HomeMy WebLinkAboutC2008-511 - 12/16/2008 - Approved2008-511
M2008-338
12/16/08
F O R M S
Environ. Spec. Intnl.
S P E C I A L P R O V I S I ~ w o
S P E C I F I C A T I O N S
A N D
O F C O N T R A C T S A N D B O N D S
F O R
J.C. ELLIOTT LANDFILL
FINAL COVER SYSTEM INSTALLATION,
PHASE 4-6 AND
LANDFILL GAS MANAGEMENT SYSTEM
Prepared by:
HDR ENGINEERING, INC.
555 N. Carancahua, Suite 1650
Corpus Christi, TX 78478
Phone: (361) 857-2211
Fax: (361) 857-7234
J73487
FOR
DEPARTMENT OF ENGINEERING SERVICES
CITY OF CORPUS CHRISTI, TEXAS
Phone: 361/880-3500
Fax: 361-/880-3501
PROJECT N0: 5216
DRAWING NO: SLF 119
0'4541
9-os p8
(Revised 7/5/00)
J.C. ELLIOTT LANDFILL
FINAL COVER SYSTEM INSTALLATION, PHASE 4-6
& LANDFILL GAS MANAGF
PROJECT NO. 5216
Table of Contents
NOTICE TO BIDDERS (Revised 7/5/00)
NOTICE TO CONTRACTORS - A (Revised May 2006)
Insurance Requirements
NOTICE TO CONTRACTORS - B (revised 7/5/00)
Worker's Compensation Coverage For Building or Construction
Projects For Government Entities
PART A - SPECIAL PROVISIONS
A-1
A-2 Definitions and Abbreviations
A-3 Description of Project
A-4 Method of Award
A-5 Items to be Submitted with Proposal
A-6 Time of Completion/Liquidated Damages
A-7 Workers Compensation Insurance Coverage
A-8 Faxed Proposals
A-9 Acknowledgment of Addenda
A-10 Wage Rates (Revised 7/5/00)
A-11 Cooperation with Public Agencies (revised 7/5/00)
A-12 Maintenance of Services
r ,~ r_,._ r __,, m__FF,_ .. _,., (NOT USED)
A-19 Construction Equipment Spillage and Tracking
r ,c --a *+ --~- (NOT USED)'
A-16 Disposal/Salvage of Materials
A--'z+'-F3cl~-^vcicc (NOT USED)
A-18 Schedule and Sequence of Construction
A-19 Construction Staking
A-20 Testing and Certification
A-2~ _ _ _, __ _ _ ___ (NOT USED)
A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98)
A-~_-3 ---~------ ---~---- •----`-- ~--~ --• (NOT USED)
A-29 Surety Bonds
'c °-'-" "' NO LONGER APPLICABLE (6/11/98)
A-26 Supplemental Insurance Requirements
A-27 Responsibility for Damage Claims
A-26 Considerations for Contract Award and Execution
A-29 Contractor's Field Administration Staff
A-30 Amended "Consideration of Contract" Requirements
A-31 Amended Policy on Extra Work and Change Orders
A-32 Amended "Execution of Contract" Requirements
A-33 Conditions of Work
A-39 Precedence of Contract Documents
- '- ---- -"- - -'---" .. (NOT USED)
A-36 Other Submittals (Revised 9/18/00)
A-37 Amended "Arrangement and Charge for Water Furnished by the City"
A-36 Worker's Compensation Coverage for Building or Construction Projects for
Government Entities
-- -- ----------- -- - ._ (NOT USED)
Time and Place of Receiving Proposals/Pre-Bid Meeting
A-90 Amendment to Section B-8-6: Partial Estimates
(NOT USED)
A-92 OSHA Rules & Regulation
A-43 Amended Indemnification & Hold Harmless (9/98)
A-99 Change Orders (9/26/99)
A-95 As-Built Dimensions and Drawings (7/5/00)
(NOT USED)
,._~.._..~_... .-,~__«~_.. °,:cc:~ticnc ~';°:0^~ (NOT USED)
A-98 Overhead Electrical Wires (7/5/00)
A-99 Amend "Maintenance Guaranty" (8/29/00)
_. _- -- "'-`-'-~ -'- "__"`-_ -._._-"-, -`-"`-`------`--- (NOT USED)
A-51 Amended Prosecution and Progress
PART B - GENERAL PROVISIONS
PART C - FEDERAI, WAGE RATES AND REQUIREMENTS
PART S - STANDARD SPECIFICATIONS
020600 Groundwater Monitoring Well (5-124)
021020 Site Clearing and Stripping (S-5)
021040 Site Grading (S-6)
022022 Trench Safety for Excavations
022420 Silt Fence (5-97)
028020 Erosion Control by Seeding
030020 Portland Cement Concrete (S-92)
032020 Reinforcing Steel (5-92)
038000 Concrete Structures (S-91)
PART T - TECHNICAL SPECIFICATIONS
01100 Safety Information to Contractor
01165 Stormwater Pollution Prevention Plan
02130 Vertical Wells
02190 Horizontal Extraction Wells
02221 Excavation and Backfilling
02222 Embankment
02229 Stockpiling
02226 Landfill Liner Subgrade Preparation
02295 Granular Drainage Material
02297 Protective Soil Cover Layer
02248 Topsoil Layer
02276 Cellular Concrete Block Revetment
02300 Clay Liner Construction
02376 Geosynthetic Clay Liner (GCL)
02779 LLDPE Geomembrane
02800 Geotextile Installation
02801 Drainage Geocomposite Installation
11059 Landfill Gas Condensate Sumps
11070 Pumping Equipment: Pneumatic
11980 Compressed Air System
15060 Pipe and Pipe Fittings: Basic Requirements
15067 Pipe: Polyethylene (HDPE)
15100 Valves: Basic Requirements
15103 Butterfly Valves
EXHIBIT I - FINAL COVER QUALITY CONTROL PLAN
LIST OF DRAWINGS
Final Cover System Installation
1. Cover Sheet andIndex
2. General Notes and Legends
3. Aerial View
4. Existing Conditions
5. Final Cover Grading Plan
6. Chute Sections and Details (1 of 2)
7. Chute Sections and Details (2 of 2)
8. Miscellaneous Details
9. Final Cover Details
10. South Borrow Area Grading Plan
11. Monitoring Well Plan
12. Existing Fence Demolition and New Fence Plan
13. Existing Fence and New Fence Details
Landfill Gas Management
19. General Notes
15. Existing Conditions
16. Proposed Well Layout
17. Alternate New Header/Subheader Layout
18. Alternate Active Gas Collection System Expansion
19. Vertical Extraction Well Details
20. Horizontal Well Details
21. General Details (1 of 3)
22. General Details (2 of 3)
23. General Details (3 of 3)
29. Landfill Gas Flare Facility Site Plan
25. Well Schedule
NOTICE
AGREEMENT
PROPOSAL/DISCLOSURE STATEMENT
PERFORMANCE BOND
PAYMENT BOND
NOTICE TO BIDDERS
NOTICE TO BIDDERS
Sealed proposals, addressed to the City of Corpus Christi, Texas for:
J C Elliott Landfill Final Cover Syatem installation, Phase 4-6 & Landfill
Gas Management System, Project No. 5216:
The project consists of a base bid and one additive alternate bid. The Base Bid
consists of the construction of the final three phases of the final cover
system (including site clearing and grading, excavation, backfill, geosynthetic
clay liner, linear low density polyethylene geomembrane, drainage geocomposite,
protective soil cover, compacted clay liner, topsoil, erosion control by
seeding, articulated concrete block revetment, turf reinforcement mat, and
regrading of drainage ditches); construction of groundwater monitoring system
modifications; and construction of vertical landfill gas vents. The Additive
Alternate consists of the installation of an active landfill gas management
system including connection of the vertical landfill gas extraction wells
installed under the base bid, a horizontal landfill gas extraction well,
landfill gas collection piping, condensate sumps, compressed air piping, and
repairs to existing landfill gas collection piping and equipment. The scope of
the base bid and the alternate bid items includes all appurtenances and
associated work in accordance with the plans, specifications, and contract
documents; will be received at the office of the City Secretary until 2:00 p.m.
on Wednesday, October 1, 2008, and then publicly opened and read. Any bid
received after closing time will be returned unopened.
A pre-bid meeting is scheduled for Wednesday, September 17, 2008 at 10:00 a.m.
in the Engineering Services Main Conference Room on the 3rd floor of 1201
Leopard Street, Corpus Christi, Texas. The pre-bid meeting will be conducted by
the City, and will include a discussion of coordination of the work between the
City and the Bidders.
A bid bond in the amount of Se of the highest amount bid must accompany each
proposal. Failure to provide the bid bond will constitute a non-responsive
proposal which will not be considered. Failure to provide required performance
and payment bonds for contracts over $25,000.00 will result in forfeiture of
the 5~ bid bond to the City as liquidated damages. Bidder's plan deposit is
subject to mandatory forfeiture to the City if bidding documents are not
returned to the City within two weeks of receipt of bids.
Plans, proposal forms, specifications and contract documents may be procured
from the City Engineer upon a deposit of Fifty and no/100 Dollars ($50.00) as a
guarantee of their return in good condition within two weeks of bid date.
Documents can be obtained by mail upon receipt of an additional ($10.00) which
is a non-refundable postage/handling charge.
The bidder is hereby notified that the owner has ascertained the wage rates which
prevail in the locality in which this work is to be done and that such wage scale
is set out in the contract documents obtainable at the office of the City Engineer
and the Contractor shall pay not less than the wage rates so shown for each craft
or type of "laborer," "workman," or "mechanic" employed on this project.
The City reserves the right to reject any or all bids, to waive irregularities and
to accept the bid which, in the City's opinion, seems most advantageous to the City
and in the best interest of the public.
CITY OF CORPUS CHRISTI, TEXAS
/s/Kevin Stowers
Interim Director of Engrg. Services
/s/ Armando Chapa
City Secretary
Revised 7/5/00
NOTICE TO CONTRACTORS - A
NOTICE TO CONTRACTORS - A
INSURANCE REQUIREi~NTS
Revised May, 2006
A Certificate of Insurance indicating proof of coverage in the following amounts
is required:
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
30-Day Notice of Cancellation required on Bodily Injury and Property Damage
all certificates PER OCCURRENCE / AGGREGATE
Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT
1. Commercial Eorm
2. Premises - Operations
3. Explosion and Collapse Hazard
9. Underground Hazard
5. Products/ Completed Operations
Hazard
6. Contractual Liability
7. Broad Form Property Damage
6. Independent Contractors -
9. Personal Injury
AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT
OR RENTED
WHICH COMPLIESWITH THE TEXAS WORKERS'
WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF
THIS EXHIBIT
EMPLOYERS' LIABILITY 5100,000
EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT
PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT
ENVIRONMENTAL IMPAIRMENT COVERAGE
Not limited to sudden & accidental X REQUIRED
discharge; to include long-term ^ NOT REQUIRED
environmental impact for the disposal of
contaminants
BUILDERS' RISK See Section B-6-11 and Supplemental
Insurance Requirements
~''--
INSTALLATION FLOATER $100,000 Combined Single Limit
See Section B-6-11 and Supplemental
urance Requirements
NOT REQUIRED
Page 1 of 2
•The City of Corpus Christi must be named as an additional insured on all coverages
except worker's compensation liability coverage.
•The name o£ the Project must be listed under "description of operations" on each
certificate of insurance.
•For each insurance coverage, the Contractor shall obtain an endorsement to the
applicable insurance policy, signed by the insurer, providing the City with thirty
(30) days prior written notice of cancellation of or material change on any
coverage. The Contractor shall provide to the City the other endorsements to
insurance policies or coverages which are specified in section B-6-11 or Special
Provisions section of the contract.
A completed "Disclosure o£ Interest" must be submitted with your proposal.
Should you have any questions regarding insurance requirements, please contact the
Contract Administrator at 880-3500.
Page 2 of 2
NOTICE TO CONTRACTORS - B
NOTICE TO CONTRACTORS - B
WORKER'S COMPENSATION INSURANCE
REQUIREMENTS
Page 1 of I1
Texas Administrative Code
TITLE 28 INSURANCE
PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF
WORKERS' COMPENSATION
CHAPTER 110 REQUIRED NOTICES OF COVERAGE
SUBCHAPTER B EMPLOYER NOTICES
RULE §110.110 Reporting Requirements for Building or Construction
Projects for Governmental Entities
(a) The following words and terms, when used in this rule, shall have the following meanings,
unless the context clearly indicates otherwise. Terms not defined in this rule shall have the
meaning defined in the Texas Labor Code, if so defined.
(1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of
authority to self-insure issued by the commission, or a workers' compensation coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers'
compensation insurance coverage for the person's or entity's employees (including those subject
to a coverage agreement) providing services on a project, for the duration of the project.
(2) Building or construction--Has the meaning defined in the Texas Labor Cade,
§406.096(e)(1).
(3) Contractor--A person bidding for or awarded a building or construction project by a
governmental entity.
(4) Coverage--Workers' compensation insurance meeting the statutory requirements of the
Texas Labor Code, §401.011(44).
(5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form
TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which
establishes a relationship between the parties for purposes of the Texas Workers' Compensation
Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of
employer/employee and establishes who will be responsible for providing workers'
compensation coverage for persons providing services on the project.
(6) Duration of the project--Includes the time from the beginning of work on the project until
the work on the project has been completed and accepted by the governmental entity.
~~ ~~
(7) Persons providing services on the project ( subcontractor m §406.096 of the Act)--With the
exception of persons excluded under subsections (h) and (i) of this section, includes all persons
or entities performing all or part of the services the contractor has undertaken to perform on the
project, regardless of whether that person contracted directly with the contractor and regardless
of whether that person has employees. This includes but is not limited to independent
contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of
any such entity, or employees of any entity-famishing persons to perform services on the project.
Page 2 of 11
"Services" includes but is not limited to providing, hauling, or delivering equipment or materials,
or providing labor, transportation, or other service related to a project. "Services" does not
include activities unrelated to the project, such as food beverage vendors, office supply
deliveries, and delivery of portable toilets.
(8) Project--Includes the provision of all services related to a building or construction contract
for a governmental entity.
(b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a
representation by the insured that all employees of the insured who are providing services on the
project are covered by workers' compensation coverage, that the coverage is based on proper
reporting of classification codes and payroll amounts, and that all coverage agreements have
been filed with the appropriate insurance carrier or, in the case of aself-insured, with the
commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of
coverage, or failing to provide or maintain required coverage, or failing to report any change that
materially affects the provision of coverage may subject the contractor or other person providing
services on the project to administrative penalties, criminal penalties, civil penalties, or other
civil actions.
(c) A governmental entity that enters into a building or construction contract on a project shall:
(1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using
the language required by paragraph (7) of this subsection;
(2) as part of the contract, using the language required by paragraph (7) of this subsection,
require the contractor to perform as required in subsection (d) of this section;
(3) obtain from the contractor a certificate of coverage for each person providing services on
the project, prior to that person beginning work on the project;
(4) obtain from the contractor a new certificate of coverage showing extension of coverage:
(A) before the end of the current coverage period, if the contractor's current certificate of
coverage shows that the coverage period ends during the duration of the project; and
(B) no later than seven days after the expiration of the coverage for each other person
providing services on the project whose current certificate shows that the coverage period ends
during the duration of the project;
(5) retain certificates of coverage on file for the duration of the project and for three years
thereafter;
(6) provide a copy of the certificates of coverage to the commission upon request and to any
person entitled to them by law; and
(7) use the language contained in the following Figure 1 for bid specifications and contracts,
without any additional words or changes, except those required to accommodate the specific
document in which they are contained or to impose stricter standards of documentation: Attached
Graphic -
Page 3 of 11
(d) A contractor shall:
(I) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filing of any
coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the
govemmental entity prior to beginning work on the project;
(3) provide the govemmental entity, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the contractor's
current certificate of coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental
entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the
govemmental entity will have on Fle certificates of coverage showing coverage for all persons
providing services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten
days after the contractor knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that
they are required to be covered, and stating how a person may verify current coverage and report
failure to provide coverage. This notice does not satisfy other posting requirements imposed by
the Act or other commission rules. This notice must be printed with a title in at least 30 point
bold type and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any additional words
or changes: Attached Graphic
(8) contractually require each person with whom it contracts to provide services on a project to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements for all of its employees providing services on the project,
for the duration of the project;
(B) provide a certificate of coverage to the contractor prior to-that person beginning work on
the project;
(C) include in all contracts to provide services on the project the language in subsection (e)(3)
of this section;
Page 4 of 11
(D) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current certificate
of wverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to'the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension
of the wverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within ten
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
subparagraphs (A)-(I~ of this paragraph, with the certificate of coverage to be provided to the
person for whom they are providing services.
(e) A person providing services on a project, other than a contractor, shall:
(1) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filing of any
coverage agreements;
(2) provide a certificate of coverage as required by its contract to provide services on the
project, prior to beginning work on the project;
(3) have the following language in its contract to provide services on the project: "By signing
this contract or providing or causing to be provided a certificate of coverage, the person signing
this contract is representing to the governmental entity that all employees of the person signing
this contract who will provide services on the project will be covered by workers' compensation
coverage for the duration of the project, that the coverage will be based on proper reporting of
classification codes and payroll amounts, and that all coverage agreements will be filed with the
appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of
Self-Insurance Regulation. Providing false or misleading information may subject the contractor
to administrative penalties, criminal penalties, civil penalties, or other civil actions."
(4) provide the person for whom it is providing services on the project, prior to the end of the
coverage period shown on its current certificate of coverage, a new certificate showing extension
of coverage, if the coverage period shown on the certificate of coverage ends during the duration
of the project;
(5) obtain from each person providing services on a project under contract to it, and provide as
required by its contract:
(A) a certificate of coverage, prior to the other person beginning work on the project; and
(B) prior to the end of the coverage period, a new certificate of coverage showing extension of
the coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
Page 5 of 11
(6) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(7) notify the governmental entity in writing by certified mail or personal delivery, of any
change that materially affects the provision of coverage of any person providing services on the
project and send the notice within ten days after the person knew or should have known of the
change; and
(8) contractually require each other person with whom it contracts to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements for all of its employees providing services on the project,
for the duration of the project;
(B) provide a certificate of coverage to it prior to that other person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in paragraph (3) of
this subsection;
(D) provide, prior to the end of the coverage period, a new certificate of coverage showing
extension of the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person under contract to it to provide services on the project, and
provide as required by its contract:
(i) a certificate of coverage, prior to the other person beginning work on the project;. and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension
of the coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the contract;
(F) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within ten
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each person with whom it contracts, to perform as required by this
subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be
provided to the person for whom they are providing services.
(f) If any provision of this rule or its application to any person or circumstance is held invalid,
the invalidity does not affect other provisions or applications of this rule that can be given effect
without the invalid provision or application, and to this end the provisions of this rule are
declared to be severable.
(g) This rule is applicable for building or construction contracts advertised for bid by a
governmental entity on or after September 1, 1994. This rule is also applicable for those building
or construction contracts entered into on or after September 1, 1994, which are not required by
law to be advertised for bid.
Page 6 of 11
(h) The coverage requirement in this rule does not apply to motor carriers who are required
pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of
Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes,
Article 6675c, §4(j).
(i) The coverage requirement in this rule does not applyto sole proprietors, partners, and
corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly
excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089,
74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and
corporate executive officers who are excluded from coverage in an insurance policy or certificate
of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1,
1996.
Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19
TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609
Page 7 of 11
T28S 110.110(d)(7)
"REQUIRED WORKERS' COMPENSATION COVERAGE"
"The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance. This includes persons
providing, hauling, or delivering equipment or materials, or providing labor or transportation or
other service related to the project, regardless of the identity of their employer or status as an
employee. "
"Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on
the legal reguirement for coverage, to verb whether your employer has provided the required
coverage, or to report an employer's failure to provide coverage. "
Page 8 of 11
T28S110.110(c)(7)
Article .Workers' Compensation Insurance Coverage.
A. Definitions:
Certificate of coverage ("certificate')- Acopy of a certificate of insurance, a certif cote of
authority to self-insure issued by the commission, or a coverage agreement (IWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project -includes the time from the beginning of the work on the project until the
contractor's/person's work ott the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in §406.096) -includes all persons
or entities performing all or part of the services the contractor has undertaken to perform on the
project, regardless of whether that person contracted directly with the contractor and regardless
of whether that person has employees. This includes, without limitation, independent
contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of
any such entity, or employees of airy entity which furnishes persons to provide services on the
project. "Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project. "Services"
does not include activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
B. 77re contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends during
the duration of the project, the contractor must, prior to the end of the coverage period, file a
new certificate of coverage with the governmental entity showing that coverage has been
extended.
E. The contractor shall obtain from each person providing services on a project, and provide to
the governmental entity:
(1) a certif cote of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all persons
providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current.certificate of
coverage ends during the duration of the project.
Page 9 of 11
F. The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons providing
services on the project that they are required to be covered, and stating how a person may verify
coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
(1) provide coverage, based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all of its employees providing services on the project, for the duration of
the project,
(2) provide to the contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for a[I employees of the person providing
services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certifrcate of coverage
showing extension of coverage, if the coverage period shown on the current certifrcate of
coverage ends during the duration of the project;
(4) obtain from each other person with whom it contracts, and provide to the contractor:
(a) a certificate of coverage, prior to the other person beginning work on the project; and
(b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage
period, if the coverage period shown on the current certifrcate of coverage ends during the
duration of the project;
(S) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(7) contractually require each person with whom it contracts, to perform as required by
paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they
are providing services.
J. By signing this contractor providing or causing to be provided a certificate of coverage, the
contractor is representing to the governmental entity that al[ employees of the contractor who
will provide services on the project will be covered by workers' compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will be fried with the appropriate
insurance carrier or, in the case of aself-insured, with the commission's Division of Se f
Paee 10 of 11
Insurance Regulation. Providing false or misleading information may subject the contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
K The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the contractor
does not remedy the breach within ten days after receipt of notice of breach from the --
governmental entity.
Page I 1 of 1 I
PART A
SPECIAL PROVISIONS
J.C. ELLIOTT LANDFILL FINAL COVER SYSTEM INSTALLATION, PHASE 4-6
b LANDFILL GAS MANAGEMENT SYSTEM
PROJECT NO. 5216
SECTION A - SPECIAL PROVISIONS
A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting
Sealed proposals will be received in conformity with the official
advertisement inviting bids for the project. Proposals will be received in
the office of the City Secretary, located on the first floor of City Hall,
1201 Leopard Street, until 2:00 p.m. Wednesday, October 1, 2008. Proposals
mailed should be addressed in the following manner:
City of Corpus Christi
City Secretary's Office
1201 Leopard Street
Corpus Christi, Texas 78901
ATTN: BID PROPOSAL -J.C. ELLIOTT LANDFILL FINAL COVER
;AS MANAGEMENT
A pre-bid meeting will be held on Wednesday September 17, 2008, beginning at
10.00 a m at the Engineerinc Services Main Conference Room on the 3sd floor
of 1201 Leopard Street, Corpus Christi, Texas. The meeting will convene at
the Engineering Services Main Conference Room, Third Floor, City Hall, 1201
Leopard Street, Corpus Christi, TX. and will include a discussion of the
project elements. If requested, a site visit will follow.
No additional or separate visitations will be conducted by the City.
A-2 Definitions and Abbreviations
Section B-1 of the General Provisions will govern.
A-3 Description of Project
The project consists of a base bid and one additive alternate bid. The Base
Bid consists of the construction of the final three phases of the final cover
system (including site clearing and grading, excavation, backfill,
geosynthetic clay liner, linear low density polyethylene geomembrane,
drainage geocomposite, protective soil cover, compacted clay liner, topsoil,
erosion control by seeding, articulated concrete block revetment, turf
reinforcement mat, and regrading of drainage ditches); construction of
groundwater monitoring system modifications; and construction of vertical
landfill gas vents. The Additive Alternate consists of the installation of
an active landfill gas management system including connection of the vertical
landfill gas extraction wells installed under the base bid, a horizontal
landfill gas extraction well, landfill gas collection piping, condensate
sumps, compressed air piping, and repairs to existing landfill gas collection
piping and equipment. The scope of the base bid and the alternate bid items
includes all appurtenances and associated work in accordance with the plans,
specifications, and contract documents
A-4 Method of Award
The bids will be evaluated on the flowing order of priority, subject to the
availability of funding:
1. Total Base Bid, or
2. Total Base Bid plus Additive Alternate No. 1
Section A - SP
(Revised 9/18/00)
Page 1 of 24
The City reserves the right to reject any or all bids, to waive
irregularities and to accept the bid which, in the City's opinion, is the
most advantageous to the City and in the best interest of the public.
A-5 Items to be Submitted with Proposal
The following items are required to be submitted with the proposal:
1. 5'k Bid Bond (Must reference Project Name as identified in the
Proposal)
(A Cashier's Check, certified check, money order or bank draft from any
State or National Bank will also be acceptable.)
2. Disclosure of Interests Statement
A-6 Time of Completion/Liquidated Damages
The working time for completion of the Project will be one hundred eighty
(180) calendar days for the Base Bid and an additional ninety (90) calendar
days if Additive Alternate No. 1 is awarded. The Contractor shall commence
work within ten (10) calendar days after receipt of written notice from the
Director of Engineering Services or designee ("City Engineer") to proceed.
Sequence and construction limitations include the following:
For each calendar day that any work remains incomplete after the time
specified in the Contract for completion of the work or after such time
period as extended pursuant to other provisions of this Contract, $500 per
calendar day will be assessed against the Contractor as liquidated damages.
Said liquidated damages are not imposed as a penalty but as an estimate of
the damages that the City will sustain from delay in completion of the work,
which damages by their nature are not capable of precise proof. The Director
of Engineering Services (City Engineer) may withhold and deduct from monies
otherwise due the Contractor the amount of liquidated damages due the City.
A-7 Workers Compensation Insurance Coverage
If the Contractor's workers' compensation insurance coverage for its
employees working on the Project is terminated or canceled for any reason,
and replacement workers' compensation insurance coverage meeting the
requirements of this Contract is not in effect on the effective date of
cancellation of the workers' compensation insurance coverage to be replaced,
then any Contractor employee not covered by the required workers'
compensation insurance coverage must not perform any work on the Project.
Furthermore, for each calendar day including and after the effective date of
termination or cancellation of the Contractor's workers' compensation
insurance coverage for its employees working on the Project until the date
replacement workers' compensation insurance coverage, meeting the
requirements of this Contract, is in effect for those Contractor employees,
liquidated damages will be assessed against and paid by the Contractor at the
highest daily rate elsewhere specified in this Contract. Such liquidated
damages will accumulate without notice from the City Engineer to the
Contractor and will be assessed and paid even if the permitted time to
complete the Project has not expired.
In accordance with other requirements of this Contract, the Contractor shall
not permit subcontractors or others to work on the Project unless all such
individuals working on the Project are covered by workers' compensation
Section A - 9P
(Revised 9/18/00)
Page 2 of 24
insurance and unless the required documentation of such coverage has been
provided to the Contractor and the City Engineer.
A-8 Faxed Proposals
Proposals faxed directly to the City will be considered non-responsive.
Proposals must contain original signatures and guaranty and be submitted in
accordance with Section B-2 of the General Provisions.
A-9 Acknowledgment of Addenda
The Contractor shall acknowledge receipt of all addenda received in the
appropriate space provided in the proposal. Failure to do so will be
interpreted as non-receipt. Since addenda can have significant impact on the
proposal, failure to acknowledge receipt, and a subsequent interpretation of
non-receipt, could have an adverse effect when determining the lowest
responsible bidder.
A-10 Wage Rates (Revised 7/5/00)
Labor preference and wage rates for Heaw Construction. In case of conflict,
Contractor shall use higher wage rate.
Minimum Prevailing Wage Scales .
The Corpus Christi City Council has determined the general prevailing minimum hourly wage
rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor
must not pay less than the specified wage rates to all laborers, workmen, and mechanics
e~loyed by them in the execution of the Contract. The Contractor or subcontractor shall
forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer,
workman, or mechaaic employed, if such person is paid less than the specified rates for the
classification of work performed. The Contractor and each subcontractor must keep an
accurate record showing the names and classifications of all laborers, workmen, and mechanics
enq~loyed by them in connection with the Project and showing the actual wages paid to each
worker.
The Contractor will make bi-weekly certified payroll sutrnittals to the City Engineer. The
Contractor will also obtain copies of such certified payrolls from all subcontractors and
othersworking on the Project. These docimients will also be sukxnitted to the City Engineer
bi-weekly. (See section for Ninority/Minority Business Enterprise Participation Policy for
additional requirements concerning the proper form and content of the payroll sutxnittals.)
One and one-half (12) times the specified hourly wage must be paid for all hours worked >r
excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See
Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.)
A-11 Coopexatiai with Public Pgenci.as (Revised 7/5/00)
The Contractor shall cooperate with all public and private agencies with facilities operating
within the limits of the Project. The Contractor shall provide a forty-eight (98) hour
notice to any applicable agency when work is anticipated to proceed in the vicinity of any
facility by using Dicjl'ess at 1-800-394-8377, and Verizon Dig Alert at 1-600-983-6279. For
the Contractor's convenience, the following telephone numbers are listed.
City Engineer 826-3500
Project Engineer
HDR Engineering, Inc. 696-3390
Traffic Engineering 826-3590
Police Department 626-2600
Section A - SP
(Reviaed 9/18/00)
Page 3 of 24
Water Cepartment
Wastewater Department
Gas Department
Storm Water Department
Parks & Recreation Department
Streets & Solid Waste Services
A E P
Nueces Electric Cooperative
AT&T
City Street Div. for Traffic
Signal/Fiber Optic Locate
Cablevision
ACSI (Fiber Optic)
KMC (Fiber Optic)
ChoiceCom (Fiber Optic)
CAPROCK (Fiber Optic)
Brooks Fiber Optic (MAN)
Kinder Morgan Pipeline
Exxon Mobil Pipeline Ca~pany
A-12 Maintenance of Services
826-1880 (826-1888 after hours)
826-1816 (826-1818 after hours)
885-6900 (885-6900 after hours)
826-1881 (826-1888 after hours)
826-3961
826-1970
299-9833 (693-9499 after hours)
387-2581 (1-800-632-9288)
881-2511 ~(I-800-824-9924, after hours)
826-1996
826-5000
887-9200
613-1129
881-5767
512/935-0958
972-753-9355
361-387-5569,
800-537-5200
857-1960
(857-5060 after hours)
(Pager 800-729-3629)
(Pager 888-204-1679)
(Pager 850-2961)
(Nbbile)
ext 233.
The Contractor shall take all precautions in protecting existing utilities,
both above and below ground. The Drawings show as much information as can be
reasonably obtained from existing as-built drawings, base maps, utility
records, etc. and from as much field work as normally deemed necessary for
the construction of this type of project with regard to the location and
nature of underground utilities, etc. However, the accuracy and completeness
of such information is not guaranteed. It is the Contractor's sole and
complete responsibility to locate such underground features sufficiently in
advance of his operations to preclude damaging the existing facilities. If
the Contractor encounters utility services along the line of this work, it is
his responsibility to maintain the services in continuous operation at his
own expense.
In the event of damage to underground utilities, whether shown in the
drawings, the Contractorshall make the necessary repairs to place the
utilities back in service to construct the work as intended at no increase in
the Contract price. All such repairs must conform to the requirements of the
company or agency that owns the utilities.
Where existing sewers are encountered and are interfered with (i.e. broken,
cut, etc.), flow must be maintained. Sewage or other liquid must be handled
by the Contractor either by connection into other sewers or by temporary
pumping to a satisfactory outlet, all with the approval of the City Engineer.
Sewage or other liquid must not be pumped, bailed or flumed over the streets
or ground surface and Contractor must pay for allfines and remediation that
may result if sewage or other liquid contacts the streets or ground surface.
It is also the Contractor's responsibility to make all necessary repairs,
relocations and adjustments to the satisfaction of the City Engineer at no
increase in the Contract price. Materials for repairs, adjustments or
relocations of sewer service lines must be provided by the Contractor.
A-13 Area Access and Traffic Control (NOT USED)
Section A - SP
(Revised 9/18/00)
Page 4 of 24
tn' n'rnum adverse "'"' "` "`'^- r ~ s
The flt~a~ ha" eempl~sa'th theme=t~ -^F r ~'
~ eeat~e the neeessa~-y-=pe~'rzi` t €~'Bfa-~-he--~i~y=9 -"' -
°ee~€ e ~rt~s3--ate e ~side~ed subs d~ ar...y--~he€e~`T^~^-~~'~°°°
A-14 Construction Equipment Spillage and Tracking
The Contractor shall keep the adjoining streets and entrance to the J.C.
Elliott Transfer Station free of tracked and/or spilled materials going to or
from the construction area. Hand labor and/or mechanical equipment must be
used where necessary to keep these roadways clear of job-related materials.
Such work must be completed without any increase in the Contract price.
Streets and curb line must be cleaned at the end of the work day or more
frequently, if necessary, to prevent material from washing into the storm
sewer system. No visible material that could be washed into storm sewer is
allowed to remain on the Project site or adjoining streets.
A-15 Excavation and Removals (NOT USED)
ee €}} ed la'th a can d'~t -_~~ a: _.. ,,_F:..^,, a;vf ~.. _ _-r_~,,.
€e-F- ' +ss-~be~~ree e€ deb' s ea}= ehe as~ha~t -''
q~ .i .. 4 .......4 F........
~~~~-•
a. l....... .' ._.J
/ /
s#derra ]es, ete _:.,_ _~ .~..:.,: +>,,. ..,a F_ ~~~
Este vat#ea these eye, °"` : , , ''^ "`, -
A-16 Disposal/Salvage of Materials
Excess excavated material, broken asphalt, concrete, broken culverts and
other unwanted material becomes the property of the Contractor and must be
removed from the site by the Contractor. The Contractor is responsible for
disposal of any and all garbage that is generated from the methane gas well
drilling. The cost of all disposal and hauling is considered subsidiary;
therefore, no direct payment will be made to Contractor.
.l J /1C L:. T1T/\m TTCPTI\
arcd heated and mast be `--' ~` -, : --+ «_.., ^ .-~,... ..~
e 3 S r ~ -`a~~s The 6entfaete~ sha~~meve ^the- " -'''
Section A - SP
(Revised 9/18/00)
Page 5 of 24
A-18 Schedule and Sequence of Construction
The Contractor shall submit to the City Engineer a work plan based only on
working days. This plan must detail the schedule of work and must be
submitted to the City Engineer at least three (3) working days prior to the
pre-construction meeting.
The plan must indicate the schedule of the following work items:
1. Initial Schedule: Submit to the City Engineer three (3) days prior to
the Pre-Construction Meeting an initial Construction Progress Schedule
for review.
2. Items to Include: Show complete sequence of construction by activity,
identifying Work of separate stages and other logically grouped
activities. Identify the first work day of each week.
3. Submittal Dates: Indicate submittal dates required for all submittals.
9. Re-Submission: Revise and resubmit as required by the City Engineer.
5. Periodic Update: Submit Updated Construction Progress Schedule to show
actual progress of each stage by percentage against initial Schedule.
A-19 Construction Staking
The drawings depict lines, slopes, grades, sections, measurements, bench
marks, baselines, etc. that are normally required to construct a project of
this nature.
The major controls and bench marks required for setting up a project, if not
shown on the drawings, will be provided by HDR Engineering (HDR).
The Contractor will furnish all line s,. slopes and measurements for control of
the work.
To satisfy reporting requirements of the Texas Commission on Environmental
Quality on the project, there will be a 100-foot grid established for survey
verification of the final cover system. The following components shall be
verified:
1. Protective cover layer
2. Topsoil layer
The Engineer will provide the Contractor with an electronic spreadsheet of
the grid in Microsoft Excel format.
The Engineers' surveyors will check all grid points to verify the thickness
of each of the liner system components. The Contractor will provide the
engineer with two working days notice when a particular system component is
ready to be checked. Any points identified by the survey check that require
adjustment shall be brought to the proper elevation by the Contractor and
shall then be re-surveyed. The additional survey costs shall be paid for by
the Contractor.
If, during construction, it is necessary to disturb or destroy a control
point or bench mark, the Contractor shall provide the City Surveyor 96 hours
notice so that alternate control points can be established by the City
Section A - SP
(Revised 9/18/00)
Page 6 of 24
Surveyor as he deems necessary, at no cost to the Contractor. Control points
or bench marks damaged as a result of the Contractor's negligence will be
restored by the City Surveyor at the expense of the Contractor.
If, for whatever reason, it is necessary to deviate from proposed line and
grade to properly execute the work, the Contractor shall obtain approval of
the City Engineer prior to deviation. If, in the opinion of the City
Engineer, the required deviation would necessitate a revision to the
drawings, the Contractor shall provide supporting measurements as required
for the City Engineer to revise the drawings.
The Contractor shall furnish all lines, slopes and measurements for control
of the work.
To satisfy reporting requirements of the Texas Commission on Environmental
Quality on the project, there will be a grid established for survey
verification of the final cover system liner components. There will be a
100-ft grid established for the final cover system. The components that are -
to be verified are the following:
1. Protective cover soil layer
2. Topsoil layer
The Engineer will provide the Contractor with an electronic spreadsheet of
the grid in Microsoft Excel format.
The Engineer's Surveyors will check all grid points to verify the thickness
of each of the liner system components. TheContractor will provide the
Engineer with two working days notice when a particular system component is
ready to be checked. Any points identified by the survey check that require
adjustment shall be brought to the proper elevation by the Contractor and
shall then be re-surveyed. The additional survey costs shall be paid for by
the Contractor.
the 6e~t-ae•cvt~-~ ~~~r2;-~e--a=1 va~ves and manheies, Beth
aL. ..a a1 F......: .. L. ~ ..F ('l\
^~- -fvr t
i~-o
~F
~. 1... ..F l-F.. emi
...1.-.a ....l ...1. ~
u oeT/~vG
ii ri c~.cv .. ~+a ~a.
~ .~C'SCI-C Z9F[19 ~e~• ~!l /l/ ..l ~..J ~ ..l l
~~
~ .. l ~ ..1 s- ,
Section A - SP
(Reviaed 9/1B/00)
Page 7 of 24
r,ic _,; _~.,. _. _,,. _~_i,.
_i ,. ,._ „c _a ai i t ..~ ,mvn~m ..d_Pn ...
~.. p~~.,.~~ ,
A-20 Testing and Certification
All tests required under this item must be done by a recognized testing
laboratory selected by the City Engineer. The cost of the laboratory testing
will be borne by the City. In the event that any test fails, that test must
be done over after corrective measures have been taken, and the cost of
retesting will be borne by the Contractor and deducted from the payment to
the Contractor.
The Contractor must provide all applicable certifications to the City
Engineer.
A-21 Project Signs (NOT USED)
A-22 Minority/Minority Business Enterprise Participation Polioy (Revised 10/981
1. Policy
It is the policy of the City of Corpus Christi that maximum opportunity
is afforded minorities, women and Minority Business Enterprises to
participate in the performance of contracts awarded by the City of
Corpus Christi in support of Equal Employment Opportunity goals and
objectives of the Affirmative Action Policy Statement of the City dated
October, 1989, and any amendments thereto. In accordance with such
policy, the City has established goals, as stated herein, both for
minority and female participation by trade and for Minority Business
Enterprise.
2. Definitions
a. Prime Contractor: Any person, firm, partnership, corporation,
association or joint venture as herein provided which has been
awarded a City contract.
b. Subcontractor: Any named person, firm, partnership, corporation,
association, or joint venture as herein identified as providing
work, labor, services, supplies, equipment, materials or any
combination of the foregoing under contract with a prime contractor
on a City contract.
c. Minority Business Enterprise: A business enterprise that is owned
and controlled by one or more minority person(s). Minority persons
include Blacks, Mexican-Americans and other persons of Hispanic
origin, American Indians, Alaskan Natives, and Asians or Pacific
Islanders. For the purposes of this section, women are also
considered as minorities. Minority person(s) must collectively
own, operate and/or actively manage, and- share in payments from
such an enterprise in the manner hereinafter set forth:
Section A - SP
(Revised 9/18/00)
Page 8 of 24
1. Owned
(a) For a sole proprietorship to be deemed a minority
business enterprise, it must be owned by a minority
person.
(b) For an enterprise doing business as a partnership, at
least 51.0$ of the assets or interest in the
partnership property must be owned by one or more
minority person(s).
(c) For an enterprise doing business as a corporation, at
least 51.0$ of the assets or interest in the corporate
shares must be owned by one or more minority
person(s).
2. Controlled
The primary power, direct or indirect, to manage a business
enterprise rests with a minority person(s).
3. Share in Payments
Minority partners, proprietor or stockholders, of the
enterprise, as the case may be, must be entitled to receive
51.0$ or more of the total profits, bonuses, dividends,
interest payments, commissions, consulting fees, rents,
procurement, and subcontract payments, and any other
monetary distribution paid by the business enterprise.
d. Minority: See definition under Minority Business Enterprise.
e. Female Owned Business Enterprise: A sole proprietorship that is
owned and controlled by a woman, a partnership at least 51.0$ of
whose assets or partnership interests are owned by one or more
women, or a corporation at least 51.0$ of whose assets or interests
in the corporate shares are owned by one or more women.
f. Joint Venture: A joint venture means an association of two or more
persons, partnerships, corporations, or any combination thereof,
founded to carry on a single business activity which is limited in
scope and direction. The degree to which a joint venture may
satisfy the stated MBE goal cannot exceed the proportionate
interest of the MBE as a member of the joint venture in the work to
be performed by the joint venture. For example, a joint venture
which is to perform 50.0$ of the contract work itself and in which
a minority joint venture partner has a 50.0$ interest, shall be
deemed equivalent to having minority participation in 25.0$ of the
work. Minority members of the joint venture must have either
financial, managerial, or technical skills in the work to be
performed by the joint venture.
3. Goals
a. The goals for participation by minorities and Minority Business
Enterprises expressed in percentage terms for the Contractor's
aggregate work force on all construction work for the Contract
award are as follows:
Section A - SP
(Revised 9/10/00)
Page 9 of 24
Minority Participation Minority Business Enterprise
(Percent) Participation (Percent)
95 ~ 15 ~
b. These goals are applicable to all the construction work (regardless
of federal participation) performed in the Contract, including
approved change orders. The hours of minority employment must be
substantially uniform throughout the length of the Contract and in
each trade. The transfer of minority employees from Contractor to
Contractor or from project to project for the sole purpose of
meeting the Contractor's percentage is prohibited.
9. Compliance
a. Upon -completion of the Project, a final breakdown of MBE
participation, substantiated by copies of paid invoices, shall be
submitted by the Contractor to the City Engineer.
b. The Contractor shall make bi-weekly payroll submittals to the City
Engineer. The Contractor is to indicate the percent of minority and
female participation, by trade, which has been utilized on the
Project. Along with the request for final payment on the Project,
the Contractor will indicate, in writing, the overall participation
in these areas which have been achieved. The City Engineer may
withhold monthly or final payments to the Contractor for failure to
submit bi-weekly payrolls in a timely fashion or to submit overall
participation information as required.
A-23 Inspection Required (Revised 7/5/00) (NOT USED)
., i i, ~ ,.g,. i ,. ._ a ~.. a_ =
~ ,
, ,
_ -. ,.~ c,,,.,. ,,,~ t... ~ ~_
A-24 Surety Bonds
Paragraph two (2) of Section B-3-9 of the General Provisions is changed to
read as follows:
"No surety will be accepted by the City from any Surety Company who
is now in default or delinquent on any bonds or who has an interest
in any litigation against the City. All bonds must be issued by an
approved Surety Company authorized to do business in the State of
Texas. If performance and payment bonds are in an amount in excess
of ten percent (108) of the Surety Company's capital and surplus,
the Surety Company shall provide certification satisfactory to the
City Attorney that the Surety Company has reinsured the portion of
the bond amount that exceeds ten percent (108) of the Surety
Company's capital and surplus with reinsurers) authorized to do
business in the State of Texas. The amount of the bond reinsured
by any reinsurer may not exceed ten percent (108) of the
reinsurer's capital and surplus. For purposes of this section, the
amount of allowed capital and surplus will be verified through the
Section A - SP
(Revised 9/18/00)
Page 10 of 24
State Board of Insurance as of the date of the last annual
statutory financial statement of the Surety Company or reinsurer
authorized and admitted to do business in the State of Texas. The
Surety shall designate an agent who is a resident of Nueces County,
Texas. Each bond must be executed by the Contractor and the
Surety. For contracts in excess of $100,000 the bond must be
executed by a Surety company that is certified by the United States
Secretary of the Treasury or must obtain reinsurance for any
liability in excess of $100,000 from a reinsurer that is certified
by the United States Secretary of the Treasury and that meets all
the above requirements. The insurer or reinsurer must be listed in
the Federal Register as holding certificates of authority on the
date the bond was issued."
A-25 Sales Tax Exemption (NOT USED)
Se2~aa B 6 22, emgt~en Pt~ev3-s-ien "'' F'"'
_,
..F Cpl .. __
....1 ..~ _ .J .. F: ~. ....1 h..
te~ 3
Seet'en 3 ~ 1 e€ Bha "''-`- ^`
,
P
' ', ~.^
.., ..~: _ _
strat}ve 6ed
in _
e e~ y
_a~ _ ,~
2 d~~~€~y--gin the agg~ep~' ate
„
3 " '~
v pp
^ ~, _ _ ..1. ,. _ ~. t, ,.
l ....1 ..... ^ J L. ^
, / '
ahes~rtraete~s aye e ' q' h' a €e~ ^' -^ - r
~2sa3~ee~tt€' eate to the ""' ""' "`" - '"~-
~,:
A-26 Su elemental Insurance Requirements
For each insurance coverage provided in accordance with Section B-6-11 of the
Contract, the Contractor shall obtain an endorsement to the applicable
insurance policy, signed by the insurer, stating:
In the event of cancellation or material change that reduces or
restricts the insurance afforded by this coverage part, each insurer
covenants to mail prior written notice of cancellation or material
change to:
Section A - SP
(Revised 9/18/00)
Page 11 of 24
1. Name: City of Corpus Christi
Engineering Services Department
Attn: Contract Administrator
2. Address: P:O. Box 9277
Corpus Christi, Texas 78469-9277
3. Number of days advance notice: 30
The Contractor shall provide to the City Engineer the signed endorsements, or
copies thereof certified by the insurer, within thirty (30) calendar days
after the date the City Engineer requests that the Contractor sign the
Contract documents.
Within thirty (30) calendar days after the date the City Engineer requests
that the Contractor sign the Contract documents, the Contractor shall provide
the City Engineer with a certificate of insurance certifying that the
Contractor provides worker's compensation insurance coverage for all
employees of the Contractor employed on the Project described in the
Contract.
For each insurance coverage provided in accordance with Section B-6-11 of the
Contract, the Contractor shall obtain an endorsement to the applicable
insurance policy, signed by the insurer, stating that the City is an
additional insured under the insurance policy. The City need not be named as
additional insured on Worker's Compensation coverage.
For contractual liability insurance coverage obtained in accordance with
Section B-6-11 (a) of the Contract, the Contractor shall obtain an
endorsement to this coverage stating:
Contractor agrees to indemnify, save harmless and defend the City,
its agents, servants, and employees, and each of them against and
hold it and them harmless from any and all lawsuits, claims,
demands, liabilities, losses and expenses, including court costs
and attorneys' fees, for or on account of any injury to any person,
or any death at any time resulting from such injury, or any damage
to any property, which may arise or which may be alleged to have
arisen out of or in connection with the work covered by this
Contract. The foregoing indemnity shall apply except if such
injury, death or damage is caused directly by the negligence or
other fault of the City, its agents, servants, or employees or any
person indemnified hereunder.
A-27 Responsibility for Damage Claims
Paragraph (a) General Liability of Section B-6-11 of the General Provisions
is amended to include:
Contractor must provide installation floater and professional pollution
liability/environmental impairment coverage for the term of the Contract up
to and including the date the City finally accepts the Project or work.
Installation floater and professional pollution liability/environmental
impairment coverage must be an "All Risk" form. Contractor must pay all costs
necessary to procure such Installation floater insurance coverage and
professional pollution liability/environmental impairment coverage, including
any deductible. The City must be named additional insured on any policies
providing such insurance coverage.
Section A - SP
(Revised 9/18/00)
Page 12 of 24
A-28 Considerations £or Contract Award and Execution
To allow the City Engineer to determine that the bidder is able to perform
its obligations under the proposed contract, then prior to award, the City
Engineer may require a bidder to provide documentation concerning:
1. Whether any liens have been filed against bidder for either failure to
pay for services or materials supplied against any of its projects begun
within the preceding two (2) years. The bidder shall specify the name
and address of the party holding the lien, the amount of the lien, the
basis for the lien claim, and the date of the release of the lien. If
any such lien has not been released, the bidder shall state why the
claim has not been paid; and
2. Whether there are any outstanding unpaid claims against bidder for
services or materials supplied which relate to any of its projects begun
within the preceding two (2) years. The bidder shall specify the name
and address of the claimant, the amount of the claim, the basis for the
claim, and an explanation why the claim has not been paid.
A bidder may also be required to supply construction references and a
financial statement, prepared no later than ninety (90) days prior to the
City Engineer's request, signed and dated by the bidder's owner, president or
other authorized party, specifying all current assets and liabilities.
A-29 Contractor's Field Administration Staff
The Contractor shall employ for this Project, as its field administration
staff, superintendents and foremen who are careful and competent and
acceptable to the City Engineer.
The criteria upon which the City Engineer makes this determination may
include the following:
1. The superintendent must have at least five (5) years experience in the
day-to-day field management and oversight of projects of a similar size
and complexity to this Project. This experience must include, but is not
limited to, scheduling of manpower and materials, earthwork,
geosynthetics installation, safety, coordination of subcontractors, and
familiarity with the architectural submittal process, federal and state
wage rate requirements, and contract close-out procedures.
2. The foreman must have at least five (5) years experience in oversight
and management of the work of various subcontractors and crafts. If the
scope of the Project is such that a foreman is not required, the
Contractor's superintendent shall assume the responsibilities of a
foreman.
Documentation concerning these matters will be reviewed by the City Engineer.
The Contractor's field administration staff, and any subsequent substitutions
or replacements thereto, must be approved by the City Engineer in writing
prior to such superintendent or foreman assuming responsibilities on the
Project.
Such written approval of field administration staff is a prerequisite to the
City Engineer's obligation to execute a contract for this Project. If such
approval is not obtained, the award may be rescinded. Further, such written
approval is also necessary prior to a change in field administration staff
during the term of this Contract. If the Contractor fails to obtain prior
Section A - SP
(Revised 9/18/00)
Page 13 of 24
written approval of the City Engineer concerning any substitutions or
replacements in its field administration staff for this Project during the
term of the Contract, such a failure constitutes a basis to annul the
Contract pursuant to section B-7-13.
A-30 Amended "Consideration of Contract" Requirements
Under "General Provisions and Requirements for Municipal Construction
Contracts" Section B-3-1 Consideration of Contract add the following text:
Within five (5) working days following the public opening and reading of the
proposals, the three (3) apparent lowest bidders (based on the Base Bid only)
must submit to the City Engineer the following information:
1. A list of the major components of the work;
2. A list of the products to be incorporated into the Project;
3. A schedule of values which specifies estimates of the cost for each
major component of the work;
9. A schedule of anticipated monthly payments for the Project duration.
5. The names and addresses of MBE firms that will participate in the
Contract, along with a description of the work and dollar amount for
each firm; and substantiation, either through appropriate certifications
by federal agencies or signed affidavits from the MBE firms, that such
MBE firms meet the guidelines contained herein. Similar substantiation
will be required if the Contractor is an MBE. If the responses do not
clearly show that MBE participation will meet the requirements above,
the bidder must clearly demonstrate, to the satisfaction of the City
Engineer, that a good faith effort has, in fact, been made to meet said
requirements but that meeting such requirements is not reasonably
possible.
6: A list of subcontractors that will be working on the Project. This list may
contain more than one subcontractor for major components of the work if the
Contractor has not completed his evaluation of which subcontractor will
perform the work.
The City Engineer retains the right to approve all subcontractors that
will perform work on the Project. The Contractor shall obtain written
approval by the City Engineer of all of its subcontractors prior to
beginning work on the Project. If the City Engineer does not approve
all proposed subcontractors, it may rescind the Contract award.
In the event that a subcontractor previously listed and approved is
sought to be substituted for or replaced during the term of the
Contract, then the City Engineer retains the right to approve any
substitute or replacement subcontractor prior to its participation in
the Project. Such approval will not be given if the replacement of the
subcontractor will result in an increase in the Contract price. Failure
of the Contractor to comply with this provision constitutes a basis upon
which to annul the Contract pursuant to Section B-7-13;
7. A preliminary progress schedule indicating relationships between the
major components of the work. The final progress schedule must be
submitted to the City Engineer at the pre-construction conference;
Section A - SP
(Revised 9/18/00)
Page 14 of 24
8. Documentation required pursuant to the Special Provisions A-28 and A-29
concerning Considerations for Contract Award and Execution and the
Contractor's Field Administration Staff.
9. Documentation as required by Special Provision A-35-K, if applicable.
10. Within five (5) days following bid opening, submit in letter form,
information identifying type of entity and state, i.e., Texas (or other
state) Corporation or Partnership, and name(s) and Title(s) of
individual(s) authorized to execute contracts on behalf of said entity.
A-31 Amended Policy on Extra Work and Change Orders
Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5
Policy on Extra Work and Change Orders the present text is deleted and replaced with .the
following:
Contractor acknowledges that the City has no obligation to pay for any extra work
for which a change order has not been signed by the Director of Engineering
Services or his designee. The Contractor also acknowledges thatthe City Engineer
may authorize change orders which do not exceed $25,000.00. The Contractor
acknowledges that any change orders in an amount in excess of $25,000.00 must also
be approved by the City Council.
A-32 Ames~ded "Execution of Contract" Rcz ii r~cmcn{S
Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5
Execution of Contract add the following:
The award of the Contract may be rescinded at any time prior to the date the City
Engineer delivers a contract to the Contractor which bears the signatures of the
City Manager, City Secretary, and City Attorney, or their authorized designees.
Contractor has no cause of action of any kind, including for breach of contract,
against the City, nor is the City obligated to perform under the Contract, until
the date the City Engineer delivers the signed Contracts to the Contractor.
A-33 Conditions of Work
Each bidder must familiarize himself fully with the conditions relating to the
completion of the Project. Failure to do so will not excuse a bidder of his
obligation to carry out the provisions of this Contract. Contractor is reminded to
attend the Pre-Bid Meeting referred to in Special Provision A-1.
A-34 Precedence of Contract Documents
In case of conflict in the Contract documents, first precedence will be given
to addenda issued during the bidding phase of the Project, second precedence
will be given to the Special Provisions, third precedence will be given to
the construction plans, fourth precedence will be given to the Standard
Specifications and the General Provisions will be given last precedence. In
the event of a conflict between any of the Standard Specifications with any
other referenced specifications, such as the Texas Department of Public
Transportation Standard Specifications for Highways, Streets and Bridges,
ASTM specifications, etc., the precedence will be given to addenda, Special
Provisions and Supplemental Special Provisions (if applicable), construction
plans, referenced specifications, Standard Specifications, and General
Provisions, in that order.
Section A - SP
(Revised 9/18/00)
Page 15 of 24
A-35 City Water Facilities: Special Requirements (NOT USED)
E'el' f:e-pew€e~m}n ~rae t~3e af: any-6' E
Een4:~ae~e~, 4t' s sabe en>=t~aeE:e~s. "` ""'' " "', "~;"""- °
' .J ....J F. i "'~
6'E3 iiat:e~ Bepa£~m
'
' en~ Pe ~senne' "~^ '^""`'"""""" '`
, L" "FF-__., L.. ..t "'"r'
9~
en4sa E#en E
~eg~am
,., ~a#}
F"_ FL...._ ..,. ~
,
t
the 6entrae te~ s):a}} not 9Ea gt ~ -c
~a Y 3
as}ve, ega igaent, 9W 4te43, 4
t 1. 3~eaie e~, _^`
Tl l ..L
-
L-
~L_
___ ___1 .._
/~ _____ ___i _____ ___
C • _______
1.
.
' d
~ ~~
~
' ""'`' '"
4:e~
a @m nf: ase
s and ega e
r
a-l. ..•,1-.1 ,.
} Stand
Pi
t'
' ards " /" ,'~' ° '1
eax~ar~t
= ena
can
a
-Aa~e~
~47S 14)S~E'3 -'''-''
d
~ " ''" : `""' "_
ear ~F
oa~e~a-~ e~n E
e~tn
at
~
~ a
d
~
~ ~~ --'----`- -'----- -
a
s
Sseh ~ate~ tt
e
ne ~
/
i ~ -~ ~ aL wvor /~ tc~ ~ ~ c~ .f i
i
L
-L-d }L
- -
- -
..- L L
~l
r
I
"
'
s ~aete~s, mast a een4:a=ned a4: a " -
da ~1-Y
Section A - SP
(Revised 9/13/00)
Page 16 of 24
1 .~.J ...i: F; .... « ~ ~ ...i.J: «
I / / I
I
fie . , _ _ , . ,.,, ~. L. ,. _ -.Y _ L~.~ ,..i
L
• F..... l .~ C
1
/ /
' ~ ~ ~~ l .. .FF...i uu d
ns
6 fie a-~e~manen y
r ~
i i i
Section A - SP
(Revised 9/18/00)
Page 17 of 24
A-36 Other Submittals
1. Shop Drawing Submittal: The Contractor shall follow the procedure
outlined below when processing Shop Drawing submittals:
a. Quantity: Contractor shall submit number required by the City to
the City Engineer or his designated representative.
b. Reproducibles: In addition to the required copies, the Contractor
shall also submit one (1) reproducible transparency for all shop
drawings.
c. Submittal Transmittal Forms: Contractor shall use the Submittal
Transmittal Form attached at the end of this Section; and
sequentially number each transmittal form. Resubmittals must have
the original submittal number with an alphabetic suffix.
Contractor must identify the Contractor, the Subcontractor or
supplier; pertinent Drawing sheet and detail number(s), and
specification Section number, as appropriate, on each submittal
form.
d. Contractor's Stamp: Contractor must apply Contractor's stamp,
appropriately signed or initialed, which certifies that review,
verification of Products required, field dimensions, adjacent
construction work, and coordination of information, is all in
accordance with the requirements of the Project and Contract
- documents.
e. Scheduling: Contractor must schedule the submittals to expedite the
Project, and deliver to the City Engineer for approval, and
coordinate the submission of related items.
f. Marking: Contractor must mark each copy to identify applicable
products, models, options, and other data. Supplement
manufacturers' standard data to provide information unique to this
Project.
Section A - SP
(Revised 9/18/00)
Page 18 of 24
g. Variations: Contractor must identify any proposed variations from
the Contract documents and any Product or system limitations which
may be detrimental to successful performance of the completed work. -
h. Space Requirements: Contractor must provide adequate space for
Contractor and Engineer review stamps on all submittal forms.
I Resubmittals: Contractor must revise and resubmit submittals as
required by City Engineer and clearly identify all changes made
since previous submittal.
j. Distribution: Contractor must distribute copies of reviewed
submittals to subcontractors and suppliers and instruct
subcontractors and suppliers to promptly report, thru Contractor,
any inability to comply with provisions.
't ,-
b
t -° ':-:^'^,.^-o_.._ _
sd
m
2--~~. es The Gent~aeEe~ m~xs
,
'
_,.. _,_
3. Test and Repair Report
When specified in the Technical Specifications Section, Contractor must
submit three-(3) copies of all shop test data, and repair report, and
all on-site test data within the specified time to the City Engineer for
approval. Otherwise the related equipment will not be approved for use
on the project.
A-37 Amended ^Arrangement and Charge for Water El~raished by the City"
Under "General Provisions and Requirements for Municipal Construction Contracts", 8-
6-15 Arrangement and Charge for Water Furnished bV the City, add the following:
"The Contractor must comply with the City of Corpus Christi's Water
Conservation and Drought Contingency Plan as amended (the "Plan"). This
includes implementing water conservation measures established for changing
conditions. The City Engineer will provide a copy of the Plan to Contractor at
the pre-construction meeting. The Contractor will keep a copy of the Plan on
the Project site throughout construction."
Enti
or
The requirements of "Notice to Contractors 'B "' are incorporated by reference
in this Special Provision.
A-39 Certificate of Occupancy and Final Acceptance (NOT USED)
~~-ssuaaee e€ a ee~ti 'ease e€ seenPane
Section A - SP
(Revised 9/1B/00)
Page 19 of 24
A-40 Amendment to Section B-8-6: Partial Estimates
General Provisions and Requirements for Municipal Construction Contracts
Section B-8-6: Partial Estimates is amended to provide that approximate
estimates from which partial payments will be calculated will not include the
net invoice value of acceptable, non-perishable materials delivered to the
Project worksite unless the Contractor provides the City Engineer with
documents, satisfactory to the City Engineer, that show that the material
supplier has been paid for the materials delivered to the Project worksite.
A-41 Ozone Advisory (NOT USED)
F....
Y
t~a~y--~E ~a~°~ ~--adeat esene a' eat T--~-~.a^' ay-
A-42 OSHA Rules & Regulations
It is the responsibility of the Contractor(s) to adhere to all applicable
OSHA rules and regulations while performing any and all City-related projects
and or jobs.
A-43 Amended Indemnification S Hold Harmless
Under "General Provisions and Requirements for Municipal Construction
Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its
entirety and the following is substituted in lieu thereof:
The Contractor shall hold the City, its officials, employees, attorneys,
and agents harmless and shall indemnify the City, its officials,
employees, attorneys, and agents from any and all damages, injury or
liability whatsoever from an act or omission of the contractor, or any
subcontractor, supplier, materialman, or their officials, employees,
agents, or consultants, or any work done under the contract or in
connection therewith by the contractor, or any subcontractor, supplier,
materialman, or their officials, employees, agents, or consultants.
The contractor shall hold the City, its officials, employees, attorneys,
and agents harmless and shall indemnify the City, its officials,
employees, attorneys, and agents from any and all damages, injury, or
liability whatsoever from a negligent act or omission of the city, its
officials, employees, attorneys, and agents that directly or indirectly
causes injury to an employee of the contractor, or any subcontractor,
supplier or materialman.
A-44 Chance Orders
Should a change order(s) be required by the engineer, Contractor shall
furnish the engineer a complete breakdown as to all prices charged for work
of the change order (unit prices, hourly rates, sub-contractor's costs and
breakdowns, cost of materials and equipment, wage rates, etc.). This
breakdown information shall be submitted by contractor as a basis for the
price of the change order.
Section A - SP
(Revised 9/18/00)
Page 20 of 24
A-45 As-Built Dimensions and Drawings (7/5/00)
(a) Contractor shall make appropriate daily measurements of facilities
constructed and keep accurate records of location (horizontal and
vertical) of all facilities.
(b) Upon completion of_ each facility, the Contractor shall furnish
Owner with one set of direct prints, marked with red pencil, to
show as-built dimensions and locations of all work constructed. As
a minimum, the final drawings shall include the following:
(1) Horizontal and vertical dimensions due to
substitutions/field changes.
(2) Changes in equipment and dimensions due to substitutions.
(3) "Nameplate" data on all installed equipment.
(4) Deletions, additions, and changes to scope of work.
(5) Any other changes made.
A-46 Disposal of Highlv Chlorinated water (7/5/00) (NOT USED)
L. t .~ .. l .. -1 F.•~.
~~ tan, ~d---R~a¢--e3feeed the-p~,~^.n
've a~-a- mti
,
..F ill
I
~~ err-~t-k -g~'e~eet """''" "F r
A-47 Pre-Construction Exploratory Excavations (7/5/00) (NOT USED)
F .. L. _
rte-
1
-.•l l..
r
-rl ~. .1,
,
.-.F ..Fi ..1:
y r e
,
'regent-
Section A - SP
(Revised 9/18/00)
Page 21 of 24
A-98 Overhead Electrical Wires (7/5/00)
Contractor shall comply with all OSHA safety requirements with regard to
proximity of construction equipment beneath overhead electrical wires. There
are many overhead wires crossing the construction route and along the
construction route. Contractor shall use all due diligence, precautions,
etc., to ensure that adequate safety is provided for all of his employees and
operators of equipment and with regard to ensuring that no damage to existing
overhead electrical wires or facilities occurs.
Contractor shall coordinate his work with AEP/CP&L and inform AEP/CP6L of his --
construction schedule with regard to said overhead lines.
Some overhead lines are shown in the construction plans, while others are
not. It shall be the Contractor's sole responsibility to provide for adequate
safety with regard to overhead lines whether shown in the plans or not.
A-49 Amended "Maintenance Guaranty" (8/29/00)
Under "General Provisions and Requirements for Municipal Construction
Contracts", B-8-11 Maintenance Guaranty, add the following:
"The Contractor's guarantee is a separate, additional remedy available
to benefit the City of Corpus Christi. Neither the guarantee nor
expiration of the guarantee period will operate to reduce, release, or
relinquish any rights or remedies available to the City of Corpus
Christi for any claims or causes of action against the Contractor or any
other individual or entity."
A-50 Re-routing of Traffic During Construction (NOT USED)
n.....
... ]_t' r
- ~
1-At~
~~jf-~ // 1 L L J L_.~'1 ~1 L
-'- _ -~...uora ~ '-' /sI
~, _7_...__,
-" - - 0
an
-- 4
d-
- ,'.L_ i.~
=-_--~-
: _..: ,
a~na--~~- pess~~e to Seale -__
---- - - - -- - - --
-- - m , ~..- ,,...,aa
z E
4'
h A~'-~='
-
-~~s~~ ae
~ rr-~e€-z
e r
.
' € `L^ '"_
as t€ en
he~,.,p ems € e
A-51 Amended "Prosecution and Procress"
Under "General Provisions and Requirements for Municipal Construction
Contracts", B-7 Prosecution and Progress, add the following:
Section A - SP
(Revised 9/18/00)
Page 22 of 24
"Funds are appropriated by the City, on a yearly basis. If funds,
for any reason, are not. appropriated in any given year, the City
may direct suspension or termination of the contract. If the
Contractor is ,terminated or suspended and the City requests
remobilization at a later date, the Contractor may request payment
addressed through a change order to the contract."
Section A - SP
(Revised 9/18/00)
Page 23 of 24
SUBMITTAL TRANSMITTAL FORM
PROJECT
J.C. ELLIOTT LANDFILL
S LANDFILL GAS MAN
OWNER: CITY OF CORPOS
ENGINEER: HDR ENGINEERING, INC.
CONTRACTOR:
SUBMITTAL .DATE: SUBMITTAL NUMBER:
APPLICABLE SPECIFICATION
OR DRAWING SUBMITTAL
Section A - SP
(Revised 9/78/00)
Page 24 of 24
A G R E E M E N T
THE STATE OF TEXAS §
COUNTY OF NUECES §
THIS AGREEMENT is entered into this 16th day of DECE[~ER,
2008, by and between the CITY OF CORPUS CHRISTI of the County of
Nueces, State of Texas, acting through its duly authorized City
Manager, termed in the Contract Documents as "City," and
Environmental Specialties International, Inc. termed in the
Contract Documents as "Contractor," upon these terms, performable
in Nueces County, Texas:
In consideration of the payment of $6,769,018.19 by City and
other obligations of City as set out herein, Contractor will
construct and complete certain improvements described as follows:
J.C. ELLIOTT LANDFILL FINAL COVER SYSTEM INSTALLATION,
PHASE 4-6 & LANDFILL GAS MANAGEMENT SYSTEM
PROJECT NO. 5216
(TOTAL BASE BID + ADD.ALT.#1: $6,769,018.19)
according to the attached Plans and Specifications in a good and
workmanlike manner for the prices and conditions set out in their
attached bid proposal supplying at their expense such materials,
services, labor and insurance as required by the attached Contract
Documents, including overseeing the entire job. The Contract
Documents include this Agreement, the bid proposal and
instructions, plans and specifications, including all maps, plats,
blueprints, and other drawings, the Performance and Payment bonds,
addenda, and related documents all of which constitute the contract
for this project and are made a part hereof.
Agreement
Page 1 of 2
AN/N6/'l.NN? 7.3: ~6 82G38N2 ENG1Nf_ERIIJG P6VGE 09/12
J.C. Elliott
Pix.al Cover System In.neal lari.on, Plxaee
RASE
Landf. i.ll
4-6 G Landfill Gas t(auagem¢nt System
H CD
I
---
II
- ---~
III Iv v
- --....... -_.. - ._---.mss ~ ---
HID QTY d UNT9' DESCRIPTION VNIT PRICE DID TTf;M
I'SEM IN FIGURES PXTENSTON
(QTY X tR3SS
PRICE IN
FIGURES)
] ~~ Ls Mcbi).i.zation/Demobiliaaticn 204,908`00 S. 204 908_00___
_-- Site Gzadin9 co;n))).eCe in 1.436.00 S_.,86i60.00 _
2 GO AC pace per Acre
y~
Woven/Non-Woven Nesd.le
3
119,900 SY Pr.nched Gcos nchetic C).a
p
l
y
i
a
4.85
-
$ 581
515
00
.e
acn
er
L,:.ner comp
e
n p __.- ,
.
.__
S7 (page Yard
4 11 G, 200 SY Ni~n-Reinforced Geosyrthet i. r.
C:.ay liner compt.rcc in place __-_ 4,y2 516,256.00
___
prr Sguarc Yarcj ._._.._.___.....~
month I:LDPE Geoms!nbrane
Si 7_16,201` s't L::ne): ;floor) <:omp).etc s.n _.,,____32:4 378432.00
-._T p:.acc ner Square Y&x'd
'T~as[ured LLUPE Geomambrane 365 c
6
7.19, 900 SY
L..ue r. 13).opes) complete in
._..__...._______ ,
~3] 635;00___
p..acs per Square Yard
O :~aina9e GeocomposiC>.
'7 7.3 G,iC0 SY c»nphte in place per. Sgua.t_ 47~. 41 131,42.rz,00._
Y;i'd
__-~- 1?-inch erotaccivo scs.l 75
4
ft 110, k00 CY cover, complet:c: .in p7.ace per. .
_._.__. __ ,`562,400.00
C lbic Yard
9 '12,900 CY 13-inch Compacted Clay Layex
c)mplete in place per cubic
4.75
g
137
27
5.00
7'3zd _
_
.
_
T:+psuil (7-.inch thick) 75
4
10 G1, 000 CY cotnpl.ci:e in place Fer Cu_ bit .
_-_____ S__ 289 750.00
Yard
c UnCrece i3l.ock Rovetmeoi:
6
25
750
00
21$
17 35,000 S_ Crainage Chutes, canuleca .in .
_.,_.__. .
,
S
place per S~uarc_E'oot _
12 5 6A Crainage Chute outlet
Structures complete in place 13 667.00
..__
~ I'
68 335,
5
__
.....__-_.._, _
F_1 F~ch = 0
,,.__
1:8VYST:U
l`rnpONal Fox'C AUUC.NnUH NO. 2
.bye 3 Of ?.x A7"fACNMENT ]
10i 06/7.000 13: A6 H'/.G3 02 [NGTWI_LI2IWG PAGf_~ 1L1/lA
T.C. Rlli,oct I.an~3ti11.
Y3.na1 Cover 3yntom 2na Cal.lation, Ylxaae 9-6 h Gandf:?].1 Gas Management System
DA,S1? nID
I 22 III IV V
flID QTY & fINl9: DE "aCkiTkTION I7NIT PRICE EID ITEM
ITEM IN E?GURP.S EXTENSION
(QTY X UNIT
kRICE TN
EI(R7REa'1
D. ainage Germs, complete in
ear Boot
Li
l
6.31
g 34 074.00
13 5, 900 LP n
p
ace per
---_.- _, ._.~.__-_
DYe inaye Treu Ch, comp.lcce i.n 9
65 c
50
52
592
lA
5,950 LTi p: ace me.r Li.noar Foot :
___..._. . _ _
,
.
.
--'
- _~.___.__.._..i 5!:¢di.,-,9 and. 1Zros.ion Control
~
' C:,mp1.a CP. in nl.ac¢ per Arx¢ .,_1,1.~5.04Z. S 83160.00_
15 72 AC
I
-.-_____-_______
.'_.____
-_.._._._-__.____._.
._..._.....__ ~_._..-_.. __-_._...
D;~i11 36-.i.nch uia. VeJ: Ci. r.a].
Vin, 1.1, (ioclud.inq 8.1,1.
m..tori.a.is, rJrilli.nq, and 80.00
_ ...............__ c 19600000
,
~
:
16 2.9 fi0 i.F L,inchina) completa~ i.n pl.aca .
_.-_
___
___
i p':r I,ineax__oor,
'ry P:?andoned. V¢rt.tcal. 47e.L .t
Borings, propcrl.y Liackti.l].ed
a.ad rov¢red, Completo and in 36.75
_«__ ._
S 7 350_00 _
1.7 J.00 1..P pla~¢ lx•r Li.naat FooC
~
-..__... _._
_'.__~
_~-_._ '-.-"~-'-I Clndy Cane fiL'tinys far
proposed v¢nCs, compete .tn
I 137.00
"_...__.._~- 028.00
S 6
13 h4 h:A I p!. s.ce per L•ach
.___.._
1 _~._._ ,
_...__.
- .____-~ __._--___~
Groundwater Mnni.toS.i.ny system
I nfa,iificati.ons, tinclud.tny 773.00
61 ,
773.00
61
19 1 1.5 dti„L.liny, pl.uygi.ny, and _
y
- _
,
._
noandonm~ntl comptei:e In
i
Exist.tny rence Demolition,
?¢1f LSnCflI'
to in
lace
ln 2.85 34,200.00
S
20 ].'2,000 JiF ,
p
l
c:nnp _„___ ,.__. _„_._
Foot
New 9-ft Chain Link FenCe.,
i 19
65
76
850
00
1
8
net:,C
comple Ce in plane per L .
~....._. _ ,
.
_
_
.
27 9,000 LF T.onl.
u ~ re-grade L•'xi.sti nq Di Crites,
i 5.47
504
00
17
"
n¢ar
c omple Ce in place pe. r. L. _..--.....__..._ .
_
,
x_
22 3,200 hF I root
..--`^-- - -- _
_~.-
lu.rf J.einforc¢men0 Asst,
er Sci
laze
lace
J
c in
J ~ 35
- ~
85.00
., 9,5
J
g
p
;
.a
comp
- _
2~
_._ i, loo sx )and. --_.---'- ----._..__ .._-----~- .
.----.-_.__...:-._
P.EVtS ~- AD-F;Ii-VM IiO. $
Ycoposai .OYm hTTACIMl;N1' 1
e6fJe h OL 3Z
10/06;1.00£1 13:46 8263002 IENGINl1=ftIIJG PAGL. ].1%SS
S-C. P7.liott Ltu:d.Ci11
F:i.nnl Covl?r Byatam Inntallalion, Phasn 4-fi & Land P.i11 Gee: Managemear. System
AI+SE AIb
.-~
I .._.-..r..
xi ~ ~___,.,,__._..__.
III
rv
v
_
HID QS:X 6 lINI1' DESCRIPTION UNIT PRICG AID ITEM
ITF,t4 IN FIGURES EXTENSION
(QTY X UNIT
PRTCP. TN
rzcuRES>
E:asl-ing Drainage Chute
out7.eC Erosion Renoir, 2 578.00
-~ --- s 2 b78.00
24 1 LS enmple l-a i.11 place per Lum:• t -- i--"'"
sum
_ 1 _
~
~_
Sha).l.ow Dents, complete .in 1,516.00
__ s_ _ 57. 80.00
25* h El P';ace nor EBCH _
._
_
:ormwate,r, Pollution 750.00
P::evention P.l2J? romplete i.n _~.-_. __
..
__<_._
'._
_
~_
26 1 i.~S p .ace per LUiOp Surn .
.
..._.._
TC'TAL AeISE 13ID:
(subtota.l items 7. ~- 26) %,._...__5,302,86650
Motes:
ACCtvEl Dumber and locati.!•n o` nha,llow vent.;; slxnll he debermi.ned i.n the field as rleedcd L'o
prev~enr. liner up7. ~i.le. L~caL'ionS ;o he a!>prnved by Ckle lingineer prior to inetallation.
REVISED
i eopo;dl bona 1DDti.WVH Ne. 2
°U4r~ 5 of :2 1.'1°fACiR1CNT 1
10il1Ei2003 7.3:46 fl2G39S2 LNGIhIkLRINCi PAGE 12i lfl
J.0. F.1liott LazidE11
l+i.na1 f.'pver fystcm InntallatLon, Phaaa 1-G & Landfi.l.l L•ae n[anagement syatam
1.DDITxVF e1I,TL~'RNTtTE No. 1
I ~ TI I
~ I
-~~ IV
C
--
=~ - V
DID
QTY & --
DL'BCRIBT201:
UNIT PRIL'F, __... =
'~ --
Alp ITEtd FXTGNSION
ITEM 1JNIT IN PIGUR};S (QTY Y. ITNIT PRICE
- IN rxcpRES>
_
~ 10-; r.ch J{DPE I?i.pt~ SUIJ-lleiadeC u_
i~-:l 2, 98G bl' !SL'tt 1.11 (i.ttc:roding all
mater,.i.als antl, misc. :i.ttimJS' 41
88
oxcavalion, Uackfi.llt acoe5s ,
__- S 104 113,68
poi ni:s and install. anion) -~ -
cortpl.e Ce and in p).ace per
l,ineaY Foot.
~~ ._.___ 12-.inch I{UPE Plgge 4eader (SDR __ _ _._ _-..__.__.__._-
n-2 4, 9G0 I,F' 1~) (i.no.Lod.ing a7.1 rater, i.als and
mSsc. fittings, excavation,
backfill access points, and 32.11
-- -
159y265.60
tns tallaE i.on1 cCmpleL'e and in _...._
_
.
_
.
_.___
.-..__ pl.acc per. Linear Fooc
__
___ __
__.. _.
.
_
_
.
_
_ I __
2-inch FIDPE Ni,pe nt.rlinc (SDR ___.__..__
__-
7t-.i ~ 7,ddG LP 9) i.nc.luding all materials anc
:n .c. fittin~sl excavation,
bac kf: i. J.1, aq~ a:tsta.ilation)
con=plate and Sn pl.aca par 2.15
.._.__..__....._._ 16,008.90
v_.__...__.._..._.__.
hit oar Foot
'z-inch RUFF Pi o Forcen,ai.n (SDii
n-h 7,Ade x,t' 9)iinoluding all macerl~ile and 30
4
miac. fittings, excava r„ton,
ba<kfi.t?. and Sns tallaiion) .
..-...__. _
____.32,017.80
~~~- ~-~~-
conplete and in placa pe.r
----~--~-
~~ I,i[ ear Foot
.'-
-
- ~ 9-;nch BDNL. Pipe (SDR 11) for. -
---'--
>r-Ci 9,9).9 LF' Pre~posed we).1 (1ncludingg a1.L
materials and misc. fittings,
excavation, backfill and 11.93
-------
S 58,659.81
ins tallati.ont complete and in ""' '-"-~'
pl;.ce per Linear Tcot
G-:.nch Y.DPE Pipe fSDR 17)in 4'
it-•C+ 2; SG% Lt fc deep trench for. Proposed
We:.l (.tncluging all mater.>a1s 17.50
---
44
922
5
0
S
and misc. fittings, excavation, ------
- _,
.
__
_.
~ ~ ~ -~
and insta.llationj complete and
in place p.^.r Linear PooC
._.
-- - d-:.nch I]DP4' P.tpe (SDR 1
) For --._._.-
_.
__.-
P.-7 ~
8, G30 LF 1
Era L•ing Wells ;including al. ],
i
ry
20
28 ~
=^
materials and m~sc,
ttttt
s,
d:rravat•ion , backfill, end .
___-_ _-. 176,233.20
.in:~talla Cio~t) complete and in
p,laec per Linear coot
G-..nch tIUPc, Pipe ($pIi .11) FoY
F.-8 Y, GO4 LP' F^.x..5i•.ingg Ylells (ancJ.od.i.ng all
~
~
28
95
s,
ma
:eria.ls and mist, £ittang .
-
~ S 220,135.80
ex:;;et:af icn, backfill, and. -----.
in.,tallatiolt) Complete and i.n (
_ p.1..ice _ ,f eY L.inear Tout ~
itGVISr:.D nnnrtmUn N0. z
vrrpesa] mein
Yi;e G of la •~tla'TTI,CKKF.1!'[
l Oi OGJ 2808 13:4F 826:802 IdNG1Nf:'ERIIJG I'A(ilE 13!1.8
J, C. )i;,l,liott Landfill,
]"i}Ial COVey Syxtem Sssstallatiou, P.lxasc 4-fi k Landfill Gat} Manapemenr. System
ADDITIVG ALTP•.IttinTR No. 1
BTD Q'fY fi DESCRTFTION UNIT PRICE BID I'fGM Ey.TENSION
ITEM ONI'f IN FIGURES (QTY X VNIT PRIC$
TN FIGU3FS1
A-9
4 ~A Con~YenSa Ye ForCema.in valves,
com').lota and i.n place per Each
4 640.00
- y-----
~. -
g 18 560.00
Airline Valves, complete and i.n _ - T^
n.-lo a E:L pin:e per taco _ ~ 985,00 S 7,940.00
l6^inch Isolation Valves,
is-J.?. ~ EA connlete and in place per. each _ 12 892_00 g 51,568.00
lJ.--inch TsolaCion vaJ.ves, -
A-12 A IiA crnn?lets noel in nl.ace pw, e_ac7? 4,716.00
864
00
S 18
__._._...__.-.__ ,
.
10-Lt1C7) 7:N(}.Latino Va.L veF„
p-l:'• 7 nal c:nm;>.Ler.e tn(J i.n J)J.xce per Each. 4,275.00 q 8
550
00
,
.
T:i.e-In t:o exist, 9.nqq Beadrr, I
n-i4-'~>~ J l.a cnnnlete and i,n p1e<:e per. I_~ch 5,670_00 S 17010.00_
Tie-In to F,xi sting i,eachal;.c
n-Jfi 3 17A C].e.tv}out: Riser, corq~l.c CC and in
are per each
pl 3,308.00
--~
S
9
924
00
. _-,.
,
_
"_
Landcec Wel.7.heads far L>rupoaed
A~-1G h9 F,F. IVells, (:omple L-e and .in p.larn, 650.00 600
00
26
p¢x L.aG~ --- .
,
5 __.
Landcec Wellheads fee 3xistin9
A~-i"/ G2 EA Wells, complete and in place
I'
h 650.00 40,300.00
S
per
ac _ ,_.-
___.___ .. Surcps; (including Pump,
A-]0 3 EA material excavation and
kfillj
l
i
1
l 21_700.00
65
100
00
S
ace per
comp
ete .
.n p
)ac --- ~---- ,
.
_
-_ _____..__
F.ach
k:x]aLinq Sump ret•rofiC anal
A-l7 . EA reps t.rs linclnding pumps'
t
~ 10,625.00
500
00
5 42
., Labor) comple
e .in
materi.a -- ~-- .
,
-' --~
pJ.a cc pot Lneh
RP.'>Iu'ED
1>TUI>UaTJ, FO}'ll TDD°_NDUM ND.1
P+9C ~ UL 1R a'ITAC1MBli'~ 1
1B/0G/2N8E: 13:46 8263802 ENG I:WI7-]:1'NG PP,GL 14/18
J.C. Elliott Landfill
Final Cover System Ianl: a.llatiou, Plxasa 7•G k Lsnrit111 Gas Mauagemeat SysL•em
f~.DDI1''LV/i d.L1'ERNhTE No. 1
_..
-- _ _._ -..__ ._._
~----_-- .___
T,
1 ii
~ ISI
L
LV V
-----__-_-
-.~---
IIID _.---_
QTY F ---
D£SCILTP2'ION UNIT PRICL+ -TA ITEM XXTENETON
ITEM UNIT ~ IN FIGURES (QTY X UNIT PRICE
IN LIGIRtES)
.2onta.i Weil (inc.l udi.ng 8-
Hor
,q-lU 1.,750 i..E' .
ince NDP£ pipe (SDI¢ 111,
Blip'oi.nts, excavation and
access
oints)
b
i
l} 76.66
'- g 134 155 00
,.-.
,
.--
I p
at:
.
,
coml')lete and in place par _.
_._
_
L.irntar. Font.
Lxi .tinq Fla.xe Station 1'tepairs
A-21•^ ). hS P.J,1OtVANCE, cemp,l,ere i.n place G;1:10,000 ~ 1AU
~C(iQ
per Lvm sum _
--
Vid ao Inspection df Ex.i; ring
n-2z't'+ 1 i;S 16-inch reader 3.Sno e"asc ei 00
37 851 851
00
37
Sam'.) 5-1, eolaplrte i,n place per _
_ .
,
_______-T
Lnm) Sum
to E::isl:ind i.G-
po i.~lt ttepa.i as
'
itr-23'v 2 6;.4 ,
SnmP
.ior. ~t lieadcr 1znB F.:asi: oP 2,536.00 $076
00
~
8--.1. ::omplece in placr.., per _
.__._..._.__-...__ . .
Hcmx~+a and R~_p1.acA i;x is C.inq 1G--
:,..1a+~ 306 LF i.nc~ Hostler LSne, cortplet:c and
t
Li
F 79.75
--~----~•- S 23 925.00
near
oo
.
in p.l.a CG por
A-25 4, 2?G LP ]7:e ~;cl: safety complete in place
per ]tineer rope: 115 .5__4871;40_ I
Additive Alternate No. 1:
;smcotal Itens A-.'•, tl•,r.,, ;.l~~u'> &._- _ 1,466,151.69
+•NaTSS:
Did Item T.45 fs for tie-1o of new header liueD en exisClny header ;LineD ar 3 ]ocatione. 'ti.e-in of
lateral lines to header Linr~a is not a aapa rate bid item, Trot is slrbsidiaxy Co tbD laceraa line bid
ltenl.
Jlid :Item ;:-2J. i,s an sl lowaurc. Contractor will to rnimbvrscd uD to S1no, DDO fox reps,ira to cbr
existing flare sCat.r.on. Ccotractor shall provide detai. J,ed involcas from CIJe John Y.ink Company Yor.
reimUursemen C. Contractor Fhall receive 1G: o:. flare repr.ir vests for administral-i.ve expeascs.
Contrauor shall p):ovidr. n [rice breakdown of all cmnponents regc!ri.ng repair for approval prior W
comn:enciny war~k.
Bid item a-22 inc laden vi2 eo inspection of 16-inch heador line ease of sump 5-1 to ctetexrd ne
J.oCflLloll and exaent pE rcpt ir5. ftepa its Co 6C mflde !te approved by EnyineW: undnt Bitl Times A-23
and/mr A-24.
Did Items a^23 an0 A-2S are to estabiisix unit ±:ace cos~s ror ropairs tm rxitCi.ng 1G-inch heD.der Line
east Vf r:+mp 3-t. ertent. ~)f xnpairs will be 3ucbor5. ar:d by P,n9 inenr 6ennd upnr: a'e'0.Q C? OP ~~Sdeo
i.nspettion Ib.td ECCm n-z21.
1:avI::ED 1,DD~NCUM 1V0, Z
Prop, .'.ai Po m, ATTACMIENT 1
Yn!tc D of Sz
l OI(1G~~'L0E8 ].3: 4fi E2E38G2 EFIGINLiL""RING PAGE 15./7.8
J•C. 13.17,i0tt Landfill
A'i.xxPl Cover. System installation, P$aae d•G G. LaaQfi7.1 Gaa MaaagtlmeaC Syatum
ADDSTSVL' ALTCRNATL• N0. 1
SSD SUI+IDIAliY
Total Hann 73id:
(lrotal items 1 - 2G) S. 5_302,866.50 _____ _
Additive Alternate ND. :Lt
(<.ubtoc~l 7.ecm:: r,-1. ttu•u n-25) 5_.1.466.151 _69 ____._____
Total Base aid h•1vo Add.+. r.S.ve Altrraate ND. 1: ;_6,769,018.19 _u
^[VSFf.U
Paopos'al 2unn l,Dp6NDiR1 tYp. 2
rT3m 9 of xs J+STAOIM1AR.'f A
The Contractor will commence work within ten (10) calendar
days from date they receive written work order and will complete
same within 270 CALENDAR DAYS after construction is begun. Should
Contractor default, Contractor may be liable for liquidated damages
as set forth in the Contract Documents.
City will pay Contractor in current funds for performance of
the contract in accordance with the Contract Documents as the work
progresses.
Signed in 4 parts at Corpus Christi, Texas on the date shown
above.
ATTEST
City Secretary
CITY O/jF~CORPUS CHRISTI
By: C/~< ~~
Oscar Martinez, ssistant
City Manager
APPR~OV(E~DA, AS~_TO LEGAL FORM:
BY: ° V,V~
Asst. City Attorney
ATTEST: (If Corporation)
,~~~~~ lei
(Seal Below)
(Note: If Person signing for
corporation is not President,
attach copy of authorization
to sign)
By: /
Pete Anaya, P.E.
Director of Engineering Services
CONTRACTOR
Title: `~ ~ ~ ""-~~~!
7943 PECUE LAND, SUITE A
(Address)
BATON ROUGE, LA 70809
(City) (State)(ZIP)
225/291-2700 * 225/291-2788
(Phone) (Fax)
`~'~ Q u -3~~ . ArUTHQRIZt~~
6P COUR1C3l.....«.~ ~ ~P.~ .~ /1~
~.._ ..............~ ::4r'
Agreement SECftETAQY
Page 2 of 2
RESOLUTION OF THE
BOARD OF DIRECTORS
ENVIRONMENTAL SPECIALTIES INTERNATIONAL, INC.
BE IT RESOLVED that Kevin Simms, is authorized to execute any documents as he
shall, in his sole discretion and judgment, deem to be appropriate and desirable to accomplish
the foregoing, containing such terms as he, in his sole judgment, deem advisable.
Vice President ~f Co~fruction Management
I certify that I am the duly acting and qualified Vice President of ENVIRONMENTAL
SPECIALTIES INTERNATIONAL, INC. and that:
(a) ENVIRONMENTAL SPECIALTIES INTERNATIONAL, INC. is duly organized and
existing under the laws of the State of Louisiana; that all franchise and other taxes required to
maintain its corporate existence have been paid when due and that no such taxes are
delinquent; that no proceedings are pending for forfeiture of its Charter or for its dissolution,
voluntarily or involuntarily; that it is duly qualified to do business in the State of Louisiana
and is in good standing with such State; that there is no provision in the Articles of
Incorporation or Bylaws of said Corporation limiting the power of the Board of Directors to
pass the Resolutions set out above and that the same are in conformity with the provisions of
said Articles of Incorporation and Bylaws; and
(b) The above and foregoing constitutes a true and correct copy of Resolutions duly
adopted at a meeting of the Board of Directors of said Corporation held on the 30TH day of
May, 2006, at which meeting a quorum was present and voted in favor of said Resolutions,
and said Resolutions have never been modified or rescinded and are still in full force and
effect.
J
Kelly L. Dillon
Secretary/Treasurer
Sworn to and subscribed ore me this day o~~~~~ 2006.
W the s
`~ Dale M. Mass
Notary Public
Commissioned for Life
7
Witness
WITNESS AFFIDAVIT
STATE OF LOUISIANA
PARISH OF EAST BATON ROUGE
BEFORE ME, the undersigned authority, aNotary Public, duly commissioned and qualified
in and for the above and foregoing State and Pazish, personally came and appeared:
who, after being first duly sworn, did then depose and state that:
Affiant states that he/she is a subscribing witness to the foregoing instrument, and he/she
~rZ ~ y ~ ~ ~ ~ ~.;~ ,duly authorized on
states that said instrument was signed by
behalf of Environmental Specialties International, Inc. as his own free act and of his own free will,
forthe uses and purposes therein s``e//tforth.
~~~~L ~~
this ~J day of
SWO TO AND SUBSCRIBED before me, Notary,
,~, 2006, at aton Ro ouisiana.
DALE M. MARS
NOTARY PUBLIC
BAR ROLL #9613
MY COMMISSION IS FOR LIFE.
]0/C1G/2J88 ]"s:4G £126381]2 L'IJGINEERING PAGE 87i 18
P R O 1~ O SAL F 0 Y. M
F 0 R
.d.G. FLd~dOTT LANDI+dLL
kTNAd.. C~V~R ~Y5`X']EM dNST,ILLA ~'X~N, :I.'Id.A.S]L 4-C
Rr dJt~iVDX<XJLT~ CYAS MA.NA.f;rl!.Md;N'd' ~Y;S'C'C,1V[
DF;PABT'MSN]' OF SNGINBIIR7NG SSBVICL'S
C1''PY OL3 COP.PUS CY.BIST7[~ TB1U15
RCYIS Up AUllSNUUl9 N0. 7.
Peopoenl FOLIa l.'l'TAf.HMENT 3
Yuge 1 of 1^
lb/06/ebbs 13:46 9263bb2 EWGII~ECRTNG P1GE b8/18
P R O P O S A L
1'.lace
Oate: October 14, 2008.._____
Nroposal. of._Environmental Specialties International, Inc. ,__T~~,___~
a Corparat-ion. organized and exi.stin.y under the law;: of 1;he Sta1:e
of Louisiana
OR
a Partnc~rsh~ip oz Tndi.vidun7. doing business as
TO: The Cil'y of: Cor.~F~un Ch*r3.ni:;i, Texala
GanL-].emen:
The undersigned hereby p.raposes 1:o furnisi'~ all .labor and
tnatEerials, tool„ anc necessary equilanent, and to perform the work requa.red
for:
J.C. $LLTOTT LANDT'TLL
FTNAI. COVER SYSTEbf INSTAY:,LATTON, PHASE Q^6
~ LANDFILL GA5 MANAGEN-_'+NT SYSTEM
at the locations se': out by thr_ plans and specifications and in str.ic4.
accordance with the contract dOCUments for the fol. ].owing prices, to-wiC:
~i~rsro noorsuoucr qu. z
PtnVo.:ai Yotm ppgrC7QIFN'.P 1
Paryc 2 of i2
a0/NF/2NNF, 13:46 8263flN2 EIdGINf_f_RIIdG P",GE E19/7B
S. C. Elliott Landf.i 11
Final Cover SycCem A+.ncallstion, Phana 4-6 & Landfill Gan t4anagenient Syatem
DASk: -IU
I u III lv v
HIU QTY S IINII' DESCRIPTION tlT1IT PRICE AID ITF~M
I~IgN IN FIGURES EXTENSION
(QTY X UNST
PRICE IN
FICURESI
I. 1 1.5 Mcbi].i.zation/Demobilizaricn 204,908.00 S, 204 908.00___
T Site Grading CornpLeLe .i.n 1436.00 S_,86,160.00 _
GO AC place peY. Wore
'~ i
Woven/Non-Woven~Need.le
3 119,900 SY 41.nebed Geosynchetic Clay
cn
l
er
i
: 4_85
-
581
515
00
S
p
L:.ner comp
.e :e
n p
~a
Sriua~;c yard _
-- _
.
_.
_
A S1G, 800 SY Nnn-Reinforced GeoeyntheCi.r.
C:.ay Liner co'aplcatc in place .___4.42 ; _516,
2
56.00
pnr Square Yard _
.
Snooth 1;f.,U4E 6eornembranr:
116,uGO sr L::ne): ;Iloo=I arnnpLeCo in ___- 3:24 "• 37843200_.,..
p:.aca ner Square Yard
T~ex[ured LLU4E Geomomhrane
3
65
6 7.79,900 SY L..ner. (aJ.oncs) canpleCe in .
..
--- ---- ---- ,<, 35,00
. 4~7 ~.._-......---
i p..ac2 per Square Yard
q:~sinage leocompusf.Ce
'7 7.3 G, X00 SY c>mpiete in placa per. sgua.r_ ____.-4_7$ 51,131,420,00-_
Y ]rd
- ~^ la-inch Protertine Sci.l 4
75
1t 110, 400 CY Cover, complel:c; .in pl,a::e per. .
__~.__.___ g 562,400.00
C ]h.ic Yazd
1,3-inch CompacCed Clay Layer
9 28,900 CY )mF1aCc in place per cubic
r 4.75 137
275A0
S
, _
_
_..
---'- Yard
'
T:+Psoil ('7-~.inch Chick) 4
75
10 61, 000 CY carnpl. ~a:e in place per Cubic .
_-____ S_-_ 289,750.00.
Yard
-- ---_~-~~-- Concre Ce lil.ock ReveCmeni:
6
25
750
00
218
li 35,000 s Cra7nage Chucea, canpla[a .in .
.
_.._._._._. .
,
S
place per SOpare E'ooC _
17, i f.A Crainaga C'nuCe Out leC
S[ruat:uras cornplete in place 13 667.00
_~-.....-_ 5 _ 68335:00_
-....__-__. -_ -
par Gar.h -- --
J
11 SV IS~:U
FFDpfIATl FOl'Lt BUDF.V1)LM N0. 2
i.]MAGM(CN4 1
i Age 3 of 0.+
70/06/2000 17; AG B2G3£t02 LiNGINGL12IhiG PAG£_~ 1£i/IS
T.C. RL1i.UL't I~andiilJ.
}+7,r,a7. Coves 9ya Cam Ius l-allation, P1laHa 9-b 6 Lnudfill Gar: MaaaQemen6 SysCCm
D1\S]? liID
I I _
L _- zV ._- v___~-
_
IIID QTY & UNI9! ..~
-_~
_.
DE "aCltl'PTION UNIT PRICE BID ITEM
ITEM IN E'I6URES E?:TENSION
(QTY X UNIT
PRICE IN
PsculLESi
T Dx aimiye Germs, comp.letu in 6.31
00
34
074
S
13 5, 400 I,P 1>1 aCF. parr Linear Bove _. -. ,
_
-_
Dra ]nape Rrench, como.le t.: i.n 65
9 c 52
592.50
SA 5,950 LL' P~ aca ner Li~no~r toot .
_-.----. - ,
_._,___ _ _...._
Soeding and. Eros.i mi Conl;rol
rc
1
0
0
`J
~
:~>`2
S 83 160.00
r
cump].ete in p.l.ace per .
-..
.
..
_.._
~.
....._...___ ..
~.
D::711 36-:inch dia. Vertical
r = w,:]..1, Lincludinq al.l.
imx Cezi.a.l&, dril l.i.itq, and 80.00 a 196 000.00
. _.__
.
__
.
]. fi 7A.e0 x•F bnneBing) eomPl eL-c i.n p18ea __
.
-
_
P':r I_SnCLix_bol:
P]>andoned. Vertical wn.t.l
B•>rings, l»:opcrl.= Uack,t i.lled
aatl covered, oom_lete and in `^-
36.75
_..
S 7$50_00
_
1.7 'J.00 LP pLaCe per. Li.nea.r Cool
~
Cindy Cane EiL'C inys for
I g~opos~:d vents, cnmpirsce in
_ _137.00
'--
g
6,028.00
73 h9 L:A p.. n.ce per Each -_
Gcoundwat-er P1on i.to7:l.ny SySten
m>dificeti.nns, (including 00
61 773 773.00
;;61
dCf.,tliny, pl.ugginy, and _
_
- _
,
-- --
19 1 7:5 a~andonmrntl compl M:e in
____
._.__. plncrs er Llnll) $Vm
1-.~-~ .~„~..,.+~______
_ _.___ ..._.
Eniat.iny i?ence Demolition' 2.85 200.00
34
$
complete in place par, iineA)7 - ,
~___ _.___.__.._-_
20 1.7.,000 LC
Sew II-ft Cnain Link Bence,
i 19.65 00
176
850
"
nee.T
comple Ce in place per L ___.___ ,
.
a
__, _
21 9,000 LF I ont.
_
_ i
_ __._
___~. .._
.-_~_~_ _
re-yrado sxisting Ditr.hes'
5.47 I
504.00
S 17
22 3,200 LF' complete i.n piece pex Linear
-- __.........___.- ,
~._--
poot
_ - i
Turf Ha.in.`urcemen. Hat,
er S<itrare
lace
i
l
1.35
< 9,585.00
n g
p
.ace
romp
23 7,100 :X lard-
P.N.TSl;D A~nGHDUM no. 2
Yicpos~l Form 11TTACIa1tNR 1
[+:.rye oC 1x
10/06:2008 1{i: 4G 8268002 I7JGINGERII4G FAG[ 7.1 i'7.6
J.C. gl.l.iott LnndLil2
RJ.anl CovOr System Ianl'allaCioa, Phaoe 4-G & lianclPi:ll Gas Mauagemenr. System
Ae1SE AID
gip QTY s [1NIT DESCRIPTION UNIT PRICE giD ITEM
IN FIGURES EXTENSION
TTF.M (QTY' X UNIT
PRICE IN
Fz>URrs>
---_~^
-~ - E::ial'ing Drainage Cfi)te
Duel.eC e):osion ttepair, 2 578.00
~. d4......... s__ 2 5_7_8_._00
~.1. r
2q 1 L5 complete Y.n place per Lum ~~
Shal.l.ow t+enta, complete .ir, 1,516.00
-""-'-' S___ ] 580.00
25• y gR p:,acr_ per EFCN
_ ~ S:onewater. Po1luCiur' 750.00 S 750
00
P-event ion P12b complete i.n _~._----- .
__,__.._
;g 1 i5 p.ac2 pEr lump Sum
7'O'T.T.L AA^SE HIU:
(Subtotal. Items 7. ~- "I.61 ;,,._.___5,302,866_50 _..__,
"Notes:
Actual number and locati.c n~j o` sRallnm vent., aga17. he del;ermi.ned i.n the. L'ield ax needed Co
pxev0ac ling up l.ili l•. Aaca Lions .;o be agpmvc;d by Ckte rng incB:r prior: to installat i.on.
ftF.VISEa w01>WIM N0. 2
FYOpU.^•Bi 1~aKlq ~~r1 P~CIMfyijT 1
'Bq~9 5 tIt i=
10i OEi 2003 13:46 32Ci3$0'2 L'NGIhIrERYIJ6 PF1GE 12i ifi
u.0. F,1liott l;azidA.ill
I~iAal Cnvor fystam Inatallatioa, P3wse 4-6 6 [.aadEi.l1 Gus }lanag~ment 5yatem
TDDITxVE dI,TERNXrTC No. 1
I ~ f . --__ IiI _ I-~~ _-~,,,.-~.-..-
AID QTY & DSSCRIPTxON UNIT PRIL`g Hl'D ITAM F.RTENSION
ITEM UNIT 2N ^I(:URP,S (QTX Y. UNIT PRICE
-
- - zN rxcnaES>
---~ -SO-inch JiUPE ntpro Sub-heador --
A-:l 2,466 b4' (SCa 171 (.tncludi.ny all
mater..iaJ.s and, misc. rittin9s'
oxcavation, backfi.llt across 41.88
-__
S 1 4 113.68
"
~'-'
-
pointy and insl'al].a.T.>.on) -
-
-~
cotrpl.ete and in p7.acr; per
Linear eooc.
_ __ 12-inch 73UPE Pippe 4eadex (SDR
n-2 4,9G0 'f..F' 17) (j,nclu<ling a1.1 materials and
misc. fittings, exca+ation,
backfill access potnrs, and $x.1,1
-~ -
S __1b9 265_60
ins talla~i.on1 ccmnlete and in
pl.ecc per. Liaeax root
2-inch NDPE Pi, P. Jlirlinc (SDIt
A-.i ~,n4G T.i' ?1 i.nn,ludinQ all material:: ani
misc. fittings, excavation, 2.15
---"-~- 008.90
16
bar lCl: i.ll, and ins ta.ilaCionl ------ ,
~--..__.....-.....__._._-
con:plate and in place pex
Lirear Poor
n-4
7
A46 a
f '-3 net? FIUPE P.l F~e Foxcemai.n (5L`i:
ts and
9)iinc1uc73n
ail materia
,
, g
. 4
30
mie.c. fittings, excavation, .
-~~--- - 32
017
80
bee k3:i11 and installst.ion) ,
.
__..__.. ._ ___..__
con.plate and in platy pex
hir ear roof
- ---~~-~ 4-inch HDFL. Pipe (SDR 11) ior.
h~-5 4, 97.7 LI? Prc~pnsed Woll (i.ncludiny all
materials and misc. fittings,
excavation, .Cacktill and 11.93
-------
58 659.81
in: tallatioDl comolete and in "--- '- ~~--~-
plrce per Linear foot
6-:.nth NDPE Pipe (SDR 11)in 4-
l-~6 2, 5G7 LL•" Et de0n trench Eor Proposed
We:.l (lnclodin all macertais
i 17.50
-
- 50
44
922
$
nos, exazval:ion,
and mi.c• fitt ------
- ,
.
~___._ --.__....
arn1 instal,lah ionj cwnpla L'e and
in place per L=near Foot
a-:.nth tlf?P}. P,tpc (SUtt 11) Cor
A-7 6,690 I•F 0r.:.slinc~I Wells Iinclu:ling y,l, ],
d
i
g
i 2028
materials an
m
st,
tti.n
s,
err:avahiot: backfill, and -'------'- ..-.. .__ --
g 176,233.20
.in:~tal.la Cion) complete and j.n
place hax Linear roof
6-,.nc:h }mP8", P3.pe
(SDR A1) ^or i
F. 3 Y, GO4 LE' .
Cx_sl•.in F7ells (l.nrl.ud.i.rq all
ms:aria~s and misc. fitt.l itgs,
28.95 ~
220,135.80
e::~:nvatinn, backfill, and. '- -----~
in.;Ca].14tiOlt) Completa and irl i
-- ------ pl.,tce per L.inezr Foot _ `.-'- t ------
iiliv:(; rD
PSI.•PCSTr. Coxm AnnENDUM ne. ].
Y.~;a G of tZ TTTACWA:NR 1
10/OGJ 200^o 13:46 8263802 hNGINL':ERIIJEi !''AGE 13!18
0. C'. I:;,l,l}pt Y. I~andFiil.
P'ina]. COVea System Isss Cxllatiou, P. base 4-6 & T,andCill Gan NanagemeRC Sysr.¢m
hDDITIVG .N.TN[tNAT.E Nn- 1
x zI III ~ Iv v
HTD QTY 8 DESCRIPTION UNIT PRICE HID ITEM EXTENSION
ITEM iJNIT IN L^IGCJRES (QTY X UNIT PRTCS.
'LN k`IGURHS)
Condensate Forc¢mai,n valves, -
A-9 4 3A corh~.kete and in place per Each 4 640.00
-1-__-_ - g -_18 560.00_
Airline Va.l ves, corrpl rt¢ and i.n
A-10 a EA pla>e p¢z• each - 1,Q.85,~4 g 7,940.00
16^inch IsolaC ion valv¢s,y~
is-11 4 EA carn>.1eCC and in p).ace per. Each 12 892_00 51 568.00
12--inch Isola!'. i.on valves,
A-17. A P;A ::rnn;olei:e and in place 1>¢r =_aCl: 4,716,00 S 18
864
00
_.,,-. ,
.
30-inch J'spla C:i en valves,
A~-13 7 FJ, crnn~ler.e 2.nd in place per Each. 4,275.00
S 8
550
00
--._ ...._....__._._ .
.
'f:i.e-In i:o ExJ.e lainqq n¢ader,
A-1h+-+~ 7 P.A com~].eCn antl i,n p.lace p¢r Cwh -_ 5;670.00 $ 17 010.00
Tie-In Lo F.xis ling Leacbatc ~`
A-16 3 IA C].n!morat: R.i.uer, compLet¢ and in 308.00
3
p ].ace per each ,
- S __. 9,924_00_-
- ------- _ LAndtec Ne !.!.heads for L'ropoS¢rJ- _-~__-- -_----~
A-16 h9 Ee? 1Q¢ll^, complete and in p'Lao¢
n 650.00 600.00
28
S
per rai ---- ,
__.
- LandC¢c Wellheads Eor Exit ing
A-1'/ 62 IiA ut¢11^„ complete and in place
E
h 650.00 40,300.00
S
ac
pez ,_--
9urrpsr (includint1 pump,
n-kfi 3 EA mater.al excavation and.
uackiilif comPlet•e i.n plane pez 21,700_00
-- -•- --
S_ 65,100.00
_____.._._
Each
E:xi at.ing Bump reC ro[.U; and
A-ly 4 F.A repalrg !including pump3'
t
ahor) complete Ln
rwte
aS
r~ 10,625.00
--- --
500.0
0
5 42
.
.
.
., .
pi.a CO por Eu=~h ,
__
_
~"
sevsssn
l supeaal 4n1•.l, Anndnaun en.2
Vn9f. 7 nL LZ A•r2ACIMC.NT-L
18/8G/288E 13:46 8263882 Liv'6INEEk1'h!G PP,GL 14/18
J•C. u111ott. Landfill
Final Covet SyHtem IuSl:allatiou, Phasa h-G R Lanrlt111 Gao Mauagemoat SysL•em
!).DllITIVG T1Ti.AN7rTB No. 1
I LL - -- III ^~ Lb __ D _
^AID QTY S DESCAIPT:LON UNIT PRLCE A2D TTI;M EX4`BNSION
ITAM fINLT IN FIGURES IQTY X UNIT PAICtI
IN FIGURES)
~~- -- zoneal Well (i»c.l udi.ng b-
Hor
A-7.0 1,750 i,f:~ ;
Sne.) ADPI'. pipe (SDIi 11),
-lip~oi.nta, e;:cavaticn and
76.66_
I
00
155
S 134
bac;~i.l}, access pointanr.
coml')lete and !n placn _
.
,
---
------- L.in•da Y. Fool.
Gxi >ti.nqq Flare Station Repairs
~
n-21~--~~ 1 l.~S acc
A1,L•riVANCE, ccmp].ete. i.n pl $1:10,000 S 1AU~000
--
per Lam Sum
_^J Vitl?o Inspection v1: Exis r,inq
a-za++~ 1 LS 1G-inch Aeadcr Lane E:asc of 37 851.00 37,851.00
Sumo 5-1, complntn i,n p.tace~ p,er -_--~-~
Lum') Sum
Po i. ~tt Repa.i.rs to Elsa sl:inc) 1.6-
'
n: -23'+ 2 EA SOmP
foci Hoadv=r L1.nn F.Las1: of 2,538.00
-
-------~ ,.
076.00
+ 5
5--1. <:omp.lete in place. per ~--
-- ,
Aem xuo and Replace Exlsti.ng 1G--
;;..pa.* 300 l.l' i.nc.l lieador Lxne, wrgxletc and 79.75
----~- $ 23 925
00
.i.n p.l.aco por Lineaz.FooL_ ,
-.,.--
/1-25 ',236 hF tf):each safety eomplece .in mace 11
5
prr l.~inet?r Enos: -
_ S_ 4.871;40.__
Addi.6iv'e Alternate No. 1: 1,466,151.69
;Subtotal Items A-'•. tPlru ,1-25) $.._ ... _ ..
+ ~ no'res
Iii<t Iiem T.•14 is `.or tie-::n of now header lin[s to exintiny header linen ac 3 iecutions. Ti.e-i.n of
lateral lines to header L+'nas is not a snparnta hi.d item, Inlt is eubsidiazy Co tl+e laceral l.inc bid
item.
Jiid :(Cem n-23. is an al lowaure. Contractor will be reimbursed vr.. L'o $140,000 for repa,ixs to ChL-
exisCing flare sl'at:.i on. Contractor shall plrovide detai.lcd invnlces from Clte John Sink Company fur.
xeirtJ)w:nement. Contxactor ahal.l Yeceive 15: oF. `.lore repair costa for adminiscxative expenses.
rontrancor shall pro~.ide n lrl.ce breakdown of all cgnponenta requ!ri.n0 repaix for approval prior to
co;mrencing work.
Hid Item n-22 int hides wit eo inspecti.on of 1G-inch header line case of Hump S-1 co dotexmine
1.OCHtio11 And extent of rCpef Y. a. Repairn Cn be mode ae approvod by Enyineer, urtd¢r Hid Timn5 A-23
and/or a-za.
Bid Item.^> n••2i nnrl A-24 are to 2scablish unit sate COe--': fot repairs tv exisl:3.ng 1G-inch header line
e;tsC Vf sump ^,-l. GY.tent. ~,f repai vs will UC aucho.; i.2r:d )?y Gnyineer baoad upon re&ulte oi' video
in';pe C[l.On Ili.ld Lt Can n-7.21 .
pi.opota! Form nTTACxtArNR 3
Ym;c oaf 12
].0lGG/2H0£ 13: 4G £2E~3£02 EWGINL-:L"fZING h;ffiE ]5!].S
~.(:. 1;1J.ioct Landit.ll
PinaJ. Cover. 9yctem Snal•all¢tinn, PuDDe 4•G & I,flndti7.1 GaD DSanagnmessC SyDL'em
ADD3T,LVG ALTERNATE NO. 1
HSD 5UMD'I7SRY'
Total Aasa Bid'
(Total Stems A - 26) $ 5,302,866.50 _
AAQi Civf All:¢ruate Nn. 7.t
(Subtotal Hems A-7. etxru n-25> 5, 1 486151,69 ______.___.
Total Baca Hid yluo nddr..t.vc A7. t.exanto No. if ~ 6,769,018.19_ _~...__
r,cvixi;D
piopop'sl Bonn ADD6NDVN ND. 2
3'agf. 9 aF. 1~. ATTACIenRItT 1
ll1!O6/2H(i8 15:46 J2G3882 LNGINIcERING P;aCiIE 1f11. F;
The mldersigned hereby declares ghat. he has vis.i.ted thr site and
has carefu7.ly exami.rnld the plans, specificat).ons and conr„raet documents
relatiny to the work covered by his bi.d or bids, that he agxccs to do t:he
worJc, and that no re:presenCations made by l:he C.i.ty are ::n any sense-• a
warranty but are. mere e-stimate~s roc, the guidance oP the Contractor.
[Jpon notification oP award o{ C:O?1traCtr we will within tan (101
calendar days execute: the forma]. contract and wi:Ll dclive.r a Per;tonnance
Frond (as required) for. the faithful, pe:r.Sormance of this Contract anU a
Payment- Plond (as regci.redl Co insure payment fo.r all labor and materials.
Thu b.i.d bond attad~ed to this proposal, in L-he amount of 53 of the highest:
amount bad, is to .became the property of L-hc City of Corpus Christi in the
event the contract and bonds arc not execute-d within the times above ser-
forth as i.iquidatetl damages Por the delay and additional tro.rk caused
thereby.
Minority/Mi.nority Business Enterprise Participation: 'L'}pe
apparenl: ].ow bidder :hall, r;ithin f:i.ve days of receipt. of b.i.ds, subn;i.t to
L-t]e City P:.ngineer, in wri.tiny, the names and addresses of X131:•'. f:i.rms
parti.ci.pat.i.ng in the ~:ont:ract-and a descri.pti_en of 'the wor'r. I:o br; pe,r-formed
and its rloll.ar value tor: bi.d cvaluat:ion purpose.
Number of :'igned 3e{s of Documents; The cont:r.-acl: and. a]. ]. borxls
wi,)J. be prr.pared i. r: nip: less Char. four cowv.c•rpart (o.r..i.gi.nal. si.gnecq sets,
T.vnr. of Cope.plction: '.l'he undersi.gnr--d agrees to complete the work
sri.Chi.n One-Attndred Eighty (7.80) aalanda= daps for the Bare Aid and an
addi ti.onal ninety (9U; calendar days if Additive Alternate No. 7. .i.3 ataarderl
Proat tho date designated by a DJotk Order.
The under.s:icpied PurCher decaares that he w.i17. pl:ovi-dc a.l.l.
necessary L-ools and e.pparat.us, do a.l.]. the rror.h and iiurni.sh al..l. materials
and do everything J:equ;ired to carry out the above mentioned work covered by
.:his propose]., in sL--_:ict accordance w9.th the contract documents and the
r.egu.i.remonts per.taininy t.he.rse.o, Por, the sum or. sums above set forth.
Receipt, of the, f01.Lowi.ng addenda is acknowledged (addenda
nurrd-er) : 01.02 & 03 __-_.
Respectfully 1: -
Name:: _
Byp K~ev,~~Sim -----...._..--~----
(SF•AJ• - Il? B;CDDER Z5 - (S43'+ TURE) y'- ~^
a Co rporat.i.on) }SddreSg: 7943 Pecue Land, SUiteA
_ Baton Rouge Louisiana 70809
(Ci.ty) (State) (Zip)
TF.1.ephonet [225)291-2700 _
NOT¢: Do not do Cach b.id fxan oe60-*. papers.
F.i ).'. in ui.eh in4: anc9 euLmi.t wmplei:e
wigh ai; ta:.h=d paper+. (neap red m;go::c 20P01
RPVTS'ISU hO~ENn1IM N0. 2
frcpon.+.1 mm~ P.TTACIPh;KT 1
2aya ].0 of 13
P E R F O R M A N C E B O N D
Bond Number: TJ{IFSU0380G09
STATE OE TEXAS §
COUNTY OF NUECES §
KNOW ALL BY THESE PRESENTS:
THAT Environmental_ Specialties International, inp.
of Baton Rouge Parish, Louisiana, hereinafter called "Principal",
and INTERNATIONAL FIDELITYEJSURANCECOMPANY , a corporation organized
under the laws of the State of Newlersey and duly
authorized to do business i.n the State of Texas, hereinafter called
"Surety", are held and firmly bound unto the City of Corpus
Christi, a municipal corporation of Nueces County, Texas,
hereinafter called "City", in the penal sum of SI7t MILLION, SEVEN
HUNDRED SIXTY-NINE THOUSAND EIGHTEEN AND 19/100($6,769,018.19)
DOLLARS, lawful money of the United States, to be paid in Nueces
County, Texas, for the payment of which sum well and truly to be
made we bind ourselves, our heirs, executors, administrators and
successors, jointly and severally, firmly by these presents:
TAE CONAITION OF THIS OBLIGATION I$ SUCH THAT: Whereas, the
principal entered into a certain contract with the City of Corpus
Christi, dated the 16TH of DECEMBER , 20 08 a copy of which is
hereto attached and made a part hereof, for the construction of:
J.C. ELLIOTT LANAFILT~ FINAL COVER SYSTEM INSTALLATION,
PHASE 9-6 & LANDFILL GAS MANAGEMENT SYSTEM
PROJECT NO. 5216
(TOTAL SASE BID + ADD.ALT.#1: $6,769,018.19)
NOW, THEREFORE, if the principal shall faithfully perform said
work in accordance with the plans, specifications and contract
documents, including any changes, extensions, or guaranties, and i.f
the principal shall repair and/or replace all defects due to faulty
materials and/or workmanship that appear within a pexiod of one (1)
year from 'the date of completion and acceptance of improvements by
the City, then this obligation shall be void; otherwise to remain
in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this
bond, venue shall lie in Nueces County, Texas.
And 'that said surety for value received hereby stipulates that
no change, extension of time, alteration or addition to the terms
of the contract, or to the work performed thereunder, or the plans,
specifications, drawings, etc., accompanying the same shall in
anywise 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, or to the work to be
performed thereunder.
Performance Bond
Page 1 of 2
This bond is given to meet the requirements of Article 5160,
Ve.rnon's Civil Statutes of Texas, and other applicable statutes of
the State of Texas.
The undersigned agent is hereby designated by the Surety
herein as the Agent Resident in Nueces County to whom any requisite
notices may be delivered and on whom service of process may be had
in matters arising out of such suretyship, as provided by Art.
7.19-1, Vernon's Texas Insurance Code.
IN WTTNES3 WHEREQF, this instrument is executed in 4 copies,
each one of which shall be deemed an original, this the zznd
day of December , 2008
PRINCIPAL
INTERNATIONAL, INC.
By:
b
ATTEST
~~~ ~~
(Pr,int Name & Titl ¢)
$VRETY
INTERNATIONAL FIDELITY INSURANCE COMPANY
By:
Donna Lynch
Attorney-in-fact
{Print Name)
Agency: Swantaer & Gordon Insurance Agency, LLP
COntsct Pet'SOrl: Howard M. Cantwell
AddreBS: 500 Norlh Shoreline Blvd., Suite 1200
Corpus Christi, Texas 78471
Phone ,Number: 361-883-1711 / Fax:361-844-0101
(NOTE: Date of Performance IIond must not be prior to date of contra et)(Re visad 3/00)
Performance Hond
Page 2 of 2
Tel (973) 624-7"Jw YU W L+,K Ul+~ A~l~"l~VKI~~ Y
INTERNATIONAL FIDELITY INSURANCE COMPANY
HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR
NEWARK, NEW JERSEY 07102-5207
KNOW ALL bIEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COdIPANY, a corporation organized and existing
laws of the State of New Jersey, and having its principal office in the Ciry of Newark, New Jersey, does hereby constitute and appoint
! DAN WOLFE, DONNA LYNCH, KEITH DEGARMO, CAROLYN BRINEGAR, SARAH MORROW
ii TX.
_..
its true and lawful attorney(s)-rmfact to execute, seal and deliver for and on its behalf as sureryr any and all bonds and undertakings contracts of indemnity and
other writings obligatory, m the nature thereof, which are or may be allowed, required or permuted by law,. stature, rule, regulatton, contract or otherwise, and
the execution of such instrument(s) in.pursumse of these presents, shall be as binding upon the satd INTERNATIONAL FIDELITY INSURANCE
COh~H'ANY, as fully and amply, to all intents and purposes, as tf the same had been duly executed and acknowledged by its regularly elected officers at its
principal office.
This Power of Attorney is executed, and may be revoked, pursuant to and by authority of Article 3-Section 3, of the By-Laws adop974 by the Board of
Directors of WTBRNA IONAL FIDELITY WSTJRANCE COMPANY at a meeting called and held on the 7th day of February, (1
.The President or any Vice President, Executive Vice President, Secremry or Assistant Secremry, shall have power and authority
(1) undeitek ntgs,tcont acts ofaindemnhy and otherrwritings obligatorybnh he natureCtM1 meoF anti nd attach the Seal of the Company thereto, bonds and
(2) To remove, at any time, any such attorney-in-fact and revoke the audtority given.
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted a[ a meeting
duly called and held on the 29th day of April, 1982 of which the following is a [rue excerpt:
Now therefore the signatures of such officers and the seal of the Company, may be affixed to any such power of attorney or, any certificate relating thereto by
facsimile, and any such power of attorney or certificare bearing such facsmJe signatures or facsimile seal shall be valid and binding upon the Company and any
such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any
bond or undermking to which it is attached.
IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused [his instrument to be
signed and its corporate seal to be affixed by its authorized offerer, this 6th Day of July, 2006
INTERNATIONAL FIDELITY INSURANCE COMPANY
J / r
STATE OF NEW 7ERSEY ~
County of Essex ~/' / ~~%Jy~ ~~
Vice President
On this, 6tlt Day of July, 20(16 before the came the individual who executed the precedine instnument, to me personally known, and, been by me
dulysworn, said the ha is the therein described and authorized officer of the INTERNATIONAL FmELITY INSURANCE COhIPANY; that the seal
affixed to said instrument is the Gr!!onte Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors
of said Company.
IV TESTIMONY WHEREOF, I have herewuo set my hand affixed my Official Seal,
at the City of Newark, New Jersey the day and year first above written.
C,~~~Y,,t'f ~~tfv~~:~Cl
A NOTARY PUBLIC OF NEW JERSEY
CERTIFICATION My Commission Expires July 14th 2008
I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COhIPAN'Y do hereby cenify that I have compared the foregoing copy of rho
Power of Attorney and aNiJavit, and the copy of the Section of the By-Laws of said Company as set forth in said Power of Auomey, with the ORIGINALS ON
IN THE HOME OFFICE OF SAID COh7PANY, and that the same are correct transcripts thereof, and of [he whole of the said originals, and that the said Power
of A«orney has not been revoked and is now in full force anJ eRect
IN TESTIMONY WHEREOF, I have hereumo set my hand this 22Dd day of DC 0 bet, 2 0
ssistant Sec mry
P A X M E N T B O N D
Bond Number: TXIFSU0380G09
STATE OF TEXAS §
KNOW ALL BY THESE PRESENTS:
COUNTY OF NUECES §
THAT Environmental Specialties International, Inc. of Baton
Rouge Parish, Louisiana, hereinafter called "Principal",
andIN"I'ERNATIONALFB)ELITYINSURANCECOMPANY , a corporation organized
under the laws of the State of New Jersey , and duly
authorized to do business in the State of Texas, hereinafter called
"Surety", are held and Firmly bound unto the City of Corpus
ChrisT.i, a municipal corporation of Nueces County, Texas,
hereinafter called "City", and unto all persons, firms and
corporations supplying labor and materials in prosecution of 'the
work referred to in the attached contract, in the penal sum of STX
19/100 ($6,769,018.19) DOLLARS, lawful money of the United States,
to be paid in Nueces County, Texas, for the payment of which sum
well and truly to be made we bind ourselves, our heirs, executors,
administrators and successors, jointly and severally, firmly by
'these presents:
THE CONDITION OE THIS OBLIGATION IS 9UCA THAT: Whereas, the
principal entered into a certain contract with the City of Corpus
Christi, dated the 16TH day DECEMBER , 20 OB , a copy of which
is hereto attached and made a part hereof, for the construction of:
J.C. ELLIOTT LANDFILL FINAL COVER 3YSTEtB INSTALLATION,
PRASE 4-6 S LANDFILL GAS MANAGEMENT SXSTEM
PROJECT NO. 5216
(TOTAZ BASE BSD + ADD.ALT.~1: $fi,769,018.19)
NOSff, THEREFORE, if the principal shal]. Faithfully perform its
duties and make prompt payment to all persons, firms,
subcontractors, corporations and claimants supplying labor and
material in the prosecution of the work provided for in said
contract and any and all duly authorized modification of said
contract that may hereinafter be made, notice of which modification
to the surety is hereby expressly waived, then this obl~.gation
shall be void; otherwise to remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed upon this
bond, venue shall lie in Nueces County, Texas.
And that said surety for value received hereby stipulates that
no change, extension of time, alteration or addition to the terms
of the contract, or to the work performed thereunder, or the plans,
specifications,. drawings, etc., accompanying the same shall in
anywise 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, or to the work to be
performed thereunder.
Payment Bond
Page 7 of 2
This bond is given to meet the requirements of Article 5160,
Vernon's Civil Statutes of Texas, and other applicable statutes of
the State of Texas. The L-erms "Claimant", "Labor" and "Material",
as used herein are in accordance with and as defined in said
Article.
The undersigned agent is hereby designated by the Surety
herein as the Agent Resident in Nueces County to whom any requisite
notices may be delivered and on whom service of process may be had
in matters arising out of such suretyship, as provided by Art.
7.19-1, Vernon's Texas Insurance Code.
IN WITNESS WfiEREOF, this instrument is executed in 4 copies,
each one of which shall be deemed an original, this the 22nd
day of December , 2008
i?r:RlNCZaA>i
ATTEST
U (`Gi ~C lc (`/`_ / !Yl LCt~ ~jnC~,77L
(Print Name 6 Title)
SURETY
INTERNATIONAL FIDELITY INSURANCE COMPANY
AgenC,y; Swanfier & Gordon Insurance Agency, LLP
COntHCt pBZ'3oi2:HowardM.Cantwell
AddrBBS: 500 North Shoreline Blvd., Suite 1200
Corpus Christi, Texas 78471
Phone Numbe7c': 361-883-1711 /Fax: 361-844-0101
(NOTIi: Pate of Payment Bond must not be pr.tor to date of contract) (Revised 3/DB)
Payment Bond
Page 2 of 2
ACORDµ CERTTFfCATE OF LIABILITY I
JOHN HE1i0RY INSURANCE AGENCY
4833 MAIN STREET
P.O. BOX 2S0
2A6HAkY, LA 70741
7983 Pecue-Lame
Ste. A
Satan Rouge, LA 70809
IN9WRERS AFFOROMG COVERAGE
INSURERA 2nri Eh American 7ne_
GATE IMMfOD/TYYYI
NAIC #
M
P AY PF'RTAIN. 7HE INSURANCE AFFORDED BV THE POLICIES DESCRIBED:HEREIN 15 SUBJECT TOALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
OLICIES. AOORELiATE LlMRS SHOWNMAY HAVE SEEN REDUCED HY PAID CLAIM.
•
INSR TYPE OFINSURA E ROLICY NUMBER PO LY E POWGY TIGN WMITS
OENERALLIABIWTY GLO5870151-03 Ol 31/2008 Ol/31•/~009 EACH OCCURRENCE S 1,.000 QO
X COMMERCUIL GENERAL LViBILRY V~ BAMAGETO RENTED y lOO OOO
CLAIMS MADE QOCCUR MEOE%P lAnymepersonl 5 5 OO
A PERSONALLAOVINJURY 5 1 OOO OO
GENERAL AGGREGATE 3 \ 2.POO. OO
GEML AGGREGATE LIMIT APPDESPER PRODUCTS-GOMPIOP AGG 5 2,000 OO
POLICY. jE~ LOG
AUT
)( OMOBILE UAENLIN
ANY AUTO 8A9679856 01/31/2008 Ol/31/ZQO9
J COMENIEO SINGLE LIMIT
(Ea acveanll 5
~ 1 OOO , OOO
O ALL OWNED AUTOS
SOXEOULEO AUTOS BOOBY INJURY
IPBf Pa/+'on)
}
X
X HIRED AITTOS -
NON-04VNE0 AUTOS
GODILY INJURY
IPeraxitlanq
}
PROPERTY DAMAGE
(Per accitlenli 5
GARAGE LUU3ILITY AUTO ONLY-EA ACCIDENT 5
ANY AUTO OTHER THAN EAACC S
AUTO ONLY: AGG S
ExcessfRMBRELLa0A81[flY SEO 5870133-03' O1/31/2008 01/31/2009 EaceOCCURRENGE s 4,000,000
); OCCUR ~ CLAIMS MADE ,/
o AGGREGATE 5
[ } 4,QOO,OO
OEOUCi1BLE S
X RETENTION S 10 OO f
WogKBRaoBMPENSIInONAND
' WC 3427497 04/01/2008 04/01/2009 7{ wLSTATU• DTH-
O EIiPLOYERe
LUIBIWlY
ANY PRO
RIPARTNERIEAECUTR7E
f -
EL: EACH ACCIDENT
f 1, 000 OO
~
GFPI EXCLUDER?
.
f E,C.DISEASE•EAEMPLOYE S 2,000-.OO
y0~ y aka
G
LL PROVfSI80alow
B
RF,O EL. DISEASE •POLICYLMR f 1 GOO, OO
I
I C
i E
q
oRtraCtorS Pollution
Liability PCC5870153-03POLLU 01/31/2008 01/31/2009 51,000,000 Each- Claim
51,000,000 Total All Claims
b~ rfB.l@TION OFOPERATI ( 710N51 VEXIC
Teers are in~uz~e~ far Wor $IE%$LU$IONS AOdEO BY ENDOR$EM
~ters Compensation ea've EN71 SPECIAL PROVISIONS
raue
ns Fund of LAContrbctors Equipment Coverage.; SSD0,000 Any One item, 51,500,000 Total Limit
policy #MXI97855071 fop term from 01/31/2008 to 01/31/2009.
t #5216: 7.C. Elliott Landfill Final [over System Inst, Phase 4-6&Landfill Gas Mgmt system
i¢ate holder is Additional Insured on all General Liability policies and all Auto Liab policies
City of Corpus Christi
Engineering Seruires
Contract Administrator
P 0 Box 9277
Corpus Christi, TX ?8469.
SHOULD ANY OF THE ABOVE DESCRIBED POLICU?S.BE CANCELLER BEFORE THE
~E%PIRATION DA7ETHEREOF, TNEI$$UING INSURERWILL ENOEAVORTO MNL
3O DAYS WRnTEN NOTICE TOTXE CERTIFICATE MOLDER NAMED TOTNE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE S.NALC IMPOSEAOOBWGATION OR LIABILITY
ACl7RD 25 (2001108)
.~
'1988
01/13/2009 TUE 14:16 FAX 225 291 2786 fi 5 I
G1/OG/2000 1G:OG PA% 225 G59 4175 IIP•.P'17RY INS :1G&NCP
®002/022
~~ 002
J Additional Insured -Automatic -Owners, Les,~ees Or
Contractors ZURICH
/ w~' No• Hrp. ^are or Poo Eff. note of End. Aiaary No. Add4 Rem R4Nrn Yrem
t/ GL 58 151-03 O1 31~ 2008 01/31/2009 _
'C'FIIS ENDORSEMENT CIiANGES'TEO;+ POLICY. PLEASE R T;AA IT CAREFULLY.
Named Insured:
Address (including ZIP Code):
'T'his endorsement modifies insurance provided under the:
Commercial General Liabiliy Coverage Part
A, Section I[ -Who Lz An Insured is amended to include as art insured auy yezson or organization tvho you az~e re-
quired to add as as additiooal insured on this policy wader a written contraU or written agreement.
B. The insurance proviulcd to the additional iaswed person ox orgaalvatioa applies only to "bodily injury`, "property
damage" ar "personal and ndverGsing injury" covered under SCCCION I - Coverage A -Bodily Injury And
Properly Damage Liability and Secuen I • Coverwsn la • Prrsonal And At.vertising Injury Liability, but Daly
with respea to Lability For 'bodily injury" "property damsgc" or "personal and advertising injury" canscd, in
wholo or in part, by;
1. Your 8c6 or omissions; or
2, The aas or omissions of those aaiag ou yota behalF and resulting dueUly from:
a. Yom ongoing oPeratiotu performed for the ndditional insured, wldch is the subjea of the written cou-
tract o<teitfen agreement; Or
h. 'Y'our wont" complUed sa included in the "produas-completed aperafions hazard", performed for the
additoml insured, which is We subjea of tha wrilten contractor wrincn agreement
C. However, regmdless of the provisions of paragraphs A, and B. above:
1, We wdll not extend any insurance coverage to any ndditionnl insared person or organization:
a• Tha[ is eat provided to you in this policy; a
D. That u any broader coverage than you are required to provide to the additional insured person w or-
ganiza$oa in the written contxaa or vmitaa agrcemenr, mrd
2. We will not provide Limits of Iluurancc to any additional instaed person or organizatiou that exceed 1Jre
lower of:
a. The Liauts of Lcsmance provided [o yon in this policy; or
h. The Limits of Iastuanec you are rcquved fo proride in toe written ccotraa or written agreement.
Includes coptrlrhted n1aterlol otLuvmnceam•SCes Otf¢y lw, virh lapamlsston U4't.ll>S.If CI~I~(a/?007)
r.,re t or z
Mi~Nr mpr
01/13/2009 TUE 14:16 PAX 225 291 2768 H S I
91/UO/2009 10: a8 PAS 2'15 854 4175 ]IENDRY INS AGENCY
D. The insurance provided [o [he additional insured person or organization does not apply to:
®003/022
I¢J OO:I
"Bodily injury', "property damage" or 'personal and advertising injury" prising out of the rendexing or failure to
render any professional azcldtectural, eaginecting or surveying cervicesntcluding:
1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, repoAs, stuveys,
Aeld orders, change orders or drawings and speciBcatious; end
2. Supervisory, inspcdion, architccfmal or cngineeripg activities,
E. The additional insured must see to it that
1. We are notified as soon as practicable of an "ocwtrencc" or otfeasc that may result in x claim;
2. We rtetive Wrrttca uoticc of a claim m "suit" as soon as pracicablt; and
3. A roquest for defense aad indemnity of fire claim or'suit" will promptly be brrught against any polity issued
by another insurer under which the additional insured may be an insmed in nay capacity. This provision
dots aot~apply to instasncc on which the additional insured is a Named Insured, if. the written con¢ad or
written agreement requires that [his coverage be primary and non-roatributor)~.
P. Rar the coverage provided by this endarsenreut:
1. The [allowing paragraph is added to Paragraph 4a. of the Other Insuraae: Condition of Section IV -
Commercial General Liability Conditions:
This insurance is primary iasaraace as respects our coverage to the additional insured pcnon or orgattiza-
tion, where the written conUact or written agreemetn requires that this iu:,urance be primary and uon-
rontributory. In that event, we will not seek contribution from any other insuranco policy available to the
additional insured on which the additional insured person or organization is a Vamed Insured.
2. The following paragraph is added to Paragraph 4,6. of the Other Insarancc Condition of Section IV -
Cotatnerrlal Gnueml Liabitily Conditions:
This insurance is excess over:
Any of [he other insurance, whether primary, excess, coottngent or on any other basis, available to au addi-
tional ~ Ltsttred, in which the additlona! i,rsured on our polity ]s also cuvered rs an additional insured by al-
tachmcnt of as endorsement to andher policy providing wverage for the scone "oaorrence°, claim or "suit".
This provision does not apply to any policy is which the additional insured is a Named Insured on such other
policy and where our polity is required by written rnntraU or Vrsitten agreemrat to provide coverage [e the
additional ittst(red on a. primary and non-contributory basis.
G. This endorsement does not nppty to an additional iosvred a~ldclt Las been added to this potiq by an endorse-
ment showing the additional insmed in a Srhedrde of additional insureds, and which endorsemta[ applies spe-
titically to that identified additional insured
Any provisions in thic Coverage Part not changed try the terms and
as written v/ /
A G.
tbis cndolsemeut continue to apply
- - ~ Jndud¢s coprrleh[ad nacoriel o[n,mranc¢
Tnc., ulth 1K pmmtstoa U-GLIT75 b CW (3/E0o7)
r,g¢ z nrz
INuUniD GOPI
01/13/2009 TUE 14,:17 FAX 225 291 2788 E S I
0]./06/2008 16:06 PAR 225 654 4175 }IENDRY IA'5 AGENCY
®A04/022
I~jooa
POLICYNUMBER:GLO 5870151-03 COMMERCIAL GENERAL LIABILITY
CG 24 0410 83
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE REiAU IT CAREFULLY,
WAIVER OF TRANSFER OF RIGHTS OI; RECOVERY
AGAINST OTHERS TO US
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Name of Person or Organization
SCHEDULE
ANY PERSON OR ORGANIZATION FOR WHOM XOU ARE REQUIRED BY
WRITTEN CONTRACT OR AGREEMENT TO WAIVE RIG}iTS OF 5UBROCATION
OR RECOVERY BUT ONLY IF SUCH WRITTEN CONTRACT OR AGREEMENT
IS ENTERED INTO (NOT BACKDATED) AND PUT IN EFFECT. PRIOR TO
LOSS BY YOU OR ANY OTHER PERSON, ENTITY OR ORGANI'LATION FOR
4IHOM Y011 ARE LEGALLY RESPONSIBLE.
(If no entry appitars above, information required to complete this endorsement wBl be shown in the Declarations
as applicable to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Conditron (Section IY -COMMERCIAL
GENERAL LIABILITY CONDITIONS) is amended by the addition of the following:
Wo waive any right of recovery we may have against the person or organizatioi shown in the 5chedula above
because of payments we make for injury or damage arising out of youf ongoing operations or "your work' done
under a contrsct with that person Or organization and included in the 'product'r~~ompleted operations hazard'.
This waiver applies ohly to the parson or organization shown in the Schedu7a.
CG 24 04 10 93 Cnpyriyht, Insurance Services Office, Inc., 1992 Page t of 1 ^
AG~Nl I;ja/
U 1/13/2009 TUE 14:16 FAX 225 291 2788 E 5 I 005/022
OS/OG/2009 10:37 PAX .225 054 4175 RGNDRY Ih`S 9GEh`CY IQJ005
Policy UIIA 9679856 ° 01/31/2008 to O1 /31/2DD9
THIS ENDORSHMBNT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
/ BUSINESS AUTO EXTENSION i=NDORSE:MENT
COVERAGE INDEX
Description Page
BROAD FORM INSURED 1
EMPLOYEES AS INSUREDS 2
ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 2
SUPPLEMENTARY PAYMENTS 2
AMENDED FELLOW EMPLOYEE EXCLUSION 2
TOWING AND LABOR 2
PHYSICAL DAMAGE-ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 3
RENTAL REIMBURSEMENT 3
EXTRA EXPENSE -BROADENED COVERAGE 3
PERSONAL, EFFECTS COVERAGE 3
AIRBAG COVERAGE 3
SOUND RECEIVING AND REPRODUCING EQUIPMENT -BROADENED CC~VERAGF 3
LEASE GAP q
GLASS REPAIR -WAIVER OF DEDUCTIBLE 5
DRIVE OTIIER CAR FOR EXECUTIVE OFFICERS 5
AMENDED DUTIES IN THE F_VENT OF ACCIDENT, CLAIM, SUIT, OR LOSS G
BODILY INJURY REDEFINED G
The following modifies insurance under the:
BUSINF_SS AU70 COVERAGE FORM
1. BROAD FORM INSURED
SECTION 11 -LIABILITY COVERAGE - WI-IU IS AN INSURED is amended to include as an insured;
1. Any legally incorporated entity of which you own more than 50 percent of the voting stock during
the period for which this endorsernent is effective, if there is no similar insurance available to that
organization. However, the Named Insured tloes not include any organization:
a, that is a partnership or joint venture, or
b. that is an insured under any other policy, or has exhausted its Limit of Insurance under any
other policy.
Q. Paragraph 1. b. above does not apply to a policy written to apply specifically in excess of this
policy.
3, Coverage for newly acquired or formed organizations is afforded only for 180 days from the date
of acquisition or formation.
Includas copyrighted material of Insurance Services Otrce, Inc. with its permission.
Copyright, Insurance Services Office, Inc., 1997
1G-59e (19/02) Paye 1 of5
01/13/2009 TUE 19:19 FAX 225 291 2768 E S I
01/06/2009 10:97 PA% 225 659 9175 ~ X006/022
HEAORY IA's AGHNCY I~006
4. Coverage does not apply to Abodily injury= or Aproperty damage= that results from an Aacciden4-
that occurred before you formed or acquired that organization.
2, EMPLOYEES AS INSUREDS
SECTION II -LIABILITY COVERAGE - WHO IS AN INSURED Is amended to include as an insured:
Any employes of yours while using a covered "auto" you do not own, hire cr borrow in your business
or your personal affairs.
3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT
SECTION II -LIABILITY COVERAGE - WHO IS AN INSURED is amended to include as an insured
any person or organization with whom you have agreod in writing in a contact, agreement or permit,
to provide insurance such as is afforded under this policy.
This provision 4. does not apply unless the written contract or agreement has been executed, or
permit has been issued, prior to the Abodily injury= or Aproperty damage=
4. SUPPLEMENTARY PAYMENTS
^uECTION II -LIABILITY COVERAGE, 2.a. Supplementary Payments, items ('L) and (4) are replaced
by the following:
(2) Up to $2500 for cost of bail hoods (including bonds for related traffic violations) required because
of an Aaccident we cover. We do not have to furnish these bonds.
(4) All reasonable expenses incurred by the insured at our request, including actual loss of earnings
up to 5300 a day because of time off from work.
5. AMENDED. FOLLOW EMPLOYEE EXCLUSION
SECTION II -LIABILITY, exclusion 5. FELLOW EMPLOYEE does not apply if the Abodily injury=_
results from the use of a covered Aauto~ you own or hire.
The insurance provided under this provision 6. is excess over any outer cc Ilectible insurance.
6. TOWING AND LABOR
SECTION III -PHYSICAL DAMAGE COVERAGE, A.2.Towing, is replaced by the following:
We will pay towing and labor costs incurred, up to the limits shown below, each time a covered
Aauto= classified and rated as a private passenger type, Alight trucks or a.medium trucks is disabled:
a. For private passenger type vehicles or Alight trucks. we will pay up to $50 par disablement.
ALight trucks= are trucks that have a gross vehicle weight (GV W) of 10,000 pounds or less.
b. For Amedlum trucks. we will pay up to $150 per disablement. AMedium trucks= are trucks that
have a gross vehicle weight (GVW) of 10,001 - 20,000 pounds.
However, the labor must be performed at the place of disablement,
Includes copyrlghled material of Insurance Services Office, Inc. with ils permission.
Copyright. Insurance Services Office, Inc., 1997
16-5ge (11/02) Paye 2 of 6
01/13/2009 TUH 14:19 FAX 225 291 2788 E S I
O1/06/200fl 1G:07 FA\ 225 659 4175 IiCN'ORY 1NS AGENCY
7. PHYSICAL DAMAGE-ADD11'IONAL TRANSPORTATION EXPENSE CO`/ERAGE
SECTION III -PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extenslo t, is amended to provide a
limit of $50 perday and s maximum limit of $1000,
8. RENTAL REIMBURSEMENT
SECTION III -PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the
following;
We will pay for rental reimbursement expenses incurred by you for the rental of an Aauta because of
AaccidentA or Aloss=, other than theft, to a covere-d Aautoa. We will pay oily for those expenses
incurred after the first 24 hours following the AaccidenL= or Aloss= to the ctvered Aauto.a
The most we will pay for any one AaccidenL- or Aloss- is $1000. No deductible applies to this
coverage.
9, EXTRA EXPENSE -BROADENED COVERAGE
Under SECTION III -PHYSICAL DAMAGE COVE RAGE, A. COVERAGE, we will pay for the expense
of returning a stolen covered Aaulo= to you.
10. PERSONAL EFFECTS COVERAGE
A. SECTION III -PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is enlendad by adding the
following:
If you have purchased Comprehensive Coverage on this policy for aft .4.auto= you own and that
A2Ut0? is stolen, we Will pay, without application of a deductible, up to $600 for Apersonal effects=_
stolen Wltlt the AautO.=
The insurance provided under this provision 12. is excess over any other collectible insurance.
B. SECTION V -DEFINITIONS is amended by adding the following:
Apersonal effects= means tangible property that is warn or carried by an Ainsured_. Apersonal
effects does not include tools, jewelry, money or securities.
11. AIRBAG COVERAGE
SECTION III -PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is an~ended by adding the
following:
If you have purchased Comprehensive or Collisipn Coverage under this policy, the exclusion relating
to mechahieal breakdown does not apply to the accidental discharge of an air bag.
12. SOUND RECEIVING AND REPRODUCING EQUIPMENT -BROADENED COVERAGE
SECTION III -PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is oniended by adding the
following:
Includes copyrighted nteterial of Insurance Services Office, Inc. with is permission.
Copyright, Insurance Services Office, Inc., 7997
1G-59e (11/02) Page 3 of 6
007/022
121007
01/13/2009 TUE 14:20 FAX 225 291 2768 E S x Qf008/022
01/06/2009 16:97 FAS 22a 659 9175 1{ENDRP Ip'S AGENCP Ir7j 008
The exclusion as it relates to sound receiving or reproducing equipment does not apply to sound
receiving or reproducing equipment that is permanently installed in a covenrd Aauto.=
13. LEASE GAP
A. SECTION III -PHYSICAL DAMAGE COVERAGE - LIMIT OF INSURANCE is amended by adding
the following:
The most we will pay for a Atotal loss= in any one Aaccident_ is fhe gnjater of the:
1. Balance due under the farms of the loan or lease to which the damaged covered Aauto~ is
subject at the time of the Aloss=less the amount of
a. Overdue payments and finaltcial penalties associated with tltu:;e payments as of the date
of the Alossa,
b. Financial penalties imposed under a lease due to high mileagE~, excessive use or
abnormal wear and tear,
c. Costs for extended warranties, Credit Lite litsurance, Health, f:CCident or Disability
Insurance purchased with the loan or lease,
d. Transfer or rollover balances from previous loans or leases,
e. Firm paymont due under a At3alloon Loans,
f. The dollar amount of any unrepaired damage which occurred prior to the Atotal loss- of a
covered Aauto=,
g. Security deposits not refunded by a lessor,
h. All refunds payable or paid to you as a result of rite early termination of a lease syreement
or as a result of the early termination of any warranty or extended service agreement on a
covered Aautos,
i. Any amount representing taxes,
j. Loan or lease termination fees, or;
2. The actual cash value of rite damaged or stolen property as of the time of the glossa.
An adjustment for depreciation and physical condition will be mad: ill determining actual cash
value at the time of the Alosss.
23. ADDITIONAL CONDITIONS
This Coverage applies only to the original loan or lease written oil a covered Aauto=.
C. SECTION V -DEFINITIONS is changed by adding the following:
As used in this endorsement, Atotal loss= means a Alossa in which the cost of repairs plus the
Includes copyrighted material of Insurance Services Offce. Inc. with is pemtission.
Copyright, Insurance Services Office. Inc., 1997
1G-59e (11/02) Page A of G
01/13/2009 TUE 16:21 FAX 225 291 2788 E S I ®009/022
O1/06/200fl 10:97 PAR 225 654 4175 HENllRY IBS AGENCY 4j000
salvage value exceeds the actual cash value.
A Aballoon loan- is one with periodic payments that are insuNicient to repay the balance over the
term of the loan, thereby requlring a large final payment.
14. GLASS REPAIR -WAIVER OF DEDUCTIBLE
SECTION III -PHYSICAL DAMAGE COVERAGE is amended by adding if~e following to D.
DEDUCTIBLE
No deductible applies io glass damage if the glass is repaired rather than replaced.
15. DRIVE OTHER CAR FOR EXECUTIVE OFFICERS
A. This provision 17. changes only those coverages where a limit and premium is shown in the
Declarations,
B. CHANGES IN LIABILITY COVERAGE:
Any Aauto=_ you do not own, hire or borrow is a covered Aauto=for Liability Coverage while beiltg
used by any of your Aexecutive officers=, except:
Any Aauto- ownetl by that Aexecutive officer- or a member of that parson=s household, or
Any Aauto= used by that Aexecutive officer- while working in a business of selling, servicing,
repairing or parking Aautos=.
C. CHANGES IN AUTO MEDICAL PAYMENTS AND UNINSURED MOTORISTS AND
UNDERINSURED MOTORISTS COVERAGE
The following is added to WHO IS AN INSURCD:
Any individual Ainsured=and his or her Afamily members= are Ainsunada while Aoccupyinga or
while a pedestrian when being struck by any Aauto= you tlo not own except:
Any Aauto= owned by that individual or by any Afamily member=_.
D, CHANGES IN PHYSICAL DAMAGE COVERAGE:
Any pdvate passenger type Aauto=_ you do not own, hire or borrow is s, covered Aauto= whllo in
the care, custody or control of any of your Aexecutive officers=_ except:
Any Aauto= owned by that individual or by any member of his or her h~)useltold,
Any Aautos owned by that individual or Itis or her spouse while working In a business of selling,
servicing, repairing or parking Aautos=.
E. ADDITIONAL DEFINITIONS;
As usetl in this endorsement
AExecutive officer-_ means a person holding any of the officer position s created by your charter,
Includes copyrighted malefial of Insurance Services Office, Inc. wlth is permission.
Copyright, Insurance Services OHice, Inc., 1997
16-59e (11/02) Page 5 of G
01/13/2009 TUE lA: 22 FAX 225 291 2788 E S I
O1/00/200A 16:97 PAX 225 654 9175 AENURI' INS AGENCY
constitution, by-laws or any other similar governing document, and that person=s spouse, Whlle a
resident of the same household.
AFamlly member-_ moans a person related to an Aexecufive officer b~~ blood, marriage or
adoption who is a resident of the individual=s household, including a ward or foster child.
F. The Insurance provided underthis provision 17. will be:
Equal to the broatlast of those coverages affortletl any covered Aauto :, and
Excess over any other collectible insurance.
16. AMENDED DUTIES IN THE EVEN1' OF ACCIDENT, CLAIM, SUIT, OR ALOSS=_
SECTION IV - DUSINESS AUTO CONDITIONS, paragraph A.2.a. is amended by adding the
following:
You must give us noiice of an AaccidenL, claim, Asuits or Aloss= only wh:n it is known to:
1. You, if you are an individual,
2. A partner, if you are a partnership,
3. A member, if you are a limited liability company, or
4. An executive officer or the Aempbyee= designated by the Named Insured to give such notice, if
you are a corporation,
17. BODILY INJURY REDEFINED
Under SECTION V - OEI=INITIONS, definition C, is replaced by the following:
pl3odily Injury=_ means physical injury, sickness nr disease sustained by a person including mental
anguish, mental injury, shock, fright or death resulting from any of these at any time.
chori.ze .~gen~'
®.olo/ozz
Ib 010
Includes copyrighted material of Insurance Services OfOce, Inc. with its permission.
Copyright, Insurance Services OfNce, Inc.. 1997
Page 6 of 6
16.69e (11/02)
01/13/2009 TUE 14:29 F3\X 225 291 2788 E S I
Policy Change
Number,
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
IL 12 01 11 85
POLICY CHANGES
NO.
~/
V
GLO 587015].-03
EFFECTIVE
12/19/2008
Environmental Specialties Tnternational.> Inc
7943 Pecue Lane, Suite A
Baton Rouge, LA 70809-0000
Cancellation Notificati.nn
[uridt Amel'].Calt ins. CO.
John 14endry Insurance Agency
P 0 Box 7.50
Zachary, LA 70791
IT TS HEREBY AG121iED ANU UNDERSTOOD that 30 day noCice of. cnncell.Ation i.s
issued on the ahove mentioned po.1.:Lcy c(r.
City of Corpus Christi
Engineering Services
Attn: Contract Administrator
P 0 Box 9277
Corpus Christi, TX 78469
'There is no premium charge for this change. All. other Germs And conditions
Leillai^ the Same.
GU 289 (11-80)
IL 7207 t1 85
Copyright, Insurance Services Olfice, In^... L!83
Copyright, ISO Conunercia! Risk Services. inr... 1503
X019/022
Page of
@yozl/ozz
01/13/2009 TUE 14:30 FA% 225 291 2788 E S I
Policy Change
Number
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
IL 12 Ot 11 B5
POLICY CHANGES
SSA 9679856
EFFECTIVE
Peerlr..ss )oral r.ncc Company
12/1.9/2006
Bnvironmenlal Special.tics Internet i.nna'L, lac
7943 Pecue Lane, Suite A
Baton Rouge, LA 70809-0000
Cancellation Notification
1UTHORIZED REPRESENTATIVE
.lobo Henctcy Insurmtce Agency
r o Box zso
'L.achary, Lh 70791.
TT IS HEREBY ACREBD AND UNAIiI:S'LOOD ghat 30 d;aY noCi.ce of c;mcc7l.ati.on is
issued on (:he aUove mentim~ed policy co:
J
City ofi Corpus Christi.
13ngi.neel:ing Services
Attn: Contract Adnrf.nistrator
P 0 Box 9277
Corpus Christ.i., '1'X 78469
There is no premium charge for. this change. All. other teens and cmxCCtl.ons
remain -the. same.
GU 260 (11-05) Cupy~i9ii1, Insurance Serviars grLte, Inr... 1903 Pa a of
Il 12 01 11 85 CoPY~i9n1, ISO fommeranl klsk !iervice s'. in;:., 19t1s 0
01/13/2009 TUE 1A: 31 FA% 225 291 2788 E S I
Policy Change
Number
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
IL 12 01 11 85
POLICY CHANGES
POLICY N0. I POLICY CH
EFFECTIVE
k'C 3427497
1.2/19/2008
VAMED INSURED
Iinvi.ronmenCal Specia).C.i.es inter'naCiona )., inc
7943 Pecue l.anc> Su i.t.e A
[3atnn Nuuge, i.1 70H09-0000
Celnce].laC i.on Not if'icatinn
T.hr~? Tns. Co of thc~ SCaCe of
Pennsy].vanir)
.)ohu? ilend ry :l nsu r,lnre :11~;encY
1' Q Rnx 2'i0
''/.:rcha ry, Lr1 7(1791
.. -CHANGES ---.__ ---.-..
.J :1:T S.S HliRl:61' AGRIiIiD :1ND 1'•NDFa:STOOll that 30 Clay notir. c. of r.:uv:ellation is
i.s>,ued on the abova~ auanCi.nned I;o 1. i. c.y c<,:
City of Corpus Civri.sti
Engineering Sc~rv:lces
At[n: ConCr~e~ Admini.straCor
i' () I',nx 9'7.77
Corpus Christi, 'iX 78469
'There i.5 no premium charge. :or (:h:ie cFuangc. A:I. ]. ocher terms and crawl i.t ion,
remain [he same.
®022/022
GU 289 (1 Lft0) CUDynghl, b?SIiY.InCp $ermteS :allire. !!n:., 1983
IL 12 01 11 05 Copy~igill. ISfi Conunernol lii5k SCrv¢r.5. bv,., 1993 Page of