Loading...
HomeMy WebLinkAboutPR 19614: EXCAVATION AND CONSTRUCTION CONTRACT ..__. Energy City of city 10 ort rthur Texas INTEROFFICE MEMORANDUM PUBLIC WORKS DEPARTMENT-ADMINISTRATION DIV. Date: December 15, 2016 To: Brian McDougal, City Manager From: Armando Gutierrez, Jr., P.E., Director of Public Works RE: Proposed Resolution No. 19614 RECOMMENDATION It is recommended that the City Council approve P. R. No. 19614 authorizing the City Manager to execute a contract with Excavation and Construction Co., Inc. for the 4th Street Improvements Project from Stadium Road to Duff Drive with a projected budgetary impact of$888,612.74. BACKGROUND The City of Port Arthur is allocated Community Development Block Grants (CDBG) funding for streets and drainage projects. This contract was advertised on October 30, 2016 and November 6, 2016 in the Port Arthur News and seven (7) bids were received and opened on December 14, 2016 with Excavation and Construction Co., Inc. of Port Arthur, Texas being the lowest responsible bid. The proposed improvements include total reconstruction and widening of 4th Street from Stadium Road to Duff Drive. BUDGET/FISCAL EFFECT Funds are available in the following account: 105-1431-552.86-01 CDBG Street Project, Project#4thStl. SUMMARY It is recommended that the City Council approve P. R. No. 19614 authorizing the City Manager to execute a contract with Excavation and Construction Co., Inc. for the 4th Street Improvements Project from Stadium Road to Duff Drive with a projected budgetary impact of$888,612.74. "Remember we are here to serve the Citizens of Port Arthur" P.R. 19614 12/15/16 rtb RESOLUTION NO. A RESOLUTION AWARDING A BID AND AUTHORIZATING THE CITY MANAGER TO EXECUTE A CONTRACT WITH EXCAVATION AND CONSTRUCTION, LLC OF PORT ARTHUR, TEXAS FOR 4TH STREET IMPROVEMENTS FROM STADIUM ROAD TO DUFF DRIVE, WITH A PROJECTED BUDGETARY IMPACT OF $888,612.74 FUNDING AVAILABLE IN CDBG ACCOUNT NO. 105-1431-552.86- 01, PROJECT #4THST1. WHEREAS, the City is allocated Community Block Development Grants (CDBG) annually for streets and drainage projects; and, WHEREAS, 4th Street qualifies for CDBG funding for street improvements; and, WHEREAS, bids were advertised for the 4th Street Improvements Project on October 30, 2016 and November 6, 2016; and, WHEREAS, seven (7) bids were received and opened on December 14, 2016 for the above referenced Contract (see Exhibit "A") with Excavation and Construction, LLC having the lowest most responsible bid in the amount of $888,612.74 and have been evaluated by the Public Works staff and Purchasing Manager; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct; and, THAT, the City Council of the City of Port Arthur hereby awards the bid for the 4th Street Improvements Project to Excavation and Construction, LLC of Port Arthur, Texas for the amount of $888,612.74 as shown on Exhibit "A" attached hereto and made a part hereof; and, P.R. 19614 Page 2 THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City, a contract between the City of Port Arthur and Excavation and Construction, LLC of Port Arthur, Texas with a projected budgetary impact of $888,612.74 for the 4th Street Improvements Project; in substantially the same form attached hereto as Exhibit "B"; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2016 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Mayor Derrick Freeman Attest: City Secretary Sherri Bellard APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: Val, - J'')--rp Valecia Tizeno Brian McDougal City Attorney City Manager P.R. 19614 Page 3 APPROVED AS FOR AVAILABILITY OF FUNDS: )424-49feAe Jerry Dale, CGFO/CPA \1\111 Director of Finance Armando Gutierrez, Jr., P.E. Director of Public Works etZtLq-- ,t14.4", Clifton Williams, CPPB Acting Purchasing Manager EXHIBIT A (6"."". CO z ., r > ,-, o 0 o �, o r* gym, C.• 0., cf) CD *.'. C4 zrz.;\„\:. •,..,,, ,,..,'.4');'7,' 1‘.\';,' ':' Fic n n 0- ri — .- C r na to n O ... O O C Ti to O ^ O .P Ci C) el- Fr ra co rt nZ Io 0 0 c O cop < �-3 co o m ora Gy b c D a 0 r. CD Cr a y .D' x' ¢ o n aC O o co ^� � � 0, 0 D oPZ1 til po 0 0 _, ^s ;Q O7-4 ci, O O to d CL cn .o 0 R. CD A' r-• O -{ "C � LA 23 r7 o n n n O C n O O '-"3 O cmr* X a n tz C C1 r E LA y " "4 >C a rt = . fcr. -, t :-.): 0 0 c a o c — n `}tt�r„ Oter' O C t rti 0.{�: ¢, v' b7O c et- _ C VI ca.. O Q U • r9 ert Q G. cofo n 2) v 69 c O0 n th ° = co -� V7 r/] Vl c o. L 1 tz n' C O fi DD "I CD eft• ta c. Cr n . Cl. a C r, 1..c �. CVco) Z til g � 0 t o i0 CO CD C CD A- 00 kri Su 1. o cs X 0 d 0. Y.... }"j rs C• n eo ..r ►r o C c G C C C n '.0h �? .-. .rn a e . 0 P. P. R. O. . P- 0. r". 0 EXHIBIT B CONSTRUCTION SERVICES AGREEMENT 4th Street Improvements Project THIS AGREEMENT, made this day of , 2016, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY", and Excavation and Construction, LLC hereinafter called "CONTRACTOR". WITNESSED: That, for and in consideration of, the payment terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence the work required by the Contract Documents upon Receipt of a Notice to Proceed. The work to be performed under this Contract will be completed within 150 days of commencement. 2. The CONTRACTOR will perform the work as delineated in the Scope of Work and Specifications attached hereto. 3. During the term of this Contract, the Contractor will furnish at this own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications and Scope of Work. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein. The amount of this contract is $888,612.74. 5. The term "Contract Documents" means and includes the following" a. Agreement b. Specifications c. Addenda d. Bid e. Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of December 2016 OWNER: BY: Brian McDougal City Manager Signed on the day of December 2016 CONTRACTOR: Excavation and Construction, LLC BY: Eric Gilchriest General Manager G 1s � CONTRACT b C�CUMENTS AND TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF 4TH Street Improvements from Stadium Road to Duff Drive to Serve City of Port Arthur PORT ARTHUR, TEXAS City of Port Arthur JEFFERSON COUNTY, TEXAS PREPARED BY: Hassan Shomalzadeh,P.E. City of Port Arthur,City Engineer X4(4° ---ia / //r/ //if APPROVED BY: City Manager Director of Public Works: Af .-.:---:rill Mr dadtirii-mir....4, B '.�� ► , itendo Gutierrez,Jr. DERRICK FREEMAN"PRINCE,MAYOR BRIAN MCDOUGAL RAYMOND SCOTT,JR,MAYOR PRO TEM CITY MANAGER 017_:,4\ COUNCIL MEMBERS: ( u'1 y"IhSHERRI BELLARD,'IRMC " ; CITY SECRETARY TIFFANY HAMILTON / 1 MORRIS ALBRIGHT,111 /-� VAL TI7.EN0 KEITH RICIIARD Or/A.111 WILLIE"BAE"LEWIS,JR. , CHARLOTTE MOSES KAPRINA RICIIARDSON FRANK NOVEMBER 17, 2016 INVITATION TO BID 4th Street Improvements from Stadium Road to Duff Drive DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, November 30, 2016. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, November 30, 2016 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P17-007 DELIVERY ADDRESS: Please submit one(I)original and one(1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4'h Floor PORT ARTHUR,TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Acting Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams(c portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Shawna Tubbs,CPPD,CPPB P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and Specifications are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Clifton Williams, CPPB Acting Purchasing Manager CITY OF PORT ARTHUR,TEXAS VI rr6` ADDENDUM NO. ONE (1) Iti : November 16,2016 Bid Proposal For:4T" Street Improvements from Stadium Road to Duff Drive The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: 1. Replace Page 3 of the drawing with the attached Page 3. 2. On Page C-7, Delete Item 18. 3. The contractor will haul the dirt without concrete to the City of Port Arthur Landfill. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. 'CI�JVV'`����� Cli'on tlliams, CPPB Acting P,chasing Manager eiro )11)(-117(. . p9� ature of Proposer Date CITY OF PORT ARTHUR,TEXAS rrirrr--'�- ADDENDUM NO. TWO (2) f November 17, 2016 Hid Proposal For:4TH Street Improvements from Stadium Road to Duff Drive The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: I. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, November 30, 2016. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, November 30, 2016 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. 2. The attached pages were mistakenly omitted from the bid package. 3. Replace the pages under Section D with the attached D-1 - D-5 4. Please return the Following forms a) The two addendums signed and dated b) Pages D-1 - D-5 c) Non Collusion Affidavit d) Affidavit e) Conflict of Interest i f it applies f) Qualification Statement g) Bid Bond for 5%of the Bid 5. The Retainage is 5% If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. 40. /(4,191ti Clifto Williams, CPPB Acting P chasing Manager ./ 41r# Z /C-(7/4 ature of Pro o se r Date f p CITY OF PORT ARTHUR,TEXAS n,r r�i,, ADDENDUM NO.THREE (3) November 23,2016 Bid Proposal For:4TH Street Improvements from Stadium Road to Duff Drive The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, December 7, 2016. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, December 7, 2016 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend. 2. An Addendum#4 will follow. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. I/'s�rl w/i 14 Clifto Wi iams, CPPB Acting Pi hasing Manager /2/ /q//4 "er ature of Proposer Date 01 ' , ,, . ,/, i CITY OF PORT ARTHUR,TEXAS „r. rth, '`, ADDENDUM NO. FOUR(4) December 5, 2016 Bid Proposal For: 4TH Street Improvements from Stadium Road to Duff Drive The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BiD. Addendum as follows: 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, December 14, 2016. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, December 14,2016 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. 2. Remove sheets D 1,D2, and D3 from the contract documents and insert revised pages DI,D2, and D3 marked as Addendum #3. 3. Include Drawing No. 1 of 1 marked by Addendum #3. This drawing represents the phasing of the Construction and Traffic Markers and Sips related to Item No. 17(TxDot Spec#502) Traffic Control Plan. 4. Item No. 4 (TxDot Spec #132- Embankment) has been issued to slope the area between the back of the curb and the row when the elevation of row is lower than the elevation of the top of the curb. 5. The side transition roads surface treatment will be 1 '// asphalt, similar to the main roadway. Disregard 2" hot mix asphalt shown on the drawing for the side transition roads. 6. The minimum of 95% compaction for roadway components are acceptable for this project in accordance to ASTM D-698 or latest revisions standard proctor. 7. Only item that has been considered for Plan Quality is Item 110—Roadway Excavation. This item will not be changed unless the variation proves to be more than 25%. The remaining items will be measured and paid by actual field measurement. 8. Haul Truck route for this project is desipated to be Stadium Roads to Gulfway Drive. 9. Use San Augustine Sod for this project. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. 0 11111,6 Clift ' Williams, CPPB Acting Pur- 'asing Manager 77/ ,/,/-6 s-.11- -ure of Proposer 17ate CITY OF PORT ARTHUR,TEXAS ' " . 0 :.t, urr rrl+u ADDENDUM NO. FIVE (5) r. ; December 6, 2016 Bid Proposal For:4111 Street Improvements from Stadium Road to Duff Drive The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: 1. THE QUALIFICATION STATEMENT WAS MISTAKENLY OMITTED. ATTACHED IS THE QUALIFCATION STATEMENT. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. /1( 6./(//4,- Cli on Williams. CPPB Acting P basing Manager Ar„,j ..— ..-> j?//t7 7/4 i nature of Proposer Date � p p; s V 06 J O' to A w N 4 Q I 1270, o■ 2? ¢p yp� p pq 8en V gg lA O C N N N E O s-1 P s 47 ;2 'zit •v 2 EgAcM z 0 2 4A2A Zm 4Acpeo �' > O torte gea (7n ? z C z3 v3 v— > � s � 43e � o � ,�,n—,vas � ° $ no o _ o ��0� v 0n , 0., ;4P7 0tm�wm _ pmcm q Or y r'- x n.d0r<X o Zoo xHay Llmo xwgQ a > M, a 'o y ,, r'- �or .a OF: C7i' g9 � xZ .; r3 v '. Zm afp � r-mc z> x ?! I2O x p z -� v, zoz Jnr v, PI v,. on g r' U i 24 ;2 › e' m 5 dza or ., K We' v r w i z .rt K r P e a 0 _ +. . w _I Lgw > ~ N a fig p O O e O O d O Ca' 741 1:11 01 N 2 -,I Nit," 1t, sa o © ' Cs - � ,, 0, r n (� 43 _ _ (e‘ C m 0 o c -- &,. ; Q`. c" I Q s 0 R P �^ 3 1 --' r, n + a t k CT Ul S00 _ IA ® o� rye (71 ® 0 \' o 80, ® OQo a 0 56 - a u w m .� Si Q 6 s 21 t" r I -;..... t, 0E2,3 , 4notor 4xAl o2Rrl E2 t., x. ail0 1 n " r. 5i o�gigt�i e � � iv w2› . y mA � ox Wray m "0 g� nn �!" r � '0 � rr- o v90 ern 70 r a w m me —ix ° O ; PqnSV6 '4 rg : e 9°4 via r w = * r g a x a Cl -4 . ' a Q - - N -�� W J l Vk 00 ti 4. 0 -_C. ® E t y a � '17 tri It a "o --° et -in -' ' n 1 7 (..$) 0 ,c' S i O 4 0 Qt, 1,4 D 1,4 -+- V k n 0 $ � � d M 7 0 /� 7 0- S € 0 0 rli tm F. cl (.4: p 7 (j D 0 C s Q g CN �` n N a- Nvi -LA- -( -Gme, 0 s -0 - 00 CO tr% oo cam ® N oo (r VI 8 v® (.5-1N 11-I o•-. r cry r Cr ® Q J ® ya o i C •+ O .D a 1 J Q 2V'. O V. geo a a � nRFFi3 mnz -nm mn xxx v = r. OW ztzn ion �cl, nonmp4A yy7 r .740p * mr =c0v zx no RM z › zo y > PoP Pf � AC)3 zinc yA0 � Ay Kz ° oP� an � o " 5 ', z oc� obAe P1 SOP y �" y v � 5zt: < m,Sn � n r ee x miz -- co0> mi.j inv, ovil. 4 x 2 z ra 22 zr z3► ; ; CS gz04 v v vZ vro, rnx �y� , y z v 2m v -1 e 'C z 4 C g 30 -b4' -Er Z. ►v --• s s oo s s c z 4 DI +,o -� ®00 y ° 'V *21 tri (P 3- `r, 7-1 4- 3 D t -i- �_J 4 z NI 2 (- - 7 -k- m c S Q Cl`r �'1-4, ri n n x 7 i 7 a 0— 0 0.� •` x m * U o� 7 w V 0 = J' C uS , _ c ➢ n > v i- . -S (J -' : szp ® -.C. ® UJ ® ® r O Q o BID SUMMARY Bid Schedule Subtotal from page DI S 3691 226 . 70 Bid Schedule Subtotal from page D2 S Z 77, h 3 ti . C. BiASc.hed41c .Sub 0+0,l4eom p c. D3 $2.`I , 7.5) . 31 Total Base Contract Price-Based on Estimated Quantities S 88 8 612. 711 Total number of calendar dim to complete: 150 n-4 QUAtrrmEs OF WORK: The quantities of work or material stated in unit price Items of the Bid are supplied only to give an Indication of the general scope of Work;the Owner does not actual amount of work or material will correspond d expressly or by Implication agree that the increase or decrease the quantity of any unit and reserves the right afterward to twenty percent(20%)of any Bid item,without arch change of the unitt by any amount haveup the and Inducting delete any Bid Item In its entirety,or to add additional Bid items upto and Including,and l a right to amount not to exceed twentyaggregate total percent(20%)of the Contract Price. Bid Submitted By: -�l c.N L, .� CJlS CC�E•S fi z--1 Wr�trartOr Represented By: AuLci_ i ` Title Bid Prepared By:� — Estimator .H.0.4,r\ Estimator • D-5 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 d- -lopment and submission of this bid proposal. Signature: - r1 Printed Name: Title: Company: C b Date: /01/`// / /6 SUBSCRIBED and sworn to before me the and "rsigned - thority by6-61 V of, e(c 'on '\1-0 behalf of said bidder. )4014f ail ,.__A Notary PI,lic in and for the ,gip° � TONIC JONES s ° a Notary Public.State of Texas State of exas `, ,g e< my com.Exp 03-20-2019 v o, n My commission expires: a /,CJS 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 ersigned offers and agrees to one of the following: ...) I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. t EqAU4(cOn ct Covv5 +j C v LL L- Firm Na . Date • uth.rized Signature Title r,`c. C1s C— Lit et -7A3- 36, N me(please print) Telephone E-fisC.(79( /j (( .PSS- L`_' E‘c_ov► LLL, ' Email STATE: -1--e-`1.-G COUNTY:C){ ..Y\- SUBSCRIBED ` SUBSCRIBED AND SWORN to before me by the above named COY I G (J it c.,h at,.1- on this the K-- day of\ f(13 '. 0 - . „......y; i 1 `` ) t v. Aoi TONIA JONES =B lir`t Notary Public,State of Texas Notary P t lic -; �Ny,° My Cor.ExP.03-20-2019 Z•"" ,0 - - RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFRCEUSE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Received has a business relationship as defined by Section 176.001(1•a)with a local governmental entity and the vendor meets requirements under Section 176.006(a). C /\ 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 vendor becomes aware of facts that require the statement to be Med. See Section 176.006(a-1),Local Government Code. /A vendor commits an offense if the vendor knowingly violates Section 178.006,Local Government Code. . offense under this section is a misdemeanor. / Anew.. ,J Name of vendor who has a business relationship with local governmental entity. 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 fling authority not later than the 7th business day after the dale on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) Name of local government officer about whom the Information is being disclosed. Name of Officer iJ Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CiO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment Income, from the vendor? ED Yes ® No B. is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable Income is not received from the local governmental entity? Ti Yes n No Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. 8 flCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx•us Revised 11/3012015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at httpJ/www.statutes.legis.state.tx.us/ Docs&LGfifmILCx176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code fi 176.001(1-a):"Business relationship'means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A)a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C)a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code ft 176.00Xelf2)AI and fl3h (a)A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor. (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income,other than Investment income,that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that (i)a contract between the local governmental entity and vendor has been executed; cr (l) the local governmental entity is considering entering into a contract with the vendor, (B)has given to the local government officer ora family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that (i) a contract between the focal governmental entity and vendor has been executed;or (ii) the focal governmental entity is considering entering into a contract with the vendor. ).ocal Government Code 6176.005(e)and fa-1) (a)A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,ora family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of Interest questionnaire must be fled with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor. (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B)submits to the local governmental entity an application,response to a request for proposals or bids,correspondence,or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C)of a family relationship with a local government officer. Farm prodded by Texas Ethics Ccmrtdsslon www.etlilcs.statatx.us Revised 1113Ot2015 BID BOND KNOW ALL MEN BY THESE PRESENTS.that we,the Undersigned, Excavation&Construction,LLC as Principal, and TexasBondingCompany _._._..._ as Surety, are hereby held and firmly hound unto City..of Port Arthur as OWNER in the penal sum of _Five Percent of Amount Bid --5%— for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 14.ttt_ day of December 2016 The Condition of the above obligation is such that whereas the Principal has submitted to City of Port Arthur certain BID, attached hereto and hereby made a part hereof to enter into a Contract in writing, for the 4th Street Improvements from Stadium Road to Duff Drive,Port Arthur,TX NOW,THEREFORE, (a) If said BID shall be rejected,or (b) If said BID shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said Contract,and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said 81D, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall,in no event,exceed the penal amount of this obligation as here in stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. E-1 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper Officers,the day and year first set forth above. Excavatio/Construction,LLC (LS.)PRINCIPAL Texas Bonding_Company SURETY BY: Douglas N.M v.-n,Attorney-in-Fact ( IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list(Circular 570 as amended) and be authorized to transact business in the state where the project is located. E-2 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY K )W_ALL MEN BY THESE PRESENTS: That American Contractors Indemnity (onwan} a California corporation, Texas Bondin -Company, an assumed name of American Contractors Indemnify Conpany_. niitec&States Surety Company, a Mand zorpara€on and U.S. Specialty Insurance Company, a Texas corporation(collectively;the'Companies"),do by these presents mate, constitute and appoint: Douglas McElveen,Christine Baker or Kathy Peters of Lake Charles,Louisiana its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above,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 riders, amendments, and consents of surety, providing the bond penalty does not exceed ********************Ten Million******************** Dollars ($ **10,000,000.00** ), This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it=Resolvect that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested withfull fiver and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following -_ *Airowrimorz: Attorney-in-Fact may be given full power and authority for and in the name of and on behalf oTtfie Company,to execute,acknowledge and deliver,any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts,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 sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any ataorizes1 officer r andleal of the Company heretofore or hereafter affixed to any power of attorney 1*any4ei ficaWre rig= thereto by facsimile,and any power of attorney orcetificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Comte with=espe t any bond or undertaking to which it is attached. IN WITNESS WHEREOF,The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 1st day of December,2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals = UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY **IC*" NI9 su,;.., /4. a , 1 p e.• v `?, 6 t Int."-, 'JI Se r.a1990 Y•: a4 Yom - < 7 r 41/4, 4P. Daniel P.Aguilar,Vice President r s ""c414.,ORM>` * A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to whih-this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Los Angeles SS: On this 1st day of December,2014, before me,Maria G.Rodriguez-Wong,a notary public, personally appeared Dan P.Aguilar,Vice President of American Contractors Indemnity Company,Texas Bonding Company,United States Surety Company and U.S.Specialty-Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrumentnd acknowledged to me that he executed the same in his authorized capacity,and that by his signature on the instrument the person,or the entity upon behalf of which the person acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the=€sregoing paragraph is true and correct. WITNESS my hand and official seal. ,s MARIA G.RODRIGUEZ-WONG Commission 2049711 Signature Sal Notary Public-California Los Angeles County Comm.Ex fres Dec 20,2017 I,Kio Lo,Assistant Secretary of American Contractors Indemnity Company,Texas Bonding Company,United States Surety Company and U.S. Specialty Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Companies,which is still in full force and effect;furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof3l have hereunto set my hand and affixed the seals of said Companies at Los Angeles,California this 1 4th day of fPrt rLPr , 201 6 Corporate Seals „1"s"u ._ Fj. .. ON^ Nc'c'0: ..p ......�....c,, i `�' MOORPo9�if0 ' ' ±0 x 3'i `�¢• =W'ififf w Z, =N.; /0 �= Kio Lo,Assistant Secretary Bond NO. 9 Wi.sE.vu.,999 -' _ -�c - a - - Agency No. 18756 1RN ? re OF SE�P % *.. ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 12/13/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONT PRODUCER NAMEACT Monica Clark McElveen Insurance LLC PHONE 337-475-7441 FAX 337-564-6934 700 W. Prien Lake Road Ste 200 (A/C,No,Ext)• (A/C.No): E-MAIL mclark@mcelveenins.com Lake Charles LA 70601 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Great American Ins. Companies 16691 INSURED EXCA&CO-02 INSURER B:Texas Mutual Insurance Company 22945 Excavation&Construction LLC INSURER C:AGCS Marine Insurance Company 22837 Excavators&Constructors, LTD INSURER D:Technology Insurance Company Inc. 25011 2300 Hwy 365, Ste 400 Nederland TX 77627 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1432801279 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) D X COMMERCIAL GENERAL LIABILITY Y Y TPP101423706 6/15/2016 6/15/2017 EACH OCCURRENCE $1,000,000 DAMAGE TO CLAIMS-MADE OCCUR PREMISES(Ea occurrence) $300,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY X ECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ D AUTOMOBILE LIABILITY Y Y TPP101423706 6/15/2016 6/15/2017 (O accident) $1,000,000INGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ AUTOS NED SCHEDULED BODILY INJURY(Per accident) $ NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS (Per accident) $ A UMBRELLA LIAB X OCCUR Y Y XS3842746 6/15/2016 6/15/2017 EACH OCCURRENCE _ $1,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $1,000,000 _ DED X RETENTION$10,000 $ B WORKERS COMPENSATION y TSF0001213325 6/15/2016 6/15/2017 X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Equipment Floater SML93067591 6/15/2016 6/15/2017 Rented Leased Limit 600,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Holder is Additional Insured on General Liability (CG2038 04/13) Additional Insured - Owner, Lessees, or Contractors Completed Operations (CG 2037 04/13) and Auto (CA 2048 02/99) with Waiver of Subrogation on the Auto, Workers Compensation and General Liability as required by written contract. Coverage is primary and noncontributory on the General Liability (CG2001 04/13) and Auto (CA990187 07/15) as required by written contract. 4th Street Improvements from Stadium Road to Duff Drive CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Port Arthur THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 444 4th Street ACCORDANCE WITH THE POLICY PROVISIONS. Port Arthur TX 77641 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD QUALIFICATION STATEMENT SUBMITTED TO CITY OF PORT ARTHUR BYrr LA0A-krc.pc\ ts�n 6 -hrt.iv f [Corporation,Co-Partnership,An Individual] PRINCIPAL OFFICE 47‘c 4 The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. I. How many years has your organization been in business as a general contractor under your present business name: 5tt~, A- c 4 t 2. How many years'experience in this type of construction w a rk has your organization had? (a) As a general contractor (b) As a sub-contractor 3. What projects has your organization completed? Contract Class of When Name and Address Amount Work Completed I of Owner h 9. What equipment do you own that is available for the proposed work? Q Item Description,Size Years of Present I Capacity,Etc. ��� `Condition Service Location ` -_- 10. Have you received firm offers for all major items of equipment within prices used in preparing your proposal? P-3 4. Have you ever failed to complete any work awarded to you? J C) If so,where and why? 5. In what manner have you inspected this proposed work? Explain in detail. t/VAIkEJ mob 6. Explain your plan or layout for performing the proposed work: To (-4 c--) '741e e L'J c�it (C 7. The work,if awarded to you, will have the personal supervision of whom? (a) For administrative management? 174-1%.A1-\ (b) For resident construction superintendence? /0t,,� � C t lc 4 f r ,e J +- (c) What experience in this type of work is enjoyed by the superintendent designated under(b)above? IAC4< d 8. What portions of the work do you intend to sub-let? /1 7 1.-F- P-2 QUALIFICATIONS STATEMENT Submitted to: —Jefferson County Commissioners Court Excavation & Construction, LLC. Excavators & Constructors, Ltd. Principal Office: 6601 Procter Ext., Port Arthur,TX 77642 Phone: 409-962-2677 Fax: 409-962-2771 (email: eric.gilchriest@exconllc.com) When organized: April 1, 2015 July 26, 1967 Where incorporated: State of Texas Operating under Excavators and Constructors. For 47 years Excavators& Constructors, Ltd 11 +years Excavators & Constructors, Inc. 36 years Excavators & Constructors list of completed projects are as follows: Contract Class of Date Amount Work Completed Name and Address of Owner $785,543.23 Utility work Sep 2016 City of Beaumont P.O.Box 3827 Beaumont,TX 77704-3827 $500,000.00 Site Work Sep 2016 ICON $3,450,445.00 Road Repair Aug 2016 City Of Beaumont $839,881.36 Box Replacement Aug 2016 City of Vidor 1395 North Main Street Vidor,TX 77662 $296,103.26 Waterline July 2016 City of Port Arthur 444 4th Street Port Arthur,TX 77640 $245,593.50 Box replacement March 2016 Drainage District No 7 4401 9Th Ave Port Arthur,TX 77642 $3,450,445.00 Street Reconstruction March 2016 City of Beaumont P.O.Box 3827 Beaumont,TX 77704-3827 11. List the construction projects your organization has underway on this date: Contract Class of Percent Name and Address of Owner Amount Work Complete or Contracting Officer /4444C Dated at .r; _ U�!�� /��this / � day of DecU�`^� �-�' � ,20 `,c'' BY: t^ L TITLE: ( C., . P-4 $775,878.00 Storm Sewer Improvements October 2011 City of Port Arthur,TX $604,860.04 Drainage&Pavement Impr. March 2011 City of Bridge City,Texas P.O.Box 846 Bridge City,Texas 77611 $903,364.95 Pavement/Drain/San. Sewer January 2011 Port Arthur EDC,Port Arthur,TX $711,456.75 Flex Base Street Repairs November 2010 City of Port Arthur,TX $1,803,062.60 Pavement/Sanitary Sewer June 2010 City of Beaumont,Beaumont,TX 409-785-3002 $782,590.72 Concrete/San. &Storm Sewer June 2009 City of Port Arthur,Port Arthur EDC 409-963-0579 $987,813.04 Paving/Water/Sewer/Drainage August 2009 Sterling Ridge,City of Nederland 409-723-1503 $2,509,381.78 Concrete/Utilities/Storm Sewer Feb.2009 Port Arthur EDC 409-963-0579 $ 697,178.15 Concrete/Utilities/Storm Sewer January 2009 Stone Creek Apartments,City of Port Arthur 409-963-0579 $429,509.35 Roadway Extension June 2008 Greene/Hill,City of Nederland,TX $318,449.90 Water,Sewer May 2008 McClain Estates,City of Port Arthur,TX $2,555,702.65 Paving June 2008 City of Beaumont,Beaumont,TX $353,571.89 Paving,Drain,Water,Sewer October 2007 City of Nederland,for David Redwine Nederland,TX $816,191.93 Drain,Sewer,Water September 2007 LaGrone Services,Houston,TX $245,459.85 Roadway Extension July 2007 Port Arthur EDC,4173 39th Street Port Arthur,TX 7741 $$565,766.73 Orange County Sheriffs Dept March 2007 Orange County Sheriff's Department $234,928.68 Drainage/Paving February 2007 Lubys,Inc.Houston,TX(713)329-6880 $198,564.65 Sewer Line Replacement April 2006 Jefferson County WCID NO. 10(409)722-4437 $832,908.88 Water Main Loop/Paving June 2006 Greenhill,Nederland,TX(409)718-5881 $1,866,65.30 Sanitary,Storm Sewer,Paving June 2006 P.A.Royal Homes,Inc.,Nederland,TX $ 130.031.00 Water&Wastewater Impr. November 2005 Nederland EDC,Jefferson County,TX $840,000.00 RV Park/Gas Station May 2005 John Smith,Nederland,TX $935,082.25 Storm Sewer February 2005 City of Nederland $ 174,582.80 Sanitary Sewer March 2005 City of Bridge City $1,137,349.31 Road Improvements January 2005 Jefferson County Precinct 2 $2,342,384.00 Water Transmission Main September 2004 City of Port Arthur $818,144.00 Paving April 2004 LaGrone Services,Inc. Southeast Texas Medical Center $26,962.50 Street/Paving August 2015 BRYSTAR Contracting 8385 Chemical Rd, Beaumont, TX 77705 $2,836.00 Dirt Work August 2015 Pro Cure 2300 Hwy 365 suite 400 Nederland,TX 77627 $2,208,974.85 Waterline/Street/Paving August 2015 City of Port Arthur 5th Street Port Arthur,TX 77640 $2,318,702.50 Waterline August 2014 City of Port Arthur 444 4th Street Port Arthur,TX 77640 $ 952,241.00 Street/Paving/Water/Sewer May 2014 Twin Lakes Sub-division Damon R.Vacek 960 N.Main Street Vidor,TX 77662 $628,823.81 Street Reconstruction October 2013 City of Port Arthur 444 4th Street Port Arthur,TX 77640 $ 101,221.15 Sanitary Sewer June 2013 City of China 717 N.Broadway China,TX 77613 $ 157,173.60 Street/Paving June 2013 City of Beaumont P.O.Box 3827 Beaumont,TX 77704-3827 $ 130,240.00 Street/Paving July 2013 City of Beaumont P.O.Box 3827 Beaumont,TX 77704-3827 $523,265.22 Paving/Sewer July 2013 LSI 10204 Fairbanks N.Houston Road Houston,TX 77640 $ 71,390.745 Street/Road December 2012 City of Beaumont,Texas P.O.Box 3827 Beaumont,TX 77704-3827 LaBelle Subdivision $ 84,187.695 Culvert Crossing Improvements November 2012 Jefferson County Drainage District No.7 P.O.Box 3244 Port Arthur,TX 77642-1862 $1,433,936.34 Sanitary Sewer/Paving/Drainage November 2012 City of Port Arthur,Port Arthur EDC 4173 39th Street Port Arthur,TX 77642 $1,852,127.95 Street/Drainage Improvements March 2012 City of Lumberton,Hardin County,Texas 836 N.Main Street Lumberton,TX 77657 $597,672.00 Landscaping March 2004 City of Port Arthur Economic Development Corporation $ 980,000.00 Road Improvements December 2003 City of Port Arthur Economic Development Corporation $257,680.00 Rough Grading/Site Development June 2003 City of Port Arthur Economic Development Corporation $1,135788.50 Underground Utilities June 2003 City of Port Arthur Economic Development Corporation $ 884,716.00 Drainage System Improvements June 2003 City of Port Arthur Economic Development Corporation $4,591,731.17 General Construction 2001 City of Beaumont,Box 3827 Beaumont,TX 77704 $428,129.19 General Construction 2001 W.T.Byler Co.,Inc. 15203 Lilia Road Houston,TX 77060-5299 $4,888,911.06 General Construction 9-14-00 TXDOT,Eldon Chalker Rt.7,Box 138,Jasper,TX 77651 $347,100.72 General Construction 12-99 City of Nederland,Box 967 Nederland,TX 77627 $1,751,478.49 General Construction 6-98 City of Beaumont,Box 3827 Beaumont,TX 77706 $807,824.33 General Construction 12-97 Jefferson County Precinct#2 2748 Viterbo Rd.,Beaumont,TX 77705 $2,180,052.17 General Construction 11-97 TXDOT,6101 Twin City Hwy Port Arthur,TX 77642 $5,541,628.82 General Construction 8-96 City of Beaumont Personal supervision of this project will be as follows: Administrative Management: Eric Gilchriest Construction Superintendent: Louis Gilchriest Owned Equipment available for this project: Quan. Item Condition Yrs Service Location 1 Hydraulic Riding Paver Good 17 Port Arthur, TX 1 TD 12 Dozer Good 22 Port Arthur,TX 1 Komatsu PC 300 HD Good 19 Port Arthur,TX 1 Ford Backhoe 555 C Good 24 Port Arthur,TX 1 Komatsu D65 PX Good 15 Port Arthur,TX 1 John Deere 544G Ft End Loader Good 12 Port Arthur, TX 1 Link belt 210 Excellent 8 Port Arthur, TX 1 Cat 5 Dozer Good 5 Port Arthur, TX 1 Cat 312 Excellent 7 Port Arthur, TX 1 Link belt 330X Excellent 7 Port Arthur, TX 1 International Harvester TD8 Good 11 Port Arthur, TX 1 New Holland Backhoe Good 14 Port Arthur, TX l Kobelco Excavator Good 14 Port Arthur, TX 1 Bomag Mixer Fair 40 Port Arthur, TX 1 Morooka MST Terrain Good 23 Port Arthur, TX l Morooka MST 2000 Crawler Good 23 Port Arthur, TX 1 Cat D6 Dozer Good 11 Port Arthur, TX 1 Komatsu Motor Grader GD530 Good 17 Port Arthur, TX 1 Komatsu Excavator PC 200 Good 18 Port Arthur, TX 1 Kubota Mini Excavator KX80 NEW .5 Port Arthur, TX 1 Kubota Skid Steer SV90 NEW .5 Port Arthur, TX Following is a list of projects presently under construction: Contract Class of Percentage Amount Work Complete Name and Address of Owner $994,595.03 Construction of Taxi Way Airport 60% L&L Engineering $400,896.00 Replace Culvert Hwy 365 80% TXDOT $895,103.21 Retirement Home, Site&Paving 60% Icon Builders $472,065.04 Lift Station—Allie Payne 90% City of Orange $164,107.66 Waterline Hwy 62 99% City of Orange ERICGILCHRIEST 760 Searcy Road, PO Box 480, Buna, TX 77612 409.289.1053 eric.gilchriest@gmail.com P ROFILEOFQ UALIFICATIONS ➢ More than 15 years of experience in staff leadership, operations management, construction, safety, problem resolution, equipment operation, communication, surveying and project management. ➢ History of promotion to greater levels of responsibility through superior performance. ➢ Skillful multitasker with exceptional detail orientation and problem-resolution capacities. ➢ Effective team builder with strong communication and relationship-building abilities. ➢ Excellent planning, organization, time management and decision-making skills. ➢ Strategically collaborate with professionals to maximize performance in facilitating goals and attaining operational excellence. CAREERTRACK Excavation & Construction , Port Arthur, TX 2015 - General Manger 2015 -Today Oryx Oil Field Services, Goliad, TX 2012 -2015 Spread Boss 2013-2015 • Directed crew rated as both Most Productive and Most Cost-Effective. Heavy Equipment Operator 2012-2013 • Safely ran track hoe and ensured safety while working around live lines. Allco, Beaumont, TX 2000 -2012 Superintendent 2007-2012 • Tasked with managing numerous projects with TxDot worth more than $10MM and successfully completed all work on time & under budget. • Effectively supervised over 50 personnel and five subcontractors. Field Engineer 2004-2007 • Directed surveying operations and collaborated with engineering personnel to update construction plans. • Ensured completion of all change orders and other construction documentation. General Laborer 1996-2004 • Recruited to conduct heavy equipment operation, surveying, field engineering, spreading and personnel leadership operations. Jobs that has been completed include Goliad TX. For Oryx Oilfield Services Eagle Ford for Conoco Contract price: Multi Millions 15-40 People Crew plus subs Port Arthur TX. for AlIco Port Arthur ISD. Built Roads, Storm Sewer& Parking Lots 15 People crew Beaumont TX. For AlIco Beaumont ISD. 6 Schools Contract price: $350M Excavation &fill foundations,All layout work for site, Built all roads and parking lots. 15 People crew plus many subs. (Plumbers, Electricians, Brick layers,Structure steel, Roofers,Cement finishers,Ac, Flooring,Sheet rock,ext.) Orange TX. For AlIco Port of Orange Contract price:$4M 15 People crew Plus subs. Control Building, Parking lot&Entrance road Bryan TX. For AlIco TX Dot West Villa-Maria & Farm rd. 1779. Contract price:$15M 40 People crew plus subs. 1 railroad bridge, 1 main lane bridge,2500ft of 5 lane paving, 2000ft Of retaining wall from 5vf to 30vf poured in place with drill shafts. 3000ft of railroad shoe fly, 3000ft of new railroad over new railroad bridge. Jobs Completed Continued. Kirbyville TX. For AlIco TX Dot HWY. 96 Kirbyville Contract price: $25M 35 People crew Plus subs. 6 Miles of 84ft wide 12in thick slip from paving, 2 bridges, 300,000cy of fill material, Milling road way, Asphalt pavement base, Asphalt paving, 6in lime sub grade, large box sewers and headwalls, Bought and set up concrete plant, trucked in rock and sand, Produced all concrete on site. Drilled 2 6in water wells for concrete plant 500ft deep. Job received best ride in the state that year. Orange TX. For Alico TX Dot HWY. 90 From MLK to HWY. 87 Contract price: $10M 25 People crew plus subs. 4 Miles of 5 lane 10in concrete paving, roadway excavation, lime base, asphalt paving, storm sewer, water Lines, sanitary sewer line, box sewer, and headwalls. Orange TX. For Alico TX Dot HWY. 87 Orange TX. From 105 North to traffic circle Contract price: $15M 30 People crew plus subs. 2 Miles of 6 lane 10in concrete paving plus service roads, lime, base &asphalt paving, Storm Sewer, Box sewer& head walls, Bridge over railroad, 15 spans 100ft each, 5 lanes 1500ft with drill shafts, 2000ft of retaining walls 20vf. Beaumont TX. For Allco TX Dot West Port Arthur rd. From Cardinal drive south 5 miles Contract price: $8M 25 People crew plus subs. 5 Miles of 5 lane 10in concrete paving, 2 each 2 span bridges, Storm sewer and Box sewer, lime, base & Asphalt paving. Orange TX. For Allco Waste Water Plant Contract Price: $8M 20 People crew plus subs. Mechanical piping for 10 million gallons day plant. Port Arthur TX. For Alico Fresh Water Treatment Plant Contract Price: $25M 20 People crew plus subs. Mechanical Piping. LOUIS GILCHRIEST 500 Feldshchu , P.O. Box 1206, Buna, TX 77612 409.289.1053 eric.gilchriest@gmail.com PROFILEOFQUALIFICATIONS ➢ More than 50 years of experience in staff leadership, operations management, construction, safety, problem resolution, equipment operation, communication, surveying and project management. ➢ History of promotion to greater levels of responsibility through superior performance. ➢ Skillful multitasker with exceptional detail orientation and problem-resolution capacities. ➢ Effective team builder with strong communication and relationship-building abilities. ➢ Excellent planning, organization, time management and decision-making skills. ➢ Strategically collaborate with professionals to maximize performance in facilitating goals and attaining operational excellence. CAREERTRACK APAC, Beaumont, TX Sept. 2014-Jul. 2015 Consultant Retired 2011-2014 Allco, Beaumont, TX 1996 - 2011 Superintendent & Project Manager Williams Brothers, Houston, TX 1992 - 1996 Superintendent & Project Manager OMLL Inc., Buna, TX. 1976-1993 President And Owner • All types of underground utilities. Water, Sewer, Storm Sewer, Lift stations, Concrete Paving. 20 Employees, Largest job$10 million Bayshore Construction, Baytown, TX. 1970-1975 Superintendent/ Foreman • Water, Sewer, Storm Sewer& City Paving in Baytown/Houston area. 30-40 Employees Excavators and Constructors, Beaumont, TX. 1968-1970 Foreman/Operator City of Beaumont, Beaumont, TX. 1966-1968 Water and Sewer Department • Started as Laborer at$1.47 an hour and left at$2.50 an hour as a Foreman/Operator Army Reserves 1966-1970 Army 1964-1966 High School 1964 Jobs that has been completed include Port Arthur TX. for Apac Texas Port of Port Arthur for Apac Texas New railroad yards for each track lines. Parking lots and yard. Contract price: $4.5M 10 People crew plus Railroad sub. 15 month job built in 7 months. Port Arthur TX. for Apac Texas HWY. 69 Texaco Bridge and Box Sewer Contract price: $3M 15 People crew plus subs. Built in 50 working days $200K Bonus TX Dot Job Port Arthur TX. for Allco Port Arthur ISD. Built Roads, Storm Sewer& Parking Lots 15 People crew Beaumont TX. For AIIco Beaumont ISD. 6 Schools Contract price: $350M Excavation&fill foundations,All layout work for site, Built all roads and parking lots. 15 People crew plus many subs.(Plumbers, Electricians, Brick layers,Structure steel, Roofers, Cement finishers,Ac, Flooring,Sheet rock,ext.) Orange TX. For AIIco Port of Orange Contract price:$4M 15 People crew Plus subs. Control Building, Parking lot&Entrance road Bryan TX. For AIIco TX Dot West Villa-Maria & Farm rd. 1779. Contract price:$15M 40 People crew plus subs. 1 railroad bridge, 1 main lane bridge, 2500ft of 5 lane paving, 2000ft Of retaining wall from 5vf to 30vf poured in place with drill shafts.3000ft of railroad shoe fly, 3000ft of new railroad over new railroad bridge. Jobs Completed Continued. Kirbyville TX. For AIIco TX Dot HWY. 96 Kirbyville Contract price: $25M 35 People crew Plus subs. 6 Miles of 84ft wide 12in thick slip from paving, 2 bridges, 300,000cy of fill material, Milling road way, Asphalt pavement base, Asphalt paving, 6in lime sub grade, large box sewers and headwalls, Bought and set up concrete plant, trucked in rock and sand, Produced all concrete on site. Drilled 2 6in water wells for concrete plant 500ft deep. Job received best ride in the state that year. Orange TX. For AIIco TX Dot HWY. 90 From MLK to HWY. 87 Contract price: $10M 25 People crew plus subs. 4 Miles of 5 lane 10in concrete paving, roadway excavation, lime base, asphalt paving, storm sewer, water Lines, sanitary sewer line, box sewer, and headwalls. Orange TX. For AlIco TX Dot HWY. 87 Orange TX. From 105 North to traffic circle Contract price: $15M 30 People crew plus subs. 2 Miles of 6 lane 10in concrete paving plus service roads, lime, base &asphalt paving, Storm Sewer, Box sewer&head walls, Bridge over railroad, 15 spans 100ft each, 5 lanes 1500ft with drill shafts, 2000ft of retaining walls 20vf. Beaumont TX. For AIIco TX Dot West Port Arthur rd. From Cardinal drive south 5 miles Contract price: $8M 25 People crew plus subs. 5 Miles of 5 lane 10in concrete paving, 2 each 2 span bridges, Storm sewer and Box sewer, lime, base & Asphalt paving. Orange TX. For Alico Waste Water Plant Contract Price: $8M 20 People crew plus subs. Mechanical piping for 10 million gallons day plant. Port Arthur TX. For Allco Fresh Water Treatment Plant Contract Price: $25M 20 People crew plus subs. Mechanical Piping. Jobs Completed Continued. Beaumont TX. For William Brothers TX Dot MLK Parkway From Washington to Fannin Contract Price: $44M 7-8 Foreman 60-110 people crew plus subs. 9 Bridges, 2 Large pump stations 50-60vf deep, Large box sewers, 2,000,000cy of dirt removed, 5 Miles of 6 lane 12in paving plus service roads, lime, base and asphalt paving, 5,000lf of retaining walls 5-30vf tall pile supported. Beaumont TX. For William Brothers TX Dot MLK Out Fall Boxes Contract Price: $10M Sub Contract to OMLL INC. 5000lf 12ftx8ft Box sewer 16-30ft deep, 40001f 10ftx7ft Box sewer 16-20ft deep