 19056 2019 CW ed in Place Pi P 27u 687 8643 101 E 4th St joDeborah Pipe RDJ@owen.boro.o,g Owensboro,KY 42302 Bartley Ch'P KY 12,31/19 $240,15000 100`/0 1435 1S'18'.24 54" Hubbard,IA Robed Imsland,City of Hubbard 190''9 N - . n (:It+P .q Phase 2 Sarnla'y Sewer Lining P 6418643187 323 E Maple St aStuh'satz mslantl<i[yhub@gma'I Hubbard.IA 50122 Gns Vu 9t 12219 $302 490 OC 'CC% /06C H' icam Hubbard,IA Jce Writer.Sub to On Track Conshucbon,LL C 1 9059 01 P 888-850-0208 13166th St,STE 109 Nan ShlhlsaV Phase 2 Sanitary Se Lining Nevada,IA 50201 Cn,s Vogt CBPP IA 12/2119 S2,81!3 50 100% 0 joe@pntrackiowa.com FM Wry,KS Brian Petersen,Sub to Olgoonik D,ers'ked Sees '.9062 DIO Conhucuon Cu'.I'«t P 785 784 8444 Jeff Fkrh hI,,k Pryor CIPP-KS 8/6/19 $46,550 00 100% 330 24" bpeterson@olgoonik tom Ellicott City,MO Danny Childress,Sub to HT1 Contractors 19063 Court House Slo�Stabikzahon P 410-781-0155 4535 Sykesville Road Josh Grote Travis Ew1n CIPP-MD 811/19 pc dchildress@hhcontractors cora Finksburg.MA 21048 9 $57,75000 100% 1U3 36' Marion,er^h IA Jacob Hahn.City of Manon 225 6th Avenue,Suite 200 19068 2019 5nnila Sew16r,", P 319-743-6340 Nan StjnU Chis Vo CIPP-IA 11 n,15 ry I 9 lhah,C.otyofmanon.,g Manon,IA 52302 $196,5006' 100% 1101 e' t0' Fort M FL AI c:as:ng,coy of Fon Myers 4200 Dr Martin Luther Kng Jr 9�9 yorq 239321.7594 Blvd Angie Mrause Miller Sean Kt'IPP F-. 9/24119 568.42500 1009;, 2080 8' Georgelowr,Co rnnunrry Sever Rr-pair .casing@cityftmyi,r s com Fon Myers,FL 33916 9L Lai.,NO Steve Welnick,Metropolitan STL Sewer District 1907, P 314 768 6378 2350 Markel S7 Alan SNhN.L, frau'.Jenels CIPP-MO $656,254 73 100°,0 516 Butler Hill St Lours MO 63103 920119 30' swelh'ckC¢sOmsd com ' Hifi-""I SC Mike Fleury,South Island Pubic Service!] n t st.9079 702 271 7630 2 Genesla St Sewer Rehah.Phase 4 IYI!an Head Island,SC 29928 A'g'o Miller Stan Krause CIPP-SC '2/I1119 $692.86400 1009:, 9157 6".8",10',17,15',20" mfleury@rarnllocom Jue $1628 824 00 100`6 Collinshis. ,Sub to Overland Contracting,Inc 19061 MMad Island d P 7316168922 John Glick Deborah CIPP-TN 1/3120 60" Mud sla , 1860 Coll'nsll @overlandcanwarring com Bartley i>floarrkl AZ Travis Monk,Sub to B 8 F Cormachng 19086 P 602.3269282 1101t N 23rd Ave Ga Rod faav,d Burbank CIPP Al 10/2119 $1,122,16500 100-1. 19303 8"10"15' Nurthe'n Avc Z. k.AZ 85029 Gary gefS "or" com Denny Langley,Sub to t angley Muahlnerger 19087 Miss"'n Hills,KS Concrete Construction 54 N 10Th Street Danny Brown Brent Adams CIPP KS 9/19/19 $23,50000 100% 55 24" En.ley Lane 63rd to Miss,.,Dr P 913 371 1070 Kansas City,KS 66102 ciprj6@gmail com John Braun,City of Hays Sanitary Sewer CIPP Lining,2.019 Ot Hays,KS 67501 1002 Vina Street y rown 19081 Hays,KS P 7856230680 Dann BBrent Adams CIPP KS 1219119 $391,41150 10046 16333 8-,101 Contact FinaA Dower,PA Jeffrey Spangler,Dover Borough 46 Butler Road 191194 84fi-4373 Dover PA 17375 Jost,Grote Travis Evnng CIPP Pq 1131/20 $32 27600 100% 0 PVC Liner'? DeMood,Maplewood,V✓JIuw SS Pry?U,,,, P 117 jspangler@jrholly com PinMlas Park,FL Uave Floyd,CTy of PYhella.Park 19097 Renewal 7 Conhflc113`014 Z019Annual T7276470183 625082nd Ave qn M,ler Stan Krause CIPFFL 12179/20 Pinellas Park FL.-1.1 g1P $549,000 00 100% 16617 8'.10",/2' Project Name dfloytl@gnellas-park com 1age41 n141 SAK CONSTRUCTION COMPLETED PROJECTS LIST VP,f.013 Pngaet Rterte o.rlK.Contract Ylletnrrhr Address ergaerrdart s r TWO G,�ya+pr Allod o� pggd. Reno,NV Jon Simpson.City of Reno 1 East 1st St Bm Flo« 19100 ?4001 Ot 2019 Sourer Rehab Ph-? P 775 689 2961 Reno,NV ft Fl Jarmmm Frazer Todd Chalk CIPP-NV 611920 $8,330214 69 100% 24907 8".Ill'97485'.1660'• stmpse AD a.o gov Mission Woods,KS John Sullivan,City of WestwVod Hills.KS 19101 KS 2019 CIPP P 913 2071214 W 25457th St 66205 Danny Brown Brent Adams CIPP-KS 12/3179 $76,37300 100% 384 12",18'.36' john sullr an@washi oodks org estw—d. Jennifer Williams,Sub to Ideal Landscape 18110 SL Louis,MO Corlstruobon,Inc 6252 Olsen Road Alan SNhkal Travis ferrets CIPP-MO 50"l2O $31,17500 100% 213 1s" Shrva Cl P 314.892.9500 eat 122 St Louis,MO 63129 1viNams.)arrlrhr�ldwtandxape z4xn Franklin,IN Brad Gantry,Sub to IWM Consulting 19113 P 3179689256 7423 evrele Big Siebert Chris Sanitary Sr Lining - . Lining Indmappolis,olk,IN/6262 14 CIPP-IN 12/19/19 $112,30700 100% 1279 S'.12' hgentry@iwmconsu It.cam Alfhon,MD Kent Piskulich,Sub to RPA Construmm 10677 Trenton Ave 18119 Aman Fl,z P 31442761 1001 Nan Stuhlaaa Travis Jenels CIPP-MO Irz 20 379,885 00 100% 138 24"x 36' kp@rpa-n t.com St Louis,M063132 Vent vin.MO Jeff Kelly,Jeff Kelly Homes 79121 NO 630005 P 636 375 2726 CheslarfieMl,17898 vt.rfi fieto Airport Rd Bmclxy For est Ct Storm Sewer gran Stuhkat: Travis Jenels CIPP-MO 12/12/19 531,95000 100% 252 21' jeHkeltyhames@<enturyteLnet Nina Chriatmsen.Sub to Interface Corrsbuc3on 18724 Crave Coeur, Corp 8401 Wabash Ave BayerBldg P 3l4 522 101 l St Louis,MO 63131-1 8 3 7 Nan Shuhnatz Travis Jenels CIPP-MO 1217/19 $22,50000 100% 158 8' . O annac@mterfacestl cam Shannon Mabniaring.Lake Oaks Senior Mobile 19125 Dtar d Springs,CA Home Community 4280 Paeerson Or LOak Senior Mobde H. C rri P 530 676.5541 Diamond Springs,CA 95619 Jarmann Frazer Todd Chalk CIPP-G 11/12/19 $53,50000 100% 422 12',15" xhannon m@ parbell.ire t LUanaR CA Peter Molinelk,Sub to Merlin Brothers Construction 3301 Folsom BNtl 19127 Rachel Ln Storm Dram P 209 256 1995 Ste 260 Sacramento,CA Jarmann Freer Todd Chalk CIPP-CA 113120 $56,00000 100% 202 30',36' pmdnelk0mairlinbrosleas net 95826 SiPattsiddaiAZ Hassan Elsaad. 19131 Monlee"If,6 Jackrabbg P 602 2364619 3160 3Area 9s1raal Rd M.". Jarman,Frazer David Burbank CIPP-AZ 311320 $419,20000 100% 1370 36" Has—Eli aad@umet mm Indianola IA Rick Graves,City of Indianola 19133 5 P 515-962-5284 11870 Hoover St Nan Swhlsate Ctrs V CIPP-'A 51420 366.540 00 100% 23W 8' Sew+Mam :alzval R.dyU r8raves@indisndaiowa gov InOanda,IA 50125 Rocklin,CA Rid Lawrence,Gly of Rocklin 4081 Alis Coon Bandon Emergency P 916 625 5521 Rocklin CA 95677 Brandon SmM Todd Chalk CIPP-CA 12420 $35,000 00 100% 260 21' 20002 Pacific St 9nkhole E richard Imirence@rocklin ca us Mike Leaning,Sub to Lwang Brothers Construction, 20004 C.Rnans,CA Inc 1176S Aiibrn SI Jarmann Frazer Todd Chalk CIPP-CA 21720 $23,00000 100% 100 18" Emergency Culvert Hwy 183 P 530.346 8150 Colfax,CA 95713 carol@brangl rathers.cam FFoenix AZ Kris Comm.Sub to Li Builders,Inc 20014 Helios Education Foundation P 602 920 0122 3080 N Crvic Cents 110U Gary Rodgers David Burbank CIPP-AZ 313120 $29,62900 100% Sol 8' kris.comon@katerra cam Scottsdale.AZ 85525251 Naw IaWsn,MO Peter Ott n.City of New Haven 20019 P 5 CPP 2020 New 73-291-0252 101 Front SI Al-SNh... Ctrs V.gt CIPP-MO 514120 346,381 25 1 100% 1710 S' Haven,NO 63068 peter.ottrn@newhavenmo ag Page 42 of 42 SAK SAK MAJOR CIPP EQUIPMENT MAJOR CURED-IN-PLACE EQUIPMENT Boiler System Water Boiler Steam Boiler Inversion System Shooter Air Compressor A-Frame(Water Inversion) Jetter Unit Jetter Truck/Trailer Vactor Truck TV Inspection Unit CCN Truck w/Robotic Video Camera and Cutter System Support Trucks 3/4 Ton Pickup 11/2 Ton Pickup Wet-Out Tube Transport Road Trucker Refrigerated Trailers By-Pass Pumps and Piping 2"-4" for Small Diameter CIPP Large Bypass Equipment up to 12"Pumps/HDPE discharge(only when necessary) Traffic Control (Cones, Barricades, Flexible Drums, Signs & Changeable Message Signs) Confined Space Entry Equipment SAK SAK LITIGATION HISTORY SAK LITIGATION/CLAIMS HISTORY - PAST FIVE YEARS •SAK Construction, LLC vs. City of Decatur and Bainbridge, Gee, Milanski and Associates, Inc. (2014) ° City of Decatur,#1 Gary K.Anderson Plaza,Decatur,IL 62523 and Bainbridge,Gee,Milanski and Associates,Inc., 1670 S.Taylorville Road,Decatur,IL 62521 ° Litigation regarding City of Decatur and Bainbridge,Gee,Milanski and Associates,Inc.to recover costs and payments due to rehabilitating sewage pipes for the City. ° Settlement reached prior to trial(settlement confidential) CONFIDENTIAL , Quality Manage ent system manual SAK Construction , LLC CIPP Division • • 1� Quality Management System Manual SAK Construction,LLC, CIPP Division Quality Management System Manual TABLE OF CONTENTS 1.Introduction.......................................................................................... 7 2.Description and Approval....................................................................................................7 3.Quality Policy and Objectives..............................................................................................8 4.Quality Management System...............................................................................................9 4.1 General Requirements......................................................................................................9 4.2 Documentation Requirements......................................................................................9 4.3 Control of Documents.................................................................................................. 10 _4.4 Control of Records....................................................................................................... 11 5.Management Responsibility...............................................................................................11 _5.1 Management Commitment......................................................................................... 11 _5.2 Customer Focus............................................................................................................ 11 5.3 Quality Policy............................................................................................................... 11 _5.4 Quality Objectives........................................................................................................ 12 5.5 Quality Management System Planning...................................................................... 12 _5.6 Responsibility and Authority...................................................................................... 12 5.7 Management Representative....................................................................................... 12 5.8 Internal Communication............................................................................................. 13 _5.9 Management Review.................................................................................................... 13 5.9.1 Review Input(Management Review Agenda Items)............................................. 13 5.9.2 Review Output(Management Review Action Items)............................................ 13 6.Resource Management.......................................................................................................14 6.1 Provision of Resources................................................................................................. 14 6.2 Human Resources........................................................................................................ 14 6.2.1 Competence,Awareness,and Training.................................................................. 14 _6.3 Infrastructure............................................................................................................... 14 _.6.4 Work Environment...................................................................................................... 14 7.Production Services Realization........................................................................................15 7.1 Planning of Production Services................................................................................. 15 7.2 Customer-Related Processes....................................................................................... 15 _7.2.1 Review of Requirements Related to Product.......................................................... 15 _7.2.2 Customer Communication....................................................................................... 16 _7.3 Design and Development............................................................................................. 16 7.4 Purchasing.................................................................................................................... 16 _7.5 Production and Service................................................................................................ 17 7.5.1 Control of Production and Service.......................................................................... 17 _7.5.2 Validation of Processes for Production and Service Provision............................. 17 SAK Construction,LLC C1PP Division Page 5 of 23 QM Rev.OB 1 O'Fallon,MO Do Not Copy Date Effective: Quality Management System Manual 7.5.3 Identification and Traceability................................................................................... 17 7.5.4 Customer Property...................................................................................................... 18 7.5.5 Preservation of Product............................................................................................... 18 7.6 Control of Monitoring and Measuring Devices............................................................ 18 8.Measurement,Analysis and Improvement.......................................................................19 _8.1 General.......................................................................................................................... 19 _8.2 Monitoring and Measurement.................................................................................... 19 _8.3 Internal Audit............................................................................................................... 19 _8.4 Monitoring and Measurement of Processes ..............................................................20 8.5 Monitoring and Measurement of Product................................................................. 20 8.6 Control of Nonconforming Product...........................................................................20 _8.7 Analysis of Data............................................................................................................21 8.8 Continual Improvement..............................................................................................21 _8.9 Corrective Action.........................................................................................................22 _8.10 Preventive Action.......................................................................................................22 9.QMS Process Model...........................................................................................................23 SAK Construction,LLC,CIPP Division Page 6 of 23 QM Rev.00 O'Fallon,MO Do Not Copy Date Effective:02/25/08 TM SAK TI Pipeline Infrastructure. Solved. QA/QC Plan and Work Instructions For CIPP Installation and Services Reference: Quality Management System Manual Section 7.5.1 Control of Production and Service 636.385.1000 tet 636.385.1100 fax tSAK 864 Hoff Road O'Fallon,MO 63366 t'ipchne ioodsttucture,Solved wwwsakcon.com t Introduction and Table of Contents Introduction: These guidelines and work instructions are provided to assure that CIPP installations are performed according to ASTM procedures, manufacturer's recommendations, and contract specifications. Table of Contents: 1.0 Contract Specifications and Engineering Application 1.1 Design Calculations 2.0 Project Management and Planning 3.0 CIPP Installation Outline, Planning, and Instructions 4.0 Pre-installation Cleaning and Video Requirements 5.0 Processing CIPP with Steam 6.0 CIPP Inversion with Water 7.0 Cure Procedure for Polyester Resin in CIPP Applications 8.0 Post-Installation Video Requirements 9.0 CIPP Sampling Procedures 10.0 CIPP Testing Procedures The information provided from the Quality Management System Manual,including the QA/QC Plan and Work Instructions for CIPP Installation and Services are proprietary and have been reduced to the Table of Contents for Confidentiality Reasons. If additional information is requested it can be discussed or provided (if necessary) at a later time. AGREEMENT BETWEEN CITY OF RIVERSIDE, MISSOURI AND Contractor: SAK Construction LLC FOR COMPLETION OF 2020 INDIAN HILLS CIPP PROJECT Project No. 152-020 RESOLUTION NO.: CONTRACT PRICE: $62,235.00 26 AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR 2020 INDIAN HILLS CIPP PROJECT Project No: 152-020 THIS AGREEMENT, made and entered into as of the a day of OCUER,, 2020, by and between the City of Riverside, Missouri ("City"), and SAK Construction, LLC ("Contractor"), shall govern all Work to be provided by Contractor for City on the Project. WHEREAS, City, under the provisions of Resolution No. 2OZO— IN , duly approved on the 20a'day of October, 2020 and by virtue of the authority vested in City by the general ordinances of City, intends to enter into one or more contracts for the Project; and WHEREAS, the Mayor is authorized and empowered by City to execute contracts on behalf of City, and the City Administrator ("Administrator") is authorized to perform Administrator's functions set forth in this Agreement; and WHEREAS, Administrator may designate one or more engineers, architects, or other persons to assist Administrator in performing Administrator's functions under this Agreement; and WHEREAS, City desires to enter into an agreement with Contractor to obtain labor, services, materials, supplies, tools, equipment, supervision, management, and other items as set forth in this Agreement; and WHEREAS, Contractor represents that Contractor is equipped, competent, and able to provide all the Work, in accordance with this Agreement; NOW THEREFORE, in consideration of the mutual covenants and consideration herein contained, IT IS HEREBY AGREED by City and Contractor as follows: ARTICLE I DEFINITIONS As used in this Agreement and the other Contract Documents, the following words and phrases shall have the respective meanings set forth below. Any capitalized terms used but not defined in this Agreement shall have the meanings given to such terms in the other Contract Documents. A. "Administrator"has the meaning set forth in the recitals of this Agreement. B. "Application for Payment" has the meaning set forth in Article Vl, Paragraph A of this Agreement. C. "City"has the meaning set forth in the preamble of this Agreement. 27 D. "Change Order" means a change to the Project, which has been approved in accordance with the terms of this Agreement, specifically including, without limitation, the requirements set forth in Article VII of this Agreement. E. "Contract Amount'has the meaning set forth in Article III,Paragraph A of this Agreement. F. "Contract Documents" has the meaning set forth in Article V, Paragraph A of this Agreement. G. "Contractor"has the meaning set forth in the preamble of this Agreement. H. "Notice to Proceed"has the meaning set forth in Article IV,Paragraph A of this Agreement. I. "Project' means the building, facility, and/or other improvements for which Contractor is to provide Work under this Agreement. The Project may also include construction by City or others. J. "Resident Project Representative"means the following employee of the City of Riverside who shall manage the Project on behalf of the City: Travis Hoover-thoover(a-)riversidemo.com 816- 372-9004. K. "Subcontractor"means a person, firm or corporation supplying labor and materials or only labor for the Work for, and under separate contract or agreement with,the Contractor. L. "Substantial Completion" means the stage in the progress of the Work where the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the City can occupy or utilize the Work for its intended use. M. "Work"or"Work on the Project'means work to be performed at the location of the Project, including the transportation of materials and supplies to or from the location of the Project by employees of the Contractor and any Subcontractor. Work shall include all labor, services, materials, supplies, tools, equipment, supervision, management, and anything else necessary to accomplish the results and objectives described in Exhibit C (Scope of Work) and Exhibit D (Technical Specifications) to this Agreement and the other Contract Documents, in full compliance with all requirements set forth in the Contract Documents, subject to additions, deletions, and other changes as provided for in this Agreement. The Work may refer to the whole Project,or only a part of the Project if work on the Project also is being performed by City or others. ARTICLE II THE PROJECT AND THE WORK A. Contractor shall provide and pay for all Work for the Project. B. Contractor represents that it has evaluated and satisfied itself as to all conditions and limitations under which the Work is to be performed, including, without limitation, (1) the location, condition, layout, and nature of the Project site and surrounding areas, (2)generally prevailing climatic conditions, (3) labor supply and costs, and (4) availability and cost of materials, tools, and equipment. 28 City shall not be required to make any adjustment in either the Contract Amount or the time for performance of the Work because of Contractor's failure to do so. C. The Resident Project Representative shall act as the City's representative during the construction period, shall decide questions which may arise as the quality and acceptability of materials furnished and Work performed, and shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Resident Project Representative may recommend, but cannot approve Change Orders resulting in an increase in time of performance or payments due to Contractor. The Resident Project Representative will make visits to the site and determine if the Work is proceeding in accordance with the Contract Documents. The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship, and execution of the Work. Inspections may be at the factory or fabrication plant of the source of the material supply. The Resident Project Representative will not be responsible for the construction means, controls, techniques, sequences, procedures or construction safety. D. Contractor may be furnished additional instructions and detail drawings by the Resident Project Representative, as necessary to carry out the Work required by the Contract Documents. The additional drawings and instructions thus supplied will become a part of the contract drawings, and the Contractor shall carry out the Work in accordance with the additional detail drawings and instructions. ARTICLE III CONTRACT AMOUNT A. Provided Contractor performs all Work in accordance with the Contract Documents and complies fully with each and every obligation of Contractor under the Contract Documents, City shall pay Contractor the sum of Sixty-Two Thousand Two Hundred Thirty-Five Dollars ($62,235.00). This amount shall include all costs, permit fees,profit,overhead,expenses,taxes,and compensation of every kind related to the Work, and shall be referred to as the"Contract Amount." B. The Contract Amount is subject to final determination of Work performed at unit prices set forth in the Bid for Unit Price Contracts completed by Contractor. The quantities of unit price Work set forth in Contractor's Bid for Unit Price Contracts are estimates only, are not guaranteed, and are solely for the purpose of comparing bids and determining an initial Contract Amount. Unless otherwise stated elsewhere in the Contract Documents, (1) determination of the actual quantities and classifications of unit price Work performed will be made by City and (2) final payment for all unit price items set forth in Contractor's Bid for Unit Price Contracts will be based on actual quantities as determined by City. The Contractor is responsible for verifying the unit quantities before excavation and/or installation at the Project site. Contractor shall identify and notify the City of any variance in unit quantities in excess of ten percent (10%) of the amount set forth in Contractor's Bid for Unit Price Contracts IN ADVANCE of performing the Work. Any increase in quantities of materials or Work performed as a result of over- excavation by Contractor will not be compensated. C. Payment of the Contract Amount shall be full compensation for all labor, services, materials,supplies,tools,equipment,supervision,management,and anything else necessary to complete the respective items in place, in full compliance with all requirements set forth in the Contract Documents. All costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind related to the Work are included in the Contract Amount. No labor, services, materials, supplies, tools, 29 equipment, supervision, management, or anything else required by the Contract Documents for the proper and successful completion of the Work shall be paid for outside of or in addition to the Contract Amount. The Work set forth in the Contract Amount shall be itemized in Contractor's Bid for Unit Price Contracts. All Work not specifically set forth in Contractor's Bid for Unit Price Contracts as a separate pay item is a subsidiary obligation of Contractor, and all costs, permit fees, profit, overhead, expenses, taxes and compensation of every kind in connection therewith are included in the Contract Amount set forth in Contractor's Bid for Unit Price Contracts. D. THIS AGREEMENT IS SUBJECT TO THE CITY ORDINANCES, AND PAYMENT SHALL BE LIMITED TO THE AMOUNT OF PARTICULAR APPROPRIATION FOR THE WORK BY THE BOARD OF ALDERMEN. THE TOTAL PAYMENT UNDER THIS AGREEMENT SHALL NOT EXCEED THE APPROPRIATION CONTAINED IN THE APPLICABLE RESOLUTIONS OR ORDINANCES ADOPTED BY THE BOARD OF ALDERMEN AUTHORIZING THE WORK AND CONTRACTOR SHALL NOT SEEK,NOR BE ENTITLED TO, PAYMENT EXCEEDING THIS AMOUNT UNLESS CITY DIRECTS CONTRACTOR TO PERFORM ADDITIONAL WORK IN ACCORDANCE WITH THIS AGREEMENT, AND CITY ENACTS ANOTHER RESOLUTION OR ORDINANCE AUTHORIZING THE AMOUNT CITY AGREES TO PAY UNDER THIS AGREEMENT. ARTICLE IV PROGRESS OF WORK/SUBMITTALS A. COMMENCEMENT OF WORK.The date of beginning and the time for completion of the Work are essential conditions of the Contract Documents. Contractor shall commence performance of the Work on the date indicated in a written notice ("Notice to Proceed") that shall be given by City to Contractor. B. TIME FOR COMPLETION. Contractor shall achieve Substantial Completion, as defined in Article I hereof, no later than 03/15/2021 or 120 Calendar Days from Notice to Proceed. The Contractor will proceed with the Work at such rate of progress to ensure Substantial Completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the City, that the contract time to achieve Substantial Completion of the Work described herein is a reasonable time,taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work. No extensions will be granted, except in case of unusual (unseasonable) weather conditions or additional work requested by the City under Change Order. Following Substantial Completion,Contractor shall proceed to complete all uncompleted Work items as promptly as permitted by weather conditions or any other conditions affecting completion of the Work. C. LIQUIDATED DAMAGES. If Contractor fails to achieve Substantial Completion of all the Work as set forth in the Contract Documents,Contractor shall pay City$100.00 per day,as liquidated damages and not as a penalty, for each calendar day after such date, until Substantial Completion of all the Work is achieved. Contractor agrees that the sum of $100.00 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Contractor's failure to complete the Project within the time outlined above and that such liquidated damages in this section are not penal in nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for such delays. Recovery of liquidated damages is not City's exclusive remedy for Contractor's failure to achieve Substantial Completion in accordance with this Agreement. Specifically,but without limitation, 30 City may exercise any of its default or termination rights under this Agreement under all circumstances described herein, including but not limited to Contractor's failure to achieve Substantial Completion in accordance with Paragraph B above. Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to unforeseen causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or the public enemy, acts of the City, acts of another contractor in the performance of a contract with the City, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and abnormal and unforeseeable weather provided that the Contractor has given written notice of such delay to the City within five(5)days of the event causing such delay. D. TIME OF THE ESSENCE. Time is of the essence in the performance of the Work and any other Contractor obligations under the Contract Documents. Contractor shall upon commencement of construction work daily to complete the Work except for Saturdays, Sundays, holidays, and days of inclement weather. This Paragraph does not preclude Contractor from working Saturdays, Sundays, holidays,or days of inclement weather. Contractor shall give the City at least 48 hours notice if intending to work on Saturday, Sunday, holidays or days of impending inclement weather. E. CONSTRUCTION SCHEDULE. Promptly after the execution of this Agreement, and in any event before commencing performance of the Work, Contractor shall submit to City for approval a construction schedule that specifies the dates on which Contractor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. Upon City's written approval of the schedule, Contractor shall comply with it unless directed by City to do otherwise. Contractor shall update the schedule on a monthly basis or at more frequent appropriate intervals if required by the conditions of the Work and the Project. With each Application for Payment under Article VI of this Agreement, Contractor shall submit an updated, current schedule. Neither the original schedule nor any update shall exceed time limits for the entire Project under the Contract Documents. F. PHOTOGRAPHS OF PROJECT. The Contractor shall furnish photographs of the Project site in the number,type,and stage as enumerated below: 1. Pre-Construction photos- minimum of 15 ground level digital shots 2 Construction photos of significant changes-minimum of 15 ground level digital shots 3. Post Construction photos- minimum of 15 ground level digital shots G. DELAY IN PERFORMANCE. In the event the City determines that performance of the Work is not progressing as required by the Contract Documents or that the Work is being unnecessarily delayed or will not be finished within the prescribed time,the City may, in the City's sole discretion and in addition to any other right or remedy City may have, require Contractor, at Contractor's sole cost, to accelerate Contractor's progress. Such acceleration shall continue until the progress of the Work complies with the Contract Documents and clearly indicates that all Work will be completed within the prescribed time. H. SUSPENSION OF WORK. The City may suspend the Work or any portion thereof for a period of not more than ninety(90)days or such further time as agreed upon by the Contractor,by written notice to the Contractor which shall fix the date on which Work shall be resumed. The Contractor will resume the Work on the date so fixed. The Contractor will be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to any suspension 31 I. DRAWINGS AND SPECIFICATIONS. The intent of the drawings and specifications is that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for the proper execution of the Work in accordance with the Contract Documents and all incidental Work necessary to complete the Project in an acceptable manner,ready for use,occupancy or operation by the City. In case of conflict between the drawings and specification, the specifications shall govern. Figure dimensions on drawings shall govern over general drawings. Any discrepancies found between the drawings and specifications and site conditions or any inconsistencies or ambiguities in the drawings or specifications shall be immediately reported to the Resident Project Representative in writing,who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk. J. SHOP DRAWINGS. Contractor shall submit to Resident Project Representative for review all shop drawings, samples, product data, and similar submittals required by the Contract Documents. Contractor shall be responsible to City for the accuracy and conformity of its submittals to the Contract Documents. Shop drawings shall bear the Contractor's certification that it has reviewed, checked and approved the shop drawings and that they are in conformance with the requirements of the Contract Documents. Contractor shall prepare and deliver its submittals to City in a manner consistent with the construction schedule and in such time and sequence so as not to delay performance of the Work. Portions of the Work requiring a shop drawing or sample submission shall not begin until the shop drawing or submission has been reviewed by the Resident Project Representative. Review of any Contractor submittal shall not be deemed to authorize deviations, substitutions, or changes in the requirements of the Contract Documents unless express written approval is obtained from City specifically authorizing such deviation, substitution,or change. When submitted for the Resident Project Representative's review, any shop drawing which substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. If the Contract Documents do not contain submittal requirements pertaining to the Work, Contractor agrees upon request to submit in a timely fashion to City for review by Resident Project Representative any shop drawings,samples,product data, manufacturers' literature, or similar submittals as may reasonably be required by City. Contractor shall perform all Work strictly in accordance with approved submittals. Resident Project Representative's review does not relieve Contractor from responsibility for defective Work resulting from errors or omissions of any kind on the reviewed submittals. A copy of each shop drawing and each sample shall be kept in good order by the Contractor at the site and shall be available to the Resident Project Representative. K. MATERIALS, SERVICES AND FACILITIES. It is understood that except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature,and all other services and facilities of any nature whatsoever necessary to execute,complete,and deliver the Work within the specified time. Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the Work. Stored materials and equipment to be incorporated in the Work shall be located so as to facilitate prompt inspection. Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. Material, supplies and equipment shall be in accordance with samples submitted by the Contractor and approved by the Resident Project Representative. Materials, supplies or equipment to be incorporated into the Work shall not be purchased by the Contractor or by any Subcontractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is 32 retained by the seller. L. INSPECTION AND TESTING OF MATERIALS. All materials and equipment used in the construction of the Project shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the Contract Documents. The Contractor shall provide at the Contractor's expense the testing and inspection services required by the Contract Documents. The City shall provide all inspection and testing services not required by the Contract Documents. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested or approved by someone other than the Contractor, the Contractor will give the Resident Project Representative timely notice of readiness. The Contractor will then furnish the Resident Project Representative the required certificates of inspection, testing approval. Inspections, tests or approvals by the Resident Project Representative or others shall not relieve the Contractor from the obligation to perform the Work in accordance with the requirements of the Contract Documents. The Resident Project Representative and the City's representatives will at all times have access to the Work. In addition, authorized representatives and agents of any participating Federal or State agency shall be permitted to inspect all Work,materials,payrolls,records or personnel, invoices of materials and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the Work and also for any inspection or testing thereof. If any Work is covered prior to inspection by the Resident Project Representative it must, if requested by the Resident Project Representative, be uncovered for the Resident Project Representative's observation and replaced at the Contractor's expense. If the Resident Project Representative considers it necessary or advisable that covered Work be inspected or tested by others, the Contractor,at the Resident Project Representative's request,will uncover,expose or otherwise make available for observation, inspection or testing as the Resident Project Representative may require, that portion of the Work in question, furnishing all necessary labor, materials, tools and equipment. M. CORRECTION OF WORK. The Contractor shall promptly remove from the Project site all Work rejected by the Resident Project Representative for failure to comply with the Contract Documents, whether incorporated in the construction or not, and the Contractor shall promptly replace and re-execute the Work in accordance with the Contract Documents and without expense to the City and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. All removal and replacement Work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected Work within ten (10)days after receipt of written notice,the City may remove such Work and store the materials at the expense of the Contractor. N. SUBSTITUTIONS. Whenever a material, article, or piece of equipment is identified on the drawings and specifications by referenced to brand name or catalog numbers, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacitates, quality and function shall be considered. The Contractor may recommend the substitution of material, article or piece of equipment of equal substance and function for those referred to in the Contract Documents by referenced to brand name or catalog number, if, in. the opinion of the City, such material,article or piece of equipment is of equal substance function to that specified, the City may approve, in writing, its substitution and use by the Contractor. Any cost differential shall be deductible from the contract price and in such event the Contract Documents shall be modified by Change Order.The Contractor warrants that if substitutes are approved,no major changes 33 in the function or general design of the Project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the contract price or contract time. O. LANDS& RIGHT OF WAY. Prior to issuance of Notice to Proceed,the City shall obtain all lands and rights-of-way necessary for the carrying out and completion of Work to be performed pursuant to the Contract Documents, unless otherwise mutually agreed by the Contractor and City, in writing. The City shall provide to Contractor information which delineates and describes the lands owned and right of way acquired. The Contractor shall provide at its own expense and without liability to the City any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. P. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all boundary surveys and establish all base lines for locating the principal component parts of the Work together with a suitable number of bench marks adjacent to the Work as shown in the Contract Documents. From the information provided by the City, unless otherwise specified in the Contract Documents,the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pipe locations and other working points, lines,elevations and cut sheets. The Contractor shall carefully preserve bench marks, reference points and stakes and, in case of willful or careless destruction, shall be charged with the resulting expense and shall be responsible for any mistake that may be caused by their unnecessary loss or disturbance. Permits and licenses of temporary nature necessary for the prosecution of the Work shall be secured and paid for by the Contractor unless otherwise stated in the supplemental general conditions. Permits,licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City, unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the Work as drawn and specified. If the Contractor observes that the Contract Documents are at variance therewith, the Contractor shall promptly notify the City in writing, and any necessary changes shall be adjusted as provided in Article VII changes in the Work. Q. SUBSURFACE CONDITIONS. The Contractor, before bidding the Project, has the responsibility to become familiar with the Project site and the conditions under which Work will have to be performed during the construction period. Excavating for foundations of surface structure: buildings, bridges, tanks, towers, retaining walls and other types of surface structures. The Contractor shall promptly, and before such conditions are disturbed (excepting an emergency), notify the City by written notice of subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. Contractor shall also be required to notify City of any unknown physical conditions at the site of unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents at the location of the Project. The City shall investigate the conditions,and if it is found that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the Work, the Contract Documents may be modified by Change Order as provided in Article VII. Any claim of the Contractor for adjustment hereinafter shall not be allowed unless the required written notice has been given; provided that the City may, if the City determines the facts so justify consider and adjust any such claims asserted before the date of the final payment. Excavating for below-surface structures: water mains, storms, power and telephone cables and other types of below 34 surface structures. No extra compensation will be paid for rock excavation or varying geologic features encountered on the Project, unless so shown as a bid item in the Bid Form for bid. If man-made hazards are encountered by the Contractor, excluding utilities, which are not visible from the surface, such as buried concrete foundations, buried garbage dumps that cannot be by-passed and requires additional Work consult the Resident Project Representative. R. SUPERVISION BY CONTRACTOR. The Contractor will supervise and direct the Work. The Contractor will be solely responsible for the means,methods,techniques, sequences and procedures of construction. The Contractor will employ and maintain on the Work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor or the Contractor's representative at the site. The supervisor shall have full authority to act on behalf of the Contractor and all communications given to the supervisor shall be a binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the Work. ARTICLE V CONTRACT DOCUMENTS A. The following documents, and any other documents that are attached to, incorporated by reference into, or otherwise included in them, and all Change Orders, are hereby incorporated into this Agreement, and form the entire agreement between City and Contractor, and are referred to as the Contract Documents: 1. INFORMATION FOR BIDDERS 2. BID FOR UNIT PRICE CONTRACTS 3. BID FORM 4. EXPERIENCE QUESTIONNAIRE 5. AFFIDAVIT OF WORK AUTHORIZATION 6. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR 7. PAYMENT BOND 8. TIME FOR COMPLETION 9. SCOPE OF WORK 10. TECHNICAL SPECIFICATIONS 11. NOTICE TO PROCEED 12. APPLICATION FOR PAYMENT FORM 13. CHANGE ORDER FORM 14. CERTIFICATE FOR SUBSTANTIAL COMPLETION 15. CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 16. SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 17. ENGINEER/CONSULTANT CERTIFICATE for Acceptance& Final Payment 35 B. Contractor represents that it has examined and become familiar with the Contract Documents in their entirety, that any and all ambiguities, inconsistencies, and conflicts observed by Contractor have been called to City's attention in writing and have been resolved in writing to Contractor's satisfaction. Except for actual conflict between provisions in the Contract Documents, making it impossible for Contractor to comply with all provisions of the Contract Documents, the Contract Documents shall be cumulative,and Contractor shall comply with all provisions of all Contract Documents. In case of actual conflict, Contractor shall notify City of the conflict in writing and then shall comply with such provisions of the Contract Documents as City directs. ARTICLE VI PAYMENTS A. Prior to submitting its first application for payment in accordance with the terms hereof in substantially the form attached hereto as Exhibit F (an "Application for Payment"), Contractor shall provide City with a schedule of values dividing the Work, and the Contract Amount, into workable categories in a form acceptable to City.Each Application for Payment shall be based upon the percentage of actual completion of each category,multiplied by the dollar value of such category. B. On or about the first day of Contractor's monthly accounting period, Contractor shall submit an Application for Payment to the Resident Project Representative. In addition to the amount of payment requested in the Application for Payment, each Application for Payment shall list the original Contract Amount,the amount Contractor has invoiced City to date,the amount Contractor has received to date,total additions to and deletions from the Contract Amount pursuant to approved Change Orders, and an itemization of any further additions to or deletions from the Contract Amount that Contractor claims. Contractor shall identify each Subcontractor and supplier whom Contractor intends to pay from the requested payment and shall state the amount Contractor intends to pay each such Subcontractor and supplier.An Application for Payment shall not include a request for payment for any portion of the Work that was performed or furnished by a Subcontractor or supplier if Contractor does not intend to pay such Subcontractor or supplier from such payment, nor shall the Application for Payment include a request for payment for any Work performed deemed unsatisfactory by City.Contractor shall include with each Application all supporting documentation as City may require. The City shall, within fifteen (15) days, review and approve such Application for Payment, or return the Application for Payment to the Contractor indicating in writing the reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the Application. Within fifteen (15)days of its receipt of payment from City, Contractor shall pay all Subcontractors and suppliers to whom payment is owed from the amount paid to Contractor. C. All payments under this Agreement shall be made only upon the approval of Resident Project Representative and Administrator. Resident Project Representative shall review each Application for Payment and certify for payment such amounts as Resident Project Representative determines are due Contractor. From the total amount certified, City shall withhold five percent(5%)as retainage until final completion and acceptance of the Work. The five percent (5%) retainage may be reduced by Change Order if final completion and acceptance of the Work is delayed due to unforeseen circumstances and the Work is usable for its intended purpose by the City. If reduction in the retainage is approved, the remaining retainage shall be an amount equal to or greater than 200%of the estimated amount necessary to complete the Work. 36 D. The City Treasurer, upon presentation of an Application for Payment,shall prepare a check for the sum certified to be due (exclusive of retainage), payable out of the funds in the City Treasury available for Contractor under the authorizing Resolution or Ordinance approved by the Board of Aldermen. Payment shall be made to Contractor after the Board of Aldermen review and approve the payment and authorize the Mayor and City Treasurer to sign and deliver the check. E. Neither Administrator or Resident Project Representative's approval certificate nor payment made to Contractor shall constitute acceptance of any part of the Work.Contractor shall remain obligated to perform all Work in accordance with the Contract Documents. F. With each Application for Payment, Contractor shall submit a signed certificate of receipt of prior payments and release of claims and rights in connection with prior payments, in a form approved by City. City may, at its option, also require a similar receipt and release of claims and rights from each Subcontractor or supplier performing any Work, prior to making any payment to Contractor. The Subcontractors'and suppliers' receipts and releases shall be in a form approved by City and shall indicate that(except for retainage) all debts for Work performed or materials supplied included on any previous Application for Payment to City from Contractor have been satisfied and that the Subcontractor or supplier waives and releases any and all claims or rights in connection therewith. G. Contractor shall not be entitled to final payment for the Work until Contractor submits a final Application for Payment, all requirements of the Contract Documents are complied with, and Resident Project Representative issues his or her certificate to that effect. The Engineer's Certificate of Acceptance will be on the form attached hereto as Exhibit K. City, within thirty (30) days after the delivery of Engineer's Certificate of Acceptance, shall pay Contractor all remaining funds which Contractor is due under this Agreement. H. Acceptance of final payment by Contractor shall release City from all further obligations to Contractor, except as to such amounts, if any, Contractor has identified in its final Application for Payment as claimed by Contractor. All claims not identified in the final Application for Payment are waived. Any payment, however final or otherwise, shall not release the Contractor or its sureties from any obligations under the Contract Documents or the Payment Bond. I. City may withhold final or any other payment to Contractor on any reasonable basis, including but not limited to the following: 1. Unsatisfactory job progress, 2. Defective Work, 3. Failure to make payments to Subcontractors or suppliers, 4. Reasonable evidence that all Work cannot be completed for the unpaid balance of the Contract Amount, 5. Damage by Contractor or Subcontractors or suppliers to property of City or others, 6. Contractor's breach of this Agreement, or 7. Contractor's failure to provide requested documentation. 37 J. The Contractor shall,at the request of City,furnish satisfactory evidence that all obligations to Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, tools and all supplies incurred in the furtherance of the performance of the Work have been paid, discharged or waived. If Contractor does not pay Subcontractors or suppliers for labor and/or material properly provided, City may, but shall not be required to, pay Subcontractors and suppliers directly. Any payments made to Subcontractors and suppliers shall be charged against the Contract Amount. City shall not be liable to Contractor for any such payments made in good faith. This provision shall not confer any right upon any Subcontractor or supplier to seek payment directly from City. K. Notwithstanding any other provision for payment contained herein, in the event the Missouri Department of Labor and Industrial Relations has determined that a violation of Section 292.675 RSMo has occurred and that a penalty shall be assessed, the City shall withhold and retain all sums and amounts due and owning when making payments to Contractor under this Agreement. ARTICLE VII CHANGES/CLAIMS A. City,without invalidating this Agreement,may at any time and without notice to any surety, order additions to, deletions from, or other changes to the Work. Upon receipt of such an order, in writing, Contractor shall proceed as and when directed in the order. Contractor shall not proceed with any addition,deletion,or other change without a written order.No oral direction or order shall constitute authority for Contractor to proceed with any addition,deletion,or other change. If Contractor undertakes any addition,deletion,or other change without a written order from City,Contractor shall not be entitled to any increase in the Contract Amount or the time for performance of the Work, and Contractor shall be solely and completely responsible for the acceptability to City of the addition, deletion, or other change. B. If a change to the Work causes a net increase or decrease in the cost of Contractor's performance, the Contract Amount shall be increased or decreased as follows: 1. If the Work is covered by unit prices set forth in Contractor's Bid for Unit Price Contracts, by application of such unit prices to the quantities of the items involved; or 2. If the Work involved is not covered by unit prices set forth in Contractor's Bid for Unit Price Contracts, by a lump sum as to which Contractor and City mutually agree prior to the commencement of performance of the change. C. If a change to the Work causes an increase or decrease in the time required for Contractor's performance, an equitable adjustment to the time for performance shall be made. D. A change in the Contract Amount or the time for performance of the Work shall be accomplished only by written Change Order, which shall state the increase or decrease, if any, in the Contract Amount or the time for performance.No course of conduct or dealings between the parties,nor express or implied acceptance of alterations or additions to the Work, and no claim that City has been unjustly enriched by any alteration or addition to the Work, whether or not there is, in fact, any such 38 enrichment, shall be the basis of any claim to an increase in any amounts due under the Contract Documents or a change in the time for performance of the Work. E. Agreement on any Change Order shall constitute a final settlement of all matters relating to the change in the Work that is the subject of the Change Order, including but not limited to all direct and indirect costs associated with such change and any and all adjustments to the Contract Amount and time for performance of the Work. F. If Contractor is delayed or interfered with at any time in the commencement or prosecution of the Work by an act or neglect of City,an employee,officer,or agent of City,or an architect or engineer or separate contractor engaged by or on behalf of City, or by changes ordered in the Work, an act of God, fire, or other cause over which Contractor has no control and that Contractor could not reasonably anticipate, the time for performance of the Work shall be equitably extended, provided that Contractor gives notice as provided for in Paragraph G below. G. Any claim by Contractor for additional time or money for the performance of the Work, including but not limited to any claim based on or arising out of an addition to, deletion from, or other change to the Work and/or delay to or interference with commencement or prosecution of any of the Work, shall be submitted to City's designated representative within five (5) working days of the beginning of the event for which the claim is made or on which it is based. If any claim is not submitted within the five-day period, it shall be deemed waived. H. No change or claim, nor any delay or dispute concerning the determination of any increase or decrease in the amount of time and money for the performance of the Work, shall excuse Contractor from proceeding with prosecution of the Work, including any Work as changed. ARTICLE VIII INSURANCE A. Contractor shall, at all times during the performance of any of the Work, maintain not less than the following insurance coverages and amounts: 1. COMMERCIAL GENERAL LIABILITY - Contractor shall provide coverage for Contractor,City, its employees,officers,and agents,and any architects, engineers, or other design professionals engaged by or on behalf of City against claims for damage to property and/or illness of, injury to, or death of any person or persons related to or arising out of the Work. Such coverage shall name the City, together with its employees and officers, as an additional insured and have not less than the following limits: a. Each occurrence $3,000,000.00 b. General aggregate $3,000,000.00 c. Products/completed operations aggregate $3,000,000.00 d. The following coverage shall be included: 39 • Blanket contractual liability • Products/completed operations • Personal/advertising injury • Broad form property damage • Independent contractors • Explosion, Collapse, and Underground Damage 2. OWNERS PROTECTIVE LIABILITY — Contractor shall purchase, maintain and deliver to the City for operations of the Contractor of any Subcontractor in connection with execution of the agreement Owner's Protective Liability insurance in the same minimum amounts as required for Commercial General Liability Insurance above. 3. AUTOMOBILE LIABILITY - Contractor shall provide coverage for Contractor, City,its employees,officers,and agents,and any architects,engineers,or other design professionals engaged by or on behalf of City against claims for bodily injury and/or property damage arising out of the ownership or use of any owned,hired,and/or non- owned vehicle and shall include protection for any auto, or all owned autos, hired autos,and non-owned autos.The coverage shall have not less than a combined single limit of$3,000,000.00 for each accident. 4. WORKERS'COMPENSATION AND EMPLOYER'S LIABILITY-This insurance shall protect Contractor against all claims under applicable state workers' compensation laws. Contractor also shall be protected through employer's liability coverage against claims for injury, disease, or death of employees which, for any reason,may not fall within the provisions of a workers' compensation law.The limits shall not be less than the following: a. Workers' Compensation Statutory b. Employer's Liability: • Bodily injury by accident $1,000,000.00 • Bodily injury by disease $500,000.00 each employee B. All insurance shall be written by an insurer or insurers acceptable to City and with a minimum financial rating not lower than "A" in Best's Insurance Guide, latest edition. All insurance shall be written on an occurrence basis, and all aggregate limits shall apply in total to the Work only. Each policy providing general liability coverage or automobile liability coverage (including any umbrella or excess policy that provides any required general or automobile liability coverage) shall provide contractual liability coverage for all indemnity obligations of Contractor under the Contract Documents. Each policy providing general liability or automobile liability coverage (including any umbrella or excess policy that provides any required general or automobile liability coverage) shall, in form satisfactory to City, (1) name as additional insureds City, its employees, officers, and agents, and any architects, engineers, or other design professionals engaged by or on behalf of City,and(2)provide that it is primary to any other insurance maintained by any additional insured, which other insurance shall be excess or contingent. The insurance provided to the additional insureds shall apply, without limitation, to injury or damage caused by Work included in the products/completed operations hazard. 40 C. Contractor shall maintain the products and completed operations coverage for not less than one(1)year after the date of final acceptance by City of all of Contractor's Work. D. Contractor shall obtain property insurance upon the entire Work for the full cost of replacement at the time of loss. This insurance shall list as named insureds City, Contractor, Subcontractors,and suppliers.This insurance shall be written as a Builder's Risk/Installation Floater"all risk" or equivalent form to cover all risks of physical loss except those specifically excluded by the policy and shall insure at least against the perils of fire, lightning, explosion, wind storm, hail, smoke, aircraft and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal, flood, earthquake, earth movement, water damage, wind, testing, and collapse. This insurance shall, without limitation, insure portions of the Work stored on or off the Project site or in transit, when at the risk of City, Contractor, or a Subcontractor or supplier. Contractor shall be solely responsible for any deductible amounts. This insurance shall remain in effect until final payment has been made to Contractor or until no person or entity other than City has an insurable interest in the property to be covered by this insurance, whichever is sooner. City and Contractor waive all rights against each other and their respective employees, agents, contractors, Subcontractors, and suppliers for damages caused by risks covered by the property insurance provided for in this Paragraph,except such rights as they may have to the proceeds of the insurance. E. All policies and certificates of insurance shall provide no less than thirty (30) days' prior written notice to City in the event of cancellation, expiration, non-renewal, alteration, or reduction (including but not limited to reduction by paid claims) of coverage or limits contained in the policy or evidenced by the certificate of insurance. Contractor shall furnish City a certificate or certificates and copies of policies, all satisfactory to City, evidencing that Contractor has all the required insurance and is in compliance with this Article. The certificate or certificates and copies of policies shall be delivered to City's designated representative not less than seven (7) days before Contractor first performs any of the Work. All policies except Workers' Compensation and Employer's Liability shall contain a waiver of subrogation in favor of City, its employees, officers, and agents, and architects, engineers, or other design professionals engaged by or on behalf of City. F. Contractor also shall maintain any additional insurance coverages and any higher limits provided for elsewhere in the Contract Documents and shall furnish City any additional insurance documentation provided for elsewhere in the Contract Documents. G. If any part of the Work is subcontracted,each Subcontractor,or Contractor on behalf of the Subcontractor, shall maintain liability and worker's compensation insurance coverages and amounts satisfying all the requirements of this Article. Certificates and copies of policies, satisfactory to City, evidencing the required insurance and compliance with this Article shall be delivered to City's designated representative not less than seven (7)days before the Subcontractor first performs any of the Work. H. If Contractor is a transient employer as defined in Section 285.230 RSMo,Contractor must post in a prominent and easily accessible place at the Work site a clearly legible copy of the following: (1)the notice of registration for employer withholding issued to such transient employer by the Director of Revenue; (2) proof of coverage for workers' compensation insurance or self-insurance signed by the transient employer and verified by the Department of Revenue through the records of the Division of Workers' Compensation; and (3) the notice of registration for unemployment insurance issued to such 41 transient employer by the Division of Employment Security. Any transient employer failing to comply with these requirements shall, under Section 285.234 RSMo be liable for a penalty of$500 per day until the notice required by this Paragraph are posted as required by law. ARTICLE IX INDEMNITY A. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless City, its employees, officers, and agents, and any architects, engineers, or other design professionals engaged by or on behalf of City, from and against claims, damages, losses, and expenses, including but not limited to attorney's fees,arising out of or resulting from the performance of the Work, provided that such claim, damage, loss, or expenses is attributable to bodily injury, sickness, disease,or death or to injury to or destruction of tangible property(other than the Work itself),but only to the extent caused or allegedly caused by the negligent or willful acts or omissions of Contractor, a Subcontractor or supplier, or anyone directly or indirectly employed by them, or anyone for whose acts they may be liable,regardless of whether such claim,damage,loss,or expense is caused in part by a party indemnified hereunder. This obligation is not intended to, and shall not, negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person as set forth in this Agreement. B. In claims against any person or entity indemnified herein by an employee of Contractor, a Subcontractor or supplier,or anyone directly or indirectly employed by them or for whose acts they may be liable, the indemnification obligation shall not be limited by a limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or a Subcontractor or supplier under workers' compensation acts, disability benefit acts, or other employee benefit acts. ARTICLE X PATENT LIABILITY Contractor agrees to defend, indemnify, and hold harmless City, its officers, employees and agents from and against any claim, action or suit that may be brought against them for Contractor's infringement of any Letters Patent in the performance of this Agreement or any breach or violation of trademark or proprietary or trade secret rights of others, as well as against any judgments, decrees, damages, costs and expenses sought, adjudicated, or recovered against any of them, on account of any such actual or alleged infringement. ARTICLE XI COVENANT AGAINST LOBBYING AND UNDUE INFLUENCE A. Contractor represents and warrants that it has not employed or retained any company or person,other than a bona fide employee working for Contractor,to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to void this Agreement without liability and, in its discretion, to deduct from the Contract Amount,or otherwise recover,the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 42 B. Contractor represents and warrants that no payments have been or shall be made, directly or indirectly,by or on behalf of Contractor to or for the benefit of any officer,employee,or agent of City who may reasonably be expected to influence the decision to requisition issue or take any action with respect to this Agreement. Contractor shall allow a mutually agreeable nationally recognized certified public accounting firm to examine, at City's expense, such of Contractor's books and records as may be necessary, in the accountant's reasonable opinion, to verify Contractor's compliance with this Article. C. No official of the City who is authorized in such capacity and on behalf of the City to negotiate, make, accept, or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction, or material supply contract or any subcontract in connection with the construction of the Project, shall become directly or indirectly interested personally in this Agreement or in any part hereof.No officer, employee, architect,attorney, engineer, or inspector of or for the City who is authorized in such capacity and on behalf of the City to exercise any legislative, executive,supervisory,or other similar functions in connection with the construction of the Project,shall become directly or indirectly interested personally in this Agreement or in any part thereof, any material supply contract, subcontract, insurance contract, or any other contract pertaining to the Project. ARTICLE XII RECORDS REGARDING PAYMENT For a period of at least two(2)years after final payment to Contractor,Contractor shall maintain, in accordance with generally accepted accounting principles, such records as are necessary to substantiate that all Applications for Payment hereunder were valid and properly chargeable to City. For lump sum contract Work, the records shall demonstrate that the City was billed at appropriate times for proper percentages of completion and for payments to Subcontractors and suppliers. For any Work, including extra Work, not charged on a lump sum basis,the records to be maintained hereunder include but are not limited to all contracts,subcontracts,material bills,correspondence,accounting records,time sheets, payroll records, canceled checks, orders, and invoices pertaining to City's account. City or its representative shall, upon reasonable prior notice to Contractor, be given the opportunity to audit these records at any time during normal business hours to verify the accuracy of Contractor's invoices and charges. ARTICLE XIII NOTICES A. The following persons are designated by the respective parties to act on behalf of such party and to receive all written notices and Applications for Payment: If to the City: If to the Contractor: Travis Hoover Name: 3O1V N1rZTZ 2950 NW Vivion Rd. Title: VICE PR.1rS tOffVT City of Riverside, MO Street Address: 0(04 NDS RD Riverside, MO 64150 City, State Zip: 01FAJA, MQ (433(p(o thoovergriversidemo.com Email: bJPUPPC&-SAf0 ON.C0M 43 B. Any notice required by the Contract Documents to be given in writing or that either City or Contractor wishes to give to the other in writing shall be signed by or on behalf of the party giving notice. The notice shall be deemed to have been completed when sent by certified or registered mail to the other party at the address set forth herein,or delivered in person to said party or their authorized representative. C. Contractor's designated representative shall be available to meet with City at any time during the performance of the Work and shall have full authority to act on Contractor's behalf on any matter related to this Agreement and/or the Work. ARTICLE XIV DEFAULT AND TERMINATION A. If Contractor fails to comply,becomes unable to comply,or with reasonable probability(as determined solely by City)will become unable to comply with any of Contractor's obligations under the Contract Documents, including but not limited to (1) failure at any time to furnish sufficient labor or supervision,sufficient materials or services(including but not limited to insurance and bonds)complying with the Contract Documents, or sufficient or properly operating tools, equipment, or other items necessary for the performance of the Work, (2) failure in any respect to prosecute the Work with promptness and diligence, (3) causing any stoppage of, delay in, or interference with any work of City or any others on the Project, (4) abandonment by Contractor of all or any part of the Work, or (5) bankruptcy, insolvency or general assignment for the benefit of creditors by Contractor,Contractor shall be in default, and if the default is not corrected to City's satisfaction within seventy-two (72) hours of delivery of a written notice to Contractor to correct such default, City may, in addition to any other right or remedy City may have,terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the Work by whatever method the City may deem expedient to correct the default, at Contractor's expense. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If such costs exceed the unpaid balance due to Contractor, the Contractor will pay the difference to the City. B. If City exercises its right to take over and complete any part or all of the Work,City and its designees shall have access to and may take possession of Contractor's materials,tools, equipment, and other items at the Project site,en route to the site,or in storage or being manufactured or fabricated away from the site, as may be necessary to prosecute the Work taken over by City, and may employ Contractor's employees or former employees, all without any liability to Contractor. C. Contractor shall be liable for and shall pay to City all costs and expenses of whatsoever nature incurred by City as a result of any default by Contractor, including but not limited to the cost of labor,supervision,materials,tools,equipment, services,overhead,travel,and legal and accounting fees. Contractor also shall be liable for and shall pay to City all charges, liabilities, fines, penalties, losses, damages,and claims sustained by or assessed against City as a result of any delay or disruption resulting from any default by Contractor. The total amount of such costs, expenses, charges, liabilities, fines, penalties, losses, damages, and claims may be deducted by City from the amount, if any, otherwise due Contractor, and Contractor shall pay City the full amount of any excess of such total over the amount otherwise due Contractor. 44 D. No right or remedy conferred upon or reserved to City by the Contract Documents is exclusive of any other right or remedy provided or permitted in the Contract Documents or by law or equity, but each right or remedy is cumulative of every other right or remedy, and every right or remedy may be enforced concurrently or from time to time. No exercise by City of any right or remedy shall relieve Contractor from full and absolute responsibility for all of Contractor's obligations under the Contract Documents. E. No failure or delay of City to give notice to correct any default of Contractor or to exercise any of City's rights or remedies shall waive or excuse the default, and City shall remain free to pursue all rights and remedies. No failure of City to insist, in any one or more instances, upon the performance of any of Contractor's obligations under the Contract Documents shall be deemed or construed as a waiver or relinquishment of City's right to insist upon strict performance of the obligation in any future instance. F. If through no act or fault of the Contractor,the Work is suspended for a period of more than ninety (90) days by the City or under an order of court or other public authority, or the City fails to act on any request for payment within thirty (30) days after it is submitted, or the City fails to pay the Contractor substantially the sum approved by the Resident Project Representative and Administrator, then the Contractor may after ten (10) days from delivery of written notice to the City terminate the Agreement and recover from the City payment for all Work executed. G. The City, without terminating the service of the Contractor or written notice to the Surety, through the Administrator may withhold, without prejudice to the rights of the City under the terms of the Agreement, or on account of subsequently discovered evidence, nullify the whole or part of any approved partial payment estimate to such extent as may be necessary to protect the City from loss on account of(1)defective Work not remedied, (2)claims filed or reasonable evidence indicating probably filing of claims, (3) failure of Contractor to make payments property to Subcontractors or for material or labor,(4)a reasonable doubt that the Work can be completed for the balance then unpaid,(5)damages to another contractor, or(6)performance of Work in violation of the terms of the Contract Documents. ARTICLE XV TERMINATION FOR CONVENIENCE Notwithstanding anything contained herein to the contrary,City may,at any time,for any reason, and without Contractor's being in default, terminate Contractor's performance of any part or all of the Work for City's own convenience by giving written notice to Contractor. Upon receipt of notice of termination for City's convenience, Contractor shall,to the extent directed by City, stop Work and turn over to City or City's designee materials and equipment purchased for the Work. City shall pay Contractor, in accordance with the Contract Documents, for only so much of the Work as is actually performed as of the termination for convenience.City shall not be obligated to Contractor for any further payment, including but not limited to prospective overhead or profit on unperformed Work. If a termination by City of Contractor's right to proceed on the ground of default by Contractor is determined later to have been improper,the termination automatically shall be converted to a termination for City's convenience, and City's obligation to Contractor shall be limited to payment to Contractor as provided in this Article. 45 ARTICLE XVI COMPLIANCE WITH LAWS A. Contractor shall comply strictly with all federal, state, and local laws, ordinances, rules, regulations, orders, and the like applicable to the Work, including, but not limited to any applicable prompt payment laws and all U.S. Army Corps of Engineers guidelines, rules, regulations, and criteria for Work within or adjacent to a flood control project area. Contractor shall secure all permits from public and private sources necessary for the fulfillment of Contractor's obligations under the Contract Documents. B. With each Application for Payment submitted by Contractor to City, Contractor shall include(a)a signed statement, in form acceptable to City, showing, for each weekly payroll period that ended during the period covered by the Application for Payment, the name, address, social security number,occupation,and craft of each worker employed by Contractor in connection with the Work and, for each such worker, the number of hours worked each day, the total hours worked during the payroll period, the gross amount earned, an itemization of all deductions, and the net wages paid and (b) a corresponding statement from each Subcontractor of any tier that employed any workers in connection with the Work during the period covered by the Application for Payment. C. This Agreement shall be governed by and construed in accordance with the laws of the State of Missouri. ARTICLE XVII LABOR STANDARDS PROVISIONS A. EXCESSIVE UNEMPLOYMENT. During periods of excessive unemployment (any month immediately following two consecutive calendar months during which the level of unemployment in the state has exceeded five percent(5%)as measured by the United States Bureau of Labor Statistics) only Missouri labors(persons who have resided in Missouri for at least thirty days and intend to become or remain Missouri residents) and laborers from non-restrictive states (persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state, as determined by the Labor and Industrial Relations Commission), may be employed under the contract, except that other laborers may be used when Missouri laborers or laborers from nonrestrictive states are not available, or are incapable of performing the particular type of work involved, if so certified by the Contractor and approved by the City. B. UNDERPAYMENT OF WAGES. In case of underpayment of wages by the Contractor or by any Subcontractors to laborers or mechanics employed by the Contractor or Subcontractor upon the Work covered by this Agreement, the City, in addition to such other rights as may be afforded it under this Agreement shall withhold from the Contractor, out of any payments due the Contractor, so much thereof as the City may consider necessary to pay such laborers or mechanics the full amount of wages required by this Agreement. The amount so withheld may be disbursed by the City, for and on account of the Contractor or the Subcontractor(as may be appropriate), to the respective laborers or mechanics to whom the same is due or on their behalf to plans, funds, or programs for any type of fringe benefit prescribed in the applicable wage determination. 46 C. LIMITATIONS ON EMPLOYMENT. No person under the age of sixteen (16)years and no person who, at the time, is serving sentence in a penal or correctional institution shall be employed on the Work covered by this Agreement. ARTICLE XVIII EQUAL EMPLOYMENT OPPORTUNITY The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants and employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, employment, upgrading, demotion,or transfer;recruitment,or recruitment advertising; layoff or termination;rates of pay or other forms of compensation; and selection for training, including apprenticeship. ARTICLE XIX SUBCONTRACTS,ASSIGNMENT,OR TRANSFER A. Except with the prior written consent of City, Contractor shall not assign this Agreement or any money due or to become due Contractor or issue a subcontract or purchase order to any person or entity for any or all of the Work. City's consent to any assignment, subcontract, or purchase order shall not relieve Contractor from any obligation under the Contract Documents, nor shall it create any obligation from City to any assignee, Subcontractor, or vendor. B. Each subcontract or purchase order issued by Contractor for any of the Work shall be in writing and shall provide that City is an intended third-party beneficiary of the subcontract or purchase order. C. The Contractor shall be fully responsible to the City for the acts and omissions of its Subcontractors,and of person either directly or indirectly employed by them, as the Contractor is for the acts and omissions of person directly employed by it. D. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the Work to bind Subcontractors to the Contractor by the terns of the Contract Documents insofar as applicable to the Work of Subcontractors and give the Contractor the same power as regards terminating any Subcontract that the City may exercise over the Contractor under any provision of the Contract Documents. Nothing contained in this Agreement shall create any contractual relation between any Subcontractor and the City. E. Each subcontract or purchase order issued by Contractor for any of the Work shall provide that it is freely assignable by Contractor to City. Contractor hereby assigns to City all its interest in any present or future subcontract or purchase order issued by Contractor for any or all of the Work. This assignment shall be effective upon acceptance by City in writing and only as to the specific subcontract(s) and/or purchase order(s) that City designates in the writing. This assignment may be accepted by City at any time, whether before or after final payment to Contractor, and may not be withdrawn by Contractor without City's written consent. 47 ARTICLE XX SEPARATE CONTRACTS A. The City reserves the right enter into other contracts in connection with the Project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their Work, and shall properly connect and coordinate the work with theirs. If the proper execution or results of any part of the Contractor's Work depends upon the work of any other contractor, the Contractor shall inspect and promptly report to the Administrator any defects in such work that render it unsuitable for such proper execution and results. B. The City may perform additional work related to the Project or the City may enter into other contracts containing provisions similar to these.The Contractor will afford the other contractors who are parties to such contracts (or the City, if the City is performing the additional work) reasonable opportunity for the introduction and storage of materials and equipment and the execution of work, and shall properly connect and coordinate the Work with theirs. C. If the performance of additional work by other contractors or the City is not noted in the Contract Documents prior to the execution of the contract, written notice thereof shall be given to the Contractor prior to starting any such addition work. If the Contractor believes that the performance of such additional work by the City or others involves it in additional expense or entitles it to any extension of the contract time the Contractor may make a claim thereof as provided in Article VII. ARTICLE XXI ACCESS TO SITE/CLEANING UP A. Contractor shall ensure that the Work, at all times, is performed in a manner that affords reasonable access, both vehicular and pedestrian, around the site of the Work and all adjacent areas. B. Representatives of City may inspect or review any Work performed by Contractor, and consult with Contractor, at any time. City's inspections or reviews shall not constitute acceptance or approval of Work unless specifically stated in writing. Contractor shall meet with City at the request of City. C. Contractor shall at all times,during performance of the Work,keep the Project site clean and free from debris resulting from the Work. Prior to discontinuing Work in an area, Contractor shall clean the area and remove all rubbish and its construction equipment, tools, machinery, waste, and surplus materials. Contractor shall make provisions to minimize and confine dust and debris resulting from construction activities. If Contractor fails to comply with cleanup duties within twenty-four(24) hours after written notification from City of non-compliance, City may implement cleanup measures without further notice and deduct the cost from any amounts due or to become due Contractor. ARTICLE XXII COMPETENCE Contractor represents and warrants that it maintains all necessary licenses, registration, competence, and experience to perform all the Work. 48 ARTICLE XXIII WARRANTY A. Contractor shall exercise high professional skill, care, and diligence in the performance of the Work, and shall carry out its responsibilities in accordance with customarily accepted good professional practices. The Contractor shall guarantee all materials and equipment furnished and Work performed for a period of one (1) year from the date of completion and acceptance of the Work. The Contractor warrants and guarantees for one (1) year from the date of completion and acceptance of the Work that the completed Work is free from all defects due to faulty materials or workmanship. The date of completion for all scopes of work shall be the last date of acceptance of all Work in this Agreement. Contractor shall promptly make such corrections as may be necessary be reason of such defects including the repair of any other damages that were caused by defects in the Work, at its own expense. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor fails to make such repairs,adjustments or other Work that may be necessary by such defects,the City may do so and charge the Contractor the cost thereby incurred. In emergency where, in the judgment of the City, delay would cause serious loss or damage, repairs and replacement of defects in the Work and damage caused by defects may be made without notice being sent to the Contractor,and the Contractor shall pay the cost thereof. Neither final payment, Engineer's Final Certificate, nor any other provision in the Contract Documents shall affect Contractor's obligation to complete the Work free of defects in workmanship and material. B. Contractor shall remain solely responsible for the performance of the Work as required by the Contract Documents, notwithstanding any suggestions or observations made by another person or entity with respect to the Work. C. This Article does not establish a period of limitation with respect to any obligation of Contractor under the Contract Documents, and does not limit the time allowed by law for any action for breach of such obligation. ARTICLE XXIV STORAGE OF MATERIALS AND EQUIPMENT The Contractor shall provide at its own expense and without liability to the City any additional land and access thereto that the Contractor may desire for temporary construction facilities,or for storage of materials. Only materials and equipment that are to be used directly in the Work shall be brought to and stored at the Project site by Contractor. After equipment is no longer required for the Work, it shall be promptly removed from the Project site. Protection of construction materials and equipment stored at the Project site from weather, theft, and all other casualty or damage is solely the responsibility of Contractor. ARTICLE XXV TAXES A Missouri Sales Tax Project Exemption Certificate (Missouri Department of Revenue Form 5060) will be provided by the City for the purchase of any materials or personal property incorporated into or consumed in the Project, pursuant to RSMo 144.062. The Contractor will pay all other sales, consumer, use and other similar taxes required by the State of Missouri or other taxing jurisdiction. 49 ARTICLE XXVI SAFETY A. Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with performance of the Work and shall take reasonable precautions for the safety of, and shall provide reasonable protection to prevent damage, injury, or loss to(1)employees and other persons at the Project site or who may be affected by the Work, (2)materials and equipment stored at on-site or off-site locations for use in performance of the Work, and (3) other property at the Project site or in its vicinity, such as trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall give notices required by and comply strictly with applicable laws, ordinances, rules, regulations, orders, and the like bearing on safety of persons or property or their protection from damage, injury, or loss. The Contractor will erect and maintain, as required by the conditions and progress of the Work,all necessary safeguards for safety and protections. The Contractor will notify owners of adjacent utilities when prosecution of the Work may affect them. The Contractor will remedy all damage, injury or loss to any property caused directly or indirectly, in whole or part, by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone whose acts any of them may be liable. C. The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of its prosecution of the Work. The safety provisions of applicable laws and building and construction codes shall be observed and the Contractor shall take or cause to be taken, such additional safety and health measures as the City may determine to be reasonably necessary. D. Pursuant to Section 292.675 RSMo, Contractor shall provide a ten (10)hour Occupational Safety and Health Administration (OSHA) construction safety program for all employees who will be on-site at the Project. The construction safety program shall include a course in construction safety and health that is approved by OSHA or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program as required by Section 292.675 RSMo. Contractor shall require its on-site employees to complete a construction safety program within sixty(60)days after the date Work on the Project commences. Contractor acknowledges and agrees that any of Contractor's employees found on the Project site without documentation of the successful completion of a construction safety program shall be required to produce such documentation within twenty (20) days, or will be subject to removal from the Project. Contractor shall require all of its Subcontractors to comply with the requirements of this Paragraph and Section 292.675 RSMo. E. Contractor shall forfeit to the City as a penalty two thousand five hundred dollars ($2,500.00), plus one hundred dollars ($100.00) for each on-site employee employed by Contractor or its Subcontractor, for each calendar day, or portion thereof, such on-site employee is employed without the construction safety training required herein. The penalty described in this Paragraph shall not begin to accrue until the time periods herein have elapsed. Violations of this requirement and imposition of the penalty described in this Paragraph shall be investigated and determined by the Missouri Department of Labor and Industrial Relations. 50 F. If City deems any part of the Work or the Project site unsafe, City, without assuming responsibility for Contractor's safety program,may require Contractor to stop performance of the Work or take corrective measures satisfactory to City, or both. If Contractor does not adopt corrective measures, City may perform them or have them performed and deduct their cost from the Contract Amount. Contractor shall make no claim for damages, for an increase in the Contract Amount, or for a change in the time for performance of the Work based on Contractor's compliance with City's reasonable request. ARTICLE XXVII AUTHORIZED EMPLOYEES Contractor acknowledges that Section 285.530 RSMo prohibits any business entity or employer from knowingly employing, hiring for employment, or continuing to employ an unauthorized alien to perform work within the State of Missouri. Contractor therefore covenants that it is not knowingly in violation of subsection 1 of Section 285.530 RSMo, and that it will not knowingly employ, hire for employment,or continue to employ any unauthorized aliens to perform Work on the Project, and that its employees are lawfully eligible to work in the United States. ARTICLE XXVIII INDEPENDENT CONTRACTOR Contractor is an independent contractor, and neither Contractor or any Subcontractors, suppliers, employees, or agents shall be deemed an employee or agent of City for any purpose. ARTICLE XXIX CONFLICT Contractor shall promptly upon discovery notify City of any conflict,ambiguity or inconsistency in the Contract Documents, or between any Contract Document and actual field conditions, and City shall resolve such conflict, ambiguity or inconsistency in its sole discretion. ARTICLE XXX PERFORMANCE AND PAYMENT BONDS The Contractor shall within ten (10) days after the receipt of the Notice of Award furnish the City with a Payment Bond in the form set forth in Exhibit A in an amount at least equal to one hundred percent (100%) of the contract price, conditioned upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution of the Work provided by the Contract Documents. Such bond shall be executed by the Contractor and a corporate bonding company licensed to transact such business in the state in which the Work is to be performed and named on the current list of"Surety Companies Acceptable on Federal Bonds"as published in the Treasury Department Circular Number 570 and shall have a rating of at least "A-" from Best's. The expense of these bonds shall be borne by the Contractor. If at any time a surety on any such bond is declared a bankrupt or loses its right to do business the state in which the Work is to be performed or is removed from the list of Surety Companies accepted on Federal Bonds, Contractor shall within ten (10)days after notice from the City to do so, substitute an acceptable bond in such form and sum and signed by such other surety or sureties as may be satisfactory to the City. The premiums on such bond shall be paid by the Contractor. No 51 further payment shall be deemed due nor shall payment be made to Contractor until the new surety or sureties shall have furnished an acceptable bond to the City. ARTICLE XXXI SEVERABILITY Should any specific provision of this Agreement or other Contract Documents be found to be unenforceable, the remaining provisions shall remain in full force and effect. ARTICLE XXXII NO PRESUMPTION AGAINST THE DRAFTER No presumption or inference against the City shall be made because of the City's preparation of this Agreement or other Contract Documents. ARTICLE XXXIII DISPUTES/ATTORNEY FEES A. If a dispute arises out of or relates to this Agreement or other Contract Documents, or the breach thereof, and if the dispute cannot be resolved through negotiation, City and Contractor shall first try in good faith to resolve the dispute by mediation before resorting to litigation. Unless City and Contractor agree otherwise,the mediation shall be administered by the American Arbitration Association under its Construction Industry Mediation Rules. B. In the event of litigation between Contractor and City concerning the Project or this Agreement or other Contract Documents,the prevailing party shall be entitled to recover from the other party its reasonable attorney fees, costs, and expenses arising from such litigation. ARTICLE XXXIV TITLES The titles given to the Articles in this Agreement are for ease of reference only and shall not be relied upon or cited for any other purpose. Specifically, but without limitation,the titles shall not define or limit any of the provisions of any of the Articles. ARTICLE XXXV PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Agreement shall be deemed to be inserted herein and this Agreement shall be read and enforced as though it were included herein,and if through mistake or otherwise any such provision is not inserted,or is not correctly inserted,then upon the application of either party this Agreement shall forthwith by physically amended to make such insertion or correction. All such laws, orders and regulations are applicable to this Project and are made a part hereof by reference. 52 ARTICLE XXXVI ENTIRE AGREEMENT This Agreement and the other Contract Documents constitute the entire agreement between the parties with respect to their subject matter. Any prior agreements, understandings, or other matters, whether oral or written, are of no further force or effect. Subject to Article VII of this Agreement, this Agreement and any other Contract Document may be amended, changed, or supplemented only by written agreement executed by both of the parties. THIS AGREEMENT shall be binding on the parties only after it has been duly executed.by City and Contractor. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 53 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their authorized representatives. COUNTERSIGNED BY: CITY PURCHASING AGENT. By: Bria . Kora Cit Administr or CITY OF RIVERSIDE: ..By: K leen L. Rose, Ma or A.TTESTr': - Robin Kincaid, City Clerk CONTRACTOR: By: (Signature) Printed Name: Title: ATTEST: SECRETARY, (Name Printed) 54 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their authorized representatives. COUNTERSIGNED BY: CITY PURCHASING AGENT- By: Bria Kra Cit �ninist or CITY OF RIVERSIDE: By: kkthleen L. Rose, Major A:1Tls.S'I: Robin Kincaid.City Clerk CONTRACTOR: SA K n 4 c'fi v L L C (signature) Printed Name: Jevo,,e P. C1.«.w, Jr. Title: Fre 5 i d e.,fi ATTEST: SECRETARY, _R Domer A !,i Inn,I c, (Name Printed) 54 EXHIBIT A BOND #107324254 PAYMENT BOND KNOW ALL PERSONS BY THESE PRESENTS: that SAK Construction, LLC, hereinafter Travelers Casualty and Surety called Principal, and Company of America [insert name of surety], hereinafter called Surety,are held and firmly bound unto the CITY OF RIVERSIDE,MISSOURI("City"),and unto all persons, firms and corporations who or which may furnish labor, or who furnish materials to perform as described under the Agreement and Contract Documents more fully described below and to their successors and assigns in the total aggregate penal sum of Sixty-Two Thousand Two Hundred Thirty- Five Dollars ($62,235.00). in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that WHEREAS,the Principal entered into a certain Agreement with the City, dated the 27 day of October , 2020, for the construction of 2020 INDIAN HILLS CIPP PROJECT (152-020) approved by Resolution No. ; NOW,THEREFORE,in the event Principal shall pay the prevailing hourly rate of wages for each craft or type of worker required to execute the Work required by the Contract Documents described in the Agreement in the locality as determined by the Department of Labor and Industrial Relations of Missouri or by final judicial determination pursuant to the provisions of Sections 290.010 to 290.340 and 290.550 through 290.580, inclusive, of the Revised Statutes of Missouri, and shall timely pay to the proper parties all amounts due for material, machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums, workers' compensation, and all other kinds of insurance, on such Work, and for all labor performed in such Work whether by Principal, Subcontractor, or otherwise, then this obligation to be void, otherwise to remain in full force and effect, and the same may be sued on at the instance of any Subcontractor,material supplier, laborer, mechanic, or other interested party, in the name of the City of Riverside, to the use of such parties, for any breach of the considerations hereof. Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work to be performed thereunder shall in any wise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work. 55 The Payment Bond above is accepted by the City this 27 day of October , 2020. SAK Construction, LLC 864 Hoff Road, O'Fallon, MO 63366 CONT RAS RINCIPr By: (Signature Printed Name: it e-o,-,e P. 5l-,a w Jr. Title: d e,.,-t— I hereby certify that(1)I have authority to execute this document on behalf of Surety; (2) Surety has an A.M. Best rating of A- or better; (3) Surety is named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and Acceptable Reinsuring Companies: as published in Circular 570 (most current revision) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury; and(4)Surety is duly licensed to issue bonds in the State of Missouri and in the jurisdiction in which the Project is located. Travelers Casualty and Surety Company of America One Tower Square, Hartford, CT 06183 SURETY By: 34 (Signature) Printed Name: Andrew B. Thome Title: Attorney-In-Fact Date: October 27, 2020 Note: • Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT • If Contractor is a partnership, all partners must execute the Bond. SURETY POWER OF ATTORNEY MUST BE ATTACHED 56 ACKNOWLEDGMENT FOR CONTRACTOR ACKNOWLEDGMENT FOR CONTRACTOR, IF LIMITED LIABILITY COMPANY STATE OF MISSOURI COUNTY OF ST.CHARLES ON THE .- DAY OF 0c- beBEFORE ME PERSONALLY APPEARED JCl/-or e 10: Sbu. t✓ / TO ME KNOWN AND KNOWN TO ME TO BE THE Pre s i(j e- -f— OF SAK CONSTRUCTION, LLC, A LIMITED LIABILITY COMPANY,DESCRIBED IN AND WHO EXECUTED THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TO ME THAT(S)HE EXECUTED THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TO ME THAT(S)HE EXECUTED THE SAME AS AND FOR THE ACT AND DEED OF SAID LIMITED LIABILITY COMPANY. NOTARY PUBLIC I BARBARA MARLER Notary Public-Notary Seal State of Missouri Commissioned for St.Charles County My Commission Expires:December 19,2022 I Commission Number:14126252 State of Missouri ss: County of St. Louis On OCTOBER 27, 2020 before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared ANDREW P. THOME known to me to be Attorney-in-Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA the corporation described in and that executed the within foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. ASHLEY MILLER NOTARY PUBLIC-NOTARY SEAL STATE Of MISSOURI MYCOMMISSION COMMISSIONED FOR ST.LOUIS COUNTY MY COMMISSION EXPIRES DEC.21,2021 My Commission Expire ID#13556557 ASHLEY AILLER Notary Public Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS . St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surely Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Andrew P.Thome,of Chesterfield,Missouri,their true and lawful Attomey-in-Fact to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. ��,NO-�`M�f)lY\s gJp�(Y A.yp e4 State of Connecticut City of Hartford ss. Robert L.Raney,Se or Vice President On this the 3rd day of February,2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. OJltirr (;. ��J My Commission expires the 30th day of June,2021 cMarieMa C.Tetreault,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and It is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seat shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 27 day°f October 2020 C. CO3"X y Kevin E.Hughes,Assi Cant Secretary To verify the authentinti!y of this Power ofAttonney,please call us atl-BOO-421-3880. Please refer to the above-named Attorney-%n-Pactand the details ofthe bond to which the power is attached. X, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD,CONNECTICUT 06183 FINANCIAL STATEMENT AS OF DECEMBER 31,2019 CAPITAL STOCK$6,480,000 ASSETS LIABILITIES&SURPLUS CASH AND INVESTED CASH $ 90,238,215 UNEARNED PREMIUMS $ 1,079,715,557 BONDS 3,590,884,327 LOSSES 772,047,572 STOCKS 297,933,044 LOSS ADJUSTMENT EXPENSES 174,714,866 INVESTMENT INCOME DUE AND ACCRUED 37,250,410 COMMISSIONS 46,970,467 OTHER INVESTED ASSETS 3,986,514 TAXES,LICENSES AND FEES 14,728,588 PREMIUM BALANCES 263,364,263 OTHER EXPENSES 43,134,646 NET DEFERRED TAX ASSET 52,134,926 CURRENT FEDERAL AND FOREIGN INCOME TAXES 12,674,197 REINSURANCE RECOVERABLE 31,203,529 REMITTANCES AND ITEMS NOT ALLOCATED 17,964,746 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 3,732,602 AMOUNTS WITHHELD f RETAINED BY COMPANY FOR OTHERS 26,565,278 RECEIVABLES FROM PARENT,SUBSIDIARIES AND AFFILIATES 11,831,826 RETROACTIVE REINSURANCE RESERVE ASSUMED 826,255 ASSUMED REINSURANCE RECEIVABLE AND PAYABLE 567,396 POLICYHOLDER DIVIDENDS 11,482,845 OTHER ASSETS 3,574,968 PROVISION FOR REINSURANCE 9,837,205 ADVANCE PREMIUM 2,140,883 PAYABLE FOR SECURITIES LENDING 3,732,602 CEDED REINSURANCE NET PREMIUMS PAYABLE 46,059,812 OTHER ACCRUED EXPENSES AND LIABILITIES 421,937 TOTAL LIABILITIES $ 2,263,017,456 CAPITAL STOCK S 6,480,000 PAID IN SURPLUS 433,803,760 OTHER SURPLUS 1,683,400,804 TOTAL SURPLUS TO POLICYHOLDERS $ 2,123,684,564 TOTAL ASSETS $ 4,386,702,020 TOTAL LIABILITIES&SURPLUS $ 4,386,702,020 STATE OF CONNECTICUT ) COUNTY OF HARTFORD )ss. CITY OF HARTFORD ) MICHAEL J.DOODY,BEING DULY SWORN,SAYS THAT HE IS VICE PRESIDENT-FINANCE,OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF,THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31ST DAY OF DECEMBER.2019. a,-4 a VICE PRESIDENT-FWANCE SUBSCRIBED AND SWORN TO BEFORE ME THIS NOTARY PUBLIC 26TH DAY OF MARCH,2020 SUSAN M.WE[SSLEDER Noiary Public My Commission Expires November 30,2022 ti S< � til °o UBL1 J EXHIBIT B Time for Completion 2020 INDIAN HILLS CIPP PROJECT (Project No. 152-020) Time for Completion: 03/15/2021 or 120 Calendar Days from Notice to Proceed 57 EXHIBIT C SCOPE OF WORK for 2020 INDIAN HILLS CIPP PROJECT (Project No. 152-020) Contractor shall perform the following Work as more fully set forth in the Contract Documents: All Work necessary to construct the 2020 INDIAN HILLS CIPP as shown on and in accordance with the Technical Specifications and/or Drawings referred to in Exhibit D to the Agreement. Contractor to provide all necessary equipment, labor, and material to perform the Project construction and related work as shown in the Contract Documents. The Work includes, but is not limited to,the following: 1. Schedule and Coordinate all necessary inspections. 2. Contractor shall coordinate with all utilities prior to the work starting, including contacting underground locator services. 3. Include all temporary utility fees and permits. 4. Include 3`d party Special Inspections as required to demonstrate compliance with project specifications. 5. Include all surveying, layout and field engineering required for the performance of this work. 6. Provide digital photographs of the preconstruction, construction, and post construction site(see Article IV Progress of Work/ Submittals (F) for specifics) 7. Provide all weather provisions to meet the schedule set forth in the contract documents. 8. Provide clean up associated with the contractors work. Site is to remain free of debris during the construction process. 9. Provide all traffic control as required throughout the construction process. 58 bloc x, AN le Nk Ilk— , �,yy��v J irQ� a +a t � r n •.�' - ,•r�. t ria'„ + +' Liu& 4p r.. ^ n. a CIPP STORM WATER PIPE LINING EXHIBIT C LOCATION : SCOPE OR WORK NW APACHE CT and NW APACHE DR, N L) RIVERSIDE, MO 64150 r i oft PIP It 1 A� n Y • • t� a CIPP STORM WATER PIPE LINING 1 0 .5 1 2 EXHIBIT C Pipes to be lined SCOPE OR WORK **Lengths shown are approximate. N 50 0 25 50 100 SCALE 1" = 50' EXHIBIT D TECHNICAL SPECIFICATIONS 2020 INDIAN HILLS CIPP PROJECT (Project No. 152-020) The following Specifications govern Contractor's performance of the Work: ENUMERATION OF SPECIFICATIONS AND ADDENDA: Following are the Specifications and Addenda governing the work, which form a part of this contract, as set forth the Contract Documents: SPECIFICATIONS: Division 1 —General Requirements Section Description 01015 CONTRACTOR USE OF PREMISES 01030 SPECIAL CONDITIONS 01040 OORDINATION 01270 MEASUREMENT AND PAYMENT 01310 JOB SITE ADMINISTRATION 01320 CONSTRUCTION SCHEDULE 01410 TESTING LABORATORY SERVICES 01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE 01570 TEMPORARY TRAFFIC CONTROL Division 2—Site Work Section Description 02532 URED-IN-PLACE PIPE ADDENDA: No. Date 61 EXHIBIT E CITY OF LEIRILSIDE (S�: MISSOURI Upstream from ordinary. NOTICE TO PROCEED DATE: PROJECT: 2020 INDIAN HILLS CIPP PROJECT PROJECT NO.: 152-020 ORD/RESO: (approved ) TO: Contractor: (address) You are hereby notified to commence work on or after the day of , 2020 in accordance with the Agreement dated The date of substantial completion is 03/15/2021. The project shall be completed and ready for final payment by CITY OF RIVERSIDE BY: Brian E. Koral, City Administrator Receipt of the above NOTICE TO PROCEED is hereby acknowledged BY: (Signature) (Printed) (Title) (Company) this the day of , 2020. 62 EXHIBIT E CITY OF RINVERSI MISSOURI Upstream from ordinary. NOTICE TO PROCEED DATE: November 1, 2020 PROJECT: 2020 INDIAN HILLS CIPP PROJECT PROJECT NO.: 152-020 RESO: 2020-104 (approved Oct. 20, 2020) TO: Contractor: SAK Construction, LLC (address) 864 Hoff Rd O'Fallon, MO 63366 You are hereby notified to commence work on or after the 1St day of November, 2020 in accordance with the Agreement dated 10/27/2020. The date of substantial completion is 03/15/2021. The project shall be completed and ready for final payment by 03/30/2021. CITY V DE BY: B 'an 1 trator Receipt of the above NOTICE TO PROCEED is hereby acknowledged BY: (Signature) (Printed) (Title) (Company) this the day of 92020. 62 EXHIBIT F APPLICATION FOR PAYMENT Continuation Sheet for Application for Payment (Contact Capital Projects and Parks Manager, Noel Bennion with the City of Riverside for an electronic version nbennion(a,riversidemo.com or by calling 816-372-9028) csrr n PAT APPLXATMN NO. Y ss�a[r.w �.rrr��su L.rs..,rrnc.w...a+va•+w r.....o...n,...-w.r.rr..n r.....r nwr �s.F�r...Ir..ar.M../.r L,p,nry C`oWL.1rdn�"wC➢W ti W.l,r �r.� wr....+w...+r...var.ra...m.e�..rs...srr[.n °•`- — ..rrwr»r.r r•r.�..a..m.yo.�[.cwr.eu►.•a s.cw.�r•• r�rr�rl..Arrr......r ....rab P.r.M].AIQIM cuTra .tt[/sm�nCmwwrr.so[,uo an i.u.. u 6 EXHIBIT G CHANGE ORDER (Contact Capital Projects and Parks Manager,Noel Bennion with the City of Riverside for an electronic version nbennionna,riversidemo.com or by calling 816-372-9028) QTY OF CHANGE ORDER NO. Page Ntnner lo• P"E M,SSOU4i Contractor Name. Date Prep.- Project Name: Project Nul bw. Condact Dale'. The following changes to the onglnal contract amount Were regwred to cover cost incurred by he Plepoti-boa00r: Riverside.Nlbls Contractor Cr to reflect sa—gs realized by he Contractor as a result of a charge in the actual Constructed quanttbes hom the estimated quandbes shown on the Bid Proposal or Cormd or Cortact or Low tem No. Retool Pn,t Preeous REGIINED CHANGES N PRESENT CONTRACT Pn Amours IAN Nem Desspbon S Reason for CharW Order•Please aesube fern bA w and Nen folate wlh reason for CimpW Otderl New err New a Nlnn 0.0 f0 00 I1 Requested by CO.')Lk*—Ste Condbons 31 Not..posted n pl.-speta f'4Nd Atyosietl A uWAd IAi RIn A—M W 00 3000 1 $0 0 D0 $0.00 70.30 $0 00 1 $070 Prewws T"I Wou 00 A¢tON T.W 5000 Nd CNp $000 Statement of C-0 oval Cur*w Annie $000 Net Arnount f Prevous Add—and Deouct— S000 Ne,CorerW Arran Pnor b Ths Regan $000 Amours of Ths Request S000 New CorWaa Man S000 Perxre Charge n Convact An—n eDNO DESIGN ENGINEER: CITY OF RIVERSIDE.MISSOURI: C-IF-T T-ays-haver %Tea Date N—P11,01 City Ada—tratar !il l.4s qTm Die Dal: CONTRACTOR: ON-SITE PROJECT MANAGER: CONTRACTOR'S Certification for Change Order- ON-SITE PROJECT MANAGER Certilicabon for Chance Order ^IE.nQrblgl'ed CONTCTO R a W.iM all M.W. n a000rdary a w41 fhe CarW3at Oooltierts,the anile aD5eN3on,and acts.."Iota a Wrt are r.0"Ar,n oraerb ne CONTRACTOR D the aata o m .v pts d.W ablw.the an.vte pmlPce h—W._fes c caeea sin eeeauan err M--crown -aro—der n to Owwr that to pe beu of pie on-vw pmlecl managers i—w*oge. �a cczea amve are srrea Ann respect tome ten rfonnabori and beef he above eferer—dunges are necessary n anter to vfn:P leJ u'pn]a6 fNlge aaer Proceed w IM eaeo,bon o'the rrn6'att—.x+a#h the values stereo above are correct wth resgmt W the work armcgateo under On durge order Dwmany Conitaq wme Pmtea Name anNa �� agnea. Dow m 64 CITY of EXHIBIT H RIVERS MISSOURI Certificate of Substantial Completion to be completed after substantial completion of the project) Project Name: 2020 INDIAN HILLS CIPP PROJECT Project#: 152-020 Re uestor of Project: City of Riverside This [tentative) [definite] Certificate of Substantial Completion applies to: ❑ All Work under the Contract Documents: ❑ The following specified portions of the Work: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of the City, Contractor, and the Engineer, and found to be substantially complete. The Date of Substantial Completion of the Project or portion thereof designated above is hereby declared and is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. A [tentative] [definitive] list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. The responsibilities between the City and Contractor for security, operation, safety, maintenance,heat,utilities,insurance and warranties shall be as provided in the Contract Documents except as amended as follows: Amended Responsibilities Not Amended The City's Amended Responsibilities: Contractor's Amended Responsibilities: 65 The following documents are attached to and made part of this Certificate: This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of Contractor's obligation to complete the Work in accordance with the Contract Documents. Executed by Engineer (Print& Sign) Date Accepted by Contractor (Print& Sign) Date Accepted by the City (Print& Sign) Date 66 EXHIBIT I CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) 2020 INDIAN HILLS CIPP PROJECT (Project No. 1.52-020) STATE OF ) SS: COUNTY OF ) The Undersigned, of lawful age, being first duly sworn, states under oath as follows: 1. 1 am the of who is the general CONTRACTOR on the above referenced project. 2. All payrolls,material bills,use of equipment and other indebtedness connected with the Work for this Project have been paid and all Claims of whatever nature have been satisfied,as required by the Contract. 3. ( ) Prevailing wage does not apply;or ( ) All provisions and requirements set forth in Chapter 290,Section 290.210 through and including 290.340,Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with these provisions and requirements and the Annual Wage Order contained in the Contract in carrying out the Contract and Work. CONTRACTOR has fully complied with the requirements of the prevailing wage law as required in the Contract and has attached affidavits from all Subcontractors on this Project,regardless of tier,affirming compliance with the prevailing wage law as stipulated in the Contract. 4. CONTRACTOR certifies that each Subcontractor has received full payment for its respective work in connection with the Contract. 5. This affidavit is made in behalf of the CONTRACTOR for the purpose of securing from the City of Riverside, Missouri,the certification of completion of the Project and receiving payment therefore. CONTRACTOR By Title On this day of 20_ before me appeared to me personally known to be the of , and who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of as its free act and deed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the day and year first above written. My commission expires: Notary Public 67 EXHIBIT J SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) 2020 INDIAN HILLS CIPP PROJECT (Project No. 152-020) STATE OF ) SS: COUNTY OF ) After being duly sworn the person whose name and signature appears below hereby states under penalty of perjury that: 1. I am the duly authorized officer of the business indicated below (hereinafter Subcontractor)and I make this affidavit on behalf of Subcontractor in accordance with the requirements set forth in Section 290.290, RSMo. Subcontractor has completed all of the Work required under the terms and conditions of a subcontract as follows: Subcontract with: ,Contractor Work Performed: Total Dollar Amount of Subcontract and all Change Orders:$ Business Entity Type: Subcontractor's Legal Name and Address (_)Missouri Corporation (_)Foreign Corporation �)Fictitious Name Corporation (�Sole Proprietor �)Limited Liability Company Phone No. (_)Partnership Fax: (_J Joint Venture E:mail: (_)Other(Specify) Federal ID No. I hereby certify that I have the authority to execute this affidavit on behalf of Subcontractor. By: (Signature) (Print Name) (Title) (Date) NOTARY Subscribed and sworn to before me this day of ,20 My Commission Expires: (Signature) 68 EXHIBIT K ENGINEER/CONSULTANT'S CERTIFICATION For Acceptance and Final Payment (to be completed at conclusion of project) City of Riverside, Missouri Project Name: 2020 INDIAN HILLS CIPP 1111 0.1F.CT Project No: 152-020 Contractor: Contract Date: Date of Completion and Acceptance: The Contractor has notified me that he has completed all work in accordance with the Contract Documents and that it is functioning properly. I hereby certify that a final inspection of all work under the Contract Documents was conducted by me and to the best of my knowledge;the work has been completed in accordance with the drawings and specifications and is functioning properly. I have approved all payment estimates,and prepared and received approval of all change orders. I have received the required certifications;instructions for operating the equipment,manuals,and other documents that are applicable to this project from the Contractor and have delivered them to the City. The City is now responsible for the security, operation, safety, maintenance, and insurance as applicable to the project. The Contractor will warranty all specified work for a period of one(1)year (or a longer period if governed by Missouri Statutes) from this date of completion. Notification has been given to the proper Government agencies that the work is completed. I recommend, under the provision of the Contract Documents that the Work be accepted and that final payment be made. Executed by the Engineer on this day of , 20 Signature: (SEAL) Typed Name: The work described above accepted by the consultant is hereby acknowledged and final payment authorized. Kathleen L. Rose, Mayor (SEAL) Date: Attest: Robin Kincaid, City Clerk cc: Contractor 69 DIVISION 1 - GENERAL REQUIREMENTS 70 01015 CONTRACTOR USE OF PREMISES The Contractor shall confine all construction activities to the limits of the project right-of-way and easements. Any additional easements and access to private property that are desired outside the project limits are the responsibility of the Contractor. If the Contractor desires access to private property that is outside the project limits, the Contractor shall obtain a written agreement between the Property Owner and the Contractor and submit this written agreement to the City prior to accessing the private property. 01030 SPECIAL CONDITIONS A. Examination of the Site: Bidders may visit the site and inform themselves of all conditions presently existing. Failure to visit the site will in no way relieve the successful bidder from the necessity of furnishing all materials and performing all work required to complete the work in accordance with the specifications. B. Measurements: Any dimensions provided shall be verified by the Contractor. Any discrepancies between the specifications and the existing conditions shall be referred to the Owner for adjustment, before the work is performed. C. Protection of Monuments: The Contractor must carefully preserve bench marks, references or stakes and in case of willful or careless destruction, shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. D. Breakage and Damage: The Contractor shall be responsible for any breakage, damage or other injury to existing or new facilities caused directly or indirectly by the Contractor's operations and shall replace, at Contractor's own expense, in a manner approved by the Owner any such broken or damaged material. E. Delivery of Materials: The delivery of all materials, equipment, and miscellaneous items entering into the construction of the work is a part of this contract, including freight and hauling charges both to and from transportation points. Payment of charges for the above items shall be made by the Contractor. An amount covering all charges for freightage and delivery of items shall be included as a part of the contract price and in no case will an extra be allowed for such charges. F. Storage of Materials: All materials delivered to the job shall be stored so as to keep them in first class condition and free from deterioration or contamination. G. Coordination: All contractors, subcontractors and trades shall cooperate in coordination of their several works,but the principal responsibility for coordinating the project as a whole and the operations of the contractors and subcontractors shall lie with the Prime Contractor. H. Blasting: No blasting will be allowed on this project. 71 01040 COORDINATION: A. All construction activities shall be coordinated with all utility owners and the City of Riverside. Contractor shall be responsible for notifying all utility owners with facilities within the project limits prior to construction so the utilities can be located and identified. B. All construction activities shall be coordinated with adjacent property owners affected by construction of the project to assure access to their properties. Driveways to adjacent properties shall be accessible at the end of each working day. C. The Contractor will be responsible for notifying the Resident Project Representative in writing of the dates when construction will begin and end. The City will notify the school district, fire, and police departments, and the local newspapers. D. The Contractor shall be responsible for obtaining all necessary permits,and paying for any and all inspection and permit fees as required by the City. E. Project Coordination Meetings: In addition to the above said coordination responsibilities, the Contractor shall attend construction progress meetings with the Resident Project Representative on a monthly basis (at a minimum). Additional meetings may be held as needed. No direct payment will be made for this item but shall be considered subsidiary to other bid items. F. The Contractor shall coordinate his/her work to ensure that the Work is complete and to ensure efficient and orderly sequence of installation of construction elements. G. In the event certain parts of work are assigned to subcontractors, the Contractor shall be responsible to ensure each subcontractor completes work and that all interfaces between trades are properly addressed. All subcontractors shall also coordinate their work with the Owner through the Contractor. H. The Contractor is solely responsible for all Assignments of Work among subcontractors. I. The Contractor shall be responsible for assigning and coordinating work and ensuring that suppliers and installers are familiar with all requirements in Contract Documents relating to each item of work, regardless of location of information in Contract Documents. 01270 MEASUREMENT AND PAYMENT A. The quantities as given in the Bid Form are not guaranteed to be the exact or total quantities required for the completion of the Work shown on the drawings and described in the specifications. Increases or decreases may be made over or under the Bid Form estimated quantities to provide for needs that are determined by the Owner during the process of the Work. Contract unit prices shall apply to such increased or 72 decreased quantities. The Bidder is warned against unbalancing his bid, since the unit prices will apply to deductions as well as additions. The Owner has the privilege of omitting or adding to any unit items in the Bid Form. B. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise, on account of any difference between the amounts of Work actually performed and materials actually furnished and the estimated amounts thereof. The Owner will not pay for or be responsible for unused materials which may have been ordered by the Contractor in accordance with the estimated quantities listed in the Bid Form. C. It is the intent of the Contract Documents that all costs in connection with the Work, including furnishing of all materials,equipment,supplies and appurtenances;providing all construction plant, equipment, and tools; and performing of all necessary labor to fully complete the Work, shall be included in the unit and lump sum prices named in the Bid Form. No item of Work that is required by the Contract Documents for the proper and successful completion of the Contract will be paid for outside of or in addition to the prices submitted in the Bid Form. All Work not specifically set forth in the Bid Form as a pay item shall be considered a subsidiary obligation of the Contract, and all cost in connection therewith shall be included in the process named in the Bid Form. D. If item does not appear in the Bid Form, or if said item is a part of another item listed in the Bid Form, it will not be measured for payment. E. Whenever in the Bid Form there is a discrepancy between unit prices and extensions or totals, the unit prices will govern, and the extensions or totals will be corrected accordingly. F. Items for payment will be measured in accordance with the stipulations of these specifications and as further shown on the drawings. Pay limits given are maximum, and where actual quantities of work items are less than as computed by said pay limits, the Contractor will be paid only for the actual quantities. G. Payment will be made as the sum of the following: 1. Final authorized quantity of each item in the Bid Form multiplied by the contract unit price therefore. 2. Lump sum payment for each item so listed in the Bid Form, at the contract lump sum price therefore. 3. Any special payment or adjustment, plus or minus, as provided for in the Agreement. 73 01310 JOB SITE ADMINISTRATION A. The Contractor, or a duly authorized representative to act for the Contractor, shall continually be present at the site of the work, whenever construction activities are underway, for the duration of this project. B. The Contractor shall designate, in writing, the duly authorized representative(s) at the preconstruction meeting. The duly authorized representative(s) will be the official liaison between the Owner and Contractor regarding the signing of pay estimates, change orders, workday reports and other forms necessary for communication and project status inquiries. Upon project commencement, the Owner shall be notified, in writing, within five (5) working days of any changes in the Contractor's representative(s). 01320 CONSTRUCTION SCHEDULE A. General: The Contractor shall prepare and maintain a construction schedule for the duration of the project. B. Baseline Schedule: The Contractor shall prepare a baseline schedule to be presented to the Owner for review at the pre-construction meeting. The baseline construction schedule shall be in a form approved by the Owner and shall include at least the following information for each significant work item during each phase of the project: 1. Beginning date of Project. 2. Ending date of Project. 3. Beginning Date of Each Phase. 4. Completion Date of Each Phase. Anticipated Notice to Proceed: 11/15/2020 Project Completion: March 15,2021 The Owner will review the proposed progress schedule,and may require the Contractor to revise the same if, in the Owner's judgment, revisions are required to provide for completion of the project within the Contract Time. C. Schedule Updates: In addition to submitting a baseline project schedule,the Contractor shall update the project schedule prior to each monthly construction progress meeting. The updated schedule shall show the original baseline schedule, the actual work progress and the estimated completion of each significant work item for each phase of the project. The updated schedule shall be distributed to the City at each progress meeting. D. Pam: No direct payment shall be made. 74 01410 TESTING LABORATORY SERVICES A. General: Work under this item shall consist of furnishing all materials, labor and equipment necessary for a private testing laboratory to provide the material testing for items incorporated into the project. The tests,frequency and reports required to confirm contract compliance shall be as specified in the KCAPWA Standard Specifications unless otherwise noted below: One copy of the test results shall be submitted to the Owner electronically within 24 hours of the test completion. The testing lab must be agreed upon by the Contractor and the Owner. B. Payment: No direct payment shall be made. This item shall be considered subsidiary to the bid items of the materials being tested. 01524 WASTE AREA,MATERIAL STORAGE AND SITE APPEARANCE A. General: The Contractor shall make his own arrangements for material and equipment storage areas and non-soil waste area. The Contractor shall keep the site clean and free of all refuse, rubbish, scrap materials, and debris as a result of construction activities so that at all times the site of the work shall present a neat, orderly and workmanlike appearance. This includes the removal of earth and debris from streets and roads that resulted from the Contractor's activity. The Contractor shall restore the site of work and adjacent disturbed areas to the condition existing before work began as a minimum. B. Payment: No direct payment shall be made. This item shall be considered subsidiary to the bid item, "Mobilization". 01570 TEMPORARY TRAFFIC CONTROL A. General: Temporary traffic control on this project shall be done in accordance with Section 616 and all referenced sections of the Missouri Standard Specifications for Highway Construction (current edition) as published by the Missouri Highways and Transportation Commission. This section shall coverall temporary traffic control devices as detailed on the plans or as directed by the Owner in charge of construction. B. Temporary Traffic Control Devices: All temporary traffic control devices shall be in conformance with "Part 6 of the Manual on Uniform Traffic Control Devices (MUTCD)," Current Edition and its latest revisions. C. Payment: No direct payment shall be made. 75 DIVISION 2 - SITEWORK 76 02532 CURED-IN-PLACE PIPE PART 1: GENERAL 1.01 SCOPE: This section governs all work, materials, and testing for installation of Cured-In-Place Pipe (CIPP) for the lining of storm pipes. A flexible, polyester felt liner,saturated with a thermosetting resin,shall be inverted into the existing pipeline utilizing hydrostatic head or compressed air, or pulled into place. Curing shall be accomplished by circulating hot water or pressurized steam to cure the resin into a hard impermeable pipe. When cured,the hardened liner shall extend from end to end (manhole to manhole) of the section being lined in a continuous tight fitting watertight pipe-within-a-pipe. 1.02 GENERAL: A. Description: This specification references ASTM F-1216 and ASTM F-1743, which describe the requirements for the installation of cured-in-place pipe. Liner installation shall consist of furnishing all labor, materials and equipment for the complete installation of cured-in-place pipe in accordance with Contract Drawings, General Conditions, and these specifications. B. Specification Modifications: It is understood that throughout this section these Specifications may be modified by appropriate items in the Modifications to Detailed Specifications or notes on the Contract Drawings. C. Revisions of Standards: When reference is made to a Standard Specification, i.e., ASTM, ANSI,AWWA,the Specification referred to shall be understood to mean the latest revision of said specification as amended at the time of the Notice to Bidder, except as noted on the Drawings or in the Modifications to Detailed Specifications. D. Items Furnished by Owner: Owner will provide water necessary to perform the work, and a disposal site for debris removed in the performance of the work. 1.03 PERFORMANCE CRITERIA: A. The following performance criteria shall apply: 1. The trenchless reconstruction process must be proven technology. 2. The CIPP process shall be a custom designed pipe that will provide structural repair to the host pipe. 3. The process must be a cured-in-place pipe process so as to be the most effective in reducing infiltration. 4. There must be independent third-party verification of long-term physical properties and the enhancement factor in pipe design. 5. The end pipe product shall not reduce flow after installed in the host pipe. 6. A 24-hour emergency response time is mandatory. 77 7. Pulled-in-Place methods will be allowed, unless the pipe condition is not conducive to this method. 8. UV cured CIPP processes will not be allowed. 1.04 UNIT PRICES: Each item listed under this specification shall be measured and paid for at the unit price bid per lineal foot, at set forth on the Bid Form. A. The unit price shall include all labor, materials, equipment, overhead and profit, and incidentals necessary to complete the work, including the following: 1. Cleaning and removal of roots from the storm pipe, as required. 2. Trimming of intruding lateral taps,as required. Lateral taps shall be trimmed flush with the inside of the main pipe. 3. Pre-installation closed-circuit color television inspection recordings on media specified by the Owner. Also surface video inspection. 4. By-passing of existing storm flows required on all inversions except where noted. 5. Installation of pre-liner membrane, if indicated on the Bid Form. 6. CIPP wet out, placement by inversion or pull-in, curing, and finishing per ASTM F-1216, ASTM F-1743 and D 5813. 7. Post-installation Television Inspection recordings on media specified by the Owner as well as written report form. 8. Traffic control using cones and flashing barricades as required. 9. Complete conformance to O.S.H.A. confined space entry safety regulations. 10. Fences removed and replaced;traffic control; site restoration;and other incidental construction. 1 1. Standard one-year warranty after completion of project. 12. Permits, Licensing, & Insurance as required. 1.05 WARRANTY: In lieu of all other expressed or implied and/or statutory warranties, including warranties of merchantability and fitness for a particular purpose, Contractor agrees to correct any defects in the materials or services provided by Contractor which are brought to the attention of contractor within one year following acceptance of Contractor's work (date of Final Payment), provided Owner affords Contractor suitable access and working conditions to accomplish such correction. 1.06 PRODUCT AND INSTALLER QUALIFICATION REOUIREMENTS: Since products are intended to have a minimum 50 year design life, and in order to minimize the Owner's risk, only proven products with substantial successful long term track records will be approved. Products and Installers seeking approval must possess all of the following criteria to be deemed Commercially Acceptable. Bidders shall provide documentation of these requirements WITH THE BID. A. Product Experience: For a Product to be considered Commercially Proven, a minimum of 1,000,000 linear feet or 4,000 manhole-to-manhole line segments of successful wastewater collection system installations in the U.S. 78 must be documented to the satisfaction of the Owner to assure commercial viability. In addition, at least 100,000 linear feet of the product shall have been in successful service within the State for a minimum of five years. B. Installing Contractor Experience: For a Contractor to be considered as Commercially Proven,the Contractor must satisfy all insurance, financial, and bonding requirements of the Owner, and must have had at least 5 (five) years active experience in the commercial installation of the product bid. In addition, the Contractor must have successfully installed at least 1,000,000 feet of the same product bid in wastewater collection systems. Field Supervisor/Foreman: Minimum five (5)years as a foreman/superintendent for a cured-in-place lining crew(installing actual product included with this bid/project), and a minimum of 50,000 lineal feet of cured-in-place lining installed under his/her supervision. Such experience shall include the actual product, by trade name, CONTRACTOR proposes to install. Acceptable documentation of these minimum installations must be submitted to the Owner. C. For a product and installer to be Commercially Proven, the installer must own and operate a legally permitted permanent facility to impregnate the CIPP tubes. To ensure the Owner all installed products will meet the minimum product quality control standards set forth by the manufacture, all CIPP liners shall be impregnated by the approved product's licensed installer that is performing the work.No pre-impregnated CIPP products will be accepted from a third-party vendor. Bidders shall provide documentation of this facility with the bid. D Storm rehabilitation products submitted for approval must provide Third Party Test Results supporting the long term performance and structural strength of the product and such data shall be satisfactory to the Owner.Test samples shall be prepared so as to simulate installation methods and trauma of the product.No product will be approved without independent third party testing verification. E. Both the rehabilitation manufacturing and installation processes shall operate under a quality management system which is third-party certified to ISO 9001. Proof of certification shall be required for approval. F. If either the installer or the manufacturer cannot meet the experience and qualification requirements set forth above, Contractor may furnish a cash bond to Owner. The cash bond shall be in the amount of 50 percent of the total Bid price of the cured-in-place line segments, delivered in certified funds to Owner. Owner will hold the bond for a period of five years from the date of Final Acceptance of the Work by Owner. 1.07 SUBMITTALS: The Contractor shall submit the following submittal items. 79 A. Product Data for Review: 1. Product properties, materials, and data sheets. a) Flexural Strength ASTM D-790 b) Flexural Modulus ASTM D-790 c) Tensile Strength ASTM D-638 d) Tensile Modulus ASTM D-638 e) Corrosion Resistance ASTM F-1216 f) Impact Strength ASTM D-256, method A g) Shear Strength ASTM D-732 h) Hardness(Barcol 33) ASTM D-2583 i) Std. Practice for Rehabilitation of existing Pipelines by Inversion and Curing of a Resin Impregnated Tube,ASTM F-1216, j) Std. Practice for Rehabilitation of pipelines by pulled-in-place installation of a cured-in-place thermosetting resin pipe, ASTM F 1743. (If applicable to the proposed reconstruction system) k) Data from any other laboratory tests which demonstrate the properties, including long term properties, of the reconstruction system. 2. Manufacturer's approval of designated installation contractor. 3. Design Methodology: Describe and provide third party test data and documentation of the design calculations of the thickness recommendations of the finished reconstruction system. Include confirmation that the proposed reconstruction system will withstand the external pressures from ground water and any loads (depth,water table, soil type,traffic/non-traffic areas, etc.). Describe the conditions that will constitute fully deteriorated design calculations. Submit the empirical test data verifying the individual design calculations. B. Manufacturer's Certificates: Contractor shall furnish the following prior to shipment: I. Affidavit of compliance with applicable standard. 2. Structural Properties: Storm rehabilitation products submitted for approval must provide Third Party Test Results supporting the long term performance and structural strength of the product and such data shall be satisfactory to the Owner. Test samples shall be prepared so as to simulate installation methods and trauma of the product. No product will be approved without independent third party testing verification. Submit responsible third party test data to demonstrate compliance with the technical specifications pertaining to the proposed reconstruction system for each of the following properties(NOTE: Results shall be of coupons taken from samples obtained after installation). 3. The rehabilitation product shall have ISO 9002 Certification or equal for its quality control and assurance programs. Proof of certification shall be required for approval. 80 C. One-Year Warranty. PART 2: PRODUCTS: 2.01 PRODUCT REQUIREMENTS: This part governs materials for complete cured-in-place liner installations. A. Liner Material and Cured Lining: The lining material shall be a polyester fiber felt tubing, lined on one side with polyethylene(lined on both sides for pull-in insertion method)and fully impregnated with a liquid thermosetting resin as specified. Lining thickness(actual): The Contractor shall submit a design schedule to the Engineer, reflecting industry standards for fully deteriorated pipe conditions. The polyester felt tubing, including the polyethylene covered felt and thermosetting resin, shall meet the liner's manufacturer's standards. The cured lining material shall conform to the minimum structural standards set forth herein. Cured Liner Standard Results Flexural Stress ASTM D-790 4,500 psi Modulus of ASTM D-790 400,000 psi Elasticity short term B. Materials: 1. The liner tube shall meet the requirements of ASTM F-1216, Section 5.1, or ASTM F-1743, Section 5. The tube shall be constructed to withstand installation pressures, have sufficient strength to bridge missing pipe, and stretch to fit irregular pipe sections. 2. The wet out Tube shall have a uniform thickness that when compressed at installation pressures will meet or exceed the Design thickness. 3. The Tube shall be sewn to a size that when installed will tightly fit the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during inversion. Overlapped layers of felt in longitudinal seams that cause lumps in the final product shall not be utilized. 4. The outside layer of the Tube(before wet out) shall be coated with an impermeable, flexible membrane that will contain the resin and facilitate monitoring of resin saturation during the resin impregnation (wet out)procedure. The membrane coating shall not be subject to delamination after curing of the cured-in-place pipe (CIPP). 81 5. The Tube shall be homogeneous across the entire wall thickness containing no intermediate or encapsulated elastomeric layers.No material shall be included in the Tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident. 6. The wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color so that a clear detailed examination with closed circuit television inspection equipment can be made. The wall color and distribution of pigment shall be uniform, without splotches or mottling. 7. Seams in the Tube shall be stronger than the non-seamed felt. 8. The outside of the Tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 ft. Such markings shall include the Manufacturers name or identifying symbol. The tubes must be manufactured in the USA. 9. Resin -The resin system shall be a corrosion resistant polyester, vinyl ester, or epoxy and catalyst system that when properly cured within the tube composite meets the requirements of ASTM F 1216 and ASTM F 1743,the physical properties herein, and those which are to be utilized in the Design of the CIPP for this project. The resin shall produce CIPP which will comply with the structural and chemical resistance requirements of this specification. C. Structural Requirements: 1. The CIPP shall be designed as per ASTM F1216, Appendix X.1. The CIPP design shall assume no bonding to the original pipe wall. 2. The Contractor must have performed long-term testing for flexural creep of the CIPP pipe material installed by Contractor's Company. Such testing results are to be used to determine the Long-term,time dependent flexural modulus to be utilized in the product design. This is a performance test of the materials(Tube and Resin)and general workmanship of the installation and curing. A percentage of the instantaneous flexural modulus value(as measured by ASTM D-790 testing) will be used in design calculations for external buckling. The percentage, or the long-term creep retention value utilized, will be verified by this testing. Values in excess of 50%will not be applied unless substantiated by qualified third party test data. The materials utilized for the contracted project shall be of a quality equal to or better than the materials used in the long-term test with respect to the initial flexural modulus used in Design. 3. The Enhancement Factor `K' to be used in `Partially Deteriorated' Design conditions shall be assigned a value of 7. Application of Enhancement (K) Factors in excess of 7 shall be substantiated through independent test data. 4. The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If separation of the layers occurs during testing of field samples,new samples will be cut from the work. Any reoccurrence may 82 cause rejection of the work. C. Liner Length: The length of the liner shall be that deemed necessary by the Contractor to effectively carry out the inversion and seal the liner at the inlet and outlet points. Unless indicated otherwise on the drawings, the liner shall terminate at manholes and not within the pipe. The Contractor shall verify the lengths in the field before cutting the liner to length. Individual inversion runs can be made over one or more access points as determined in the field by the Contractor and approved by the Owner. D. Pre-Liner Membrane: A pre-liner membrane shall be used where noted on the Bid Form or Drawings, in locations where heavy infiltration is present. Pre-liner membrane shall bea 3-ply laminate combining two layers of linear low-density polyethylene and a high- strength cord grid. Membrane shall have a permeance less than 0.040 grain hour-sf-in. Hg. Pre-liner shall be Griffolyn TX-1200,or equal. PART 3: INSTALLATION: 3.01 INSPECTION AND TESTING: Inspection and testing shall be performed by the Manufacturer's quality control personnel in conformance with applicable standards. Testing may be witnessed by Owner or approved independent testing laboratory.The Contractor shall provide three(3)copies of certified test reports indicating that material does conform to the specifications. A. Chemical Resistance- The CIPP shall meet the chemical resistance requirements of ASTM F 1216, Appendix X2. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. B. Hydraulic Capacity -Overall, the hydraulic profile shall be maintained as large as possible. The CIPP shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. C. CIPP Field Samples- When requested by the Owner,the Contractor shall submit test results from field installations in the USA of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the CIPP physical properties specified in Section 5.5 have been achieved in previous field applications. Samples for this project shall be made and tested as described in Section 10.1. 3.02 PRE-INSTALLATION: A. Safety: The Contractor shall carry out his operations in strict accordance with all OSHA and manufacturers' safety requirements. Particular attention is drawn to those 83 safety requirements involving working with scaffolding and entering confined spaces. B. Notice to Public : The Contractor shall notify the affected public at least 2 days, but no more than 14 days prior to televising, cleaning, or prepping a line segment in which they may be affected. 1. This notification,approved by Owner, should be in the form of door hangers and shall make the residents aware of the upcoming project and how it might affect them. 2. This notice shall include a local telephone number of the Contractor. 3. Also, the Contractor shall notify the public 24 hours before the actual inversion will take place. 4. The notifications shall be distributed to all homeowners affected by repair, as well as resident's one segment upstream and downstream of the repair location. 5. The Contractor shall personally contact any home or business which cannot be reconnected within the time stated on the written notice. C. Cleaning of Pipelines: Prior to any lining of a pipe so designated, it shall be the responsibility of the Contractor to remove internal deposits from the pipeline using accepted storm cleaning techniques. 1. The Contractor shall remove all internal debris from of the storm line that will interfere with the installation of CIPP. 2. The Contractor shall properly dispose of all debris removed from the storms during the cleaning operation. D. Inspection of Pipelines: Inspection of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit television. The interior of the pipeline shall be carefully inspected to determine the location and extent of any structural failures. The location of any conditions which may prevent proper installation of lining materials into the pipelines shall be noted so that these conditions can be corrected.A video recording Digital Format and suitable hardcopy log shall be kept and delivered to Owner when the lining work is complete. E. Line Obstructions: It shall be the responsibility of the Contractor to clear the line of all obstructions that will prevent the proper installation of the liner.Obstructions which cannot be removed by conventional cleaning methods may require an open cut point repair prior to liner installation. Open cut point repairs, if required prior to trenchless installation of liner pipe due to blockage or collapsed host pipe, shall be negotiated by the Owner and successful bidder. Said cost to be in addition to unit cost. F. Protective Measures: In order to reduce homeowner complaints of burnt grass,the Contractor shall provide protective measures(e.g. felt, blocks of wood)to create a barrier between the boiler hoses and the grass for each inversion. 84 3.03 INSTALLATION: A. Wet Out 1. The Contractor shall designate a location where the uncured resin in the original containers and the unimpregnated liner will be serial vacuum impregnated prior to installation. The Contractor shall allow the Owner to inspect the materials and "wet out" procedure. 2. A resin and catalyst system compatible with the requirement of this method shall be used. 3. The quantity of resin used for the tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. 4. A serial vacuum impregnation process shall be used. To insure thorough resin saturation throughout the length of the felt tube, the point of vacuum shall be no further than 25 feet from the point of initial resin introduction. After vacuum in the tube is established, a vacuum point shall be no further than 75 feet from the leading edge of the resin. The leading edge of the resin slug shall be as near to perpendicular as possible. A roller system shall be used to uniformly distribute the resin throughout the tube. If the Installer uses an alternate method of resin impregnation,the method must produce the same results. Any alternate resin impregnation method must be proven. B. Inversion/Insertion Method: 1. The "wet out" liner shall be inserted through an existing manhole or other approved access by means of an inversion process and the application of a hydrostatic head sufficient to fully extend the liner to the next designated access point. 2. As an alternate, the wet-out tube may be inverted using air pressure, as set forth in ASTM F 1216-09 Par. 7.4.2. 3. The impregnated liner materials shall be inserted into the inversion tube with the impermeable plastic membrane side out. At the lower end of the inversion tube,the liner tube shall be turned inside out and attached to the inversion tube so that a leak-proof seal is created. 4. The inversion head will be adjusted to be of sufficient height to invert the liner to the next access point designated and to hold the liner snug to the pipe wall and to produce dimples at side connections and flared ends at the entrance and exit access points. 5. The use of a lubricant is recommended and if used, such lubricant shall be as approved by the liner manufacturer's standards. 6. The liner manufacturer's standards shall be closely followed during the elevated curing temperature so as not to overstress the felt fiber and cause damage or failure of the liner prior to curing. (In certain cases, the Contractor may elect to use a Top Inversion. In this method, the liner is pre-inverted to a distance that corresponds to the minimum inversion head and instead of attaching to an elbow at the base of the inversion tube;the liner is attached to a top ring). 85 C. Pull-In Method: CIPP installation shall be in accordance with ASTM F1743, Section 6. Temperature gauges shall be placed inside the tube at the invert level of each end to monitor the temperatures during the cure cycle. D. Liner Curing 1. After inversion is completed, the Contractor shall supply a suitable heat source and water re-circulation equipment, or steam delivery equipment. 2. The equipment shall be capable of delivering hot water to the far end of the liner through a hose, which has been perforated per the liner manufacturer's recommendations,to uniformly raise the water temperature in the entire liner above the temperature required to effect a cure of the resin. 3. As an alternate method: the pipeline may be cured using steam circulation, as set forth in ASTM F 1216-09 Par. 7.6.2. 4. This temperature shall be determined by the resin/catalyst system employed. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing heat exchanger circulating water. 5. Water temperature in the line during the cure period shall not be less than 180 degrees F or more than 200 degrees F as measured at the heat exchanger return line. 6. Initial cure shall be deemed to be completed when inspection of the exposed portions of the liner appear to be hard and sound. The cure period shall be of the duration recommended by the resin manufacturer, as modified for the inversion lining process,during which time the re-circulation of the water and cycling of the heat exchanger to maintain the temperature in the liner continues. D. Cool-Down: The Contractor shall cool the hardened liner to a temperature below 100 degrees F before relieving the static head in the inversion tube. Cool-down may be accomplished by the introduction of cool water into the inversion tube to replace water being drained from a small hole made in the end of the liner at the downstream end. Care shall be taken in the release of the static head such that a vacuum will not be developed that could damage the newly installed liner. As an alternate: the cool-down may be accomplished by circulation of cool air. The cool-down process shall comply with the resin manufacturer's specifications. 3.04 FINISH: The finished lining shall be continuous over the entire length of an insertion run and be as free as commercially practicable from visual defects such as foreign inclusions, dry spots, pinholes and delamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to the inside of the lined pipe. Any defects which will affect the integrity or strength of the lining shall be repaired at the Contractor's expense, in a manner mutually agreed by the Owner and the Contractor. 3.05 POST-INSTALLATION A. Sealing Liner at Ends: If due to broken or misaligned pipe at the access point, the lining fails to make a tight seal,the Contractor shall apply a seal at that point.The seal 86 shall be of a resin mixture compatible with the liner. B. Liner Trimming: After the liner has been cured, the liner shall be trimmed entering and exiting the manhole, so that it is nearly flush with the manhole wall. Also,a V- notch shall be cut in the crown of the liner in the downstream manhole, so as to reduce future wear on television cables or cleaning equipment. For each inversion of 2 or more line segments using a single liner, the liner should be cut flush with the trough at the intermediate manhole(s), so that there is no ponding on the bench of the manhole(s). If additional line segments enter these intermediate manhole(s),the liner should not obstruct the flow from these lines. C. Liner Testing: 1. The water tightness of the liner shall be gauged while the liner is curing and under a positive head(or steam pressure). 2. For each work order released, one CIPP sample for each diameter shall be prepared and physical properties tested in accordance with ASTM F1216 or ASTM F 1743, Section 8, using either method proposed. The flexural properties must meet or exceed the values listed in Table 1 of the applicable ASTM. 3. After the work is completed, the Contractor will provide the Owner with a video recording showing both the before lined and after lined conditions, including the restored connections. Visual inspection of the CIPP shall be in accordance with ASTM F1743, Section 8.6. D. Restoration: Upon completion of the installation work and after required testing indicates the lining is acceptable;the Contractor shall clean up the project area affected by the work. The Contractor shall restore the project site to conditions not less than those existing prior to his entry thereon, unless otherwise required by these specifications. 1. The Contractor shall coordinate surface restoration work with the affected private property owners. 2. Private property over which the Owner has prior rights (i.e., utility easement, storm easement)and/or has obtained rights-of-way, licenses and/or agreements from the property owner to allow construction of a storm pipeline and appurtenances, shall be restored in conformance with these Contract Documents. 3. Public property shall be restored with strict adherence to the requirements of the Contract Documents. END OF SECTION 02532 87 aco CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD YYYY) 1%� 1 10/23/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Diane Stiehl,CISR J.W. Terrill, a Marsh & McLennan Agency LLC co PHONE FAX 825 Maryville Centre DriveINC.No Ext: 314 5942719 _ (A/c,No):(888)307-1561 Suite 200 Ab�REss: dstiehl@jwterrill.com Chesterfield MO 63017 INSURER(S) AFFORDING COVERAGE NAICS _ INSURER A:Amerisure Mutual Insurance Company 23396 INSURED INSURER B:Starr Indemnity&Liability Company 38318 SAK Construction. LLC 864 Hoff Rd. INSURER C:Continental Casualty Company 20443 O'Fallon. MO 63366 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1115101484 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE DDL SUER POLICY EFF POLICY EXP LTR POLICY NUMBER MMIDD/YYYYI (MM/00/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY CPP20635771102 8/2/2020 8/2/2021 EACH OCCURRENCE $2,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $1,000,000 MED EXP(Any one person) $10,000 PERSONAL BADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY�JECTPRO-- LOC PRODUCTS-COMP/OP AGG $4,000,000 OTHER: $ A AUTOMOBILE LIABILITY CA20635761102 8!2!2020 822021 COMBINED SINGLE LIMIT $ Ea accident 2,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident $ AUTOS AUTOS ) X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Par e.clant $ B UMBRELLA LIAB X OCCUR 1000585238201 82/2020 8/2/2021 EACH OCCURRENCE $5,000,000 X EXCESS LIAR CLAIMS-MADE AGGREGATE $5,000,000 DED 1 1 RETENTION$ 1 $ A WORKERS COMPENSATION V C20W5781202 822020 822021 X PER I OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? ] N/A (Mandatory In III E.L.DISEASE-EA EMPLOYE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT I$1,000,000 C Leased/Rented Equipment 05086483224 822020 8/22021 $5,000 Deductible 1,000,ODO/per occ. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re: Project#152-020:2020 Indian Hills CIPP Project City of Riverside, Missouri,its employees,officers,and agents,and any architects,engineers,or other design professionals engaged by or on behalf of City are included as Additional Insured(s)for General Liability,Automobile Liability and Excess Liability with respect to work performed by the Named Insured,if required by written contract.agreement or permit and subject to the provisions and limitations of the policy. General Liability,Automobile Liability and Excess Liability coverage is considered primary and non-contributory,if required by written contract, agreement or permit and subject to the provisions and limitations of the policy. A waiver of subrogation is granted for General Liability,Automobile Liability and Excess Liability coverage where permitted by law and if required by written contract,agreement or permit and subject to the provisions and limitations of the policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Riverside, Missouri 2950 N.W. Vivion Road Riverside MO 64150 AUTHORIZED REPRESENTATIVE (l ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD