Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 20106: WATER MAIN REPLACEMENTS
,_ 4 City of J .,, r rth u.� 7exus INTEROFFICE MEMORANDUM UTILITY OPERATIONS DEPARTMENT-ADMINISTRATION Date: February 6, 2018 To: Harvey Robinson, Interim City Manager From: Hani Tohme, Ph.D., Director of Utilities RE: Proposed Resolution No. 20106—Water Main Replacements Nature of the Request: Due to aging infrastructure, the EDC has included water line replacement with their housing projects in this area. The water mains on 5th Street, 6th Street, and 7th Street, between Atlanta Avenue and Nashville Avenue, need to be replaced. Excavation and Construction, LLC of Port Arthur, Texas submitted the lowest, most responsible bid of$253,386.87. Funding is available in EDC Account No. 120-1429-582.59-05, Other Contractual Services/4B Development. Four (4) bids were received. Staff Analysis, Considerations: Staff will inspect and maintain new lines. Budget Considerations: This project will be charged to EDC Account No. 120-1429-582.59-05, Other Contractual Services/4B Development. Recornntendation: I recommend that the City Council approve Proposed Resolution No. 20106 to authorize the execution of a contract in the amount of$253,386.87 for the replacement of the water mains on 5th, 6th, and 7th Streets, between Atlanta Avenue and Nashville Avenue. P.R. 20106 2/6/18 ds Page 1 of 5 RESOLUTION NO. A RESOLUTION AWARDING A BID AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH EXCAVATION AND CONSTRUCTION, LLC OF PORT ARTHUR, TEXAS WITH A PROJECTED BUDGETARY IMPACT OF $253,386.87 FOR THE REPLACEMENT OF WATER MAINS ALONG 5TH STREET, 6TH STREET,AND 7TH STREET, BETWEEN ATLANTA AVENUE AND NASHVILLE AVENUE; FUNDING IS AVAILABLE IN EDC ACCOUNT NO. 120-1429-582.59-05, OTHER CONTRACTUAL SERVICES/4B DEVELOPMENT. WHEREAS, due to aging infrastructure, the EDC has included water main replacement with their housing projects in this area; and, WHEREAS, the water mains on 5th Street, 6th Street, and 7th Street, between Atlanta and Nashville, need to be replaced; and, WHEREAS, this contract was advertised for bids on December 10, 2017 and December 17, 2017 in the Port Arthur News and four(4) bids were received and opened on January 17,2018 with Excavation and Construction, LLC of Port Arthur, Texas being the lowest, most responsible bid in the amount of$253,386.87(see Exhibit"A")and have been evaluated by the Water Utilities 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 water mains on 5th Street, 6th Street, and 7th Street, between Atlanta Avenue and Nashville Avenue,to Excavation and Construction, LLC of Port Arthur, Texas for the amount of$253,386.87; and, P.R. 20106 2/6/18 ds Page 2 of 5 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 for the amount of$253,386.87 for the water mains on 5th Street, 6th Street, and 7th Street, between Atlanta Avenue and Nashville Avenue in substantially the same form as 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. 2018 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 P.R. 20106 2/6/18 ds Page 3 of 5 APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: Valecia z o Harvey Robinson City Attorney Interim City Manager APPROVED AS FOR AVAILABILITY OF F>fiNDS: Andrew Vasquez, CPA Director of Finance Hani Tohme, P.E. Director of Water Utilities (1 il/Akt/4., Clifton Williams, CPPB Purchasing Manager P.R. 20106 2/6/18 ds Page 4 of 5 Exhibit "A" L .I., O O O v, O O X .�i O U d- O `n `n VF EA EA > Cr) a .w Vo r H -4 0 A C ? 00 O O V - 00 rn m O O N to Q la W O EA EA 0 0-4 y U d V _ io GI O . /i O •C. O C O X I 00 r." a A U M 00 VI CA O o Hu Eoo� rn EA EA g v, o s -c,-, rte. 0 0 N Ca Ex., 0 ei U M d . 'a r C ;d i r,,, c, o X e:: H it 4:1 CJ h Li U - c Crn C1 A Q FCA 0 U W OA crs0 cc 0 0 0O 0 175 .--4 CA • cn cc U D O O moi, 0 +r U U ic: 10 _ - v «sem yrs Q 1 P el-t ASAb a ,-l ;d Co U P.R.20106 2/6/18 ds Page 5 of 5 Exhibit "B" CONTRACT FOR REPLACEMENT OF WATER MAINS ALONG 5TH, 6TH,AND 7TH STREETS THIS AGREEMENT, made this day of February, 2018, 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& Construction, LLC herein acting by and through hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein , OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be 74 calendar days from the start date on the Notice to Proceed. 2. During the term of this Contract, the Contractor will furnish at his 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. 3. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the sum of$253,386.87. 4. The term "Contract Documents" means and includes the following: 1) Agreement 2) Invitation to Bid 3) General Information 4) Specifications 5) Addenda 6) Bidder Information Sheet 7) Notice to Proceed 5. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 6. 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. [SIGNATURE PAGE FOLLOWS] Signed on the day of , 2018. OWNER: CITY OF PORT ARTHUR BY: Harvey Robinson Interim City Manager ATTEST: Sherri Bellard City Secretary Signed on the day of , 2018. CONTRACTOR: EXCAVATION & CONSTRUCTION,LLC BY: Print Name: Title: WITNESS: Print Name: SPECIFICATIONS AND CONTRACT DOCUMENTS EDC - WATERMAIN CONSTRUCTION PROJECT (Alley Between 6th & 7th Sts. From Atlanta Ave. to Nashville Ave.) (Alley Between 5th & 6th Sts. From Atlanta Ave. to Nashville Ave.) fnvne City of y ", • frrl rill lir CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS BID # P18-020 Prepared By: Rafael G. Miranda Rawetts Baaheth, Sr. E.I.T. Roadway Designer Asst. City Engineer Approved By: Armando Gutierrez, P.E. Public Works Director Table of Contents SECTIONS RETURN PAGE WITH BID A. Invitation to Bid B. No Bid Form C. Specifications D. Bid Proposal Page YES E. Non Collusion Affidavit YES F. Affidavit Page YES G. Conflict of Interest YES H. House Bill 89 Verification YES I. SB 252 YES J. Information to Bidders K. Advertisement L. Request for Time Extension M. Bid Bond YES N. Supplemental Conditions 0. Drawings PRE-BID CONFERENCE A Non-Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for EDC Water Main will be held on Thursday, December 21.4 2017 at 10:00 a.m. at the City Hall Council Chambers located at 444 4th Street, Port Arthur, Texas. The purpose of the Mandatory Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Mandatory Prc- Bid Conference will be rejected and returned unopened to the bidder. SECTION A DERRICK FREEMAN,MAYOR HARVEY ROBINSON CAL JONES.,MAYOR PRO TEM INTERIM CITY MANAGER Energy To COUNCIL MEMBERS: City of city SHERRI BELLARD,TRMC 1�1 CITY SECRETARY RAYMOND SCOTT JR. THOMAS KINLAW HAROLD DOUCET SR. 0>'t i't IJ u r WILLIE"BAE"LEWIS JR. VAL TIZENO OSMAN SWATI Texas CITY ATTORNEY CHARLOTTE MOSES KAPRINA RICHARDSON FRANK DECEMBER 11, 2017 INVITATION TO BID EDC WATER MAIN CONSTRUCTION DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, January 3, 2018. (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, January 3, 2018 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P18-020 DELIVERY ADDRESS: Please submit one(1) original and one (1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams(aiportarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 1089 444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Clifton Williams, CPPB Purchasing Manager SECTION B INVITATION TO BID EDC WATER MAIN CONSTRUCTION (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: SECTION C EDC WATER MAIN CONSTRUCTION SPECIFICATION The Specifications are the attached drawings SECTION D BID TO: CITY OF PORT ARTHUR 444 4TH STREET P.O. BOX 1089 PORT ARTHUR, TEXAS 77640 Proposal of XXcAv,.qf w.-, '(c;,, _ "BIDDER"), organized and existing under the laws of the State of (hereinafter called as *t Cir, wry Y X , doing business 4_,_, and acting by and through 6,64,1-fc,.,!ea 7 ,;` cd U.1«<to the City of Port Arthur, Texas (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of EDC-WA TERiyq CONS't'RUCTIPON accordance with the Contract Documents, within the time set forth in the Notice toEProceed, aCT in nd at the prices stated below, and Bidder shall enter into Contract for same within the time specified in Contract Documents. By submission of this BID, each BIDDER certifies, and in the case of a joint BID, each party thereto certifies as to his own organization, that this BID has been arrived at independently, without consultation, communication,or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence WORK under this Contract on or before a date to be specified in the Notice to Proceed and to fully complete the PROJECT by and for final completion of the PROJECT by as specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays, and Federal, State, and City holidays thereafter. BIDDER further agrees to pay as liquidated damages, the sum of$250.00 for each consecutive calendar day thereafter including, but not limited to, all Saturdays, Sundays, and Federal, State and City holidays as provided in Section 51 of the General Conditions. Enclosed is bid security as required. BIDDER acknowledges receipt of the following ADDENDUM: *Insert "a corporation," "a partnership,"or "an individual" as applicable. BIDDER agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum: ADDENDUM NO. 8 D1 BID SCHEDULE NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved bidder with Tax Exemption Certificate for materials used on this project. BASE BID ITEMS ADDENDUM NO. 8 Item Est. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount Trench Safety System, including labor, associated materials and appurtenances, all in strict accordance with plans and 712. 360 LF specifications, complete in place. 001 @ One 641 6 ten ezrl f,S L 1O $ 396.00 Per Linear Foot Furnish and Install 8" x 45 degree MJ Bend, including labor, associated materials and fittings, megalug, restraining flanges, excavation, backfill, testing, and thrust 801• 4 EA blocking, all in strict accordance with plans 001 and specifications,completetin place. @ Qn G h 1.4r%aCG O G 1 Cif dui�1 si r tent. czh Per-Each $ 1 • 1 G $ 752.6q Furnish and Install 6" x 45 degree MJ Bend, including labor, associated materials and fittings, megalug, restraining flanges, excavation, backfill, testing, and thrust 801. 4 EA blocking, all in strict accordance with plans 002 and specifications,complete in place. One.}� @ Onrt a Ali r •f i va tea �: �� Gen 4_S $ j .Sa $ 5Liz .do Per Linear Foot Furnish and Install 16" x 8" Tap Tee, include labor, associated materials and fittings, megalug restraining flanges, excavation, backfill, testing, and thrust 801. blocking, all in strict accordance with 003 1 EA plans and specifications, complete in place. @rhea ihot.Sr A fhri a Ii*nch Q '�irieer* wn1i cig ecntt $� 313.46 $ 213/�•U� Per Each D2 BASE 1310 ITEMS ADDENDUM NO. 8 Item Est. Description of item with Unit No. Qty. Unit Unit Price Written in Words Price Amount Furnish and Install 12"x6" Tap Tee, include labor, associated materials and fittings, megalug restraining flanges, excavation, backfill, testing, 801. and thrust blocking, all in strict accordance with 004 I EA plans and specifications,complete in place. @ 14i. ,.se+r t dirties himelvici ;jeer h - •t".-6. Furnish and Install 8"x 6" MJ Cross, include labor, associated materials and fittings, megalug restraining flanges, excavation, backfill, testing, 801. and thrust blocking, all in strict accordance with 005 I LA plans and specifications,complete in place. @tt� i w ii and G1 - 011Gc.an k $ 732.LI $ ���, - Per Each Furnish and Install 8" Harvey Adapter, include labor, associated materials and fittings, megalug restraining flanges, excavation, backfill, testing, 801. and thrust blocking, all in strict accordance with ppb 14 EA plans and specifications,complete in place. @ 0ALr uAn&Q 4 ac44+y -Cnr Ofiti Cztt - IDLai X17* $ 14111 . j 1480. /6 ____._. -_-_ Per Each ! Furnish and Install 6" Harvey Adapter, include labor, associated materials and fittings, megalug restraining flanges, excavation, backfill, testing, 801. 16 EA and thrust blocking, all in strict accordance with 007 plans and specifications,complete in place. @ Dna laeh J%tS 'then -t ino, ...4.a(1 2.6,1%) C,:„..11+< S 121.00 $ U411.NO Per Each -------- --- Furnish and Install 8" Quantum Coupling, include labor, associated materials and fittings, megalug restraining flanges, excavation, 801. backfill, testing, and thrust blocking, all in strict 008 2 EA accordance with plans and specifications, complete in place. h sancifiat4 CsArtl-cbill" — Gina aEch O` -S cat)fs $ 3y 8.04 $ 697.72 D3 BASE BID ITEMS ADDENDUM NO. 8 Item Est. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount Furnish and Install Fire Hydrant Assembly,of the American Darling 8-84-I3 or approved equal including all labor,fittings, valves,excavation, 808. backfill, bedding,compaction,and surface I 8 EA restoration,all in strict accordance with plans and specifications,complete in place, rsibairrle.tAMMA CA-Aliuselearl iti3te i a nc Ott , $ 1 4LB. �' Per Each Furnish and Install 8"HDPE SDRI 1-DIPS, waterline(Open Trench and/or direction drilling) including all labor, materials, electrofused couplings, excavation, insertion 810 pits, bedding, backfill,testing,compaction, 001 2,030 LF and surface restoration,all in strict accordance with plans and specifications,complete in placer @ +Putt " filLA c. et Per Ling Foot Furnish and Install 6"HDPE SDR 1 l-DIPS waterline(Open Trench and/or directional drilling), including all labor, materials, electrofused couplings,excavation, insertion 810. pits, bedding, backfill,testing,compaction, 002 2,009 LF and surface restoration,all in strict accordance with plans and specifications,complete in place. @ Gish' Axle $ ZS. 111 $ 7718=44 _._ Per Lin oot Furnish and Install 8"Resilient Wedge Gate: Valve& Valve Box as per Sections 805 and • 811 of the specifications, including labor, associated materials and fittings, excavation, 811. backfill, testing,and thrust blocking,all in 001 5 EA strict accordance with plans and specifications,complete in place. r @O►444,+aw�}1d ettle ltNtrlfe T -nines Anel s +31X ermitr $ 11)41 .7+6 $$,7q$'.4 ) ---- Per Each D4 BASE BID ITEMS ADDENDUM NO. B item Est. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount — Furnish and Install 8" Inserta Gate Valve& Valve Box as per Sections 805 and 811 of the specifications, including labor,associated materials and fittings, excavation, backfill, 811. 1 EA testing, and thrust blocking,all in strict 002 accordance with plans and specifications, complete in place. eJ $ 74100111 $ 7jgCJOa t i Per Each Furnish and Install 6"Resilient Wedge Gate Valve&Valve Box as per Sections 805 and 811 of the specifications,including labor, associated materials and fittings, excavation, 811. backfill,testing,and thrust blocking,all in 8003 11 5 EA strict accordance with plans and specifications, complete in place. Q Acvitr, 'AY}tit,'1C, -xfs c sr_Ve.ns •r r,e Urtts $ "NU. ?Q $.41103.1S Per Each Furnish and Install(Bore) 12"Steel Casing, 0.18"Wall Thickness,Coal Tar Epoxy coated as per Item 2226 of the specifications, including labor, associated materials and excavation, backfill,spacers and rubber end 2226. seal with stainless steel bands,all in strict 001 250 LF accordance with plans and specifications, complete in place. 1, ® Climb£J e11.43 Arne ane; f�7Z 'r Yi.ie.r 4&fifs Linear Foot Furnish and Install(Bore) 16"Steel Casing, 0.25"Wall Thickness,Coal Tar Epoxy coated as per Item 2226 of the specifications, including labor,associated materials and excavation,backfill,spacers and rubber end 2226. seal with stainless steel bands,all in strict 002 250 LF accordance with plans and specifications, complete,/ l _ in place. th ra 'ewe 'w.,.,.- Naj.fir_ed $ 1 ..1 . 51 s C 377 0 — Linear Foot D5 BASE BID ITEMS ADDENDUM NO. 8 Item Est. Description of item with Unit No. Qty. Unit Unit Price Written in Words Prise Amount — I Furnish and Install 1"HDPE PE3408 SDR-9, 200 psi long side house service connections, including Electrofused tapping clamp, connection to meter box,with all fittings, 2505. valves,excavation, backfill, testing,and 001 14 EA sterilization, surface restoration,all in strict accordance with plans and specifications, complete in place. C i ht h(A rxi r'ex s x t_ Per Each $ 61f.b8 $ 12,I U,�•5Z Furnish and Install 1"HDPE PE3408 SDR-9, 200 psi short side house service connections, including Electrofused tapping clamp connection to existing meter&meter box, with all fittings, valves, excavation,backfill, testing, 2505. and sterilization,surface restoration,all in 002 16 1 A strict accordance with plans and specifications, complete in place @ hue:. h,k`rrr) }- \} —seen Ott-16 6C.:014 Per Each $651, (12 _ Furnish and Install fiber glass water meter box for 1"house service connection, including labor,associated materials and fittings, excavation,backfill, all in strict accordance 2505. with plans and specifications,complete in 30 EA 003 place. Ni- - ansa one. c-cd Per Each $ 11A. 01 $ ,rj 70, 30 Removing Concrete(Concrete Curb and Gutter Combined) 104. At/nester-11 I 001 30 LF @ At/ne t?) .0/4,re-an Per Liner Foot $ ly. IL $ ,C 71}, SO Removing Concrete(Paving)(4")(Including Saw Cutting Full Depth) 104. 7- f 002 184 SY @ 1 aen is _ cx� - w�c! n'tnts ll►IlG Yell Per Square Yard __--- $ z y, $y rJ LO. lb D6 BASE BID ITEMS ADDENDUM NO. 8 item Est. Description of item with No. Qty. Unit Unit Price Written in Words Unit f----- _ ------ Price Amount Excavation(Base Course) 110. 7 CY @ .�:le•.t:n tJ4 z er0 001 C crr -----__.__-- Per Cubic Yard $ 11. 00 $ 7 7, cC Sodding for Erosion Control (St.Augustine Grass),complete in place. 162, 001 90 S`.lPerGcn Yard $ $ 7yL•.O Flexible Base(Ty A,Gr 1)(DC)Complete in place 247. 20 SY @ L lGvcn ci rit Fti 001 (cnts _ Per Square Yard $ l�.50 $ Z30. OO Asphalts,Oils,and Emulsions(Prime Coat) (0.20 Gal/Sy),complete in place. 300. 001 4 GAL @ !'i'- t V(' e't i- ray fiCr� 4e.4-44 — --- Per Gallon $ 12•/D $ `/g 110 Dense-Graded Hot Mix Asph(Ty D)(2"), complete in place. 340. 001 20 SY @ -SCS✓gin ts1 iA�� - scc C�IIrS Per Square Yard $ 7-5 G S 0/2.60 Concrete Pavement(Paving)(4")(Cl.A) (Complete in Place) 360. 184 SY @ 001 $ yp. CI c $ 5/2,/6 ----._.--__— Per Square Yard Excavation and Backfill of Structures(Cern Stab Sand)(1.5 Sk. Cem/Cy Sand),complete 400. in place. 001 S CY @ [out. i t r- k,n J ---- Per Cubic Yard $y y C i $2115.-06 D7 BASE BID ITEMS ADDENDUM NO. 8 Item Est. Description of Item with Unit No. Qty, Unit Unit Price Written in Words Price Amount Mobilization `` 500. 1 LS @ 1 k i�c.c_sca»O Mire 001 hue n(.1cet) ro corks 300 Lump Sum $ ce $ Combined Curb and Gutter(Per City Plans and Standards)(Ty A)Complete in place 529001• 20 LF _1 wen F� rv� and tipit'}j Per Linear) Foot $ 3) $ KOG, DO ALTERNATE A Furnish and Install 8"PVC C900 SDR 17 waterline(Open Trench)including all labor, materials,excavation,insertion pits,bedding, backfill,testing,compaction,and surface ALT.A restoration,all in strict accordance with plans 810.003 2,030 LF and specifications,complete in place. @ 1-141fini tl-r six 6enk Per Linear Foot $ 3 $ 35AO Furnish and Install 6"PVC C900 SDR 17 waterline(Open Trench)including all labor, materials, excavation,insertion pits,bedding, backfill,testing,compaction,and surface ALT.A 2,009 restoration,all in strict accordance with plans 810.004LF and specifications,complete in place. @ Twen is an 3 fn t.,c-F) Per Linear Foot $ 213.y7 $ tZ • „ Z3 Furnish and Install 1”HDPE PE3408 SDR-9, 200 psi long side house service connections, including tapping clamp,connection to meter ALT. A box,with all fittings,valves,excavation, 2505.004 14 EA backfill,testing,and sterilization,surface restoration,all in strict accordance with plans and specifications,complete in place. Per Each'thrr.� cents JJ $ r2. z $ 11371,22- , D8 BASE Br® ITEMS ADDENDUM NO. 8 Item Est. Description of Item with No. Qty. Unit Unit Price Written in Words Unit ----- - -- .._-- Price Amount Furnish and Install 1"HDPE PE3408 SDR-9, 200 psi short side house service connections, including tapping clamp,connection to meter ALT. A box,with all fittings, valves, excavation, 2505. 005 16 backfill,testing,and sterilization,surface restoration,all in strict accordance with plans and specifications, complete in place. @L-i4±6Liarcdon&L613t4airccois Per Each $, 0.sz $12#813'A TOTAL BASE BID AMOUNT $32S y ig e `it TOTAL WITH ALTERNATE A BID AMOUNT $ 2 S 3,326„87 D9 Section D • ' ♦ and % /100 Dollars (Total Bid Con• :et 'rice-Written) hut)C.re e 4i t�=t1 Total number of Calendar days to complete: 74 QUANTITIES 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 expressly or by implication agree that the actual amount of work or material will correspond therewith, and reserves the right afterward to increase or decrease the quantity of any unit price item of the Work by any amount up to and including twenty percent (20%) of any Bid Item, without a change in the unit price, and shall have the right to delete any Bid Item in its entirety, or to add additional Bid Items up to and including an aggregate total amount not to exceed twenty percent (20%) of the Contract Price. Bid Submitted by: EYchu'k i &fro-i,CL-L-, Contractor Represented by: r.4 �, (t6 f,' (7, ,A-k , Title Bid Prepared by: gill q rt , Estimator Estimator ADDENDUM NO. 8 DI0 SECTION E D19 CITY OF PORT ARTHUR, TEXAS 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: r — --- --------------------- -- F— h t't r 1 t-11 ✓ , ,1 d— — Title: ----- ----- --------- -------- Company: / — )(�AvA4‘rcXt C'v-rs.1 v,..t,c�i Date: //3111$ -- -_ SUBSCRIBED and sworn to before me by the above named ►c'"►G 6;"ri.e sI on this the 3 I _ day of Jc,n&ay 20 I�._. C9:4 .l�-tat-- ‘-,,tI-'k�-�. Notary ublic in and for the i:uzAeETH LEMOjNE State o Texas a.F *1 Notary Pi.rWic,State of reylos � '} MyCommissianFxpuEtg Mycommission expires: ° ay`JOlci ‘;„,;,,: September 2I. 2019 p SECTION F 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 un rsigned 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 Ido 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. rs Con - evefjiv,1 //8 Firm Na Date Authorized Signature Title .. 4- 0`7 " 7 q Name(please print) Telephone Er,'c_ C. I(Ark e ( -Kcc)4 LL-c. I (-p Email STATE: TelcaS COUNTY: ,)t.�- SO') SUBSCRIBED AND SWORN to before me by the above named Gr t c- C,'l C hr t g} on this the '31 day of Jc'i ua r� 20 t . ELIZABETH LEMOINE s Notary PunliC.State ei Texas Nota ublie My Commission Expires September 24, 2019 --- RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL SECTION G CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by N.B. 23, 84th Log., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1•a) with a local governmental entity and the Date Received vendor meets requirements under Section 176.006(a) By law this questionnaire must be filed with the records administrator of he 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 filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense If the vendor knowingly violates Section 176 006, Local Government Coda. An offense under this section is a misdemeanor. it Name of vendor who has a business relationship with local governmental entity, I I Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated ' 1 completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 2-1 Name of local government officer about whom the information is being disclosed. Name of Officer 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 13 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? JYes C] 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? I IYes E] No Describe each e �-- mployment 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. 1 1 Check 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). Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 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 http://www.statutes.legis.state.tx.us/ Docs/LG/htm/L&176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code$176.001(1-a4:"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§176,003(a)(2)(A)and(B): (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: or (ii) the local governmental entity is considering entering into a contract with the vendor: (B) has given to the local government officer or a 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 local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code A 176,006(a)and(a-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,or a 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 filed 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. Form provided by Texas Ethics Commission www ethics.stete.tx us Revised 11:30.7015 House Bill 89 Verification I, if 61 /clivi (Person name), the undersigned representative! (hereafter !referred to as "Representative") of XiC l)/�r'!-[ 0,1 it (0/4 'I ( ujt vi'\.,G L (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. SI ATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this ��\ day of -ic c\ -A-cc(c) 20 tb ,�T'�^ `'t ~EE EEiH 1EM01NE _"• Nofory Publ ic.Slnie of texas ;', My Commission Exp„es b .,:� Seplamber 24,2019 Notary Public SECTION H House Bill 89 Verification I, r r L ( t /r d t (Person name), the undersigned representative (hereafter referred to as "Representative") of J ?(L A U Ak 1'c U�'l ` 617A S •r [J v�t v,1;LLL (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after. being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. SI , ATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 3l day of Jan y , 20 L . NotoryL?ZAulTH. oMleOoI1NTEe x os My Commission Expires September 24. 2019, FLALJ---6- Notary Public SECTION I SB 252 CHAPTER 2252 CERTIFICATION I, , /Cm ( (, I ( , , ; d the undersigned n representative of _ (company cr Rush=Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.1531 certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are Identified under Section 808.051, Section 807.051 or Section 2253.153. 1 further certify that should the above-named company enter Into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. te Name of Company Representative (Print) Signature of Company Representative Daae SECTION J INFORMATION TO BIDDERS The following instructions are applicable to the Contract in addition to the requirements set forth in the ADVERTISEMENT FOR BIDS. 1. BID PROCEDURE Bids must be submitted in DUPLICATE upon the prescribed forms, or copies thereof, in sealed envelopes plainly marked. Bids shall be prepared in compliance with the requirements of the ADVERTISEMENT FOR BIDS, these instructions and the instructions printed on the prescribed forms. All blank places on the Proposal form must be filled in as noted, in ink, in both words and figures, with amounts extended and totaled, and no changes shall be made in the phraseology of the forms or of the items mentioned therein. In case of any discrepancy between the written amounts and the figures, the written amounts shall govern. If the Bidder does not bid on optional items (if shown in the Proposal form), "No Bid" shall be entered in the blank spaces therefore. Any bid may be deemed irregular which contains any omission, erasure, alteration, addition, irregularity of any kind or item not called for, or which does not contain prices set opposite to each of the several items in the Proposal form, or in which any of the prices are obviously unbalanced, or which shall in any manner fail to conform to the conditions of the published ADVERTISEMENT FOR BID. The Bidder shall sign his Proposal in the blank area provided therefore. If the bid is made by a partnership or corporation, the name and address of the partnership or corporation shall be shown, together with the name and address of the partners or officers. If the bid is made by a partnership, it must be acknowledged by one of the partners; if made by a corporation, by one of the officers thereof accompanied by Corporate Seal. In order to ensure consideration, the Proposal must be enclosed in a sealed envelope plainly identified by the name of the project and the Contract number, and addressed to the OWNER as prescribed in the Invitation to Bidders. Withdrawal or modifications to bids are effective only if written notice thereof is filed prior to time of bid opening and at the place specified in the Notice to Bidders. A notice of withdrawal or modifications to a bid must be signed by the CONTRACTOR or his designated representative. No withdrawal or modifications shall be accepted after the time for opening of proposals. 2. BID SECURITY AND LIQUIDATED DAMAGES Bids shall be accompanied by a bid guarantee of not less than five percent (5%) Check or Cashier's Check payable without recourse to the City of Port Arthur, or a bid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within sixty (60) days after the date of the opening of the bids; that if a bid is accepted, the Bidder will enter into a formal Contract with the OWNER, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the OWNER for the difference between the amount specified in the bid in the amount for which the OWNER may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful Bidders will be returned; that of the successful Bidder will be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. The Bidder to whom the award is made shall execute and return the formal Contract with the OWNER and furnish Performance and Payment Bonds and required insurance Documents within ten (14) calendar days after the prescribed forms are presented to him for signature. Said period will be extended only upon written presentation to the OWNER, within said period, of reasons which, in the sole discretion of the OWNER, justify an extension. If said Contract, bonds and insurance Documents are not received by the OWNER within said period or if work has not been commenced within the time specified, the OWNER may proceed to have the work required by the Plans and Specifications performed by any means at its command, and the Bidder shall be liable to the CITY OF PORT ARTHUR for any excess cost to the OWNER over his bid amount. Further, the bid guarantee shall be forfeited to the CITY OF PORT ARTHUR as liquidated damages and Bidder shall be liable to the CITY OF PORT ARTHUR for an additional amount of five percent (5%) of the bid amount as liquidated damages without limitation. The OWNER, within Fourteen (14) calendar days of receipt of acceptable Performance and Payment Bonds, Insurance Documents and Contract signed by Bidder to whom Contract was awarded, shall sign and return executed duplicate of the Contract to said party. Should OWNER not execute the Contract within such period, the Bidder may, by written Notice to OWNER, withdraw his signed Agreement. 3. BONDS If the Contract exceeds Fifty Thousand Dollars ($50,000.00), a Payment Bond shall be furnished, and if the contract exceeds One Hundred Thousand Dollars ($100,000) a performance bond also, shall be furnished on prescribed forms in the amount of one hundred percent (100%) corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each Bond a certified and effective date copy of their Power of Attorney. 4. NOTICE TO PROCEED Notice to Proceed shall be issued within fourteen (14) calendar days of the execution of the Contract by OWNER. Should there by any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. If Notice to Proceed has not been issued within the fourteen (14) calendar day period or a period mutually agreed upon, CONTRACTOR may terminate the Contract without liability on the part of either party. 5. INSURANCE All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by OWNER. The CONTRACTOR shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this Contract, whether the operations be himself or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable of the following types and limits (No insurance policy or certificate of insurance required below shall contain any aggregate policy year limit unless a specific dollar amount[or specific formula for determining a specific dollar amount] aggregate policy year limit is expressly provided in the specification below which covers the particular insurance policy or certificate of insurance). 1. Standard Worker's Compensation Insurance (with waiver of subrogation in favor of the City of Port Arthur, (City of Port Arthur and Contractor and all persons providing services shall comply with the workers compensation insurance requirements of Section 406.096 of the Texas Labor Code and 28 TAC Section 110.110, a copy of which is attached hereto and is hereby incorporated by reference). 2. Commercial General Liability occurrence type insurance. No. "XCU" RESTRICTIONS SHALL BE APPLICABLE. Products/completed operations coverage must be included, and City of Port Arthur and Arceneaux and Gates Consulting Engineers, Inc., A Burrow Global Company, its officers, agents, and employees must be named as an additional Insured). a. Bodily Injury $500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of $100,000 or less; or, b. Bodily Injury $1,000,000 single limit per occurrence of $1,000,000 each person/$1,000,000 per occurrence for contracts in excess of $100,000; and, c. Property Damage $100,000 per occurrence regardless of Contract amount; and, d. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, e. Minimum aggregate policy year limit of $2,000,000 for contracts in excess of$100,000. 3. Comprehensive Automobile Liability (Including owned, non- owned and hired vehicles coverage). a. Minimum combined single limit of$500,000 per occurrence for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. 4. Contractual Liability Insurance covering the indemnity provision of this Contract in the same amount and coverage as provided for Commercial General Liability Policy, specifically referring to this Contract by date, job number and location; 5. All-Risk Builder's Risk of the non-reporting type (not required for paving projects, water and sewer line projects or projects involving lump sum payments). CONTRACTOR shall cause CONTRACTOR'S insurance company or insurance agent to fill in all information required(including names of insurance agency, CONTRACTOR and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into a valid certificate of insurance the CERTIFICATE OF INSURANCE form attached to and made a part of the Information To Bidders, and pertaining to the above listed Items 1, 2, 3 and 4; and before commencing any of the work and within the time otherwise specified. CONTRACTOR shall file said completed form with the OWNER. None of the provisions in said Form shall be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form contains a provision that coverages afforded under the policies will not be altered, modified or cancelled unless at least fifteen (15) days prior written notice has been given to the OWNER. CONTRACTOR shall also file with the OWNER valid CERTIFICATE(s) OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor(s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form(s) shall in any event be filed with OWNER not more than ten (10) days after execution of this Contract. The original Builder's Risk policy (if required) shall provide for fifteen (15) days written notice of alteration, modification or cancellation and shall be furnished to OWNER. Provided, however, until the Original Policy is issued and furnished to the OWNER a Certified Insurance Binder with the identical notice will be acceptable in place of the original policy, which original policy must be received by the OWNER not later than thirty (30) days after issuance of the Notice to Proceed for the project. Notwithstanding any other provision in the Contract Documents, it is further mutually understood and agreed that no payment will be due and owing or made to the CONTRACTOR for any work performed under the Contract until all of the required insurance documentation, including the original policy specified above, are received by the OWNER. 6. JOB EXAMINATION Bidder should carefully examine and be familiar with the Plans, Specifications and other Documents and other conditions and matters which can in any way affect the work or the cost thereof. By submitting a bid, the CONTRACTOR acknowledges that he or his qualified representative has visited the job site and investigated and satisfied himself as to (a) the conditions affecting the work including but not limited of the physical conditions of the site which may bear upon site access, handling and storage of tools and materials, access to water, electric or other utilities or otherwise affect performance of required activities; (b) the character and quantity of all surface and subsurface materials or obstacles to be encountered in so far as this information is reasonably ascertainable from inspection of the site, including exploratory work done by the OWNER or a designated consultant. Failure to do all of he above will not relieve a successful Bidder of the obligation to furnish all material and labor necessary to carry out the provisions of the Contract Documents and to complete the contemplated work for the considerations set forth in the bid. Any information shown in the specifications or on the Plans in regard to subsurface data, test borings and similar conditions is to be considered approximate and does not relive the Bidder of the responsibility for its verification. OWNER is not responsible for any failure by the CONTRACTOR to acquaint himself with available information for estimating properly the difficulty or cost of successfully performing the work. The OWNER is not responsible for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the OWNER. In conformity with applicable statutes, the OWNER has adopted a labor classification and a minimum wage scale, which is included preceding the Specifications. 7. SALES TAX This Contract is issued by an organization which qualifies for exemption pursuant to the provisions of Section 151.209 of the Texas Limited Sales, Excise and Use Tax Act as codified in Chapter 151 of the Texas Tax Code. The CONTRACTOR'S attention is directed to the State of Texas Comptroller of Public Accounts Limited Sales, Excise and Use Tax rules and regulations Rulings regarding Repairmen and Contractors - Reference: Section 151.056 Texas Tax Code which, upon compliance with certain conditions, provides for exemption from this tax of non-consumable materials and equipment permanently incorporated into work done for an exempt organization, and to House Bill 11 amendments to Section 151.311 of the Tax Code(Vernon Supp. 1992) as they relate to separated contracts/bids in order for non-consumable materials and equipment to qualify for resale to the Pleasure Island Commission and be exempt from sales tax. Any Bidder may elect to exclude this sales tax from his bid. The bid and contract, however, must separately identify the charges for (1) non-consumable materials and equipment that are permanently incorporated into the project and (2) charges for skill, labor and consumable materials, tools and equipment which are not permanently incorporated into the project. This statement shall be included in and made part of the Contract. CONTRACTORS are required to have a sales tax permit issued by the Comptroller of the State of Texas in order to qualify under the exemption provisions and the separated Contract procedure. The City of Port Arthur will issue a specific exemption certificate for a separated Contract to the CONTRACTOR in order that he does not have to pay taxes on qualifying materials and equipment purchased for and permanently incorporated into the City of Port Arthur project. The CONTRACTOR performing this Contract must issue to his suppliers an exemption certificate in lieu of the tax, said exemption certificate complying with all applicable State Comptroller's rulings, along with a copy of the certificate issued to him by the City of Port Arthur. The OWNER will make no further allowance for and will make no price adjustment above or below the originally bid unit prices on account of this tax. It shall be the CONTRACTOR'S sole responsibility, if CONTRACTOR has elected to exclude the sales tax from the bid, to comply with the aforementioned Rulings and with any other applicable rules, regulations or laws pertaining to the Texas Limited Sales, Excise and Use Tax which may now or at any time during the performance of this Contract be in effect, and the OWNER shall have no responsibility for any sales or use tax which the CONTRACTOR may be required to pay as a result of CONTRACTOR'S failure or the OWNER'S failure to comply with said rules, regulations or laws, or as the result of the performance of the Contract or any part hereof by the CONTRACTOR. Bidders are cautioned that materials which are not permanently incorporated into the work (Example: Fuel, lubricants, tools, forming materials, etc.) are not eligible for exemption and are not to be included in the statement as "Non-Consumable Materials and Equipment". 8. FINANCIAL STATEMENT AND EXPERIENCE RECORD The Bidder will, upon request by the OWNER, furnish such information and data as OWNER may request to determine ability of the Bidder to perform the work, including, without limitation, a list of all jobs completed in the last 24 months giving name of OWNER, amount of Contract, description of the job, and name of OWNER'S representative who is familiar with the work performed by the CONTRACTOR. 9. INTERPRETATION OF PLANS AND SPECIFICATIONS Bidders desiring further information, or further interpretation of the Plans and Specifications must make request for such information in writing to the Architect/Engineer, not later than 96 hours before the bid opening. Answers to all such requests will be given in writing to all qualified Bidders, in Addendum form, and all addenda will be bound and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a Bidder find discrepancies in, or omissions from, the Plans, Specifications or other Contract Documents, or should a Bidder be in doubt as to their meaning, the Bidder should, no later than 96 hours prior to the bid opening, notify the Architect/Engineer in order that a written Addendum if necessary, may be sent to all Bidders prior to submission of the bids. Failure to request such clarification is a waiver to any claim by the Bidder for expense made necessary by reason of later interpretation of the Contract Documents by the OWNER. 10. AWARD OF CONTRACT Unless it elects to reject all bids, the OWNER will award the Contract as promptly as possible consistent with the time required for a thorough analysis of bids submitted. Award will be made on the basis of the greatest advantage to the OWNER, considering all elements of the bid. The right is reserved to reject any or all Proposals and to waive technical defects, as the interest of the OWNER may require. A Bidder may withdraw his Proposal before the expiration of the time during which a Proposal may be submitted, without prejudice to himself, by submitting a written request for its withdrawal to the officer who holds it. 11. TIME OF COMPLETION Attention is directed to the requirement that each Bidder specify in his Proposal the time in which he will agree to complete the work. The time required for completion of the work will be a consideration in the determination of the successful Bidder. Unless otherwise specified, Bidder must state time in consecutive calendar days, including, but not limited to, all Saturdays, Sundays, and Federal, State and Pleasure Island Commission holidays. 12. SUBSTITUTIONS Where materials or equipment are specified by a trade or brand name, it is not the intention of the OWNER to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality or performance, and to establish an equal basis for the evaluation of bids. 13. LAWS All applicable laws, ordinances and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. 14. EQUAL OPPORTUNITY Bidder agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in the General Conditions. 15. MATERIAL SUPPLIERS AND SUBCONTRACTORS Low bidder shall supply the names and addresses of major material suppliers and Subcontractors when requested to do so by OWNER. 16. RETAINAGE Five percent (5%) of the amount of each periodic progress payment shall be retained, by OWNER, until final completion and acceptance of all work under the CONTRACT. 17. UNIT PRICES If the Contract may be let on a unit price basis, the Specifications furnished to bidders shall contain approximate quantities estimated upon the best available information, but the compensation to be paid to the CONTRACTOR shall be based upon the actual quantities constructed or supplied. 18. PRE-BID CONFERENCE Prospective bidders shall be required to attend the Pre-Bid Conference. Bids received from firms or individuals not listed on the roll of attendees of the Pre-Bid Conference will be rejected and returned unopened to the bidder. 19. SCOPE OF WORK GENERAL CONSIDERATIONS The Contractor will perform the following Water Line improvements on: EDC-Watermain Construction Project (Alley Between 6th & 7th Streets. From Atlanta Ave. to Nashville Ave. and alley Between 5th & 6th Streets from Atlanta Ave. to Nashville Ave.) 1. Abandon in place Existing Watermains to be replaced and plug ends at sectional points of installation and interconnection, removal and installations of fittings and or appurtenances. 2. Remove existing fire hydrants and water pipe fittings in accordance with the details shown on the plans or as directed by the Engineer. 2. Bore and or open trench the installation of 6 inches and 8inches water lines, install short and long side house service connections and meter boxes as necessary in accordance with the details shown on the plans or as directed by the Engineer. 3. Place new base, concrete pavement, curb and gutter, and sidewalks in accordance with the details shown on the plans or as directed by the Engineer. 5. Return all R.O.W. and Easement elevations behind curb in areas of disturbance to preconstruction grades or to elevations shown on plans. Dress-up these areas as required by plans and specifications. It is the intent of these Contract Documents to provide for the complete removal (except as noted on the plans) of all existing pavements, driveways, sidewalks, and structures and other structures which lay within the proposed right-of-way and easement and to provide for the complete construction of water lines, curb, gutter, sidewalks. Hot-mixed asphaltic concrete with flexible base, and structures and such incidental items as may be required by these Contract Documents, will be constructed in strict compliance with and will adhere to all requirements as specified in and by construction specifications as adopted by the City of Port Arthur and the Texas Department of Transportation (TxDOT- November 2014), by manufacturers specifications and by standard engineering practice. Successful completion of the project will be judged on the basis of technological correctness of construction, aesthetics or finish and vehicular ride performance. SPECIAL CONSIDERATIONS The work required by these Contract Documents will occur within the boundaries of a residential and light commercial area. It is the intent of the City of Port Arthur that unfavorable impact by the Contract work, on said business and residences shall be minimized. The Contractor shall notify in writing, at least forty-eight (48) hours prior to beginning work, all businesses and residences which are expected to be affected by said work. Ingress and egress to affected businesses and residences shall be maintained at all times by the Contractor as provided in the plans and Contract Documents. Traffic flow through and around the construction area(s) shall be in accordance with the approved traffic control plan and shall be maintained with as little disruption as possible. Barricades, lights, signs and other traffic control devices shall, on a timely basis, be installed and maintained in accordance with the Texas MUTCD and provisions of these Contract Documents as approved by the Engineer. The Contractor shall work closely with the various utility owners and assure prompt access to their equipment for service or adjustment. The Contractor shall be e solely responsible for coordination the work with any utility owner which may be affected by the work. Additionally, forces of the City of Port Arthur, in order to secure the safety, welfare and convenience of the citizens of Port Arthur, must provide services on both emergency and normal, continuing basis. Provisions of these services may require City forces to work within or around the construction area prescribed by this project. While it is anticipated that the construction schedule impact induced by the work of City and utility crews will be minimal, the Contractor, by affixing proper signature to these Contract Documents, agrees to indemnify and hold harmless the City of Port Arthur from any and all claims of damage or delay, incurred or alleged to have incurred, in connection with the work of said crews. L Asbestos Handling/Abatement - The Contractor is made aware that existing waterlines encountered maybe Transite pipe. The proposed project will require the removal of; or connecting to the existing piping. It is the Contractor's responsibility while performing all proposed work under this contract to be familiar and compliant with all applicable Texas Department of Health (TDH), Occupational Safety and Health Administration (OSHA), and Environmental Protection Agency (EPA) guidelines for asbestos abatement; including all special training requirements, medical monitoring, respiratory protection, and various personal hygiene practices. I!. Contractor shall employ the services of a licensed abatement contractor to insure proper worker protection and documentation that the piping was handled and disposed of properly. SECTION K CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Wednesday, January 3, 2017 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Wednesday, January 3, 2017 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: EDC WATER MAIN CONSTRUCTION Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthur.net or www.publicpurchase.com. NON-MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAY, DECEMBER 2L 2017 AT 10:00 A.M. AT CITY HALL 5TH FLOOR COUNCIL_ CHAMBERS LOCATED 444 4TH STREET, PORT ARTHUR TEXAS The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. Clifton Williams, CPPB Purchasing Manager FIRST PUBLICATION: DECEMBER 10, 2017 SECOND PUBLICATION: DECEMBER 17, 2017 SECTION L REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES CITY OF PORT ARTHUR DATE: ,20 MONTH OF: ,20 CITY of PORT ARTHUR,TEXAS WATER UTILITIES DEPARTMENT P.O.BOX 1089 CITY of PORT ARTHUR,TEXAS 77641-1089 ATTENTION: Public Works Department Gentlemen: We request extension of completion time on our Contract due to the days of work lost as specified(list dates actually lost: do not include days not normally worked such as Saturdays,Sundays,or holidays): Dates Lost: Days Lost( )/ 5 x 7+ Calendar Days Requested Reasons for Request: Contractor B v: Approved for extension of calendar days. Disapproved. Date: , 20 CITY OF CITY OF PORT ARTHUR,TEXAS BY: City Manager Distribution by City Original: Water Utilities Department xc: Engineer Contractor SECTION M BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the Undersigned, ------------------------ Excavation &Construction LLC as Principal, and Developers Surety and Indemnity Company as Surety, are hereby held and firmly bound unto City of Port Arthur as OWNER in the penal sum of Five Percent.0%) of the Total Amount Bid for the payment of which, well and truly to be made, we hereby jointly and severally hind ourselves, successors and assigns. Signed, this 3rd day of January 2018 . The Condition of the above obligation is such that whereas the Principal has submitted to City of Port Arthur a certain BID, attached hereto and hereby made a part hereof to enter into a Contract in writing, for the EDC Water Main Construction Port Arthur. Texas NOW,THEREFORE, (a) If said BID shall be rejected,or (h) 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 BID, 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. I_N 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. Excavation & Construction LLC By. .-ill,d (L.S.) PRINCIPAL Developers Surety and Indemnity Company SURETY • BY: 5‘4 (4/ Edward N. Hackett, 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. CALIFORNIA A L L ,—Y 1.J R POS E CERTIFICATE OF ACKNOWLEDGMENT i A notary public or other officer completing this certificate ver f ed only the identity of the individual who signed State of Cali forn i,l the document to which this cert flcate is attached,and not the truthfulness,accuracy.or validity of that document. County of Orange i /LD/f Ont S belitrc me, C. Maestas,Notary Public 1 filere insert tstme and title ter the(taker) personally appeared _Edward N. Hackett i 1 who proved to me on the basis of satisfactory evidence to be the person(sj whose name(*) is/fife subscribed to the within instnunent and acknowledged to me that hei-shei•they executed the same in MA:kW-Th 4r- authorized capacityf•ies4,and that by his lieilsir-signature(•;+on the instrument the person();),or the entity upon behalf of which the person(s.acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Calitbrnia that the foregoing paragraph is true and correct. C.MAESTAS I -.1.qN Commission#2117336 i., WITNESS my hand and official seal. ‘,; •:','4:...'..,??, ,fh �i Notary Public-California j ,� Orange County ``.''='.'' My Comm.Expires Jul 24,2019 I 5 ttu ur_ ry Public• (Nnlap Scull A.1)1)1110 •:1i. OirTIONAL INFORMATION _ Ii STRU(m)Ns R)R COMPLETING Ties FORM DESCRIPTION U! Ti IL Al' I'AC'IIL'U UUC'UMI:N"I" .In) mAn.1.1.4:nnwt rtnuplele(l ill (aljrrniel nnt51 roataill verbiage own*as appears alrn r ht the nu/on'ccr"ril,n ora stylun+h•ui knmrkolxuhwl limn must he properly e,.nlp/.•tra nod aun•httd rel drug lk,e•lunenl. The anis ernpriul is if.r sins malt i A t..he+•C1"towel anilide•4I(irlrhltuln. In ant,la, ,nsY,aur edh•naet/re• City of port Arthur Bid Bond I I Me or description of attnehed document) a."knntilearxr u•nl verbiage biaKe as rho he printed m such a fitly: n01i•+a 10,94 its the 1 verbiage dent nal require the nnlalr In d,smiler/mix slim Is Mega/lat a mow-, in (nlil%n•nia 11 e.eertflt Ing the rrurhorir.•111•n n!,itr tor the"tiCnel•1 Plra,e rhea k the t Ildr or(It-seignior,nplian ul attached tl,cmtrtcnt cwltinunl) a n-lnnent tartlidir/i.rins', 'r!!onus wording and attach this ben!i/nrgnired. ANumber of Pages a—)oeutnent Date I � • State (,)(wary inhumation mina It the State and County n herr the elle untcnt signer(,))><tistrlwlly appenntil brfirc the nuttily public lin at:knowksclgntcrtt. I • Date of notarization moat be the date,lint the signer(s)peasonadly appeared is hich must also he the sane elate the ae.'i(nm ledpmtnt is completed. (Additional utiitnu.nion t • The notary public trust print his or her name as it appears within his or her commission followed by a comma and then your title(notary public). • Print the mune(s i of document!signors)who personally appear at the time of Ituurriiatana. CAPACITY CLAIMED BY TI IE SIGNER • Indicate the correct singular or proud hums by crossing otT incorrect forms ti.e. i i 11 Individual(J) 4itslieniteyr. istterr)or citeling the collect rut ins.Failure to correctly indicate this .. Corporate Officer r inru mation may lead to iejcetion ordos'untcrn aecording. • The notary seal impression must be clear and photographically rcpnsducihte. Impression must not cover text or lines.if seal impression smudges.re-seal Ira I• (Title! sufficient area permits.otherwise complete.a dillctent acknowledgment form. I :1 Partner(s) • Signature or the notary public must match the signature on tile with the office of J( Attorney-in-Fact aiceumtty eters,. c+i Additional information is not required but could help to ensure this 11 Trustee(s) rtckuou ktlgnx nt is ran ouisasrd or attached to a dinctrnt Jorttntie n, i1 Other (51 lmhcuie title or type oranached documem.number or nage!:and date. tat ludinuc the capacity claimed by the signer.lithe claimed capacity is:a corporate officer.indicate the title tie.('El),CEO.Secretary).• Securely attach this document to the signed document5 i 2011$Vet shin('APA s 12 IgA'X0(1417;-9$0 aaa.NuCur('lussc,.ettm POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA 92623 (949)263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each hereby make,constitute and appoint: ***Sean James McCauley Jr., Christine M.Maestas, Edward N. Hackett,jointly or severally*** as their true and lawful Attomey(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and all of the acts of said Attomey(s)-in-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January 1st,2008. RESOLVED,that a combination of any two of the Chairman of the Board,the President,Executive Vice-President,Senior Vice-President or any Vice President of the corporations be,and that each of them hereby is,authorized to execute this Power of Attorney,qualifying the attorney(s)named in the Power of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Secretary of either of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney; RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this 6th day of February,2017. By: .CTDegif.-4-4-:1_._— ;,wANo,,ya•., ,,PAN1, Daniel Young,Senior Vice President .,; , o�cRrr':� _ OG 0,0 PPOR4 � % ` -=�- a 1936 ' x= OCT,g �'o By: 1967 Mark Lansdon,Vice President '\ gcrr:oa;�• ��' \ ��t1Pp�,e-,4,? Q * tip,.' A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On February,2017 before me, Lucille Ra mond NotaryPublic Date — —Y.. , Here Insert Name and TAB of the Officer personally appeared Daniel Young and Mark Lansdon Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed `__, to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized LUCILLE RAYMOND capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. ;, ' - Commission #t 2081515 aup—)i.1 Notary Public-California I certify under PENALTY OF PERJURY under the laws of the Stale of California that the foregoing paragraph is Oram County true and correct. M Comm.E ices Oct 13 2018+ WITNESS my hand and official seal. Place Notary Seal Above Signature _.: Lucily ond,Notary Public CERTIFICATE The undersigned,as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and,furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this C ' cate. This Certificate is executed in the City of Irvine,California,this �^ """""'�.. day of i 2 Igj ANO, VANY al- te...--, ` ry, c°rieoi E`�Z, a.0QPOq �,, r • • so 1936 `<'__ 2=°o T d , Cassie J. nisford,Assistant S tory t' io c o *675 0 ATS-1002(02117) %°'7;iQ<'KoaR'�ada *, 4t!FOP�• b Texas Department of Insurance Amended Certificate of Authority License no. 95568 Licensed since: February 9, 200.1 Department Certification Developers Surety and Indemnity Company (foreign stock fire and casualty company) organized under the laws of the state of California This entity has complied with the laws of the state of Texas, as applicable, and is authorized to transact the following lines of insurance: Allied Coverages, Auto Physical Damage, Automobile Liability, Boiler & Machinery, Burglary & Theft, Employers' Liability, Fidelity & Surety, Fire, Forgery, Glass, Inland Marine, Liability Other than Auto, Rain This amended certificate of authority is in full force and effect until it is revoked, canceled, or suspended according to law. Given under my hand and official seal of office in the city of Austin, February 28, 2017 DAVID C. MATTAX COMMISSIONER OF INSURANCE Jeff Hunt, Director `p� ''� r)i: Company Licensing and Registration \* ==r Commissioner's order no. 3632 IMPORTANT NOTICE AVIS() IMPORTANCE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call the Surety's toll free telephone number Listed puede Hamar al numero de telefono gratis de for information or to make a complaint at: para informacion o para someter una queja al: 1-800-782-1546 1-800-782-1546 You may also write to the Surety at: Usted tambien puedeescribir al Surety: P.O. Box 19725 P.O. Box 19725 Irvine,CA 92623-9725 Irvine,CA 92623-9725 You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de Seguros to obtain information on companies, de Texas para obtener informacion acerca de compa- coverage, rights or complaints at: nias,coberturas,derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance at: Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 P.O. Box 149104 Austin,TX'78714-9104 Austin,TX 78714.9104 Fax#512-475-1771 Fax#512-475-1771 web: http://www.tdi.state.tx.us web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a)tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you DISPUTAS SOBRE PRIMAS 0 RECLAMOS: have a dispute concerning your premium or about a Si tiene una disputa concerniente a su prima o a un claim you should contact the Surety first. If the reclamo,debe comunicarse con el Surety primero.Si dispute is not resolved, you may contact the Texas no se resuelve la disputa, puede entonces comuni- Department of Insurance. carrse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTEAVISOA SU POLILA: Este aviso es solo This notice is for information only and does not para proposito de informacion y no se convierte en become a part or condition of the attached document. parte o condicion del documento adjunto. AmTrust Surety nom An AmTrust Financial Company AmTrust Surety 17771 Cowan, Suite 100 Irvine, CA 92614 1-800-782-1546 www.AmTru stSu rety.corn ID-1404(TX)(Rev. 4/17) SECTION N SUPPLEMENTAL CONDITIONS OF THE AGREEMENT - PART A A. NAME AI\I) LOCATION OF PROJECT. Work covered by these TECHNICAL SPECIFICATIONS is entitled EDC WATERMAIN CONSTRUCTION PROJECT, Job No EDA xxxxxxx, B. DESCRIPTION OF WORK. Contractor shall furnish all materials, appliances, tools, equipment, transportation, services, and all labor and superintendence necessary for the construction of work as described in these TECHNICAL SPECIFICATIONS, and as shown on the PLANS. Work, in general, consists of construction of a Watermain Replacement. The completed installation shall not lack any part which can be reasonably implied as necessary to its proper functioning or any subsidiary item which is customarily furnished, and the Contractor shall deliver the installation to the OWNER in operating condition. C. PLANS. City of Port Arthur EDC Watermain Construction Project Construction Drawings (Alley between 6th and 7th Streets from Atlanta Ave. to Nashville Ave.) (Alley between 5th and 6th Streets from Atlanta Ave. to Nashville Ave.) D. BASIS OF PAYMENT. All work outlined in Paragraph B. above, and shown on PLANS listed in Paragraph C. above, is included in items of BID for which unit prices are shown, and these prices shall be basis of payment. E. OTHER CONTRACTS. Other construction may be underway concurrently in this area. Contractor shall afford utility companies and other Contractors reasonable opportunity for introduction and storage of their material and execution of their work. All work under this Contract must be properly connected and coordinated with that constructed by others. F. SEQUENCE OF WORK. City reserves the right to schedule sequence of construction. G. SPECIAL PROVISIONS. Basic TECHNICAL SPECIFICATIONS Items which follow describe general requirements. When necessary, Special Provisions are inserted to describe additional requirements applicable to this Contract. Special Provisions are to be used in conjunction with basic TECHNICAL SPECIFICATION Items. In event of conflict between requirements of the Special Provisions and the basic TECHNICAL SPECIFICATION Item, the requirements as set forth in the Special Provisions shall govern. H. SUPPLEMENTAL PAY ITEMS. Approximate Quantity and a minimum Unit Price have been established for Supplemental Items shown in SECTION D - BID. The Contractor may not bid a unit price less than the minimum value; however, he may increase the minimum unit price. If no entry is made in the spaces provided, the minimum unit prices shown shall apply. These items are included to facilitate payment for charges and alterations that may be required to complete work. The actual work as provided by the GENERAL and SPECIAL CONDITIONS OF THE AGREEMENT and TECHNICAL SPECIFICATIONS and shown on PLANS is described in PROPOSAL items other than Supplemental Pay Items. When work covered by Supplemental Items is requested by the Contractor and approved by the Engineer,payment will be based on the quantity actually constructed and Unit Prices bid in BID. I. AS-BUILT DIMENSIONS. Contractor to make daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. On completion of job, Contractor to furnish Owner with one (1) set of direct prints marked with red pencil to show as-built dimensions and location of all work constructed. J. SURVEY MONUMENTS. Contractor is to protect existing survey monuments consisting of right-of-way markers and horizontal and vertical control monuments in the vicinity of the project. All monuments destroyed during construction shall be replaced by the Owner and the Contractor shall pay all costs involved in restaking. SUPPLEMENTAL GENERAL CONDITIONS - PART B A. TECHNICAL SPECIFICATIONS 1.T E C H N I CA L SPECIFICATIONS are of the abbreviated,simplified,or streamlined type and include incomplete sentences. The omission of words or phrases such as"Contractor shall","in conformity therewith","shall be","as noted on PLANS","according to PLANS","a","an","the",and"all",are intentional. Omitted words or phrases shall be supplied by inference in same matter as they are when a"note" occurs on PLANS. 2. The TECHNICAL SPECIFICATIONS are interpreted to require that Contractor shall provide all items, articles, materials, operation or methods listed, mentioned, or scheduled either on PLANS or specified herein, or both, including all labor, materials, equipment, and incidentals necessary or required for their completion. 3. Whenever the words"approved","satisfactory","designated","submitted","observed",or similar words or phrases are used,it shall be assumed that the word"Engineer" follows the verb as the object of the clause,such as"approved by Engineer". 4. All references to standard TECHNICAL SPECIFICATIONS or manufacturer's installation directions shall mean the latest edition thereof. 5. Referenced to technical society, organization, or body is made in TECHNICAL SPECIFICATIONS in accordance with following abbreviations: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ASTM American Society for Testing and Materials AWWA American Waterworks Association FS Federal Specifications PCA Portland Cement Association IEEE Institute of Electrical and Electronic Engineers NEC National Electric Code UL Underwriters' Laboratories AISI American Iron and Steel Institute API American Petroleum Institute IPCEA Insulated Power Cable Engineers Association NEMA National Electrical Manufacturers Association AWS American Welding Society PCI Prestressed Concrete Institute AISC American Institute of Steel Construction ANSI American National Standards Institute (Formerly ASA) 6. Some TECHNICAL SPECIFICATIONS items cover construction requirements and materials in comprehensive manner, and only pertinent portions of these items apply. D50 B. LANDS FOR WORK. Owner provides, as indicated on PLANS, land upon which work is to be done, rights-of-way for access to same, and such other lands which are designated for use by Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. C. LINES AND GRADES. From benchmarks and horizontal control references established by Engineer, stake out work, establish elevations, and assume responsibility for correctness of installation as to location and grade. Engineer will establish benchmarks and references for horizontal control on various projects as follows: 1. One Structure at Site. Benchmark and reference hubs at two corners of structure. 2. Two or More Structures. Benchmark and base line at site. 3. Sewer Lines. Benchmarks at intervals not exceeding 2,000 feet and reference hubs at manholes and on line at intervals not exceeding 200 feet. 4. Waterlines. Reference hubs at turns in line, valves, and fire hydrants, and benchmarks at intervals not exceeding 2,000 feet. 5. Pavements and Ditches. Reference hubs on centerline or one right-of-way line at the P.C., P.I., and P.T. of curves and on tangents at intervals not exceeding 200 feet. Benchmarks at intervals not exceeding 2,000 feet. 6. Engineer will set stakes one time only. Contractor must satisfy himself, before commencing work, as to meaning or correctness of all stakes or marks, and no claim will be entertained for or on account of any alleged inaccuracies, or for alterations subsequently rendered necessary on account of such alleged inaccuracies, unless Contractor notifies Engineer in writing before commencing to work thereon. Contractor is to protect stakes and pay all costs involved in any restaking. Stakes,as described above,will be furnished as required by Contractor within 48 hours after written notification to Engineer by Contractor on stake-out request forms provided by Engineer. Contractor to have a representative on job at time field party begins work. D. UTILITY SERVICES FOR CONSTRUCTION. Contractor will provide all utilities necessary for construction at no additional cost to Owner unless otherwise specified in preceding Special Provision. E. MATERIALS TESTING. All materials, equipment, etc., per scope of work, used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards and frequency, or as required by the contract documents. The CONTRACTOR shall make all arrangements for such tests and inspections with a local independent testing laboratory acceptable to the OWNER, and the CONTRACTOR shall bear all related costs of tests and inspections. If such procedures for testing and inspection reveal failure to comply with accepted standards or with requirements established by the contract documents, all re-testing and re-inspection costs made necessary by such failure, including those of related procedures, shall also be at CONTRACTOR'S expense. If the ENGINEER and/or OWNER determines that portions of the project requires additional testing or inspection not included in CONTRACTOR'S original bid, the ENGINEER shall, upon written authorization from the OWNER, instruct the CONTRACTOR to make arrangements for additional testing and inspection. The costs for such additional testing and inspection shall be at OWNER'S expense. The CONTRACTOR'S independent testing laboratory shall give timely notice to the CONTRACTOR and the ENGINEER of when and where tests and inspections are to be made so that the CONTRACTOR and the ENGINEER may be present for such procedures. If the ENGINEER is to observe tests and inspections, the ENGINEER will do so promptly and, where practical, at the normal pace of testing. Tests and inspections shall be made promptly to avoid unreasonable delays on the project. Required certificates and/or reports of all test and inspections shall, unless otherwise required by the contract documents, be promptly delivered by the independent testing laboratory to the CONTRACTOR, the ENGINEER, and the OWNER. F. VARIATIONS DUE TO EOUIPMENT. Foundations, structural supports, electrical work, and piping shown on PLANS for items of equipment may be changed if necessary to accommodate equipment furnished. Every effort has been made to design foundations, structural supports, electrical work, and piping to that no changes will be necessary; however, exact dimensions and size of subject foundations and structural supports and exact electrical and piping installations cannot be finally determined until various items of equipment are purchased and manufacturer's certified shop drawings are secured. Make changes, after prior consultation with Engineer, at no cost to Owner. If substitute items of equipment are authorized which vary materially from those shown on PLANS, prepare equipment data and detailed drawings covering necessary modifications and submit to Engineer for approval. Make drawings same size as Contract PLANS and of comparable quality. Make payment of charges resulting from modifications, including engineering charges for checking modifications. G. ALTERNATE DESIGNS. If alternate design features are proposed for convenience of Contractor, submit design calculations and detail drawings covering proposed changes and related modifications of Contract PLANS to Engineer for review. Make drawings same size as Contract PLANS and of comparable quality. Make payment of charges resulting from modifications, including engineering charges for checking such designs. H. SHOP DRAWINGS. Furnish engineer six (6) copies of shop and erection drawings, schedules, and data sheets covering items of construction and equipment listed below: 1. Structural and miscellaneous steel and steel tanks. 2. Architectural products. 3. Reinforcing steel 4. Prestressed reinforced concrete members. 5. Reinforced concrete pressure pipe. 6. Mechanical equipment, including valves and sluice gates. 7. Electrical equipment, including instruments. 8. Special items, as directed. Contractor will check and approve shop drawings for compliance with requirements of Contract and will so certify by stamp on each drawing prior to submittal to Engineer. Any drawings submitted without Contractor's stamp of approval will not be considered and will be returned to him for proper submission. Engineer will pass promptly upon drawings submitted, noting necessary corrections or revisions. If Engineer rejects drawings, resubmit corrected drawings until drawings are acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Such procedure shall not be considered cause for delay. Acceptance of drawings by Engineer does not relieve Contractor of any requirements of terms of Contract. OPERATION AND MAINTENANCE MANUALS. Operation and maintenance manuals are to be provided where required by Specification Item. 1. Contractor to be responsible for obtaining installation,operation,and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. Submit three(3)copies of each complete manual to the Engineer within ninety(90)days after approval of shop drawings,product data,and samples,and not later than the date of shipment of each item of equipment to the project site or storage location. 2. Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, test, and start up equipment. 3. Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. 4. The manual is to contain the following: (a) An 8''A-inch x 11-inch typewritten sheet listing the manufacturer's identification, including order number, model, and serial number and location of parts and service centers. (b) A separate 8 V2-inch x 11-inch typewritten list of recommended stock of parts, including part number and quantity. (c) Complete replacement parts list. (d) Performance data and rating tables. (e) Specific instructions for installation, operation, adjustment, and maintenance. J. COST BREAKDOWN. Within fifteen (15) days after execution of Contract, submit, in acceptable form, schedule showing subdivision of Contract into various items of permanent construction, stating quantities and prices, as basis for computing value to Owner of permanent usable parts of facility to be paid for on monthly estimates. No payment will be made to Contractor until such schedule has been submitted and approved. K. PROGRESS SCHEDULE. Within fifteen (15) days after execution of Contract. submit in acceptable form, anticipated progress schedule covering work to be performed. L. GUARANTEES. Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for period of one year from date of issue of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor and/or his Surety. M. SITE MAINTENANCE AND CLEAN-UP. Maintain sites of work during construction to keep them reasonably neat and free of trash,rubbish, and other debris. In clean-up operations, remove from sites of work and from public and private property, temporary structures, rubbish, and waste materials. Dispose of excavated materials beyond that needed to bring site to elevations shown. During final clean-up, any road constructed by Contractor for access to construction site to be leveled and ruts filled so that natural surface drainage is not hindered. N. MATERIALS AND EQUIPMENT. Incorporate into work only new materials and equipment of domestic manufacture unless otherwise designated. Store these materials and equipment in manner to protect them from damages. Manner of protection subject to specific approval of Engineer. Pipe, fittings, equipment, and other serviceable materials found on site of work, or dismantled by reason of construction, remain property of Owner. Remove and deliver materials to Owner at designated points. Pay, at prevailing market price, for usable materials that are damaged through negligence. O. SUBSURFACE EXPLORATION. It is not represented that PLANS show all existing storm sewer, sanitary sewer, water, gas, telephone, and electrical facilities, and other underground structures. Determine location of these installations in way of construction by referring to available records, consulting appropriate municipal departments and utility owners, and by making necessary exploration and excavations. P. DEVIATIONS OCCASIONED BY UTILITY STRUCTURES. Whenever existing utilities, not indicated on PLANS, present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whenever existing improvements are to be relocated, or grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipelines, or other obstructions, make arrangements with owners of utilities. Owner will not be liable for damages on account of delays due to changes made by owners of privately owned utilities which hinder progress of work. Q. PROTECTION AND REPLACEMENT OF PROPERTY. In addition to requirements of Paragraph 56 of GENERAL CONDITIONS OF AGREEMENT, the following applies: "Where necessary to take down fences, signs, or other obstructions, replace in their original condition and restore damaged property or make satisfactory restitution, at no cost to Owner." R. INTERRUPTION OF UTILITY SERVICES. Operate no valve or other control on existing systems. Exercise care in performing work so as not to interrupt service. Locate and uncover existing utilities ahead of heavy excavation equipment. At house connections, either lift trenching machine over lines or cut and reconnect with minimum interruption of service, as approved. S. PROTECTIVE MEASURES. Where construction creates hazard to traffic or public safety, furnish and maintain suitable barricades, warning signs, and lights. Remove same when no longer necessary. T. USE OF STREETS. 1. Remove, as soon as practicable, accumulated rubbish and open each block for public use. Use of any portion of street shall not constitute acceptance of any portion of work. Backfill and shape trenches across street intersections or driveways for safe traffic at night or, where permitted, span open trenches with wooden mats or bridges to permit traffic flow. When driveways are cut, immediate placement of mats for ingress or egress of vehicles may be directed if undue hardship to property owner would otherwise result. 2. Except where approved otherwise,do not hinder or inconvenience travel on streets or intersecting alleys for more than two blocks at any one time. Whenever street is closed,place properly worded sign announcing fact to public,with proper barricades at nearest street corners,on both sides of obstruction. Leave no street or driveway blocked at night. 3. When street is closed, notify Fire Department and Police Department. 4. Do not block ditches, inlets, fire hydrants, etc., and,where necessary, provide temporary drainage. SECTION 0 TIT OF PORT ARTHUR, 'fFXAS• �. ADDENDUM NO.ONE (1) December 29,2017 SUBMIT W'ITII 1311) • Proposals for: EDC Water Main Construction 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 hocinaller stated and shill be incorporated in the contract documents. • Provisions of this addendum shall take precedence over requirements of the original contract documents and all PROPOSERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THEIR SUBMISSION. Addendum as follows: 1) DEADLINE: Scaled Bid submittals must be received and time stamped by 3:0(I p.m., Central Standard Time, Wednesday, January 17, 2017. (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, January 10, 2017 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You arc invited to attend. 2) Another addendum will follow. End of Addendum If you have any questions, please contact Clillton l\ illinms at cliflon.williamslw,portanhunx.gov. 1(1117,r Clifto Williams,CPPB Acting Purchasing Manager .1/31/1 s Signature of Proposer Date - CITY OF PORT ARTHUR,TEXAS c ; To ADDENDUM NO.TWO(2) (141:01?; r`;;;;;"--- January 3, 2017 SUBMIT WITH BID Proposals for: I 1)C Water Main Construction The following clarifications, amendments, deletions. additions, revision and/or modifications arc 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 PROPOSERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN 'I'UEIR SUBMISSION. Addendum as follows: 1) DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, January 17, 2018. (The clock located in the City Secretary's office will be the official time.) All bids received will he read aloud at 3.15nWednesday, Council Chambers, City I fall, 5th Floor, Port Arthur, TX. You are invited to )a1ttendary 17, 2018 in the City 2) Another addendum will follow. End of Addendum If you have any questions, please contact Clifton Williams at clition. villlams u�norta^___rt)iurtx iv. 6-140c., Clifton Williams,CPPB Acting Purchasing Manager i'- _._._____ — V3V1 A___ ----- Signature of Proposer I)atc. CITY OF PORT ARTHUR, TEXAS `.'/ ADDENDUM NO. THREE (3) urr rrhrr r January 11,2017 r. ,r SUBMIT WITH BID Proposals for: EDC Water Main Construction 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 PROPOSERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THEIR SUBMISSION. Addendum as follows: 1) The number of days to complete is 74 calendar days. 2) Attached are the specifications (Section C). 3) Replace Section D with the attached Section D. End of Addendum If you have any questions,please contact Clifton Williams at clifton.williaznsna,portarthurtx.gov. Clifton Williams,CPPB Acting Purchasing Manager /3/ C8, Si ature of Proposer Date CITY OF PORT ARTHUR, TEXAS ADDENDUM NO. FOUR (4) , January 12,2018 SUBMIT WITH BID Proposals for: EDC Water Main Construction 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 PROPOSERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THEIR SUBMISSION. • Addendum as follows: 1. No material on hand will be paid unless authorized by the Engineer. 2. No, there will be no encasement tin•the existing sanitary sewer service line. I?nd of Addendum if you have any questions, please contact Clifton Williams at clifton.williams(u)portarthurtx.gov. Lhagfrit4 Clifton Williams, CPPB Purchasing Manager Sig azure orPro serD/ate 3 l // -_ ('I1'V OF PORT ARTHUR,TEXAS Td AI)I)ENDUiVI NO. FIVE(5) rr January 16, 2018 SUBMIT WITH BID . • Proposals for: 1:I)(' Water Main Construction 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 he incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all PROPOSERS ARE REQUESTED TO ACKNONVI.EDGE SAID PROVISIONS IN THEIR SUBMISSION. Addend as tallows: 1) DEADLINE: Scaled Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, January 31, 2018. (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, January 31, 2018 in the City Council Chambers, City Hall, 5th Floor, Port Arthur. TX. You are invited to attend. End of Addendum If you have any questions, please contact ('Iinon Williams at clifon.williamss&portarlhurtx.Bov. 1 11I I Clifton Williams, Purchasing Manager 1/3/ Sic( ature of Pmposer Date • CITY OF PORT ARTHUR,TEXAS ADDENDUM NO.SIX(6) January 22,2018 • SUBMIT WITH BID Proposals for: EDC Water Main Construction T'he following clarifications, amendments, deletions, additions, revision and/or modifications arc 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 PROPOSERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THEIR SUBMISSION. Addendum as follows: • 1) Replace D1 — D10 with the attached D1-D10 2) Attached are the Water General Notes that were mistakenly omitted front Addendum #2 3) Attached arc the Quantity Tabulation that were mistakenly omitted from Addendum #2 4) Attached are the Sheet 9 to 16 — Plan and Profile EDC Water Main Construction Sta.0+35 to Sta. 20+40 that were mistakenly omitted from Addendum#2 End of Addendum If you have any questions, please contact ('liiion Williams at cliflon.williams(dporttarthurtx.m. J r Cfiftoii Williams,CPPB • Purchasing Manager J/ i /i Sigi attire of Proposer • Date �,., CITY OF PORT'AR'I'IIUR,TEXAS g ADDENDUM NO. SEVEN (7) . J ,,,,��"i January 2S, 2018 SUBMIT WITH B11) Proposals for: I1)(' Water Main Construction 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 staled and shall he incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all PROPOSERS ARE REQUESTED TO ACKNOIVI,EDCE SAID PROVISIONS IN THEIR SUBMISSION, Addendum as follows: I) Replace 1)1 — 1)10 with the attached D I-1)10 End of Addendum If you have any questions, please contact Clifton Williams at clif on.williantsua ponarthurtx.gov. • 1,Ill�� .(i� _ Clifton lVi rams, UPP13 Purchasing Manager ______44---Th •- 7.c: /73( //g Signature ol'Proposer Date CITY OF PORT ARTHUR,TEXAS J ADDENDUM NO. EIGHT(8) •- January 26,2018 SUBMIT!WITH BID Proposals for: EDC Water Main Construction 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 PROPOSERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THEIR SUBMISSION. Addendum as follows: • I) Replace 1)1 1)1( with the attached 1)1-1)1(1 End of Addendum If you have any questions, please contact Clilion Williams at clifton.williamskportarthurtx.gov. bith. 4. Clifton Williams, (1,113 Purchasing Manager /( 3//) Signature of Proposer I)ate W O L = � _ C6tngt-8 � oFZCO ¢A,T, iiiV F, CPQ o X W O 0 o j .1 - 2 Lia *` F t- .< `O .Z V W Qw ,Tc.„, wW/ O W a " o µ z _ F w >"H v r F Wiz , W 6 0 - c m � R 4 1,■ •4 Co) .� i M l P.,4 .. 4 r = ' O _ rn ,i- [--• << tn - ti ' . -.,N. , �g t Lj:t 7, p. 1! I ..!.-..54 4:I J', . • -1 U - 0., -- L p4 . 4 ,-,6 . ,.0 w E- w b 1 4e_.: U o ei U AgLi < 0 itl O ] ate' >., § O w . (T 1 a a.- ' 11 ,11 U o 7.i. Q � t\. m›- m2,-,. V 4 2 Vo7 N� � Ovl pnOp Q ` c O1y <• uuc _ !2yvv N '•:J'=Wa �0H��yo- H oa m;FT 9.y+P W w' 9. V .. a PJ < 8 g W Gtr c 6 cc H Z6_uZ•O` `V< Z 41:49 Uh I-4.3cziY I z: C3 CG TO �� i< ....ammo 300E6011 moo ono )100113/C04 MI. 1111Ind .. a. i .... ,K„ .., awue PRO .« PUJI mot. 04 T3M HI1Lh Otzi, rimu z4 ` .Az U i.No Zxo Z1161b‘i 14L21 - g Opn< > a 2 m rq0 t oi[ > 9400gp a q..!. 0 N ,y n n a n cin • y y y y y y t by 6 - = (.1) V H H PICI o r 4 ).-ri ,,,, pc1 \ 0.-,,j lc:Do ` rri m , _ ..---z k ' f•R. tfi O H p � cr,zz °z ''( '''''i •: C1 - f - .-. - 6f c H H m H O 1 CA H -=? 1 H Z -1 ,. " I_ PZ) H O ~ P- _P W - N a W 2 ;4. .•'; C�r1� trod � � R �� � � A o aPI F :-.:1!of', ° ro - o : § .. 111 egg F f", 0 r2 b 'iy E m .8 ro..e .., .1 4 , ,Pl 'il i d > 2 = 1 m — m 1 1 -0 I v r .. r 1 T ( T' N U rX r---H- 11'1 0 µ rVI N O N 1 v O 0 rn p v O p r'l C) zt rn m Z Zn H cnn H co r-> (� NZ S!")m C5 N Z Rc) > D JC0 —4 V X ZZO Z Z D N 1NZ D N HinD r— V 1> r o to H I D A I m co G) o m a ` G7 0 z O z :U * O O I .Z7 f O x o o iA x o C I ;n C °; r-o Z Drn _>^' 1 Z D 0 r� 0 1— o D z Z D m A'I{\\ IIS-/ Z DA to ) A .22 IMA n OC O> mA� ( D Z J in >D D =r l 2Z <O I? H- r0 m0 + m n N S D I D in l m m O -0 I I r r A # v 1 -v 1 r r f „ r STI " TI Cl�^ D� 1 rn r-x � -13 N CO rn N m -I my r _ Z �A In Z 0> Un n cm, D -r:>� r / m r^m-9 Z R.m Z R.0 / 1 il)n c z20 �( C zZ k. J ��z NNW y o to m H D 0. (n m r I v. r a rn 0) m �D ci o 00 1 0 0 xi ym SCJ Ye Cal rfm * �c mp CC DOD z>x� _ C D z Z O Z r. o ID Z D Z M —I- l --Ix Z D m D rrte\ µ ZD µ ZZ --1 \(/�T? • DZ �� DD 2 H Z T(\v7/ y mO CG7 U m y m J m 1 +______Ir —+ r 7 F I _ .a.., QTY OF PORTA THU REVISIONS 1 i'; RI t E.D.C.WATER MAIN CONSTRUCTION 11: 1,,,- f Rev DATE DESCRIPTION DWG APPR 3 ,_ Q g Ei I.� " �� ts PROM AILWPA AVE TO M ASM•ILLE AIVE' o '' ; CROSS SECTION . F, PORTwLMWRTR,Mn gill ��'4 $ �}i�,�i itt g 1 IIt9ii . 64.,,,�i .!t i i 14 i33 a EFA' R:I: r, � A3tf4• t f I ( l• " i/ ayw kilt€si ai E IF i [[i ! lAtGr $ ii S£ I R ! ri rt E dt a i�j tLii iii ! c i E £ Ri 11 r E t l tilt !III fi 5§ l} a{_p`• € g} I a_. A d ii X7.7 1 I }± s 3 ! III a i fs t !, .ii �i��' I�fi rc; jgp !Tilt E i; ig�$ r ��! f l a 3 � � 1A � '� � � 6 ��p� s i_ i $i i i= 'c i !gTilt $A. cit lue a 3 110 3 = i 9 '6j 3,R: i Dist r 71 Ie? felgpl i3t1i} i i f6 Fpgr tfil;.1,1 ( I I f Z 1 Ec a f fi l i aR €;s x 1€i I lit ati' iil iS t} 11.0 Ef; f l [ l i f 1 , i l I i`a glf t1 3 ii f[ a a= I. s B t s F l iai! Ili i=7 Rai jF{7i= Id. 14'1itt#:(Eo�j i . 1 : , i ! i i . ! ! L ISf 44 RI IR Ti *Pig 4 RRA B R 5 g � , H F R .�R� '_ 1 4 I! a' T *Pi ' L ljlRi'Eale [ i 1 5 3 i i _ !1 v }_�,! zi! U..= Ri fl -¢l 'rail UIEII = =a I ff^` 1;gr IiF i40r l z I i`R t`,Zi} f i !t 4s $r s:i7 Y 1: I . i tA !a rf1111i!lFFiFFFFF10 ►t:Ffj r i j 'fi iE i } ;!l€t illt�i tlib` i 41 1 : it, Ci :�i =p3:..=a9it9:4: =i}t{l,AxE=-y r !f ° 1s 1}' iz 5!ijijj JA !!4:/"11F! RVI . _• ft E ,`4 /F 3r aa$3atilt � lpi rasa rzr£ £rMl if 1, A iF F.: cF •UIUIUI'i!ii'UhI t _� tit € $ f ,. } t �!ti' }ii' C rl , Ela rR!Ifthil I 411IIIttQt A Fr ! i `f I t}F '1 ! A - i 111 f T! 3 i i � a F rA t i ° } iii 1 Ei f F 111;1 ;- S _.! pE ,ct 1 fl a g S� ff ! tcf ��ft! j$ _ i gi e 1 il( 4 1 1111 v Eft . nt t i r 3ir $361 lWV;II' '; t }? `` y el l !e:z1 , e IS Ft S t! it�1. c 0 11 r. ; i R ;t1 filth xli of tr F 883s li l i¢ g a $ , i '. ., mor ORT Rn R ■cve... >i E.D.C.WATER MAIN CONSTRUCTION fF =v. DATE oesauvrrox bwc ,cws. N 2' � GENERAL NOTES Ie '4'.:= :r" """` ....lux 8 We -�'• f = r.•x'ncu0.nc nw a 1 3 1 4 g a I a ! a i g E. 1 § a € g E g E § e a g a a ! $ a a i § § i € 1 $ I § rS 4 G , ; C S S 4 s S S , c 1 fi[ :s€ill ill i d i1u ! a Si $ i Il fi lid li illi, i lliq i ' Jg�� � � � � � a� � �� a �� �� � � �fi! thiti "i! . 1 I wag i1J fill iiaiill ii• ifi' lwillisifi pi fi l f li} i�U of. ii jl�"� 9 1 1Ai 1 II ., Ila ' 1 ' ! ; _I i . 1 i 1 MI I %%%%%%4%. e 1 § % ; Eli * V i I i 1 Y '- Ill1dl“ s i §§ § 3 § i ia=ij� 4 i I§ § § § § § § § 1 liliilli 3 of • a - a5 -. a a Y g - _�lt -- - /SRI 4 %ill - .. III c1111141111'19 I li l § c s si} s cill 3p� I0„1 s 11144104 �� j rfg� ; i 3 n. Ise #i o / Vii_ Trigg' igg' . .:sr 3I ' - - Eat4 fii ;. i�' ifIl•141 rilif , 1/1 11 41 t fi 1.; s _§_ aaxr=a3 ' - - � �� , �ipi / "11�, 11 1.1!ilt fit-" " 1111 ''"114'41 lil I 1 iiia 8i r --- €j � Zq if s g; i i�c 1.10'fid. $I�l1I!' �Is1[11 1 ISP CG6ieu;;;EI _ E A i 41 i 11111 Sin . Fi:S t+0 11, r"--" - Erie sty a Eill . .0 ! __ ao►.oar,u,nu. aavmda i * 1> D.C. E WATER MAIN CONSTRUCTION iT n 1Ee TATE �TCEVTEV b . i o -i 11 } i-. QUANTITY TABULATION it i! ;°• ,. : •R-,oma°" I 1 I I s 4 i l it 1 a .,. uc r5 T I{ 6 -_— -'III/y,_� c•Twos w� 0. „ I .. b 11. E:J3 SW ' S14 ii NktiP rs a••✓� t}1 II • .1 .. r fill; T--� + 2' I Ii ,i IR : I { :1111 11 IL' I§ 1iI.+_IJ I. � �,� 111 \- \ i - J L IA \ Illi § I}I€ J �� , II• I- i jl131 &o• �1I i+ ,E X 01 N a' —'- - �' —4„-:-...1.-= rn m iis. I 1,11 ! iM§ A �� —� 111E 1111111 ''11 1% b I I 1 �1 Ss 2 �A '+ sY + P 1 i Il11 4 j? I El I ,1I _§ 111E r • �'�It x�§ 2 $§ d '. J 'I L I _.. IA • I.I'4/: [( : R I ' . 0 if .:Llm R.tR r iIIi ; "r I1 , 21 j I rl; 7 411 i€ - I .a�`; III1 Y§ \\ \ � i I i, : \\N \ \ � , s "s>5• 1 e l D — — 1 - ; ,.. .. CITY Cr TORT ARTHUR }tVEgt✓5 a r 1>£.,Z E.D.C.WATER MAIN CONSTRUCTION 1iI1 E •:E {EV DATE DESCADMON Doc AnR x i' p7 SURVEY DRAWINGS --l. " .'! AS..^..""' TDNASHVW2 AVE 1 -i. r gIRARifilq Tx nNo \' +! ' ! I§ \\ akii r 'L I§ ; L 8 , . i I§ IIIN! § H. 1 I I . h a" a' _ --- ;�,� �..._ J[1.11 L. 7...u. \\\�. \\ R 1 • \..\\.\\449kNt.1r--- k —-— - -- • \\ \\ \�\\. \ § L \• ` \\ ,‘ 40 \\ ��' • ` \QA,\\ l I§ I !Itia i I§ "1/4...;\ 5 I§ 11 [ 1 ____ tS,.. iR I' : i 1 ; \ ..„,,,,,k,, 4 ns g� II E = 81 21kl \ i § \ I( 1 I§ a 1I a' 4ktS.4‘kt,Ak 1:-16.-'' . .'k * 1 t 4,,u.' ',/ '(1 e ! irl 11 li 3' R1 x m I yi1 � r' v> I§ —�'` I� H� II !Irn ° 1C _ - a IIq1 mi rn -I 15i h II pi n' I i-CiI a" II t ii --- 'I. L- a' II 1: a" 1i {-I!......�- � rate - —1E iI¢ .- I_ ( i I,`c1asv' 322 I i;' 11 .s�YUE.wrc I e I# i±1a ��J 1 As.. I§ 1 i b" 1q 1 Ii _ 1 i I§ I a" I tI e- IIo-= I . . . - --;- _tr__Mel1511211 AVM/ i 17f 250r ® 53%• ...i ,LJ ,„E . 511P q6.4 il-,-; T.--- CVJ __ ///, Q � 1 CITY OF Pont'ADM. REEC1 T _ 9 i ;<F E.D.C.WATER MAIN CONSTRUCTION I!j •i E. aev �� �scasrox wG iy po — 1i1 , !.s*_ ALLEY AILANfOA�MI Tu&7TH ST i .a SURVEY DRAWINGS , % s kATLMlt i%TND ` \N1' I 1 1 `N\V :gig 1 `� N:13lpp7yq 1 !_ \ ` "`111` F [:]5)371..9 ♦ n pu( 3 1 l VI/ �.---.-- h1/4„S; .Gal , 1I : ,4,6,,,e 2_ _ .... ". ......_,.1/4......‘ •NI r——_,‘,.........__ I-, III - ..! 1 I � Id I �,. � I i§ e I k lF iii 1. _ J Io 1 L SII = i I i ., )11 I . .'! . l'i 11 hi 1 1 h ,I I` xi I Il 1�a ` ,0 11 AUGUSTA AVENUE S .a.m...p WW•Iti ii 15 II I, 114 \ .4I I -F,. ----I r �...� N SII I r 11 I —I ir V i I m 5 1 $§ m I' I rm'H I- 'sem _ (� I —I �I I_ � 1 :--{ `I Pt 111— I I F'sg: 4i '�I S • r. I a 11 4I .1. h. F. a I I1 �Ylm .F.a Y� id ,1 • .. -741(.. 7.....•_. ........ 7...Li UT \‘, ..,, 1 ..Inkra r‘, It4'‘.-bi 1iV I Iii i Lir I f 44k1 1 R'' I LBE I t i 4 i a `si 6 WW + \\\ \ , — - —_ PI a I S y i I CIN OF PORT ARTHUR REVISIONS _ 7 e p`� E.D.C.WATER MAIN CONSTRUCTION !el 1 i t 16• ; REV DATE MOUTON ON pao AMIE — i Il ''''' ,ROMAIIAH,T.••• V�Gi"."7: r"AYE ;a SURVEY DRAWINGS 'E PORT ARTNI�TY 6tl r"�L'9 'FL �r I` I � 4 1. s 't) IiI• _ A..�. mil 'i _ • • �[1i` .. ...... lid :® J ,lIi i'a 'i ——__._. g— ' 'r Nig'=�€i -- — :pismsi f �; }� Iii Vii. o § E si S • !![ i I 1. :� r�! I 'I ; I cy, • : • . •---1- I ''i 'N x --.1 I ikk . b -,:.0.1 h . v, ''-.' ii II ps . .... ,„ 1 , I.li 1 if .... , m . z 5g. 1 1411*;\ p i m 1� m 1 I : I I , ,i`r —•1_ iII . SII h. gk ; li ;i 1 I5 P$ , Y \. a- jail j; S. 4,Nii k� \.. 111'1'1 11 . ke a.ki i', , . i -----___JILil�' ��. pr yip... 4 -ri gii ' L L—L M 457' �� • Li?,ii ..i I .l ( -._• 5 4 ; ;'- ' 8 -ITS 4•41.1k$ 1 -—--— kVA§R-,„... .....„, �..� a; s 11. E ---\ . i 1 1 [II -._-,\X ." i • €35 • •. \ ori.. _ I' Kg iggsz ENQ v X 8 IFI g E.D.C.WATER MAIN CONSTRUCTION 3 1 �I .`.• °- arcaroRT M3,n• aEv w� �xv�croe ova nmQ tI1. t C ; 5 �owsN.v3.e.'' a 07 SURVEY DRAWINGS t. ,; Rn�^ •s 1 1 1 1 I i c\ ' 1 E \ I F Y _-- A. f T 1'7./_7.a�L a � !r N e • \\! ! Cit ARANiA A1eT; _ _ f/''4 - t-f t'OtL 4 II'r„�` I I SOC Mm ":F:]'�Slx]Sa ii ---- w ' � aw— — ! ' II YN ►.P R''IL ' STA inf 01,2' g2 i§ IE. 1 I N I• 114 _ a. I �; �, • a. I il i. lL i a' I n ;1~n � ' ll ' gg — .. 1, A J • I\ a ti i41 ep ! ; -jN, B I\ p-1 � .7 • ,Ii 11 ' \ pp R6 i�fi('r�l �. ; -- _ 11 a' N I In I. I V y111 —I \ a I pEJ aRs"� m I I II i ��j 3 ul I'���7 • i� liii:iii41/ a TI I Itlf r ul N FIN OR_$ste Gda PE e' IIrn a a" N a; .i'F2R2 OE \ ',\ �' I STA Si..Nmr .Y? 4 ^d5, j ia I I: �� \ \ i Taman a s ' as \ i I �M1r._zu .. 11 I _ anauR L--- - If 4 =r.N ,'..%, \ C/L 3.69.06_ MAME I ` i , 1 1 €,�I Ma”`cal `�..(._.. _�MQ.�• SPA NM „yrir Aug a+ I \ � I'\ 1 ! I !§ .p �' �ff F 3 .. \ , x ¢=I I I 1; 14 i t 7 1Ii� 1.1 II :II = II a e z' j I 'Illi � 1 1 J. 1 g i a i I k 6 .v... ,,,....› --,--..ii!_t iVi.!... ei .11 t ! ' ..,' CTTTOI PORT ARTHUR REVISMs >€« E.D.0 WATER MAIN CONSTRUCTION t 11 _ Rev cAmR DEICIPTpav 011/13 APPA Q g "�S If111 _i,I3*= FROMA�NTAAAYETOswHA SAVE9 t y ;' STA.0+35 TO STA. 5+00 i,'l, z:,�„ I 1 1 l ...ill ` . . . L — 11 1•-- i I { • it — -- • ' I { r f.� gpy - I I !§. i6 11 5 iii 1 { � _ !• i s . i 1 ' I Rii4:. . 3- 6 1 , • a- I i 1 I; i a" §i �� I ' 1 i�� E i , _ —I .i — I I — '�.ra, II IP „ lig �I� i_F qi iM-i.i5 F:^n1T� r� S I FA e--1e° \1 g9 a° 1 { i14 fit: ; I � : A�I ` z /1 ; I ! . F .iI' ... . 1 :) C/L N4$J$T$A t --- w�� MGV.I$7C VMC -11E1. �c+n I t ..cu. LW W I..a i.i- Y=: -�....,. �i ,. ? f— ——--t......- : tfI ; I I l': r- I` f IIl ' I • t — s I ` ' I l. I :" t 'I I f I .s { ; it I L i fI �IFI 2-1 --' = A $ I I: I `a �y} , --, :12 e$�i p"r--i E 'i i '1 --, !ill r q { . 2- m __ • �'a m �, � mi -- {al'itlI I ` �I ; j I1 —1qI I' I 3 0:� 1 a 3 t ^T# ` Z-. E ` I Iw WI "I & i $R � c<E � I � Z 1 i L 9- 4::4r $5 5 � & i° R d l , AI' 1 , I I '�( i 'I - ' ! ' .. .. CTfYp'PORT ARTlAA iFTileNi * 117101 Hi •>1 = E.D.0 WATER MAIN CONSTRUCTION i 11 ee• s' REV. DAM oexxoroa DWG ure 0 " ! 1tiTA.5+00TOSTA. 10+00 i1 _. � 1 r, r . I ml r :- IN ii iii Tii `Irl€ L 4. 1 s IIin I 111 Y- ._ i r i ; "1 i 1' on SAYA NAN MOLE t nk 1,.,0,5E ;- '_4 ...,W.,.»„ �1 c T EAII.SR VA -P. 1 i��Ye e.) --_� M1 ' t Yh-1.0 1-1 F :k: J rhC--iw !Ii I ' 11 I_. __ ,I( E=kg I i I eF "x: - ad l C I g I4 ,'1 I •Aii= Ri ` III} I . 1.dao ti c15 t a {E V !.ii! AAAC i ' ^1 -I I I 51 '� ZV 2 1 ti 1 tq- (n _ l i m m I'= 1 TTI l(( I�{ �� —1 I 1 i< 111 I EI { 6 t; I I h �I11 "I , 17f, CC R I,�' I " •--• i r_ 3 4 I I S1 I i I d6 p I I4 1 i' ga 6 1 I I °-I € { I 1§ I I I1 I 1.1 p I � I [II '' 1 t~ E I I r I y i I I- 1 MOP.FM - N .an vM - e A 1 II! F \ W. FfIA93.4 , j_ I _ ETA1144,24 a e FI P . r,' fOt MOUE_ —iii: S / s M ! iii ; i 1 1 \k—s-r r) y > S ; i •.:.. CITY OF PORTARIF11A .VRnlH1 3 f 1" 6.§ E.D.C.WATER MAIN CONSTRUCTION ill i } v o OF_CCAIP1,014 Enc APPA 1 1 Q C 1g1-PP Iil -:f':*� Auer *e*en mel NA9'�lEAVE - (4 STA. 10+00 TO STA. 15+00 i '�I 1', I F ARMOR.TA r-- ...-� 41141i N Afl'AI 1 ILK1 * M1LR a0ijis 1:: •nn(w.aD) �i11 51 A. � 9 • d1! 1\ 1 I R__.4 � �1. i 1 111: H R'S B i` I $§ s1' $5 I i > -- . , I j — i§ -1-11.':. ¢ x I 1 Ik i'IN II \ 1.---,--- r =R�: 'I 1 P. I x I Ili! 1 •( { I 'I\ �' i 11 F ! HI I J!.11 v 1 s N . 11 ig \ I V/ s' $ 11. t ag 70 70� I --- N. ' .I I icai', � a- !! I N1,1 ,' •SII- i,1 • �€ L I \ 1 (� _ d7 ltal Y[_ I .E ....... v P ,_ _u... I _ - PRW.ER - _.- R r ) ._. STA:16.2.6 , 4 I I ICA RAIL ANDRA I NM,,,. .., c• a.SAN.i A1R INE qPM 1 I SE :—1--c-r—U.) Ec 1 &-H I. i V — i :\ . I .117 lr 1 ( I !! iili le I $s Ri - s: 1 -- 13s ; ----I I I— —— 1 !\ r .� ,.F I 1 I afar. ET- , _ I I 1 -S I - --I I r— . 0-II I if - _1=iff_ _ 1 , r 3C I` Isewel �9 i l 1 1 a a 1 N I e f. \;:—... Q s p I e..-.., ClTYOFFOET ARTHUR REVISIONS -• v I j 1 E.D.C.WATER MAIN CONSTRUCTION )0P . :• _ REV DATE 011 l IVE4 bwa A""` /'� Q; e 1 'P $ ..' I,1.I ,113*; F.TA.0 A 'vilOeIAG Vl... L rl 1 ;'' STA. 15+00 TO STA. 20+44 ','t. --.,/ .1 ...TA TR,n). 1 iI I e; I Z i i! a,. o. _ ...A... Airi J 1;i L — i it 14. i l ill 111," .,syaa)ocm Y !li CA.Al1/A1TA MOWS —ai=)�•l.9 E•n �E AA �.a , LK NIL Wl j 41 nye Y9J ~ .-.... 1 _ § ! 1 Ro d 1 N — r I S $a � 1 l R {! a F F IN li tg I� iq ! t ` ,,l� i !RtI F 1 1 El IJ! 1\ s sWI $a Ilii _1§ y !r 1 a I ' I I1 I. 11 I I \ RTIC P i I , ail;R ° t l§ t j I .l I§ q I \V 1 s s;� X4 R I 4 i�- i• 1' i 1,I)i. 5§ •• • I ' .Aar.rH I l (_ .. �� ._ •1 1 SRC.a31 v.L.0 I' 'Ir li.A 1 STA 3..9 �� tlwa .;1q I tl T�IIaAAExlZd= +oNtA1t11It1\111 ; --T- —- 1 ' 1, K�I�t.�.1 IQ a N. t ��l�l - ,�_ —,( til I -- -'' . '- -- ;it 3 Irtilli I " ' ii i I . lit ilir, i =.T 3.Sz tin g CITY OF I'OAT AATtlUt AYVLSIONS 9 q p53 o 1 C E.D.C.WATER MAIN CONSTRUCTION i }ii.--:::%3 i•�4'. 'e.F oAtP orsc.Pnw DWG APPA 3 a id Ci ,O1• (i l i - Ausr 9CIN'@IIItlAIMn N - STA.-0+15 TO STA.5+00 . E rAa"AruMAA`'6'U*Aw'/II1EAVE ,'a .orr.Anla Tx>«.o �a I \ ! i iI `II e kj i lI I - R§ 1� !18§ -III I Ro I R I! R I if 19r. 1�$� I I I C , I I -t: A_ I I 14 1 R >I , 1 � f 1Q I I -- ' 111 I Iil �``' ff. I rill ` $` € rl I I ( i \ /� dTRG�t YR[ 1,11 I ( r !P_ ,,\ i`;, a1 Z I, , I a —..-7......... • ME -I i_ ‘4 CA rla/sta avou[ --j '...... ' 1. w .74 tai _ ,/ aVIXSTTR•Yli ' $1�.,I -` we.—.7-4.A air— .-II T$•1.N C . 1 E E I ihF--l.e, CI ,I m ih r.-2J6 m 101 t i PNai.WE YANG 4 �. ai4 Nr — I UV— — 1 . I . � ` II 'ji la e 1 I 9§ . 1 II a 5s S R _ N ; I I Ills ; N,, , 6 IlkllF II I I i 1 0 1 I It i5 1a I t; �E s1I JIII ;� l J I I 1 1 I S ko, .i• 55 € ilJII `` s 12 i .3 . f i� I,) I` • y — —:l ail --- - — - - -- 1 it. iiii.111 � �41,.,1 ., 5s i �i !I io� , I s 16 I li II ; , ¢_ ' I • 1 ; w - g 1 F tjI i •n = s F 67,c,.. --............. eyk :' 1 agR� !It' 'INik/ r� a c K !i• -attarroRTMTNIA REVISIONS 9 1 T.t: E.D.C.WATER MAIN CONSTRUCTION t I' . REV DATE DESCRIPTION A P :5 STA. 5+00 TO STA. 10+00 `'•.'€ .aRT�R,ga Txn.� ,I ® I I :'I - 1 II , 2,till , I . I I $s ;illI r § �� srk'�aai f 8 I rAlillgig Ili I 7;,2 �` En+ri'�n.e¢ as•q 8dg g �. f iii 1 E s.v wxu,1= \ i 1 i _ E A .1N= b i11� II 14 , c8..w,e.>.� l p I ri 1 Q I§ 1,1f. I ,11 I 1� I m Q' B „+ I uji 1/ , \N I I 1 q A, 1 -, �¢ `' i; ;i I E I I IIS ��§3q !1 ;f k6 !§ • ,. Ii = I�.'�I ; E 1 NiI 11111E \ • , il _,.. \ I . 1 I I i ri 1I \ Z' 911, 1 " \ \ 1 _ l�11 � E \ 1• i Ii t IT : 1 " JJII •' II_ I.er ut =s �.� — µL v I >{Lt IMN A 1 \1I 1{. 1 1 STI&1MEQµ 1 Y I I.1! :ICI f-1 I _7::". - IAI ,` 1 5• 511.Y'• ' • • •' el S � . giI \ I I E €MOfi " •I A Am_. ; .\,..---- ; • ; soy !J SL I €f 1 16 '$sl 1 E.D.C.WATER MAIN CONSTRUCTION i•tc:r b...-. aTroT►aarA�TIE,t .sv DATE oE,C.eno.' DEC A I o 1 E. 777 STA. 10+00 TO STA. 15+0C 11!,i`.`,•,E�F, TM* "` 1 ---'1 i _- -....,.w -.e.u.--II� I 1 r---- r. 1 i I 1 ii (; I g f , E - I A 13 1. \\ u Y _ 1 MCA A SQ E li \ 1 MCA F =,� k : 1 i i .t t ! is 11 I:!li I5 1 \ I i i !as „, iit i t lea= E! 7 I -1 a tI �II 1 R o II —c `nj' Igg 111 1_11 1 I il ; I I: � i � ; y� i 15 �s II 6 66 = 1. m i' (//f AAA E 71 I b8 r a _ 11. (I In E m R I STA:11+12147 ! 111111 Ell � g ( I i SA.SPEILA. T/11.1.61 _-....-. Illii 1, hil ; ; , I_ 0,.2.1JI _ �..._ i1I o.� - -- qr1 PROP.LA _\ FA,y.28 o. 7 1 ILII ....... cit."AsH.rue A.oaE •� —su 164 51 —-—e€iA--I f ""; AKn,c En- \\.,,, / FI 111 I v '� • • y 'k N _ ----. , :rte— eJ ( I-——I———— ;4 111‘! MOF. "MITA MAE p: I 1 a K PROP.'raw vAucG ( ..,) Q s Y g , F ; - CITY OF FORT ARTHUR REV221013 3 1 r¢ E.D.C.WATER MAIN CONSTRUCTION . , i REV. DATE DES[AV13U" pwc A"' 1■ ■�///�■ a ; 1,1744, 1411'i 1;1*. „Auzr corive Ei�OM mirr EAK 1 V ;s STA. 15+00 TO STA.20+40 1 r=1, ,,-, ! :r '°RT"N ' r �jq- b!9 90 2 '' 1r�z 7Yc -- N,. O A a VI N Z =u I m • t : �'" Cm YA a%e" jT;4 yxxrdv o I G ' s T Y1 3.r, • ISI vii 'tea^, L,Ita=../r:'wf L -A.T_ I o 9 n � /ti >343 i t • i, - S . 1:r.0>` ',�`. - r, 1 1.311.of Y1 1 •qps'n Ft.� cJ 11-n. y }1�1 :-—,..-n'C�'•€ihs lyry(4 I u 11 i z C a Pi T. i.I me I p Oy 111 T 1i1 1 -' 11 -I ;yCy� -1111 ks Il rA 111 r3 <x.s -1. < x m ,. ay lA m >P i k eo m g� E Ni- 9 8 + 0 9 aq Tn o q z ac.. m ° :-I E" mrl to S'+ .421$c.l - 111 1 I > ii i 0 8 ra n m'� i C yns '-� �rEs - Z ,°1iir M art -'@ Ig ! 2P g Irk T li R ? 4 O Cr s -o-I�o C F ❑> o ;I $ e 8 03 g C Ej u F• A Ki egF>'9y Z F. ll- il p o TI Tyr.O f;+ +; a n .. 11 21 J A p(vYZ t _ 2 ' m' c �= I Jr. _ t. n -liII. n u n g g L oe 4n lit a 0F. flfl f i� r pi \ Sz a 2 \ e liF 41 I li!!! u ii 1111hNi111111 / o I\\8 ..<� poral '' ` / / SS �° A 3 4 2 9 � ; Aar • < // ma+ EFdy ��� lo �� n < S 1115 J 7Oc� zQnQ v 4 45,./.:c;.,.:;:... 1 t S i ! 1 .•YI CTTY OF fORTARTNIIH AEN51p TI 1 * z E.D.C.WATER MAIN CONSTRUCTION I-r` -: Iry oATe IEVISSO S NT, Arra i pi, a — I I:•i ::*: FY SE11711Wl,THST.3TH&*TH�l N On CONSTRUCTION DETAILS '�. '.�• t ,.,,,. ATUlTAAYETOV CrcH""' ,� • TaRr AR111TIl Tx,Tnn .G s 1/4. L. ET 6• 6 �O it 1 1 V ` _ C cv Rt: r YoH n vLe ID o lik .f Ada z ' 6; a CI z 9 Iv �� s o � : I =�a • 3 3l 9Zp KR O I SLI .i: . El 0 4 I i 1J 1 {.d ' 1l" T el a VY f Lr I i O m t 1z ° 1 P n P. 5 i I I 1 r g= rs p I piN.oa n g i u '-: r • sr a - rO _ b, 3, 0 5A' ' O I II M.X1 I I O T A •► °, ----) 11 z T 14 r.. ii Z 1. 0 '� I —llt— I sl I • .,71 l', 9 C X t • I v o s�. .• c a 5; s qR IAAe 12 C 18 4, iv RF+> 0' g‘ C �� RI gi g " la g. S RI m~ o' h y .5 z-.a1 g _e T iW9y a 3 2eUq r Illi '1 dg g z Y V. � z F C I ,Ie o '_r O C $I : s 11 1-71 . i , r. = z I R n I� ^ g v mp c m nr � {3 5" �� m 'i'F.. C zy n-� t r z MIMI ; I: al co A Mi frm a $ onay z1 mAz"o c iig mm Ogg 4 -4 11 o 2m Ao x .ro, l gm b ec.. PROPERTY LINE /////,'Id 0 g4g Am R .F.NPY I '� C �1.F, ,.::.,:• 30'TO JB' GZA 1 m J o /� �^ g '70C TO iG TOP PROPERTY INE f.. �' Cip y;i ff1:772-1 `RIGH;#-NNY � y£' 11470.—�L Al i FRON TOP C .)RB 8 ;Q ki g w 2N �{n 1 1 I II mm= g04 �1 IXI,) I 13 o til I � 9ii lj , O>17 Fn t'I mmn , D8 E j;j m 73 r P�, o m a J•i 01 H z C- f ZD� A k'I;� F o �nDa Hp m<n I:Ii tCiimZ i p �m> I.sj.J az= F 'IpjZ hi A pmA nm� t',�':I o �1-� oma .�.1 / z >Zo w<a f:<i'1 g m m zm= k... mZ-1 kid Dmo .,,;;l N 0 m II o E'I:!i x z l'• ,''1 gt =f ,1 1-;.-1 �m� ed° o -nm' oma 11 1 m a -gm Ado ]O'TO S' Q� f.:1 m > X� OC TO P y 8 maw• MNC p :t''i'''41.1' ,t� amgam I 0 I RIGHOF-NAY I, PROnERTLNE ' MTNCP N • OP, E!. T q Y 2TDTOC< ODC I RIGHT-OF-NAYO9N ; P = idm rn P rm F , 6 8 mmil 8 m �' $ ¢ 11 a �A o h 31 g ooh D z g m $ , a '3 z0,- _ 0 m -, bio 0 m o m � D O o c O i o g n D z zo o ROA D C Ot ,Y,336 , 2 o M O ���f� f > {>' 1 E.D.C.WATER MAN CONSTRUCTION !di !r art POW uMw R,a — ;. i �I' 1 CONSTRUCTION STANDARDSiiii I;�1I "I,. 2,e °'� °� �` 18 Bio — 4_ `Illi€I 9 :11 E $F$?!F S. y9§ Lill41 EgY £5s , % h *BPI i 1 ! . fA = 0 Q s • :� m • 1 --I 4 m ' r—�- 1 1 v Aix 11IiIrp 1 D •' �� I. .gn z \ : [ IIR I§ CI m r •`' ��.; ll IED• S -1 Z D m . r A ' i_I — m • . pzi 8 r7 — hp� m IR1lg f 9$ $ 11 1i O1✓ 1•1011i .4 ...-4,4-4.;'-A,:.s .14 ..:' .. . I > '1 -Ili , i Z i I. § f r ,,y . ,.. �;`�p'y..;.r '•`'` pct fir i `�:Yy b m n V .t$.tti. x 0 (f'-:••••; ...::..,,-... :-:".••••, • -();04'./.... 31 Iliin" i $$ 1 ED.C.WATER MAI CCFret. dM =d ttna mutt 9 il 3 II I CONSTRUCTION STANDARDS Julll ..--•a * 19 • 4.me. , ; t ', • : ., .. • ; i• I : i i • t a i i' E, i i 't ;75 . • 1 -1._ 1 • 1 ;, .,;;! i; 1111- 1 - t -...1••• ' • 0' f ..--- , .., ._ . _-..._ . ._.. . I _ __ N.. •,..., • ' -- -4.48.,WC' Iv •-•.„ / e , G 1 .46P ; e!!" !" 3 3 11 ' —-—''' '''' ''' ."'"" i x•m s;,-; I 1 .r • I; v• g; i !al ,! ; '2, ° ' - . ', V: ,i 11 k.: 1 1 .:-........— .....— ,y3z7. F. igj i : 21 ; ii ;i ; . 4 0 5 z m i• i ; g ':, • iE ••,•-, . A t ' i' i 1 1 1 i 4. 71 1 5! , yi QIII I. IN., ; I 10 VI f - ;, Q." i i i :''. ..... , . :'.. ,......, „.... 1 51 1 " '.1 i tk t .., ° it I I ri 1 .1 f% 5 z ......,,, A t, !1 4:- -so . .. , -.• 1 3 1 r _, c 0 , PC 0 -------. • L..4---- 0 I> -1 0 0 Z > 2 0 . ... -I 0 Fl . ...- -- a -I -1 xi 1 A c 1 Ir i 3 I t o ?4 - 4 P, 7,-`;;AT ,..-... . . _ 72 A A tf ' , , .._,_ t • i I, •,1 24 ,,' , ,• .4 , I ! -,, ;1,c * ,1..... _ 4 › ,t F - " E§ : ,';,••• ‘.1-,i p. EF• .. . . EN 1 ! : -; ' 1 0 73 X . . . . ...1 6 O.• l,:_). ;:). q i,....,.:. t.,...•,•.-;,.. la2 ,I .-'•'•",v,! I : ,1£i II -,? . . . 4 A T.F AA 1,1 i . . , 2 6 2 • 7A g ;!1 14 9 •.::i! . :.- ' 1 Ifr:J 10 ', r. 4 !,,,....... WATER ANO SAtifTARY£EVAER ErTomos (1 • ..1 i 1 Cfri OP•Cfrr ANTKP ...S15C•6 k 1'I 1 kiEnal SAW.FITTNZEI ANO TRENCH/40 OETA/8 ..% FEY.;pATE, cesowncei • V ''' •- mem wato . - Q . CRT CF PORT ARTHUR TEXAS ,cp !NW: 11•21499.1Ctemg. ,....._ 11 Q ez 1 ttSi _Pk ii. o d 'Si-- - I a ` Egg i -- "' A i 1 1' XYZ ^ 1 • ;� , Qy� 5 I rn .27 ii ,F �a I 21 cY 3 "5 x., F!c o- 311 Z 4 1' al 31:i ili Rf i 1 li al.• I ' ( 9A S{ • 7 S b a E: 'I-' vi Ila p r ` .a ^� 11 1 i o y _ y 1 S R S P q O77 ; 4 r jHb: I ; r% r y Di '` til •' -...... 1:_ • 5iA g i A Si ,• I n .- F L£ t m• Ir. �1 c 'it- 74 1 i it l F i1f Y! l'��: P Y2 Q_ K.,_........4._, 'AO • .i: ilir i ' ,:p •amu .' T {� Au, I 3 . '..1 it;1 lS 11 5 it xl. itl Y 11.!. 01.1 11:E9 IIx:, i:f1 71:.:' i 1I i;i i111.1MI vtin z • : ' _ - 4 ill ati 3 lit v "R E 7, I 1 .4 i i8 D y �: il t+x ti a 16 a 3" Ai A 555 x 0 i 1 C m -G'_ f R a.;.rs-.... j r . .�_,. 1 J fly.. f. 2 3. x E= A?A x 1 .__-a-_-1 1 i _$o a 113 F i WAT61 ANA wormy SEWER ST AWARDS CT'OF POI,AMNIA , _ " 7 RC�ie ._' METER BO%.WE In'ORAM.ARID f i�•G �•. aPr,C.aIE 0@BGIPnON COQ APf11 0 ''9 ` _ __.. MIRY CI rA 0ETAL ._ 1 1 ,11, ¢- n vara _ CITY OP PORT ARi1i,R TEXAS r. x •x€--. EMSFEER a DWI. tinufl OPERATIONS _ 1 7 11 q.X 0ISCLAluffn The uoe of this...anger./I.govern..by the•Togo.Engineering Proof).Oar. Moywro t3 Of my OATE, tlo�l,of toexy Ill.C aTm00rd 10 ether formats 010 purge. f r 1noa-r. l resu lie oror mq.resulting lnp tree It.uta FILE, a 0 3 _cpsp a:''''.'7' *o DID p101 QJN 7G a3 y� V w =00 C'3 eoa �x0 O (/3 II _ 3 y fOr so inch or Ie. �g r3 for over 50 npn'l 4 '. • i' (Tl b Shoulder O 2 Shoulder ' a a N a VINO Shoulder , ��, ; 5,.../Id.- o ."O $ �I.I o o 3D' )i o x for SO mph Mn. - G . I... Work Swot, 1,.. 3z for over MIH 50.pH �N� om 111 ■o 'o :• o N a for 50 mph o s o a X ► or leas A p . 7C o a e. oveV 70 eoh Shoulder Shoulder 7m _ a a -. N 7 Z • • • 0 U Shoulder • • i ® Fy� .ter, ,. ❑V Clz.}: ems,.I . Shoulder 2 • 0 I 30' O C a for 50.ph � MI n. a r r. or lege 1/3 L I B 03 . 'i• Work SOW. ]0' 100' 100' Om �8% 3z SO .r �Mln.�— —AOproz.A a m z X ro _ Agin g"'~ Eo p3tp23 . g.'": G as O. c oa9en!gScq eTm'2 _' �u gg. G x .,9x:ValSi; a for 501,01, O yea . O i1' o N .8 S_ '`•f or leen Zoe h� ayEtg9.6-gEe � 5s over 1 - oxo n ► _eeas epn - o < Shoulder ! - ' m r .�� Shoulder m z a a _ " n + r--) N .c — O ' Shoo Iger • ■ + kE[D-29 Etlirj • . Shoulder Z O 17 IIpJ r1'Jll,�dr '+ Co CIt s for50o1h /11n.C agx he or lees 1/3 L SD0o0 3l0nloo � X0.1 o pOy r - Oo 3g ApprozA _: srwg tor over g o p so rah T 375 --------------------- Right-Of-levy One 'WI —"----- " r m r r r- 0 gaii1/ 111 12 8 _r=- n i s � uoNe�oma�o } 1'ass w'as 9l$ "119 z '42'i" .g ._$ r 9 E :-3►U D Nags sgz3 qe1� g 4 a-!ill; " ♦,1 I38 0808080 3 =9 8 9 's° s LtA->R: a 9213 9:de tOgIL:2 1rti••Iafil 8- aqe ; N h,.-s_*,?; ; '"R- ny R;X � LYS$ '-' a '3 $s1 .9� mm m uyAu - '� Yg i o IgE m� "o�gg gg� F -• g Sel __' ill l'Q $o o"' $ ^' mo i., Q v p fCf'1 .,, g"84 PS3E � $� R $ ` i$ -+c'a.o 00 }� �o pp . rim r2n a 098 !ill $,' 1717.4=0 t �=`YLe " i Y� mouou'ouoag8� O *ID® � o �n 9 n -_.3 - F-; 1;-'i �lAi m *i. c $fid zzZ a ht. +$ la g ; s^e - 000tu,00gSoo o Ss ;e :;,g $ � ›. N.. 3$ <go.-7; s 46 � � - $ 9rP. o9e " n 43-Y .a o � N e `egg g $ 3 $ j iY N 7C0 � $ _- iy$s. @,i yy�3 gg 1 o$$$$o •oS,'o $�2gi ' Y 9g Ra'3 ! ala % " a l ]! a ('_ $ 'n a4'�N.._- 2I dB _ tb5 I Z p Si Y ` GN OOY'ONNO� of iN J CCC E aQ I I DISCLAIMER. ina La.or to i••,ao a Is Qev.rn O No MO•noxa E Ino•rina"raorlav Aar-.Do rara't or I DATE1 moan of la.b t t fo ort •a•O.narv0OVar. 70007 avant•nor it"ilry for ire CConvvar- I FILET ernora ar for Inearroot rywl to or■mugiv Owl rlrp rra•I,s oM F„'y 1E1 §+ S o,i i • AN= ea ] a - N olr R " 3 a fi ;x tid y» ,�r o2 a ail • 3 _v, .z O A a _ 7 2 0 w T L loo 'i §',,1 3I— m i Ir .. o HN f I. 1.--4r r r*, O �� il. Min.Nr i n ._1_ % y �S' SO' Min.1 B —■Ork Spa. _1 IDD' IOW gil p D fn I _.--_ ......5. lao' umc. — — 444���ID n. mu =V1 < O I 40 LA CD z i 111 iD V1 C =oo .i,-.TA yz -R :Eo r- oho v►r• ©♦ ;c�/� " "'�Y asc S$'' " a .t '' n 0ii 0 #'u E111.21i Son i'oo.3i8 sN '- `;m tij N) ao agg $3s 8_. YRS a- ;3133e., ;43 -34 .— � 3 ar' �° �s� o ver (i 4,1' = % rn Z I :�� :s P "„ n o I. ► O no a z.1., s:^ a: —C ...#•. -,... • , e \ • + ; oda Mln ■ o D % % % I % ■ I Min o .:. Mork SDoG. --I m O N 'CV Max. -'. ... in, r C 2 -I N \ y + T O va > . om40 'g8• \ r l D moo x$ m ,\ .r P.1 W n m pito zo yan .a ii? M\ r + Gl j O %a V Eyi nrmi . ma .i7'''''. \ Vi zo 88"' - ,9' \ X C • o. I c•,- . , \ O 0. to .p fI''' L i8„, .o..o . A ,7,_... }}((�� -�Q8i F. N u F. -1 m 9 Re..V v., u N. 2 a"R�� 4 1gaig`f N a-11 F:1 €$:f€1114:2:s-� .5! a �s a -V air. .. , a g 1_x o f Egg'xi .1109 .Yv 9_'iR^ R 1F-1F -at y$`7S3 Ct,q "iooSu1P4....t.o *al 111 474 gE G-2.; a 11134111,4 g � eR" g a9 YY9 = foo ss ?9 m og '" 0 9 f �6, 1 d9 °.R� i da' i -:@x5l 8 iss1c aa: +,e,4§1§Y8SNo."4 ,, r" -� _ x 28 _ _YY 8 _ o� 1:a 8 9 ° Y 3 ..1;g 9" s s.., 51: sd 25jcocilig30,-. 2. 'S < §1;g l-'a3��a a:a :a t • • Si '- $ 1. aR ig !ba! 1 9g _ lgai 1En ♦g. ^ moo • • .'",ouoi3.?1_: ggg f m ii i oFg ° igi- aha 4' _" c M8. . Zv ~ z � O n a lilt. � s�+ R$ o0000000.!..4 o14�D� . amt 1 ya=a - pe1ai gt Siii.i'l z1 ♦ ' ''•.. ---•�'if"' ' y:. -i i r n a$ g R » g'ao 3 a.1 4 i 8g 4. Q o oo 1'P ' o i- .. ,74 � Z n -2f 8 �€ R 4g .ggaLo' 3d gr '"n R " _e t� r+i0 3�$3Z is 9' �aj $ tzar-4P. Y ",._�"ti 9 9 08 yam.,, -I n ---i 1 . C g iS r .moi_O i- 4 a O N O O N O N t�i�O a 9 o O I ` v goo g$ It 2 a as i 33 8w , `sg 1 s" -: g ib — mfr 8 o ° _5 .�».b ^ 3;2.RR ` :.Ca ail.a : Y,' - • -- s N O D n aa" II F '3'`I i R$^t P �,S o.u.. . .�i o g 1 . E I' 1 j z 41 sv d 9:F■4 1 2+'< b �. IF — IV' • DIS0.0.1IC.I The u.e of thl..tond>d Is governed by the'T•ho.Engineering Preetioe eot'.No,Imro dt or e o Call clod I.Tit p T.oa1 t°r an port°.•.het.yvr• Ta000G1 o.•unM M rupor•Iel I I44yy for the oarer- .Ion er the•.andord to ottrr br.ot.r for Imarr•at r.eult.or pomg•.re.ulihq trio.It.u■.. i" _ a? 1.-Sieg" 1:2m2 Y'il>2 1,3 o n > ■ s E r S -'4a D Eo ho En Ir. ® ��]Pi_�� ® e. lNOOI aoo Z O i.]�� N G7[C m •3 . my o a$ I A D v 1 i -m -< 1/2 L X .1/2 L B 1/2 L X X rn X 1 r MI � i T D --i Paved Shoulder --- 6-t Z m m 2 Na .. I. T1 In 0 Paved Shoulder • •• m111\ G O to F F �, •/ L 1o• \:: 1l In\_. * C 1 x X x I/2 E 1 B work 5pdu x z tt • v m . ` rn N idEA >=v 7X r',Ev Ora o •-0R . N 7.7 t2 A gxaa� o -- ms 9 . o. Gp " i2 mi 332 it �givar 3� g- sp Y6 oig lila .4 434 . . . e,i," -- • tlp aX1 O /�~ o p o .?;':8 ' $zit, a�Z: 7 \ 4-. E.7 ;:ii: \ m a ,.: :Nx>i\IC X I m n 1 14—� / t.. 7 4zv4 ,D Paved Shoulder D m mr v a ��'vo .4 , M111 M m -1 R; c> 1 -:•is a"• ri / :SIU. :..;i", i I _ a ."k ." m L.,, Paved Shoulder e• r o DQ + O IrCj f i. l' ,as:. ,u n. I dD'I I in 1/2 El I Ylr O0 m O X I % X in I. 0 Werk Six= . (150 '- lark Stone 'Il too 0 VI I•r H5ili \ v 111 s I � cqg a=Noiia ).'I s4 ?n o7 . ii y 77 • �a $o S m g t• ,.•,,%,_m i2.44121ligge7 ;UM." 0,is1 ?+i4:Ro 5g41. 3-s�Isti as;§/ga ' '-gi'Pi R e_� i* o"o"o o .o� Ie:oS g ,os•sa s 1°ig3iaggs8 Ai%a a < �s� pp 1�" segs i 4§4sgi it 11g-,r $11,i; i;; 5a, o1 , 9f ®0 1=4"- `81_:5:1" :# !' ii!! i1 I • 9rjE l';R44 I1i!yE -15: u!a ...9"Z� ,Ne-*lig 2$ ' ag g � 7�0 � -- Mgwg is "41°a5 ry!50, _ aoo 0000'ng=^: ° o SE F T .m-t •S :i4a 9S 29' 9n• ''c Nm p i r 01 TIn d .-g _ _ kg - v,, 541-AE y c o No .'�^.?�$°F -S O • ■ o q.Yir D a , gv� RB� ��Rd=� 3 Y=33gE D Y' o " "v' ® ■ k e Q rriZ = z iS .g.R. 5.-...--4_18_,0 ip, q'I'�a �1 g.i.- EA m = iso sY"s- 8 2 4a µ f g § 4. ,o oax000 ° a 1 r -0 O _, O $ 7i- :Yd a Y� 21 Y» 9 $ os = i ell — oVIr a age il $s1q,Bg 13 Pq 18• di. ' y ooSoBoogo - .qi9 �4yi3 ii) cn 3 •R'lil Ig-4.34E1 �i a o > o ie I 9 N - 8— DISCL.thER: fT»u..of thl..to<aard I•Dov rn+.d Do tr.Tetra.Eno I.Wrin0 rr00ti°e Ao, Ne>wrnt,of Ont DATE, •Im of mi.eta-d to other tornota or t�incorrrOect result.ororeano..ZIT,p frman it;s o. FILE, u nolo , v t 1xg°S}ii. :Tm4 0 ;11.0 23 d$p� : a' o 2 \ -- g a�5'� • %tor 50 MPN N I e.e I i 2? •• 21 j 1• ]%for over 50 MPH , c. . I Shoulder Shoulder "' r a — — — I a a .. a M a 0 ■• • 11-8—• ■ ■ _ C> Dl 11111 ��••• E> o Shout der **•I NI. Shou icier Om F Ff/]L ]o• Itow mox MIM: ADOrox.♦ Ih' z x x L ..B work Spo°e % 'III 0 0 ia>o 111 X:42 Pc • P E ApsC7, mm F51:3 . sa o vg; mA 14 113;8 `sig ‘7,642 g2 :_m2 1 0 gg00 v o;rn e I o v 7 aR oma pilo Til iv XX I 0 s / , (1 L x z z X f o + 1• I i i 1 0 Shoulde shoulder D 0 a - - •••• .- 11.41-1111■■■. .-.-0-• . -- a z -v - •• I 57 •• 4a:••• I <13 — 0 N __ •Ci. ••• : 111• ': of DATE; DISCLAIMED; a Is�nls tmtlwD IR Dammed eDY the TT.xe.EnoInnr ere floe Aef•.W xvroraY of any Olt;TOOT for •0000 ryopan�Ibe�i ty for ilr mM1rr. FILET elan of Mie ero,�o to otter forxete or for Ilcarrsor r.Wl is or no00. limp Iran its s.. WEI— 5,1225a =u oy-d. i% o= ..3g. o 8 _ c a ")--..' ii .9 -' 9 4 Ix far BO int or leas 3x for SO IdProrH i'' o Z shoulder Shoulder I- 0 rm <3 a-0a — aZ — .mN il 0 n V I� ` n [1111 X 3 .1 m Since Ider fm p i Shoulder i F ll.2l. 10' MIN. ,. X X X I L B Mork Soo aph Approx.A o O iacEar M a' . vrn a an am :a •0 0 H .._. ® x mr-Cf- y i o$ ^' 'o= .X33 rit Nerm� �aaeo . o6 4 o a \ x v e L x X 1 11.1.1=1.1111M11.1.1=1.1111MI- Sl+ou laer l --IIII i sh I- > oular n <3 a 1 VI fA) O -+ inillicnniiiit,i+ - -'' .14,071.,. iii:14{,..•-. <3 �ti�� VI shoo I der • ;ti, CF F l / L Sssna,lar r`� ! % r % I 1/2 L Min. B` Bork S Ih• "''APProx '\ osrlots.00 at \\\y TO' •000100 0 rn 0000. mm� :x Fmo of A1:24o � '';':gy- e o R i rii_S_ �gig I y•O �` P° Sd8 $ i 3 ,�i.ououorix'ou", o *I3 �s-oNn � q� o ea,' o �xR;- 3- oig.1s4 5 m s o N r i 9 F�� Nlg '"44 •4 L A$8: giks4e3: R $ m g9 v 22 ti ill !1.31-401:1;441."si' b Rif w oi:LI:f ao=o 2 9 °pg°- 3 3 U4s. ,i 12ee .-t =rill' �. , g w u , . .-s eitae a° Q a 1- O 1 i !4 0 3 q : g . ,w_, a ., ,'„o tai,o l"i. u - -t z -. D -GI Dry o - � 3� 11010A'443� •,s ? -?!"' n' : K m Z ._-I k g w S 3 r Y A g rl'Imn -,� agg �gsi :� �Y>s� �5 uoov u4og dti o z 8 Be h Bg^- +ia go s 836 p o own frelR� s �mg fra I 1 e - aeR ♦ 6 :::::::::1:2::jgso: e _ Te r• Ht1 403111/1.5'!1 _ '�$o g 9 '- -, v, 1 's t‘.-3 z or- v o a 8i og a�=i1;5 e M • • • e Y g o C•71 Dir- a - _ ' ? -e G le..,.tin,+u Y� - s a � mz s • 3v a e. 1 o�oo�a�uoo Mfrs -1 s j i �9 N C', [ � E yq 01SCLAI.E11I The we of til la•tmlOrd I•pwwned by iM•Te%w Engineering Produce Act•.No warranty of DATE. mho 1.rule Py T%COT for my purpose htsoever. 1 1 Ossuros r•eom•Ibl I It,forandrHey'''.a. •ion of this.Urocrd to Other formats or forInoreot results or dolmpee read/IN from Ifs urs. FILET cv "Y Sig f f fLargo,. -4 821 Shoulder o 0 S aildr fZT'1 — — — Z v „1-i: m Shoulder n N I' f •• j Ib' Y l n. .. Ol A I. x000' It 1100• 1000' I1/1 LI O L 8 ■ark Spode I 100' 500' Yln. `I rogt . 4p0% ti O nC • oz m sd =ry ra ■ o res= paX9A• NZ • 0 oz-.• ngl . 'amm Si" a nCil C71) IT ///j' / • Yedlon / / ' Shoulder 1 / 1;› 0. D m �' =VSs' Q ■ e Xi 50 •10> I I `• •:^j"• &wu l der m - \� ` � h X LIn. A \ 1/7 L` _L 1000' 100' I L 8 wort Some 100' SOO' Yln. \ m Win. I- , /Wore%.I 1 L— D 0, •.\zi s - m" N cz In z • m o El2:. ?, mea Ioh 33 Z e 3 i•e IT, Shat l der C •• ?`f':`g`G': m "l _, ` • m n .} • ./ Sou l der • . Z — gyp' rn N : I Yln. I A rrk 5 N /3 L L B _Dppe 100' COO' min. iHN-i—' mi F.,, / ,,' tea r r AD(>�o%' N v m ...,40.0"....,"0,--.. —r■■ �.a ' rA rm N - y m O D I . FRp1TAGE R0. 4 — n 30' 02a_ -iii. c$Z imc a mR aadeTo°u j'a :44 v x$� - gQ: all§log i f:?14(2 6 $ o,,ji!jjtiaaa9 aya ._ " ai $i�•- s : 3 i--,4q,ga " 11 21 aSoSo _e 2 s i2 a m YJ 3.. a a o al3' •g �g g ;3 palloa, �a' b! oI o m gg k'•o r $1 tS 34r_/_9a,3 .�~41Ygli,—i -t :g 9 unowo�g:,.1 VI E: i� F a .s! or- n _g° e3 " §$- 2,iz$i ai 7 .gam ,pm� a.�Lno.h, 9a o 1 n T v • 8 (-Y_ 9 »g - _ V. o5' o00oo 000u':o="• e $' _ R r 41i q:41glil:P, Y inn �g8 � '3i a-Y:2$Y9d E � S3S9 ;897, c 024 ''2.4'1 r: .� a< 8. gQ�® o 4. �' c 66 E4 sig L.„-3-,a,01144,-14 . o gga, 1334-a - €:m €=a� . x ea. o,4.2S q.. 8.8.83'0800 4 m FR ' n = mo a $2 g= 1.-`9 -S ;I°eilgig� '9 - ma �eu.wp o._ 1 n 6118- ;s - 1 ei rv' r I.:.,;,i o; 2 iaa 1g' i�! $31 3° - SSsss8oESo . ., p• as : ro { z - 111 as a_&224.' ige i� lam; , a 9 3g vn a, rn a4 , 4. $=03 g. .(oa 3r ♦°3 i N _N_ � 4161 I z g i 3 9y6g1_ i 3�( .?oNONv;oe, '•S5 -v F. �s .,,, N 9• a a g' (; a 1- Ii� OISCLAIIERt The use of ofD!..y o7i�o.pp,Oo-d Ia pweR%A by 1M•Teaoo Engineering Prooflee Aof•. Ib rvr�Y of any OATEt alaron of MPi.farWord fo.fes r R}.ar' • T'" rp ypqulC.l�1r for 1M TUFT a N.opse I lr ir.n 77.7:::... 0"6'4 S t ;pill :a €S! :% ; m'-151: S 6 ni ;" -4:� . s N•3ao - o t' '7— R. s. Il�i. is 1\\ 0 xi Env �� O. o D n 1111 o N a — — — KR M'11114- a N x x x H O Z ♦ Es. 1--� $ �:9 9YS� 3o ili soo �a v0 = gg s "'mss ` , =� qj ovaa gg� c F5i38xgIA }"• 3•° 38 R -R 'm2 Et 8a -r 3�P 10. 4▪ '_ g - 3 CD IIIIff� 9! o IlI0 CI t as m a M ;',3 • — — • — I— I t , I i I ! Ali — • a- v r" Q 1• h f IZ-I x _ x _ x _ III \ co lilt n3' ijill 77- =" I!. o.N a 0 it ' 3- p� n u a u H "- G'1 I*{t 8 m f N O U a $�o- ig N jlZ 85114$''g, 'a rTi it T Ta a Or O ar o * a 9 F EEDU siis 9 0 .,s1,-,,-,31!— o°l g o �g � ° SIM.. - $� Z ii,a -`$ag B , EQg1 ,ax m , monnl.a_S g i g° ' Y.R- g g 9ao �' �' ,,,-,1 0000uuo;� "sY�x a Sa g a! imr i 4x°9 " i . _„....„..,..$ a a• , ” Kg-.8 ._ ionA 7�g N K oNON NUS-s_ 3m 3 ° _ _ A v e-er 0,i 00000ou'. I. .a - S r&S ? '08.4' 9 fig - g R _. 4.' II - . _ -'1 : m by a69 E i a 9 8 a rn cT '° � T spa g g s c 'a .NaL1ono�o oeR• E4 mc-, -Sg y' 9� l�lfo $ `0-R� E S �go� 12 _o gIa°6 - 4 m02 a. a s " --•• V .90000a gg- o k6'_ :8 iit g 4 SEB o o . 1 8 - S8 ii 3 1 xiz -I 1 N44 a 1 o 116 54 oa -- a e -o 0 0 9z- 5 y 8 oS8l88o 00 3iit' w 13 113 lc; m z r $o g a a 87° gg .• '• ; . ' . 9- a -i i 0.:f �- z 3 a ; is ` - . . 9.:9.9 •._ Y �i -I$ N 3 o -S DIS0.AlIER: Tb,Ws of this pys.tabor0 I.governed by in..T.01;F00In.xII ln0 Vrootla Aot•. .wares-eft of ony DATE: SIa of Ma.i T-�d fo ott.r rn ..t.f-iwvi100DD.Dooi rnoIf.no rE•D••GpDo.pi ntyloEa, ft W..FILE: <. py $' e% A" ' ip.k no I q* S_ BcT r y 31,2 I 1 .1.„.<I if h z f I 14 5 '" 9§ 7 h m Tl I 100•-Iso• SS+{{ 5� I. 10o• N -♦ D . 1 NI 1.. f Z 3 r oom -a — — o ._ � IFo � mF � � � Ee � �F . . . . } a ,ro rJ -sem`._ 9 1 — -, " o m F F F (DN = 0 y 0 0 50' -100' (0 _( D illi ,00' Um,. X //I o m + r < m [7 iia m�e . D� o m • F,r, AT >zo .f,>< m,-, <-\ ok" >0. , :.9 ).1-1,-1 0, = m .h : =-00 - a. m3CagrT�. .p T.3Z 8, - u $ g .: - . „,Nam ,off ” ', 3 • 9- g.' '_t 3` t. aI. 0. i,= XI i , 21.3• '1 / .' litmcg " o oi ii t m ZH Z :! ;ow 4' s -loo• l eo' to 8� S: - D • \ i �\ o• 1�1 ro• 150' I In ..., \ ...eir;) ,LL. .........,:. ...7,-; = O F F F F j F F no > � f . . ,D 0 0 % % t0' to SO'-100' X> -< 10 rl_ IA h r R y'c ♦I moo) EE m� ♦ •.�• `v9'v I'=1C g,19S- 'IE,,: io r a-� Illivu m$ • -8'^:os N ge9 * axXi mm2 t'X s ;' _4 - 49 4A1 oS:' 49 .v 1.38'"' 3R- -1.' l• z ** MOMOUOIMO:iG. *1' "�a-.510. 2 i .! . gV 59 - g iniviarni-. m sa 3 o: :: - = ouu�b"Le 8e S 4 ,. yap 3 5g4 &3q g y g t p m m _ :i q 8�'E7 !E18 1,ROIR - lg-ig-J- l' LI-I a37 Ooo'000000l'n Ofd �y 7F ~i —1OD k FR=" Ht! 9.71 EFC 8"- in.li ill SBlI�Y: ? gE _ a o$ Y�8 a Cj `E+' --I C� a. a Ya $' LA a n oo 000u . to it �� 3. � � p $� 3 S $ 6 � $ aP. 0 9�. ‘.-FA ,00O - >< ", ,, 4 z 003, j i I. ag, siSsosooS°:• �s 3 ��� 388YO = Y `m o N O iR Y a 0r- $ 7 lila 'g-gids $ tE 8 - oa -O..,no� ',tit B o A 4 a » c & 4r'1a"4 1 e 1 v -a .az ; z �," 46 N • i '" o o" - -?g 9d • DISCLAIM �Af-� TM 11..of to i•tatfarforao I�P...rglryU-14:7.0..£fglr.,rirg Prot.,..Ate. No.vra'.tr ar arty r a/lilts•'.akar•f°mar forma•.rat.?I..T a ar •ro r.■aaa.ral lrty far to.ad,•r■tan wt maul t.°r poop..raau Ia I,t Cron It■u.,• Igo Eis~s xe • N a 4< el _e� _i "1.UP' pS S9.: •• •$73i _, `!tr • °8 ie° '�ee 30 o�'F .3» - Np a° Z I -4 - o � o g p a o a 73 f/ ;rte- =: Ii 5' -__ ye- ! 1/11! ID o g� 3Y: o , 0 � \\1 P . \\\\ ,4k.I. 1g2 /, C S".�.�ar_0•S > R» e;$ 0�2 Sg°_ 1 Io a f=�' ri W1-2 S SI \ 1.4111 \ i'. $ ���r.` 9,i -;83 o �+i qgi "1d. as Ps i Ti g °E • ofia 3y 'Ra 9 0 11i3 0l: ° -a Y $map $-" • '�»N°' q-8 ,a 8 99N R R 3Z g3m :38 g-=• " n Q i R 5 8 s.,, 53a 1^ R e 1 I R:o Eg m �'^ 4 illi € 1 S; •R3 ''3 °°'88a aos ; a4; ... N 41 3g, gwa o.I l'.L i : Rai _ V4,-41 N o ks gaagueg8a R' ./18'3 EaSYRiaa : 1 " i 8a a":..2€-� s3� g s ge a ss46a _ s = -ill qv- Z Q� G-gg • ■ $S o6_ ooio_ O a; z Ls amgaQ y= - B `g y p i = ° R _ yc 4 ae � i Al; _ ® Ir �^� R g 3g 8 -ar144i;Y � Y i2V3‘401 .v-S g - S _ i3SI III a E x 11 -- 'ilia '—� -- • -"ms's 3 _ g. ` a r r r Y D - UU fn.! IPI Is s$s :i �" P g=Rg :Kg g fig ig If- „...,..-.._-. • ° y 11 WS Zig: o 21 ./ 9RY Y 3»Y gY > ..---S.”.."4 Y ` 31. ;i. { e—�^ - Si lig C to_r 2 Y °». g g° ' I o 1 C I`m a. t-�'L^ m m Ziq gi 1.1 O L Z ?= y� C")ZA 493. -. gl 1 �: - g= `-=3p=" _ o • g8 nZiai s g }Q1a - ro YR .z _ • • m p m Ove R � 3 0 -' 4Y _ v 1I b 2 4.0 �NI� '<2'- `-g 3 83 a ' '- � R x ti� =�z € �� Y is $ Y � 'aa ~ I� � a IA .319 DIStta11C111 ilo uso of ft,. D.iI it00 m..w•.,o reaoOrd Itp.QOaxn.aby}r.',Mow EQI r Ebb•c,Ica set". MO.Or crty Of ory kIna I.M.by IDOOi to,any ovoaa....o• . allEl °'♦be�"^r•l•^of.h l ,aloe to ,er.hl rmnc..awl.a o,ttt' a.•w.Iry rro.•1..„N. t RI 9 P. 2r.54., li H S oro 2 2 �`fi y • yr�p> Ii ' "_ J I 1 6 0-4 S .. z m I n m8 " r :1$ ,1 !1! €; rn 33 RI e F. 08 NNo E-!.;, zP "$o RI iCpp OSNo 1 ve..N F R A r. 141 32 5t., 4 2 R /i y 8 I. s '-1330 A ^RA41, .• ''P -1233-1 a m_..--:1i1._ os33-41C1/11,1 ° oN ...'•l zT1 �Z y VIC2gm ;. Z moo r p E^ m N �'f A77-<Z -6i CO -n -4 8 m _ vi Nz <- omo �¢NO 0I- -4 C -I I. - • m to r V I a i-Im0 .i.: .-.m V1 _�� �o'nc P R -,..-m OD.-4m -1020 ul +IcP ain Ct -4 i--pwn Im a .I? a ri �I r.rm Ui N �`� ZZ 'a—m $ 8- Z 0O)z z -i r c im-0~ 2 / i. --111-vi s m m W, r C r -;, •4r,4. 0 5 .• .(/ si,,, .4 t*.r #41 m cN -a 4 2 MI r (TI O fin%'I = p zi --I rn RI i •.1.4• y1 i () 2 f'7 Z m r — l ppo I 1epl rQ tea `_^ 8 6 r E^ -rO.— _" p amZ� S r.' 0