HomeMy WebLinkAboutPR 20667: 15TH STREET IMPROVEMENTS FROM VERA DRIVE TO MAIN AVE. City of -
ort rthu _
Tyr,
www.Po rtArth u rTx.gov
INTEROFFICE MEMORANDUM
Date: January 24, 2019
To: The Honorable Mayor and City Council
Through: Harvey Robinson, Interim City Manager
From: Alberto Elefano, P.E., City Engineer
RE: P.R. 20667 — 15th Street Improvements from Vera Drive to Main Ave.
Introduction:
Award of 15th Street Improvements from Vera Drive to Main Ave. to the lowest and most
responsible bidder Excavation & Construction LLC.
Background:
This project is for the reconstruction of 15th Street from Vera Drive to Main Ave. Four (4)
Bids were received and opened on January 14, 2019 with Excavation & Construction LLC of
Port Arthur, Texas submitting the lowest responsible bid of$289,350.70.
Budget Impact:
Funds are available in Capital Improvement Account: 307-1601-591.86-00 for the contract
price of$289,350.70.
Recommendation:
Approval of P.R. No. 20667 authorizing the City Manager to execute a contract with
Excavation & Construction LLC of Port Arthur, Texas for the 15th Street Improvements from
Vera Drive to Main Ave. with a projected budgetary impact of$289,350.70.
"Remember,we are here to serve the Citizens of Port Arthur"
P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743
P.R. 20667
01/24/19 ace
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 FOR 15TH STREET
IMPROVEMENTS FROM VERA DRIVE TO MAIN AVENUE WITH A
PROJECTED BUDGETARY IMPACT OF $289,350.70. FUNDING IS
AVAILABLE IN THE CAPITAL IMPROVEMENT STREETS ACCOUNT
NUMBER 307-1601-591.86-00.
WHEREAS, the contract was advertised on December 21, 2018 and December
28, 2018 in the Port Arthur News; and
WHEREAS, four (4) bids were received and opened on January 14, 2019 with
Excavation & Construction LLC of Port Arthur, Texas being the lowest most responsible
bid in the amount of $289,350.70 with a contract term of 150 days attached as Exhibit
'A" and have been evaluated by the Public Works staff; now, therefore; and,
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 15th
Street Improvements from Vera Drive to Main Avenue to Excavation & Construction LLC
of Port Arthur, Texas in the amount of $289,350.70; and,
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 & Construction LLC of Port Arthur, Texas with a projected budgetary impact
of $289,350.70 for the 15th Street Improvements from Vera Drive to Main Avenue; in
substantially the same form attached hereto as Exhibit "B"; and,
P.R. 20667
Page 2
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. 2019
at a meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
Councilmembers:
Noes:
Mayor
Derrick Freeman
Attest:
City Secretary
Sherri Bellard
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION:
Valecia Tizeno Harvey Robinson
City Attorney Interim City Manager
P.R. 19841
Page 3
APPROVED AS FOR AVAILABILITY OF
FUNDS:)1,.L7)7,- -------
Andrew Vasquez, CPA
Director of Finance
Hani Thome, P.E.
Director of Public Works
Clifton Williams, CPPB
Purchasing Manager
EXHIBIT "A"
000000 0 00 0 0 00000000 0 0 0 0 0 0 0 0 0 0 o p
000000 O O O 0 0 00000000 O 0C00000000
t' 666666
000000 O 66 U) O 66666666 O O o 0 o N U) 0 0 0 0 •
] 0 0 0 m O O C .O Ul N 0 N O O C 0 -O 0 U) 0 O U) U) o- m N U) Ul O ( N
yyyy o O CO U) N O .O P r- P O O O P -O N N O N O 0 V o N '- .0 N OP P N I.
U (` G N -N N N U) U7 N r ^ U) m O O M V ' '-CO p CO (V ' V V r O T-
F < ,_ Ln
-1Z N(o(o N V)V) N N N U) N V)N N(o(o N N N N N(o N(o N(o(o N N V)
OV 2 000000 0 o o 0 0 00000000 0 0000000000
.-ID 0000000 0 0 0 0 0 00000000 0 0000000000
Q
< V 666Ul O O N (.i O OO P U) 0 'C) O O O U) O 666666664
N
Q w 0 P U) N O -0M 0 U) O O N r r 0 -O O N 0 O U) U) P 4') r U) O N
CO n. 0 M U) r r r n N O _0 001 ,- Nr '- r00.,
+' V N V r O N r
C r V N
7
(o V)N N U)N N mm N N N N N N(o N N(o V) (o(o N N N N U)U)(o U L)
000000 0 00 0 0 00000000 0 00000000000
, 00OOOO 0 00 O O 00000000 0 00000000000
Z C 0 0 0 0 0 U) O 66 O O 60666666 O O 0 _O U) 0 0 0 0 0 0
0 0 U) O O N .O 40 V U) O o 0 C0 0 0 0 0 O 00 CO m Ul U) O O •O O
F 0 O N N_N ' P P ,ON 0 N C -0 P M O 0 0 P 0 U) N '0 r\ N r N rrr
U P r r „ r V M M of M O N cj co CO V r N N N N .O M
< Q r V n M N m r In
F M
Z U N N N N N N co N N N N V)(o co(o(o V)N to co V)N N(n to coN N V)to M
O Z
U - 000000 0 00 0 0 00000000 0 0000000000
X ) 000000 0 0 o 0 0 00000000 0 0000000000)
Q SioCU 0(NU) v odd ni Ui 066 (Nl6604 o 000 Uiov000ao
F 0 -O V 7 U) U) .O U) o 0 .O 45 ,- ,--- ,-.4000 ,- o o O m C M (-- r 0 0
v) a , O N r '- CO O -O 0 m -O N '- f-- (N
} +-' r ,-C co- Ni
a c
m 7
N(o(o(o N m N mm N N N N N N N m m(o N N N N N N N N(o(o N N
000000 0 00 0 0 00000000 0 00000000000
000000 0 00 U) O 00000000 0 0000O00000
•
C 66666 0) O O O n 0 06066666 6 0 0 0 0 V U) U) 0 0 0 •
p (N 0 U) N O N N -0 °5 1- 0 0504000 ,- o O O U) O O P N N U) U) W `0
n n 0 O N U) mm n U) 00 '7 U) O U) O M N V N 0 V o U) P I�
1- 1- E M 0,5- ..(5„,r V c'i N o CO Cb V'O ,50: V P V n'i(`+ r� N
N Q d' .0 ,.. - 04 r N N N r N
< 1... M
(:) .'- V)N N N N N N NN N N N N N N N N N N N N N N N N N N N N N
UO
d tLm 000000 0 00 0 0 00000000 0 00000000 00
J 7 0 0 0 0 0 0 0 0 00 U) 0 00000000 0 0 0 0 0 0 0 0 0 0 U)
U') 7 Q U O U) U) , ui U) m n O U) O .O U) .O O O O OC' O 0 06 0 Q r- r-- 0 0 0
(J W N M M M N M M m0 M N N N P O O _ 0 O U) O O P w U) M U
N (C') m Q. M c r r r Lo CO 0 M U M N MM
C i 4. Cn w P 0.:
V
N 7 c
Z L00, 7
E
O N N(o N V)to N N N N N 10 N N(o(o(o N N N N N N N N(o N(o V1,,
0
Q P CV
22 t rQ 0; 000000 0 00 U) 0 00000000 0 00U) U) 0000U) 0 ,
0 O O O w O U) N 0 U) N 0 0 0 0 U) 0 0 0 0 0 O O V N O U) U) U) N O
0.
JD `E0aU U '- 00MN '0o '0 m .0 N 0 0 CM (No NN 0 Cva 'ONr0C '00
m I1 C v) w .. (0 -I P n V r CO N M P U) N P co n P O w O W O O O V m r N M m M 40
< 4, O O p = 4S � OrM mr r M o 4> 05 nm v N P r ,_ (. t\
I- 0 H 4+)Z R ZZ < r r
p O _
a-+ U O Q f.- N NNNNN N NN N N .000(.... N 0........
N
m V) 0 W < 0
7 000 m O O M O U 0 O UOO O O O 0 00
W w O O O O U
w
10 o0 mU U 'r O V O N .O .O '000Ow 0 OOMNOMMUNPW 0 /-
,, vV O Ui U) ,O oV V U7 .45 Cd i ni (-6i e5
0 U) r Cj US ` U) m ni m co n'i n
ZdO r N NON " U0t\ P0 '- 0 NOU 'ONNnO U) OU 0
^ lN+ r UCd NO;
N
p 0
M (o(o N N(o N N N N N N V)N N N N N N(o N N(o N N N v)N(o N N
C^
0 0 0 0 m m 0 0 U) 0 0 0 0 0 r 0 r M m OM
O N U) m V M co , m " ,O 0. P r .- 1.0 r n r. r r n (, 01 ,- .O
U N N O N m m n H
0
Lir. w m
u¢. '^ � W
Q ao C 'p Z O N
} v m v) d O H m
F C U' v) Z Z N H
J a a z c� z a ¢ 0 P� = Z
Q > J w
Out O u Q } rz u z LL �.~ Jw E.;. 0
OE u J a O ¢ _; >.O I
OE Y C O w 00 - U _ w r, C F N U
Z n J ¢ O C O `. v v › W N H ¢ ¢ N ,, Z Z Q
40 q ¢ W v) ¢ W Ov J < Z N !. W .-..-. Y Z - Z N N v V) L7 MQ
J w > Q3ZJ Q m v ZLi, z &3 kr C < zZ NN ', Li,N rOH
3's � � ma = LL LL j v a w S = x � am 22Joz3g ; wl-
j°i cOuu ¢ -v`. 1E , w O > � )nrn ova v, 00 ~ ~ O W aNa
CzzS �^ z C N ¢ v) v) Z zZV � w ¢
Q, 0 azzz -I W w ¢ a o ¢ W .. aa0 vi CrzOO Na 3S
W5 " ZOUOu ¢ OO2Z w a m ¢ t- g0JJNv~) ~ rn o W wuu > wwww
W e U - W W W Q a Y Z Y (7 W I W W Z ¢ W W N W ¢ J J Z Z ¢ w H Z a
U�' m ¢ > > > » z ¢ z Z (D S C C a a W > > J F- u a a 0 0 3 C U J W
uww � � f c¢ivmv m a w z Zaa 000m � a It 7,
Q mswwwxx2. w O ODUCCWww0 < ¢ OOaaaOw `" c
maCaCwWw ¢ w v) a 0 u OaC ( SCC2a m CCwwOuCz (�111111
UNNU) n N NN MU) NN- NMV7 NNUOOOO O OO O O 00000000 O OO00000000O000000 0 OO O O 00000000 0 0000000000 CC U 'O '0 `O O d 'O 0 '0 -0 O O 00 '0 ,0000 ,0 O 00000 ,0 '0000
�. C U O 0 C 0 O O N N -0 , O 00 ,t <- M0 ,0 ,0 O N .O .O •O •O O O V O
N 0 0 0 0 O r M M .O 0 ,40 -0000. 0, O O O O O O M M V V .O
y� u r N N r N M M C R V V V V V M M M M N U) N M .O .0 N
O O O
+' o O O
C
0 _CO N
0
u oo
J H Q N 0
OO N Ln
-ID a) o
Q•
wu c"
0] a m
a,
C
7 N VT
OO
Z c i q
V
0 O
a Q M
Z Ln
n.
OZ M
0 -
a a'
< •C
N a
a c
co D
N 4I) N
co = 1l�N,
oZ a N %} o ��0.Zvl
0 O cr1 / K N W.J
a o ALL' ,/ N E.�
'n J ¢ u o % • �\ _ 4.Z/
r' O w /�y. I- ' 0.O/
E _C o,(13 D 1In* Y .".i..,.
O
Odm YN.
naU D
03 LL � c -I in -0 O
0 M< + O0O C °ls J L
H ~ Q
D U OO co
0 j NNLL ?
LLi L) I- W 0 Ce in
al
a wZ - N
0 O „
C V �_
m • � J LL—
Ln o w 2 J Z
w O r
z
LI: a w w
} w v) C °� Z
CL
w + v Z (� J
I za O O z ,,. O
� a 2 CO W O
ccow J Q wF Q WCC Zw
a va m _w < z W5� O D mZW
EZF- O a m Q O cn
w Q
Sr � wF/ N0 C.4 I— L1J
o
/1/1 .0
EXHIBIT "B"
Will be made available
In the City Secretary's Office
(Not included due to the volume)
SPECIFICATIONS AND CONTRACT
DOCUMENTS
RECONSTRUCTION OF 15th STREET
(VERA DRIVE TO MAIN AVENUE)
\\F,,..„ .1
4 Cin of
wiiort rth u�r'�~
Ter r<zt
CITY OF PORT ARTHUR
JEFFERSON COUNTY, TEXAS
BID NUMBER: P19-024
........ aim
WM
// ARCENEAUX WILSON &COLE
v'w_P",a,-•inging ponrnng
2901 Turtle Creek Dr.
I Suite 320
I Port Arthur,Texas 77642
Phone: (409)983-6263
Fax: (409)983-6265
Email: derek.graffagnino@awceng.com
Page 1 of 72
+tr.& MAK
afriir ARCENEAUX WILSON&COLE
eromnU I su•'eyny I uk,nrnO
ADDENDUM NO. 1
January 7, 2019
PLANS FOR 15th STREET IMPROVEMENTS
FROM VERA DRIVE TO MAIN AVENUE
TO SERVE
CITY OF PORT ARTHUR
City of Port Arthur
Jefferson County, Texas
Job No. CPA-960
This document constitutes ADDENDUM NO. 1 to the PLANS FOR 15th STREET IMPROVEMENTS
FROM VERA DRIVE TO MAIN AVENUE issued for bidding. BIDDER MUST ACKNOWLEDGE
RECEIPT OF THIS ADDENDUM ON THEIR BID FORM.
CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS
1. REPLACE TABLE OF CONTENTS with the revised TABLE OF CONTENTS (attached).
a. ADD Section P—Road Maintenance Bond
b. ADD Section Q—Geotechnical Report
2. REPLACE SECTION C with the revised SECTION C (attached).
a. REVISE Invoices paragraph to be submitted to AWC office.
b. REVISE Time of Completion paragraph No. 1, to be 144 calendar days.
3. REPLACE SECTION D with the revised SECTION D (attached)to match Construction Plans.
4. REPLACE SECTION K with the revised SECTION K (attached)to match Construction Plans.
5. ADD SECTION P— ROAD MAINTENANCE BOND in Contract Documents (attached).
6. ADD SECTION Q—GEOTECHNICAL REPORT in Contract Documents (attached).
CONSTRUCTION PLANS
1. REPLACE CONSTRUCTION PLAN SHEET 2 — LEGEND AND CONSTRUCTION NOTES
with the revised CONSTRUCTION PLAN SHEET 2 — LEGEND AND CONSTRUCTION
NOTES (attached).
a. REVISE General Note No. 21
Addendum No.1, Page 1 of 59
January 7,2019
Al IR IL
kg.)
NARCENEAUX WILSON&COLE
'=n9.^zeiinil I su":i'nc I_Konno
2. REPLACE CONSTRUCTION PLAN SHEET 4 — SUMMARY SHEET with the revised
CONSTRUCTION PLAN SHEET 4—SUMMARY SHEET(attached).
b. REVISE Remove Concrete Sidewalk units to SY in the Demolition Summary.
c. REVISE Type-D Driving Surface quantity to 46 SY in the Roadway &
Driveway Summary.
3. REPLACE CONSTRUCTION PLAN SHEET 5 — TYPICALL CROSS SECTIONS with the
revised CONSTRUCTION PLAN SHEET 5—TYPICALL CROSS SECTIONS(attached).
d. REVISE Limits of Pay for base/subgrade for Vera Drive section to 20 feet in
width.
CLARIFICAITON
1. General Notes and Specifications, located in the Contract Documents and
Construction Plans, will be changed to meet TxDOT Standard Specifications Book
dated 2014.
2. Excavated materials can be hauled to the City of Port Arthur Landfill.
3. The supplemental bid item "Embankment" will be used to replace any weakened
subgrade areas to a depth of 6-inches. The select fill materials shall meet TxDOT
Bid Item 132 Embankment Type A, with a plasticity index between 8-20, and a
liquid limit of 40 or less, per Geotechnical Report (located in Section Q of Contract
Documents). The calculated quantity for that supplemental item was based on a
percentage of the subgrade area as described in the construction plans.
4. Unless otherwise noted, the City shall make arrangements for such tests,
inspections and approvals with an independent testing laboratory or entity
acceptable to the City and shall bear all related costs of test inspections and
approvals. The Contractor shall give the Engineer timely notice of when and where
tests and inspections are to be made so that the Engineer may be present for such
procedures. All testing shall be in accordance with the test methods provided
under the appropriate standard specification for those items.
5. The brick headwall located near Sta. 2+63 for the existing sidewalk and culvert
pipe will be removed and replaced to match existing conditions. The increased
cost to remove that brick headwall and to install the new brick headwall shall be
included in the cost to remove and install the reinforced concrete pipe.The details
for the headwall will be established at the Pre-Construction meeting and shall be
bid to match the existing layout at that section.
Addendum No.1, Page 2 of 59
January 7,2019
/W_
v w
" ARCENEAUX WILSON&COLE
n7:'.c glsu: ,nglr.innn9
6. Vera Drive intersection can be closed off to install the underground storm sewer
piping. The traffic control plan will require rerouting traffic from both directions,
similar to TCP for both Phase I & Phase II.The Contractor shall prepare and submit
a traffic control plan for this work, which will require the Engineer's approval.
NO OTHER CONDITIONS OF THE CONTRACT ARE HEREBY CHANGED
[END OF ADDENDUM NO. 1]
Addendum No.1, Page 3 of 59
January 7,2019
MANDATORY PRE-BID CONFERENCE
A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and
prospective bidders for Reconstruction of 15th Street will be held on Thursday,January 3, 2019
at 10:00 a.m. at the City Hall 5th Floor Conference Room 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 Pre-Bid
Conference will be rejected and returned unopened to the bidder.
Page 2 of 72
DERRICK FORD FREEMAN,MAYOR HARVEY ROBINSON
CAL J.JONES,MAYOR PRO TEM J INTERIM CITY MANAGER
COUNCIL MEMBERS: City of '_ SHERRI BELLARD,TRMC
RAYMOND SCOTT,JR. )4 CITY SECRETARY
THOMAS J.KINLAW,
HAROLD DOUCET SR. VAL TIZENO
CHARLOTTE MOSES o t"t r t It t[r CITY ATTORNEY
KAPRINA FRANK Tt , ,,
DECEMBER 27,2018
INVITATION TO BID
RECONSTRUCTION OF 15th STREET
(VERA DRIVE TO MAIN AVENUE)
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard
Time, Wednesday, January 9, 2019. (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 9, 2019 in the City Council
Chambers,City Hall, 5th Floor,Port Arthur,TX. You are invited to attend.
MARK ENVELOPE:P19-024
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 writint to:
City of Port Arthur,TX
Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur,TX 77641
clifton.williamsaportarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Oifton Williams,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 1 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.
its
1
Clifton Williams, CPPB
Purchasing Manager
Page 4 of 72
INVITATION TO BID
RECONSTRUCTION OF 15th STREET
(To be Completed ONLY IF YOU DO NOT UI I).)
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:
Page 5 of 72
Table of Contents
RETURN
SECTION TITLE WITH BID
A. CONSTRUCTION CONTRACT AGREEMENT
B. ADVERTISEMENT FOR BIDS
C. INFORMATION TO BIDDERS
D. BID PROPOSAL YES
E. EXCEPTION./APPROVED EQUAL REQUEST
F. BID BOND YES
G. CONFLICT OF INTEREST(IF NO CONFLICT WRITE NA ON YES
LINE 1 AND SIGN/DATE LINE 7)
H. PAYMENT BOND
I. INSURANCE
J. PERFORMANCE BOND
K. GENERAL NOTES& SPECIFICATIONS
L. NON COLLUSION AFFIDAVIT YES
M. AFFIDAVIT PAGE YES
N. HOUSE BILL 89 VERIFICATION YES
O. SB 252 YES
P. ROAD MAINTENANCE BOND
Q. GEOTECHINCAL REPORT
DRAWINGS
• J
•
Addendum No.1, Page 4 of 59
January 7,2019
SECTION A
Page 7 of 72
CONTRACT FOR
RECONSTRUCTION OF 15T11 STREET
(VERA DRIVE TO MAIN AVENUE)
THIS AGREEMENT, made this day of , 2019, 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 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 twenty-eight days from the start date for each location.
2. The Contractor will perform work as stated in the Contract Documents.
3. 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.
4. The CONTRACTOR agrees to perform all the work described in the specifications and contract
documents and to comply with the terms in the amounts of$
5. The term "Contract Documents" means and includes the following:
1) Agreement
2) General Information
3) Specification
4) Bid
5) Payment Bond
6) Performance Bond
7) Road Maintenance Bond
5) Notice of Award
6) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors and assigns.
7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their
duly authorized officials, this Agreement in ( 6 copies) each of which shall be deemed an
original on the date first written above.
Page 8 of 72
Signed on the day of 2019
ATTEST CITY OF PORT ARTHUR
BY
CITY SECRETARY
Signed on the day of , 2019
ATTEST CONTRACTOR
BY
CITY SECRETARY
PRINT NAME:
TITLE:
Page 9 of 72
SECTION B
Page 10 of 72
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 9, 2019 and all bids received will thereafter be
opened and read aloud at 3:15 P.M., on Wednesday, January 9, 2019 in the City Council
Chambers, 5th Floor, City Hall, Port Arthur,Texas for certain services briefly described as:
RECONSTRUCTION OF 15th STREET
Bids received after the deadline stated above, regardless of method of delivery, will not be
considered and returned unopened.
MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAY, JANUARY 3
2019 AT 10:00 A.M. AT CITY HALL 5TH FLOOR CONFERENCE ROOM, 444 4TH
STREET,PORT ARTHUR,TEXAS
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.
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.
Clift If Williams, CPPB
Purchasing Manager
FIRST PUBLICATION: DECEMBER 21, 2018
SECOND PUBLICATION: DECEMBER 28, 2018
Page 11 of 72
SECTION C
Page 12 of 72
INFORMATION TO BIDDERS
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City
of Port Arthur the required information specified in Bid or Proposal Specifications listed in
this Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS
TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS,
SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The
absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold
the bidder responsible to perform in strict accordance with the specifications of the invitation. The
City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to
be in the best interest of the City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration, or erasure made before opening time must be initialed by the signer of the
bid, guaranteeing authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance
with these specifications. The award shall be made to the responsive, responsible bidder who
submits the best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as
it shall deem to be in the best interests of the City.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and
Proposal" shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a
complete response to all requirements and questions as directed.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire
(Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the
Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information
concerning persons doing business or seeking to do business with the City of Port Arthur, including
affiliations and business and financial relationships such persons may have with City of Port Arthur
officers. The form can be can be located at the Texas Ethics Commission website:
https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a
response to this RFP, you acknowledge that you have been notified of the requirements of Chapter
176 of the Texas Local Government Code and you are representing that you in compliance with
them.
Any information provided by the City of Port Arthur is for information purposes only. If you
have concerns about whether Chapter 176 of the Texas Local Government Code applies to
you or the manner in which you must comply, you should consult an attorney.
Page 13 of 72 Addendum No.1, Page 5 of 59
January 7,2019
ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee,official or agent of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective
bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the
following requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or
warranty service required.
6. The City Council shall not award a contract to a company that is in arrears in its obligations
to the City.
7. No payments shall be made to any person of public monies under any contract by the City
with such person until such person has paid all obligations and debts owed to the City, or
has made satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be
made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur
Purchasing Manager. The City assumes no'responsibility for the bidder's failure to obtain and/or
properly submit any addendum. Failure to acknowledge and submit any addendum may be cause
for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might
have been issued before bid closing date and time.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price
shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: AWC, 2901
Turtle Creek Drive, Suite 320,Port Arthur,Texas 77642 for verification.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the
goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment
Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30
days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax;therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement,is performable in Port Arthur,Texas,Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulations and codes of the federal, state and local governments relating
to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any personal financial
Page 14 of 72 •
Addendum No.1, Page 6 of 59
January 7,2019
interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure
compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits
the City from granting any license, privilege or paying money to any-one owing delinquent taxes,
paving assessments or any money to the City until such debts are paid or until satisfactory
arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT
included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX
77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the
Contract shall be read and enforced as though each were included herein. If, through mistake or
otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be
amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities
and means, except as herein otherwise expressly specified, necessary or proper to perform and
complete all the work required by this Contract, in accordance with the provisions of this Contract
and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a
detailed description concerning any point shall be regarded as meaning that only the best
commercial practices are to prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of
capability,performance, construction, and other details, its use is not intended to deprive the City of
Port Arthur the option of selecting goods which may be considered more suitable for the purpose
involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of the
successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or
national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate any
of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right
to terminate this contract by giving written notice to the Contractor of such termination and
specifying the effective date thereof, at least fifteen (15) days before the effective date of such
termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City
for damages sustained by the City by virtumfx reach of the contrackntCingrfoer7 gigl,the
January 7,2b19
City may withhold any payments to the Contractor for the purpose of set-off until such time as the
exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by
the City as provided herein, the Contractor will be paid for the service that it has performed up to
the termination date. If this contract is terminated due to fault of the Contractor, the previous
paragraph hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the
Contractor to furnish releases or receipts for any or all persons performing work and supplying
material or service to the Contractor, or any sub-contractors for work under this contract, if this is
deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property that
occurs as a result of his fault or negligence in connection with the work performed until completion
and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or
permit any sub-contractor to perform any work included in this Contract until he has received from
the City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The Contract 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 by
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
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, 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
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage$100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or,Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance(Including owned, non-owned and
hired vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
Page 16 of 72 Addendum No.1, Page 8 of 59
January 7,2019
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.
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 valid certificates of insurance and pertaining to the above listed items,
and before commencing any of the work and within the time otherwise specified, Contractor shall
file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect
except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should
contain a provision that coverage afforded under the policies will not be altered, modified or
canceled unless at least fifteen (15) days prior written notice has been given to the City of Port
Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE 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 the City of Port Arthur not more than ten(10)days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution
of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued
within such period, the time may be extended by mutual agreement between OWNER and
CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available
Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the
contractor.
INDEMNIFICATION: The CONTRACTOR shall defend, indemnify, and hold harmless the
OWNER and the Engineer and their respective officers, agents, and employees, from and against all
damages, claims, losses, demands, suits,judgments, and costs, including reasonable attorney's fees
and expenses arising out of or resulting from the performance of the work, provided that any such
damages, claim, loss, demand, suit,judgment, cost or expense:
Is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible
property(other than the work itself) including the loss of use resulting there from.
Is caused in whole or in part by any negligent act or omission of the CONTRACTOR, or
Subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts
any of them may be liable, regardless of whether or not it is caused in part by a party indemnified
hereunder.
The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the
Engineer, his agents or employees arising out of the preparation or approval of maps, drawings,
reports, surveys, Change Orders, designs or Specifications, or the giving of or the failure to give
directions or instructions by the Engineer, his agents or employees, provided such giving or failure
to give is the primary cause of the injury or damage.
DELAYS: The CONTRACTOR shall receive no compensation for delays or hindrances to the
work, except when direct and unavoidable extra cost to the CONTRACTOR is caused by the failure
of the CITY to provide information or material, if any, which is to be furnished by the CITY. When
such extra compensation is claimed, a written statement thereof shall be presentedby the
Page 17 of 72 Addendum o. age 9 o9
January 7,2019
CONTRACTOR to the Engineer and, if by him found correct, shall be approved and referred by
him to the Council for final approval or disapproval; and the action thereon by the Council shall be
final and binding. If delay is caused by specific orders given by the Engineers to stop work, of by
the performance of extra work, or by the failure of the CITY to provide material or necessary
instructions for carrying on the work, then such delay will entitle the CONTRACTOR to an
equivalent extension of time, his application for which shall, however, be subject to the approval of
the City Council; and no such extension of time shall release the CONTRACTOR or the Surety on
his performance bond from all his obligations hereunder which shall remain in full force until the
discharge of the Contract.
MAINTENANCE OF WORK: After approval of final payment and prior to expiration of one (1)
year after date of Substantial Completion or such longer period as may be prescribed by law or by
any applicable special guarantee required by the Contract Documents, any work is found to be
defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with the
OWNER'S written instructions, correct such defective work. If CONTRACTOR does not promptly
comply with such instructions, OWNER may have such defective work corrected and all direct and
indirect costs of such removal and replacement, including compensation for additional professional
services, shall be paid by CONTRACTOR.
ANTITRUST: CONTRACTOR hereby assigns to OWNER any and all claims for overcharges
associated with this Contract which arise under the anti- trust laws of the United States, 15
U.S.C.A. Sec. 1, et seq. (1973).
DELAY, DISRUPTION OR OTHER CLAIMS: Any claim by the CONTRACTOR for delay,
disruption or any other claim shall be based on a written notice delivered to the CITY and to the
ENGINEER promptly (but in no case later than ten (10) calendar days) after the occurrence of the
event giving rise to the claim and stating the general nature of the claim. Within ten (10) calendar
days of delivering said notice, the CONTRACTOR shall deliver to the CITY and to the
ENGINEER notice of the amount of the claim and specific and detailed support documentation and
data on the impact claimed. Further, the CONTRACTOR shall furnish on a continuing basis all of
the documents that in any way are purported to support the damages, costs, expenses and impact of
the claim event. The CONTRACTOR'S failure to fully comply with any of these requirements with
respect to any claim shall constitute a complete and final waiver of said claim.
MUTUAL RESPONSIBILITY OF CONTRACTOR'S: If, through acts of neglect on the part of
the CONTRACTOR, any other CONTRACTOR or any Subcontractor shall suffer loss or damage
on the work, the CONTRACTOR agrees to settle with such other CONTRACTOR or
Subcontractor by agreement or arbitration if such other CONTRACTOR Subcontractor will so
settle. If such other CONTRACTOR or Subcontractor shall assert any claim against the OWNER
on account of any damage alleged to have been sustained, the OWNER shall notify the
CONTRACTOR, who shall indemnify and safe harmless the OWNER against any such claim.
SB 252 AND HB 89: Contract must the requirements of these bills. Contractor will have to sign
agreement before NTP or PO are generated.
BID SECURITY AND LIQUIDATED DAMAGES:
Bids shall be accompanied by a bid guarantee of not less than five percent (5%) of the amount of
the total bid which shall be a Certified Check or Cashier's check payable without recourse to the
City of Port Arthur (CITY), 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 CITY, furnish bonds and insurance
Page 18 of 72 Addendum No.1, Page 10 of 59
January 7,2019
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
CITY for the difference between the amount specified in the bid in the amount for which the CITY
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 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 CITY
and furnish Performance and Payment Bonds and required Insurance Documents within ten (10)
days after the prescribed forms are presented to him for signature. Said period will be extended only
upon written presentation to the CITY, within said period, of reasons which the sole discretion of
the CITY,justify an extension. If said Contract, bonds and insurance Documents are not received
by the CITY within said period or if work has not been commenced within the time specified, the
CITY 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 for any excess cost to the CITY
over bid amount. Further, the bid guarantee shall be forfeited to the CITY as liquidated damages
and Bidder shall be liable to the CITY for an additional amount of five percent (5%) of the bid
amount as liquidated damages without limitation.
The CITY,within ten(10) 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 the CITY not execute the Contract within
such period,the Bidder may,by written Notice to CITY, withdraw his signed Agreement.
TIME OF COMPLETION AND LIQUIDATED DAMAGES: Timely completion of a project is
extremely important to the CITY. Bidder must agree to commence work on or before a date to be
specified in a written "Notice to Proceed" issued by the CITY and to fully complete the project
within 144 calendar days.
Failure of the CON TRACTOR to complete the Work within the time allowed will result in damages
being sustained by the CITY. It is agreed and understood that it would be impractical and extremely
difficult to ascertain the amount of actual damage the CITY might sustain by reason of breach of
the agreement; therefore the amount stated is expressly agreed upon as liquidated damages and is
not intended by the parties to be a penalty. As such, liquidated damages of$500.00 per day will be
imposed for each calendar day the service delivery date is exceeded.
By submittal of Bid on the project, and by execution of the Contract by the CONTRACTOR awarded
the project shall constitute an agreement by the CITY and CONTRACTOR that$500.00 per day is the
minimum value of the costs and actual damage caused by the failure of the CONTACTOR to complete
the Work within the allotted time. Such sum is liquidated damages and shall not be construed as a
penalty, and may be deducted from payments due the Contractor if such delay occurs.
PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code
Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is
required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is
required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of
one hundred percent (100%) of the contract price with 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.
Page 19 of 72
•
Addendum No.1, Page 11 of 59
January 7,2019
SECTION 1
Page 20 of 72
BID
TO: CITY OF PORT ARTHUR
444 4'" STREET
P.O. BOX 1089
CITY OF PORT ARTHUR,TEXAS 77640
Proposal of (hereinafter called "BIDDER"), organized and existing under the laws
of the State of Texas, doing business as * , and acting by and through, to the
CITY OF PORT ARTHUR, Port Arthur, Texas (hereinafter called "OWNER").
In compliance with your Advertisement for Bids, BIDDER hereby proposes to
perform all work for the construction of PLANS FOR 15th STREET IMPROVEMENTS
FROM VERA DRIVE TO MAIN AVENUE in strict accordance with the Contract
Documents, within the time set forth in the Notice to Proceed, and 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 within 144 consecutive calendar days 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 $500 for each consecutive calendar day thereafter
including, but not limited to, all Saturdays, Sundays, and Federal, State and City
holidays as provided in Section 54 of the General Conditions.
Enclosed is bid security as required.
BIDDER acknowledges receipt of the following ADDENDUM:
R M e A LA rn No, I Tan. 20 19
*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:
D-1 Addendum No.1, Page 12 of 59
January 7,2019
1
$n
1 o
Q
;
1-o 1--
1 rn vs if? tl) ur
,� C n0 C m1.1
mCz N O4-1
U)ill pV U Vpp p0 V
I—
E .1-
0 •
ULu g m m .) ro fJ 2
a c u..
O 0 co . QJ _v
H 7 0 n !�
D
D v) ) v) v) V
0 L
U) J U) U) C U) P N
m a m a m a m a m a
i= u 8 :.n a
UN
V) irl v> La v>
z
D LLJ v) vi vi v) U
-J
1—
d o 0 0
a W N N cn N N
I O
o
in
0
m
Q
O wv)<
Lu P >
a 0 a m 0
U `-'
v) Q 0
_
0 a z Z a v) Z
Z U 0 Q Q O
E w w w
Q > > > w >
w
2 2 2 Q
a w W w a x
a a a a w
H
J
Q
V)
U w 2
v) p W
N ^ E
0 d �- O O
U O O O O 0
Q .0 .0 .0 0 .0
W m
W p W d ,i- Ln o
V) 0 0 o 0
~ V Q o 0 0 0 0
I 1 a]I 1 1 1 1 I
Addendum No.1, Page 13 of 59
January 7,2019
al �n O 0
a N N s 14-1
M in
O CV .7�
LT (/} N (/S 4./7-
tit
hVI 141 L L .r.J L Li)
IV c
a) - a)
UJI- U Z D U -5 U a U U
E S C I 7
! U-- 13
I.
TsLU a +
U rQ )>- ) roo co . .
• 7t
II 0 u v �. m
I— IdZ I 3 ; v
D 0 1 ` 0 1-- u • Q U)
"0 - ID TS D
rho a C a rroo a) coo a C a
Lu Q a) ai Jar3
Sn a T :-` 'T .D
Cr) Nr NS N1
V)
i—
z > > > U }
U U U < vi
>- Ln
u7 a 0^
O. CO c- co O m M
N-7 n
a a
0
'->N-
Q.)
g
v
o z V U
a Lu a
Z JO 0 Z
O Li., Q z
Z i '3 co —
a a
aFr Q Z z . v
I LL J ii •
u
Ln LUI
QLU < UJ }< a m
~ _ } (� LL I ,•-.,
> z ^ Z Z m
U m Q m Z LU Lu co
LLu t LU U Ln LJiii _1 aLL! L 0
I—
J
Q
U w
W0 N
0 [V co
OO 0 O O O
U SO 0 '0 -0 0
LU
Lu
0 co M M N.
O -0 v
1— V o 0 0 0 0
I 1 1 1 1 1 11 I l 1 1 I
Addendum No.1, Page 14 of 59
January 7,2019
0 8 2' iQ
0
0
•
M;
Q O a
0
O ��
N.
i V) N i i N i
Z O <11)
O N O O O ..:al O
W p U p U p V p o ,.U
1 d
A I)
W '� �� } 2 ! 4-.. 1 0 I o
U 4 4,3
XL L L
O 4) V.1- N a) c 4) c 4)
•I- ala ro a m a m a ro a
� w O
z -12
a r 'T
I-
z } >- )- LL LL
V) to v) J J
D
O '0 O' O•
O M
O• En N r r N
.. a ,.
ce in
v
Z CN v a'
O N H W ^
a -O ^ ZW ---.1
W44
I—
W a a ^ o Q Q
p
O J J
V) W LU
Q w ^ I- U U
0 W a W
= 2 a v) a W W
aa a
0a z g U
a a
o p O O ce ce
1--
_1
a
U W
W O o 0 0 co
0 0
0 U o 0 0 0 0
0 0 0 .o .o
2 LU o 0 0 cr v
Lu I= OV o 0 o• a a
I I I I 1 I I 1
Addendum No.1, Page 15 of 59
January 7,2019
O �
J Q
o O
U) U) to U) to
v) V V) U)
V7 }� v1 }� L
C
E
Z
U O U U D U U
I-
1-
Et
a i s 0
L �° ��o tiJ
0
a N tJ LL a
t
D W W , W JC J
p ` i i
1' a a a coo a co n.
O8
u ( 8 d a
z N p
LL V? 00 !�
tn. t/) t/) N to
zLEW
W W W J J
>- O
I- a- N' r- Ln N- In
a M 0
W
U
z
a Q
W ^ a
UJ D
Z W -J Z
IG Z - oF- v W 0 W
ad Q w Z J
a x a a CO
o - d Z LaL
p w a a O W
J J v) v) < -
Z Q W 11.1
N N
Z
I- 0 O O J O
CC w W w m0 O z
t) I a a 2 Q
I-
_i
Q
U W
in 0N N
0 0 o 0 0 0 0
0 0 'o .0 0
pLn so 'o -o 0
LU- OU o 0 0 0 0
Addendum No.1, Page 16 of 59
January 7,2019
0
(14. CZ) tr)
Q 7 T -
o z-- �,;�
07 —r- N
VT <-0 ur
i N VI I i i
r6 !0 C (D C C C
uw- p U p U Q U p i1 U
i- 7
E
0 k 1J l.L
Lu L 1 y`
1 3 U .-�- 1 u a'
C_ + a N �; U
z E 4. u • 3ea
D c ' J w W U.1 W
Ill13 L , -0 i 13 i i C I-
C
C a) C a) c a) c a� c (I)
no a m a ( a co a no a
i-r
w S!� I`r1 0
• U
T
:1
VT VT VT N VT
~ LI) Q Q Q Q
Z _i W W W W
D
c- n n c-
a a
eThIN Vc—
O > wa .. J
Q ^ W Q O
a J > g
i- Q O Ln w
Z p I 2 z cc
O z z W z..-,
~ Q � LI)
0
a Z 2 2 0 O
Lu p p Z Z
CI vi a a O O
W w w U U
<• J J _JZ Z
U• CC Ll LL 0 0
CC 1-- JG Y N CrI
< O 0 0 a a
co u a a W W
I-
J
Q
U w
V) pr- N m cr
w0 o 0 o a o
O U o 0 o a o
0 0 o a o
- 0 (NI 'o 'o 'o '0
W a o 0 0 C) Co
1— U o a in o 0
I ( L-- I 1 I I I
Addendum No.1, Page 17 of 59
January 7,2019
o 0 ) N vi
J Ni.....Q !� �• N
~ M
p
1- �+ M
N I -
in
i in
L U !+'
ut U
<
I C t 2 n U in
p U a U
yT d 314
U col- ca
Fe ! ' ^ D
tL •
a ` 12 'Fa ro s
z a • co - >, c
J V) v) w LU J
cn
-D
a� a 3-) 1 • 1 C a) -0 a
co a co a ro a l fa a co a
w Q 'v ''n
F- U M P�1 t~ --
VT
1-
2 >- >; a a u-
D N In w LU J
I— n u M c- '0
ri-
a co N
U
z
z U z Z
p V "'_J LLJ ' V)
U
z w
wu 0 w
a N —
VI U w
v
0 � a I p
Q H Li H Lu CO
Z w
Lu a -_I 1.11' \ w V)w U U a 0 I Q
Z 0J I— a U [n
Ft 0 w cn i I-
0 U a Z 0 0 0
U-
HI—
a z
D
U w 0
V) o �. N2
Lu p 0 0 0 0 0
U Q
.0 '0 0 0 0 J
Q
' p o ,- v o ~
! 0 PI co .4. N 4
V o 0 0 0 0
I I I 1 I I I I
Addendum No.1, Page 18 of 59
January 7,2019
rs-
J
H
0 z
I- :.n
v7
g
n � Q
w 0 L)
H
EE L
U
o
a 4.-
E
D U V) 4J}
C (11
as a
i- w
Z U -
yr,
1-
U IA
E
a)
N
a 'O 473
4,
C a
a)
E
a)
a
0.
z
Uu V)
z o I-- -0
O '-_-1 J as
a Z F- N
u v Z E
v, w ,a
2
2 Q a N m
v
a 2 N
w
N m Z U) ~ CO
W w U 0 m
H LL m
I— LLJ
Q Q Z < Z
}' D m D
III Z O J 0
W0 QQ
J `0 J 0 J
w a Q m Q
w 0 N co O N O
Addendum No.1, Page 19 of 59
January 7,2019
SUBSTITUTIONS
1. No Bid
(Add) (Deduct) $
2. No Bid
(Add) (Deduct) $
Unit prices are to be expressed in both words and figures. In case of a
discrepancy, the amount shown in words shall govern. The above unit prices shall
include all labor, materials, equipment, bailing, shoring, removal, overhead, profit,
insurance, etc.to cover the finished work of the several kinds called for.
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.
BIDDER understands that the OWNER reserves the right to reject any or all bids
and to waive any informalities in the bidding. In addition, the OWNER reserves
the right to award the Contract on the basis of TOTAL AMOUNT BID or TOTAL
AMOUNT BID with Substitution(s) or TOTAL AMOUNT BID plus any Alternate(s)
described above which is most advantageous to the OWNER.
The BIDDER agrees that this bid shall be good and may not be withdrawn for a
period of
sixty (60) calendar days after the scheduled closing time for receiving bids.
The undersigned BIDDER hereby declares that he agrees to do the work, and
that no representations made by the Owner are in any sense a warranty, but are
mere estimates for the guidance of the Contractor.
Upon receipt of the notice of acceptance of the bid, the BIDDER will execute the
formal Contract attached within ten (10) working days and will deliver a
Performance and a Payment Bond to insure payment for all labor and materials.
The bid security attached, without endorsement, in the sum of no less than five
percent (5%) of the amount bid, is to become the property of THE CITY OF PORT
ARTHUR, TEXAS, in the event the contract and bonds are not executed within the
time above set forth, as liquidated damages without limitation.
Respectfully submitted:
finnan Ai im Nn 1 Pana)n of c9
January 7,2019
g)CcAU44(61,k;Cc) tc4 LCC -t c� ��(�—
(NAME OF CONTR CTOR) Che ( / ( L(- a r
(ADDRESS)
BY: £r« /C._L r‘'eS& leCf--7g8 q3 Lb
(TELEPHONE NUMBER)
TITLE: (�
(LICENSE NUMBER IF APPLICABLE)
DATE: [ ` (
(SEAL,IF BIDDER ISA CORPORATION) (ATTEST)
D-1 Aaaendum No. 1, Page 21 of 59
January 7,2019
SECTION E
Page 31 of 72
CITY OF PORT ARHTUR
EXCEPTION /APPROVED EQUAL REQUEST
[Please submit this form for each exception/approved equal]
VENDOR: TELEFAX:
PROJECT:
PAGE: of PARAGRAPH:
SUBJECT:
REQUEST:
Signature
FOR CITY OF PORT ARTHUR USE ONLY
APPROVED: DISAPPROVED: CLARIFICATION: _
REMARKS:
Signature
CITY OF PORT ARTHUR
REP
Page 32 of 72
SECTION F
Page 33 of 72
Y :AIA Document A310TM - 2
. � 010
Bid Bond
CONTRACTOR: SURETY:
(Name, legal status and address) (Name,legal status and principal place
Excavation&Construction LLC of business)
6601 Proctor Street Ext. Developers Surety and Indemnity Company This document has important legal
Port Arthur,TX 77642 P.O.Box 19725 consequences.Consultation with
OWNER: Irvine,CA 92623 an attorney is encouraged with
(Name, legal status and address respect to its completion or
City of Port Arthur modification.
444 4th Street,Port Arthur,TX 77640 My singular reference to
Contractor,Surety,Owner or
BOND AMOUNT: FIVE PERCENT(5%) of Total Amount Bid other party shall be considered
plural where applicable.
PROJECT:
(Name, location or address, and Project number, if any)
Reconstruction of 15th Street Bid Number:P19-024 Project Number,if any:P19-024
Remove and Replace Damaged Roadway-Along 15th Street from Vera Dr.to Main Avenue
The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the
Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and
severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor
within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and
Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such
bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted
in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract
and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the
difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount
for which the Owner may in good faith contract with another party to perform the work covered by said bid.then this
obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of
an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of
notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for
acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for
an extension beyond sixty(60)days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall
be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,
any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and
provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so
furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond.
Signed and sealed this 4th day of January, 2019
Excavation&Construction LLC •
aI - (Pr' ci / (.Seal)
(''itness)
(Title)
Developers Surety and Indemnity Company
(Sak. n) (Seal)
Witness
( ) Claudia Nunez _ it/ _ ,
(Title) Sea ames McCauley,Jr. ,Attorney in Fact
A!A Document A310"^-2010.Copyright 0 1963,1970 and 2010 by The American Institute of Architects.All rights reserved.
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 attomey(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 4th day of October,2018.
Cde_ ,,,
• Daniel Young,Senior Vice-President . l yJO�°�TFaF�y ��Ov PPO o
Wi 1936 '`' g °C" o`
G��3A���lC :0 US /951
By Mark Lansdon,Vice-President �'••���0 1F0 ei a c•44IFO0
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 October 4,2018 before me, Lucille Raymond,Notary Public
Data Here Insert Name and Title 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
capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of
4�, LUCILLE RAYMOND which the person(s)acted,executed the instrument
11 NotaryPublic California
'to. % Orange County I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is
Commission tt 2258185 true and correct.
My Comm. Expires Oct 13,2022
WITNESS my hand and official seal. _ ". Ckgri-ple),4
Place Notary Seal Above Signature
Lucill- --= 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 Certificate.
This Certificate is executed in the City of Irvine,California,this 4th day of January , 2019 . •t ANo/A. oMQANt'pr
G
y �" 2 dr�
By: .�. /.3"1-44:11.
'W 1936 =c = _ ' OCT.s rt
Cassie J. msford,Assistant Se Lary •o�: c :�0 0 p °` � Pas
d';?ccFort?• a; Zi 44fs Pv
ATS-1002(10/18) •.,,, * •�,.0 'fit
Texas Department of Insurance
Amended Certificate of Authority
License no. 95568 Licensed since: February 9, 2001
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
BY
Jeff Hunt, Director \ �, y
Company Licensing and Registration �*` a tis
Commissioner's order no. 3632 `—�
SECTION G
Page 36 of 72
CONFLICT OF INTEREST QUESTIONNAIRE FORM C161,
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176,Local Government Code, by a vendor who Data P.acar.ad
has a business relationship as defined by Section 178.001(1•a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section I76.006(a-1), Local Government Coda.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An
offense under this section is a misdemeanor.
Name of vendor who has a business relationship with local governmental entity.
Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
completed questionnaire with the appropriate 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.)
3 I Name of local government officer about whom the information is being disclosed.
'Fare of Officer
J Describe each employment or other business relationship with the local government officer. or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
nYes n 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?
Yes No
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director. or holds an
ownership interest of one percent or more
nCheck 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).
�- 11 MI
Sian lire of vendor doing business with the governmental entity
Form provided by Texas Ethics Commission www ethics state.tx.us Revised 11/302015
Page 45 of 72
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/LG.176.htrn. For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-a):"Business relationship°means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§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§176.006(a)and(a-11
(a) Avendor shall file a completed conflict of interest questionnaire it 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
(8) 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 ethicsstate tx.us Revised 111302015
Page 46 of 72
SECTION H
Page 39 of 72
PAYMENT BOND
STATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF JEFFERSON
THAT we _ , of the City of
, County of and State of
as Principal, and , as Surety,
authorized under the laws of the State of Texas to act as Surety on bonds for principals are held
and firmly bound unto the Pleasure Island Commission, Port Arthur, Texas, and to all
Subcontractors, workmen, laborers, mechanics and furnishers of material, and any other
claimant,as their interest may appear, all of whom shall have the right to sue upon their bond,in
the penal sum of
Dollars ($ ), lawful currency of the United States of America, for the
payment of which,well and truly to be made,we do hereby bind ourselves, our heirs, executors,
administrators and successors,jointly and severally and firmly by these presents:
The condition of this Bond is such that, whereas, the above bounden Principal as prime
contractor has on the day of , 2018, entered into a formal
contract with the City of Port Arthur for
which
is hereby referred to and made part hereof as if fully written herein.
NOW, THEREFORE, if the above bounden Principal shall protect all claimants
supplying labor and material as provided for in Section 1 of Chapter 93 of the Acts of the 56th
Regular Session of the Legislature of Texas (compiled as Article 5160 of Vernon's Texas Civil
Statutes, as amended) and shall pay and perform any and every obligation that of such principal
is required or provided for in such law, this bond being solely for the protection of all such
claimants and being for the use of each such claimant,then this obligation shall be null and void,
otherwise it shall remain in full force and effect.
It is stipulated and agreed that no change, extension of time, addition to or modification of
the Contract or work performed thereunder, shall in anywise affect the obligation of this bond,
and surety expressly waives notice of any such change, extension of time, addition or
modification.
Page 37 of 72
IN WITNESS WHEREOF, the said Principal has caused these presents to be executed,
and the said surety has caused these presents to be executed, each by its duly authorized agent
and officer, and its corporate seal to be affixed at -
on this the day of ,A.D.,20—
CONTRACTOR
ATTEST: BY:
TITLE:
SURETY
ATTEST: BY:
TITLE:
NOTE: Date of Bond must not be prior to date of Contract. If CONTRACTOR is Partnership, all
partners shall execute Bond. Surety companies executing bonds must appear on Treasury
Department's most current list (Circular 570 as amended) and be authorized to transact
business in Texas.
Page 38 of 72
SECTION
Page 41 of 72
A CERTIFICATE OF LIABILITY INSURANCE DATE (MMDDIYYYY)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder In lieu of such endorsement(s).
PRODUCER CONTACT
NAME.....-------- -
PHONE FAX(AIC.
_LAl�No
E-MAIL
_APGRES_S: _
INSURER(SIAFFORDINGCOVERAGE NAICK._
INSURER A: I
INSURED INSURER B: —
INSURER C:
INSURER 0:
INSURER E
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR __._. IADDL'iSUBR I POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INSR WYD POLICYNUMBER ,(MMIDD/YYYY) I IMMIDDIYYYY) i LIMITS
GENERAL LIABILITY I
EACH OCCURRENCE I S
-5ATAUETCYRENTED
COMMERCIAL GENERAL LIABILITY PREMISES{Ea occurrence) I S
CLAIMS-MADE I OCCUR i MED EXP(Any one person) I S
i PERSONAL 8 ADV INJURY S
I GENERAL AGGREGATE ;$
GEN'L AGGREGATE LIMIT APPLIES PER: I I I i I PRODUCTS-COMP/OP AGG $
PO-
POLICY 1—II JECT I LOC ( I S
AUTOMOBILE LIABILITY I
COMBINED SINC,LELIMIT
(Ea acc dent)
ANY AUTO BODILY INJURY(Per person) .$
ALL OWNED i SCHEDULE ( BODILY INJURY(Per accident)'S
Auras D AUTOS
HIRED AUTOS AO UTDS OWNED • �nci.o. Y org
U
I I S
UMBRELLA LIAB
OCCUR
I EACH OCCURRENCE s
EXCESS LIAB CLAIMS-MADE ,AGGREGATE
DED I RETENTIONS $
i WORKERS COMPENSATION - WC STATU- I j0TH-,
AND EMPLOYER S'LIABILITYYIN _ TORYLIMITS I ER
ANY PROPRIETOR,PARTNER/EXECUTIVEI E.L.EACH ACCIDENT I S
'OFFICERWEMBER EXCLUDED? NIA. ---
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE$
If yes.describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
DESCRIPTION OF OPERATIONS)LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required)
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD
Page 40 of 72
SECTION
Page 44 of 72
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: THAT
(Name of Contractor)
(Address of Contractor)
a , hereinafter called Principal, and
(Name of Surety)
(Address of Surety)
hereinafter called Surety,are held and firmly bound unto
(Name of Owner)
(Address of Owner)
hereinafter called OWNER,in the penal sum of
Dollars,S(
in lawful money of the United States, for the payment of which sum well and truly to be made,
we bind ourselves,successors,and assigns,jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a
certain Contract with the OWNER,dated the day of
2017,a copy of which is hereto attached and made a part hereof for the construction of:
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions, and agreements of said contract during the original
term thereof, and any extensions thereof which may be granted by the OWNER, with or without
notice to the Surety and during the one year guaranty period,and if he shall satisfy all claims and
demands incurred under such contract, and shall fully indemnify and save harmless the OWNER
from all costs and damages which it may suffer by reason of failure to do so,and shall reimburse
and repay the OWNER all outlay and expense which the OWNER may incur in making good any
default, then this obligation shall be void; otherwise to remain in full force and effect. Provided,
that this bond is executed pursuant to Article 5160 of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in accordance therewith.
Page 42 of 72
PROVIDED,FURTHER,that the said surety, for value received hereby stipulates and agrees that
no change,extension of time,alteration or addition to the terms of the contract or to WORK to be
performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect
its obligation on this BOND, and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the contract or to the WORK or the
SPECIFICATIONS.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder,whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of
which shall be deemed an original,this the day of ,20 —
ATTEST:
Principal
BY: (s)
(Principal) Secretary
[SEAL]
(Witness as to Principai) (Address)
Address
Surety
ATTEST:
BY:
Witness as to Surety Attorney-in-Fact
......---------
Address Address
NOTE: DATE OF BOND must not be prior to date of Contract. IF CONTRACTOR is Partnership, all
partners should execute BOND.
IMPORTANT: Surety companies executing BONDS must appear on the Treasury Departments most
current list (Circular 570 as amended) and be authorized to transact business in the state
where the PROJECT is located.
Page 43 of 72
SECTION K
Page 47 of 72
General Notes and Specifications
General Notes:
1. The contractor will establish the project control point,points of tangency,pi's(points of
intersections),point of curvature(pc,pi and pt)and bench mark at the beginning and end of the
project.
2. The contractor shall furnish all lines,grades and benchmarks,other than those specified above.
Notify the Engineer immediately if discrepancies are discovered in the horizontal control or the
benchmark data.
3. References to manufacturer's trade name or catalog numbers are for the purpose of identification
only. Similar materials from other manufacturers are permitted if they are of equal quality,
comply with the specifications for this project,and are approved,except for roadway
illumination,electrical,and traffic signal items.
4. The lengths of the posts for ground mounted signs are approximate.Verify the lengths before
ordering these materials to meet the existing field conditions and to conform to the minimum sign
mounting heights shown in the plans.
5. Unless otherwise shown on the plans or otherwise directed,commence work after sunrise and
ensure construction equipment is off the road by sunset.
6. Do not mix or store materials, or store or repair equipment,on top of concrete pavement or bridge
decks unless authorized by the Engineer.Permission will be granted to store materials on surfaces
if no damage or discoloration will result.
7. Assume ownership of debris and dispose of at an approved location offsite by contractor at no
additional pay.Do not dispose of debris on private property unless approved in writing by the
Engineer.
8. Contractor shall water construction area a minimum of 3 times per day or as directed by the
Engineer or Owner.
9. Control the dust caused by construction operations.For sweeping the finished concrete pavement,
use one of the following types of sweepers or equal:
Tricycle Type Truck Type-4 Wheel
Wayne Series 900 M-B Cruiser II
Elgin White Wing Wayne Model 945
Elgin Pelican Mobile TE-3
Mobile TE-4
Murphy 4042
10. Schedule construction operations such that preparing individual items of work follows in close
K-1
Addendum No.1, Page 24 of 59
January 7,2019
sequence to constructing storm drains in order to provide as little inconvenience as practical to
the businesses and residents along the project.
11. Contractor shall limit his work zone for pavement demolition and concrete placement as shown in
Traffic Control Plans by each phase.
12. Schedule work so that the base placement operations follow the subgrade work as closely as
practical to reduce the hazard to the traveling public and to prevent undue delay caused by wet
weather.
13. When design details are not shown on the traffic control plans,modifications to the proposed
traffic control plan to meet site conditions by either adding more detour,warning and traffic signs
as approved by the engineer shall not be paid for separately but shall be considered subsidiary to
the traffic control bid items. Temporary pavement markings will be paid for under its unit bid
item cost. Signs and arrows shall conform to the latest"Standard Highway Sign Designs for
Texas"manual.
14. City forces will maintain the existing section of streets and its appurtenances not a part of this
project except that those sections damaged by the contractor's forces shall be repaired by the
contractor at his entire expense.
15. The contractor shall be responsible for all maintenance of the travel way and appurtenances
within the barricades for the duration of the project.No direct payment will be made for
maintenance of the travel way and appurtenances within the barricades,but shall be subsidiary to
various bid items.
16. All authorized waste material shall become the property of the contractor and shall be disposed of
at a place off the right-of-way and approved by the engineer.
17. The contractor shall maintain adequate drainage throughout the limits of the project during all
construction phases.
18. The contractor shall allow city forces to enter this project to accomplish such work as shown in
the plans(by others)and as may be deemed necessary by the engineer.
19. All drainage structures shall be cleaned and outfall channels unobstructed at the time of
acceptance by the city.
20. Ingress and egress to adjacent property shall be maintained by the contractor at all times.
21. Unless otherwise provided,the owner shall make arrangements for such tests,inspections and
approvals with an independent testing laboratory or entity acceptable to the owner and the owner
shall bear all related costs of test inspections and approvals.The contractor shall give the engineer
timely notice of when and where tests and inspections are to be made so that the engineer may be
present for such procedures.All testing shall be in accordance with the test methods provided for
under the appropriate standard specifications for the various items.
22. Contractor shall notify City of Port Arthur Emergency Management prior to any road closures.
23. The approximate locations of the known underground utility installations are shown on the plans.
K-2
Addendum No.1, Page 25 of 59
January 7,2019
The contractor shall be responsible for confirming the exact location of these utility lines and of
any others which may exist. It shall be the contractor's responsibility to notify the utility involved
in case of conflict or damage and the contractor shall be held responsible for any damage that
occurs due to negligence. Where the contractor encounters abandoned lines that interfere with the
construction of this project,such lines shall be removed and disposed of by the contractor.There
will be no direct payment for this work and it shall be considered subsidiary to the various bid
items in the contract.
Before excavating near existing utilities,contact the utility companies or the utility coordinating
committee for exact locations to prevent damage or interference with present facilities.Notify the
utility coordinating committee and the Texas One Call System at the following numbers:
Texas Gas Service 409-963-7125
Entergy Mr. Ethan Becker
409-785-2237
AT&T Mrs. Keri Shay
(Port Arthur) 409-924-1669
Time Warner Communications Mr. Hercel Stracener
409-720-5501
City of Port Arthur
Director of Utility Operations Dr. Hani Tohme,PE
409-983-8226
City Engineer Mr.Alberto Elefano,PE
409-983-8189
Water Distribution Mr. Darrell Harmon
409-718-2442
Sewer Conveyances Mr.Jerome Hudson
409-543-3839
Drainage Superintendent Mr. Brad Brown
409-549-0738
Emergency Services 409-983-8600
Texas Department of Transportation Mr. Kenneth Wiemers,PE
409-924-6521
Jefferson County Drainage District No. 7 Mr. Phil Kelley
409-985-4369
Texas One Call System 1-800-245-4545
Dig-Tess 1-800-344-8377
This action does not relieve the Contractor of the responsibilities under the terms of the contract or the
plans and specifications. Damage caused by the Contractor's operations shall be repaired and restored
to service in a timely manner at no expense to the City.
K-3
Addendum No.1, Page 26 of 59
January 7,2019
24. Notify the Engineer at least 48 hours before constructing junction boxes at intersections of storm
drains and utilities.
25. Install or remove poles,street lights and luminaires located near overhead or underground
electrical lines using established industry and utility safety practices. Consult the appropriate
utility company before beginning such work.
26. If overhead or underground power lines need to be de-energized,contact the electrical service
provider to perform this work. Costs associated with de-energizing the power lines or other
protective measures required are at no expense to the City.
27. If working near power lines,comply with the appropriate sections of Texas State Law and
Federal Regulations relating to the type of work involved.
28. Perform electrical work in conformance with the National Electrical Code(NEC)and City
standard sheets.
29. All materials, labor and incidentals required for the contractor to provide for traffic across the
streets and for temporary ingress and egress to private property shall be furnished by the
contractor at no additional cost to the city and shall be considered as incidental to the various bid
items in this project.
30. The contractor shall furnish a certified tabulation of measurements,tare weights and allowable
legal gross weight calculations for all trucks,etc.,prior to their use on the project. Each truck
shall be identified by a permanent and plainly legible number located on the truck and on the bed
of the truck and/or trailer.
31. Any storm water permit and associated fees required for construction of this project shall be at the
contractor's expense.Also,any temporary erosion,sediment and water control measures required
shall be in accordance with the details shown in the plans and all work and materials required
shall be paid for under the item"Temporary Erosion, Sedimentation&Environmental Controls".
32. Storm water grading permit is required for this project and shall be filed by the contractor at the
contractor's expense.
33. Procure all the necessary city and/or state permits and licenses before the start of this project.
34. Prepare,maintain and submit for approval, a project schedule using CPM or similar project
planning method. Also,submit contractor's contact personnel's telephone or cell phone numbers
in case of emergencies during and after working hours.
35. Move existing signs, mailboxes, delineators and any other similar obstructions that interfere with
construction to temporary locations approved by the engineer. Move them back to their permanent
positions when the work progresses to the point where this is possible. Place the sign post back in
accordance with the applicable standard sheets. (Pozloc System). This will not be paid for directly
and will be considered subsidiary to various bid items.
36. The contractor shall maintain adequate drainage throughout the limits of the project during all
construction phases. The contractor will provide all necessary labor, equipment, temporary
conveyance materials and all other incidentals and cost associated with this task to prevent flooding
of roadway pavements,roadside ditches and properties on areas were construction work has started
K-4
Addendum No.1, Page 27 of 59
January 7,2019
and/or on areas within project limits that will affect public safety and property damage during a
storm event. Storm water will be conveyed and discharged into existing and new storm sewer
structures. This work will not be measured or paid for directly but will be subsidiary to pertinent
items. On areas within scope of work where water is ponding and or flooding during a rain event
and as directed by the engineer, the contractor shall provide drainage and maintain temporary
drainage structures and facilities which are necessary to facilitate drainage. All incidental labor,
equipment,temporary material and incidental cost will not be measured or paid for directly but will
be subsidiary to pertinent items.
37. The approximate location of the known underground utility installations is as shown on the plans.
Confirm the location of these utility lines and the exact location of any others which may exist.
Assume full responsibility of the notification to the utility involved in case of conflict or damage
and he/she shall be responsible for damage that occurs due to his/her negligence. Remove and
dispose of abandoned lines encountered that interfere with the construction of this project.
Consider this work to be subsidiary to the various bid items of the contract.
38. Care shall be taken when moving existing property irrigation or sprinkling water facilities and its
appurtenances that interfere with construction. Contractor shall temporarily relocate or
disassemble,disable,and plug these facilities at their temporary location. Contractor shall restore,
reconnect and activate property irrigation or sprinkling facilities its original condition or better
when work is completed. This work will not be measured or paid for directly but will be subsidiary
to pertinent items.
K-5
Addendum No.1, Page 28 of 59
January 7,2019
GOVERNING CONSTRUCTION SPECIFICATIONS
The governing construction specifications applicable to this work are the Texas Department of
Transportation(TXDOT)2014 Standard Specifications for Construction of Highways, Streets and Bridges
as adopted by the State of Texas.
These items which are listed below and which are contained in the TX DOT 2014 Standard Specifications
are hereby adopted and made part of the Contract Documents to the same extent as if they were herein
reproduced in full subject to such modifications, revisions or supplements as may appear in the section
entitled Special Provisions in these Contract Documents to follow:
Standard Specifications:
Item 100 Preparing ROW
Item 104 Removing Concrete
Item 110 Excavation(105)(132)(210)
Item 132 Embankment(110)(105)(210)
Item 164 Seeding for Erosion Control
Item 210 Rolling
Item 247 Flexible Base
Item 300 Asphalts,Oils,and Emulsions
Item 340 Dense-Graded Hot-Mix Asphalt(Method)(300)(301)(320)(520)(585)
Item 354 Planing and Texturing Pavement
Item 360 Concrete Pavement(421)(420)(438)(440)(529)
Item 400 Excavation and Backfill for Structures(132)(402)
Item 402 Trench Excavation Protection
Item 420 Concrete Substructures(360)(400)(402)(421)(440)
Item 464 Reinforced Concrete Pipe(400)(402)
Item 465 Manholes and Inlets(400)(402)(420)(421)(427)(440)(442)(471)
Item 466 Headwall and Wingwalls(400)(402)(440)(464)
Item 496 Removing Structures(400)(402)
Item 500 Mobilization
Item 502 Barricades, Signs,&Traffic Handle
Item 504 Project Material Testing
Item 506 Temporary Erosion, Sedimentation and Environmental Control
Item 530 Driveways and Turnouts(247)(276)(360)(421)(440)
Item 644 Small Roadside Sign Support and Assemblies(421)(440)(441)(442)(445)(636)(643)(656)
Item 656 Foundation for Traffic Control Devices(400)(416)(421)(440)(441)(442)(445)(447)(449)
Item 760 Ditch Cleaning and Reshaping(110)(132)(400)
K-6
Addendum No.1, Page 29 of 59
January 7,2019
ITEM 5: CONTROL OF WORK
Any earthwork cross-sections,computer printouts,data files and any other information provided is for
non-construction purposes only and it is the responsibility of the prospective bidder to validate the
data with the appropriate plans, specifications and estimates for the projects. Contact the City of Port
Arthur located at 444 4th Street(409)983-8600 for information on availability.
ITEM 7: LEGAL RELATIONS AND RESPONSIBILITIES
Furnish all materials, labor and incidentals required to provide for traffic across the highway and for
temporary ingress and egress to private property in accordance with article 7.7 of the standard
specifications at no additional cost to the City. This shall be incidental to the bid items on this project.
ITEM 8: PROSECUTION AND PROGRESS
Gather information and direct attention to the aspects of adjoining projects that may be in progress
during the construction of a portion of this project. Plan and prosecute the sequence of construction
and the traffic control plan with adjacent construction projects so as not to interfere with,or hinder the
completion of the work in progress on the adjoining projects. Coordinate projects to ensure an
uninterrupted flow of traffic.
It is agreed that six(6)calendar rain days per month have been added to the contract time listed below.
The total construction time for this project is 120 calendar days plus the calculated 24 rain days, to
equal a total contracted completion time of 144 calendar days. Contractor shall notify the Engineer or
Owner on the day the Contractor claims he cannot work due to rainy weather in accordance with
General Conditions. All unforeseeable causes of delay or inclement weather shall be counted, noted
and submitted to the Engineer on a monthly basis. The Contractor shall submit, in writing, to the
Engineer within ten calendar days after the allotted total calendar rain days have all been used. Any
request for time extension by the Contractor must meet the requirements established in the General
Conditions and submitted in writing to the Engineer for consideration.
Substantially complete the project in 144 calendar days.
The road-user cost liquidated damages is$500.00 per day.
K-7
Addendum No.1, Page 30 of 59
January 7,2019
BID ITEM NOTES
ITEM 100: PREPARING ROW
• Prepare the right of way and designated easements for construction operations by removing and
disposing of all obstructions in areas where Proposed ROW is shown. This item also includes
removing all obstructions, and pruning trees and shrubs for construction operations that are not
specifically shown on the plans on existing ROW.
ITEM 104: REMOVING CONCRETE
• All concrete(driveways and sidewalks)will be saw cut to full depth at connection points to existing
pavements. Saw cutting of all concrete areas shown in plans or as directed by the engineer will not
be measured or paid for directly but will be subsidiary to pertinent items.
• All materials removed for driveways including concrete and/or base will be included in the cost for
this pay item.
• All driveways shown in plans will be removed up to the right-of-way(ROW)line.
• Measurement and payment for this item will be by the square yard.
ITEM 105: REMOVING STABILIZED BASE AND ASPHALT PAVEMENT
• All asphalt and rock drives will be removed to full depth at connection points to existing pavements.
Asphalt and rock depths will vary and will be measured and paid for according to this item.
• All driveways shown in plans will be removed up to the right-of-way(ROW)line.
• Measurement and payment for this item will be by the square yard.
ITEM 110: EXCAVATION
• All excavated material not used on this project shall be the property of the contractor and disposed
of at a site approved by the engineer. There will be no direct payment for hauling of excess
excavated material but shall be considered subsidiary to this item.
• Excavation shall be a plans quantity measurement item as shown in the cross sections in its original
position. Additional compensation will be considered for extra excavation due to field changes
which effects the total quantity more than 5%.
• Excavation for the proposed concrete channel shall be measured and paid for in accordance to
summary quantities shown in plans and will be considered a plan quantity item. Additional
compensation will be considered for extra excavation due to field changes which effects the total
quantity more than 5%.
• The existing roadway consisting of base and asphalt(driveways, pavement, etc.)will be removed
to full depth at connection points to existing pavements. Existing depth of asphalt layer is 1",with
base depths ranging from 6" to 10". However, Contractor shall remove to the depths required for
the proposed section planned and in accordance to the cross sections shown in the plans.
K-8
Addendum No.1, Page 31 of 59
January 7,2019
• The milled materials shall be removed and hauled off.The removed materials shall be the property
of the contractor and disposed of at a site approved by the engineer.There will be no direct payment
for hauling of the removed material and shall be considered subsidiary to this item.
• Upon removal of asphalt and base materials, the subgrade/base shall be moisture conditioned and
compacted to at least 95% of the maximum density at the optimum moisture content. This work
shall be included in the cost for excavation for the roadway.
ITEM 132: EMBANKMENT
• Provide Type A embankment unless otherwise indicated in the plans.
• The work performed and materials furnished in accordance with this Item and measured as
provided under "Measurement" will be paid for at unit price bid for Embankment in its final
position.
• The roadway and edge embankment shall be a density controlled compaction method as accordance
with TxDOT Item 132 compaction methods. Channel embankment shall be ordinary compaction
method with TxDOT Item 132.
• Notify the Engineer of any failure areas of the existing subgrade/base materials prior to removal
and replacement. All failure areas requiring replacement shall be performed according to TxDOT
Item 132 and will be paid for under the supplemental bid item for Embankment. All work will be
considered subsidiary to that item.
• For areas to receive seed or sod, provide a finished grade with the top 4 in. capable of sustaining
vegetation(top soil).
ITEM 164: SEEDNG FOR EROSION CONTROL
• Contractor will use St. Augustine, as specified in Item 164 Seeding for Erosion Control" in
accordance with the seed mix and rates as outlined for Permanent Urban Clay in the Beaumont
District, over graded areas as shown on the plans. (all disturbed areas not paved within the right-
of-way)
• Distribute seed mixture uniformly from edge of roadway to ROW using hydro-mulch seeding
method and will be measured and paid for by the acre.
• The contractor shall maintain all seeded areas as shown on the plans by watering. There will be no
direct payment for this work but it will be considered subsidiary to Item 164,"Seeding for Erosion
Control".
ITEM 210: ROLLING
• Existing subgrade/base materials shall be proof rolled and compacted according to specifications
up to 95% standard proctor density. Notify the Engineer of any failure areas of the existing
subgrade/base materials prior to removal and replacement. All failure areas requiring replacement
shall be performed according to TxDOT Item 132 and will be paid for under the supplemental bid
item for Embankment. Estimated quantities for this item was based on 15% of the total
K-9
Addendum No.1, Page 32 of 59
January 7,2019
embankment quantity for the roadway and must be approved by the Engineer. All work will be
considered subsidiary to that item.
• The work performed, materials furnished, equipment, labor, tools, and incidentals will not be
measured or paid for directly but will be subsidiary to pertinent items.
ITEM 247: FLEXIBLE BASE
• Contractor shall use Flexible Base Type"A"GR 3 Limestone Base to a depth of 8",Density Control
and complete in place.
• Contractor shall install 10 mil polyethylene sheet as a bond breaker on top of the finish grade of
the flexible base.The work required for this will be considered subsidiary and included in the price
for TxDOT Item 247 Flexible Base.
• Flexible base materials shall be placed and compacted in a minimum of two lifts with a maximum
loose material thickness of 6 inches. Compaction test will be taken at each lift as required by the
Engineer.Base material shall be compacted to 95%of the maximum dry unit weight as obtained in
the laboratory by means of the ASTM D-1557 procedure as determined by test method TEX-1 14e
&TEX-1 15-e.
ITEM 340: DENSE GRADED HOT-MIX ASPHALT
• Type D PG64-22 at 2 inches will be used as an overlay surface for all tie-in transitions according
to details shown in plans.Measurement and payment shall be per the square yard quantity.
• The paving mixture shall consist of a uniform mixture of coarse aggregate,intermediate aggregate,
fine,and asphalt material.Fine aggregate shall consist of manufactured sands,screenings,and field
sands.
ITEM 360: CONCRETE PAVEMENT
• Class P concrete shall be used for all concrete roadway pavements.
• Deformed reinforcement bar size, spacing and placement shall conform to TxDOT (Houston
District) Standard Jointed Reinforced concrete Pavement Detail JRCP. Spacing adjustments may
be required at the edges on both sides of the proposed concrete pavement lane widths as shown in
the contract drawings.
• Wire mat reinforcements are not allowed for use on roadway construction for this project. Wire
mat reinforcement will be allowed for use on driveways and sidewalk construction.
• The contractor may use transit mix concrete in accordance with the item"ready-mix plants".
• Where the pavement curb is left off for a later tie,provide the dowels or the tie bars as indicated on
the paving detail sheets.The dowel bars and tie bars are subsidiary to the various bid items.
• Repair portions of the concrete pavement surfaces that are damaged while in a plastic state before
that area receives permanent pavement markings and opens to traffic. Perform repairs that are
structurally equivalent to and cosmetically uniform with the adjacent undamaged areas. Do not
K-10
Addendum No.1, Page 33 of 59
January 7,2019
repair by grouting onto the surface.
• Set-retarding admixtures will not be allowed.
• Hand-finishing of concrete pavement will be permitted as directed by the engineer.
• Sawing of all joints shall begin as soon as sawing can be accomplished without damage to the
pavement and completed before 12 hours has elapsed. Any random cracking of the pavement,
which in the opinion of the engineer, is due to incomplete sawing operation shall be removed and
replaced at the expense of the contractor.
• Class 5 self-leveling low modulus silicone sealant shall be used on this project.
• All longitudinal and transverse joints shall be sawed.
• Surface test Type"A"shall apply to this project.
• Concrete placement will not be permitted when impending weather conditions, in the opinion of
the engineer,may result in rainfall or low temperatures which will impair the quality of the finishing
work.
• The contractor shall have on the job site sufficient burlap or polyethylene fabric,as directed by the
engineer,to cover a section of concrete pavement 600 feet long and 16 feet wide.
• Siliceous gravel will not be permitted in the mix design.
• The dowel support assemblies used in concrete pavement shall be constructed using number 1/0
(0.306 inch diameter) wire in the main vertical members. Dowels shall be rigidly supported in
parallel positions and shall be welded on one end to support the frame. The weld attachment shall
be made alternately on opposite ends of successive dowels. The support assembly shall be subject
to the approval of the engineer.
• A minimum of 3/5th of each dowel bar shall be coated with hot-applied asphalt cement.The coating
shall be placed on opposite ends of successive dowels.
• Driveway grades are not to exceed 8%and shall not exceed 2%at sidewalk crossings. Maximum
driveway widths are 24 feet for residential and 40 feet for commercial,measured at ROW.
• Saw cutting of all joints(transverse expansion joints, longitudinal construction joints, longitudinal
sawed joints, transverse sawed joints and others) will not be paid for separately, but shall be
considered subsidiary to pertinent items.
• Newly placed roadway pavement surfaces with crack(s)of any cause or nature will not be approved
and accepted by the City. Crack(s) shall be repaired as shown on TxDOT Standard Full Depth
Repair for Concrete Pavement FDR(CP)—05 before the acceptance of the project for maintenance
by the Owner.This repair,including saw cutting of pavement full depth,reinforcing,tie and dowel
bars, concrete and all incidental materials, saw cutting and sealing of joints, labor and equipment
needed to complete the work shall be at the contractor's expense.
ITEM 400: EXCAVATION AND BACKFILL FOR STRUCTURES
K-11
Addendum No.1, Page 34 of 59
January 7,2019
• Structural excavation and cement stabilized sand backfill for pipes will not be paid for under this
item and will be considered subsidiary to the pertinent item.
• Cement stabilized sand backfill used under concrete liner will be included in that item and will not
be paid for separately.
• Cement stabilized sand backfill shall be,compacted in lifts not to exceed 12" and to a density of
95%unless otherwise directed by the engineer.
• Cement stabilized sand backfill shall consist of sand and cement only.
• Cement stabilized sand backfill material shall consist of 1-1/2 sacks of cement per cubic yard.The
work performed and materials furnished in accordance with this Item will be considered subsidiary
to the pertinent item.
• Cement stabilized sand backfill shall be mixed in a stationary plant of the pugmill type.
ITEM 402: TRENCH EXCAVATION PROTECTION
• This item will be considered subsidiary to the pertinent items for structures and pipes.
ITEM 420: CONCRETE SUBSTRUCTURES
• Class A structural concrete shall be used for the proposed 5-inch concrete ditch liner.
• Reinforcement shall be as specified in plans and shall meet TxDOT Specifications for Item 440
"Reinforcement for Concrete" and will be considered subsidiary to this item and will not be paid
for separately.
• Cement stabilized sand backfill shall be used below concrete liner and will not be paid for
separately but considered subsidiary to this item.
• The contractor may use transit mix concrete in accordance with the item"ready-mix plants".
• Sawing of all joints shall begin as soon as sawing can be accomplished without damage to the
pavement and completed before 12 hours has elapsed. Any random cracking of the pavement,
which in the opinion of the engineer, is due to incomplete sawing operation shall be removed and
replaced at the expense of the contractor.
• Class 5 self-leveling low modulus silicone sealant shall be used on this project.
• All longitudinal and transverse joints shall be sawed.
• Concrete placement will not be permitted when impending weather conditions, in the opinion of
the engineer,may result in rainfall or low temperatures which will impair the quality of the finishing
work.
• Saw cutting of all joints(transverse expansion joints, longitudinal construction joints, longitudinal
sawed joints, transverse sawed joints and others) will not be paid for separately, but shall be
K-12
Addendum No.1, Page 35 of 59
January 7,2019
considered subsidiary to pertinent items.
ITEM 464: REINFORCED CONCRETE PIPE
• Reinforced concrete pipe shall meet the requirements of D-load 1350 if used on this project.
• Cutting holes in existing manholes or inlets,and/or connecting to existing storm sewers or culverts,
will not be paid for directly but shall be considered subsidiary to the various bid items of the
contract.
• Cold applied preformed plastic gaskets, rubber gaskets or cold applied plastic asphalt sewer joint
compound shall be used for all concrete boxes and reinforced concrete pipe installed on this project.
Where existing culverts are required to be extended,the first joint will be sealed in accordance with
item 464.3(4).
• Excavation and cement stabilized backfill for pipes shall be considered subsidiary to this item.
• The contractor may bid high density polyethylene (HDPE) as an alternate to reinforced concrete
pipe at his option.However,reinforced concrete pipe is the primary design choice and must be bid.
• Backfill requirements shall be in accordance with the excavation and backfill diagrams shown in
the plans and with applicable specifications.
• All pipes shall be backfilled at the end of each work day and secured in place to eliminate any
displacement when rainfall occurs.
• Soil-tight joints are required for this project.
• Open, install, and backfill each section, or a portion of a section, in the same day at locations
requiring pipe culverts under existing roadways.
• When necessary,place the pipe drains across existing roadways half at a time to allow passage of
traffic.No trenches may remain open overnight.
• Provide leave-outs or holes in the proposed storm drain structures and pipes for drainage during
interim construction.This work is subsidiary to the various bid items.
• The flow line elevations of side road structures are based on the proposed ditches.Field verify these
elevations and adjust them as necessary to meet the field conditions. Before placing these
structures,prepare and submit for approval,the data(revised elevation,alignment, length,etc.)for
the adjusted structures.
ITEM 465: MANHOLES AND INLETS
• Inlet"ring and cover" the dimensions and descriptions are shown on the plans. Dimensions may
vary to the extent determined by the engineer.
• Excavation will be not be paid for directly but shall be considered subsidiary to this bid item.
• Cement stabilized backfill shall be required around all inlets. The stabilized backfill shall not be
K-13
Addendum No.1, Page 36 of 59
January 7,2019
paid for directly but shall be considered subsidiary to the various bid items.
• Do not leave excavations or trenches open overnight.
ITEM 466: HEADWALL AND WINGWALLS
• Class A structural concrete shall be used for the proposed concrete headwall and shall be
constructed per details in plans.
• Reinforcement shall be as specified in plans and shall meet TxDOT Specifications for Item 440
"Reinforcement for Concrete" and will be considered subsidiary to this item and will not be paid
for separately.
• Cement stabilized sand backfill and excavation for concrete headwall shall be included in this item
and will not be paid for separately.
• The contractor may use transit mix concrete in accordance with the item"ready-mix plants".
• Concrete placement will not be permitted when impending weather conditions, in the opinion of
the engineer,may result in rainfall or low temperatures which will impair the quality of the finishing
work.
ITEM 496: REMOVING STRUCTURES
• Excavation and backfill necessary for removal of structures will be considered subsidiary to this
pay item.Backfill will be handled according to the specification using existing excavated materials
or other select material which has been approved by the Engineer.
ITEM 500: MOBILIZATION
• Mobilization shall not exceed ten(10)percent of the total construction items amount.
ITEM 502: BARRICADES,SIGNS,AND TRAFFIC HANDLING
• Submit changes to the traffic control plan to the Engineer. Provide a layout showing the
construction phasing, signs, striping, and signalizations for changes to the original traffic control
plan.
• Furnish and maintain the barricades and warning signs, including the necessary temporary and
portable traffic control devices,during the various phases of construction.Place and construct these
barricades and warning signs in accordance with the latest "Texas Manual on Uniform Traffic
Control Devices for Streets and Highways"for typical construction layouts.
• Furnish additional barricades and signs to maintain traffic and motorists' safety when directed by
the Engineer. Consider payment for these additional signs and barricades subsidiary to Item 502.
• Cover work zone signs when work related to the signs is not in progress,or when any hazard related
to the signs no longer exists.
• The contractor shall provide access to intersecting streets and to properties and businesses adjacent
K-14
Addendum No.1, Page 37 of 59
January 7,2019
to the ROW and maintain at all times unless otherwise directed and approved by the engineer.The
contractor will contact the business or property owner at least five days in advance of the driveway
closure. If the property has more than one driveway, only one access shall be closed at a time. If
closure of a single access to any business is required, this activity shall be performed during off-
peak hours or as directed and approved by the engineer.
• The contractor may close a maximum of one intersection at a time and close no more than three
residential driveways at any time.
• The contractor may, with the approval of and as directed by the engineer, be required to vary the
number and location of signs and barricades from that indicated on the plans.
• Contractor shall not have exclusive use of the ROW, but shall cooperate in the use of the ROW
with the City of Port Arthur in the event of unforeseen utility adjustments. The contractor shall
prosecute work in such a manner and sequence as to allow the adjustment to be made.
• All construction traffic shall be regulated so as to cause a minimum inconvenience to the traveling
public at all times.At times when it is necessary for trucks to stop,unload or cross roadway under
traffic, warning signs and certified flaggers shall be provided as necessary to adequately protect
public travel.
• Signs, barricades, etc. listen heron are considered to be the minimum required for traffic handling
in this project.
• Keep the delineation devices, signs, and pavement markings clean. This work is subsidiary to the
Item,"Barricades, Signs,and Traffic Handling".
• If a section is not complete before the end of the workday,pull back the base material to the existing
pavement edge on a 6H: 1V slope.Edge drop-offs during the hours of darkness are not permitted.
• Do not mount signs on drums or barricades, except those listed in the latest Barricades and
Construction standard sheets.
• Use traffic cones for daytime work only. Replace the cones with plastic drums during nighttime
hours.
• Place positive barriers to protect drop-off conditions greater than 2 ft. within the clear zone that
remain overnight. The traffic control plan (TCP) shall conform to the BC (1)-(12) standards and
part VI of the Current Texas Manual Of Uniform Traffic Control Devices.
• Remove all traffic control devices from the roadway,off of the right of way, when they are not in
use. Devices scheduled to be used within 3 days may be placed along the shoulder of the roadway
or right of way when not in use, or stored in other approved areas on the project. Cover any
construction signs that are not in effect that are installed in a fashion that will not allow them to be
removed from the right of way easily.
• Use vertical panels instead of cones as traffic control devices.
• Construct all work zone signs,sign supports, and barricades from material other than wood unless
approved by the engineer.
K-15
Addendum No.1, Page 38 of 59
January 7,2019
• Galvanize steel supports if used. Aluminum posts, if used, shall meet the following minimum
thickness requirements:
• Square Feet Minimum Thickness
• Less Than 7.5 0.080 Inches
• 7.5 To 1.5 0.100 Inches
• Greater Than 1.5 0.125 Inches
• Plan the sequence of work so as to minimize inconvenience to the traveling public. Any changes
to the traffic control plan shown in the plans must be approved in writing by the Engineer. Submit
the revised plan for approval to the Engineer.
• The approval by the engineer of the method and procedure the contractor plans to use to handle or
detour traffic will not relieve the contractor of his responsibility for the protection of the traveling
public.
• Install temporary fence around the open pit by the end of each working day to safeguard pedestrian
using the sidewalk.No payment shall be made for this work directly,but will be consider subsidiary
to this item.
• Temporary traffic signalization as shown in the plans and Additional temporary traffic signalization
not shown in the plans that is required to meet actual site conditions as directed by the engineer
will not be measured or paid for separately,but will be considered subsidiary to this pay item.
• The Contractor shall submit to the City prior to start of any construction work,a hauling truck and
construction vehicles route plan. This route plan shall show streets to be taken for trucks and
vehicles either empty or hauling materials going in or out the construction areas scope of work.
The Streets that are to be used as truck and vehicle routes shall be truck loads roadway bearing
pavements. Upon approval of the Engineer, this truck routing plan will be strictly implemented.
Any changes that is required as construction phases progresses will be reviewed and approved by
the Engineer. This work will not be measured or paid for separately, but will be considered
subsidiary to this pay item. Construction Exits will be considered subsidiary to this item if needed
• The Contractor shall prepare the traffic Detour Plan that is not shown in this project at no additional
cost. Any addition barricades, warning and detour signs, including the necessary temporary and
portable traffic control devices to detour and control traffic during the construction will not be
measured or paid for separately, but will be considered subsidiary to this pay item.
ITEM 504: PROJECT MATERIAL TESTING
• All project testing on this project will be specified in each item and paid for by the City of Port
Arthur separately.
ITEM 506: TEMPORARY EROSION,SEDIMENTATION AND ENVIRONMENTAL CONTROL
• A Storm Water Pollution Prevention Plan(SWP3)is required. Since the disturbed area is more than
K-16
Addendum No.1, Page 39 of 59
January 7,2019
1 acre, a "Notice of Intent" (NOI) is also required. The NOI will be completed and filed by the
Contractor according to the corresponding bid items.
• Use appropriate measures to prevent,minimize, and control the spill of hazardous materials in the
construction staging area. Remove and dispose of materials in compliance with State and Federal
laws.
• Before starting construction, review with the Engineer the SW3P used for temporary erosion
control as outlined on the plans. Before construction, place the temporary erosion and
sedimentation control management practices as shown on the SWP3.
• Before starting grading operations and during the project duration, place the temporary or
permanent erosion control measures to prevent sediment from leaving the right of way.
• Implement temporary and permanent erosion control measures to comply with the Texas Pollution
Discharge Elimination System(TPDES)general permit.
• Schedule the sodding work as soon as possible after completing earthwork operations, restore and
sod the disturbed areas in accordance with the City's specifications for permanent or temporary
erosion control.
ITEM 644: SMALL ROADSIDE SIGN SUPPORTS AND ASSEMBLIES
• Sign locations shown on the plans are approximate. Before placing them, obtain approval of the
Engineer and then stake the exact locations for these signs. For this project,existing signs shall be
removed,stored,and replaced. Any signs or posts damaged during the removal or storage process
shall be replaced with identical products at the Contractor's expense. ALL expenses, equipment,
materials, and appurtenances required to remove and replace the existing small road signs will be
paid for under this item.
• Use the Texas Universal Triangular Slip Base with the concrete foundation for small ground
mounted signs,unless otherwise shown in the plans.
• When design details are not shown on the plans,provide signs and arrows conforming to the latest
"Standard Highway Sign Designs for Texas"manual.
ITEM 760: DITCH CLEANING AND RESHAPING
• This item will be used to clean and regrade the existing ditches to the grades as shown in plans to
provide adequate drainage for the existing and/or proposed roadway. Any excavation and backfill
will be considered subsidiary and included in the price per linear foot. Quantities and limits of
proposed ditch section shall be installed to the grades shown in the plans and in accordance with
the included cross sections.
• Fill material shall be in accordance with Embankment Item but will be included in the cost per
linear foot in this item to the depths shown in the plans to provide proper drainage.
END OF SECTION
K-17
Addendum No.1, Page 40 of 59
January 7,2019
SECTION L
Page 65 of 72
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 sub ission of this bid proposal.
Signature:
Printed Name: Erre C l Yi•.4)
Title: II �
Cs (IA.
Company: `klcl-oft'rre.)4 �1b�'rti4d-tt�✓� LLt
Date: / . r1
SUBSCRIBED and sworn to before me the undersigned authority b nt''c" the q of,
aO\ok on behalf of said bidder.
n
Nota .S0
Pu lic in and for the
'µ.p"'N ELIZABETH LEMOINE State o exas
�ans Notary Public, Stole of lexos
,r My Commission Expires My commission expires: 9 "34 306
September 24. 2019
Page 66 of 72
SECTION M
Page 67 of 72
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further
agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to
pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they
become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to
enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as
they become due.
)(cAJ'l'LLc).V. C'Ovrr.+ r -'k I-c1 -jG1
Firm Name Date
Authori ed Signature Title
r
iti t_ 6 , I("lc; c 4--- L/c cr —? 2 2 4 5 Cr
Name (please print) Telephone
L-rr t__,-(7:; (c t/ e'_i IA .c Q . .--s ,...4., 1 L t Co ,
Email
STATE: 10-$05
COUNTY: JeCP-r5on
SUBSCRIBED AND SWORN to before me by the above named Eric G t 1ch r iesk
on this the 9 day of Jan uc'`y , 20 iG .
,��I�NIIII
%WO 1 R.LI l�K--[�r;.w: ''' ELIZABETH LEMOINE Nublic
A':;5'
i.�,k= Notary Public.Stole of Texas
V...-,i,;6;:::;: ,-� ` ;c My Commission Expires
September 24. 20)9
RETU• I • ` • ' • ' I F THE BID PROPOSAL
Page 68 of 72
SECTION N
Page 69 of 72
SB 252
CHAPTER 2252 CERTIFICATION
c_t i , the undersigned and representative
of "XC� �'!`^' ` ,' CO 61 S ✓cic.9'1 Ok7
(Company or Business 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 2252.153, 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 806.051, Section 807.051 or Section 2253.153. I 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.
4:ct L (s;f I(_14ei
Name of Company Representative (Print)
i attire of Company Representative
Date
•
Page 70 of 72
SECTION 0
Page 71 of 72
House Bill 89 Verification
I, lite V J��� E (Person name), the undersigned
representative (hereafter referred to as "Representative") of
G(CJ JA410' Ceetc,.keu,ji c,✓ti LL c_
(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.
SIG ATURE OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this
C) day of r- UC. l , 20 19 .
eae-aGSQ `bGp .Lk c,"
Notary Public
;....., ELIZABETH IEMOINE
NOtary Public, State of lexos
::.,r\j,,g My Commission Expires
••;'E'r,"; September 24. 2019
Page 72 of 72
SECTION P
ROADWAY REPAIR BOND
STATE OF TEXAS
COUNTY OF JEFFERSON
KNOW BY ALL MEN BY THESE PRESENTS: That of the City of
, County of State of , as principal,
and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto the City of Port Arthur, Texas, a municipal corporation (owner) in the penal sum
of $100,000 Dollars for the payment whereof the said principal and surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by these presents;
Whereas, the principal has entered into a certain written contract with City of Port Arthur, dated the
day of , for 15th Street Improvements from Vera Drive to Main Avenue, which contract is
hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein.
Whereas, under the plans, specifications and contract, it is provided that the contractor will maintain and
keep in good repair the existing public streets, roadways or utilities used by the contractor during the
construction period. Herein contracted to do all necessary repairing and/or reconstructing in whole or in
part of said streets and roadways that should be occasioned by settlement of foundation, damage to
roadway surface, or damage to existing utilities in the roadway right of way. Be it understood that the
purpose of this section is to cover all damage to existing streets, roadways and utilities accessed and
utilized by said contractor during construction. The said contractor and surety shall be subject to the
liquidation damages mentioned in said contract for each day's failure on it's part to comply with the
terms of said provisions of said contract;
NOW, THEREFORE, if the said contractor shall keep and perform it's said agreement to maintain and
repair said existing public streets, roadways and utilities, then these presents shall be null and void and
have no further effect. If default shall be made by the said contractor in the performance of it's contract
to so maintain and repair said existing public streets, roadways and utilities, then these presents shall
have full force and effect and said Owner shall have and recover damages from the said contract and
it's principal and surety. It is further agreed that this obligation shall be continuing one against the
principal and surety herein, and that successive recoveries may be hereon for successive breaches
P-1
Addendum No.1, Page 41 of 59
January 7,2019
until the full amount shall have been exhausted.
PROVIDED, the aggregate liability of surety hereunder is limited to the penal sum of this bond.
IT WITNESS WHEREOF, the said principal and surety have signed and sealed this instrument this
day of , 2019.
Principal Surety
By: By:
Title Title
Address Address
The name and address of the resident agent of surety is:
NOTE: Date of Roadway Repair Bond must not be prior to date of contract.
P-2
Addendum No.1, Page 42 of 59
January 7,2019
,•' bind & Associates, Inc. clba
T & N Laboratories & Engineering
"Common Sense Engineering"
. 198:
_. GEOTECHNICAL REPORT
WITH
•
SUBSURFACE INVESTIGATION & ENGINEERING STUDY
FOR
SUBGRADE & PAVING DESIGN RECOMMENDATIONS
AT
15th STREET RECONSTRUCTION
IN
PORT ARTHUR,TEXAS
Project No.: 18063
Job No.: 80947
Submitted to:
ARCENEAUX, WILSON & COLE
c/o Mr. Derek Graffaguiuo
Port Arthur, Texas
tiS `:Y
���" �,�•�ryj; ....
5020 Jerry Ware Dr.(SET REGIONAL AIRPORT)BEAUMONT,TX 77705
PHONE:(409)727-6291 FAX:(409)722-6961
Addendum No.1, Page 43 of 59
January 7,2019
SECTION Q
TABLE OF CONTENTS
(Report #18063 —80947)
SECTION PAGE
INTRODUCTION/SYNOPSIS 1
PROJECT DEVELOPMENT 1
SCOPE OF STUDY 2
SITE EXPLORATION 2
SOIL SAMPLING 2
GROUNDWATER CONDITIONS 3
LABORATORY TESTING PROGRAM 3
SUBSURFACE CONDITIONS 4
ANALYSIS & DISCUSSION 4
SITE PREPARATION 4
PAVEMENT SUBGRADE 5
FLEXIBLE PAVEMENT DESIGN 5
STRUCTURAL AND SELECT FILL MATERIAL 5
DRAINAGE 6
QUALITY CONTROL 6
LIMITATIONS 7
ILLUSTRATIONS
BORING LOCATION PLAN
BORING LOGS #B-1 AND B-2
KEY TO SOILS CLASSIFICATION & SYMBOLS
GENERAL NOTES
Addendum No.1, Page 44 of 59
January 7,2019
7737171772=47Lind & Associates, Inc. dba
T & N Laboratories & Engineering—I
1983 5020 Jerry Ware Dr.,(SET REGIONAL AIRPORT)BEAUMONT,TX 77705
PHONE:(409)727-6291 FAX:722-6961
CLIENT: PROJECT/LOCATION:
Arceneaux, Wilson&Cole Geotechnical Investigation and Engineering
do Mr. Derek Graffagnino Study for Subgrade and Paving Design
2901 Turtle Creek Drive, Suite# 320 Recommendations for"151h Street
Port Arthur,Texas 77642 Reconstruction in Port Arthur,Texas".
Report Date: May 29,2018 Project No.: 18063
Job No.: 80947
}}l]Ill]l))]Jl}})]]}l]}]}ll]}}}}]]l)}}]}l]]]}l}]]]]]}]}l}]IJJJ}})}}]l]]Jll]D}J]J}l}}}l}}))J)})]lllJ]]]l]]]]l]ll}]
INTRODUCTION/SYNOPSIS:
Presented herein are the results of our geotechnical study with subgrade and paving design
recommendations for the above-referenced project. Our subsurface study was authorized by
Mr. Derek Graffagnino. The subsurface investigation was performed on May 21,2018 in general
accordance with standard procedures for drilling, sampling and laboratory testing of subsurface soils
for roadway development.
Engineer of Record for this report is Jack C. Lind,P.E. -Texas Registration No. 79555.
PROJECT DEVELOPMENT:
This project will involve reconstruction of"1511' Street in Port Arthur, Texas". Engineering design
recommendations will be discussed in this report.
-1- Addendum No.1, Page 45 of 59
January 7,2019
SCOPE OF STUDY:
The objective of our study was to explore surface materials and subsurface soils conditions in the
proposed reconstruction areas and formulate geotechnical design criteria for subgrade and paving
designs. Our subsurface study included the following:
1) Drill test borings in two (2) selected locations; explore groundwater& geological
conditions and collect soil samples for laboratory testing.
2) Perform a laboratory testing program on selected soil samples to
• evaluate physical and engineering properties on the subsurface soils.
3) Prepare and promulgate engineering analysis to provide geotechnical
design and construction recommendations associated with:
a) subgrade preparation for pavement,
b) paving design criteria for flexible pavement
SITE EXPLORATION:
T&N was authorized to drill two (2)'soil borings to depths of four ft. (4') below existing ground
surface at locations selected by the client. Our exploration was accomplished with a buggy-mounted
rotary drilling rig. Locations of the borings are stated on the"Boring Logs" included within the
"ILLUSTRATIONS" section of this report.
SOIL SAMPLING:
Soil samples were secured continuously from ground surface to the four ft. (4')depth. Cohesive
samples were obtained by hydraulically pushing a Shelby tube sampler a distance of about two ft.
(2'). Our field sampling procedure was conducted in general accordance with provisions outlined in
"Standard Practice for Thin-Walled Tube Sampling of Soils— (ASTM D1587)".
-2-
Addendum No.1, Page 46 of 59
January 7,2019
Soil samples were collected in the field and visually classified by our geotechnician. The geo-
technician measured penetration resistance of recovered soil samples using a pocket penetrometer.
Measured penetration resistance is shown on the "Boring Logs" and was used to estimate soil
consistency. Representative portions, of each recovered soil sample, were sealed and placed into
containers;then transported to our laboratory for testing and engineering study.
GROUNDWATER CONDITIONS:
Borings were drilled "dry"utilizing flight augers and soil samplers. Groundwater was not
encountered in the borings during drilling operations. Groundwater is likely to fluctuate in upper
strata during seasonal climatic changes. \Vater levels measured in open boreholes may not accurately
reflect true groundwater conditions and should be considered only as approximate indications for this
report.
LABORATORY TESTING PROGRAM:
Our Laboratory testing program was performed primarily for soil classification and evaluation. The
following tests procedures were utilized in laboratory:
Testing Performed Test Procedure
Atterberg Limits (LL&PI) ASTM—D4318
Natural \Vater Content (%) ASTM - D2216
Unconfined Compression Test(UCS) ASTM—D2166
Percent(%) Passing#200 Sieve ASTM—D1140
Shelby Tube Samplers ASTM- D1587
Soils Classification ASTM—D2487
Results of these tests are shown on the `Boring Logs".
-3-
Addendum No.1, Page 47 of 59
January 7,2019
SUBSURFACE CONDITIONS:
The particular subsurface stratigraphy,as determined from our field and laboratory programs, is
shown in detail on the "Boring Logs". A review of these logs indicates that surface course materials
consisted of seven to eleven in. (7"— 11") of asphalt underlain with a limestone base. Below the
surface course, the soils along this portion of roadway are typically"high plastic clay"to four ft. (4')
depth. The soils exhibit a relatively uniform moisture content, with moisture contents ranging from
24%to 27%with an average shear strength of about 1275 psf..
ANALYSIS AND DISCUSSION:
The following analysis is based on data obtained from our field and laboratory test programs,project
information provided to us and our experience with similar subsurface and site conditions. The
paving designs considered in this report include; (1) milling surface asphalt, and underlying
limestone base to a depth of seven to eleven in. (7"- 11")and compacting. After initial subgrade
preparation, the proposed surface course can be placed, or(2)milling surface course as described
above,removing and stockpiling milled material, stabilizing subgrade with lime, then replacing
milled material and compacting. In lieu of using the milled material in Option 2,new limestone base
could be placed and compacted, and the existing surface course can be removed and discarded.
Design recommendations are based on typical CBR Values,related to normal vehicle traffic. Some
areas of the roadway will only receive an asphalt overlay.
SITE PREPARATION:
The surface asphalt and shell base may be milled to about a seven to eleven in. (7"- 11") depth. For
Option 1,once this material has been thoroughly milled and mixed, it should be moisture conditioned
and compacted to at least 95%of the maximum density(ASTM D698)at the optimum moisture
content,plus or minus 3%. If Option 2 is selected,either the existing surface course can be milled
and stockpiled for later use,or it can be removed and discarded,and new limestone base can be used.
With either material,the subgrade should be stabilized with approximately 6% lime by weight to a
depth of six to eight in. (6"- 8"). After stabilization, the material should be moisture conditioned and
compacted to at least 95%of maximum density at the optimum moisture content,plus 3%of minus
2%.
-4-
Addendum No.1, Page 48 of 59
January 7,2019
•
PAVEMENT SUBGRADE:
Our laboratory data indicate the upper soils classify as"Active Clay(CH)" by the Unified Soil
Classification System. This soil would have a subgrade modulus, k, on the order of 110 to 150 pci
and CBR Value on the order of 2 to 6.
Based on correlations of subgrade type and supporting capacity, the required pavement thickness as a
function of wheel loading for flexible paving,using conventional structural fill or base course
material, is discussed in the following sections in this report. These pavement sections will be
suitable for frequent applications of design wheel loading and infrequent loads of greater magnitude.
Adequate subgrade drainage is necessary to pavement performance in accordance with design
criteria.
FLEXIBLE PAVEMENT DESIGN:
If needed,overlay the prepared and compacted milled surface with suitable flexible base TXDOT
Item 247 Type-A,Grade 1, or equal; then place two inches(2") of Type"D" HMAC pavement
surface. Reference: TXDOT Item 340. The HMAC mix designs for job mix formulas should be
prepared and submitted by qualified testing laboratory experienced in TXDOT 340 Design Methods.
•
STRUCTURAL& SELECT FILL MATERIALS:
If needed, select fill should be homogeneous soil, free of organic matter and rocks larger than two
inches(2") in diameter. Select fill should have an "Atterberg Plasticity Index"between eight and
twenty(8—20), with a `Liquid Limit"of forty(40) or less. Delivered fill materials should have a
moisture content no greater than six percent(6%)above optimum.
-5-
Addendum No.1, Page 49 of 59
January 7,2019
DRAINAGE:
The importance of drainage to the proper operation and function of any pavement cannot be
overemphasized. The pavement and subgrade surface should be raised above adjacent grade, if
practical and properly sloped into drainage inlets or lateral ditches. Water should not be allowed to
stand on/or adjacent to the pavement whereby the subgrade may become saturated. If the pavement
sublayers do become saturated, the bearing capacity will be greatly reduced and the useful life of the
pavement will be decreased. Periodic inspections and repair of cracks in pavement sections should
be performed as a part of future facility maintenance. All grades must be adjusted to provide positive
drainage away from the structure. Where paving or flatwork abuts the structure,care should be taken
to insure joint is properly sealed.
QUALITY CONTROL:
Construction inspection with field quality control tests should be planned and performed to verify
materials and placement in accordance with the project requirements. In-place density tests, HMAC
production and concrete strength quality should be maintained during construction. T&N
Laboratories & Engineering will be pleased to provide these services and will assist with the
inspection,planning and scheduling for Quality Control Testing, etc. with documented reports for
permanent records. T&N Laboratories & Engineering maintains "state-of-the-art"lab and field
test equipment for these types of services.
-6-
Addendum No.1, Page 50 of 59
January 7,2019
LIMITATIONS:
The report writer warrants that findings, conclusions, specifications or professional advice
contained herein have been promulgated after being prepared in accordance with generally
accepted practice in the field of foundation engineering and material test evaluation. No other
warranties are implied or expressed. A review and evaluation of its contents by the undersigned
acknowledges this report as an engineering document in general accordance with stated limitations.
We appreciate this opportunity to provide our engineering services for this project. Please let
us know should you require additional data or information. Thanks for Your Support!
Respectfully submitted by,
LIND & ASSOCIATES,INC. dba
T&N LABORATORIES & ENGINEERING
y�h� C1f'pO�`S�Q
47`V CCp� E
t X40
Jack C. hid,P.E.
JACK C. LIND
Vice-President/Engineering ;}, • ; g
.. 79555 s
<<r ti O r �.,
`:r`��;:�£cl(Sf9E�s ��' s 5/2 /1(6
��eat�w_o'O'
Copies: 1 —Derek Graffagnino(Via Email)
1 —Keeston Cole(Via Email)
1 - T&N File#18063
JC/djb
-7- Addendum No.1, Page 51 of 59
January 7,2019
Addendum No.1, Page 52 of 59
January 7,2019
GEOTECHNICAL BORE LOCATIONS
Bore 4Northing East-1'1g1 13920481.1516 3583874.5353
2 13920609.5268 3583966.1432
7 c*- `
16[11 S RF,TT
•
1`)IHSTRFLI -. `
IRI �T
-. -. ,___..:... 1,4-r::±1.7-,;::.-
tom,. _ d�_
t
}
1
yEngineering Sura/'np PAGE
u F-16594 i9i440•i9 15TH STREET IMPROVEMENTS
i GEOTECHNICAL BORE LOCATIONS 1
E
,�
_•
,------4/4 0±,7-aip
CITY OF PORT ARTHUR OF
s 7 t
Y.=:.. r JEFFERSON COUNTY,TEXAS
V.`'' -.--- ARCENEAUX WILSON&COLE
e Ir.6r..w.rw lur.Yf flu:ponara
DATE: MAY 2018 SCALE: NTS DRA5A9J: DBT
2407 Turt,e Creek Drive,Suite 520 4 9.724.78eG Port Altura,TX 77652 I uceap.<an PROJ.No.: CPA-960 DESIGN: ECM CHECKED: Y.XC
Addendum No.1, Page 53 of 59
January 7,2019
T&N LA BORATORI ES& ENG INEERING
LOG OF BORING NO. B-1
FILE NO.: 18063-80947 - A reeneau x,Wilson 8:Cole
PROJECT: Geotechnical Investigation for 15th Street in Port Arthur,Texas
DATE: 05/21118 TYPE: 3" CORE LOCATION: See Boring Location Plan
FIELD DATA LABORATORY TEST RESULTS
Depth. Sample SPT/ MIC U.W. -200 Liquid PlasticP.P. U.C.
Ft. Svmb. Pcf. Sieve% Limit Index Tsf. Tsf. STRATUM DESCRIPTION
-0-
1"Ashpalt&10"Limestone Base
-1- Very Stiff Dark Brown&Dark Gray Clay(CH)
-2- ST - 27 95 74 47 2.25 1.31
-Gray&Bronn 2'•611 4'
-3-
-4- ST - 24 90 64 39 2.00
-
-5-
-6-
-7-
-8-
-9-
-10-
•
LOG OF BORING NO. B-2 •
FIELD DATA LABORATORY TEST RESULTS
Depth. Sample SPT/ MIC U.W. -200 Liquid Plasticity P.P. U.C.
Ft. Svmb. kat % Pcf. Sieve% Limit Index Tsf. Tsf. STRATUM DESCRIPTION
-0-
I"Ashpalt&6"Limestone Base
-1- Very Stiff Dark Gray Clay(CH}
-2- ST 27 96 94 70 44 2.25 1.24
-3- -Tan&Gray @ 2'-4'
-4- ST - 25 61 37 1.50
-5-
-6-
-7-
-8-
-9-
-10-
Addendum No.1, Page 54 of 59
January 7,2019
--c0 ..c SavSC__
u�u<eL .
.' T&N Laboratories
---117JEFFERSOK COUNTY AIRPORT
KEY__TSLUILAMELQADDRAND SYMBOLS.
SOIL TYPE SAMPLE TYPE
Sand Silt Cia
A .., )I1 N'
Gravel Sandy Silty Clayey
Predominant type shown heavy Undisturbed Rock Core Split No
Spoon Recovery
SOIL GRAIN SIZE
U. S.Standard Sieve
6" 3° 314° 4 10 40 200
Boulders Cobbles Gravel Sand Silt i Clay
,Coarse Fine Coarse Medium Fine i
152 76.2 19.1 4.78 2.00 0,420 0.074 0.002 (mm)
PLASTICITY CKART
80
50 A
11111
Plasticity Index 30
408dII 20111
10
��► M and
0 . el_ . 1
0 10 20 30 40 50 60 70 80 90 100
Uquki Limit
RELATIVE DENSITY
CONSISTENCY OF C_OIiixSIVE SOILS OF CONESIONLFSS SQ!LL
Penetration Penetration
Res;stenca, Cohesion, Pies/city Degree of Resiance, Relative
blows per foot Consistency TSF Index plasticity blows ter foot Density
0 - 2 Very Soft 0 - 0.125 0 - 5 None 0 -4 Very Loose
2 - 4 Soft 0.125 - 025 5 - 10 Low 4 - 10 Loose
4 - 8 Firm 0.25 - 0.5 10 - 20 Moderate 10.- 30 Medium Dense
8 - 15 Stiff 0.5 - 1.0 20 - 40 Plastic 30 - 50 Dense
15 - 30 Very Stiff 1.0 - 2.0 > 40 HUhly Plastic > - 50 Very Dense
> 30 hard > 2.0
Addendum No 1, Page 55 of 59
January' , i •
11 _ L 1
' LTA
-1 , t
T 8 N Laboratories, Inc.
1� -�. V i
1 1 b
1 It).Y
'11111 , GENERAL NOTES
ES
SAMPLE IDENTIFICATION
The Unified Soil Classification System is used to identify the soil unless
otherwise noted.
SOIL PROPERTY SYMBOLS
N: Standard"N"penetration: Blows per foot of a 140 pound hammer falling
30 inches on a 2 inch O.D.split-spoon. ��
lijl
Qu: Unconfined compressive strergth.TSi-
I Qp: Penetrometer value,unconfined compressive strength, TSF
I
Mc: Water content, % 1�
I
LL: Liquid limit. %
PI: Plasticity Index, %
1
i
iS d: Natural dry density, PCF
1
I : Apparent groundwater level at time noted after completion.
1 .
DRILLING AND SAMPLING SYMBOLS I
I
II
I SS: Split-Spoon - 1 3/8" I.D., 2" O.D., except where noted. .1
I ST: Shelby Tube •• 3" O.D., except where noted. 11
p
AU: Auger Sample.
11
DB: Diamond Bit. (
it CB: Carbide Bit.
WS: Washed Sample.
RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION . 1
TERM (NON-COHESIVE SOILS) STANDARD PENETRATION RESISTANCE
Very Loose 0 - 2
Loose 2- 4
Slightly Compact 4 - 8
Medium Dense 8- 16
Dense 16 - 26
Very Dense Over 26
TERM (COHESIVE SOILS) Qu- (TSF) I
Very Soft 0-0.25
Soft 0.25-0.50 1
Firm (Medium) 0.50• 1.00
Stiff 1.00- 2.00 I
1 Very Stiff 2.00-4.00 I
Hard 4.00+
PARTICLE SIZE 4
Boulders 8 in. + Coarse Sand 5mm-0.Smm Silt 0.074mm-0.005nun II
Cobbles 8 in •3 in. Medium Sand 0.Smm-0.2mm Clay -0.005mm I1
Gravel 3 in.-5mm Fine Sand 0.2mm-0.074rnm II
i
11
January 7,2019
E fa B w�" h ," 2 O
(i111 • Ii
WEg3� 1+# 1 '1tjii
I Q'J1
�, 41g..1 ° s1 I ° y° :1E . _ ��$: >�g Igi, 11111111 1 Q il 4 :'''4-' 2i.21. 5 W a 8-i I
�l , 1Q901!q ILII! !16R i 6 Wa. of cc W <
1 Igilll 1111111111`4!1; F111/I+1 15111/
ar - - i k r. u , §
1 filen I' 411111e1B1g1 41 es �1 F r K
G1e Q y 1 1° '!5 =■ p 4eig iS �`? a t a i $ e
il : Il q iP vfo ii Ali 3�ai ii
xQ eee e ^
t i i 5 8 5 a 8 8 c 8 a 8 R b 8 !
tl 0
I i 21 p iE2 I , 12 �CLi !`'1@ °(i4E ' IA d 1. SJ 9 i t' D i E I : ! I R 5 e 4
ea! i ° 2 ! , 1
9 R yI ■
3� E.
�+ � ee9! �oa �,�� ' i� �ayy as
1)1 I q i Iii I d' �j1i1_ ` 5i lig 111 1101 9 1 i111 ; s 1 5 5 ! a ! ! a e !
illi E■>#) 3 !i if Ii
° °� �� !� � 91 11 il i e �° F eS iI1j
p �Ap � � 9 Si IRilali9il& ;}'il92111 it I I 1 p € i1911. ! ' 1 3' . 5 . . . e
9 !!1!$1 !1 a ! !i ! ! I i i IA
2c �! '1!y IL i i21 - 2112' a_ Ii ! 1. 122 iR Ig'� "1 1 B � "� `� ��•
°: il3 ae Yy �` �!e li QI3 3
1 $Q i i 1 E9 R8 a ill g 11 11 • b 111 B i i i i ! 1 i i i i i i- 1, 1_ it
1 it 11 i 1iI I# 1 111; i; 111 1, I g1€ 1
} i3 4 `1 ! q�q ri g F I � - ii eilr a i 1 a iii § ; 1 1 1 1 iii i i i
1 d l pip 1 i E l i t E til F„a III
ah al illi i(llJyigl i' '” p1 'eQ ¢A 6 I tit 6 i 1 1 1 E !e1 C� !'s li 3t/1 ttm di!! l Is 1134 ; �' 3 S ii
. 11 €VJIiI!1
il i! 1111
Ii
a ° 1 IIli i sI ` i1 ilya 1 lihipti a1 9 e 91;
1° i
I iJI'tl
t 1511! f . fi
1 I Qileai s E a ! Ii c ! Isle Iz I e@9 r 51 I' �Ij 1 ° g1 1 i3- I` QI $I ' 114 ■Ia I y ee 111l 112 i i° Ilx ii° 1il le 3i0. 1n 1 i 11110 i 11 i I
Qi /fI 1 . 3 =1 i' i b !i ! € ! g c = a ill
iIa' L 1 1 ifEi 11Q 3p I7■I
eipI! °� "!. 1�I °i�� §R o1 2� !e � i� �;� £ 3Q I � I E 1 1 Iii ! 11■1 i iIa
■i8�1 � �� 9� � � ° � b� � '��a a 1 See ! � � °li��� �i� Q �5 �6 �� �� � � ��f����� � 1441T-
11
ag� iia
eg [ pp! 7 gg y
e 11 I Y III Ili i hi IO I €E I i . ! I1 O' 01 ii q E° ■I i3I 9i I a Ig 11'
����i � � iiI �c a�! I� R ��' �� s 9 s���� �i i ie� � 3$ g. Ili i, a 6� �� ys AM € °H��� �e�
11 I 1 ! e lid, Qi1 L i� 1 ° e a !1 E ,1„111 j i 41, 1e iyE 9I f p Q "11i
S = 1a tl i. i�i 4, A { � ei 1 i �, I¢ 11-Q
° p1 1,e° i p 1 11. 'iii!` .0 .1 i .i a ! ei i 1 a 111151? 3 1 i F 1 i i'1 1i11 I -1811112!'
az 1iifai211 i. ari IL Mf ,i L'pppq i 7I €i r �yii iI °.gI Elrl i si i 3 3 9 1
iy¢i1pll � �i� �i Hill
��� �� lei �,y � I i� e■I # ppII "Ill
ill
@ ��;q� �1 �� �i1 1` 1" 1154:111��(i pgiii �+°$ a�1g�o
4 °529-1! v IEc Ii �!I1 Ii1 31 a_ , _ t_ `F i' !lel i A1. isi: iS tt UV_ 3111 Ii IiI 1. pE 1 9571 = i I[i: 1_,
• 5a
a
$ 3 1111
i Y' o "1 2� i
w g H ? = o o I w $ 1 i g
pp II $ 66 ;e
!!! g `
e, 1xt
W• a ! �I� a i i. 3 g _ EE
0 1 a > g a ell! 11 a 4 §2 g
W g 11.. i 3 &u L . $ o
J `3 II
II a - O matiiii.i.og8aiiwg
Li_ Z O= _ -. e $ 24., 1.. _ > s W
Cl_ ian
co
a : y S r a a
3 4
Z 3 •- 2 I t W£y�GRejFgN. d LLoi
Q v itt $'23n2§LSccccg§
g s
J U °d 8 V le 1 1a1 oo''WWwW LL4LL,'".-L"
W gi s 2 1 3 - i W - I ' 4 's
g. = i % 1 a a ,, s l
i g f . p a_g a-g- 213 3 °3 : w ,
g , i '� 1 '. i w � 'r �a� �W w
50
i 17'45\ | §§ "; @
}) 3» §! _
�' <` 01 .E
«� o, .
| | , 05 =g =|
2, \ li! 1; i; | 11
- , §.! )!a)a!� of / " I\
<
)
t
■| ..
!| §/ „ ■■
!| § (; §§ § «;;k e „
61A |BB$ -
i |§�, z
■■ llgt „ | )8§i3. .
|!-. ,-!
§§ /; |)
g. -
'-
' ,-2.- _5 . i:� !& ) 3
|| «2 || .� ~- E §| (
, , _ °
| B| $\\| � •• : �2
,, „,
- • °
§t |
,| w ,!
0 <!
n . 5
; !|
,| 1En t■ ,
I
Iii
6`
!| )/§ 6. - §| 22 6- -
1 aaa,Z— taa!5„665116666aad1t t }@ , t•,
| !/ §; ! ! |/& §■ i
i. ! ;}.; !
% | | % |r | w- . | § t)E ti! ,
! $ § _
• ; i2 �® --- ; § !| |j/ • k<! §§; , !
! ( ��|) � a. . ,_. -
( - �q , 2& 12g ,:.-;
y� E| . 6 0 §E
§ ■ $&- 222 igh | ■ a : ” | ` _
« § l||! q ;.i! t.� §§ §- ■ 7 ,! ! .;.!§;, .
| �� | ` 2 ��. | ; || -:!|:„
| ; #a,;||�■§:-.»§|6§!766°|wig $ ` K
! ��.!l.�---`�-`�® !
B §|§|�!,!�-�®�.--� r-| | � � _
||T|§§|||ka\§22a||| |ww)|z§2)| | | || , I , .
` EY ,
§[|§;||||||■|||||||||■|■|||||■|| | , ;! 4■
.� : . § ! �" Q
/,rR gReg§geewag9 , § < � ;$ -
s gt
S'•i1 . 8 7_l Ce ;;-
., -. ,„ of
4 4^1.44• 3 4-5 V
+ -
1i
-o p
°a gia dW �V 3 I
g nuc+p_ 8 lyK W,l -}°g ggu W21� 0!g( NS >n 8.1g lC g,si U4 1=-u ~ Tf
1
eI .xrob U ( .xoa 8
�E a b
��� 1 a i i8
3e P.
ads � � y gg5, gQ 1 ...-t—_,_.)
1� v
gb „ Nr., g� - �r.A.
s- p'
J_1 I �a 5 O I { O_
Iy 3 ~
ii i O a s N ul ._
� # b Qa a t 3 r aQ 72.
ulo 41 b � W
o a 4 w o a „ LJ 0
OoC � � �[,� an CC '- $
eU 3 Kr] w :b• b--......1 'S.... 2 'oo . Rblob._..__.„ .._..... s. O ? opo
z ._.... a O W W
81
6at Q 1411 ' 1 R � � 1 i . ei- (g
J
Q
`e •
; „
1 � gb 1b
�
gb b b8 � $�
g
'NOW W011 i .woa � 1. I core
i
1