Loading...
HomeMy WebLinkAboutPR 19359: CONSTRUCTION OF THE LANDFILL NORTH DETENTION BASIN, SWAT, INC. City of vy ° t rth u Texas INTEROFFICE MEMORANDUM PUBLIC WORKS DEPARTMENT— LANDFILL DIVISION Date: April 27, 2016 To: Brian McDougal, City Manager. From: Clifton Williams, Acting Purchasing Manager RE: Proposed Resolution Number 19359 Nature of the Request: City of Port Arthur solicited bids for the Landfill North Detention Basin Construction project, which is required by TCEQ. SCS Engineers solicited bids for this project. SWAT, Inc., of Winnie,Texas was the lowest and most responsive bidder. Staffing Analysis,Considerations: None Recommendation: Utility Operations recommends the City Council award SWAT, Inc. of the Winnie, Texas, the contract for Construction of the Landfill North Detention Basin. Budget Consideration: Funds are available in Account P.R. No. 19359 04/12/2016 CEWJ Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT FOR THE CONSTRUCTION OF THE LANDFILL NORTH DETENTION BASIN BETWEEN THE CITY OF PORT ARTHUR AND SWAT, INC., OF WINNIE, TEXAS, IN THE AMOUNT OF $977,352.00. FUNDS ARE AVAILABLE IN ACCOUNT 403- 1274-533.59-02 WHEREAS, TCEQ is requiring the construction of the North Detention Basin; and, WHEREAS, the City of Port Arthur and SCS Engineers solicited bids for this project; and, WHEREAS, the bids have been reviewed by the City of Port Arthur and SCS Engineers, a copy of the bid tabulation and SCS Engineers recommendations are attached as Exhibit"A"; and, WHEREAS, SWAT, Inc. of Winnie, Texas, submitted the lowest and most responsive bid for this work. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City of Port Arthur a contract between the City of Port Arthur and SWAT, Inc., of Winnie, Texas in the amount of$977,352.00, in substantially the same form attached as Exhibit"B". THAT, this project will be funded by Account No. 403-1274-533.59-02. THAT, a copy of this caption be spread upon the Minutes of the City Council. P.R.No. 19359 02/01/2016 CEWJ Page 2 of 3 READ,ADOPTED AND APPROVED on this day of May, A.D, 2016 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor Councilmembers NOES: Debris "Bobbie" Prince Mayor ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: Val Tizeno City Attorney APPROVED FOR ADMINISTRATION: Brian McDougal City Manager P.R. No. 19359 02/01/2016 CEWJ Page 3 of 3 Dr. Jimmie Johnson, PHD Assistant City Manager Jerry Dale,CPA/GFOA , , glib Director of Finance fton Williams, CPPB Acting Purchasing Manager EXHIBIT "A" (Bid Tabulation) Solid Waste Management Consultants 1901 Central Drive 817 571-2288 and Contractors Suite 550 FAX 817 571-2188 Bedford, Texas 76021- 5872 www.scsengineers.com SCS ENGINEERS March 9, 2016 SCS Project No. 16214082.00 Mr. Clifton Williams Purchasing Manager City of Port Arthur 444 4t Street Port Arthur, Texas 77640 Subject: City of Port Arthur Landfill North Detention Basin Construction, Bid No. P15-091 Bid Evaluation and Tabulation Dear Mr. Williams: SCS Engineers (SCS) is pleased to provide the City of Port Arthur (City) our bid evaluation for Bid No. P15-091, North Detention Basin Construction. This bid evaluation is based on the attached bid tabulation, including required bid submittals, prepared by SCS following the Bid Opening on March 2, 2016 for the referenced project. The following is a summary of the bid evaluation: • A total of six bids were received by the City at the Bid Opening. The six bids ranged from $977,352.00(low bid)to$1,950,350.00(high bid). A copy of the bid tabulation is attached for your review. • SWAT, Inc. of Winnie, Texas is the apparent low bidder on the project. SWAT, Inc. tendered a low bid of $977,352.00 for the referenced project. This total bid amount includes the base bid, as well as the $100,000 allowance. • SWAT, Inc. has similar construction experience as stated in the Contractor's Qualification Statement included with their bid. • SCS has contacted references provided by SWAT, Inc., and the references gave good recommendations for their work on the respective construction projects. • Based on our review of the bid information, SWAT, Inc. appears to be the Responsible Low Bidder for the City of Port Arthur Landfill, North Detention Basin Construction. Therefore, based on the above bid evaluation, SCS recommends that Base Bid Items 1 through 12 and $100,000 Allowance be awarded to SWAT, Inc. for a total contract amount of$977,352.00. M:\Projects\Port Anhur\16214082.00 N.Basin C-Plans,Specs.CQA\Task 14-Bid Phase\Bids\L030916 Port Arthur,North Detention Basin,Bid No.P15-091 Bid Evaluauon.docx Mr. Clifton Williams March 9, 2016 Page 2 If you have any questions or need additional information regarding our bid evaluation,please feel free to contact us. Sincerely, Ryan Kuntz, P.E. Kevin D. Yard, P.E., BCEE Project Manager Vice President SCS ENGINEERS SCS ENGINEERS TBPE Registration No.F-3407 Enclosures: Bid Tabulation M:\Projects\Port Arthur116214082.00 N.Basin C-Plans,Specs.CQA\Task 14-Bid Phase\Bids\L030916 Port Arthur,North Detention Basin,Bid No.P15-091 Bid Evaluationdocx CA E W g z ) C \ ƒ co ƒ \ \ ƒ 4 § z Q z _ k 0 U) U) U) U) U) © " / a) a) a) / / c z _i U) J k 0 U o E c Cl) U) ( U) Cl) U) / \ / / / / / ƒ _1 § w - U o• & 0 2 $ $ $ 2 $ 2 \ 2 / » * » » » » } O • C 1—( E'l Ts ) 'Co ¥ 4 / -1 _ k w » coam At¥ / i ) ƒ / 2 ƒ / / ' g Q e t \ 2 k 0 } O C < • / L \ £ a) Cl) Cl) a) Cl) § U \ I- / a) a) a) a) / G % .,r. CI* C \ P / 0—( •< e E. © \ / or [ = g 2 _ 0 \ § 2 73 \ / O « ai - Fn / s & < @ 0- > c ± § - g O 9 CL 0 \ \ 0 k <4 / E f e \ 17 1:3 z \ 4-. / o Z e m cr E } E CU \ 2 0 z g - - ,88888.853:`,188 3883 _ < �; yngi«.r c ; .... N. N N N-..nN H N N N N jG 2 < J W E ti z,a2 i 8 a t1 8. L_ U - J -' - _ 6 s Z: _- - 4=.z. „ .°2-i $s E N N NN N N NN N N N NN F 71 44 q�88 8= _888= 38888-8 8888 @ L. i sH 34§F; 11 3n 3_ UlI>: § U " sN N N N H N N N....N N N N N - N N N N N N N N N.N N in NNNN . 88 333T838,'=' 88 3 _, j 33 3383=~8$888 13 .C , N Y N N N N NNN NNN V 1 V 1 V 1 4 5. c r NN NNNNNNN NNNN '� 38 222222=3388 88888 == 88883888888 338 8 3 d Z F „ -' »Z--n- n 3 m gP - 74 v. ;.A-•n4=�o•Tv __$ E O 6 - _ NN .HNNNNNNHNN NNNN NN NN.....NNN V. NNNN _ 8 iVV_ i m :3 g'S$„8,X.,34:8.3' m 44 4,M, =N t rte g 424 s �J. U n 3 G-C - kr-: - - = - —T 4 .2z _ _ z "z u NN NNNNNNN..NNN NN NNNNNNNNNHN 5 22s Icz3 3 ax z z24 8838g8 3r - 4444= _ = 38'4 88Q8p8 a s .-s.Cg [ 6: E r '344= .:'asn'3'- - Uv Sv: _ .0 E.7,f - _ -rois g3�Sq ' 9 f~t 444 1,N N N N N N N N V.N N N N N NN N NNNN N N H N N N '4,.'4 9 O R .--g e r 'IR =s = _ _ _ -• -'It '8888 e , .z = = ' _ - -- - - 2 i xgr - - " -_U - 00 ? - _ - -- E - - _ c - - __ 3 E V$ NNN N - - - NN N NNNNNNN J. NNN N MHN 5 6 f o - V 1 C Z J 1 }}}n:..0 ta.l.n - _ `o A. vlYY}. :..�.:.H z u 4„L,.-.,- . .. z _± J J J Co U U J N-,N V J G fr b= _ - _ zy ° z .:Z « 34NF «7 � -- -^ '^- _ _ -- ----.-2,=z,..- . 3 IA n x Asir! 5 z z em *- z z ca 3 €09 O O e _ O 4 s H z3 t €� R _ 'sad i c gg j^ I ., SUS&itZ x { „ c ,,,-2,z“-.,...12-.`ir2? §n $ �, .Jib 1 3 1. •c• 775-6 ' -8 - - . P -.Tc.9. cs= 5$ ;1183 ” g.b 4a25= 1 G Y m Z n O.. _ _ i _ - ---Z 7JJ • 1 it1 i Z 1 I m c o `} w _z Q y J ›- ›- >-- )- )- ›- Z C C/) U C. 0 w C O V1 • tU t!) N V) U) G) to d i } } } } } } C c O O J v) a) cc Z O d — C a— a) i C to v) to CO v) to >- } >- r >- >- ' G > J U .1 O LU c U c:. zZ 0 0N) ate) U) UU) 0 N ii z � -J >- >- >- >- >- >- • z2 _ 3 • O •— .� C 0 w E � I J a n Z = a_ 0 C v › z >- X m O Q d m L-. O O '?.., z d - E-. I N U) N U) to tl) v (, .., Q } >- } } >- } e i Vi U) G z CZ ` O i .. 'm m C cti H `/) o in t✓ iii u) O o N C l U. > 7 ._ .0 ct) m Q i� d. t`— N U L. tC •3 N Q N Ta o '_ cr d >O a) 7 - i .5 C Q0. O O = O O < CC 'C O v 0 m a) • .D 7, --O O O O E m < Z U U - o c t. z r-I N M Lr) lD E o Y 7 EXHIBIT "B" (Contract) CONTRACT FOR THE CONSTRUCTION OF LANDFILL NORTH DETENTION BASIN THIS AGREEMENT is made by and between an individual, firm partnership or corporation, SWAT, Inc., of Winnie,Texas,hereinafter called "Contractor", and the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called the "Owner" or "City". WITNESSETH: That for and in consideration of the payments,terms, conditions and agreements set forth herein, Owner and Contractor agree as follows: 1. The term of this Contract shall be 90 days from the date of the Notice to Proceed. The City can terminate this contract at its convenience which includes, but not limited to, funding not being available in any budget cycle with 30 days written notice. 2. The Contractor will perform the Construction of Landfill North Detention Basin as stated in the Contract/Bid Documents. 3. During the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor, qualified supervision and other services necessary for the satisfactory completion of specifications and agreements contained herein for Construction of Landfill North Detention Basin. 4. The Contractor agrees to perform all the work described in the specifications and contract documents and comply with the terms herein in the amount of$977,352.00. 5. The term"Contract Documents"means and includes the following: (A) Agreement (B) Advertisement for BIDS (C) Invitation to Bid (D) General Information (E) General Specifications (F) Specifications (G) Bid (H) Bidder's Information Sheet (I) Bid Bond (J) Insurance (K) Payment Bond (L) Performance Bond (I) Notice to Proceed 6. The Owner will pay to the Contractor in the manner and at such times as set forth in the General Information such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,administrators, successors and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies each of which shall be deemed an original on the date first above written. SIGNED AND AGREED to on the day of ,2016. ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY CITY MANAGER Signed on the day of 2016 ATTEST CONTRACTOR SWAT, Inc. BY WITNESS Print Name: Title: •°2 W 0 0 0 0 0 0 0 0 0 O b 1 U 88000 ° 0. 0. 000008 0N a) cNicci o o � co 0 0 0 0 0 U U N O f� Q g to O O ir) o (V o C A.1 cr) S {h 1- z I-- N e- N 0 O C U '7 . N ^ 0 O M O N , N C7 M O C7 C c� i.O d .- *4 N 3 M N U E. p~j AI. 3 U E. 6A 69 64 69 6A 69 69 69 69 69 6A 69 69 bA 3.0 s a -- w o d 00•o o 0 0 0 0 0 o c0 0 0 0 0 0 0 •5 P. N ori tri tri tri CV O v cri 0 6 O F .0 p a t0 N fr 1() .- Cr) A [r r Cr) p z O N ,' O 69 69 69 69 69 69 69 69 69 69 69 64 ij 4t la v - 0 o o F z cn to y+ z w w w — o � Z a -1 .,.a000 •4v) av) U .4 ' a a0 py `�° ,- A W CA N En W H o a 0 y cu OOQ Op N; z r-. r, r. � � ... M .. i '" (--U U Sd p+ Q oo v ,ro F C waW )= 4t cIC1 W ani C7~ A Q Q 0F)) Oa52 t a, C o a 061 H w 'd 'E O W C B ate) E A ° z- . ► y .5 0 . a a o cd0 Oz cc — w oa ; , 0. ?, •� C o °) '3 •8 .2 i o -0w UI a a E 5 A o o . C7 g F. b o o I o CI) 3 .$ .. c F" Z c 0 b 8 •o I I w y p 3 ctl • 0 0 0 3 g a aO x N U b y xk ° O Q, U �D Q w 4 .4 WW W C7 en —, = Vo o0 go• 'O En ani W `9 I. .F'r rr N M h �D r- 00 as C , .Nr z `� ggb A I� C4 'Cf Aa y H 0 0 I -0 M Y y , g O N c ° ot '0U U NPr g y C O U• 1 •NA "bo °� N U I. ° .. g bU W › a) c0 LI) •'. b a, � 4 r gk • z 3 ° ob z ° " °°V Ud N .. O cll . ¢'�, w F 44 o � • -03 � • el iW U MI Z N V .4 • -1.� '4 fes+ CN ril w N Q x W ° " ate a E, W ri O -0 ez a .s m O CA 01 W a) to 0 _ w � XO •i . U O '� E- fa z c H a) U ,� o CG am 2 A. A a• •ghinv >, a U rs: O 41 A ›,b �Atl w w a .v., -s u A Pa ° ° H av 2o' Y 0 y 4, Z �•� -- 'SE o W Lo o 0 a) 'b -o a) ,0 Q b y Y CI N .. "0 LIC 3. ° U E U 0 a 3 Q, 0 ° ° to w c UOte ••-• bw + U« j d Q - .4-4 A W p '[ U)ob , 4, 3 ►,0al ,4ct: w Z co bc o °a � aY) ° O' a y I.• = " a) - 'S g 0 • C 15 CO • `� a . a. Q E-,P 0 o aa3 U s II a) v 0 o C7 H av .� vAv) . W H W171 SCS ENGINEERS 116W , CITY OF PORT ARTHUR LANDFILL TCEQ PERMIT NO. MSW- 1815A BID NUMBER: P15-091 NORTH DETENTION BASIN CONSTRUCTION BIDDING DOCUMENTS AND SPECIFICATIONS ADDENDUM NO. 1 Prepared for: CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS Prepared by: SCS ENGINEERS TBPE Registration No. F-3407 Dallas/Fort Worth Office 1 901 Central Drive, Suite 550 Bedford, Texas 76021 817-571 -2288 ADDENDUM NO. 1 — FEBRUARY 2016 Offices Nationwide www.scsengineers.com CITY OF PORT ARTHUR LANDFILL,NORTH DETENTION BASIN CONSTRUCTION BID DOCUMENTS AND SPECIFICATIONS BID NUMBER: P15-091 ADDENDUM NO. 1 SUMMARY OF REVISIONS The following briefly describes the revisions, additions, or clarifications of the Bid Documents and Specifications for the North Detention Basin Construction project for the City of Port Arthur Landfill, Permit No. MSW-1815A,which shall become a part of the Contract Documents. • RESPONSES TO ADMINISTRATIVE/TECHNICAL QUESTIONS • REVISION TO BID DOCUMENTS 1. The Bid Sheet item description for Bid Item 9 was revised to strike the phrase "Smooth-Lined," so now the item description reads "36-inch CMP." As described in the "Responses to Administrative/Technical Questions," the specifications for CMP have been revised since the specified pipe is no longer available, which was based on Contech's SmoothCor pipe product line. Additionally, the allowance for this project has been increased from $50,000 to $100,000 consistent with Section 01020—Allowances. • REVISION TO TECHNICAL SPECIFICATIONS 1. Section 01020 — Allowances has been revised to increase the allowance on the project from $50,000 to$100,000. 2. Section 01025—Measurement and Payment was revised for the following: D To clarify the payment terms for Item Nos. 4, 5, and 6, specifically related to work included in the bid item, including but not limited to removal of pumping and yielding soils up to one (1) foot in depth; and D To remove the phrase"Smooth-Lined"from Item No.9,as described in the"Revisions to Bid Documents." 3. Section 02210—Excavation, Backfill, Fill,and Grading was revised for the following: D To clarify the location for stockpiling topsoil and imported Engineered Fill, as shown on the revision to Drawing 2 of the construction plans, in response to Question 2 of the "Responses to Administrative/Technical Questions." D To clarify how the measurement and payment for any necessary replacement of pumping or yielding soils will be performed during the project, which includes removal of silt or sediment in the existing stormwater pond following any necessary pumping operations, as described Part 3.4.A.4 of Section 02210. This revision was made in response to Question 3 of the"Responses to Administrative/Technical Questions." M,Projc ts\Por(Arthur\162140S2 00 N Baun C-Plans,Specs,CQA'Tauc 14-Bid Phaa,Addetd.UM M.N Barin,Bid No PI 5-091.Mdendtun 1(draft)docs • REVISION TO CONSTRUCTION PLANS 1. Drawing 2 — Site Layout Plan was revised to show the approved location for stockpiling topsoil, excavated soil, and imported Engineered Fill. This location may also be used for staging other materials and equipment. 2. Drawing 7 — North Detention Basin Details was revised to include new specifications for the CMPs at the basin outlet, as described in response to Question 1 in the `Responses to Administrative/Technical Questions." • ADDITION OF HISTORICAL BORING LOGS AND GROUNDWATER ELEVATIONS I. Historical boring logs within the vicinity of the north detention basin construction have been provided for the contractor's use in evaluating the soils that may be encountered during construction. The information provided also includes historical boring logs for groundwater monitoring wells that were previously abandoned. Also, boring logs for currently installed groundwater monitoring wells within the vicinity of construction, as shown on the construction plans, have been provided. Neither SCS nor the City makes any guarantee that the boring logs are representative of current site conditions. 2. A drawing entitled Groundwater Gradient has been provided, which includes measured groundwater elevations within onsite groundwater monitor wells as measured by SCS Engineers in December 2015, as well as an interpolation of the potentiometric (groundwater) surface based on these recorded groundwater elevations. Any necessary revisions to the specifications and construction plans have been performed using redline/strikeout and revision bubbles, respectively. The bidder shall indicate the receipt of Addendum No. 1 by faxing or emailing the Addendum No. 1 receipt verification, to the attention of Mr.Ryan Kuntz, P.E.at 817-571-2188 or rkuntz@scsengineers.com,respectively. In.4411S4' RYAN RK�MR0.. " ....... ;. I ;89 ' 0 .1 Tuctasive M:Nrojcct,Wbrt Arthir116214082.00 N.Da.in C-P,.,.Spe,,CQAVinsk 14-Uid I'Das.WJdcmhUY An.N.Dwin.Did Nu'15-091.Addendum 10.4.11).Jou CITY OF PORT ARTHUR LANDFILL,NORTH DETENTION BASIN CONSTRUCTION BID DOCUMENTS AND SPECIFICATIONS BID NUMBER: P15-091 ADDENDUM NO. 1 RECEIPT VERIFICATION Contractors and/or Subcontractors bidding on the City of Port Arthur Landfill, TCEQ Permit No. MSW-1815A— North Detention Basin Construction are requested to verify with SCS Engineers that Addendum No. 1 to the Bidding Documents and Specifications was received. The Addendum No. 1 package contains the following revised pages/documents: • Responses to Administrative/Technical Questions; • Revision to Bid Documents; • Revision to Technical Specifications; • Revision to Construction Plans(Drawings 2 and 7); and • Addition of Historical Boring Logs and Groundwater Elevations. Fill out the Contractor's information below, and fax or email this completed form back to SCS Engineers at 817-571-2188 or rkuntzoa scsenAneers.com, respectively, to the attention of Mr. Ryan Kuntz, P.E. verifying receipt of the Addendum No. 1 package. Contractors shall also acknowledge receipt of Addendum No. 1 by including a copy of this receipt verification with their bid. Thank you for your interest in this project. 5(Aic*-f COh5-4PvGrtttr• c. N of Bidder(Contractor or Subcontractor) (7 ee� O kic-hC'-f' N o Representative 7 Signature of Representative 3— ( — Zvlt Date Received M:NrojecLOPorl Arthur)!6214082 00 N Bum C-Plar s,Spat.CQA\Twk 14-Bid Phau'AJJmda'P1 Art,N Basin.Bid No PI5-091,Addendum I(draft)doc< CITY OF PORT ARTHUR LANDFILL,NORTH DETENTION BASIN CONSTRUCTION BID DOCUMENTS AND SPECIFICATIONS BID NUMBER: P15-091 ADDENDUM NO. 1 RESPONSE TO ADMINISTRATIVE/TECHNICAL QUESTIONS The following are the responses to technical questions submitted on or before February 22, 2016 at 5:00 PM (i.e., deadline for technical questions, as extended during the pre-bid conference). The questions are provided below, followed by SCS Engineer's response in bold/talics: 1. The following questions were asked,related to the 36-inch smooth-lined CMPs: • What lengths should the joints be? • Which style of corrugation on the outside? • Are any special coatings necessary on the inside or the outside? • Is there a particular vendor that is recommended? During our attempt to respond to the above questions and conversations with Contech (a well- known pipe manufacturer), it was brought to our attention that the specified CMP, which was based on Contech's Smooth Cor pipe product line, is no longer available for the materials specified. As such, we have revised the CMP specifications provided in Note 2 on Drawing 7 as follows: "The CMP culverts shall be circular, spiral rib,Aluminized Type 2 steel (interior and exterior of CMP)consistent with AASHTO M274 or ASTMA929. The CMP shall be Contech UltraFlo or Engineered approved equal, 14 gauge (minimum) thickness, 3/4"x 3/4"x 7-1/2" external ribs in accordance with the applicable requirements of AASHTO M36 or ASTM A760, and internal surface that simulates a Manning's "n" of 0.012 or better. The CMP shall have nominal diameter shown and minimal segment joints (i.e., CMP segments no less than 20 feet unless otherwise approved by Engineer). CMP segments shall be joined using gasket connections recommended by the manufacturer. CMP culverts shall be installed consistent with Item 460 of TxDOT Standard Specifications and ASTMA798/A798M." 2. Can you give us an idea on how far away from the site that we will be stockpiling the topsoil and the other material? Drawing 2 — Site Layout Plan has been revised to depict the area for staging equipment and materials and stockpiling excavated soils, topsoil, and offsite soil borrow material. 3. How are we supposed to accommodate for the silt that needs to be excavated out of the pond after pumping water? How will this be paid for and what is the quantity of material that will be excavated from the pond. Silt or sediment that may need to be excavated from the existing storm water pond following any necessary pumping) has been classified as pumping or yielding soils. As such, Section 02210—Excavation,Backfill, Fill and Grading has been revised to clarify how the replacement of pumping and yielding soils will be measured for payment, whether from the existing storm water basin or elsewhere on the project where Engineered Fill placement is required 1 of 3 MAProjau'Pun Anhun162 1 408200 N Basin C-Plans,Spas.COA,Task 14-Did PluxeAddende'P1 Art,N noon.Did No PI5-091,Addendum t IOW.02.22-16)dura However, at this time, it is not known what quantity of pumping and yielding soils will be encountered and require removal and replacement. Note, as specified in Section 02210, the first one (1)foot of soil in excess of topsoil removal that requires removal due to pumping and yielding shall be performed at no additional cost to the Owner or shall be accounted for in the unit rate for Bid Items 5 and 6, related to excavation and Engineered Fill placement. Section 01025—Measurement and Payment has been revised to clarify this portion of the work. Also, as described in Section 02210, any removal of pumping and yielding soils in excess of the first one (1)foot shall be measured separately and paid for in-place cubic yards excavated and replaced with Engineered Fill at the unit rate for Bid Item 5 and Bid Item 6, related to excavation and Engineered Fill placement, respectively. Payment for the replacement of pumping and yielding soils in excess of one (1)shall made under the allowance, as provided in Section 01020, using the unit rates described above. 4. Where is the pay item for seeding and fertilizer? Seeding and fertilizer shall be accounted for under Bid Item No. 8, related to Erosion Control Blanket, as specified in Section 01025 —Measurement and Payment. As such, no change to the bid documents was made in response to this question. 5. Where is the working landfill and wood waste locations in reference to the construction area? Are there any chipping requirements for vegetation before disposal? There is no longer a separate wood waste area. Wood or vegetation waste from clearing and grubbing operations shall be disposed of at the working face of the landfill, which is generally located within the area of Cells 40 and 48, as shown on Drawing 2 of the construction plans. There are no chipping requirements for wood and vegetation waste. 6. Does the fill and excavation quantities account for top soil quantity removal? The excavation quantity does not include top soil removal, as topsoil removal and excavation are separate bid items (i.e., topsoil removal will be performed prior to any excavation or engineered fill placement in the areas identified in the technical specifications). However, the fill quantity does include the replacement of topsoil with engineered fill where engineered fill placement occurs outside the existing landfill levee. The area of topsoil removal is specified in Section 02210—Excavation,Backfill, Fill, and Grading,Part 3.2.B. 7. Is the total fill required 51,500 cy+4100 cy= 55,600 cy or is it only 51,500 cy? The total engineered fill quantity is 51,500 cy, which includes replacement of topsoil where engineered fill placement occurs outside the existing landfill levee,fill required to achieve the final grades of the basin, and fill required for keying fills soils into in-situ soils along the entire length of the external berm of the basin. 8. Will Contractors be covered under an existing site SWPPP Plan or are Contractors required to prepare their own SWPPP Plan? Is there an existing site SWPPP available for review? Contractors are covered under the SWPPP plan and notice-of-intent for landfill operations in accordance with the TPDES General Permit TXR050000. As such, the Contractor is not 2 of 3 M Trojecl fort Anhus11621408'_041 N Bann('-Plans,Spas,CQA•fask 14-Bid Pha ce Addemla\P,An.N Basin,Aid No PI5-091,Addmdwn I(final.02-22-16)doer required to prepare a separate SWPPP plan for the project. The technical specifications Section 01560, Part 3.1, related to environmental protection, and Section 02270, related to erosion and sediment control include the Contractor's responsibilities for compliance with the landfill's SWPPP. As such, at this time the existing SWPPP for the landfill will not be made available to the bidder's during construction, but will be made available to Contractor awarded the project upon request (i.e., the bidders need only to account for the environmental and storm water protection requirements provided in the technical specifications for bidding purposes). 9. Is there any geotechnical or groundwater data/info available for the work site? See additional section provided with this addendum entitled "Historical Boring Logs and Groundwater Elevations. 3 of 3 M:Trojecls`Port AsUsur'16214082.00 N Basin(:-Plans.Spocs,CQAujask 14-Bid Phasc`'Addmda+Pl M.N Basin.Bid No PI 5-1191,Addendum I(final,02-22.16)doss REVISION TO BID DOCUMENTS M'Projal Pon AnhuU6:I40S200 N Basin C.Plans.Spas.COA'fesk 14-Bid Phew AddendMP1 An,N Benin,Bid No 015-091,Addendum 1(draft)docs NON—COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal Signature: Printed Name: T) r-eci �ovc- r-f- Title: President Company: SWAT, Inc. Date: March 1, 2016 SUBSCRIBED and sworn to before me the undersigned authority by the J of, ( r)1(e, on behalf of said bidder. 741k ti /i 5" Notary Public in and for the "" "4 , KIM A DANFORTH State of Texas 4 47 ,.1 1 Notary Public { STATE OF TEXAS ''4�.,,. ;•r My Comm.Exp.Feb.1,2017 My commission expires: —J— 7 • -.- Issued-for-Bidding Issued-for-Bidding 8 January 2016 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: x I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. SWAT, Inc. March 1, 2016 r Name Date ?- President Authorized Signature Title 1) ce 0 I o L-P-� 409/296-4983 Name (please print) Telephone wrtouchet@swatconstruction.com Email STATE: I x COUNTY:C I-,G r,,b i--5 SUBSCRIBED AND SWORN to before me by the above named geed Jpuch€�.t on this the i day of M H kei•i , 20 /co� KIM A DANFORTH e Notary Public• ' • Oji ..,),,,.C-�'' i4D6 Notary Public STATE OF TEXAS t My Comm.Exp.Feb.1,2017 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Issued-for-Bidding 9 January 2016 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity NOT APPLICABLE This questionnaire reflects changes made to the law by H.B. 1491,80th Leg.,Regular Session. This questionnaire is being filed in accordance with Chapter 176,Local Government Code by a person who has a business relationship as defined by Section 176.001 (1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006,Local Government Code.An offense under this section is a Class C misdemeanor. 1.Name of person who has a business relationship with local governmental entity. 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3.Name of a local government officer with whom filer has employment or business relationship. Name of Officer This section(item 3 including subparts A,B,C,&D)must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1-a),Local Government Code.Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director,or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4. Signature of person doing business with the governmental entity Date Issued-for-Bidding 10 January 2016 CONTRACTOR'S QUALIFICATIONS To qualify to submit a proposal on this project, General Contractor shall submit a Contractor's Qualification Statement that demonstrates that the General Contractor has experience completing similar type work, including earthwork, concrete, erosion control, etc., as identified in the technical specifications and shown on the construction plans. This Qualification Statement shall include a project description, Owner, project duration, type of equipment used,contract price and contact person. Issued for-Bidding 11 Jnnunry 2016 CONTRACTOR'S QUALIFICATION STATEMENT Project: City of Port Arthur Landfill,North Detention Basin Construction Contractor/Sub-contractor: SWAT, Inc. (circle one) Indicate One: _Sole Proprietor _Partnership _Other x Corporation _Joint Venture Name: Reed Touchet Partner: Title: President Title: Address: 46902 I H 10 E Address: City: Winnie City: State&Zip: Texas 77665 State&Zip: Phone: 409-656-0857 Phone: State and Date of Incorporation, Partnership, Ownership, Etc. Texas February 5, 1986 Location of Principal Office: 46902 IH 10 E, Winnie, Texas 77665 Contact and Phone at Principal Office: Reed Touchet 409-296-4983 Liability Insurance Provider and Limits of Coverage: Liberty Mutual Fire $1,000,000 Workers compensation Insurance Provider: Liberty Mutual Fire Surety(Performance and Payment): John L. Wortham &Son Insurance Address: 78279 131 Interpark Blvd, San Antonio, Texas 78216 Contact and Phone: Tom Whitney 210-249-2350 Total Number of Employees to be Associated with this Job: 20 Managerial 2 Administrative 1 Professional - Skilled 11 Semi-Skilled 6 Other _ Percentage of Work to be Done by Bidder's Employees(Based on Dollars Bid): 90% lssued.%r-Bidding 12 Jwuuary 2016 Type(s) of Work to be Done by Bidder's or Sub-Contractor's Employees (examples: earthwork, concrete,etc.) Earthwork, Concrete, Erosion Control Access to Tools and Equipment: Percent Owned 95% Percent Rented 5% Number of Years in Business as a Contractor on Above Types of Work: 30 Type(s) of Work to be Done by Sub-Contractors: Include Name,Address,and Phone Number of Sub-Contractor,Use Additional Sheets if needed. Type of Work Sub-Contractor Surveying-Bob Shaw Consulting Engineers-4749 Twin City Hwy#305,Port Arthur,Texas 77642 (409)540-6256 Hydro Mulching -Environmental Allies-9625 Windfern Rd.,Houston,Texas 77064 (281)442-4112 Concrete-Vortech Contracting-46902 IH 10 East,Winnie,Texas 77665 (409)659-1274 Monitor Well-B&L Water Well-PO Box 213,Winnie.Texas 77665 (409)781-2865 List your projects completed in the last five years,with information,similar to the type of work in bid. (Use Additional Sheets if Necessary) 1. Project: South Dock Repair Project Description: Cement Stabilzed Barge Dock Project Supervisor: Darren Cleveland - SWAT ; Randy Bena -Engineer Owner/Agency: Victoria County Navigation District Year Built: 2016 Contract Price: 275,000 Type of Equipment Used: Trackhoe, Bulldozer, Roller, Mixer, Scraper, Wheel Loader Contact Person: Randy Bena Phone: 361-570-7500 Issued-/r-Bidding /3 Ju171Icny2016 2. Project: Fowlerton B Unit 1H and C Unit Project Description: Site work- Building multiple drilling pads and roads Project Supervisor: JD Fontenot-SWAT; John Bailey-EOG Resources Owner/Agency: EOG Resources Year Built: 2015 Contract Price: $529,242 Type of Equipment Used: Motorgraders, Bulldozers, Excavators, Rollers Contact Person: John Bailey Phone: 210-501-7445 3. Project: Lemon Lime 1H and 2H Project Description: Site work- Building multiple drilling pads and roads Project Supervisor: JD Fontenot-SWAT; John Bailey-EOG Resources Owner/Agency: EOG Resources Year Built: 2014 Contract Price: $594,292 Type of Equipment Used: Motorgraders.Bulldozers. Excavators.Rollers Contact Person: John Bailey Phone: 210-501-7445 4. Project: Detention Pond &Site Construction Project Description: Built 2 detention ponds and site Project Supervisor: Jimmy Zemial-SWAT Owner/Agency: South Coast Alligator Farms Year Built: 2016 Contract Price: $50,000 Type of Equipment Used: Excavator, Bulldozer, Motorgrader, Scraper, Roller Contact Person: Chuck Reddell Phone: 409-782-2784 Issued-for-Bidding 14 January 2016 5. Project: Dinero Compressor Station Project Description: Mulching and Clearing site; Built site and road; Built concrete road entrance, fence and gate. Project Supervisor: JD Fontenot-SWAT; Frank Abalos-Vortech Owner/Agency: Energy Transfer Year Built: 2016 Contract Price: $505,406 Type of Equipment Used: Bulldozers, Scraper, Rollers, Motorgraders, Excavators Contact Person: Frank Abalos Phone: 409-267-1963 Trade References(List Company,Address, Contact Person, and Phone): Stratton's Inc. PO Box 570,Winnie,TX 77665 Joy Turner (409)296-4721 Waukesha Perce PO Box 20416,Dallas,TX 75320 Ryan Pyburn (713)723-1050 Caterpillar Financial PO Box 730681,Dallas,TX 75373 Dave Flint (868)244-0286 Gulfwav Lumber PO Box 1806.Winnie,TX 77665 Ray Ruff (409)296-2141 Bank References(List Institution,Address, Contact Person,and Phone): Texas First Bank PO Box 147,Winnie.TX 77665 Kenneth Holbrook (409)296-2111 Claims and Suits(If the answer to any of the questions is yes,please attach details): 1. Has your organization ever failed to complete any work awarded to it? No 2. Are there any judgments, claims, arbitration proceedings, or suits pending or outstanding against your organization or its officers? No 3. Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? No Issued-for-Bidding 15 January 2016 4. Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? NO I, geed i ouc wt. , being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Dated this 1st day of March , 20 16 Name of Organization: SWAT, Inc. By: Reed Touchet P,-eecj (ovell Title: President STATE OF TEXAS) COUNTY OF c:'liAnnAERS } BEFORE ME the undersigned authority,on this day personally appeared Peed Tuche;4 , known to me to be the person whose name subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and considerations therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE this I day of March 20 IL, . ' '"'"• KIM A DANFORTH : 1 I 1! Notary Public STATE OF TEXAS • 1... Notary Public in and for 4 '..w21,..0 My Comm.Exp.Feb.1,2017 �4ip1r1T?� County,Texas Issued-for-Bidding 16 Jannary 2016 REVISION TO TECHNICAL SPECIFICATIONS M:Nro141s,Pon Anhui"'62140112 00 N Basin C-Plans,Specs.CUA fask 14-Bid P)use,Adden aT1 AN.N Basin,Bid No P15-091,Addendum 1(da R)docs SECTION 01020 ALLOWANCES PART 1 GENERAL 1.1 SECTION INCLUDES A. This Section includes administrative and procedural requirements governing allowances. B. The type of allowance included in this contract is a contingency allowance. 1.3 CONTINGENCY ALLOWANCES A. Use the contingency allowance only as directed for the Owner's purposes and only by Change Orders that indicate amounts to be charged to the allowance in writing. B. The Contractor's related costs for products and equipment ordered by the Owner under the contingency allowance are not part of the Contract Sum.These costs include delivery,installation,taxes, insurance, equipment rental,and similar costs. C. Change Orders authorizing use of funds from the contingency allowance will include Contractor's related costs and reasonable overhead and profit margins. D. At Project closeout, credit unused amounts remaining in the contingency allowance to the Owner by Change Order. PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.1 SCHEDULE OF ALLOWANCES A. Allowance No. 1: Include a contingency allowance of ti38;t-X40:00$100,000.00 for use according to the Owner's instructions. END OF SECTION Rtwis+w*-OAddendu,n 1 01020-1 SECTION 01020 ALLOWANCES SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.1 DESCRIPTION A. The Contractor shall receive and accept the compensation provided in the Contract Documents as full payment for furnishing all labor, equipment, materials, and incidentals for performing all construction necessary to complete the Work,as described in the Contract Documents and Technical Specifications, and as shown on Construction Plans. B. The prices included in the Bid Schedule/Proposal shall include all costs for labor, equipment, materials, taxes, freight, permits, handling and tests required to perform the Work as specified in the Technical Specifications and as shown on the Construction Plans. Pay items in the Bid Schedule/Proposal are the only pay items for the project. Any other items necessary for a complete project, but not shown in the Bid Schedule Proposal or specified herein shall be considered an incidental item and its cost shall be included in one of the respective items specified herein. C. The Contractor shall field verify all quantities and dimensions shown on the Construction Plans or contained in the Bid Schedule/Proposal and immediately notify the Owner and Engineer of any discrepancies. D. The Contractor shall note that all area quantities (square feet, square yard, etc.) are based on horizontal projections of the area (i.e., not surface area). Measurement and payment for such items will be based on installed quantities within the specified horizontal areas or limits, which will be verified from as-built surveys (see Section 01052)of the completed Work, as specified in this Section. As such,measurement and payment will based on horizontal projections of the area (i.e.,not on surface area). E. The Contractor shall note, as described in Section 02210 — Excavation, Backfill, Fill, and Grading,The Contractor shall note that soil for use as Engineered Fill shall be obtained from an offsite borrow source. It is the Contractor's responsibility to identify an offsite borrow source with suitable material and quantity to complete the Work, and to account for said soil importation in the Bid Item 6. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.1 MEASUREMENT AND PAYMENT—PRIMARY BID Item No. 1-Mobilization/Demobilization A. Measurement.The Work required for this item will not be measured for payment. B. Payment. I. Payment for this item will be at the contract lump sum price, and shall constitute full compensation for all material, labor, equipment, and Work incidental thereto, necessary to complete this item in accordance with the Contract Documents. Payment shall cover all Work for mobilization/demobilization in accordance with the Contract Documents. ,,r, i 01025-1 SECTION 01025 MEASUREMENT AND PAYMENT 2. Mobilization includes, but is not limited to, movement of personnel, equipment, supplies and incidentals to the Site; obtaining,all permits,insurance,and bonds;and any other pre-construction expenses necessary for the start of the Work. No price adjustments will be made for this item due to changes in the Work. 3. Demobilization includes removal from the Site of all materials, resources, equipment, temporary support facilities, utilities, and all remaining construction debris at the completion of the Work, and includes release of liens and other incidentals as specified for project closeout. 4. Progress payments shall be based on the percentage of mobilization/demobilization completed at the time of invoicing. The total amount quoted for mobilization/demobilization in the bid schedule/proposal shall not exceed 5 percent of the total bid, excluding the allowance. No separate payment will be made for demobilization. All costs will be considered to be included in the lump sum price quoted for"Mobilization and Demobilization"in the Bid Schedule/Proposal. Item No.2—Layout and Work Surveys A. Measurement.The Work required for this item will not be measured for payment. B. Payment. 1. Payment for this item will be at the contract lump sum price. Payment will constitute full compensation for labor, equipment, tools and incidentals necessary to complete the Work specified in Section 01052. 1. No additional payment will be allowed for surveying associated with incremental material quantity increases,except for increased material quantities associated with Work clearly not included in the Construction Plans or Technical Specifications. Item No.3—Clearing and Grubbing A. Measurement.The Work required for this item will not be measured for payment. B. Payment. Payment for this item shall be made on a lump sum (LS)basis for clearing and grubbing of the North Detention Basin area,which will constitute full compensation for all labor,equipment,tools, and work incidental thereto, and necessary to complete this item in accordance with Section 02110. Payment includes cutting,removal and disposing of vegetation,trees, shrubs,stumps, roots, grubbing, and other incidentals. Item No. 4—Excavation—Topsoil Removal A. Measurement. I. Measurement for this item shall be on a cubic yard (CY) basis. Excavation quantities shall be measured for in-place soil volume removed based on a comparison of a boundary survey of the area requiring topsoil removal multiplied by 12-inches(maximum depth of topsoil removal). 2. Topsoil removal is required north of the existing landfill levee and existing toe of the landfill sideslopes in the area requiring either excavation or Engineered Fill placement required for construction of the North Detention Basin. B. Payment. Payment for this item will be at the contract unit price per cubic yard (CY). Payment shall constitute full compensation for all labor, equipment, tools, and work incidental thereto, necessary to complete this item in accordance with Section 02210. including but not limited to topsoil excavation, loading/unloading topsoil.and hauling topsoil to stockpile locations. Rtiw+s t+o AA ddolldtun l 01025-2 SECTION 01025 MEASUREMENT AND PAYMENT Item No.5—Excavation—North Detention Basin A. Measurement. Measurement for this item shall be on a cubic yard (CY) basis. Excavation quantities shall be measured for in-place soil volume removed,based on a comparison of the as-built survey for the North Detention Basin and existing contours prior to construction, as represented by the topographic survey depicted on Drawing No. 2 —Existing Conditions of the Construction Plans. The Contractor shall review Drawing No. 2 and advise the Owner of any questions relative to using this topographic survey to form the baseline for future calculation of pay volumes for this item. Subsequent surveys shall be of sufficient accuracy to allow the Engineer to calculate pay volumes for this item within plus or minus 5 percent. B. Payment. Payment for this item will be at the contract unit price per cubic yard (CY). Payment shall constitute full compensation for all labor, equipment, tools, and work incidental thereto, necessary to complete this item in accordance with Section 02210, including, but not limited to, soil excavation, loading unloading soil. hauling soils to stockpile locations.and removal of pumping and yielding soils Likto one(l1 foot in depth,and as shown on the Construction Plans. Item No.6—Engineered Fill-North Detention Basin A. Measurement. Measurement for this item shall be on a cubic yard (CY) basis. Engineered fill quantities shall be measured for in-place volumes (as determined from as-built surveys), based on a comparison of the as-built survey for the North Detention Basin and existing contours prior to construction, as represented by the topographic survey depicted on Drawing No. 2 — Existing Conditions of the Construction Plans. The Contractor shall review Drawing No. 2 and advise the Owner of any questions relative to using this topographic survey to form the baseline for future calculation of pay volumes for this item. Subsequent surveys shall be of sufficient accuracy to allow the Engineer to calculate pay volumes for this item within plus or minus 5 percent. B. Payment. Payment for this item will be at the contract unit price per cubic yard (CY). Payment shall constitute full compensation for all labor, equipment, tools, and work incidental thereto, necessary to complete this item in accordance with Section 02210, related to Engineered Fill placement, including but not limited to loading and hauling soils from the borrow source, placement of Engineered Fill, compaction, surface/subgrade preparation, protection of surfaces/subgrade, replacement of pumping and vicl�lin_g soil,up 1_1 fool in death_etc. Item No.7—Groundwater Monitoring Well Extensions A. Measurement.The Work required for this item will not be measured for payment. B. Payment. Payment for this item shall be made on a lump sum (LS) basis for extending two existing groundwater monitoring wells (MW-21 and MW-22), which will constitute full compensation for all labor, material, equipment, tools, and Work incidental thereto necessary to complete this item in accordance with Section 01560,Part 3.4,and as shown on the Construction Plans. Item No.8—Erosion Control Blanket A. Measurement. 1. Measurement for this item shall be on an installed square foot (SF) basis. Contractor shall note, this bid item is for ECB installed within the areas identified on the Construction Plans. 2. Contractor shall note measurement for this bid item will be based on horizontal projections of the installed ECB (i.e.,not surface area). Measurement will be based on installed quantities based on surveys completed following installation consistent with Section 01052. B. Payment. Payment for this item shall be at the contract unit price per square foot (SF) of ECB. Payment shall include all Work to furnish, deploy, and install, including anchoring, overlaps, and Revi,ion OAddendum I 01025-3 SECTION 01025 MEASUREMENT AND PAYMENT securing the ECB to the finished grades, as well as placement of seed and fertilizer beneath the ECB consistent with Section 02271. Payment shall constitute full compensation for materials, labor, equipment, tools, accessories (i.e., metal staples, etc.), wastage and disposal thereof, and Work incidental thereto, necessary to complete this item in accordance with Sections 02271 and 02272 and as shown on the Construction Plans. Item No.9—36-inch Soi-o,tl►-I:it*l CMP A. Measurement.Measurement for this item shall be on installed linear foot(LF)basis. B. Payment. Payment for this item shall be at the contract unit price per linear foot (LF). Payment shall include all Work to furnish, deploy, and install 36-inch diameter Mmtat t4i lined CMP,as shown on the Construction Plans. Dram int! 7. Payment shall also include placement of the cement stabilized sand bedding in accordance with Section 02206 — Cement Stabilized Sand, as well as materials, labor, equipment,tools, and Work incidental thereto, necessary to complete this item in accordance with the Construction Plans and Technical Specifications. Item No. 10—12-oz Non-Woven Geotextile A. Measurement. Measurement for this item shall be on an installed square foot (SF) basis (excluding seams, overlaps, and wastage) of non-woven geotextile for the separation/filtration below the rip rap installed at the outlet of the North Detention Basin. B. Payment. Payment for this item shall be at the contract unit price per square foot(SF). Payment shall include all Work to furnish, deploy and install, and seam non-woven geotextile. Payment shall constitute full compensation for materials, labor, equipment, tools, seaming, wastage, and Work incidental thereto,necessary to complete this item in accordance with Section 02778. Item No. 11—Rip Rap A. Measurement. Measurement for this item shall be on an in-place cubic yard(CY)basis. Measurement will be based on the specified thickness, as shown in the Construction Plans over the surveyed area in which rip rap was installed. B. Payment. Payment for this item shall be at the contract unit price per cubic yard (CY) of rip rap installed. Payment shall constitute full compensation for all material, labor, equipment, tools, and Work incidental thereto, necessary to complete this item in accordance with Section 02231, including below-grade excavation required prior placement of rip rap, and placement of rip rap at the locations shown on the Construction Plans. Item No. 12—Concrete Headwall and Flap Gates A. Measurement.The Work required for this item will not be measured for payment. B. Payment. Payment for this item shall be at a lump sum (LS) basis of the installation of the concrete headwall and flap gates for the North Detention Basin outlet structure. Payment shall include forming, reinforcement steel, concrete, concrete testing, concrete placement consistent with Section 03300; excavation and backfill;supply and installation of the flap gates;and any other Work necessary to field fabricate and install the outlet structure, as specified in the Construction Plans. Payment shall constitute full compensation for materials,labor,equipment,testing,tools and Work incidental thereto, necessary to install the flap gates and construct the headwalls consistent with TxDOT Detail CH-FW-0 (Concrete Headwalls with Flared Wings for 0° Skew),as shown on the Construction Plans. END OF SECTION I'.+'isic fl 0A,W1ILlum I 01025-4 SECTION 01025 MEASUREMENT AND PAYMENT SECTION 02210 EXCAVATION,BACKFILL,FILL,AND GRADING PART 1 GENERAL 1.1 SECTION INCLUDES A. This section includes specifications for performance of excavation, backfill, fill, and grading for completion of the North Detention Basin,as shown on the Construction Plans. B. Contractor shall furnish all labor,materials,and equipment for performance of the excavation,backfill, fill,and grading, as specified in this Section and shown on the Construction Plans. 1.2 RELATED SECTIONS A. Section 01190—Health and Safety B. Section 02110—Clearing and Grubbing C. Section 02231 —Aggregate D. Section 02778—Non-Woven Geotextile 1.3 REFERENCES A. ASTM D422-Test Method for Particle-Size Analysis of Soils B. ASTM D698 - Standard Test Method for Moisture Density Relationship of Soils and Soil Aggregate Mixtures Using 5.5 lb.Hammer/12-Inch Drop C. ASTM D2487 - Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) D. ASTM D2922- Standard Test Method for Density of Soil in Place by the Nuclear Gauge E. ASTM D3017-Test Method for Water Content of Soil and Rock In-place by Nuclear Methods F. ASTM D4318-Test Method For Liquid Limit,Plastic Limit,and Plasticity Index of Soils PART 2 PRODUCTS 2.1 MATERIALS A. Topsoil: Natural, friable soils that produce heavy growths of crops, grass, or other vegetation and is generally the soil layer found from undisturbed area of the site at the surface to a depth of 6 to 12 inches. Topsoil for placement on graded areas shall be relatively free from root balls,stones,and other materials that may hinder grading, planting, and maintenance operations, and shall be relatively free from objectionable weed seeds and toxic substances. Topsoil shall not be used as Engineered Fill, and shall be stockpiled it hi the area identified on Ura++ing 2 of the Construction Plans or otherat location approvedveeifk4 by Engineer and/or Owner. B. Engineered Fill: Soil free from chemical contamination,construction material,organics,debris,frozen material,organic matter,or unsuitable material. Engineered fill shall have a plasticity index(PI)between 5 to 50,at least 10 percent passing the No.200 sieve,at least 90 percent passing the No.4 sieve,and no rock greater than 1-inch in size. Engineered Fill shall be obtained from on-site excavations within the footprint of the North Detention Basin, and offsite borrow source, as indicated on Part 3.9.B of this Re+45+e+14)Addendwn 1 02210-1 SECTION 02210 EXCAVATION,BACKFILL,FILL,AND GRADING Section. Engineered Fill shall be tested prior to use at the frequencies specified in Part 3.9.D. F[ I neercd Fill shall he stockpiled within the area identified on Drawing 2 ofthe Construction Plans or other location approved by Engineer and/or Owner. PART 3 EXECUTION 3.1 INSPECTION OF SITE A. Prior to beginning excavation,backfill,or fill placement activities,Contractor shall perform their layout of work using the provided survey control points,and verify the topography shown on the Construction Plans. B. If the surveyed topography or existing conditions (see Drawing 3) are substantially different from contours shown on the plans, immediately notify the Engineer, including providing a copy of the site plan with survey control points transcribed onto plan sheet to the Engineer. C. Consistent with Section 01560—Environmental Protection and Controls,the Contractor is responsible for identifying existing structures, utilities, and other landfill appurtenances (i.e., benchmarks, etc.) within the vicinity of Work. Contractor is responsible for protection of structures, utilities, and other landfill appurtenances and in the event of damage to said features,the Contractor will repair or replace them at the expense of the Contractor. 3.2 SURFACE/SUBGRADE PREPARATION A. Prior to beginning excavations,placing soil fill,or final grading,the surface of the Work area shall be stripped of vegetation,debris,etc.consistent with Section 02110—Clearing and Grubbing. B. Remove the upper organic soil layer (topsoil) within the limits of the North Detention Basin, with exception to the existing perimeter levee or berm of the landfill. Stockpile topsoil at a-the location specified II) Part 221 by-the-OWRL.F. The upper 12 inches of soil will be assumed to be topsoil from the toe of the existing perimeter levee or berm of the landfill to the toe of the proposed external berm of the North Detention Basin, unless these areas have no vegetation and have been subject to previous excavation or soil removal. C. Contractor shall excavate to the designed subgrade (excavation grades) elevations indicated on the Construction Plans. D. Prior to placement of Engineered Fill, the Contractor shall proof-roll the subgrade with heavy rubber tired construction equipment to identify pumping or yielding soils. 1. In the event pumping/yielding soils are identified the Contractor shall immediately notify the Engineer and Owner's CQA Consultant. 2. Following inspection of the identified areas the Engineer or Owner's CQA Consultant will designate those areas requiring repair. 3. Pumping/yielding soils shall be repaired consistent with the procedures set forth in Part 3.3.F-D_of this Section. E. Prior to placement of backfill or Engineered Fill, the subgrade shall be scarified and moisture conditioned,if applicable,consistent with Part 3.7 of this Section. 3.3 EXCAVATION A. Contractor shall perform excavation in accordance with the submitted health and safety plan. B. Excavate to the lines and grades as indicated on the Construction Plans. Rev+sien-OAddendum I 02210-2 SECTION 02210 EXCAVATION,BACKFILL,FILL,AND GRADING C. The location of topsoil removal is defined in Part 3.2.B of this section. It should be noted, that the excavation volume included in Bid Item No.5 will primarily consist of topsoil,which shall be stockpiled at a location specified by Owner. As indicated in Part 2.1,topsoil shall not be used as Engineered Fill. D. At the discretion of the Owner's CQA consultant,areas subiec4 iiidentif ed as pumping or yielding that compromise the compaction of the overlying Engineered Fill will be undercut to firm material and refilled with Engineered Fill consistent with Part 3.5. Removal and replacement of pumpingor yielding soils (including rem. •,al of silt or sediment in the existing stormwater pond following any necessary pumping operations,see Part 3.4.A.4)shall be measured for payment as follows: t__ The first one(1) loot of soil in excess of topsoil removal or excavation that requires removal due to pumping or yielding shall beperformed at no additional cost to the Owner or shall be accounted for in the unit rate for Bid Items 5 and 6,related to excavation and Engineered Fill placement. 2. Removal and replacement of pumping arid yielding soils in excess of one(l) foot(i.e.,removal of soil in excess of 3.3.111) shall be measured for payment by the COA Consultant. Measurement shall constitute the square footage and average depth of undercutting over the area(s),as mutually agreed by the Contractor, and payment shall be made on the in-place cubic yards excavated and replaced with Eneineered Fill at the unit rate for Bid Item 5 and Bid Item 6,related to excavation and Engineered Fill placement,respectively. Payment for the removal and replacement of pumping and yielding soils in excess of one(IZfoot shall made under the allowance,as provided in Section 01020,using the unit rates described above. 3.4 CONTROL OF SURFACE WATER AND GROUNDWATER DURING EXCAVATION AND FILL A. The Contractor shall be aware that groundwater may be encountered in excavations outside the limits of waste. As such,the Contractor shall provide the means and methods for control and discharge of surface water and groundwater at no additional cost to the Owner for completion of the Work, as specified herein. 1. The Contractor shall, at all times during construction,provide and maintain proper equipment and facilities to remove surface water or groundwater from entering excavations or in an around areas to receive fill. Provide and maintain pumps, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations or dewater excavations. Contractor shall keep such excavations dry so as to obtain a satisfactory foundation condition for all Work. 2. Do not allow water to accumulate in excavations or in and around areas to receive fill. Remove water to prevent softening of foundation bottom, and soil changes detrimental to stability of subgrades and foundations. Subgrade soils which become soft, loose, "quick," or otherwise unsatisfactory for support as a result of inadequate dewatering or other construction methods shall be removed and replaced by suitable material as required by the Engineer at the Contractor's expense. The subgrade shall be firm and without standing water prior to placement of Engineered Fill. The cost of this removal and replacement shall be included in the Contractor's unit rate for Bid Item 6—Engineered Fill—North Detention Basin. 3. Establish and maintain temporary drainage ditches and other diversions outside excavation or fill limits to convey rainwater and groundwater removed from these areas to collecting or runoff areas. 4. As indicated on Drawing 4, an existing pond will need to be pumped down and maintained at a sufficient levee into order to place Engineered Fill in this area. The cost associated with pumping and maintaining the water level in this pond shall be included in the Contractor's unit rate for Bid Item 6—Engineered Fill-North Detention Basin. Re',i;tix►NAddendum I 02210-3 SECTION 02210 EXCAVATION,BACKFILL,FILL,AND GRADING 3.5 ENGINEERED FILL PLACEMENT A. All Engineered Fill shall be compacted to 95 percent(standard Proctor)of the maximum dry density in accordance with ASTM D698. B. Contractor shall key Engineered Fill into in-situ soils along the entire length of the exterior berm of the North Detention Basin,as shown on Drawing No.6. All Engineered Fill placed for structural keys shall be placed in accordance with the placement and compaction requirements below. C. Placement and compaction of Engineered Fill shall be performed,as specified below: 1. Deposit and spread soil in relatively uniform,horizontal lifts,no greater than 8 inches in thickness (uncompacted). Compact each lift with a minimum 3 complete passes (back and forth) of compaction equipment, to a minimum 95 percent of the maximum dry density. Additional passes may be required if quality assurance testing does not verify that adequate compaction is being achieved. 2. Prior to placement of successive lifts,scarify the surface of previously compacted lifts or subgrade using tracks of dozer, a disk, or other methods acceptable to the Engineer or Owner's CQA Consultant. Placement methods shall be such that smooth interfaces between successive lifts are not created. Moisten condition surface if dried prior to placement of successive lifts. 3. Unless otherwise specified,compact all Engineered Fill at a moisture content within plus 4 percent to minus 2 percent of optimum moisture content as determined by ASTM D698, unless otherwise allowed by the Engineer. 3.6 GRADING A. Uniformly grade areas within limits of Work, including adjacent transition areas. Grade and compact with uniform levels and grades consistent with the construction and surrounding topography to provide adequate drainage. B. After the completion of excavation and Engineered Fill or backfill placement,all areas intersecting with or adjacent to the line of Work shall be left free,clean,and in good order. C. Construct subgrade or finished grades to tolerance of-0.1 to+0.1 ft. 3.7 MOISTURE CONTROL A. Where subgrade, backfill or fill material must be moisture conditioned before compaction, uniformly apply water at a rate sufficient to moisten the soil,while preventing free water from ponding on surface. B. Moisture condition using methods which will distribute the added moisture uniformly through the soil lift or subgrade. For excessively wet soils, reduce moisture using methods which effectively promote aeration and drying of the fill material or subgrade. C. During placement operations,keep surfaces from drying by addition of water. Protect compacted soils from excessive drying or cracking by addition of water. D. Remove, replace, scarify, or dry fill that is too wet to achieve specified relative compaction. Prevent free water from appearing on surface during,or subsequent to,compaction operations. E. If fill of subgrade is removed due to excessive moisture,stockpile in an area outside of the fill area and allow it to dry. Assist drying by disking,harrowing,pulverizing or other methods until moisture content is reduced to an acceptable level Pe.'j ion p lhIurn 1 02210-4 SECTION 02210 EXCAVATION,BACKFILL,FILL,AND GRADING F. No additional compensation shall be given to the Contractor for re-working of areas that require re- compaction, moisture-conditioning, or other efforts to achieve minimum compaction and moisture content. 3.8 PROTECTION OF SUBGRADES AND FILL SURFACES A. Protect final-graded areas from traffic and erosion. Repair settlement or erosion that occurs prior to acceptance. Repair shall include regrading and compacting to re-establish finished surfaces to specified tolerances. B. Keep fill areas and excavations shaped and drained,with drainage directed for discharge to areas with adequate silt fencing and erosion control. Maintain ditches and drains to effectively drain at all times. C. Do not allow water to accumulate in excavations. Subgrade soils which become soft, loose,"quick",or otherwise unsatisfactory as a result of inadequate dewatering or other construction methods shall be removed and replaced with Engineered Fill, as required by the Engineer at the Contractor's expense. The bottom of excavations shall be firm and without standing water before placing additional materials. Provide and maintain pumps, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations and fill surfaces. D. Do not allow equipment traffic or other operations to disturb the final grades. Do not store or stockpile materials on finished grades. 3.9 QUALITY CONTROL/QUALITY ASSURANCE TESTING A. Quality control and quality assurance testing for Engineered Fill will be performed by the Owner's CQA Consultant and Laboratory contracted by the Owner. B. The Contractor shall note that soil for use as Engineered Fill shall be obtained from an offsite borrow source. It is the Contractor's responsibility to identify an offsite borrow source with suitable material and quantity to complete the Work,and to account for said soil importation in the Bid Item 6. C. Contractor shall be responsible for coordinating with Owner's CQA Consultant regarding collection of samples and testing of Engineered Fill whether from the offsite borrow source. D. Owner or Owner's CQA Consultant shall not be responsible for failure of Contractor to coordinate collection of samples or coordinate Owner's CQA Consultant inspections, or for Contractor not coordinating sampling and testing to coincide with construction scheduling and sequencing. E. The Contactor shall coordinate with the Owner's CQA Consultant for the required testing of offsite borrow soils prior to delivering soils on site. Borrow soils from offsite sources may not be delivered to the site prior to testing being performed, and copies of results provided to the Engineer. For offsite borrow sources, Engineer may ask for additional testing if soils appear to be contaminated, at no additional cost to the Owner. F. The Owner's CQA Consultant shall provide a soil classification,particle size analysis, standard Proctor, and Atterberg limits for Engineered Fill at the following frequencies: MATERIAL PROPERTY FREQUENCY Atterberg Limits 1 per 20,000 cy Sieve Analysis 1 per 20,000 cy Soil Classification 1 per 20,000 cy Standard Proctor 1 per Borrow Source 14.,is off-o ikkrulum 1 02210-5 SECTION 02210 EXCAVATION,BACKFILL,FILL,AND GRADING The above tests shall be performed at the specified frequency of borrow material, but at least once per borrow source. If a conspicuous change in soil color and soil type occurs within a borrow source,each soil type shall be tested. G. A minimum of one field density test (ASTM D2922) per 16,000 square feet, per compacted lift of Engineered Fill shall be performed by the Owner's CQA Consultant to verify the compaction requirements specified in Part 3.5. H. Contractor shall be responsible for coordinating all testing,and confirming that all tests are passing prior to placing successive lifts of soil. END OF SECTION RrvtS+aw FIAddendum I 02210-6 SECTION 02210 EXCAVATION,BACKFILL,FILL,AND GRADING REVISION TO CONSTRUCTION PLANS M:Vhujals'Pon Anhunl 62140B2 IM)N.Basin C-Plens,specs.CQAITask 14-Bid Phasc\Adde dMPI An,N Basin,Bid Nu P15-091,Addendum 1(droll)dour ,S'WON. �,O .V ._.. _._ Y SNYIld NOLLOl1tl ,,.1SNO0 rt �" .cr Du ZOO' NISVB NOIlN3130 H1dON ��'" -� S`dbillm4 NfOJ NOSH3dd31' uwwrvnlowuulw III�ONV 1 tlnH1tlV ltlOd d0 1110 w.uwom.w.wrawaw.ruu.i ! R 3 S N tuu.,xaeu tlnH1tlV ltlOd d0 ALIO _towa oo —L. 4 1 .....o......Lat m•wm- „;ro SH33NIDN3 S S 13 K� a Nma lnoAm alls .ou.na�sn uru - - FT g; rea 5 pligi ...N, 0 i g IIIH � 4 �� -; ' , i 2 \ ft. M ; g b E E ER ER i i i 7ig sh 1 gi % Mr ',!Ni2. '-Orlit Mr lk 1 . ' .. 1 I i Y I ' - : 0 fig r V_ 1 § 1; Lilli , h qi I W I QQW■■ n i Zi h A 1 r 4 o- . . A � i r 4 d 3 r I it YE }1 pi I v 1 j i1 J II• I ^E f- r,, e:9 � a I aii. :_.._ ._..L.....L—••---i 1 ' 1 i / i _ , a Q I I SE I . * o. a a nt 1 — I ,, ` !I Eg I i. 1 I a i in I l ilii, 1. ----I-- - — ._ 1{ s, I ,at-.Ow nntna +aiu0acs.Hw klMON Wim. I ---- V SNV1dNOLLOf1HISNOO cry .-I --I k.0'1 V NISV9 NOLLN3130 HJHON 11IdONVI HfH1HV 1HOd AO Al IO SVX31‘A1Nl0O NOSH3dd3f .�.wuu.an,.awurw 7 lam nmm.r.u.rvwTWO M G tl 0$ V j _ ,,.; df1H1dV 1HOd AO A LID wmweseempnxoo ,arxM oily aYW,0J'�IYYLL� Y „a..vmm.w o,,. SlIV130 NISY8 NOIiN3130 H1dON Sd33NIJN3 SOS 11 a g .HI r,-I."ti Jti ]Ir,i •;!k 1111"Y'•'•, — . a b2k 1 2 R 1 c .,.'''''-' '', -- 4 R11 1 4-1 vi i IR I No, ,;,4“1,,i-et .... \.,)i i g 0.E... s vogg W - s 2 , - fil 411116. "1 d g Y 4 R �� li f e i P$ gl\ -L f l • N y Ips 11; ! 8 Rqi ig m \ .L—�� r� y •,;'• T 11/911311 l''' '2 4 ig $ / y�`a :Wil _ 1 I r114 •,.. = a q. 1 i p ..____I r i %` 161' ` �^ r f1 .! r • • ;:, hh Q - 1 =w � Y �c r � m itigi,. nr ' . 1 •g � o o °� a 1 `7 i E26s �u`0• °z i. \ - \\\�_ II 1. ° N z tog . IV mai i 8 \(< NNI \s4 ,,,, 4 st 6 pi �� .c.cc .cc__ _ � 0 ii e • \jam \ l.. ' . N IED f ir L. g HISTORICAL BORING LOGS AND GROUNDWATER ELEVATIONS MAProjecla\Port Arthur'I62I4092 00 N Basin C-Phos,Spas,CQArTask 14-Bid Phase1Addenda'P1 An,N Basin,Bid Nu P15-091,Addendum 1(dra R)doer A.m...,.., F X( NOI1VOf1ddy1N3WON3WV 1IWa3d ROPVW avc am.• wu- ° '' N — +�Y $V%il',uNnoo NO6tl31d3C '�'•� u••• "4 3 m 1v anRlaV laod JO w3 =1;47•X=1:7, 71.,]1W I 1 -+� rldaNY1WAIOlNnNunruavlNodAO.110 �amfniftIWI1l111,10 — # CC .9>t u:r�m�.,:r,.awa: w-li-ia dVW NOLLVOOI H313WOXdld ONV .�I ONV mvmw,varrue " Iq,L,e,,, YVO �,,, ST73M ONINOLINOW'ONIHOB Sa33N1DN3 S3S i 3 § i ,u,VIP.VW „ate pQx a b J 6 Z i! 0 th Ill 3. m ^' M* a,,!1 0 Cl) wg ` �i O �n m m a `�` Ota S I I 1 a Z ��.��' w 1 I a I j4 0 0® BOO o 1 rY ' ,� I ,4%, \ L.4L t1 , 6 ''‘': ®44 ''-‘, \ hx.,,I,`4,1,, • , , , \ NA _ ,..,,.\\IN ,,,,,, o \ ^ // 7 s -ricks[:,--1-- ;o®-- ---�--- --rt- ^—.. _ .._\ ` 0 as o O r ,\ \ -r Ke \ i /1 11R'�b N ,\7x t. OdY�GL y \ r- mO m ittc �C \-: r : \\I? mi�cc: m I .• / " / O � \ � \ •&./, / �`,� / yN . Ly 1G /1.3 'L \t- • l''Z'';',* 1------. 4"/"/b/2 8 77)" 'I r m 1 1 g ,,, ' t-,', -''I 1 0 m U in ________---- mi 1 f J// Q I �) L I ..,____,............T".". 4\ ' ji:. / '''' ...w al'YId OVOC:1909&/I'O.1YdWW 713M aOLNON 32t080RVV\r1N3NHOVLV-Vald&1OO 14031 Ir LW J00 WOVO43 LOG OF BORING B-26 raoJteT' Municipal Landfill Expansion; Port Arthur, Texas Project No. 82-635 DATE. 12-7-82 trrc. , Rotary LOCATIONS N 770,763.1; E 3,546,635.4 i• u. SHEAR STRENGTH K!F u • }. F- Al TORVANe z F gOESCRIPT10N ♦wnnATvne vme F F'- Q g O romr prtcrnaicTvt .j !x E§ tr `b' Eti al TR1A10ALCOMPRE33 N °o 4-----G---+ N 4. O wRFACC nttATKMI: 2.6 Feet d g 1.0 20 3A 4.0 k• 20 •1 60 80 00 1 Stiff Marl: gray & brown 4 .2. clay i0 , -color changes to gray & tan 0 . 5 -color changes to tan & light " • : gray- —_ . a i0 . �. -7. _IllOt* Stiff tan & light gray silty , ice 4 _g. F* clay CA—/ • Tan si ty tine sand, r - 39 9 slightly clayey 26 0 20 C A T r Firm brown & tan clay IM - �': -silty clay with silt 84 p1 J. • 25• E.partings shell fragments ,t @ 23' - 4 I . • 30 `, ._ 77.8/ 1 BORING TERMINATED ` 1 i Note: Water level measured at - , , 1.5 feet after 24 hours i 4 . r i NOTE: . r; UNIFIED SOIL CLASSIFICATION (USC) - ' ADDED IN 2004 BY SCS ENGINEERS , - ' AT THE REQUEST OF THE TCEQ. • 11111 ! A-26 30•UTHV' --•'^•,•• ,J August 8,2005 Technically Complete 4A-B.4-45 • LOG OF BORING B-27 IPAOJtC1' Municipal Landfill Expansion; Port Arthur, Texas Protect No. 82-635 DATE' l2-7-fez TIM' Rotary LOCATION, N 771,119.1; E 3,567,215.2 • 77.1------ SHEAR STRENGTH Ksr N F. /. A ToavAn 2 ' r- 5 W e ♦MINIATUIIM vote `1' F Q i DESCRIPTION 6 0 O rocKrr,,,,r t .46,, E St S F a vF v E •V,COHfHCD wen_ ... u 7D O PJAFACt tLLVATaw: 2.9 Feet al g w ao 3.0 40 r'N 2F •I 60 80 100 , �. a Firm dark gray & tan clay • -color changes to gray & , , `' • tan • .1.- 3 • 5 o -becomes stiff with S. calcareous nodules C -5-•1 iii,4�; Light gray & tan silty clay • 1 ,-, ,- withcicars no�ules ~ t� -very silty bi.4%. f C�-. 10o Q —7.1 ' Firm tan & brown very sandy q0 0 clay with sand seams & .layers . ? - I7 -silty fine sand•below 16' • , • '2Q ,<•.: , CL , -0.6 `+ Very stiff brown & tan clay, — r ` slightly silty 41 \ -with silt partings @ 23' - \ - color' changes .to gray"•'''r--'' "' - ' -------7.• • BORING TERMINATED h 4 Note: Water level measured at 1.5 feet after 24 hours. I- r NOTE: . UNIFIED SOIL CLASSIFICATION (USC) • ADDED IN 2004 BY SCS ENGINEERS AT THE REQUEST OF THE TCEQ. 1 MI a F- I ' 'A-27 ,our August 8,2005 Technically Complete 4A-B.4-46 LocATioN, N 771,296.1; E 3,547,504,2 2� SHEAR STRENGTH • �j uu K3F 1- H �/ F• a ,TORVANf 2 w ,t 1.)< k ♦M»1IAT1Ktf vAwc z } ' DESCRIPTION Vj Y5 g 1 0I'ocKETMKT ROMfTE7l �..W Q yap v� �f % •UNCONFINED coup% W v, e3 xd D, 3 F, M TRIAXIAL Colintaso .t) 8O 4----Q.---+ O SURFACE ELEVATION: 3.5 Feet OO1 10 20 30 40 °' 2' ' 60 :s is . 1111 - .2. Stiff dark gray & tan clay -color changes to gray & tan ._ l ' 0 � -color changes to tan & light r . 0 r 111111 gray ' . 1 ■ ' -with sand pockets @ 9' c 'o k••1,ji0� Very stiff tan & light gray T�-' —'— �6'i ____ � -1- silty clay with sand ; �. 11th,• partings & calcareous . 0 • x,011, nodules . �otoz -very silty 10'-13 ' . 1%t0 © 1 14:0 6 20 0.0- , 1q1til CL ,—,- . F -IDS ` l \, Very stiff brown & tan clay-with silt partings @ 23' �r ._.11 C o C•C 30 2 BORING TERMINATED -- 1- L Note: Water level measured at —..--t— 1. foot after 24 hours. — 1 • NOTE: 1 . UNIFIED SOIL CLASSIFICATION (USC) - - ADDED IN 2004 BY SCS ENGINEER 1 AT THE REQUEST OF THE TCEQ. t , f • • r -A-28 SOUTHWESTERM LAIORATORICI _ August 8,2005 4A-B.4-47 Technically Complete i LOG OF BORING 6-29 eRo,Act' Municipal Landfill Expansion; Port Arthur, Texas • Project No. 82-635 OAT(. 1-6-83 TM' Rotary LOCATION. N 771,661.3; E 3,547,915.4 • • ti. SHEAR STRENGTH i Kar tl { a1W✓ (-. A TORVANE Z W W 4.fIRgATURE vAK • "= �' DESCRIPTION y i ! O MG=T PEHeTnoaeTve I bi g� g~ a. vri If) yy►► E Q UNCONFN E COMM. h ED yZ �� �j �+ O 1 is TAM ALCOYPROJICW V 13 +---4---+ aURrACE ELEVMTIOM: 3.6 Feet Oil 3 1.0 2A 3.0 4.0 ' 21 •I' 60 80 0 ` • Stiff dark gray clay __..e -color changes to gray _ & tan Q 11 -with calcareous nodules • 5 . 4-1Q h �' -wit ferrous - nodules s 0 10ii -becomes very stiff ,1�-. � C ` ��i `` Z becomes slightly sandy 7r i • 6---- - ,. —.9,v- ` ,; Stiff tan & brown very sandy 105, • clay with. silty clay layers & - -9 �izik,4,:i.,:::, sand seams L_____ ,i. 1Q N. y km Very stiff brown & tan 'clay , -with s lt partings @ 23' _ Pi .. 25 _ _ 'n -color changes to gray & L__ !^j '0 ,, - _ _ X 4 ,s brown & slir_kensided @ 28' 0 1 BORING TERMINATED 4 '4 Note: Water level measured at L. ___ 1.5 feet after 24 hours. —.—. • ) A- - NOTE: - 11 , UNIFIED SOIL CLASSIFICATION (USC) '---.1—- -- — 6 ' ADDED IN 2004 BY SCS ENGINEERS I I L . ., _ "( AT THE REQUEST OF THE TCEQ. ., , 4—__._ _ _ F 11 ili11 4 *le, I Technically Complete """ '" --- August 8,2005 4A-13A-48 LOG OF GORING B-30 (MW"2) PROJECT, Municipal Landfill Expansion; Port Arthur, Texas Project No. 82-635 DATE= 12-15-82 TM' Rotary LOCATION+ N 772,072.7; E 3,548,418.4 _ SHEAR STRENGTH KS" I- N A TORYANE Z •• o • Wz w ♦ItN1UlTVRE VANE fG �' DESCRIPTION Oroem-mientour vt � r c. I-, • X§ 03 ta 6 •miCCaFa1IED Guam Z o � a ,r_r MI TRIAKIAL COMM:MON x O +-.--0--+ 0 x,RrAcr ELEVATION: 2.1 Feet 1.0 2D 30 4.0 aN 2' • 60 80 100 Stiff dark gray & tan clay ; tr -color changes to gray & tan .. a IIIIIIIIIIIIIIIII MI sin. 0 ■� —color changes to light gray �: 1 r 5 ti tan 190 , p 111. 1111.11 1111=1111 MN NI 10 \�; -becomes very stiff wit ;nodule I • • calcareous s � , • Q MI .1 r 04;0 Stiff brown,. tan & gray very ��M�� "0' silty clay with sand seams : : ,; ��.f• • %NI' -Z- -04Zsilty fine sand10: ,l4'-18' .4 IOt --_` 0 � � • 15 ;il,,;; .;...5.:x-r�" , l 0 36 1III 11111IIII 11011111111=M 15 011 T1s : -+;y` - qtt; ��A4.i *: 11111111111.111111111111 c. -interbedded silty & sandy ='d_ 0 �� `20 t�lki • clay with sand seams c:�;:: : �r '41t�1 C�.• i Mille 1" � Stiff brown & tan clay • : -with silt partings @ 23' ..3 i . i . r -color changes to gray � Cvc -- 0, 30 `, . ._ ._. x7.9 BORING TERMINATED i -I 4 1 - Note: Water. level measured at r 3 feet after 24 hours. "! ' . NOTE: i 4 UNIFIED SOIL CLASSIFICATION (USC) ADDED IN 2004 BY SCS ENGINEERS r . AT THE REQUEST OF THE TCEQ. ' 1 . 1 * Ellin A-30 SOUTHWE,3TERN lyYineav^-•-- Technically Complete 4A-B.4-49 August 8,2005 LOG OF BORING MW•12 I ,,s,gcl, Municipal Landfill; City of Port Arthur, Texag; Permit No. 1815 Project No. 8Z-635A ears, 10/12/17' Teri. Rotary LOCATION, See Poring Plan v WATCR 111 Sh1E19Y TUCC SA1APLZZ iTANpARD .. rcwcTRAT,oN No IN ■ L1M(T$ 1 ATTEM IMG DES CRI pnom t w i LL PL PI SURFACt ELEVATION•1 3.6 ft 11 :91,-/-1.----- ..._ �. - Dark gray clay -color changes to tan & gray with ferrous nodules I ' s - . • ` -color changes to tan 4 1 ght gray with I \♦ calcareous nodu4es 10 \•‘,. ---_,____-- Tan & gray silty clay, sligh ly sandy Z -becomes very silty - • 1 15 - Tan sandy clay, slightly sil y -with silty fine sand lay r 14'-16' Tan & gray clay with silt'& nd partings BORING T TEA 1• 1 .30, e • I . .35, N i. 1 = �x :IQs ._ --- ! A-3 i SOUTHWESTERN IADORATORIES 4. I Technically Complete 4A-B.4-80 August 8,2005 LOG OF BORING MW-3 pt•Jtct. Municipal Landfill; City of Port:Arthur, Tp +s; Permit No. 1815 Project No. 82-635A ►atII 10/12/x7 TYPcI 'rota tocavio«:I $ac Boring Plan STANDARD _ til . T WATER I SHELBY 11,0C SA04 r[MET11ATJON id i i I r f s i N ATTERBErtG 41. M r DESCR PTION LL PL PI SURFACE ELEVATION' 2.7 ft I O ' Dark gray clay .....+4 -color changes to tan & gray with ferrous nodules . ` . -- 6 .s,, -with calcareous nodules x010 -becomes slightly silty with silt & sand partings \ 8 x_+ 1;11 Brown & gray silty fine sand 1f.I -with slay seams & layers to 16' "1571 il, iltlt • �\; Brown & tan clay with sand '& silt. partings •25BORING TERHINATED r5 • . 1 $ ; r , A---4 SOUTHwesytaN LA,O11ATOAnU Technically Complete 4A-B.4-82 August S,2005 v LOGOF BORING/MONITORING WELL NO. MW-7 uOHRon.a WELL COWWLET1OH DATA SCREENING DATA s 1- W DESCRIPTION OF STRATA o a ck P ,�� Qa O 5 .2 re) so� w Pa D _ _ - - Bentonite 'o° o ,] )Pellets 0 • Medium 1 D c _ - L. - Sized O a a o 4' Duo. PVC - 5 A,• SILTY CLAY -- light grey having obundont brick red to — 5 '— Riser tan mottling with rora rootlets, poor, high plosticity, ;A medium. moist - :{ - - 1 r - .. - - �-_ 1 -_�� CLAYEY SILT -- medium brown with oecosionol'biack 1 10 — organic material, poor, low plasticity. medium, moist _ — C SILTY SAND -- medium brown with fight mottling, very h finely grained, poor, medium, moist. _J r - -y 20-40 Mesh Silica- - - • Sand 4' Die. PVC Well ' -4 — Screen_ r - w/0.010 - 15 - ••/ SILTY SAND -- medium brown. very finely grained. _1S_ 1 Slots poor, loose, wet SPLIT SPOON 015'-17- 11c 20'-22' - -20 �! CLAYEY SILT -- medium brown, with occasional 1-T ^20 layers of brown silty cloy, poor, low, medium, moist ITOTAL DEPTH w 22' - I -25- 25- - `:;: No Sample - - • M SHELBY TUBE SAMPLE - - raj SPLIT SPOON SAMPLE - - ' CLIENT, __Sdt1_Dt 2_011.__Arthur PROJECT NO., 1509506/45 15 DATE DRILLED= 3-14-96 . TOTAL DEPTH, 27• DRILLED BY. Masa Drilfina LOGGED BY:- BruteHandlsv - SCREENED INTERVAL, _._ B'3•-1 10- TOC ELEVATION N/A _ DEPTH TO GROUNDWATER, NA 1 DRILLING METHOD: Hollow Slem Auger COMur?rr :__-__- Sp iI spoon token from 20-22' - - MAXIM TECH ' '' Technically Complete 4A-B.4-92 August 8,2005 WELL NUMBER MW-18 PAGE 1 OF 1 1901 Central Drive Dallas,Texas 76021 Telephone: 817-571-2288 Fax: 817-571-2188 CLIENT City of Port Arthur PROJECT NAME Pori Arthur Landfill PROJECT NUMBER 16206007.00 PROJECT LOCATION Port Arthur,Texas DATE STARTED 6/9/09 COMPLETED 6/9/09 GROUND ELEVATION HOLE SIZE 6 DRILLING CONTRACTOR Total Support GROUND WATER LEVELS: DRILLING METHOD Hollow Stem Auger AT TIME OF DRILLING 1 foot from surface LOGGED BY RSpaust AT END OF DRILLING 1 foot from surface CHECKED BY GD AFTER DRILLING 5 feet from surface I 111 • w co. U WELL DIAGRAM a r N p MATERIAL DESCRIPTION o z D 0 / Clay,dark gray,high plasticity,wet. ConcreteSealSeal - - 5 -*Bentonite _ _ Seal CH 10 Filter Pack 15 ,15.0 ; 40:/: Clayey sand,tan to light brown,very fine, wet --- Slotted Pipe 70 SC :f-irOj . ',11# .• •,: 2 foot sump 24.0 5 Bottom of hole at 24.0 feel. 0 CC CC J IL S 0 6 REMARKS: WELL NUMBER MW-19 1901 Central Drive Dallas,Texas 76021 Telephone: 817-571-2288 Fax: 817-571-2188 CLIENT City of Port Arthur PROJECT NAME Port Arthur Landfill PROJECT NUMBER 16206007.00 PROJECT LOCATION Port Arthur,Texas DATE STARTED 6/9109 COMPLETED 6/9/09 GROUND ELEVATION HOLE SIZE 6 DRILLING CONTRACTOR Total Support GROUND WATER LEVELS: DRILLING METHOD Hollow Stem Auger AT TIME OF DRILLING 1 foot from surface LOGGED BY RSpaust _ AT END OF DRILLING 1 foot from surface CHECKED BY GO AFTER DRILLING 6 feet from surface w 4 fJJ 29 e1-1-12 0-OMTERIAL DESCRIPTION WELL DIAGRAM ¢z = O 0 / Clay,brown,high plasticity,wet. Concaete V, �, Seal Bentonite Seal CH • FIlter Pack 10 _15 _ �15.Q �.•• Clayey sand,tan to light brown,very fine, wet ' —Slotted Plpe • SC 0 i 20 � •, R3 -'2 foot sump O 235 ---- — I ..: •^I Bottom of hole at 23.5 feet. Z I � � I 0. C7 7 K 0. QJ i REMARKS: c' ' - WELL NUMBER MW-20 C.$�-- 0IA E° r�. PAGE 1 OF 1 ' 1901 Central Drive Dallas,Texas 76021 Telephone: 817-571-2288 Fax: 817-571-2188 CLIENT City of Port Arthur PROJECT NAME Port Arthur Landfill PROJECT NUMBER 16206007.00 PROJECT LOCATION Port Arthur,Texas DATE STARTED 6/9/09 COMPLETED 6/9/09 GROUND ELEVATION HOLE SIZE 6 DRILLING CONTRACTOR Total Support GROUND WATER LEVELS: DRILLING METHOD Hollow Stern Auger AT TIME OF DRILLING 1 foot from surface LOGGED BY RSpausl _ AT END OF DRILLING 1 foot from surface CHECKED BY GD AFTER DRILLING 6 feet from surface Lu I _ -- - F�—F i Pi O MATERIAL DESCRIPTION WELL DIAGRAM o a: Z 0 j Clay,brown,high plasticity,wet. � k Concrete Seal 5 Bentonite Seal CH 10 - % Filter Pack 2 15 15.0 Clayey sand,tan to light brown,very fine, wet - - Slotted Pipe C 20 SC / C 2 Foot sum o 2a0 p Bottom of hole at 24.0 feet. U, I- z z 0 rq2 REMARKS: �I WELL NUMBER MW-21 'SCS ;E1�1GIN"E:E'R PAGE 1 OF 1 1901 Central Drive Dallas,Texas 76021 Telephone: 817-571-2288 Fax: 817-571-2188 CLIENT City of Pert Arthur PROJECT NAME Port Arthur Landfill PROJECT NUMBER 16206007 00 PROJECT LOCATION Port Arthur,Texas • DATE STARTED 6/10/09 COMPLETED 6/10/09 GROUND ELEVATION HOLE SIZE 6 DRILUNG CONTRACTOR Total Support GROUND WATER LEVELS: DRILLING METHOD Hollow Stem Auger AT TIME OF DRILLING 1 foot from surface LOGGED BY RSpaust AT END OF DRILLING 1 foot from surface CHECKED BY GD AFTER DRILLING 6 feet from surface EL, w r w. 0 ¢O MATERIAL DESCRIPTION WELL DIAGRAM 121 --I --I z 0 0 Clay,dark gray,high plasticity,wet. A Concrete Seal 5 Bentonite - _ Sea! CH 10 • : .,'Ff Iter Pack 15 /1/00004,160 : •. Clayey sand,tan to light brown,very fine, wet Slotted Pipe - 20 _ SC 5 2 foot sump _ 2a.n Bottom of hole at 24.0 feet. r� Z_ t7 4 n 0 n w , REMARKS: — 1 tty�� WELL NUMBER MW-22 PAGE 1 OF 1 1901 Central Drive Dallas,Texas 76021 Telephone: 617-571-2288 Fax: 817-571-2188 CLIENT City of Port Arthur PROJECT NAME Port Arthur Landfill PROJECT NUMBER 16200007.QQ _ _PROJECT LOCATION Port Arthur,Texas ___ DATE STARTED 6/10/09 COMPLETED 6/10/09 GROUND ELEVATION HOLE SIZE 6 DRILLING CONTRACTOR Total Support - GROUND WATER LEVELS: DRILLING METHOD Hollow Stern Auger AT TIME OF DRILLING 1 foot from surface LOGGED BY RSpaust AT END OF DRILLING 1 foot from surface CHECKED BY GD AFTER DRILLING 8 feet from surface w Eic U ww e Q_p MATERIAL DESCRIPTION WELL DIAGRAM o Z rn 0 Clay,dark gray,high plasticity,wet. , Concrete Seal 5 Bentonite Seal CH -10 Filter Pack 1S 15.0 Clayey sand,tan to light brown,very fine, wet - Slotted Pipe ••ice••:•. 20 SC oor o - 2 fool sump —— 2,1,0_ Bottom of hole at 24.0 feel. a. F l REMARKS: .- ltlOd3tl 1Vf1NNv SYCLL'A111no0 nOwaAiar '.�.4.�, t a, a x.3%- __ uw nuv 1k1041 AO A110 I TIIdONV"I TYdI3INf W ..+u14i.C..11.M•4OW .w al...Ir...1.ei.wnw 11...:oma.' HfFLLHV lUOd d0 ALO Il M=auimloa '( r 1N314VH0 tl31VMONf O IO "�O"I0I"�° ° o p ` ..�..,... 3,3 11.....I. u.x1. $H33NI�JN3 SOSo S J � , w ag ' O 8 . 1 i :g.... 'Z.a . g ( 46 , . § - 6 .1-is g V c_2:g 3pw e,6 s ‘3,1 4 0i.Li :/C., : 3 I II 1 �� 1 CEO o I 1 I W S O 3 co Z I 1 I o h.* cc I I I ° v: .. 0 1 \ 1 \\} o` f /`Y /• ♦ \ , • • \' • coof, `\♦ O `\ . ` N Sri' \ ! `` i fgzm A. 01 /_ �, 4.\ ,. ,9 So. 1 \L •v' ,# \,, \ I r� Iv \\1 i y _ 1"' / 3` \v z, ,1, 1 1 0 i. / g (V 1 1 2 ID N • 1 .r =, t ti, 3 mE Z �_ ♦ �- Imo, 1 I .... / j1 I -1, ?- ----- /' • 11h S u reTe BID BOND KNOW ALL MEN BY THESE PRESENTS, that we SWAT, Inc. as principal, hereinafter called the"Principal," and SURETEC INSURANCE COMPANY, 1330 Post Oak Boulevard, Suite 1100, Houston, Tx 77056, as surety, hereinafter called the "Surety," are held and firmly bound unto City of Port Arthur, TX as obligee, hereinafter called the Obligee, in the sum of Five Percent(5%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for City of Port Arthur. TX Landfill, North Detention Basin, Bid Number P15-091. NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 2nd day of March, 2016. SWAT, Inc. (Principa BY: t ��✓L, TITLE: �t-51 SureTec Insurance Company BY Thomas E. Whitney, Attorney-in-Fact 1296270_2.doc Rev 1.1.06 POA#: 4221086 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corp; ration duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Catherine M. Martinez, Deborah L. Jung,Michael N.Venson, Robert B.Wray, S.West Warren, Thomas E. Whitney, Donnld E. Miller,Jr. its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge and deliver any and all bonds,recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/2016 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and scaled and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate hearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 206 of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 11th day of June ,A.D. 2015 K,.•, SURETEC INSURANCE COMPANY x‘sUiA,ANCF"Y, �V �`9 '°° By w�i w ' ' 13',I John l4 ox Jr. 'resident State of Texas ss: \. 1 y, . County of Harris •- . *6.1..�* On this 11th day of June ,AD. 2015 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. (� ,,u,s� JACOUELYNMALDONADO \ J'1���\ NotaryPublic \\\/// k-------- ,�� Stale olTexas ,� ,�' My Comm.Exp.5/18/2017 Jacy'Uclye Maldonado,Notary Public My commission expires May 18,2017 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company, which is still in full force and effect; and furthermore,the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. ! Given under my hand and the seal of said Company at Houston, Texas this; day of 'f/�'c M , /�j 1 ,A.D. f Z.) _ . Bre t Beaty,Assistant 'ecretary Any Instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev 1.1.06