Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 18076: CONTRACT W/ LD CONSTRUCTION FOR FLEXIBLE BASE ST. RECONSTRUCTION
PUBLIC WORKS DEPARTMENT COUNCIL ACTION MEMO TO Floyd T. Johnson, City Manager FROM John A. Comeaux, P.E., Assistant City Manager /Operations SUBJECT P.R. #18076 — Flexible Base Street Reconstruction DATE 02 December 2013 RECOMMENDATION: I recommend that the City Council approve Proposed Resolution No.18076, approving a contract with LD Construction of Beaumont, Texas for Flexible Base Street Reconstruction in an amount not to exceed of $492,000.00. BACKGROUND: The City of Port Arthur is currently working on improving the city streets through the 39 Year of the CDBG funding. Accordingly, the City advertised for bids and received two (2) bids, with the bid from LD Construction of Beaumont, Texas determined to be the lowest, most responsive bid. BUDGETARY /FISCAL EFFECT: Funds are available in account 001- 1203 - 531.86 -01 EMPLOYEE /STAFF EFFECT: None SUMMARY I recommend that the City Council approve Proposed Resolution No.18076, approving a contract with LD Construction of Beaumont, Texas for Flexible Base Street Reconstruction in an amount not to exceed of $492,000.00. John A. Comeaux, P.E. Assistant City Manager /Operations JAC /rtb S:\electrical_sec\ROE\Street Projects \Flex Base Street Repair Projects \Proposed 39th Yr CDBG Streets Project \Flex Base Recon -CAM P.R. 18076 12/02/13 rtb RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND LD CONSTRUCTION OF BEAUMONT, TEXAS FOR FLEXIBLE BASE STREET RECONSTRUCTION IN AN AMOUNT NOT TO EXCEED $492,000.00. FUNDING BEING AVAILABLE IN ACCOUNT 001- 1203 - 531.86 -01- 00. WHEREAS, Purchasing advertised in the Port Arthur News on November 3, 2013 and November 10, 2013 for bids for Flexible Base Street Reconstruction projects; and, WHEREAS, two (2) bids were received and opened on November 20, 2013 for the above referenced project and have been evaluated by Public Works and Purchasing with no Port Arthur vendors bidding; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the City Council of the City of Port Arthur hereby awards the bid for Flexible Base Street Reconstruction to the lowest responsible bidder to wit: LD Construction of Beaumont, Texas as shown in the bid tabulation attached as Exhibit "A "; and, THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City, a Contract between the City and LD Construction (attached as Exhibit "B ") in an amount not to exceed $492,000.00; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. P.R. 18076 Page 2 READ, ADOPTED AND APPROVED this the day of , A.D. 2013 at a regular meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Mayor Attest: City Secretary APPROVED AS TO FORM: APPROVED AS TO AVAILABILITY OF FUN T: ity A • orn - / Deborah Echo s, CPA • - Director of Finance APPROVED FOR ADMINISTRATION: .ice 411111 PL,—, _ Shawna D. Tubbs, CPPO Purchasing Manager Floyd T. Johnson John A. Comeaux, P.E. City Manager Assistant City Manager /Operations S: \electrical_sec \ROE \Street Projects \Flex Base Street Repair Projects \Proposed 39th Yr CDBG Streets Project \PR18076 VII9IHX] '// CITY OF PORT ARTHUR TEXAS E 1.1, Bid Tabulation City of — — '.co / It 4 orc rtlt u ,— Flexible Base Street Reconstruction Texas Bid Opening Date: November 20, 2013 Name of Bidder LD Construction APAC- Texas, Inc. Item # Description Days to Complete Cost Days to Complete Cost 1 20 Street 9 $ 40,000.00 6 $ 60,353.00 2 22 Street 9 $ 88,000.00 8 $123,272.00 3 Williams Avenue 9 $ 78,000.00 7 $110,662.00 4 Manning Street (1) 9 $ 31,000.00 5 $ 53,196..00 5 Manning Street (2) 9 $115,000.00 11 $165,110.00 6 18 Street 9 $140,000.00 13 $199,392.00 Total 54 $492,000.00 50 $711,985.00 Item # Supplemental Items UOM Cost UOM Cost 1 Limestone Base (3 ") Ton $ 37.00 Ton $ 50.00 2 Rework Base & Existing Asphalt SY $ 1.25 SY $ 7.00 3 Cement Slurry Ton $ 200.00 Ton $ 220.00 4 Mixing Cement Slurry & new base SY $ 1.25 SY $ N/A 5 Primecoat, AE -P Gal $ 5.00 Gal $ 5.50 6 Tack Coat, SS -1H Gal $ 5.00 Gal $ 5.00 7 ACP Ton $ 115.00 Ton $ 140.00 8 Manhole & Valve Box Adjustments Ea $ 500.00 Ea $ 300.00 9 Temp. Traffic Control Ea $1,500.00 Ea $1,800.00 Bid Bond Yes Yes Acknowledge Addendums #1 Yes Yes Location Beaumont Beaumont Li10 )()U116111A, 11-c)..-olod ■ Clifton 1 illiams, Senior Purchasing Asst. Date Page 1 of 1 8 1I8IHX3 CONSTRUCTION SERVICES AGREEMENT Flexible Base Street Reconstruction Project THIS AGREEMENT, made this day of , 2013, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY ", and LD Construction hereinafter called "CONTRACTOR ". WITNESSED: That, for and in consideration of, the payment terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence the work required by the Contract Documents upon Receipt of a Notice to Proceed. The work to be performed under this Contract will be completed within 54 days of commencement. 2. The CONTRACTOR will perform the work as delineated in the Scope of Work and Specifications attached hereto. 3. During the term of this Contract, the Contractor will furnish at this own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications and Scope of Work. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein. The amount of this contract is not to exceed $492,000.00. 5. The term "Contract Documents" means and includes the following" a. Agreement b. Specifications c. Addenda d. Bid e. Notice to Proceed S: \electrical_sec \ROE \Street Projects \Flex Base Street Repair Projects \Proposed 39th Yr CDBG Streets Project \CONTRACT 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of December 2013 OWNER: BY: Floyd T. Johnson City Manager Signed on the day of December 2013 CONTRACTOR: LD Construction BY: Troy Dodson, Owner S: \electrical_sec \ROE \Street Projects \Flex Base Street Repair Projects \Proposed 39th Yr CDBG Streets Project \CONTRACT DELORIS "BOBBIE" PRINCE, MAYOR i i '/� i, FLOYD T. JOHNSON \ ROBERT E. "BOB" WILLIAMSON, MAYOR PRO'fEM \ , : �!. CITY MANAGER En q. COUNCIL MEMBERS: City a SHERRI BELLARD RAYMOND SCOTT, JR. /11 CITY SECRETARY ELIZABETH "LIZ" SEGLER MORRIS ALBRIGHT, III VALECIA R. TIZENO ROBERT TROY D r t r t h u r CITY ATTORNEY WILLIE "BAE" LEWIS, JR. DERRICK FREEMAN Terns KERRY "TWIN" THOMAS NOVEMBER 4, 2013 INVITATION TO BID FLEXIBLE BASE STREETS RECONSTRUCTION DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, November 20, 2013. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, November 20, 2013 in the City Council Chambers, City Hall, 5 Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: Flexible Base DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid should be directed in writin. to: City of Port Arthur, TX Clifton Williams, Senior Purchasing Assistant P.O. Box 1089 Port Arthur, TX 77641 cwilliams@portarthur.net Purchasing Division /Finance Department 1 Purchasing Manager, Shawna Tubbs, CPPB P.O. Box 10891444 4 +h Street 1 Port Arthur, Texas 776411 409.983.8160 1 Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and 'accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left -hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Shawna Tubbs; CPPO, CPPB Purchasing Manager • Page 2 of 16 MANDATORY PRE -BID CONFERENCE A Mandatory Pre - Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Flexible. Base Streets Reconstruction will be held on Tuesday November 12, 2013 at 10:00 a.m. at the City Hall 5th Floor Conference Room located at 444 4 Street, Port Arthur, Texas The purpose of the Mandatory Pre -Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Mandatory Pre -Bid Conference will be rejected and returned unopened to the bidder. • • • • • Page 3 of 16 INVITATION TO BID FLEXIBLE BASE STREETS RECONSTRUCTION (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity /service only 'Yes No Does your company provide this product or services? Were the specifications clear? V Were the specifications too restrictive? V Does the City pay its bills on time? ,/ Do you desire to remain on the bid list for this product or service? ,/ Does your present work load permit additional work? / Comments /Other Suggestions: Company Name: 14 0r/2J-bud- 6 ,en. Person Completing Form: Telephone: T dobm,e9 6a- 7267 Mailing Address: Email: ,, /4 3, alf) ,laid P#S OI dodsad p do/ gon Ci , State, Zip Code: A Date: ectr�d - 77 70 7 147/1 /1 20 6il3 Page 4 of 16 CITY OF PORT ARTHUR PUBLIC WORKS DEPARTMENT FLEXIBLE BASE STREETS RECONSTRUCTION 1. This project will be awarded to one bidder. 2. Contractor must give a 3 day notice to residents that work will begin. 3. Contractors are required to obtain permits, but will not have to pay a fee. 4. Contractor shall locate all manholes and water valve boxes to avoid damage. Contractor shall be responsible for repairing utilities damaged during construction. Contractor shall call "81 1" prior to construction. Manholes and valves boxes to be adjusted as needed to match new surface of pavement. 5. Contractor must add limestone base material to the roadway surface to a depth of three inches (3 6. Mix the new surface to a depth of six inches (6 ") into the existing pavement material then add cement slurry 6% by weight and mix into previous asphalt -base mix to the depth of six inches (6 "). Compact mixed base. 7. Contractor must blade the new surface to provide a centerline high point and cross slopes of a minimum of'/" per foot. 8. Apply an' asphalt prime coat on the surface at a rate of 0.25 gallons per square yard within 24 hours of completing base prep. 9. Place one and one -half inches (1 %z ") of Type "D" asphaltic concrete pavement according to TXDOT Item 341. Apply tack coat at a rate of 0.10 gal /sy. 10. Establish traffic control measures for the project including all intersections, driveways and railroad crossing(s) using the basic standards from the Texas Manual on Uniform Traffic Control Devices. Contractor must present the traffic control plan to the City for approval. Inform adjourning residents of the date of construction. The project must allow a minimum of one lane of traffic flow at all times. • Page 5 of 16 LOCATIONS FOR FLEXIBLE BASE STREETS RECONSTRUCTION Location: 20 Street (off of 7ch Avenue): East Dead End to West Dead End Size: 1,389 SY ITEM # DESCRIPTION UOM QUANTITY 1 Limestone Base (3 ") TON 21 2 Rework Base & Existing Asphalt SY 1,389 3 Cement Slurry TON 28 4 Mixing Cement Slurry & New Base SY 1,389 5 Primecoat, AE -P GAL 350 6 Tack Coat, SS -1H GAL 210 7 ACP TON 126 8 Manhole & Valve Box Adjustments LS 1 9 Temp. Traffic Control LS 1 i Location: 22nd Street: 4 Avenue to East Dead End Size: 3,227 SY ITEM # DESCRIPTION UOM QUANTITY 1 Limestone Base (3 ") TON _ 533 2 Rework Base & Existing Asphalt SY 3,227 3 Cement Slurry TON 65 4 Mixing Cement Slurry & New Base SY 3,227 5 Primecoat, AE -P GAL 807 6 Tack Coat, SS-1H GAL 485 7 ACP TON 293 8 Manhole & Valve Box Adjustments LS 1 9 Temp. Traffic Control LS 1 Location: Williams Avenue: Dryden Road to North Dead End Size: 2,823 SY ITEM # DESCRIPTION UOM QUANTITY 1 Limestone Base (3 ") TON 466 2 Rework Base & Existing Asphalt SY 2,823 3 . Cement Slurry TON 57 4 Mixing Cement Slurry & New Base SY 2,823 ' 5 Primecoat, AE -P GAL 706 6 Tack Coat, SS -1H GAL 424 7 ACP TON 257 8 Manhole & Valve Box Adjustments LS . 1 9 Temp. Traffic Control LS 1 Page 6of16 Location: Manning Street (1): East Dead End Street to Hazel Avenue Size: 1,023 SY ITEM # DESCRIPTION UOM QUANTITY 1 . Limestone Base (3 ") TON 169 2 Rework Base & Existing Asphalt SY 1,023 3 Cement Slurry TON 21 4 Mixing Cement Slurry & New Base SY 1,023 5 Primecoat, AE -P GAL 256 6 Tack Coat, SS -1H GAL 154 7 ACP TON 93 8 Manhole & Valve Box Adjustments LS 1 9 Temp. Traffic Control LS 1 Location: Manning Street (2): Jade to West Dead End Size: 4,345 SY ITEM # DESCRIPTION UOM QUANTITY 1 Limestone Base (3 ") TON 717 2 Rework Base & Existing Asphalt SY 4,345 3 Cement Slurry TON 85 4 Mixing Cement Slurry & New Base SY 4,345 5 Primecoat, AE -P GAL 1,087 6 Tack Coat, SS -1H GAL 652 7 ACP TON 39 8 Manhole & Valve Box Adjustments LS 1 9 Temp. Traffic Control LS 1 Location: 18th Street: Woodworth Blvd. to East Dead End Size: 5,360 SY ITEM # DESCRIPTION UOM QUANTITY 1 Limestone Base (3 ") TON 885 2 Rework Base & Existing Asphalt SY 5,360 3 Cement Slurry TON 108 4 Mixing Cement Slurry & New Base SY 5,360 5 Primecoat, AE -P GAL 1,340 6 Tack Coat, SS -1H GAL 804 7 ACP TON 487 8 Manhole & Valve Box Adjustments LS 1 9 Temp. Traffic Control LS 1 Page 7of16 CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Flexible Base Streets Reconstruction BID DUE DATE: November 20, 2013 . LOCATION DAYS TO COMPLETE ,�+ TOTAL COST 20 Street C ) $ "/4 t./ D ®r t0 0 22nd Street 9 $ <Q cf� ©s © 0 Williams Avenue q $ 7 i t Q ©,00 Manning Street (1) 9 $ ,3/ 600 . 100 Manning Street (2) 9 $ / /,T 4 M 00 i 18 Street $ / ` os f 6/90,6D TOTAL 5 4 $ 4 /9 2 606 DO SUPPLEMENTAL ITEMS Limestone Base (3 ") ,570o per Ton Rework Base & Existing Asphalt /. ,J per SY Cement Slurry At, DO per Ton Mixing Cement Slurry & New Base 1, 2..n: per SY Primecoat, AE -P 5, 06 per Gal Tack Coat, SS -1H 5O0 per Gal ACP 1 /5, OD per Ton Manhole & Valve Box Adjustments 560, On per LS Temp. Traffic Control 1560,00 0 per LS Z6 (..0,5b7-0 COMPA ME STREET ADDRESS .5 1 )/" ..<72 - -------/ •, SIGNAT OF BIDDER P.O. BOX //1_L' aC% 7/ 6(,),/./hm 77 777117 PRINT UR TYPE NAME CITY STATE ZIP 1 /Crt/W i y 49- gm- L 7 TITLE AREA CODE TELEPHONE NO j/ndr)4457) / to a &, ffin S' Pt- /A/ 7 EMAIL FAX NO. Page 8 of 16 AFFIDAVIT All pages in Offeror's Responses containing statements, Letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Lhz,e/x r) IV MM 26/3 Firm N e Date aoa g ei Authorize Signature Titl jacissi 4d Mir Z 7 Name please print) Telephone . ,/ - rn4edlon1 Email STATE: COUNTY: di ' SUBSCRIBED AND SWORN to before me by the above named j/ I LYTL /s / on this the ;OM day of � 1 i � , 20 � :$ !/0-.. Pi g! / Notary Pub tc si. �\ Py RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 9 of 16 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80` Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1 -a) with a local governmental entity and the person meets requirements under Section 176.006 (a). By law this questionnaire must be filed with the records administrator of the Local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. 2. ( /( Check this box if you are filing an update to a previously filed questionnaire. Y I (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7 business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of a local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes ' No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes I .) No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes V No D. Descri e each employment or business relationship with the local government officer named in this section. 4. & 4,03 Signature of pers n doing business with the governmental entity Date Page 10 of 16 GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and /or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s) /substitutions(s) deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal " - -For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. Page 11 of 16 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and /or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and /or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Public Works, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. Page 12 of 16 INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any -one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to Page 13 of 16 terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set -off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub - contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB - CONTRACTS: The Contractor shall not execute an agreement with any sub - contractor or permit any sub - contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and /or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 each person /$500,000 per occurrence for contracts of $100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $100,000. Page 14 of 16 3. Commercial Automobile Liability Insurance (Including owned, non -owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. WAGES & SALARIES: Attention is particularly called to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color, religion, sex, age or national origin. PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100 %) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys -in -fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. LIQUIDATED DAMAGES: Liquidated damages will be $150.00 per day. Page 1.5 of 16 SECTION 3 CLAUSE: 1. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD - assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low - income persons, particularly persons who are recipients of HUD assistance for housing. 2. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. 3. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. 4. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. 5. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. 6. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. 7. With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self - Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). Page 16 of 16 -c4; CITY OF PORT ARTHUR, TEXAS villy? r� h-� r ADDENDUM NO. ONE (1) ,-‘ : . f November 13, 2013 Bid Proposal For: Flexible Base Streets Reconstruction The following clarifications, amendments, deletions, additions, revision and /or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and. all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: I. Contractor shall taper road structure edge one foot (1') to previous grade surface. 2. Contractor shall lay new asphalt concrete pavement to depth thickness to accomplish 1 %" compacted depth. 3. Contractor shall taper asphalt edge one foot congruent to tapered base edge. 4. Contractor shall install SW3P controls. 5. City will mark the construction limits for the awarded Contractor. 6. Retainage for this project is 5 %. . 7. Page 6-20' Street -- Item # Change the quantity to 230. 8. Page 7—Manning Street #2 —Item #7—.Change quantity to 395. 9. Attached is the Prevailing Wages for this Project. . 10. Contractors will give certified payroll to - the Grants Program Administrator. - 1f you have any questions, please contact the Purchasing Division at 409-983-8160. • NOTE: ALL PAGES OF. ADDENDA MUST BE SIGNED AND SUBMITTED WITH • YOUR BID DOCUMENTS. Shawna Tubbs, CPPO, CPPB . Purchasing Manager . ignatur f Proposer Date Page 1 of 4 General Decision Number: TX130056 01/04/2013 'TX56 Superseded General Decision Number: TX20120056 State: Texas Construction Type: Highway Counties: Austin, Brazoria, Chambers, Fort Bend, Galveston, Hardin, Harris, Jefferson, Liberty, Montgomery, Orange, San Jacinto and Waller Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Modification Number Publication Date 0 01/04/2013 * SUTX2011 -013 08/10/2011 Rates Fringes CEMENT MASON /CONCRETE FINISHER (Paving and Structures) $ 12.98 ELECTRICIAN $ 27.11 FORM BUILDER /FORM SETTER Paving & Curb $ 12.34 • Structures $ 12.23 LABORER Asphalt Raker $ 12.36 Flagger $ 10.33 Laborer, Common $ 11.02 Laborer, Utility $ 11.73 Pipelayer $ 12.12 Work Zone Barricade Servicer $ 11.67 PAINTER (Structures) $ 18.62 t POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.06 Asphalt Paving Machine $ 14.32 Broom or 'Sweeper $ 12.68 Concrete Pavement Finishing Machine $ 13.07 Concrete Paving, Curing, • Float, Texturing Machine $ 11.71 Concrete.Saw $ 13.99 Crane, Hydraulic 80 Tons or less . $ 13.86 Crane, Lattice boom 80 httpi/ www. wdol. gov/ wdol /scafiles/davisbacon/TX56.dvb?v=0 11/13/1013 �.r Page 2 of 4 tons or less $ 14.97 Crane, Lattice boom over 80 Tons $ 15.80 Crawler Tractor $ 13.68 Excavator, 50,000 pounds or less $ 12.71 Excavator, Over 50,000 pounds $ 14.53 Foundation Drill, Crawler Mounted $ 17.43 Foundation Drill, Truck Mounted $ 15.89 Front End Loader 3 CY or Less $ 13.32 Front End Loader, Over 3 CY $ 13.17 Loader /Backhoe $ 14.29 Mechanic $ 16.96 Milling Machine $ 13.53 Motor Grader, Fine Grade $ 15.69 Motor Grader, Rough $ 14.23 Off Road Hauler $ 14.60 Pavement Marking Machine $ 11.18 Piledriver $ 14.95 Roller, Asphalt $ 11.95 Roller, Other $ 11.57 Scraper $ 13.47 Spreader Box $ 13.58 Servicer $ 13.97 Steel Worker Reinforcing Steel $ 15.15 Structural Steel Welder $ 12.85 Structural Steel $ 14.39 TRUCK DRIVER Low Boy Float $ 16.03 Single Axle $ 11.46 Single or Tandem Axle Dump $ 11.48 Tandem Axle Tractor w /Semi Trailer $ 12.27 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. as a _ _ = acca :aaa= a ^aaaaoaaaa= ' S Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only afc' provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the httpi/ www. wdol. gov/ wdol/scafiles /davisbaconTFX56.dvb?v=0 11/13/2013 Page 3 of 4 cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non - union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198 -005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate /collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January: Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004 -007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling http:// www. wdol. gov/ wdol/scafiles /davisbacon/TX56.dvb?v =0 11/13/2013 Page 4 of 4 On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 • 4.) All decisions by the Administrative Review Board are final. O �S3�OCaaaaaaaaaaO�aO�� azia.Z. aa. ===. END OF GENERAL DECISION • http:// www. wdol. gov/ wdoUscales /davisbacon/TX56.dvb ?v=0 11/13/2013 � --■Ill it LDCONST -01 MSPAINTER A�R0' CERTIFICATE OF LIABILITY INSURANCE [ OA 7/26/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ON 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). : CONTACT PRODUCER ;NAME: Molly Painter Arthur J. Gallagher Risk Management Services, Inc. � F PHONE x 700 West Prien Lake Road ( No , Exs); 3 37) 478 - 5485 I (ac, No): (337) 478 - 8660 - Lake Charles, LA 70601 A MAIL ADDRESS_..., • INSURER(S) AFFORDING COVERAGE j NAIL 0 INSURER A : United Fire Lloyds 143559 INSURED INSURER B: Texas Mutual Insurance Company '22945 Pamela Dodson DBA LD Construction INSURER C : 148 S Dowlen Rd PMB 694 i INSURER D : I Beaumont, TX 77707 •- - - - -- _ - - - -- ---• -- -- - -- -------- -- •- --- .._...._- ..-- ----- --- I INSURER E : INSURER F : I COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'INSR; ---------- . - - - - -- - - - - 1Alialt UBR • - - '' - POLICY EFF . l POLICY EXP LTR _ TYPE OF INSURANCE 'Raw VW I POLICY NUMBER M M/DD/YYYY) • I _CMLrt /DD/YYYY _ _ _ _ _ LIMI _ TS__ r l - - — GENERAL LIABILITY EACH OCCURRENCE - l S 1,000,000 • A •^ . : COMMERCIAL GENERAL LIABILITY , X i X 160417411 : 7/29/2013 7/29/2014 P RE M ISE (Ea occurrence)._ -- I'- - -- - - PREMISES (Ea ccurence)_ I $ 1 00,000 CLAIMS -MADE X _ OCCUR - MED EXP (Any one person) I $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 i GENERAL AGGREGATE s 2,000,000 - GEN'L AGGREGATE LIMIT APPLIES PER: 1 j I PRODUCTS - COMP /OP AGG S 2,000,000: • POLICY r X ' dEC — LOC i _ _ _ _ _ Emp Benefit 5 1,000,000 AUTOMOBILE LIABILITY — I COMBINED SINGLE LIMIT i 1000000 _ ; Ea accident _ 5 _ , , A X . ANY AUTO X ' X ;60417411 7/29/2013 I 7/29/2014 ■ BODILY INJURY (Per person) I S • --- ALL OWNED SCHEDULED ...._... --'--- -•-- -- -. ._--- -- - - - °•— ---- - AUTOS ' AUTOS BODILY INJURY (Per accident)! $ • NON -OWNED I PROPERTYDAMAGE -.. -- . -- ------- .... - - - -- - X HIRED AUTOS X : AUTOS ((PER ACCIDENT) - - ___ t $ --- I 1 $ • i UMBRELLA LIAR X EACH OCCURRENCE 1 S �, OCCUR I 1 I 3,000,000 A EXCESS LIAB - ! CLAIMS -MADE X ( X 160417411 7/29/2013 7/29/2014 AGGREGATE S 3,000,000 DED X : RETENTIONS 10,000 1 _ S , WORKERS AND EMPLOYERS' ABIL N - -- I 1 X i - i YIN f t---•----°-'---- B ' ANY PROPRIETOR/PARTNER/EXECUTIVE ---." X I 7/29/2013 i 7/29/2014 I E.L. EACH ACCIDENT I $ 1,000,000 ' OFFICER/MEMBER EXCLUDED? I _ ¥ I I N / A i I - - - -- ----- • - - - - -- (Mandatory in NH) I ! I E.L. DISEASE - EA EMPLOYEE E 1,000,000 If yes, describe under l - •_ __ :DESCRIPTION OF OPERATIONS below . •_ . . _ i 1 • _ I - • _ ,.. _- AEI. DISEASE = POLICY LIMIT_ LS _ 1,000,000 A Rented /Leased Equip X60417411 7/29/2013 7/29/2014 1Per Item /Limit 200,000 i , DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Romarks Schedule, if more space Is required) Holder is Additional Insured on General Liability (CG7152 06/11) and Auto Liability (CA7109 01/06) with Waiver of Subrogation on General Liability, Auto Liability and Workers Compensation as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Port Arthur THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P.O. Box Port A ACCORDANCE WITH THE POLICY PROVISIONS. Port Arthur, TX 77641 -1089 • _ ..... ------- ......--- -.- -- •----- .---- • - -_ -. • AUTHORIZED REPRESENTATIVE (itcdiz4/ 4 la4J'L -- ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) • The ACORD name and logo are registered marks of ACORD