No preview available
HomeMy WebLinkAboutPR 21609: CONTRACT WITH RAMTEX FOR INSTALLATION OF A STORM WATER PIPE ON WILLOW AVE __,..., 4 City of ort rthu�^ Texas www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: October 5, 2020 To: The Honorable Mayor and City Council Through: Ron Burton. City Manager From: Alberto Elefano, P.E., Public Works Director RE: PR 21609: Willow Avenue—Installation of Storm Pipe award to Ramtex of Port Arthur, Texas. Introduction: The intent of this Agenda Item is to authorize the City Manager to execute a contract with Ramtex of Port Arthur, Texas for the construction of a storm water pipeline for the amount of $68,969.00. Background: The City of Port Arthur Public Works Department determined that the storm drainage along Willow Avenue had failed in its ability to remove storm water during rain events and was in need of repair. The City put the project out for bids on September 4, 2020 and September 11, 2020. The City received two bids, Ramtex of Port Arthur, Texas and Brystar Contracting, Inc. of Beaumont, Texas. Bids were opened on September 18, 2020 and Ramtex of Port Arthur, Texas was selected as the lowest responsible bidder for the amount of$68,969.00. Budget Impact: Funds for this project are available Capital Improvement Account: 307-1601-591.86-00. Recommendation: It is recommended that the City of Port Arthur City Council approve PR 21609 with Ramtex of Port Arthur, Texas for the construction of a storm water pipeline for the amount of$68,969.00. "Remember,we are here to serve the Citizens of Port Arthur" 444 4th Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 PR No. 21609 10/5/20 mje Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH RAMTEX OF PORT ARTHUR, TEXAS FOR THE INSTALLAION OF A STORM WATER PIPE ON WILLOW AVENUE IN THE AMOUNT OF $68,969.00. FUNDING IS AVAILABLE IN THE CAPITAL IMPROVEMENTS ACCOUNT NO. 307-1601-591.86-00. WHEREAS, the City of Port Arthur advertised for bids September 4, 2020 and September 11, 20 in the Port Arthur News for the installation of a storm water pipe on Willow Avenue; and WHEREAS, there were two bids received and opened on September 18, 2020 (See Exhibit A); and WHEREAS, the Engineering Division of the Public Works Department determined that the lowest responsible bidder of the two submitted was Ramtex of Port Arthur, Texas for the amount of $68,969.00; and WHEREAS, the Engineering Division of the Public Works Department recommends awarding the project to Ramtex of Port Arthur, Texas for the amount of $68,969.00 (See Exhibit B); and, WHEREAS, approval of this resolution is herein deemed an appropriate action; now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct; and, PR No. 21609 10/5/2020 mje Page 2 of 3 THAT, the City Council of the City of Port Arthur hereby awards the contract for the Installation of a Storm Water Pipeline to Ramtex of Port Arthur, Texas for the amount of $68,989.00; 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 Ramtex of Port Arthur, Texas in the amount of $68,969.00; and THAT, funding for this project is available in the Capital Improvements Account 625-1801-533.92-00; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2020 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: _ Mayor: Councilmembers: Noes: Thurman "Bill" Bartie Mayor ATTEST: Sherri Bellard City Secretary PR No.21609 10/5/2020 mje Page 4 of 4 APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: (2 &P 07,t h�l , alecia Tize o Ron Burton City Attorney City Manager APPROVED AS FOR AVAILABILITY OF FUNDS: 72;s Kandy Danie'� Interim Director of Finance Alberto Elefano, P.E. Director of Public Works l/J 1 /` Clifton Williams, CPPB Purchasing Manager EXHIBIT A _ __.r_v.____. • • -. _i__/_ ♦1-1-- n 5:: ,i4\.1 ii I:I,, ,,, CM CDI r mac-- r G, ` a o d CD co �1 ° C ° 4t ar: a d CM otZi: e , 0 n • CUCQ .0 ° n C•i. O 7a -t to S EL CD OM N C :D b 1. 00 co I C" C.1 e9 ON .d A* 5 DD f D5 — ... S. ed r ^, cD sa P CN CAA o 00 11i 8. Y �—] 6 ° N X6. S o 0 co C O C M n td ... r 0. n C. CO b9 K y Po 00 0 co N ,,0 'a. a H O - A EXHIBIT B CONTRACT TO INSTALL STORM WATER PIPE AT WILLOW AVENUE THIS AGREEMENT, made this day of , 2020, by an individual, firm partnership or corporation, Ramtexof Port Arthur, Texas, hereinafter called"Contractor", and the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas,hereinafter called "OWNER" or "CITY". 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 12 days from start date on Notice to Proceed. The City can terminate this contract at its convenience which includes,but is not limited to, funding not being available in any budget cycle with ten(10)days written notice. 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 therein for the sum of $ 68,969.00 6. The term "Contract Documents" means and includes the following: a) Agreement b) Advertisement for Bid c) Addenda d) General Information e) Specifications f) Bid g) Bid Bond h) Notice of Award i) Payment Bond j) Notice to Proceed 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. A- 1 8. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in(2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY Signed on the day of 2020 ATTEST CONTRACTOR BY CITY SECRETARY A- 2 • • DezTex Industrial Services,LLC-dba Website:www.Deztex.com Company Email:info@deztex.com 905 Jade Ave,Port Arthur,TX 77640 R &XV(el I P.O.Box 21397,Beaumont,TX 77720 10:409-983-5555 IF :409-985-7762 Date: September 18, 2020 ATTN: City of Port Arthur, TX • City Secretary P.O. Box 1089 Port Arthur,TX 77641 Reference: P20-068-Install Storm Water Pipe at Willow Avenue Deztex Estimate#20165 Council Members: RAMTEX proposes to provide labor,material and equipment necessary to perform the above-referenced work as per the drawings and specifications provided for the fixed price of$68,969. Scope Notes: 1. This proposal is to install the remaining scope as per the provided scope of work and design drawings. All that remains are 18"pipe and 21 each drain inlets. 2. Delays or additional work as a result of any underground obstructions shall be extra to this proposal. • 3. This proposal does not include SWPPP design,installation,or maintenance and is assumed by the owner or general contractor for this work. 4. Although great care will be taken while excavating,we do not assume the responsibility should any damages occur to small diameter underground utility such as utilities, ground wires,cathodic protection systems and small bore piping or conduits. Schedule Notes: 1. This proposal is based on working 4- 10 hour days per week. 2. This proposal does not include working holidays or Sundays without double time. RAMTEX will work Saturdays as make up days due to weather. 3. RAMTEX estimates this project will be completed in 2 weeks. 4. RAMTEX can mobilize and begin work within 30 days of executed agreement. Contractual and Commercial Notes: 1. Sales Tax is not included. 2. Labor,fuel and material prices subject to change with market conditions. 3. If asked to proceed with change order work prior to approval,the price is accepted as submitted. 4. Payment shall be due within 30 days of invoice submittal. • • •5. This proposal shall remain valid for 30 days. After that time RAMTEX reserves the right to revise pricing and/or schedule. Thank you for the allowing our team to provide you with pricing for this project,and we look forward to working with you. Sincerely, C.) Deztex Indu "al Services LLC, DBA RAMTEX 409-983-5555 www.deztex.com . I One God; One Team, One Goal 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., Friday, September 18, 2020 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Friday, September 18, 2020 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: INSTALL STORM PIPE AT WILLOW AVENUE Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthurtx.gov 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. (.141,1"/ Clifto Williams, CI'PB Purchasing Manager FIRST PUBLICATION: SEPTEMBER 4, 2020 SECOND PUBLICATION: SEPTEMBER 11, 2020 CITY OF PORT ARTHUR Invitation to Bid Install Storm Pipe at Willow Avenue September 4, 2020 September 11 2020 PUBLIC NOTICE CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be re- ceived at the Office of the City Secretary, City Hall 444 4th Street or P. 0. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Friday, September 18, 2020 and all bids received will thereafter be opened and read aloud at 3:00 p.m. Friday, September 18, 2020 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: INSTALL STORM PIPE AT WILLOW AVENUE Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. copies of the Specifications and other Contract Documents are on file in the Purchasing Dffice, 444 4th Street, City of Port Arthur, and are open for public inspection without targe. They can also be retrieved from the City's website at vvww.portarthurtx.gov or www.oublicpurchase.com. PiUBLIC NOTICE Ihe City of Port Arthur reserves th nformalities. CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be re- 3er Chapter 2 Article VI Sec. 2-262(C,ceived at the Office of the City Secretary, City Hall 444 4th Street or P. 0. Box 1089, Port ;hall not award a contract to a compar Arthur, Texas 77641 no later than 3:00 p.m., Friday, September 18, 2020 and all bids received will thereafter be opened and read aloud at 3:00 p.m. Friday, September 18, Clifton illiams, CPPB, 2020 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain Purchasing Manager services briefly described as: INSTALL STORM PIPE AT WILLOW AVENUE Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at vvww.portarthurtx.gov 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. Clifton illiams, CPPB, Purchasing Manager THURMAN BARTIE,MAYOR RO.. BURTON CHARLOTTE MOSES,MAYOR PRO TEM City of CITY MANAGER COUNCIL MEMBERS: SHERRI BELLARD,TRMC u r t r•t 1t tt�J CAL JONES �---�_ CITY SECRETARY RAYMOND SCOTT JR. Teras THOMAS KINLAW VAL TIZENO HAROLD DOUCET SR. CITY ATTORNEY KAPRINA RICHARDSON FRANK SEPTEMBER 8, 2020 INVITATION TO BID INSTALL STORM PIPE AT WILLOW AVENUE DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Friday, September 18, 2020. (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 Friday, September 18, 2020 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P20-068 DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams(4ortarthurtx.gov The enclosed Invitation to Bid (Ili') and accompanying General Instruction.,, Conditions and Specifications are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. c?) ' Clifton Williams, CPPB Purchasing Manager Page 2of17 INVITATION TO BID INSTALL STORM PIPE AT WILLOW AVENUE (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 17 SUBMIT THE FOLLOWING. A. BID SHEET-PAGE 6 B. NON-COLLUSION AFFIDAVIT-PAGE 87(MUST BE NOTARIZED) C. AFFIDAVIT- PAGE 8 (MUST BE NOTARIZED) D. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN & DATE ON LINE 7- PAGE 9 E. CHAPTER 2252 CERTIFICATION-PAGE 11 F. HOUSE BILL 89 VERIFICATION-PAGE 12 Page 4 of 17 SPECIFICATIONS FOR INSTALL STORM PIPE AT WILLOW AVENUE Scope Refer to Attachment "A" Drawing Page 5 of 17 O�y J 1 cuyol ,,f -CITY OF PORT ARTHUR, TEXAS 48) r �r� --- .--- ADDENDUM NO. ONE (1) ito . fSeptember 14, 2020 BID FOR: Install Storm Pipe at Willow Avenue The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. Attached are the specifications and the drawings for the pipe. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. C.40 -frt. o}di,.:C, Clift ff Williams, CPPB Purchasing Manager Signature of Proposer Date ADS, Inc. Drainage Handbook Specifications • 1-15 ADS HP STORM 12"- 60" PIPE SPECIFICATION Scope This specification describes 12- through 60-inch (300 to 1500 mm)ADS HP Storm pipe for use in gravity-flow storm drainage applications. Pipe Requirements ADS HP Storm pipe shall have a smooth interior and annular exterior corrugations. • 12-through 60-inch (300 to 1500 mm) pipe shall meet ASTM F2881 or AASHTO M330 • Manning's "n" value for use in design shall be 0.012 Joint Performance Pipe shall be joined using a bell & spigot joint meeting the requirements of ASTM F2881 or AASHTO M330. The joint shall be watertight according to the requirements of ASTM D3212. Gaskets shall meet the requirements of ASTM F477. Gasket shall be installed by the pipe manufacturer and covered with a removable, protective wrap to ensure the gasket is free from debris. A joint lubricant available from the manufacturer shall be used on the gasket and bell during assembly. 12-through 60-inch (300 to 1500 mm) diameters shall have an exterior bell wrap installed by the manufacturer. Fittings Fittings shall conform to ASTM F2881 or AASHTO M330. Bell and spigot connections shall utilize a welded or integral bell and valley or inline gaskets meeting the watertight joint performance requirements of ASTM D3212. Field Pipe and Joint Performance To assure watertightness, field performance verification may be accomplished by testing in accordance with ASTM F1417 or ASTM F2487. Appropriate safety precautions must be used when field-testing any pipe material. Contact the manufacturer for recommended leakage rates. Material Properties Polypropylene compound for pipe and fitting production shall be impact modified copolymer meeting the material requirements of ASTM F2881, Section 5 and AASHTO M330, Section 6.1. Installation Installation shall be in accordance with ASTM D2321 and ADS recommended installation guidelines, with the exception that minimum cover in traffic areas for 12-through 48-inch (300 to 1200 mm)diameters shall be one foot (0.3 m) and for 60-inch (1500 mm) diameter the minimum cover shall be 2 ft. (0.6 m) in single run applications. Backfill for minimum cover situations shall consist of Class 1 (compacted), Class 2 (minimum 90% SPD), or Class 3 (minimum 95%) material. Maximum fill heights depend on embedment material and compaction level; please refer to Technical Note 2.04. Contact your local ADS representative or visit our website at www.ads-pipe.com for a copy of the latest installation guidelines. Pipe Dimensions Nominal Pipe I.D. 12 15 18 24 30 36 42 48 60 in (mm) (300) (375) (450) (600) (750) (900) (1050) (1200) (1500) Average Pipe I.D. 12.2 15.1 18.2 24.1 30.2 36.0 42.0 47.9 59.9 in(mm) (310) (384) (462) (612) (767) (914) (1067) (1217) (1521) Average Pipe O.D. 14.5 17.7 21.4 28.0 35.5 41.5 47.4 54.1 67.1 in(mm) (368) (450) (544) (711) (902) (1054) (1204) (1374) (1704) Minimum Pipe Stiffness* 75 60 56 50 46 40 35 35 30 @ 5%Deflection#/in./in.(kN/m2) (517) (414) (386) (345) (317) (276) (241) (241) (207) *Minimum pipe stiffness values listed;contact a representative for average values. © ADS, Inc.,January 2019 «W.a .......... 11 s.111 i(+ r F TECHNICAL NOTE TN 2.04 Minimum and Maximum Cover Heights for HP Storm Pipe for Storm Drainage March 2018 Introduction The information in this document is designed to provide answers to general cover height questions; the data provided is not intended to be used for project design. The design procedure described in the Structures section (Section 2)of the Drainage Handbook provides detailed information for analyzing most common installation conditions. This procedure should be utilized for project specific designs. The two common cover height concerns are minimum cover in areas exposed to vehicular traffic and maximum cover heights. Either may be considered "worst case"scenario from a loading perspective,depending on the project conditions. Minimum Cover in Traffic Applications Pipe diameters from 12-through 48-inch (300-1200 mm)installed in traffic areas(AASHTO H-20, H-25, or HL-93 loads)must have at least one foot(0.3m)of cover over the pipe crown,while 60-inch (1500 mm)pipes must have at least 24 inches (0.6m) of cover. The backfill envelope must be constructed in accordance with the Installation section(Section 5)of the Drainage Handbook and the requirements of ASTM D2321. The backfill envelope must be of the type and compaction listed in Appendix A-5,Table A-5-2 of the Drainage Handbook. In Table 1 below,this condition is represented by a Class III material compacted to 95%standard Proctor density or a Class II material compacted to 90%standard proctor density, although other material can provide similar strength at slightly lower levels of compaction. Structural backfill material should extend to the crown of the pipe;the remaining cover should be appropriate for the installation and as specified by the design engineer. If settlement or rutting is a concern, it may be appropriate to extend the structural backfill to grade. Where pavement is involved, sub-base material can be considered in the minimum burial depth. While rigid pavements can be included in the minimum cover, the thickness of flexible pavements should not be included in the minimum cover. Additional information that may affect the cover requirements is included in the Installation section (Section 5)of the Drainage Handbook. Some examples of what may need to be considered are temporary heavy equipment, construction loading , paving equipment and similar loads that are less than the design load, the potential of pipe flotation, and the type of surface treatment which will be installed over the pipe zone. Table 1 Minimum Cover Requirements for ADS HP Storm with AASHTO H-25, H-20, or HL-93 Load Inside Minimum Minimum Inside Diameter, Diameter, ID, Cover Cover in.(mm) ft.(m) ID,in.(mm) ft.(m) 12(300) 1 (0.3) 36(900) 1 (0.3) 15(375) 1 (0.3) 42(1050) 1 (0.3) 18(450) 1 (0.3) 48(1200) 1 (0.3) 24(600) 1 (0.3) 60(1500) 2(0.6) 30(750) 1 (0.3) Notes: 1. Minimum covers presented here were calculated assuming Class Ill backfill material compacted to 95%standard Proctor density or Class II backfill material compacted to 90%standard Proctor density around the pipe, as recommended in Section 5 of the Drainage Handbook, with an additional layer of compacted traffic lane sub-base for a total cover as required. In shallow traffic installations, especially where pavement is involved, a good quality compacted material to grade is required to prevent surface settlement and rutting. 2. The minimum covers specified do not include pavement thickness. A pavement section of 0.4'is typical. 3. Backfill materials and compaction levels not shown in the table may also be acceptable. Contact ADS for further detail. 4. Calculations assume no hydrostatic pressure and native soils that are as strong as the specified minimum backfill recommendations. 4640 TRUEMAN BLVD. HILLIARD,OH 43026 (800)821-6710 www.ads-pipe.com 1 ATN204 ©ADS 2016 f rteI ; teI }14 l! ; , Maximum Cover Wall thrust generally governs the maximum cover a pipe can withstand and conservative maximum cover heights will result when using the information presented in the Structures section (Section 2)of the Drainage Handbook.Table 2 below shows the material properties consistent with the expected performance characteristics for HP Storm materials for a 100-year design life. The maximum burial depth is highly influenced by the type of backfill and level of compaction around the pipe. General maximum cover limits for ADS HP Storm use in storm drainage applications are shown in Tables 3 for a variety of backfill conditions. Table 3 was developed assuming pipe is installed in accordance with ASTM D2321 and the Installation section (Section 5)of the Drainage handbook. Additionally, the calculations assume no hydrostatic load around the pipe, incorporate the maximum conservative AASHTO LRFD design factors represented in Structures section of the Drainage Handbook, use material properties consistent with the expected performance characteristics for HP Storm materials, as shown in Table 2, and assume the native(in-situ)soil is of adequate strength and suitable for installation. For applications requiring fill heights greater than those shown in Table 3 or where hydrostatic pressure due to groundwater is expected, contact an ADS Engineer. Table 2 ADS HP Storm Mechanical Properties ASTM Allowable Initial 75-Year Resin Long Term Fu E Fu E Specification Strain °A (psi) (psi) (psi) (psi) ) (p ) Polypropylene, Impact-modified ASTM F2881 3.7 3,500 175,000 1,000 28,000 copolymer Figure 1 ADS HP Storm Pipe Trench Detail with Uniform Backfill (Traffic and Non-Traffic Applications) COVER TO %�� �yT�� ��!����� COVER TO RIGID PAVEMENT,H ����� ������N V��\����• FLEXIBLE PAVEMENT,H % >v5 iii,. ���/!�\ ����%%\ %���4 FINAL r,T /\/\\ice•/��>> ��•n�..��:.,„>i\���;i�:"���� BACKFILL EO INITIAL SPRINGLINE BACKFILL HAUNCH rj/.uv}% �� ��A BEDDING 4"FOR 12"-24"PIPE _ 6"FOR 30"-60"PIPE SUITABLE H-MINTRENCH WIDTH FOUNDATION 2 4640 TRUEMAN BLVD. HILLIARD,OH 43026 (800)821-6710 www.ads-pipe.com ATN204 ©ADS 2016 a, li �:y+ Sr. __rGc' !1 •ily,{il,u.ti331 ,'HIL' 41.;' 1.11.111ADIS ,.....,, ...---1 C.....',-3 • Table 3 Maximum Cover for ADS HP Storm Pipe with Uniform Backfill, ft (m) Diameter Class 1 Class 2 Class 3 Class 4 in (mm) Compacted Dumped 95% 90% 85%' 95% 90%3 95%3 12(300) 41 21 28 21 16 20 16 16 (12.5) (6.4) (8.5) (6.4) (4.9) (6.1) (4.9) (4.9) 15(375) 42 21 29 21 16 21 16 16 (12.8) (6.4) (8.8) (6.4) (4.9) (6.4) (4.9) (4.9) 18(450) 44 21 30 21 16 22 17 16 (13.4) (6.4) (9.1) (6.4) (4.9) (6.7) (5.2) (4.9) 24(600) 37 18 26 18 14 19 14 14 (11.3) (5.5) (7.9) (5.5) (4.3) (5.8) (4.3) (4.3) 30(750) 39 19 27 19 14 19 15 14 (11.9) (5.8) (8.2) (5.8) (4.3) (5.8) (4.6) (4.3) 36(900) 28 14 20 14 10 14 11 10 (8.5) (4.3) (6.1) (4.3) (3.0) (4.3) (3.4) (3.0) 42(1050) 30 14 21 14 10 15 11 10 (9.1) (4.3) (6.4) (4.3) (3.0) (4.6) (3.4) (3.0) 48(1200) 29 14 20 14 9 14 10 10 (8.8) (4.3) (6.1) (4.3) (2.7) (4.3) (3.0) (3.0) 60(1500) 29 14 20 14 9 14 10 9 (8.8) (4.3) (6.1) (4.3) (2.7) (4.3) (3.0) (2.7) Notes: 1. Results based on calculations shown in the Structures section of the ADS Drainage Handbook(v2O.7). Calculations assume no hydrostatic pressure and a density of 120 pcf(1926 kg/m3)for overburden material. 2. Installation assumed to be in accordance with ASTM D2321 and the Installation section of the Drainage Handbook. 3. For installations using lower quality backfill materials or lower compaction efforts,pipe deflection may exceed the 5%design limit;however controlled deflection may not be a structurally limiting factor for the pipe. For installation where deflection is critical,pipe placement techniques or periodic deflection measurements may be required to ensure satisfactory pipe installation. 4. Backfill materials and compaction levels not shown in the table may also be acceptable. Contact ADS for further detail. 5. Material must be adequately"knifed"into haunch and in between corrugations. Compaction and backfill material is assumed uniform throughout entire backfill zone. 6. Compaction levels shown are for standard Proctor density. 7. For projects where cover exceeds the maximum values listed above, contact ADS for specific design considerations. 8. See ADS Standard Detail STD-1O1D for additional details. 4640 TRUEMAN BLVD. HILLIARD,OH 43026 (800)821-6710 www.ads-pipe.com 3 ATN204 ©ADS 2016 co OInLL 4 g,' Z o O z i ; Z 2OF ca Q> N Oo coo ;2m ,rm T.L. Do �o ,_o rn� QO oN Cl) Z 0 O > a U 4 me CC E E w O W Z Uw 0000 O 2 - o O6Ei O E n N 7 M N tE A�E' O D O0E r~ .aS O Z J Vr ON J LL. = O r Z O w0 Q U O N N¢ m am v r v r ui v r a ca ca r ca r ca o z 2 m O U ,. I-z OF U F~ i °z o z CL ? j E 0 • W m Nf G u CV M Q o 04 N CV _ Z a ,,A w W W 0 0 c)o) n r-J m 0 !Y U) m i- w dac c g‹ x Z 2' = Cn ' J Q >0�= 0 0 DMeiC p ZZ � Z W' 0 c/� ~ MmaW OH M 00 co a5 4Z LcjO Q � � � OU ZF- i- w0 ,w Na 6 WmZcJ N0 :'ZLL Or WQZQ rz 7 W m 00 ¢ J Z N Z U W Z 0 S U o CO m0 _' 0 0 ZW n an. 55H -1ZLL > 00 � 0 0w W cQ (Pe UW KUNLL -< Z 0 Utr00Z dad W W N W } O UJ Z OZpJO � o •Q CO F- ac O U Z W Z co J 0r Q LL W Z J 900-10 -1Z O J C9 UU 0 J < I < -►J f� = wWU - Z 0 Lu 5 Z 0 W F- g�O J W Q � 7 F_ c) WdLL Q22 , 0 W UU C Q N< s- W < CO _J u- 0 Z 0 m o • CO u_ 0 O 0 F U 0a� I-0o cv � QUQ � r _. 2 - /:00 H (/j Cob Z Ow -,� o ZZ YxQ0 ,� °6 LU _ w! Z 0CLZZ0 OO Qj w cu- Z0 w m Co U = YO CD - Z wZQNoU Q W Q 0 O `° CL `vim Fx- C� Uma z W r �9 F_ � ZU � LJ W (.7LLp w W Cn W W J �/ waw O a I � f E.,001-0, ¢ a a N Q \- .W,'4 \ / \. w ZN a z Q /\ 41Nr m w Cn i!' Am:. r ,,, ,/,//,, , „...........„ c, < L,., < ...:, . . . . ,„ . . = „iit% .1gullifolit .„ ,., m0Lu ���• OOi LLz ¢ O 'z4/111!11110r 0W UMC7 ,f•I Z7 }pawo?U _m vWo¢rW1Z • J Z 0 W W W c Qum., wrz=ZwN, Q DOoo ' �.azUa ¢=wuu..=¢?�U CO `r �i/�� IlI/� 1/� %/� Owc.Zacco}a Q /►` WCLLLW<rp _V Z a 0 U W O w X A NQOKooWwWU- `^ 0 x N p z x Q'W Z V l' _ Z N W i Q W x 0 0 d OM W W W UOQ_,W W Q < Z ? D t�pJaZUaz1-0W Ir W O �' N x}w crW W Oct W a W H r Z 0 r r K 0< 0. 0 mdWQ F- Z UJ CC pc) F Q CL W17_ a w —� >- • aci F Q W d= 0 - z z z MwQ OUB ¢ cO dx za rO J o O ZO 0 z_ o 2 W Z . U) W K S L6 0 r• ;-•,.. n w _ M< F d � O - C maOMo > Z a 0 d0 of w7 UCj LU � CC d x Z W o O OS N �Z cn Or pr z00 Or`gnpdr F-- m SOW mo xN 1 0 amb?E _,p ..Zr?cC� Q NXU C7 l- D U 2 WH 0 Q W U x 1- 0 ] Z ..,7‘-,-...- x a �Z ap 1 o F_ O W x Q. > at1 2' x 0 O-UC hx r-¢xr wq M w 0 W Q o W < w c r w CC C g o 0 o W. o o 7J L.L O Z LL 00 W �, r r J W Z W ZZ W U NQ'J O w r OW ats � � U V 0 � O ] Zo�jZ,._.mo zwrL,0 r Z U¢ - to w p ZQ j0UY JOLLQaCn W cc w w- 81zc,m, O �. Z QQ Z � � aiCO O m -W+�gQ�OoZo ¢1--�W Nati W vCO 0MO IJJU U ¢ UOOa WZ�O.:OQiWZ .�2 QMD � vzN �y N�oz�<c'W¢Ucai)g qQ a _1a Q W— W °W°FWa�W�zoQzwrrWo LL > >. )-1 .2"./ -210 m > J O W p p 2 w U Q En JZ Q W U' x0}W¢WUpwM?CC7� CO (3, ..17M mw U N CC O m W W W U W m m Q'2'W >Z U > U !a-d�crn¢a�V W�°�w�vri crn0 c?gf. atyW1grfn¢r^aZ acs K W U�W O O W'D¢Z¢��a o 0 N c) C U) CON- E 0 w c0 t7 C U aON a N .= Q) L D .0 C '.- C a) -0 0 °' t]. o U 8 E .0 co 4H Q] 0 .- H ce r^ LL L N rn al C N a) CU ,� a) n m 0_0_ wJ 7 a) Q) fa _ Cu) N O (a un ui p _c75 ov U)U) .0 p m (co .EL -c Z m 0 c LO .0 - .. 0 0 /� z o Ca Y Fav c .c • m E � a, Q � ui `y @ E 0 cam= voice co = _ •- .0 co C c o U p a) 7 - -0 U "= rn N - z w a) (0 ` 7 U 0 CU a) a) 19411M4 M Q to Q N O U C u) • . U 0 -O 0) m O a) co - ca a) ui N c co z U w _c O a) E U O - 'Q F- M O O M X 0 c _0 0- E 0).0 cc000vo c - . p Q o oa a) of a`> a) 1- 't a 'W 02 >, (A m a) a) C 0 N 7 7 F- " O F LL CD _c > O (13 OI- � a) ,c -0 (n JO .- O � 0 L-. E O N '- E N a) Q C as c0 Q Lj Q. � (a .as C C~!, _ (a m .a O C .N 0 :.. O •-. Q a) a) as Q ,C ,0 0- (U O 'D L w Y O fa U "D a) -0 O `_ (0 .c O "6 Q) 'C Ova) = � p OL .> � L -a C C C C -o U a) 'L _c OO 0) O � coa p ,- 0 . az -O ps O NNO C N LN 0 O • C t -0 0 rn a p - 7 O 0N m ,c Ja , O a) toCU OC � N D U w w w fa C _ w .i' -0 0 0 ft co�- N (a CU a) ,-- .0 -c o E aJ .- O c m a U V c to O • N to v- D = (a N U O — • co _ „ a "0 Q) a) a) Y _C0 .0 N 0 - � Y � NL ,_ O -, o z -.7 a o C D) a CU CU to 7D .0 (n CU O c!)"V M o C.. C 0) o a) a) `) E a) to a) CO m 40 w CU 41 Co ` L O) V (6 C`6 !n Q (6 z N N O N Q) ` C N 0_ ` Q 0 a) a w a O • r RIS m a) 'C C 0. N >, T. 0 = N O O O _ c`p 0 is 0 0 0 0 N C .`_ N 0 "0 "O L CO U m.0 CU C 't o Y n O O rn 7 N 3 - z w ti L O 7 0 0 _o U 9- O D'C X N Q) CC(a 0)'0 x w�0 O x o N O UN � > coccies t o `n ca co c : eco =UUj Zz 2>o 0 .- CCU 0- E CU E N a) E `- 0 c (.� as"O L D) z=0 wo Ow<w w V (13 C ..._ > .Q D aJ a) _ >„ @ O O �. i w =w y 0 O '0v- L .C -C U C 0 00 (1"c a) 1- - v i_-W Z tt 0> Q� Q 0 p 7 a) (4 C 0 U C L x w LL. a O N (a Q C d -1c to O o C (a w z o �w a U (a .0 O O C - (6 O U O > - c m,a=u c Q�`n a d p)•N O w 'L ( TO L@ to D)CO E (D O w z0 o m o a a) > "_ p .r O C C O ..., ny W 0-FE XO`a> Q) c -0 C v- a) 0_ (n a) 0_r� • 'tn a) v_ in 0 LL w< w Z w z to (6 a) (o N .O N O a) 7 C a) 7 •0) �d0 J�Ow OXO __ a) c 3 Er — Q. a) (co >'-o aEi (� E E OLnZ oz�aw0 •cn Q (a in N 3 --D Z (6 -a L O v,=OtrZowwzw y CU U a) ch L C ,C '� `' O aim(7)0 �-owwz O -O Q _cio N 0 E (a Cr I a (9 (a Z a�w a 8 w x 0 0 W N O C (a 2 O 0 rn 0 -0 CO to N CO N 0 a a o(n z O¢d C`n (a -00 T (6 L F- D1 p CU O a) in c Q•7 a) 7 cn�a.zv aZ��� Z to C y_ c N x>-' w w O tr w c >, E cn Q Q (o �0 U Q a) - 0 a) 0 to H Z o H 1- cc O a a. • o -0 a) ja — D c a) 2 _ rn0 c c m U 7 p .� O p 0 fa C -0 CD Q 0 O aL) _a = 7.0 C '- a) a) ( ca � `I 0 a°)) (D = a) sr, pc (n o o _a 'C 0 E -r3 3 _c w. @ C Q 7 o to N U y F- a) U U O a) 0 mC (9 C U .� 7 @ >O 0 0 'C m `—° UO ai o (a cc — I— U L 2 oa`) Q-_0EU T..) E 0 0 L • o N o io a) o (a c o (o E o CO CO a) m ti c D _c c) c S a) W- 0 � a�i ...E .0- � � 3 � (aCa) cC ` ate E N �, � -3 � cote a) C O 7 O 1.6 N CU 'O O) C F 0 1....: O .O U (c6 L ,r.„ N C c - 0 a) C .- Q a) 9- •( (a C .c 0) In 0) 0 _ > Cl.) to O 7@ C O 7 a) .0 D) co c a) .. C N -c cc) a) 0 -0 .5 CO E C U 'C a) 0 C 0 C U C 2 a) "N E • (a = U O .0 to L .O h- o o ) a Y c 0O O -0 a) (a O (Li c (/) O C • U U o p V0 i_ aC ..g. _o (ap U J o EO o(` i - i 1 I-I ., : r 1< .�I�ts� P h �i''—'` as' asLL a8� 2'1. a �� ZQe > ' ,i,7, 1!(# la i g;',t 1-ill 2i' ; ; 01 W1 dw Zi ? u LL ; Q >, aF a 5 a c , G uo ,I P '' " T� U g D a g a s ,w ; u ______ 00+5'tl1S 3NI1 HO1tlW $I a p $I I > , -- — _— 1 JT . ¢ x II I 1:5,II f 1L., 1 ....z...4..... R II II - ° • I I- S 8 y RLI- - _ •s IL II ` I . �I a� . a a m ; { :. 4. i 1 a{ , 3 z 14 ' II No 8 _.II $a I %a-; I f i C - W ill $z III $- : g g j :__ u E o p l[! S _ f a R _. UI ..II ER � _ � G In , i $ w II a{ m. �...tr.. yI LL f W ? = e43m; LL W S 4 '<_ ' Q rk T 0 I r a 1'/ W g" 2 (( W e a L-----41 '' ll----Th i I Ix- I W < 3 a N . ^ • 8 y --.—-- n J 8. C _ v fN d a _ tr I ; 1. a a o z - [a s 1 1 o a II @- II a ILL __.._$ 11 I 1 R e p ^ , O a a Ts ii _.L... " - $` - a W a a tl L ,. a c `a h I �I _ w - Is : / 1 W O p - _ ...... ...� a u a W 3 i _ a I �I I III r J 8 = , - is 8 + 9 _S da 3 § „.x$..{ L. W Fb.E • S Z c 3 6 i R c x x 9 4 '1:5@ K - O tr.. Y O w 5 Y 6 r f _ Q W R s R 9 S ge_ $RgY _Ifl X cc u s 0 I Z . 4 ; a Lrn, 6 / H / F 8 8 O W --- --fir _ g e P o i < - c 1 d o 5. 1. :,.:,2 E U $ s a ._ I tr E I - R I _ : _ _ j11 I 0 ! 11 g I gi-i 0 2 d' is ig i . 001+701.0.0r3N1H31V141 I 8 ---- — -- 11 d . I I r---------il , 1 1 -"---- , 1 1 , Z5 7, i : I r i .- 04 1 ' , g ip,'. t :_ 1 A5 Rt. -1g I I — r---ii II, t I am I I " -E '14 t , ill i '" • 5 , . .,' 1 i' ,. - il u; ! c il xt 7 E• T k II -y 11 3 A 4 I I .it ' FS i i I a) II .-.; 1 f II, ' 4 .. A I ,,, • „..., 6 a I li 11 ,i- , 0 III I,- t , I 1 k 5 5 i .: I.. ii II LI - : i — - . . , ; !, I l ''' II II •-- 't?, S, IX e i = DI I I o = = A, f I I A' ; ! i'ri tii.• 1 I I t: ; miumm i 1111 1. ....._ II' L, 4 i ; !! 1; ',h, 3 . In , : 4 it i ''' - I.k maim IJJ ? P 11 :: ; —I 0 1 @ : ' I : LT 2 Eo. i., F.-i no 1.1 i '7 Y ', • i ;1 0 i ' ', 0 09 ' .-II a i.1 ... ...1............... ;.1.. g. . ,• -,,- 4 ! 4 Ri 4.2 -I. ' II En fX a. z;I ;7g f F.2 L------:-.'r II v I "' IL2 (1' I; !I " 4 t t- a , 3 ., g .4.• , _ ‘.,, II LI 6 ' = ii•-••:— . . . . f-A-:\ i -ri4ii - i- I- 0 0 , 1 lifl ! cl•• , - z r, - .'-',' ' :1'. rf.**:i'l z A ! HMI ,.. • i A 1-i 0 , !,., 0 1 ,.: ° - t : !'L --' i M E. ' ; 1 ; IMIIIMINICA li▪ o E. ;• , . .,.., -. 2 .,—; 22 2 CL II :.j I 2 I I ' I I 1 I 2r-- —i, I ; 1 1 A.; lil S gE ' f .7 " .7 : ? -, - I f--..... I ..I..1. ; i ; ; ; ; i ! --11,I I Li " . . • ' • i ,'1 i . i . . P 4 2 ....I 2 . .:1 g ;J: --- 1 5' F. ' if' li i . ,, -, -7— .6 2 i I .,; I II ' , I I :.•; : I ;'i i •,1 ,1- 1, ;,, 1, I : 11 * ; 1 I I I t ; I i 1 . ° I II- li rc I ; 2 z is 4 4 12. ,,, 2 2 O o . 2 1i ' E , a'b _ ; I I II :,. 0 4 A 1 A e• I i - - , , i [ 1 — ill— • I ' 1 ''' •1' : ' ' : ' 1 eX ,, , MI U i .. fl.A.!.. ; ; 23 : 'g 1 ; 11142 t --I l',.L; ?.• '' ... '--1 3 - g Ot i g . , . _. . , _. I f II -, I:: , •',' I I ' I 1---.-----j ? 00+S VIS 3NI1HOLVIN •I 81 m Y i '��� = Ww li 3l N ! ozo jG 28 o of w2 n.w Z: go i a is '� a € u_. >� a� le �3i 3ga3:m_ Og 3 „ �N 2', R z°P .1`_ p gi . U° :°_,- O wit 3 t F 0 4 3. a s a _... 3/1N3AV 1 C R e 0$ \ 3ld VW .y =d m r T T ‘e i \\ '---�� \ ar. 63 _.\F 1!, d � i �° ms � I Is \ k J � ,IY — J O 17.H R 1I1 . W $g AA p588 g .. ®3 XS ',.1 1 RSS {lg M3 V - V = .--.s a x g 1.--;; *" P y. f _ — � bx 1 11 v o S o 5 ^ a 2 a _ W;■i ? 'I' -I g y O ry. !y� I� 1 5 E Z 2 tir11_,' g _ W L. "s -ri ! 1 3 In 1 " «e �i 3 c eR a; �' w I ' ------ ' L—I ------ I I of III si 00+01.VIS 3N11 HaLV11 s a s 'R 2 s f y W C ; o• W s - -g Z a ? a w ¢ a SR 8 X 4. N _ 88 S Z = W =: < 8 H - a o R O , 0 W ,; ; _ O 3 a0 i _ 3 � ti b 4 a 1. $ e „ W Z F 6 n _ _ ., R x O "s d < W §a W . . . x - O• F ; £ N - _ . - LL 81 1 f T '' a s O Z H9 z : _ d 2 9 e^ W N 1 S 3 : S S 3 s ^ 1 F. ' F S R : : : ::.a Z i = - 3 : f S 6 ~ § 1! R R K 3 - - '..i' m r S 2 R = C m ..• i d d u a i n + a Y CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Install Storm Pipe at Willow Avenue BID DUE DATE: September 18, 2020 DESCRIPTION DAYS TO COST COMPLETE INSTALL WILLOW AVESTORM NUE PIPE AT i a $ B ) G RAMTEX 905 Jade Ave. Port Arthur TX 77640 COMPANY NAME STREET ADDRESS ‘ 0 A . ' 21397 SIGNATURI OF BIDDER P.O.BOX Craig Adkins Beaumont, TX 77720 PRINT OR TYPE NAME CITY STATE ZIP Operations Manager 409-983-5555 TITLE AREA CODE TELEPHONE NO Craig@deztex.com 409-985-7762 EMAIL FAX NO. Page 6 of 17 NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: Craig Adkins Title: Operations Manager Company: RAMTEX Date: 09/15/20 SUBSCRIBED and sworn to before me by the above named ` u 1 \(,, on on this the 1S°(‘ day of Se_4)\-fo )Qx , 20 w . /tezej Notary P .lic in and for the State of Texas �4PYP ANGEL LEE7 -)Of t Notary Public,State ofTexas I My commission expires: DJ-' 1q�i�p Comm.Expires 03-17-2021 t 'o Notary IDS 12501550-7 t AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. RAMTEX 09/15/20 Firm Name Date \�1t • , — Operations Manager Authorize Signature Title Craig Adkins 409-983-5555 Name(please print) Telephone Craig@deztex.com Email STATE: , COUNTY: VP f-f,(„l(S(�'1 SUBSCRIBED AND SWORN to before me by the above named G ` * on this the day ofAeXmhc-o(,2010_. anior, Notary P lic RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL PY PU ANGEL LEE (p4► - Notary Public,State of Texas 1 Comm.4Wi1., Expires 03-17-2021 1 For' Notary ID#12501550-7 I 1 Page 8 of 17 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ 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 has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the Date Received vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of 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 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. ?I Name of vendor who has a business relationship with local governmental entity. N/A YJ 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. Name of Officer _LI 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 CIQ 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? I Yes No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes I 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. Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). \4 , 09/15/20 ignature f vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 Page 9 of 17 SB 252 CHAPTER 2252 CERTIFICATION I Craig Adkins , the undersigned and representative of Deztex Industrial Services LLC dba RAMTEX (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. Craig Adkins Name of Company Representative(Print) CJA Signaturel9f Company Representative 09/15/20 Date Page 11 of 17 House Bill 89 Verification I, Craig Adkins (Person name), the undersigned representative (hereafter referred to as "Representative") of Deztex Industrial Services LLC dba RAMTEX (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. SIGNATUR OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this f" day of 1?\-e. 'Yl\ a( , 202,0 . t t / /Y° ANGEL LEEtl NotaNotary Public,Staa of TexasrY;firli lic t NVQ Comm.Expires 03-17-2021 t fof Notary ID#12501550-7 t Page 12 of 17 �, 20165 �e, -CITY OF PORT ARTHUR,TEXAS cry 4 r�7.- iii", art rt - ADDENDUM NO. ONE (1) Tcrac September 14,2020 BID FOR: Install Storm Pipe at Willow Avenue The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. Attached are the specifications and the drawings for the pipe. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. C (p0. 6(.244/14, Clift Williams, CPPB Purchasing Manager 1._ • v/A, 11 .0.0.-- 1 / IS / P,Oa0 Signature o 'roposer Date ADS, Inc. Drainage Handbook Specifications • 1-15 ADS HP STORM 12"- 60" PIPE SPECIFICATION Scope This specification describes 12-through 60-inch (300 to 1500 mm)ADS HP Storm pipe for use in gravity-flow storm drainage applications. Pipe Requirements ADS HP Storm pipe shall have a smooth interior and annular exterior corrugations. • 12-through 60-inch (300 to 1500 mm) pipe shall meet ASTM F2881 or AASHTO M330 • Manning's "n" value for use in design shall be 0.012 Joint Performance Pipe shall be joined using a bell &spigot joint meeting the requirements of ASTM F2881 or AASHTO M330. The joint shall be watertight according to the requirements of ASTM D3212. Gaskets shall meet the requirements of ASTM F477. Gasket shall be installed by the pipe manufacturer and covered with a removable, protective wrap to ensure the gasket is free from debris. A joint lubricant available from the manufacturer shall be used on the gasket and bell during assembly. 12-through 60-inch (300 to 1500 mm) diameters shall have an exterior bell wrap installed by the manufacturer. Fittings Fittings shall conform to ASTM F2881 or AASHTO M330. Bell and spigot connections shall utilize a welded or integral bell and valley or inline gaskets meeting the watertight joint performance requirements of ASTM D3212. Field Pipe and Joint Performance To assure watertightness, field performance verification may be accomplished by testing in accordance with ASTM F1417 or ASTM F2487. Appropriate safety precautions must be used when field-testing any pipe material. Contact the manufacturer for recommended leakage rates. Material Properties Polypropylene compound for pipe and fitting production shall be impact modified copolymer meeting the material requirements of ASTM F2881, Section 5 and AASHTO M330, Section 6.1. Installation Installation shall be in accordance with ASTM D2321 and ADS recommended installation guidelines, with the exception that minimum cover in traffic areas for 12-through 48-inch (300 to 1200 mm) diameters shall be one foot(0.3 m) and for 60-inch (1500 mm) diameter the minimum cover shall be 2 ft. (0.6 m) in single run applications. Backfill for minimum cover situations shall consist of Class 1 (compacted), Class 2 (minimum 90% SPD), or Class 3 (minimum 95%) material. Maximum fill heights depend on embedment material and compaction level; please refer to Technical Note 2.04. Contact your local ADS representative or visit our website at www.ads-pipe.com for a copy of the latest installation guidelines. Pipe Dimensions Nominal Pipe I.D. 12 15 18 24 30 36 42 48 60 in (mm) (300) (375) (450) (600) (750) (900) i (1050) (1200) (1500) Average Pipe I.D. 12.2 15.1 18.2 24.1 30.2 36.0 42.0 47.9 59.9 in(mm) (310) (384) (462) (612) (767) (914) (1067) (1217) (1521) Average Pipe O.D. 14.5 17.7 21.4 28.0 35.5 41.5 47.4 54.1 67.1 in(mm) (368) (450) (544) (711) (902) (1054) (1204) (1374) (1704) Minimum Pipe Stiffness 75 60 56 50 46 40 35 35 30 @ 5%Deflection#/in./in.(kN/m2) (517) (414) (386) (345) (317) (276) (241) (241) (207) 'Minimum pipe stiffness values listed;contact a representative for average values. © ADS, Inc.,January 2019 ffrfINPZDS , i ., atutrA-- TECHNICAL NOTE TN 2.04 Minimum and Maximum Cover Heights for HP Storm Pipe for Storm Drainage March 2018 Introduction The information in this document is designed to provide answers to general cover height questions;the data provided is not intended to be used for project design. The design procedure described in the Stnictures section(Section 2)of the Drainage Handbook provides detailed information for analyzing most common installation conditions. This procedure should be utilized for project specific designs. The two common cover height concerns are minimum cover in areas exposed to vehicular traffic and maximum cover heights. Either may be considered"worst case"scenario from a loading perspective, depending on the project conditions. Minimum Cover in Traffic Applications Pipe diameters from 12-through 48-inch (300-1200 mm)installed in traffic areas(AASHTO H-20, H-25, or HL-93 loads)must have at least one foot(0.3m)of cover over the pipe crown,while 60-inch(1500 mm)pipes must have at least 24 inches(0.6m) of cover. The backfill envelope must be constructed in accordance with the Installation section(Section 5)of the Drainage Handbook and the requirements of ASTM D2321. The backfill envelope must be of the type and compaction listed in Appendix A-5,Table A-5-2 of the Drainage Handbook. In Table 1 below,this condition is represented by a Class III material compacted to 95%standard Proctor density or a Class II material compacted to 90%standard proctor density,although other material can provide similar strength at slightly lower levels of compaction. Structural backfill material should extend to the crown of the pipe;the remaining cover should be appropriate for the installation and as specified by the design engineer. If settlement or rutting is a concern, it may be appropriate to extend the structural backfill to grade. Where pavement is involved, sub-base material can be considered in the minimum burial depth. While rigid pavements can be included in the minimum cover,the thickness of flexible pavements should not be included in the minimum cover. Additional information that may affect the cover requirements is included in the Installation section(Section 5)of the Drainage Handbook. Some examples of what may need to be considered are temporary heavy equipment,construction loading , paving equipment and similar loads that are less than the design load, the potential of pipe flotation, and the type of surface treatment which will be installed over the pipe zone. Table 1 Minimum Cover Requirements for ADS HP Storm with AASHTO H-25, H-20, or HL-93 Load Inside Minimum Minimum Diameter,ID, Cover Inside Diameter, Cover in.(mm) ft.(m) ID,in.(mm) ft.(m) 12(300) 1 (0.3) 36(900) 1 (0.3) 15(375) 1 (0.3) 42(1050) 1 (0.3) 18(450) 1 (0.3) 48(1200) 1 (0.3) 24(600) 1 (0.3) 60(1500) 2(0.6) 30(750) 1 (0.3) Notes: 1. Minimum covers presented here were calculated assuming Class Ill backfill material compacted to 95%standard Proctor density or Class II backfill material compacted to 90%standard Proctor density around the pipe, as recommended in Section 5 of the Drainage Handbook, with an additional layer of compacted traffic lane sub-base for a total cover as required. In shallow traffic installations, especially where pavement is involved, a good quality compacted material to grade is required to prevent surface settlement and rutting. 2. The minimum covers specified do not include pavement thickness.A pavement section of 0.4'is typical. 3. Backfill materials and compaction levels not shown in the table may also be acceptable. Contact ADS for further detail. 4. Calculations assume no hydrostatic pressure and native soils that are as strong as the specified minimum backfill recommendations. 1,640 TRUEMAN BLVD. . ::e •. I . (800)821-6710 www.ads-pipe.com 1 0.7.A. ATN204 4 ©ADS 2016 LlllN l l��i Maximum Cover Wall thrust generally governs the maximum cover a pipe can withstand and conservative maximum cover heights will result when using the information presented in the Structures section (Section 2)of the Drainage Handbook.Table 2 below shows the material properties consistent with the expected performance characteristics for HP Storm materials for a 100-year design life. The maximum burial depth is highly influenced by the type of backfill and level of compaction around the pipe. General maximum cover limits for ADS HP Storm use in storm drainage applications are shown in Tables 3 for a variety of backfill conditions. Table 3 was developed assuming pipe is installed in accordance with ASTM D2321 and the Installation section(Section 5)of the Drainage handbook. Additionally,the calculations assume no hydrostatic load around the pipe, incorporate the maximum conservative AASHTO LRFD design factors represented in Structures section of the Drainage Handbook, use material properties consistent with the expected performance characteristics for HP Storm materials,as shown in Table 2, and assume the native(in-situ)soil is of adequate strength and suitable for installation. For applications requiring fill heights greater than those shown in Table 3 or where hydrostatic pressure due to groundwater is expected, contact an ADS Engineer. Table 2 ADS HP Storm Mechanical Properties ASTM Allowable Initial 75-Year Resin Specification Long Term Fu E Fu E Strain /o (psi) (psi) (psi) (psi) Polypropylene, Impact-modified ASTM F2881 3.7 3,500 175,000 1,000 28,000 copolymer Figure 1 ADS HP Storm Pipe Trench Detail with Uniform Backfill (Traffic and Non-Traffic Applications) A G./4 .\ //// COVER TO // /\/ , COVER TO RIGID PAVEMENT,H ////\#\ \ fi FLEXIBLE PAVEMENT,H IpI / II G�i FINAL // I BACKFILL SPRINGLIKE _ INITIAL BACKFILL HAUNCH ''";i��////�� BEDDING 4"FOR 12"-24"PIPE 6"FOR 30"-60"PIPE SUITABLE MIN TRENCH WIDTH FOUNDATION 24640 TRUEMAN BLVD. HILLIARD,OH 43026 (800)821-6710 www.ads-pipe.com ATN204 ^ ©ADS2016 i '' , Table 3 Maximum Cover for ADS HP Storm Pipe with Uniform Backfill, ft (m) Diameter Class 1 Class 2 Class 3 Class 4 in(mm) Compacted Dumped 95% 90% 85%3 95% 90%' 95%' 12(300) 41 21 28 21 16 20 16 16 (12.5) (6.4) (8.5) (6.4) (4.9) (6.1) (4.9) (4.9) 15(375) 42 21 29 21 16 21 16 16 (12.8) (6.4) (8.8) (6.4) (4.9) (6.4) (4.9) (4.9) 18(450) 44 21 30 21 16 22 17 16 (13.4) (6.4) (9.1) (6.4) (4.9) (6.7) (5.2) (4.9) 24(600) 37 18 26 18 14 19 14 14 (11.3) (5.5) (7.9) (5.5) (4.3) (5.8) (4.3) (4.3) 30(750) 39 19 27 19 14 19 15 14 (11.9) (5.8) (8.2) (5.8) (4.3) (5.8) (4.6) (4.3) 36(900) 28 14 20 14 10 14 11 10 (8.5) (4.3) (6.1) (4.3) (3.0) (4.3) (3.4) (3.0) 42(1050) 30 14 21 14 10 15 11 10 (9.1) (4.3) (6.4) (4.3) (3.0) (4.6) (3.4) (3.0) 48(1200) 29 14 20 14 9 14 10 10 (8.8) (4.3) (6.1) (4.3) (2.7) (4.3) (3.0) (3.0) 60(1500) 29 14 20 14 9 14 10 9 (8.8) (4.3) (6.1) (4.3) (2.7) (4.3) (3.0) (2.7) Notes: 1. Results based on calculations shown in the Structures section of the ADS Drainage Handbook(v2O.7). Calculations assume no hydrostatic pressure and a density of 120 pcf(1926 kg/m3)for overburden material. 2. Installation assumed to be in accordance with ASTM D2321 and the Installation section of the Drainage Handbook. 3. For installations using lower quality backfill materials or lower compaction efforts,pipe deflection may exceed the 5%design limit;however controlled deflection may not be a structurally limiting factor for the pipe. For installation where deflection is critical,pipe placement techniques or periodic deflection measurements may be required to ensure satisfactory pipe installation. 4. Backfill materials and compaction levels not shown in the table may also be acceptable. Contact ADS for further detail. 5. Material must be adequately"knifed"into haunch and in between corrugations. Compaction and backfill material is assumed uniform throughout entire backfill zone. 6. Compaction levels shown are for standard Proctor density. 7. For projects where cover exceeds the maximum values listed above, contact ADS for specific design considerations. 8. See ADS Standard Detail STD-1O1D for additional details. Ai /'640 TRUEMAN BLVD. HILLIARD,OH 43026 (800)821-6710 www.ads-pipe.com 3 A ATN204 /tiopi Fr ©ADS 2016 OAZD -U 0Om� 0 a U 0-0z00m< 8 v W (n A W N z �5-ICRoz > m 00m>-- 3 DD2mZ D3o1130O DW-'� 3 DD ZD 01 • mcm- 0rm P' A 2<o73mm? mn-m1 0-1K m-10 1<O D -1m-10r m Z0>°zom ° > .2pOoc c��_11r O2-1zm2z mm0 co am1r� ,Z Ojvz v ompm�-03 1Dr>-ID XXrrmmrc) om11 m w2mm 0=y mOf. Ei -o2,-to00 Q zr00 Ux mul00 ur 5zj O Gn cn �2md{ m=gg=< D Oc2Dy-m Dm Z- 1wmx-1mq mmZ 2 ,ZD1r0Z1 >mP-ImAzcmicn r -.-.v0mre z,02r C' rm- km2 Oc mDmOK mNzm-um, TimOrn OoncOZ D2moo-, mmm-- m ZZ, O pcoO2y Sz�o°zz 2 y3 �NO3 zypol v3Arm�3 ODM m -�<-i�D 0A A e=rr rZmmmcl 3 <3000c WW712W DD..c�Z� 122 -� �m23r mm 5K 7 �z� g mDm�ZO vmwo=m vmar-0- m�� m -0cnH-0w °�� 5 mmn�y� Z 33v0 mmzr3 n 3mmr vD2 Z OZSDm on; D mAm2 cn -•-miz_fcm 0x D,1 �ia3� cn umimz �Om�czi> 6.,r'.., -0 H Cep'-,m> m mam Zi� C1472m COmr-02 0 0 DmZ0H o A �7 mm m �3,-- -m5DmmIm D-om vv /v -ziwP329o� z mo°• mz O"DOcom n p�N=�m Gz')C� m T. W mo mm >y z 2 mmO,zi fin Z G D r'ONoD 2"100 Z-0 Z OpDmZ m D-� D 3 0 o r 0 A 1 XIv O ornAy-i n >?-i-mO? ok,mor D= NKD mD3 3 f="A 0 OO 14 j 2 O r (Dn 1 0- m ODo-C m �z o U7 D m _il m O • flit �T�7 L,.... i..._ mO1� o Z c- 10D >1-MK m- 1 c 2 30m o N zm=ozm O 2-mzm ZmcnmO -3 [- �7 7 mzmzOr 1 mfn0DT Om1Zr 0m3 01�= m>o > -DiD3m0 I 1�� ��mc-aD m C7�1rC) C7�m1D m-� O- 111 0 mcnDmD ,\\\\\\\\ v r- -,3N00> D m m z C Z= m D 2 0< ////////////////•� m b co 0 3 1=10r-{0 0 m o z to 0 m °r° Z 5.•-m>0 3 ��/\\\//\\�/\\// //\* ', Z^ =z mom A p<,o<U vmp - x7-23 m 22 zDm 0 mCO-IOm z �j\\�\\�Q\\\\OQ\\\``, l/ -gmZomo 30a mr D0z 113 yr< zy1 z 3mp� (n1 ��\\�\\/\\�/\\/\�//\\\\\\\� I -1007 3p 13 2n r. /1 om x /02-0m-I -I JH! mm ;HH -0rD-32mm < 1zrrm cnmm D0 D 1mUCO W 2 m m m 2m 0 �T-Zi z m§r,2�C)Z 2 D -0cn-n1 3m> ..,�S Z0 m 2 DOO O U m D v�lmzo0 <<p c1 m-' OOO 1 �1 prO;1<O m1 vv-o12 co y r mzmr O1r 2 r�N rcn 2fn mmm9m-t DZ mom>Z 0 3<my _zr 70C 01�� ( ( zrnm0oi-i0 •-Dm0 -0 ••—1m mm3 2zr Nim F mmliA mm�<zg 0m0 m- vorn m coTmGly DM°i r zv0 mcn W - cO- Wm m moi-omm < 20mzX m z v m- z O DANOA� 0 C)1T m rAZmO C.Zm)< D om�,"lUj oC o c n_ 0> m - m �mcsim x�11m D�TOz ZDoO71< ->-I m Z On �� n Tr Tr �g Z vmpmcO mUO�A rcnmmo rcn .Z-O Zcnm ;O UNZ1 Dr z 2 r rz -+mAmm i-•170<OZ2 <mp)mZm 0 om- -Im G7 r r m 0 gy-1Zy-n5; mUcl)�D m m0G) SZom>0 Dz0 mP-'m 0 o2Om�GZi <zV1� cDi7D1m0 =r.-4,.000 0>> O��p Z <m m p mmm mvolal ommmm= 1rt'oz77K --mm m mvlm2 32 1�� 2 m M.>CO ^? mDm3m mr3 ADZ m2il Z <N1z z0 D 3 p. z m� X7,-.7>0 -I D c Xz2 2 m„y 1 _ 1.028 mDZmo m/mo��0n1 m<m O c2il�pA I r 014 ��mA� 2<3m O 3m0 A O�_i0 A 2rZ O< 3 � z DDC m cnZ00-71 zalm r vz2o momo OV7?c m D 1 0 0 2 2 o m 0 o 3 o rm m D z C E WI AR m .. .. C Z D 2 m - z V 1 G 1 C(n 2 0 0 O O N O O O O A 0 0) O- O N 2 WO 1 . o31m 3 3 • 3 • 3 . 3 Q. 3 - 3 . 3 3 - 0- __i cs o p :O�Zn 3 3 3 3 3 3 3 3 3 D r-� „ U o O o c x cn Z m 1 0 103=0 0 . . m D H 7, 1 D Z .N C7 -„ D 0 0= D CO ao a TO' w 3 P OrO m3 o9 D m m C7 C7 r- t N CD lir; cO' ,6 N `43 !:.I W A N A N A > D m X o N g-- 8 Apm 0m3 ° 3cO3o3 °D3cO3" 3A3f73� 0 m wm 3 3 0 <cmn oZ m D (GTI z m 11 _ 0 m m X O 2 3 ., ., -u o L N ), C 2 CD rn rn rn w <O oo m 3 '� C7 c O m • .Tl L7 D N N A j N IV N N W �p N N N C V r 3 0 ,N O t0 v 0) A Co W 2 3 o m Z m 3 0 3 0 3 3 0 3 -4 3 rn 3 O 3 Q 3 w o 3 � m 2 °Q 1°02°1,22 AO�0 0 O A 00 N(7:13^2 O m 3 $ "PO 0 3m w co rm 3 -3 -3 . .3 .3 .3 .3 - v m A C) mN A_ A_ A_ A_ (n_ P. 0) 0) W t0 r O< -<oA3^? N .ZC7 >00 3 3 -- 3 3 3 3 3 3 Z < m o� c A e A 3 A w A 3 0 3 m A. A. 3is)-. 0 Cl) m 23 °3 - cn D o3 0 i J - 2 m-- O z m _ _ _ z - 3 Q N N Co W A A A A A O O co r C)z A O co-' n A N O 'Fe. v ? z E o, 0 u) "40 v O OO OO (J A W A (0 al t0 Z; U5 02 2 .Z) < pm coWpOjNptNON�A NO�i(0��'�ACD A NO D.Z113 8 mx 3 3 3 3 3 3 3 3 3 Zr- D m m zp 3 .3 .3 .3 .3 .3 .3 .3 .3 •1m c • SCD (n > 20 �0 3 3 3 3 3 3 3 3 3 20 3 Hi 2 A A A A 0, 0) 0) O) O) ,0 2 m O Cm U7 W W O)f W'"' W W -4"N A N N C7 v D< D O< m D� n *03A3A3`,3 A3 `°3`°3 3— 30 ' D 07Q u,{ Z Zz Z Ap 2 _1 cn p z� . DC7 z m S O co co co co A A 0) A A (0 N D N X O C) D _ -. O Of O JO A A (.J A IV v O (0 W O _ r N O) A r z p (n oz 2N3 3 3 3 3 3 3 3 3 UO3 .3°. 0)Z o 5 am 03 3 02 o O m 0 r N W W W A A A A A r r <._. 2 00 -)cO 68 00 00 W A (a A CO (O8 (O8 con <D m 2 Ono z co 0 o 3 3 3 3 3 3 3 3 3 o m - .O Z z 11 o 11 z 0 0 7 0 z m D m m m J O, tT a w N O ci-M a Za aA:c1 0 OCC;-+n C; Z'ocmvoaArZm4omR on 1Z O 0,0,3:A a N m 2,N co a m Q-A N z Z < Off,W Zwxzq[pn W O�v'9.p m 0 <5 m o o m m*o n m>m o o w C w m O o 0 A -rn 73 C)o m c-o.- 0 .-01> W Z C.... 0-4-1mz?°Znm-.:0-4w m o, 3mv Dp 73 AmZm wzE m0 mm cn p Z m �� > a NOO9mmmmm TC 2 Z?V) m LI z21=>0%--0._.6)0, -1n a <N C7 O Z m r m->llz xOOOZOOr r c7 omx Oc•.)�r Cn m W. ry ppb` mz mz 77-n m 0 OXO ;oa 77 DMZ GA)`� mvomw> m-10>ca)z-1A v m73 73OCCTpm mom Dm OmO=m Gz� 0 m-s>07s0-10r0 c Z-<Z C) 0 O S o r A O. OX -1 m0 r m o 0 mm , m.o.„„Pz m F M > g m p O O ,Z = --1 �7 oO rO "cn• ma$Oa 3 :.( : m0 � 0=,m!- G) Km ��a�O ay X0 -�+ Z = � f» CA =m � _ -Dip COOczi<.., Zn 0�§M v p= x C)-I O� 2C A� 5zB OF o6.Pz,a„ m mG) ao 0?5 cn_AD C) DaZO� 00 mO.).... a N m ocn 3 D >-i zv..Oo cZ O-4 NO � O `O pC)� Z21 X of= Sm rix OO > m co•,aopm m^ Po A 2� `t_m vai Z < ov O-0777 P 77 O:o > 4mo 73 DM v> q� -1 C)cn_ mN N? m� OZ p0 z - �O zz -im � DOZ-0C Z Z co m G) m g M Z ,.T= M >0... > -1,-Ci K n p C X m r '3 Z5 C)77-4-IOZ-4 ?�� .7]�c 0 1p 77o-1z-00>roo)) c72O7JmX v,W,-aOmos, Mo > ('- cnomzonmcco z v0 OOmon4-'�ai�-4 CD T?mmomx0 Din -Apm32�Z O r z On Cl m_O 73- y r z O Z,D Z O 0 0 Z m _ m NO m D Oawo°AWOmNAy .' i ��\��wmmczoczmm oOdIi, ' x ♦ -4m-ZmI • oiCZ • 0=mmmymA a- o ii zcz m�mmyomc7mw zgo : 0 Zmrn O o > cn OS • ipm -12 mmi m. Ili , m 5 m > J31J 4 Cly m �/ i cn z `/v r4 C7 <CO ....\\ Z w m I :N /` N XJ mo m 1 m3.- w -, y n pTz �, 'I r �i) c P ! J WOQ-4 rnp �Q�m Co 2J Z -0 n � o� ym KK 000ZCo oo K_ m m Z w C D 22 z z z v r Z Co pO_ c) ZO OG�OOD K_ CTI m npoOx.T wz oQDZTp Z p �Dool. c) Dr- Q. ' .-AOOC) S D T m Iv rn A o m O r 0 x G7 -n O -II- _ m _ 7777 { Z Z C D m c O D m o r m m n z 0 7 Z cn m m x �► r- z D , - Cif o m T C - D o, D m Z m xm > 0 ,r-- W zmZo W r 4- ny = w > ��A7Orz� m DO M� -< mwmo m w D V)0jm 62 ® zpm me O 0 ? TOr-(czi) x co9 n �„O co z o.,,C) ‹0 D o zn o m 0 mZ p N cn ODo �m y ^; C;ow XD (Z0OCZ o z� ) omzKcn 0 mo c _ rvzm DOO . 23 -rx CA ZZDZOO D ?j'Ocn O_NZCm r m .miK Wm -_Oiz9° K ��O s.. rz r� � 7np00 0rn . v -u 0 Ow p z zm on .FS' mSW -1 Sw oo Z ?Z c V) 0 o f Z p 2 D N O� O O Nlo m o = ,,m D r cn S z S .: •.c o00 -moi m cn m m w 73 1-1 -. ..00 M m .2- T) O o < m m N N w a0 N itN pN o a ivw A < . n o w'm m . 0 3 Q C (O N O -{ — 3 O N -1 N -p O --I z N .' -0 O (on � w ca) VZ) °' ama myaoa) > �, o < m Q N 7 !D () (3 (° •[D N N D C Q n;(fl -• N N (Q Q m O cQ N m + a) CD a r n (D 0 v a) 3. -Ce c. xi (D N 0 x D•) QZo. N O r o - !D 0 w CD v D Qm v D o w Q 3 - (D -D1 (D (n -" m cC1 O . 3 US) ca 5 o r mo ='• cCQO oc ° 7 A- = (n voQ c 7CD o < Z -"--o m o_ 3: o .- --HN CDD m n) � Q , C so v v N 7- , v ° (n •7 o 0 O ? v (D !D 7 O v o S O lD 3 O 7 3 O a._a lD S(Q 7" 7 US rn c Cco v m 0 O ' ID = �, o m CD (CI N CD D -- 7' rn (n 3. �• v ° S -CD CO 0 co -, 7 C Q �(D v Q S S a m cn 7N.. <D O N 0 (D N = O 7 O K S(D O = (n (A = 7 7 Q d S N a) S 3 11 0 (SD =.1N S O (D 3 6) 0 (1) O �, C -) N C") (O 7 n) (D = d to 0 m- ° v o o 3 Cl) 7. O 3 m o 0 H = 7 7 O O (D o - _' o O ° 6) E0- 00 .7 7 v C 7 O N' 7. N (D CD ) C (D Q CO 7r n (D 3 Q a N (D 3 0 o N ,� 0 O N (D C O' 7- Q- 3 0 St-a' o o N c) o m - p) M c DN v U 00g .= r c cRl (D m O O (D = H-0 a. C v (D O C cr Q O N 0 co S O Q mT73 Omm A,O-< (Nn 0_, D -0 3 S O DO—w• S � Q'"N6 ((ncn 3 N S .7o -Izv0 n ,70 1010 () 7 Z Enm r D O z m O'�3. O O "' N N CO Q O (fl O- O v 7 (D N cno=m��mm�Z 7' N (D O lD N a) O O `< - C p 73 D =' Zmmo��A�n-�, D) N O' (. - 3 O N DUN Q.-. m mzmixoT00xDN N So Q R. Q 7' 7 7• NCD O g to Om7,a0O z.n0L. 3 3 N C o o_ D) (D Q v C - 7 (1) Zmo?,2mox 1 (Q C 3 (Cn O O(Q N "O' O' N3 Fp' N 7 <v T O=��l�m .6.5 Ej �, O (D 7• -4 U (D N (D lD -O Q Q u, CD N m 1,22 l'm•-cmi O"�m • - L i lb �_ O O a .CD O a' N Q 7 0 3 7 5. ig A Q. Ton 70 c'- i .., N v O < U) N O (D N (D < O � a) (/) �o�Zm��22�D 7 (Q m N d cD C O o ° a0 � Q C a ��O z z m��� N Q. o o O N o < — (D (D 0.0• < O o c © mm xz S 7 _ 3 (D CO 4) 3 D N O -t o -iZ tmOm O Q 0 v N U) C v 7 CD 7 ? 0 o{D zmnn 7C �. 7 N �, p) - rj O 7• ' CO (0D a) 7 ro = - O 77 m m 7 7 7 O N 0 7 0 5 7 O Q N O -z' o 7,- Q(O N N N X Q_0 (D -4, (nD a• Q n O C O N �' 7'(a N S_ O pCj �. ° Q a N 73 0 v ^ N v 0 730 o _ O S Ny .< (D "O N O N D m D 0 0 0) 0 0 N < (D (D a). O rL (D = 7 0 0• a) "' w "' -a O (D CL D O -O- (D (O Q C v ^ (D N N v Q Co m o w v 7 S -I 0 (D v N co S 0 7 (D _N w 7 co (D (n S (D 3 -. (D (D v X (n 7 G <? Q' Q co N Q1 (n (D O 7 Q {y N `< co7' 'S DL. c US O (D S j W O * (p (n (D v N 0 7c p' = n 0 S (D (Q m S o D .- " NJ 3 _. (� - O N 5 Q- (D 3 7' N n m 3 O j O▪ T j (D N cn v (D o N as Q m 7 0 - N ° S (D C 3 0 3 0) (D Cl) m m z Q O O .� - (D a j N _ O N (D 0 7 ..., -1 a) 0 Q S v -, (D co C Q o05 ° 3 _ O_ (D z p' (D N v' a (D 7 O • 7' O N z7 O N O- Q (n -p Q 0 O O o CZ S 0 D N - (D _O -., (U a)• O (D N 3 (j X a a "d N Q in m O 0 _Q_ 7 7 > 0. _ S 5. < O 0• LT m (� O 7 Q Q d (D 67, U. O v N Q O v lD �. Q N N 7 = N (D (D O -"O Oo: U) �, 7' O c ( cn7a) vN -007' D H ' N O 7. o (n w C) a' U) Q 7 (D N O U) O < N 3 Q C 7 N S 3 if (D Q lD fD C, -i O 6) � N ('' A (n 3 C• �G n) z m O O N S "j Al - N 3 O S S 0" O m co 0 - (D N (D = O N 0 N O N Q_ (p CZ Co (D O 0 O CO N v S o (D 3 f') 2 ..9 __. n ~ (D d Q (SD 7' 0 v v N (D p 7 0 3 - (n O N _CO 3 _ 3 a cA� Q x A- � o I. n 30- 3 a) v O QN ? 0 6 ? 0 (n o rn fD D) 7 (D 7 S (D N o E m � — (D O_ N. N 3 S 7 O C (D ill f -0 w w -0 (D 0 6)CT v (D cn N 0- CI 7 (O/) N N C tD T £ J[2 T Wo 73 - 7- 7 (D D" Fir O CD CD M D •�G a V 2 m O O (D -_w co 7 v 3 o 3 0 0 C z 0 m O Z S (D 7 O 0 S Q Q xi CO. co N S =` < vzi N w D ET Cl. (D (D (D CD N O Q O N (D H m>m m 0 0 3 DezTex Industrial Services, LLC-dba Website:www.Deztex.com R4tXMCtik Company Email:info@deztex.com 905 Jade Ave,Port Arthur,TX 77640 P.O.Box 21397,Beaumont,TX 77720 10:409-983-5555 IF :409-985-7762 Date: September 18, 2020 ATTN: City of Port Arthur, TX City Secretary P.O. Box 1089 Port Arthur, TX 77641 Reference: P20-068—Install Storm Water Pipe at Willow Avenue Deztex Estimate#20165 Council Members: RAMTEX proposes to provide labor, material and equipment necessary to perform the above-referenced work as per the drawings and specifications provided for the fixed price of$68,969. Scope Notes: 1. This proposal is to install the remaining scope as per the provided scope of work and design drawings. All that remains are 18"pipe and 21 each drain inlets. 2. Delays or additional work as a result of any underground obstructions shall be extra to this proposal. 3. This proposal does not include SWPPP design, installation, or maintenance and is assumed by the owner or general contractor for this work. 4. Although great care will be taken while excavating, we do not assume the responsibility should any damages occur to small diameter underground utility such as utilities, ground wires, cathodic protection systems and small bore piping or conduits. Schedule Notes: 1. This proposal is based on working 4 — 10 hour days per week. 2. This proposal does not include working holidays or Sundays without double time. RAMTEX will work Saturdays as make up days due to weather. 3. RAMTEX estimates this project will be completed in 2 weeks. 4. RAMTEX can mobilize and begin work within 30 days of executed agreement. Contractual and Commercial Notes: 1. Sales Tax is not included. 2. Labor, fuel and material prices subject to change with market conditions. 3. If asked to proceed with change order work prior to approval, the price is accepted as submitted. 4. Payment shall be due within 30 days of invoice submittal. 5. This proposal shall remain valid for 30 days. After that time RAMTEX reserves the right to revise pricing and/or schedule. Thank you for the allowing our team to provide you with pricing for this project, and we look forward to working with you. Sincerely, Ci•ka Deztex Industrial Services LLC, DBA RAMTEX 409-983-5555 www.deztex.com One Cod, One 7-earn, One Coar GENERAL INFORMATION: 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. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. Excluding Federal Funds 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 17 ETHICS: Public employees must discharge their duties impartially so as w assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. 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. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. 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.: Public Works Department, P.O. Box 1089, Port Arthur, Texas 77641. 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. Page 14 of 17 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 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 Page 15 of 17 not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the 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 Contractor shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be 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 17 b. If individual linias are provided, minimum limits are .0_, 0,000 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. Page 17 of 17