Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutR2024-102 2024-07-22RESOLUTION NO. R2024-102
A Resolution of the City Council of the City of Pearland, Texas, authorizing
the City Manager or his designee to participate in an interlocal cooperative
pricing arrangement with Choice Partners Cooperative (a Harris County
Department of Education subsidiary) for the procurement of of site work
preparation services and electrical/utilities installation services, in the
amount of $76,169.99, from Construction Masters of Houston.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That contract pricing has been obtained through interlocal cooperative partner
The Choice Partners Cooperative for the purchase of site work preparation services and
electrical/utilities installation services.
Section 2. That the City Manager or his designee is hereby authorized to participate in an
interlocal cooperative pricing arrangement with The Choice Partners Cooperative for the purchase
of site work preparation services and electrical/utilities installation services, in the amount of
$76,169.99, from Construction Masters of Houston.
PASSED, APPROVED and ADOPTED this the 22nd day of July, A.D., 2024.
________________________________
J. KEVIN COLE
MAYOR
ATTEST:
________________________________
FRANCES AGUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
________________________________
DARRIN M. COKER
CITY ATTORNEY
Docusign Envelope ID: 2B4A46E7-DD5F-434B-951D-EDA1E0463E78
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
SERVICE CONTRACT NO. -------
For Centen nial Park Restrooms (Fields 5 &6)
THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home-
rule municipal corporation ("City") and Contractor. ("Contractor"), and consisting of the following parts:
I.Summary of Contract Terms
II.Signatures
111.Standard Contractual Provisions
IV.Special Terms and Conditions
V.Additional Contract Attachments
I.Summary of Contract Terms.
Contractor:
Description of Services:
Contract Amount:
Effective Date:
End Date:
Renewals:
Resolution No/Bid No:
II.Signatures
CITY OF PEARLAND
Purchasing Officer
*Signed by:
__ Superintendent/Manager
__ Director
Construction Masters of Houston
P.O. Box 1587
Pearland, TX 77 58 8
Contractor will provide City of Pearland with Centennial Park
Restroom-Pad and Utilities Choice Partners ID: 24/018 MR-03
$7 6,169.99
August 5, 2024
August 5, 2025
0
R2024-, Bid/Proposal/Quote No.
Date
Date: ?11612024
Date
__ Deputy/Assistant City Manager
__ City Manager
*City Contract Signature Authority:Superintendent/Manager -up to $10,000
Director -$10,001 -$30,000
City Manager/Deputy/Assistant City Manager -$30,001 +
City Council Resolution over $50,000
Service Contract Standard Form Page l of 7 Approved as to Legal Form 6.28.2021
C0724-17
102 Choice Partners ID:24/018MR-03
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
7/26/2024 | 3:32 PM CDT
7/26/2024 | 5:24 PM CDT
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 2 of 7
III. Standard Contract Provisions
WHEREAS, Contractor has bid to provide Services (“Services”) in response to Request for
Bid/Proposal or Quote No. Re: Centennial Park Restroom-Pad and Utilities Choice Partners ID:
24*018MR-03 (“Solicitation”), which Solicitation includes the required scope of work and all
specifications and which Solicitation and the Contractor’s bid or proposal response, as applicable,
are incorporated by reference in this Contract as Exhibits 1 and 2, respectively, as if each were
fully set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Services in accordance with the attached Scope of Work, as
detailed in Attachment A, the content of which is incorporated by reference into this Contract
as if fully set out here in its entirety, and in accordance with Exhibit 2.
2. Term. This Contract is for (1) year, with performance commencing upon the effective date or
the date of issuance of the notice to proceed issued by the Contract Administrator or the
Purchasing Division, or upon the performance date listed in the notice to proceed, whichever
is later. The parties may mutually extend the Term of this Contract for up to (none) additional
one-year periods (“Option Period(s)”), provided, the parties do so by written amendment prior
to the expiration of the original term or the then-current Option Period. The City’s extension
authorization must be executed by the City Manager or designee.
3. Compensation and Payment. This Contract is for an estimated amount of $ 76,169.99,
subject to approved extensions and changes. Payment will be made for Services completed
and accepted by the City within thirty (30) days of acceptance, subject to receipt of an
acceptable invoice. Contractor shall invoice no more frequently than once per month. All
pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment
B, the content of which is incorporated, in its entirety, by reference into this Contract. Any
amount not expended during the initial term or any option period may, at the City’s discretion,
be allocated for use in the next option period.
Invoices will be emailed to the following email address with a copy provided to the Contract
Administrator:
City of Pearland
Attn: Accounts Payable
Email: accountspayable@pearlandtx.gov
4. Contract Administrator. The Contract Administrator designated by the City is responsible
for approval of all phases of performance and operations under this Contract, including
deductions for non-performance and authorizations for payment. The City’s Contract
Administrator for this Contract is as follows:
Name: Daniela Oliva
Department: Engineering and Public Works
Phone: 281-652-1988
Email: Doliva@pearlandtx.gov
5. Insurance; Bonds.
(A) Before performance can begin under this Contract, the Contractor must deliver a
Certificate of Insurance (“COI”), as proof of the required insurance coverages, to the
City’s Contract Administrator. Additionally, the COI must state that the City shall be
provided no less than thirty (30) days’ advance written notice of cancellation, material
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 3 of 7
change in coverage, or intent not to renew any of the policies. The City must be named
as an additional insured. The City Attorney must be given copies of all insurance
policies within ten (10) days of the City Manager or his designee’s written request.
Insurance requirements are as stated in Attachment C, the entirety of which is
incorporated by reference into this Contract.
(B) Contractor shall provide any required payment bond, performance bond, or both, prior
to commencement of performance under this Contract. The terms, conditions, and
amounts of the bonds and appropriate surety information shall be included in the
RFB/RFP or as may be added to Attachment C, and such content, the entirety of
which, shall be incorporated into this Contract.
6. Purchase Release Order. For multiple-release purchases of Services provided by the
Contractor over a period of time, the City will exercise its right to specify time, place and
quantity of Services to be delivered in the following manner: the authorized City department
or division shall send to Contractor a purchase release order signed by an authorized agent
of the department or division. The purchase release order shall refer to this Contract, and
Services shall not be rendered until the Contractor receives the signed purchase release
order.
7. Inspection and Acceptance. City may inspect all Services and products supplied before
acceptance. Any Services or products that are provided but not accepted by the City must be
corrected or re-worked immediately at no charge to the City. If immediate correction or re-
working at no charge cannot be made by the Contractor, a replacement service may be
procured by the City on the open market and any costs incurred, including additional costs
over the item’s bid/proposal price, shall be paid by the Contractor within thirty (30) days of
receipt of City’s invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Contract are new, quality
items that are free from defects, fit for their intended purpose, and of good material and
workmanship. The Contractor warrants that it has clear title to the products and that
the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Contract shall be warranted by the
Contractor or, if indicated in Attachment D by the manufacturer, for the period stated
therein. Attachment D, the entirety of which, is attached to this is incorporated into this
Contract.
(C) Contractor warrants that all Services will be performed in accordance with the standard
of care used by similarly situated contractors performing similar services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule
are estimates only and do not obligate the City to order or accept more than the City’s actual
requirements nor do the estimates restrict the City from ordering less than its actual needs
during the term of the Contract including any Option Period. Substitutions and deviations from
the City’s product requirements or specifications are prohibited without the prior written
approval of the Contract Administrator.
10. Non-Appropriation. The continuation of this Contract after the close of any fiscal year of the
City, which fiscal year ends on September 30th annually, is subject to appropriations and
budget approval specifically covering this Contract as an expenditure in said budget, and it is
within the sole discretion of the City’s City Council to determine whether or not to fund this
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 4 of 7
Contract. The City does not represent that this budget item will be adopted, as said
determination is within the City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor shall perform all work required by this Contract as an
independent contractor and will furnish such Services in its own manner and method, and
under no circumstances or conditions will any agent, servant or employee of the Contractor
be considered an employee of the City.
12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts
or utilize the services of subcontractors unless the subcontractors were identified in the
bid/quote/proposal or approved by the Contract Administrator.
13. Amendments. This Contract may be amended or modified only in writing and executed by
authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this Contract
waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes,
unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be
provided proof of payment of these taxes within 15 days of such request.
16. Notice. Any notice required under this Contract must be given by hand delivery, or certified
mail, postage prepaid, and is deemed received on the day hand-delivered or on the third day
after postmark if sent by certified mail. Notice must be sent as follows:
IF TO CITY:
City of Pearland
Attn: Sergio Becerril
Title: Project Manager
Address: 2016 Old Alvin Rd Pearland, TX 77581
Phone: 281-652-1642
IF TO CONTRACTOR:
Construction Masters of Houston
Attn: Ed Cudworth
Address: P.O. Box 1587 Pearland, TX 77588
Phone: 713-245-6928
17. Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT
DOCUMENT THAT LIMITS THE CONTRACTOR’S LIABILITY TO THE CITY OR
RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR
COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE
PERFORMANCE OF THIS CONTRACT OR THAT PROVIDES FOR CONTRACTUAL
INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS CONTRACT IS NOT
APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT. EXCEPT WHERE AN
ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE CITY PROVIDES
OTHERWISE, EACH PARTY TO THIS CONTRACT IS RESPONSIBLE FOR
DEFENDING AGAINST AND LIABLE FOR PAYING ANY CLAIM, SUIT, OR
JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM THAT PARTY'S
NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 5 of 7
THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION
DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO
IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS
CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD-
PARTY DEFENDANT AS ALLOWED BY LAW.
18. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to
resolve any disputes that may arise between them regarding this Contract. If either party
disputes any matter relating to this Contract, the parties agree to try in good faith, before
bringing any legal action, to settle the dispute by submitting the matter to mediation before a
third party who will be selected by agreement of the parties. The parties will each pay one-half
of the mediator’s fees.
19. Attorney’s Fees. Should either party to this Contract bring suit against the other party for
breach of contract or for any other cause relating to this Contract, neither party will seek or be
entitled to an award of attorney’s fees or other costs relating to the suit.
20. Termination.
(A) City Termination for Convenience. Under this paragraph, the City may terminate this
Contract during its term at any time for the City’s own convenience where the
Contractor is not in default by giving written notice to Contractor. If the City terminates
this Contract under this paragraph, the City will pay the Contractor for all services
rendered in accordance with this Contract to the date of termination.
(B) Termination for Default. Either party to this Contract may terminate this Contract as
provided in this paragraph if the other party fails to comply with its terms. The party
alleging the default shall provide the other party notice of the default in writing citing the
terms of the Contract that have been breached and what action the defaulting party must
take to cure the default. If the party in default fails to cure the default as specified in the
notice, the party giving the notice of default may terminate this Contract by written notice
to the other party, specifying the date of termination. Termination of this Contract
pursuant this paragraph does not affect the right of either party to seek remedies for
breach of the Contract as allowed by law, including any damages or costs suffered by
either party.
21. Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a copy of the
owner’s manual and/or preventative maintenance guidelines or instructions if available for any
equipment purchased by the City pursuant to this Contract. Contractor must provide such
documentation upon delivery of such equipment and prior to receipt of the final payment by
the City.
22. Limitation of Liability. The City’s maximum liability under this Contract is limited to the total
amount of compensation listed in this Contract. In no event shall the City be liable for
incidental, consequential or special damages.
23. Assignment. No assignment of this Contract by the Contractor, or of any right or interest
contained herein, is effective unless the City Manager first gives written consent to such
assignment. The performance of this Contract by the Contractor is of the essence of this
Contract, and the City Manager's right to withhold consent to such assignment is within the
sole discretion of the City Manager on any ground whatsoever.
24. Severability. Each provision of this Contract is considered to be severable and, if, for any
reason, any provision or part of this Contract is determined to be invalid and contrary to
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 6 of 7
applicable law, such invalidity shall not impair the operation of nor affect those portions of this
Contract that are valid, but this Contract shall be construed and enforced in all respects as if
the invalid or unenforceable provision or part had been omitted.
25. Order of Precedence. In the event of any conflicts or inconsistencies between this Contract,
its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference
to the documents in the following order of priority:
A. this Contract (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1); then,
D. the Contractor’s bid response (Exhibit 2).
26. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code
Section 2252.908, as it may be amended, and to complete Form 1295 “Certificate of
Interested Parties” as part of this Contract if required by said statute for items approved by
the City Council.
27. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the
performance of this Contract. The applicable law for any legal disputes arising out of this
Contract is the law of the State of Texas, and such form and venue for such disputes is the
appropriate district, county, or justice court in and for Brazoria County, Texas.
28. H.B. 89. In accordance with Chapter 2270 of the Texas Government Code, the signatory
executing this contract on behalf of company verifies that the company does not boycott Israel
and will not boycott Israel during the term of this contract. This clause is subject to companies
with ten or more full time employees and the contract value is $100,000 or more that is to be
paid wholly or partially with public funds of the governmental entity.
29. Public Information Act Requirements. This paragraph applies only to Contracts that have
a stated expenditure of at least $1,000,000 or that result in the expenditure of at least
$1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code,
regarding certain entities requirement to provide contracting information to governmental
bodies in connection with a public information request, may apply to this contract and the
Contractor agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
30. Entire Agreement. This Contract constitutes the entire agreement between the parties
concerning the subject matter of this Contract and supersedes all prior negotiations,
arrangements, agreements, and understandings, either oral or written, between the parties.
IV. Special Terms and Conditions. None.
V. Additional Contract Documents
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 7 of 7
Incorporated by Reference Only:
Exhibit 1: RFB/RFP/Quote No. Choice Partners ID: 24/018MR-03
Exhibit 2: Contractor’s Bid/Proposal Response
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
ATTACHMENT A – SCOPE OF WORK
Scope of services provided shall consist of survey: - Provide ten-foot offset stakes and locate front
corners of the building, existing utilities, and inverts within the area of construction. Locate and mark the
final elevation of pad for top of slab. - Pad/Earthwork: - Reduce PVR to 1” by constructing restroom bldg.
pad 5 ft. beyond bldg. perimeter with a uniform 60 inches of imported select fill placed in 8inch lifts
establishing subgrade elevation within +/- 1/10’ and haul off excess dirt. - Select fill/compacted in lieu of
carton forms. www.cmhou.com - NOTE: Construction Masters of Houston was not provided any
structural drawings and/or engineering by a structural engineer. However, per the RFL representative
and the City of Pearland project management department decided that the grade beams and
underreamed piers recommended in the Geotechnical report were deemed not required and are not
included in the scope of work bid in this proposal. - Concrete: - Utility Trench – saw cut sidewalk,
remove, and haul off to locate the sanitary sewer capped pipe. - After the sewer pipe is connected,
inspected, backfilled/compacted, place rebar reinforcement, dowels, and pour back 4000 psi concrete
with broom finish. - Plumbing: - Includes PVC underground sanitary waste Schedule 40 DWV fittings,
PVC above ground sanitary waste and vent, type K copper water pipe with fiberglass insulation. -
Furnish and install: one (1) tie in from existing sanitary stub out 50 lf from building line, pipe bedding to
be stabilized sand to spring line of sanitary, one (1) new sanitary to new pre-fab building and tie in per
building shop drawings, run water pipe from existing stub up 20 lf from building and tie in per building
shop drawings. - Christy boxes provided by RFL will be set 6 feet from the building line. - Electrical: -
Upgrade the existing 15kva transformer to a 45kva transformer to give the existing low voltage panel full
capacity of 125 amps. - Install new conduit and wire to prefabricated restrooms - Make one point
termination at new panel new panel - Includes demo of 15kva existing transformer and associated
conduit and wire - Includes 1 new 45kva transformer - Includes 1 TEYL 3080B GE breaker - Includes 1
THQB22100 GE breaker - Includes 3/4” flexible metallic conduit with fittings - Includes 1” flexible metallic
conduit with fittings - Includes 2” flexible metallic conduit - Includes #4 thhn - Includes #8 thhn - Includes
2/0 thhn - Includes #1 thhn - Includes 1 ¼” pvc with fittings. - Includes trenching, backfill, and compaction
of underground electrical conduit. - Miscellaneous: - Temporary Fence – to be placed north and south of
the scope of work area. - Crane Mats – rental of crane mats for RFL provided 110-ton crane. - Dumpster
provided and final clean area with pressure washing as needed. www.cmhou.com - Concrete Repair –
Unit Price - Concrete Removal – Saw Cut/Remove/Haul Off - 4” Sidewalk - $2,175.00 Minimum (under
350 sf) over 350 sf @ $6.00 psf. - 6” Paving - $2,175.00 Minimum (under 291 sf) over 291 sf @ $7.25
psf. - Pour Back - $3,850.00 Minimum (under 233 sf) over 233 sf @ $16.50 psf. - - Includes: Labor,
materials, equipment, permits, inspections, supervision, dumpster, haul off, disposal and final clean. - -
Excludes: permit fees, 3rd party inspections, concrete grade beams, concrete piers, irrigation line
repair/replacement, tree removal, topsoil, sod repair/replacement, road closures, barricades, traffic
control, and any work not specifically listed. - - Normal Working Hours of M-F 8:00 – 5:0
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
ATTACHMENT B – BID/PRICING SCHEDULE
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
ATTACHMENT C – INSURANCE REQUIREMENTS
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
Purchasing Department
281.652.1775
ebids@pearlandtx.gov
Contractor Insurance Requirements & Agreement
Contractors performing work on City property or public right -of-way for the City of Pearland shall provide the City a
certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified
herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same
types and amounts of coverages as required herein or that the subcontractors are included under the contractor’s policy.
All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business
in the State of Texas and must be acceptable to the City of Pearland.
Listed below are the types and amounts of insurances required. The City reserves the right to amend or require additional
types and amounts of coverages or provisions depending on the nature of the work.
TYPE OF INSURANCE AMOUNT OF INSURANCE PROVISIONS
1. Workers’ Compensation
Employers’ Liability (WC)
Statutory Limits
$1,000,000 per occurrence
For WC, CGL, and BAL, the City is
to be provided a WAIVER OF
SUBROGATION.
CGL and BAL, City to be listed as
additional insured and provided 30-
day notice of cancellation or material
change in coverage.
WC, CGL and BAL, City shall be
provided 30-day notice of
cancellation or material change in
coverage.
CGL will include a non-contributory
addendum.
2. Commercial General (Public)
Liability (CGL) to include coverage
for:
a) Premises/Operations
b) Products/Completed
Operations
c) Independent Contractors
d) Personal Injury
e) Contractual Liability
Personal Injury - $1,000,000 per
person; Property Damage -
$1,000,000 per occurrence;
General Aggregate - $2,000,000
3. Business Auto Liability (BAL) to
include coverage for:
a) Owned/Leased vehicles
b) Non-owned vehicles
c) Hired vehicles
Combined Single Limit -
$1,000,000
If the contract involves a professional service, the contractor will also be required to provide the City with professional liability
insurance in an amount of at least $1,000,000.
Certificate of Insurance forms may be emailed to: Purchasing Department at ebids@pearlandtx.gov. Questions regarding
required insurance should be directed to City of Pearland Purchasing Department, at ebids@pearlandtx.gov.
This form must be signed and returned with your bid/quotation. You are stating that you do have the required
insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of
insurance policy with the above requirements to the City. A purchase order will not be issued without
evidence of required insurance.
Agreement
I agree to provide the above described insurance coverages within 10 working days if selected to perform work for the City
of Pearland. I also agree to provide the City evidence of insurance coverage on any and all subcontractors performing
work on the project.
Project/Bid #
Company:
Signature and Printed Name:
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
ATTACHMENT D – WARRANTY
Services shall conform to the proposed specifications and all warranties as stated in the Uniform
Commercial Code and be free from all defects in material, workmanship and title.
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
www.cmhou.com
P.O. Box 1587 – Pearland, Texas 77588 – 281/997-2640 – Fax: 281/485-4702
6/28/2024
City of Pearland
2016 Old Alvin Rd
Pearland, Texas 77581
Attn: Sergio Becerril
Project Manager/Engineering & Public Works
281-652-1642
sbecerril@pearlandtx.gov
Re: Centennial Park Restroom – Pad and Utilities
Choice Partners ID: 24/018MR-03.
As requested, Construction Masters of Houston is pleased to submit this JOC Proposal, inclusive of
attachments, for your consideration. All work associated with the Proposal is to be in accordance with
HCDE/CP contract. 24/018MR-03.
Our quote is based on the Houston city cost index from the RS Means Unit Price Bulletin. The amount
shown in the Extended Total column already reflects the Houston labor rates.
Extended Total Including Overhead and Profit from RS Means 85,277.64$
Total of Non Pre-priced Line Items
Construction Masters Standard Coefficient (88%)(10,233.32)$
Project Price Subtotal 75,044.32$
Payment Bonds (Pass-thru cost)1,125.66$
Permitting (Pass-thru cost)
Total Job Order Contract Price 76,169.99$
Scope of Work:
- Survey:
- Provide ten-foot offset stakes and locate front corners of the building, existing utilities, and inverts
within the area of construction. Locate and mark the final elevation of pad for top of slab.
- Pad/Earthwork:
- Reduce PVR to 1” by constructing restroom bldg. pad 5 ft. beyond bldg. perimeter with a uniform
60 inches of imported select fill placed in 8inch lifts establishing subgrade elevation within +/-
1/10’ and haul off excess dirt.
- Select fill/compacted in lieu of carton forms.
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
www.cmhou.com
- NOTE: Construction Masters of Houston was not provided any structural drawings and/or
engineering by a structural engineer. However, per the RFL representative and the City of
Pearland project management department decided that the grade beams and underreamed
piers recommended in the Geotechnical report were deemed not required and are not
included in the scope of work bid in this proposal.
- Concrete:
- Utility Trench – saw cut sidewalk, remove, and haul off to locate the sanitary sewer capped pipe.
- After the sewer pipe is connected, inspected, backfilled/compacted, place rebar reinforcement,
dowels, and pour back 4000 psi concrete with broom finish.
- Plumbing:
- Includes PVC underground sanitary waste Schedule 40 DWV fittings, PVC above ground sanitary
waste and vent, type K copper water pipe with fiberglass insulation.
- Furnish and install: one (1) tie in from existing sanitary stub out 50 lf from building line, pipe
bedding to be stabilized sand to spring line of sanitary, one (1) new sanitary to new pre-fab
building and tie in per building shop drawings, run water pipe from existing stub up 20 lf from
building and tie in per building shop drawings.
- Christy boxes provided by RFL will be set 6 feet from the building line.
- Electrical:
- Upgrade the existing 15kva transformer to a 45kva transformer to give the existing low voltage
panel full capacity of 125 amps.
- Install new conduit and wire to prefabricated restrooms
- Make one point termination at new panel new panel
- Includes demo of 15kva existing transformer and associated conduit and wire
- Includes 1 new 45kva transformer
- Includes 1 TEYL 3080B GE breaker
- Includes 1 THQB22100 GE breaker
- Includes 3/4” flexible metallic conduit with fittings
- Includes 1” flexible metallic conduit with fittings
- Includes 2” flexible metallic conduit
- Includes #4 thhn
- Includes #8 thhn
- Includes 2/0 thhn
- Includes #1 thhn
- Includes 1 ¼” pvc with fittings.
- Includes trenching, backfill, and compaction of underground electrical conduit.
- Miscellaneous:
- Temporary Fence – to be placed north and south of the scope of work area.
- Crane Mats – rental of crane mats for RFL provided 110-ton crane.
- Dumpster provided and final clean area with pressure washing as needed.
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
www.cmhou.com
- Concrete Repair – Unit Price
- Concrete Removal – Saw Cut/Remove/Haul Off
- 4” Sidewalk - $2,175.00 Minimum (under 350 sf) over 350 sf @ $6.00 psf.
- 6” Paving - $2,175.00 Minimum (under 291 sf) over 291 sf @ $7.25 psf.
- Pour Back - $3,850.00 Minimum (under 233 sf) over 233 sf @ $16.50 psf.
-
- Includes: Labor, materials, equipment, permits, inspections, supervision, dumpster, haul off,
disposal and final clean.
-
- Excludes: permit fees, 3rd party inspections, concrete grade beams, concrete piers, irrigation
line repair/replacement, tree removal, topsoil, sod repair/replacement, road closures,
barricades, traffic control, and any work not specifically listed.
-
- Normal Working Hours of M-F 8:00 – 5:00
Attached: Unit Detail Report
Thank You for the Opportunity,
Ed Cudworth
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
3219 McLean Rd
Unit Detail Report
City of Pearland
Justin Davis Construction Masters of HoustonPrepared By:
Pearland, TX
Centennial Park Restroom
Year 2024 Quarter 2
Date: 06/28/2024
Cost Estimate Report
LineNumber Quantity Unit Description Total Incl. O&P Ext. Total Incl. O&P
General RequirementsDivision 01
7.00 Day $2,009.38 $14,065.66013113200160Field personnel, general purpose laborer, average, Plumbing Labor
1.50 Week $2,009.38 $3,014.07013113200160Field personnel, general purpose laborer, average, Electrical Labor
2.00 Week $3,725.00 $7,450.00013113200260Field personnel, superintendent, average
10.00 Day $898.94 $8,989.40015433200100Rent excavator diesel hydraulic crawler mounted 1/2 CY capacity, Incl.
Hourly Oper. Cost., Plumber Scope
3.00 Day $617.97 $1,853.91015433204890Rent loader, skid steer, wheeled, 1 CY 78 HP, diesel, Incl. Hourly Oper.
Cost., Concrete Demo/Pour Back Scope
2.00 Day $241.18 $482.35015433204897Rent skid steer attachment, concrete hammer, Incl. Hourly Oper. Cost.
300.00 L.F.$7.29 $2,187.00015626500100Temporary fencing, chain link, 6' high, 11 ga
3.00 Day $1,035.09 $3,105.27017123131100Boundary & survey markers, crew for building layout, 2 person crew
Division 01 $41,147.66General Requirements Subtotal
Existing ConditionsDivision 02
1.00 Week $850.00 $850.00024119190840Selective demolition, rubbish handling, dumpster, 40 C.Y., 10 ton
capacity, weekly rental, includes one dump per week, cost to be added
to demolition cost
Division 02 $850.00Existing Conditions Subtotal
ConcreteDivision 03
4.00 C.Y.$292.73 $1,170.92030505100070Selective concrete demolition, reinforcing more than 2% cross-sectional
area, break up into small pieces, excludes shoring, bracing, saw or
torch cutting, loading, hauling, dumping
800.00 Lb.$1.06 $848.00032111600602Reinforcing steel, in place, slab on grade, #3 to #7, A615, grade 60,
incl labor for accessories, excl material for accessories
1
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
LineNumber Quantity Unit Description Total Incl. O&P Ext. Total Incl. O&P
50.00 Ea.$8.39 $419.50032111602520Reinforcing steel, in place, dowels, smooth, 12" long, 5/8" diameter,
A615, grade 60
4.00 C.Y.$280.49 $1,121.96033053404700Structural concrete, in place, slab on grade (3500 psi), 6" thick,
includes forms(4 uses), Grade 60 rebar, concrete (Portland cement
Type I), and placing, excludes finishing
8.00 C.Y.$199.25 $1,594.00033113350300Structural concrete, ready mix, heavyweight, 4000 psi, includes local
aggregate, sand, Portland cement (Type I) and water, delivered,
excludes all additives and treatments
144.00 L.F.$2.41 $347.04038113500500Concrete sawing, concrete slabs, rod reinforced, up to 3" deep,
includes blade cost, layout and set up time
576.00 L.F.$0.79 $455.04038113500520Concrete sawing, concrete, existing slab, rod reinforced, for each
additional inch of depth over 3", includes blade cost, layout and set up
time
Division 03 $5,956.46Concrete Subtotal
MasonryDivision 04
2,500.00 S.F.$1.03 $2,575.00040120520400Cleaning masonry, high pressure wash, light soil, water only, excludes
scaffolding
Division 04 $2,575.00Masonry Subtotal
Thermal and Moisture ProtectionDivision 07
8.00 Sq.$27.89 $223.12072613101200Vapor retarders, building paper, polyethylene vapor barrier, standard,
10 mil (.010" thick)
Division 07 $223.12Thermal and Moisture Protection Subtotal
PlumbingDivision 22
50.00 L.F.$25.50 $1,275.00221113231240Pipe, copper, tubing, solder, 1-1/2" diameter, type K, includes coupling
& clevis hanger assembly 10' OC
100.00 L.F.$22.20 $2,220.00221113741890Pipe, plastic, PVC, 1-1/4" diameter, schedule 40, includes couplings 10'
OC, and hangers 3 per 10'
20.00 L.F.$25.02 $500.40221113741900Pipe, plastic, PVC, 1-1/2" diameter, schedule 40, includes couplings 10'
OC, and hangers 3 per 10'
Division 22 $3,995.40Plumbing Subtotal
ElectricalDivision 26
1.00 Ea.$275.40 $275.40260505101490Transformer, dry type, primary, 3 phase, to 600 V, 25 kVA, electrical
demolition, remove, including removal of supports, wire & conduit
terminations
1.00 C.L.F.$134.43 $134.43260519901300Wire, copper, stranded, 600 volt, #8, type THWN-THHN, normal
installation conditions in wireway, conduit, cable tray
3.00 C.L.F.$272.68 $818.04260519901400Wire, copper, stranded, 600 volt, #4, type THWN-THHN, normal
installation conditions in wireway, conduit, cable tray
2
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
LineNumber Quantity Unit Description Total Incl. O&P Ext. Total Incl. O&P
5.00 C.L.F.$431.55 $2,157.75260519901550Wire, copper, stranded, 600 volt, #1, type THWN-THHN, normal
installation conditions in wireway, conduit, cable tray
1.00 C.L.F.$640.68 $640.68260519901650Wire, copper, stranded, 600 volt, 2/0, type THWN-THHN, normal
installation conditions in wireway, conduit, cable tray
1.00 Ea.$4,222.30 $4,222.30262213103500Transformer, dry-type, ventilated, 3 phase 480 V primary 120/208 V
secondary, 45 kVA
1.00 Ea.$1,477.06 $1,477.06262413401160Circuit breakers, high interrupting capacity, 2 pole, 240, 480 or 600 V,
100 amp, for feeder section
1.00 Ea.$1,698.56 $1,698.56262413401180Circuit breakers, high interrupting capacity, 3 pole, 240, 480 or 600 V,
100 amp, for feeder section
Division 26 $11,424.22Electrical Subtotal
EarthworkDivision 31
3.00 Day $300.00 $900.00310660141700Crane mats, rental
100.00 L.F.$1.59 $159.00312316140400Excavating, chain trencher, utility trench, common earth, 12 HP, 6"
wide, 24" deep, operator walking, Electrical Scope
150.00 L.F.$2.92 $438.00312316140750Excavating, chain trencher, utility trench, common earth, 12 HP, 8"
wide, 36" deep, operator walking, Plumbing Scope
100.00 L.F.$2.39 $239.00312316141400Excavating, chain trencher, utility trench, common earth, 6" wide, 24"
deep, backfill by hand, includes compaction, add, Electrical Scope
150.00 L.F.$4.79 $718.50312316141750Excavating, chain trencher, utility trench, common earth, 8" wide, 36"
deep, backfill by hand, includes compaction, add, Plumbing Scope
350.00 B.C.Y.$31.71 $11,098.50312316166230Structural excavation for minor structures, bank measure, for spread
and mat footings, elevator pits, and small building foundations, sandy
clay or loam, 1/2 C.Y. bucket, machine excavation, hydraulic backhoe
2.00 B.C.Y.$10.14 $20.28312323240060Compaction, structural, 6" to 8" lifts, air tamp, select fill, Plumbing
Scope
350.00 B.C.Y.$10.14 $3,549.00312323240060Compaction, structural, 6" to 8" lifts, air tamp, select fill
Division 31 $17,122.28Earthwork Subtotal
UtilitiesDivision 33
50.00 L.F.$39.67 $1,983.50333111201110Public sanitary utility sewerage piping, piping DWV schedule 40 ABS, 6"
diameter, excludes excavation or backfill
Division 33 $1,983.50Utilities Subtotal
3
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
LineNumber Quantity Unit Description Total Incl. O&P Ext. Total Incl. O&P
0.00%$0.00
Subtotal
General Contractor's Markup on Subs
$85,277.64
$85,277.64Subtotal
General Conditions 0.00%$0.00
$85,277.64Subtotal
General Contractor's Overhead and Profit 0.00%
$85,277.64Grand Total
$0.00
4
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
Imagery ©2024 Airbus, CNES / Airbus, Houston-Galveston Area Council,
Maxar Technologies, Texas General Land O�ce, U.S. Geological Survey,
Map data ©2024 Google
50 ft
Google Maps https://www.google.com/maps/@29.5521983,-95.2922206,108m/data=!3m1!1e3?entry=ttu
1 of 1 3/28/2024, 11:18 AM
CENTENNIAL PARK - NEW RESTROOM SITE & UTILITY WORK
3219 MCLEAN RD PEARLAND TEXAS
Existing Water Line
Sewer Manhole
Electrical Panels
New Restroom
Location
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
INSURER(S) AFFORDING COVERAGE
INSURER F :
INSURER E :
INSURER D :
INSURER C :
INSURER B :
INSURER A :
NAIC #
NAME:CONTACT
(A/C, No):FAX
E-MAILADDRESS:
PRODUCER
(A/C, No, Ext):PHONE
INSURED
REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
OTHER:
(Per accident)
(Ea accident)
$
$
N / A
SUBR
WVD
ADDL
INSD
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
$
$
$
$PROPERTY DAMAGE
BODILY INJURY (Per accident)
BODILY INJURY (Per person)
COMBINED SINGLE LIMIT
AUTOS ONLY
AUTOSAUTOS ONLY NON-OWNED
SCHEDULEDOWNED
ANY AUTO
AUTOMOBILE LIABILITY
Y / N
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
DESCRIPTION OF OPERATIONS below
If yes, describe under
ANY PROPRIETOR/PARTNER/EXECUTIVE
$
$
$
E.L. DISEASE - POLICY LIMIT
E.L. DISEASE - EA EMPLOYEE
E.L. EACH ACCIDENT
EROTH-STATUTEPER
LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
EXCESS LIAB
UMBRELLA LIAB $EACH OCCURRENCE
$AGGREGATE
$
OCCUR
CLAIMS-MADE
DED RETENTION $
$PRODUCTS - COMP/OP AGG
$GENERAL AGGREGATE
$PERSONAL & ADV INJURY
$MED EXP (Any one person)
$EACH OCCURRENCE
DAMAGE TO RENTED $PREMISES (Ea occurrence)
COMMERCIAL GENERAL LIABILITY
CLAIMS-MADE OCCUR
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY PRO-JECT LOC
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
CANCELLATION
AUTHORIZED REPRESENTATIVE
ACORD 25 (2016/03)
© 1988-2015 ACORD CORPORATION. All rights reserved.
CERTIFICATE HOLDER
The ACORD name and logo are registered marks of ACORD
HIRED
AUTOS ONLY
2/27/2024
Hotchkiss Insurance Agency,LLC -Houston
13430 NW Freeway,Suite 600
Houston TX 77040
Certificates Houston
713-956-9800 713-956-0331
certs@hiallc.com
Depositors Insurance Company 42587
CONSMAS-03 Travelers Lloyds Insurance Company 41262ConstructionMasters
of Houston,Inc.
P.O.Box 1587
Pearland TX 77588
ALLIED P &C Ins Co 42579
1532287275
A X 1,000,000
X 1,000,000
5,000
1,000,000
2,000,000
ACP GLDO 7234799735 2/24/2024 2/24/2025
2,000,000
C 1,000,000
X
X X
ACP BAPC 7234799735 2/24/2024 2/24/2025
A X X 5,000,000ACPCAD72347997352/24/2024 2/24/2025
5,000,000
X 0
B
C
Builders Risk
Equipment Floater
Leased &Rented
QT-660-0J952843-TLC-24
ACP CIMP 7234799735
3/1/2024
2/24/2024
3/1/2025
2/24/2025
Per Location
Per Occurrence
Per Occurrence
6,000,000
6,000,000
100,000
The general liability policy includes blanket additional insured endorsements (CG7323 1214 &CG7434 0512)that provide additional insured status for ongoing
&completed opeartions when required by written contract.The auto liability policy includes a blanket additional insured endorsement that provides additional
insured status when required by written contract.The general liability and auto policies include blanket waiver of subrogation endorsements that provide this
feature when required by written contract.The general liability policy includes a special endorsement with Primary and Noncontributory wording,(CG7323
1214).The certificate holder is named as loss payee/mortgagee with regard to the Builders Risk policy and is subject the terms and conditions applicable to this
policy.Umbrella will follow the underlying policies subject to the policy terms and conditions.
The general liability and auto policies include a notice of cancellation endorsement,providing for 30 days’advance notice if the policy is cancelled by the
company other than for non-payment of premium,10 days’notice after the policy is cancelled for non-payment of premium.The endorsement does not provide
for notice of cancellation if the named insured requests cancellation.
City of Pearland
3519 Liberty Dr.
Pearland TX 77581
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
CERTIFICATE OF LIABILITY INSURANCE Acct#: 2494132
DATE (MM/DD/YYYY)
09/25/2023
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
LOCKTON COMPANIES, LLC
2100 ROSS AVE., SUITE 1400
DALLAS, TX 75201
CONTACT NAME:
PHONE
(A/C, No, Ext): 214-771-4411
FAX
(A/C, No):
E-MAIL ADDRESS:
REI.WC@ONEDIIGITAL.COM
INSURER(S) AFFORDING COVERAGE NAIC #
INSURER A : Indemnity Insurance Co. of North America 43575
INSURED
Construction Masters of Houston Inc.
3908 3rd St.
PEARLAND, TX 77581
INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR TYPE OF INSURANCE ADDL
INSD
SUBR
WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS
COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $
CLAIMS- OCCUR
DAMAGE TO RENTED
PREMISES (Ea occurrence) $
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $
POLICY PRO-
JECT
LOC PRODUCTS - COMP/OP AGG $
OTHER:
$
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
(Ea accident) $
ANY AUTO BODILY INJURY (Per person) $
OWNED
AUTOS ONLY
HIRED
AUTOS ONLY
SCHEDULED
AUTOS NON-OWNED
AUTOS ONLY
BODILY INJURY (Per accident) $
PROPERTY DAMAGE
(Per accident) $
$
UMBRELLA LIAB
EXCESS LIAB
OCCUR
CLAIMS-MADE
EACH OCCURRENCE $
AGGREGATE $
DED RETENTION $ $
A
WORKERS COMPENSATION
AND EMPLOYERS’ LIABILITY Y/N
ANYPROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N / A X C55711987 10/01/2023 10/01/2024
X PER STATUTE OTH- ER
E.L. EACH ACCIDENT $ 1,000,000
E.L. DISEASE - EA EMPLOYEE $ 1,000,000
E.L. DISEASE - POLICY LIMIT $ 1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
COVERAGE PROVIDED FOR ALL LEASED EMPLOYEES BUT NOT SUBCONTRACTORS OF: Construction Masters of Houston Inc.
WAIVER OF SUBROGATION IN FAVOR OF CITY OF PEARLAND WHEN REQUIRED BY WRITTEN CONTRACT.
CERTIFICATE HOLDER CANCELLATION
2494132
City of Pearland
3519 Liberty Dr.
Pearland, TX 77581
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
© 1988-2016 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD
Docusign Envelope ID: C39FAC3C-3CD8-498C-86A1-D8EF3709D1FD