Loading...
HomeMy WebLinkAboutPR 22362: AWARD MAIN WASTEWATER PLANT REHABILITATION City of ort rth u-1i Texas INTEROFFICE MEMORANDUM WATER UTILITIES DEPARTMENT-ADMINISTRATION Date: February 4, 2022 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager From: Calvin Matthews, P.E., Water Utilities Director RE: Proposed Resolution No. 22362—Award Main Wastewater Plant Rehabilitation Introduction: The Main Wastewater Treatment Plant is in need of major rehabilitation and modification. The intent of Proposed Resolution No. 22362 is to seek Council's authorization for the execution of a contract with ALLCO, LLC of Beaumont, Texas for the rehabilitation of the Main Wastewater Treatment Plant in Port Arthur, Texas with a total projected budgetary impact of $67,217,338.00. The lowest and only responsive bid was submitted by ALLCO, LLC with a total of$73,643,227.00. The awarded amount of$67,217,338.00 was reached after performing value engineering of the bid, resulting in a savings of$6,425,889.00. Background: The Main Wastewater Treatment Plant is in need of major rehabilitation and modification. This project will include improvements to the Main Outfall Lift Station, Headworks, Primary Clarifiers and Vaults, Trickling Filters, Multipurpose Lift Station, Final Clarifiers and RAS/WAS Meter Station, Filters, Chlorine Contact Basins and Non-Potable Water System, Dewatering Building, Plant Drain Lift Station, Electrical & Instrumentation and Electrical Buildings. Budget Considerations: This project will be partially funded by $56,237,412.00.00 from a Texas Water Development Board (TWDB) loan and charged to Account No. 404-40-000-8516-00-00-000, Project No. TW-0003-CON. The balance of$10,979,926.00 will be funded through an ARAP Grant and charged to 169-07-015-8516-00-40-000, Project No. ARP002-GRE-WWT. Recommendation: I recommend City Council approve Proposed Resolution No. 22362 authorizing the execution of a contract with ALLCO, LLC of Beaumont, Texas as described/outlined above. PR No. 22362 2/4/22 bw Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH ALLCO, LLC OF BEAUMONT, TEXAS, FOR THE REHABILITATION AND MODIFICATION OF THE MAIN WASTEWATER TREATMENT PLANT WITH A TOTAL PROJECTED BUDGETARY AMOUNT OF S67,217,338.00; $56,237,412.00.00 FROM ACCOUNT NO. 404-40-000-8516- 00-00-000, PROJECT NO. TW-0003-CON AND $10,979,926.00 FROM 169-07-015-8516-00-40-000, PROJECT NO. ARP002-GRE-WWT. WHEREAS, the Main Wastewater Treatment Plant rehabilitation and modification is necessary to enhance the quality of discharge into the waterways and be in compliance with the Texas Commission on Environmental Quality(TCEQ) as per discharge permit limits; and, WHEREAS, the Purchasing Division of the Finance Department advertised for bids in the Port Arthur News on November 17, 2021 and November 24, 2021, with one bid being received on January 12, 2022; and, WHEREAS, the lowest responsive bid was submitted by ALLCO, LLC of Beaumont, Texas (bid tabulation with descriptions of items attached hereto as Attachment"A"); and, WHEREAS, Freese & Nichols, Inc. of Fort Worth, Texas reviewed and recommended the award of the contract to ALLCO, LLC of Beaumont, Texas as per the value engineering performed. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct; and, THAT,the City Manager of the City of Port Arthur is hereby authorized and directed to execute a contract with ALLCO, LLC of Beaumont, Texas in substantially the form as attached hereto as Attachment "B", for the rehabilitation and modification of the Main Wastewater Treatment Plant in Port Arthur, Texas, in the projected budgetary amount of $67,217,338.00; PR No. 22362 2/4/22 bar Page 2 of 3 and, THAT, this project will be partially funded by $56,237,412.00 from a Texas Water Development Board (TWDB) loan and charged to Account No. 404-40-000-8516-00-00-000, Project No. TW-0003-CON; and, THAT, the balance of $10,979,926.00 will be funded through an ARAP Grant and charged to 169-07-015-8516-00-40-000, Project No. ARP002-GRE-WWT; and, THAT, such funds shall be used only to make payments as required under this contract; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ,ADOPTED AND APPROVED THIS day of ,2022 at a Regular Meeting of the City Council of the City of Port Arthur,Texas,by the following vote: AYES: Mayor ; Councilmembers ; NOES: Thurman"Bill"Bartle Mayor ATTEST: APPROVED AS TO FORM: Sherri Bellard Valecia Tizeno City Secretary City Attorney PR No. 22362 2/4/22 bw Page 3 of 3 APPROVED FOR ADMINISTRATION: APPROVED FOR FUNDING: Ronald Burton Kandy Daniel City Manager Interim Director of Finance ed ,1 _ - tvutk. Calvin Matthews, P.E. Clifton Williams, CPPB Water Utilities Director Purchasing Manager ATTACHMENT A (BID TABULATION WITH DESCRIPTIONS OF ITEMS 00 4116 Bid Form Exhibit A Project: Port Arthur Main WWTP Improvements Project No.: Owner: City of Port Arthur,Texas PTR15234 Design Professional: Freese and Nichols,Inc. Offeror: Allco,LLC Base Bid Item No. Item Description Unit Estimated Unit Price Extended Amount Quantity Items in Base Bid(excluding Allowances)per Section 01 29 01"Measurement and Basis for Payment" Main Outfall lift Station:Bid for the construction and operational completion of the improvements at the existing Main Outfall Lift Station inclusive of all items as shown on the MO sheets in the A-01 contract drawings.Work shall consist of excavation and backfill, 1 LS $4,135,709 $4,135,703 structural,architectural,HVAC,piping,valves and appurtenances, pumps,equipment,installation and startup,and all other related costs required to complete the improvements. Headworks:Bid for the construction and operational completion of the proposed Headworks inclusive of all items as shown on the HW A-02 sheets in the contract drawings.Work shall consist of excavation and 1 LS $4,231,025 $4,231,025 backfill,structural,piping,valves and appurtenances,gates, equipment,autosampler,installation and startup,and all other related costs required to complete the improvements. Primary Clarifiers and Vaults:(1)Bid for the construction and operational completion of the proposed Primary Clarifiers and Primary Sludge Pump Station inclusive of all items as shown on the PC and PS sheets in the contract drawings.(2)Bid for the construction and operational completion of the new vaults for flow A-03 control valves,trickling filter flow meter and filters flow meter 1 LS $10,542,354 $10,542,354 inclusive of all items as shown on the FCV,TFM,and FMV sheets, respectively in the contract drawings.Work shall consist of excavation and backfill,structural,piping,valves and appurtenances, pumps,flowmeter,equipment,installation and startup,and all other related costs required to complete the improvements. Trickling Filters:Bid for the construction and operational completion of the proposed splitter box,improvements at the four existing trickling filters,and proposed trickling filter junction box inclusive of A all items as shown on the SB,TF,and TJB sheets,respectively in the 1 LS contract drawings.Work shall consist of excavation and backfill, $3,663,174 $3,663,174 structural,piping,valves and appurtenances,equipment,media, installation and startup,and all other related costs required to complete the improvements. Multipurpose Lift Station:Bid for the construction and operational completion of the proposed Multipurpose Lift Station inclusive of all A-OS items as shown on the MIS sheets in the contract drawings.Work 1 LS shall consist of excavation and backfill,structural,piping,valves and $5,460,824 $5,460,824 appurtenances,pumps,equipment,installation and startup,and all other related costs required to complete the improvements. Final Clarifiers and RAS/WAS Meter Station:(1)Bid for the construction and operational completion of the improvements at the three existing final clarifiers,scum pit,final clarifiers effluent lift station,and proposed RAS pump stations inclusive of all items as shown on the FC and FCE sheets,respectively in the contract drawings.(2)Bid for the construction and operational completion of A-06 proposed return activated sludge(RAS)and waste activated sludge 1 LS $5.699,815 $5,699.SiS (WAS)meter stations inclusive of all items as shown on the RWM sheets in the contract drawings.Work shall consist of excavation and backfill,structural,piping,valves and appurtenances,pumps, flowmeters,equipment,installation and startup,and all other related costs required to complete the improvements. Bid Form Exhibit A 00 41 16-1 Project 9-Project Name Item No. Item Description Unit Estimated Unit Price Extended Amount Quantity Filters:Bid for the construction and operational completion of the proposed filters inclusive of all items as shown on the FIL sheets in A-07 the contract drawings.Work shall consist of excavation and backfill, 1 LS $3,434,767 structural,piping,valves and appurtenances,pumps,equipment, installation and startup,and all other related costs required to complete the improvements. Chlorine Contact Basins and Non-Potable Water System:(1)Bid for the construction and operational completion of the improvements at the existing junction box upstream of chlorine contact basins,and chlorine contact basins,Inclusive of all items as shown on the JBX and CCB sheets,respectively in the contract drawings.(2)Bid for the A-08 construction and operational completion of the proposed non- 1 LS 5872,890 $872,890 potable water system inclusive of all items as shown on the NPW sheets in the contract drawings.Work shall consist of excavation and backfill,structural,piping,valves and appurtenances,equipment, installation and startup,and all other related costs required to complete the improvements. Dewatering Building:Bid for the construction and operational completion of the improvements at the existing dewatering building inclusive of all items as shown on the DWB sheets,exclusive of Alternate Item D-07.Dewatering equipment to be furnished by the Owner as noted in the contract documents.Contractor shall include A-09 bid cost for installation of the owner furnished dewatering 1 LS $961,426 5961,426 equipment;and construction of improvements to the dewatering building.Work shall consist of structural,architectural,HVAC,piping, valves and appurtenances,pumps,equipment,installation and startup,and all other related costs required to complete the improvements. Plant Drain Lift Station:Bid for the construction and operational completion of the improvements at the existing plant drain lift station inclusive of all items as shown on the PLS sheets in the A-10 contract drawings.Work shall consist of excavation and backfill, 1 LS $593,372 $593,372 structural,piping,valves and appurtenances,pumps,equipment, installation and startup,and all other related costs required to complete the improvements. Electrical&Instrumentation and Electrical Buildings:(1)Bid for the construction and operational completion of Electrical and Instrumentation improvements inclusive of all items as shown on the E and PI sheets,respectively.Work shall consist of ductbanks,power and control wiring,instrumentation,site lighting,generator improvements,SCADA improvements and all other related costs A-11 required to complete the installation of all electrical and 1 LS 59.563,055 instrumentation components.(2)Bid for the construction and operational completion of the proposed Electrical Building North and Electrical Building South inclusive of all items as shown on the EBN and EBS sheets,respectively in the contract drawings.Work shall consist of structural,architectural,HVAC,and all other related costs required to complete the improvements. Trench Safety:Bid for the development,design and implementation of a trench safety system and excavation plan for the construction of the project as required by the Occupational Safety and Health Administration and for the assumption of responsibility for said A 12 system. Measurement methods used in trench excavation safety 1 LS $30,000 $30.000 protection by the linear foot of trench deeper than 5 feet and pay at the unit price bid and shown in the Proposal. For excavation, measure the length of the perimeter of the structure at the footprint of the structure where the outer face of the wall is less than 15 feet from the excavated soil surface and is deeper than 5 feet. Bid Form Exhibit A 00 41 16-2 Project p-Project Name Item No. Item Description Unit Estimated Unit Price Extended Amount Quantity Storm Water Pollution Prevention Plan:Bid for the development, design,implementation,and administration of a storm water A-13 pollution plan(SWP3)in accordance with TPDES General Permit TXR y40,C00 U,OJU 150000.This item also includes installation,maintenance and removal of all storm water controls identified in SWP3,complete and in place. Mobilization/De-Mobilization:Bid for the move-in and move-out of personnel and equipment and shall include all labor,materials,tools, A-14 equipment,and incidentals required to mobilize,demobilize,bond, 1 LS $1,458,000 $1,458,000 and insure the Work for the Project in accordance with the contract documents.Maximum of 3%of the total bid price. Miscellaneous Main WWTP and Main Outfall Improvements:Bid for the construction and operational completion of the improvements and modifications at the Main Outfall Lift Station and Main WWTP inclusive of all items shown in the contract drawings that are not specifically listed in the above Bid Items.The proposed A-15 improvements shall consist of clearing and grubbing,paving and 1 LS $9,820,512 59,820,512 grading,yard piping,development and implementation of a storm water pollution prevention plan(SWP3),demolition,temporary bypass pumping systems and other related architectural,mechanical, structural and civil sitework not specifically captured in the Bid Items above. Total Base Bid Items Amount A $60,506,923 (Sum of Extended Amounts for each Base Bid Line Item) Allowances For Pre-Selected Equiment in Base Bid per Section 01 23 10"Alternates and Allowances" Mechanical Screens&Washer-Compactors:Allowance for Duperon to provide mechanical screens and washer-compactor equipment per specification Section 46 21 17"Mechnically Cleaned Multi-Rake B-01 Catenary Bar Screens"and Section 46 21 73"Screenings Washing 1 LS $737,000 $737,000 and Compacting Equipment",respectively,and Contract Drawings. The cost for unloading,storing,installation and startup,and all overhead and profit shall be included in Bid Item A-02. Grit Removal System:Allowance for Hydrolnternational to provide a grit removal system per specification Section 46 23 23"Grit Removal Equipment",and grit pumps per specification Section 44 42 56.12 B-02 "Induced Flow(Recessed Impeller)Centrifugal Grit Pumps",and 0 LS $935,680 50 Contract Drawings.The cost for unloading,storing,installation and startup,and all overhead and profit shall be included in Bid Item A- 02. Filters:Allowance for Aqua-Aerobic Systems,Inc.to provide cloth media disk filtration system per specification Section 46 61 41 B-03 "Automatic Backwash Disk Filters",and Contract Drawings.The cost 1 LS $1,825,000 $1,825,000 for unloading,storing,installation and startup,all overhead and profit shall be included in Bid Item A-10. Total Allowance Amount e $2,562,000 (Sum of Extended Amounts for Each Allowance Line Item) Note:Allowance and Manufacturer Pr000sui for pre-seiec ted equipment will be issued by addendum. Bid Form Exhibit A 00 41 16-3 Project a-Project Name Estimated Item No. Item Description Unit Unit Price Extended Amount Quantity Extra Work in Base Bid per Section 0129 01"Measurement and Basis for Payment" Additional Sidewalk:Bid for additional concrete sidewalk not shown C-01 on the Drawings. Concrete sidewalk shall be installed at locations SY 0 $75 $0 designated by the Owner. Additional Concrete Paving:Bid for additional concrete paving not C-02 shown on the Drawings. Concrete Paving shall be installed at SY 0 $85 $0 locations designated by the Owner. Additional Flexbase Paving:Bid for additional Fexbase paving not C-03 shown on the Drawings. Flexbase Paving shall be installed at SY 0 $50 $0 locations designated by the Owner. Additional Structural Excavation:Bid for additional"unclassified" C-04 structural excavation not shown on the drawings or required by the CY 0 $20 $0 specifications and as directed by the Owner. Additional Structural Backfill:Bid for additional compacted c-os structural select backfill not shown on the drawings or required by CY 0 $32 $0 the specifications and as directed by the Owner. Additional Bypass Pumping:Bid for additional bypass pumping of C-06 flows up to 15 MOD not required by Specification 02 96 00 and as 0 Month $99,000 SO directed by the Owner. c Total Extra Work Amount $0 (Sum of Extended Amounts for Each Extra Work Line Item) TOTAL BASE BID WITH ALLOWANCE AND EXTRA WORK(SUM OF A+B+C): $63,068,923 Alternates to be considered for inclusion in the Contract per Section 01 23 10"Alternates and Allowances" Aeration Basin Structural Improvements:Bid for the construction of 0-01 structural improvements to aeration basin wall.Sheet AB-S1 in the 1 LS $100,000 $100,000 contract drawings. Aeration Basin Blower Building Improvements(w/Mutli-Stage Centrifugal Blowers):Bid for the construction and operational completion of the improvements to aeration basin blower building including replacement of the three aeration basin blowers with multi- D-02 0 LS $402,900 $0 stage centrifugal blowers inclusive all items per specification Section 43 11 17"Veritcally Split Multi-Stage Centrifugal Blowers".Sheets ABB-M1,ABB-M2 through ABB-M5,ABB-S1,ABB-A1,ABB-A2,and ABB-H1 in the contract drawings. Aeration Basin Blower Building Improvements(w/Air Bearing Turbo Blowers):Bid for the construction and operational completion of the improvements to aeration basin blower building including D-03 replacement of the three aeration basin blowers with Neuros air- 1 LS $235,761 $235,761 bearing turbo blowers.Allowance for the Neuros air bearing blowers included in Item D-04 below.Sheets ABB-M1,ABB-M6 through ABB- M8,ABB-S1,ABB-Al,ABB-A2,and ABB-H1 in the contract drawings. (Allowance Item)Aeration Basin Blowers-Air Bearing Turbo Blowers:Allowance for Neuros Blowers to provide new air-bearing turbo blowers inclusive of all items per specification section 43 21 17 0-04 "High Speed Direct Drive Turbo Blowers",Contract Drawings,and 1 LS $224,775 $224,775 Appendix D.The cost for unloading,storage,installation and startup, and all overhead and profit shall be included in Alternate Bid Item D- 03. Chemical Feed Building:Bid far the construction and operational completion of the improvements at the existing chemical feed building inclusive of all items as shown on the CFB sheets.Work shall 0-05 1 L5 51,130,607 51.130,607 consist of structural,architectural,HVAC,piping,pumps,valves and appurtenances,equipment,installation and startup,and all other related costs required to complete the improvements. Bid Form Exhibit A 0041 16-4 Project N-Project Name Item No. Item Description Unit Estimated Unit Price Extended Amount Quantity Aerobic Digesters:Bid for the construction and operational completion of the improvements at the existing aerobic digesters and associated blowers inclusive of all items as shown on the DG D-06 sheets in the contract drawings.Work shall consist of excavation and 1 LS $2,006,581 $2,006,581 backfill,structural,architectural,HVAC,piping,valves and appurtenances,pumps,blowers,equipment,installation and startup, and all other related costs required to complete the improvements. Dewatering Building-Conveyor Replacement:Bid for the construction and operational completion of the replacement of the D-07 two(2)existing screw conveyors with new conveyors inclusive of all 1 LS $261,239 $261,239 items as shown on Sheets DWB-M9 through DWB-M12 in the contract drawings;and per specification Section 41 12 13.36 "Shaftless Screw Conveyor". Administration Building:Bid for the construction and operational completion of the improvements at the existing administration building inclusive of all items as shown on the AD sheets in the D-08 1 LS $189,452 $189,452 contract drawings.Work shall consist of architectural,HVAC, plumbing,and all other related costs required to complete the improvements. Total Amount for Alternates for Consideration $4,148,415 (Sum of Extended Amounts for Each Alternate Line Item) Note:Allowance and Manufacturer Proposal fsr air selected equipment will be issued by addendum. TOTAL BASE BID WITH ALLOWANCE, EXTRA WORK,AND ALTERNATES (SUM OF A+B+C+D): $67,217,338 Price for City Pre-Purchase of PW Tech Screw Press System: $1,025,500 j Total Construction Cost (Base +Alternate+Pre-Purcharse Equip): $68,242,838 TWDB Loan Budget Breakdown Construction Engineering(3 Years): $2,100,000 Loan Origination Fee: $968,477 Bond Counsel/Financial Advisor/Issuance Cost: $228,611 Budget Available for Construction: $57,262,912 Total: $60,560,000 Additional Funds Needed From ARPA Grant: $10,979,926 Bid Form Exhibit A 00 41 16-5 Project N-Project Name 00 41 13 BID FORM ARTICLE 1—BID RECIPIENT 1.01 Offeror submits this Bid to: City of Port Arthur City Hall 444 4th Street Port Arthur,TX 77640 Attention:City Secretary,City of Port Arthur I Bid No.P22-007 Re:Port Arthur Main WWTP Improvements Project ARTICLE 2—OFFEROR'S ACKNOWLEDGMENTS 2.01 Offeror proposes and agrees, if this Bid is accepted, to enter into an Agreement with the Owner on the form included in the Contract Documents and to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment.Offeror agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with all other terms and conditions of the Contract Documents. 2.02 Offeror accepts all of the terms and conditions of Section 00 11 16"Invitation to Bid"and Section 00 21 13 "Instructions to Offerors." 2.03 Offeror accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Offeror acknowledges receipt of the following Addenda: Addendum No. Addendum Date ignat cknowledging Receipt 1 11/04/2021 141 1A 11/04/2021 h/r 0 2 11/18/2021 • lAd!ipl 3 12/01/2021 41. (110441,4110 4 12/16/2021 �� 5 01/05/2022 � 4„ IS 2.05 Offeror accepts the provisions of the Agreement as to the assignment of the Contract for installing furnished Goods and Special Services. ARTICLE 3—OFFEROR'S REPRESENTATIONS 3.01 Offeror has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 Offeror has visited the Site and become familiar with and is satisfied as to the general, local,and Site conditions that may affect cost, progress, and performance of the Work. Bid Form 00 41 13- 1 Port Arthur Main WWTP Improvements PTR15234 ARTICLE 8—BID DELIVERY 8.01 This Bid is offered by: Offeror: ALLCO LLC o►►''".!t rr (typed or printed name of organization) �`N`4 0...O:.. . Signature: � T (individuai'ssignature) = •\%re- _ V'f' -a Name: T.W. HARRISON 4.. . (typed or printed) �i •••. •••• Title: PRESIDENT (typed or printed Address for giving notices: (mailing) PO Box 3684, Beaumont,TX 77704 (physical) 6720 College, Beaumont,TX 77707 Phone: 409-860-4459 Email: tharrison@allco.com (Attach evidence of authority to sign if Offeror is a corporation,partnership,or a joint venture.) END OF SECTION Bid Form 00 41 13-4 Port Arthur Main WWTP Improvements PTR15234 00 41 16 Bid Form Exhibit A Project: Port Arthur Maln WWTP improvements Project No.: Owner: City of Port Arthur,Texas PTR15234 Design Professional: Freese and Nichols,Inc. Offeror: Base Bid — — • Items in Base Bid(excluding Allowances)per 5ect7on 0129 01 'M,•.,sur',m,,t and Basis for Payment" Main Outfall Uft Station:Bld for the construction and operational completion of the improvements at the existing Main Outfall Uft Station Inclusive of all items as shown on the MO sheets In the A-01 contract drawings.Work shall consist of excavation and backfill, 1 LS structural,architectural,HVAC,piping,valves and appurtenances, ��// '. pumps,equipment,installation and startup,and all other related -1, 07,70 -Ur ! a o .1 00 costs required to complete the improvements. Headworks:Bid for the construction and operational completion of the proposed Headworks inclusive of all items as shown on the HW sheets in the contract drawings.Work shall consist of excavation and A-02 1 LS backfill,structural,piping,valves and appurtenances,gates, 231,bay,0 e �' 2 3+ a C'o o equipment,autosampier,installation and startup,and all other J related costs required to complete the improvements. Primary Clarifiers and Vaults:(1)Bid for the construction and operational completion of the proposed Primary Clarifiers and Primary Sludge Pump Station inclusive of all items as shown on the PC and PS sheets in the contract drawings.(2)Bid for the construction and operational completion of the new vaults for flow A-03 control valves,trickling filter flow meter and filters flow meter 1 LS inclusive of all items as shown on the FCV,TFM,and FMV sheets, II'' respectively In the contract drawings.Work shall consist of )0,5 q 3 S7.O D }Q IS t+4,35q,d0 excavation and backfill,structural,piping,valves and appurtenances, pumps,flowmeter,equipmert,installation and startup,and all other related costs required to complete the Improvements. Trickling Filters:Bid for the construction and operational completion of the proposed splitter box,.mprovements at the four existing trickling filters,and proposed trickling filter junction box inclusive of all items as shown on the SB,TF,and TIB sheets,respectively in the A-04 1 LS contract drawings.Work shall consist of excavation and backfill, structural,piping,valves and appurtenances,equipment,media, 3,9 II �11 6(,i��'0 0 3 kr�� 1,7 a t Installation and startup,and all other related costs required to complete the improvements. Multipurpose Uft Station:Bid for the construction and operational completion of the proposed Multipurpose Lift Station inclusive of all .)* items as shown on the MLS sheets In the contract drawings.Work A-OS shall consist of excavation and backfill,structural,piping,valves and 1 LS 60 / appurtenances,pumps,equipment,Installation and startup,and all I D 5( ' (DO, s).q.00 other related costs required to complete the improvements. Final Clarifiers and RAS/WAS Meter Station:(1)Bid for the construction and operational completion of the improvements at the three existing final clarifiers,scum pit,final clarifiers effluent lift station,and proposed RAS pump stations inclusive of all items as shown on the FC and FCE sheets,respectively in the contract drawings.(2)Bid for the construction and operational completion of A 06 1 LS proposed return activated sludge(RAS)and waste activated sludge (WAS)meter stations Inclusive of all items as shown on the RWM 3�. sheets in the contract drawings.Work shall consist of excavation and r , 00 g,.0 1 3_4.0' backfill,structural,piping,valves and appurtenances,pumps, ' flowmeters,equipment,Installation and startup,and all other related costs required to complete the improvements. aid Form Exhibit A 00 41 16-1 Project N-Project Name Filters:Bid for the construction and operational completion of the proposed filters inclusive of all Items as shown on the FIL sheets In A 07 the contract drawings.Work shall consist of excavation and back-111i, 1 LS structural,piping,valves and appurtenances,pumps,equipment, �J ' ' installation and startup,and all other related costs required to H.Z )1'1 t,"7,zi� (i' , ,3�j 41 a_7,0 0 complete the improvements. Chlorine Contact Basins and Non-Potable Water System:(1)Bid for the construction and operational completion of the Improvements at the existing)unction box upstream of chlorine contact basins,and chlorine contact basins,inclusive of all items as shown on the JBX and CCB sheets,respectively in the contract drawings.(2)Bid for the A-08 construction and operational completion of the proposed non- 1 LS potable water system Inclusive of all Items as shown on the NPW � sheets in the contract drawings.Work shall consist of excavation and Q J r C 0- D �ij 7, y'10.c i? badcfill,structural,piping,valves and appurtenances,equipment, installation and startup,and all other related costs required to complete the improvements. Dewatering Building:Bid for the construction and operational completion of the improvements at the existing dewatering building inclusive of all items as shown on the DWB sheets,exclusive of Alternate Item D-07.Dewatering equipment to be furnished by the Owner as noted in the contract documents.Contractor shall include A-09 bid cost for installation of the owner furnished dewatering 1 LS equipment;and construction of improvements to the dewatering /(�� ++ C building.Work shall consist of structural,architectural,HVAC,piping, `L ICA 4 a,1j.00 1 b 1 i& 2 17.Q U valves and appurtenances,pumps,equipment,installation and startup,and all other related costs required to complete the Improvements. Plant Drain lift Station:Bid for the construction and operational completion of the improvements at the existing plant drain lift station inclusive of all Items as shown on the Ply sheets in the A-10 contract drawings.Work shall consist of excavation and backflll, 1 LS structural,piping,valves and appurtenances,pumps,equipment, 5(13. 3 7 ,00 513,3.1 a,00 installation and startup,and all other related costs required to complete the improvements. Electrical&Instrumentation and Electrical Buildings:(1)Bid for the construction and operational completion of Electrical and Instrumentation improvements inclusive of all Items as shown on the E and PI sheets,respectively.Work shall consist of ductbanks,power and control wiring,Instrumentation,site lighting,generator Improvements,SCADA Improvements and all other related costs A-li required to complete the installation of all electrical and 1 LS 8 SS 00 t),0 instrumentation components.(2)Bid for the constr,rction and /, / ..;"5")0.0.o0 operational completion of the proposed Electrical Building North and Electrical Building South Inclusive of at Items as shown on the EBN and EBS sheets,respectively In the contract drawings.Work shall consist of structural,architectural,HVAC,and all other related costs required to complete the improvements. Trench Safety:Bid for the development,design and implementation of a trench safety system and excavation plan for the construction of the project as required by the Occupational Safety and Health Administration and for the assumption of responsibility for said A-12 system. Measurement methods used in trench excavation safety 1 LS protection by the linear foot of trench deeper than 5 feet and pay at the unit price bid and shown in the Proposal. For excavation, 30,OO V. 30 (KO, CO measure the length of the perimeter of the structure at the footprint a of the structure where the outer face of the wall is less than 15 feet from the excavated soil surface and is deeper than 5 feet. Bid Form Exhibit A 00 41 16-2 Project 6-Project Name • Storm Water Pollution Prevention Plan:Bid for the development, design,Implementation,and administration of a storm water pollution plan(SWP3)in accordance with TPDES General Permit TXR A-13 150000.This ite also includes installation,maintenance and L 5 m removal of all storm water controls i identified in SWP3,complete and 90,0 OQ C 9-0, d aU'00 In place. Mobilization/De-Mohfilzatlon:Bid for the move-in and move-out of personnel and equipment and shall Include all labor,materials,tools, A-14 equipment,and incidentals required to mobilize,demobilize,bond, 1 LS 1 4 S8,000.00 (, f s$ 000,0 and insure the Work for the Project In accordance with the contract documents.Maximum of 3%of the total bid price. Miscellaneous Main WW1?and Main Outfall Improvements:Bid for the construction and operational completion of the improvements and modifications at the Main Outfall Lift Station and Main WWTP inclusive of all Items shown In the contract drawings that are not specifically listed In the above Bid Items.The proposed improvements 1 �� e A-15 shall consist of clearing and grabbing,paving and grading,yard /J00�'0 V l piping,development and Implementation of a storm water pollution 1(I' t 1. SOD.00 prevention plan(5WP3),demolition,temporary bypass pumping systems and other related architectural,mechanical,structural and civil sitework not specifically captured in the Bid Items above. Total Base Bid Items Amount A Ids►$+,1 t b b'73.o�(Sum of Extended Amounts for each Base Bid Line Item) Allowances For Pre-Selected Equiment in Base Bid per Section 01 23 10"Alternates and Allowances" Mechanical Screens&Washer-Compactors:Allowance for Duperon to provide mechanical screens and washer-compactor equipment per specification Section 46 2117"Mechnically Cleaned Multi-Rake B.01 Catenary Bar Screens"and Section 46 21 73"Screenings Washing and Compacting Equipment",respectively,and Contract Drawings-The ( S 7 75, O t) ,o o 1 Sr C 0 ,l)o cost for unloading,storing,installation and startup,and all overhead and profit shall be included in Bid.tern A-02. Grit Removal System:Allowance for Hydrolnternational to provide a grit removal system per specification Section 46 23 23"Grit Removal Equipment",and grit pumps per specification Section 44 42 56.12 B-02 "Induced Flow(Recessed Impeller)Centrifugal Grit Pumps',and 1 I (�(�r7 (197, 500,00 Contract Drawings.The cost for unloading,storing,installation and L. S -1-1 1r 500`DI) startup,and all overhead and profit shall be included in Bid Item A- 02. Filters:Allowance for Aqua-Aerobic Systems,Inc to provide cloth media disk filtration system per specification Section 46 61 41 B-03 'Automatic Backwash Disk Filters",and Contract Drawings.The cost for unloading,storing,Installation and startup,all overhead and r el b,oO U'C ,10�t 8r OOC profit shall be included in Bid Item A-10. Total Allowance Amount $ t 1%11 n o (Sum of Extended Amounts for Each Allowance Line Item) ,y Note:Allowance and Manufacturer Proposal for pre-selected equipment will be issued by addendum. Bid Form Exhibit A 00 41 6 Project tt-Project Name Extra Work in Base Bid per Section 01 29 01"Measurement and Basis for Payment" Additional Sidewalk:Bid for additional concrete sidewalk not shown C-01 on the Drawings. Concrete sidewalk shall be installed at locations designated by the Owner. 300 75,00 2 00- Lt Additional Concrete Paving:Bid for additional concrete paving not C-02 shown on the Drawings. Concrete Paving shall be installed at SY 600 locations designated by the Owner. g 5,00 /,0 00•0 0 Additional Fiexbase Paving:Bid for additional flexbase paving not C-03 shown on the Drawings. Flexbase Paving shall be installed at SY 600 locations designated by the Owner. 5o "00 10,000.00 Additional Structural Excavation:Bid for additional"unclassified" C-04 structural excavation not shown on the drawings or required by the 2000 specifications and as directed by the Owner. .2040 140,0 MOO Additional Structural Backfill:Bid for additional compacted structural C-0S select backfill not shown an the drawings or required by the CY 2000 specifications and as directed by the Owner. 3, .00 04,DOC,0 o Additional Bypass Pumping:Bid for additional bypass pumping of Flows up to 15 MOD not required by Specification 02 96 00 and as C-06 directed by the Owner. 2 Month 00q,00 0.0 0 1 g g,0 00 Total Extra Work Amount $ 1 1 (Sum of Extended Amounts for Each Extra Work Line Item) 4O5,SoC,00 TOTAL BASE BID WITH ALLOWANCE AND EXTRA WORK(SUM OF A+B+C): S —9 7cl I,13•crr� Alternates to be considered for inclusion in the Contract per Section 01 23 10"Alternates and Allowances" Aeration Basin Structural Improvements:Bid for the construction of 0-01 structural improvements to aeration basin wall.Sheet AB-S1 in the 1 LS 100,000 v G 100, 000.0U contract drawings. Aeration Basin Blower Building Improvements(w/Muth-Stage Centrifugal Blowers):Bid for the construction and operational completion of the Improvements to aeration basin blower building D 02 Including replacement of the three aeration basin blowers with multi- stage centrifugal blowers ineuslve all items per specification Section 43 1117"Veritcally Split Multi-Stage Centrifugal Blowers".Sheets I S c'0. �00,� 0 (�J'1r Ci 0�,0 0 ABB-M1,ABB-M2 through ABB-MS,ABB-S1,ABB-A1,ABB-A2,and T —( ABB-141 in the contract drawings. '.. Aeration Basin Blower Building improvements(w/Alr Bearing Turbo Blowers):Bid for the construction and operational completion of the improvements to aeration basin blower building including D-03 replacement of the three aeration basin blowers with Neuros air- bearing turbo blowers.Allowance for the Neuros air bearing blowersL ^^LL a00 •Q C� included in Item D-04 below.Sheets ABB-M1,ABB-M6 through ABB- J o��7r �-7f U Qli t G 41 M8,ABB-S1,ABB-Al,ABB-A2,and ABB-H1 in the contract drawings. (Allowance item)Aeration Basin Blowers-Air Bearing Turbo Blowers:Allowance for Neuros Blowers to provide new air-bearing turbo blowers Inclusive of all items per specification section 43 21 17 D-04 "High Speed Direct Drive Turbo Blowers",Contract Drawings,and 1 lS Appendix D.The cost for unloading,storage,installation and startup, A24,775.00 :.p r 7 Ir-77 5.00 and all overhead and profit shall be included in Alternate Bid Item D- 03. Chemical Feed Building:Bid for the construction and operational completion of the improvements at the existing chemical feed D-05 building inclusive of all Items as shown on the CF8 sheets.Work shall consist of structural,architectural,HVAC,piping,pumps,valves and ^t� -7 appurtenances,equipment,installation and startup,and all other L5 Ira 701 60 t•00 1 x4o 6(j i, 0 b r related costs required to complete the improvements. Bid Form Exhibit A PO 41 16-4 Protect x-Project Name Aerobic Digesters:Bid for the construction and operational completion of the improvements at the existing aerobic digesters and associated blowers Inclusive of all items as shown on the DO sheets in 0-06 the contract drawings.Work shall consist of excavation and backf ill, structural,architectural,HVAC,piping,valves and appurtenances, pumps,blowers,equipment,installation and startup,and all other ` L 5 related costs required to complete the improvements. Dewatering Building-Conveyor Replacement;Bid for the construction and operational completion of the replacement of the two(2j existing screw conveyors with new conveyors Inclusive of all D-07 items as shown on Sheets DWB-M9 through DWB-M12 in the f contract drawings;and per specification Section 41 12 13.36 ) L S ,[Its 1, 3 1• 00 •Z I, 31.0c "Shaftless Screw Conveyor". Administration Building:Bld for the construction and operational r completion of the improvements at the existing administration building inclusive of all Items as shown on the AD sheets in the D-08 contract drawings.Work shall consist of architectural,HVAC, qq!� 'f p plumbing,and all other related costs required to complete the ) LS I J I 5't•0 0 O"), 5'j•Q b improvements. Total Amount for Alternates for Consideration D (Sum of Extended Amounts for Each Alternate Line Item) 4-1,107a,554,1)o Vote:Allowance and Manufacturer Proposal for pre-selected equipment will be issued by addendum. TOTAL BASE BID WITH ALLOWANCE,EXTRA WORK,AND ALTERNATES S ,2 (SUM OF A+B+C+D): 7 i (43,aa't )L't Contract Time Offeror agrees to reach Substantial Completiun ii 1490 days M Offeror agrees to reach Final Completion in 1580 days BID SUBMITTED BY• Offeror: ALLrOD LI,C ` .GO• Signature: P' Printed Name: T.W. HARRISON Title: S PRESIDENT . ,.* Date: JANUARY 12, 2022 l l I l l t t t�‘`\\` Rid Form Exhibit A 00 41 ti- Project fr-Project Name 00 45 01 NONRESIDENT BIDDERS Texas Government Code Chapter 2252 applies to the award of government contracts to nonresident bidders.This chapter provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder"refers to a person who is not a resident of Texas. "Resident bidder"refers to a person whose principal place of business is in this state,including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Offeror: (X) Offeror(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in Texas. f] Offeror qualifies as a nonresident bidder whose principal place of business or residency is in the state of: Any determination of state bidder preference law will be based on the Texas Comptrollers annual summary of other state bidder preference laws. Offeror: ALLCO LLC 1typed or printed name of organization) `�s GQ,t t rri/� N. Signature �` e.�• /' (individua!'s signature) _ ��1 Name: T.W. HARRISON P\ (typed or printed) Title: PRESIDENT ''��iiit•�* ►�����```\ (typed or printed Business Address: 6720 COLLEGE _ BEAUMONT,TX 77707 Phone: 409-860-4459 Email: tharrison@allco.com (Attach evidence of authority to sign if Offeror is a corporation,partnership,or a joint venture.) END OF SECTION Nonresident Bidders 00 45 01-1 Port Arthur Main WWTP Improvements PTR15234 00 45 02 NON-COLLUSION CERTIFICATION STATE OF TEXAS § COUNTY OF JEFFERSON § Owner: City of Port Arthur 444 4th Street Port Arthur,TX 77640 Contract: Port Arthur Main WWTP Improvements Project TWDB Project No.73688;FM Project No.PTR15234;City Project No. R15056 Offeror certifies that it has not been a party to any collusion among Offerors in the restraint of freedom of competition by agreement to submit a Bid or Proposal at a fixed price or to refrain from submitting a Bid or Proposal;or with any official or employee of the Owner as to quantity, quality,or price in the prospective contract,or any other terms of said prospective contract;or in any discussion between Offerors and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Certified this 12th day of JANUARY 20 22 . Offeror: ALLCO LLC (type ed name of organization) •GO ��rrt. Signature: ��. (individual's signature) • Name: T.W. HARRISON (typed or printed) S\ •*".•Title: _ PRESIDENT ��/irrlr�* 0\\‘ (typed or printed Business Address: 6720 COLLEGE PO BOX 3684 BEAUMONT,TX 77707 BEAUMONT,TX 77704 Phone: 409-860-4459 Email: tharrison@allco.com (Attach evidence of authority to sign if Offeror is a corporation,partnership,or a joint venture.) END OF SECTION Non-Collusion Certification 00 45 02-1 Port Arthur Main WWTP Improvements PTR15234 00 45 03 CONFLICT OF INTEREST QUESTIONNAIRE CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.0.23,84th Leg.,Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176 of the Local Government Code by Date Received a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). 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. 1 Name of vendor who has a business relationship with local governmental entity. ALLCO LLC 2 Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. CITY OF PORT ARTHUR Name of Officer 4 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 8 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? U 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 IN No 5 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. N/A 6 ❑ 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)(8),excluding gifts described in Section 176.003(a-1) 7 •‘`,rC'i�l tL 11 NUARY 12, 2022 Signature of vendor doing business with the governmental entitg- Q"..' C Date T N ARVISON - PRFS.IPENT t.• Form provided by Texas Ethics Commission www.ethics.cTate.tic. — Revised 11/30/2015 S '�� Conflict of Interest Questionnaire ',I,'r � * ‘""5' 00 45 03-1 Port Arthur Main WWTP Improvements t i 11 t►� PTR15234 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete 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.htm.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)(21(AI 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§176.006131 and(a-11 (a)A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1)has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2)has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(3-1);or (3)has a family relationship with a local government officer of that local governmental entity. (a-1)The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1)the date that the vendor: (A)begins discussions or negotiations to enter into a contract with the local governmental entity;or (B)submits to the local governmental entity an application,response to a request for proposals or bids,correspondence,or another writing related to a potential contract with the local governmental entity;or (2)the date the vendor becomes aware: (A)of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B)that the vendor has given one or more gifts described by Subsection(a);or (C)of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethlcs.state.tx.us Revised 11/30/2015 END OF SECTION Conflict of Interest Questionnaire 00 45 03-2 Port Arthur Main WWTP Improvements PTR15234 00 45 04 STATE SALES TAX REQUIREMENTS Comply with all applicable sales,excise,and use tax requirements of the Texas Tax Code.The Offeror hereby certifies that the Contract Price is divided as follows: Tax exempt products,materials,and services(See Notes 1 and 2) $ 57 300 0 0 a , D 0 Taxable products,materials,and services(See Note 3) $ j ( (D7 0(b13.0 o Total(See Note 4) $ (4 C Tar b'73• CO Offeror: ALLCO LLC CO trio \� r� pe• • printed name of organization) ` Signature: ttt��,• iIMO Q; � ' .• • (individual's signature) — r �'�r = Name: T.W. HARRISON = • t` a (typed or printed) Q Title: PRESIDENT 'i.e (typed or printed rr/1 I 1 11\��� Business Address: 6720 COLLEGE PO BOX 3684 BEAUMONT,TX 77707 BEAUMONT,TX 77704 Phone: 409-860-4459 Email: tharrison@allco.com (Attach evidence of authority to sign if Offeror is a corporation,partnership,or o joint venture.) Notes: 1. Exempt products and materials are those items purchased for the Project which are physically incorporated into the facilities constructed for the Owner or are necessary and essential for the performance of the Work and are completely consumed at the Site. For purposes of this definition, products and materials are completely consumed if after being used once for its intended purpose it is used up or destroyed.Products and materials rented or leased for use in the performance of the Work cannot be completely consumed for the purposes of this definition. 2. Exempt services are those services performed at the Site where the Contract expressly requires the specific service to be provided or purchased by the person performing the Work or the service is integral to the performance of the Work. 3. Products,materials,and services are not tax exempt if they are used by the Contractor but are not physically incorporated into the Owner's facilities or are not consumed by construction as defined above. Machinery or equipment and its accessories and repair and replacement parts used in the performance of the Work are not exempt. 4. The total sum of the amount for tax exempt and taxable products,materials,and services must equal the Contract Price. END OF SECTION State Sales Tax Requirements 00 45 04-1 Port Arthur Main WWTP Improvements PTR15234 WRD-255 01/17 BIDDER'S CERTIFICATIONS Project Name: Port Arthur Main WWTP Improvements Project Number. R15056,Bid No.P22-007,TWDB No. 73688 Contract For: City of Port Arthur The following certifications must be completed by the bidder for each contract. A. EQUAL EMPLOYMENT OPPORTUNITY: nI have developed and have on file at each establishment affirmative action programs pursuant to 41 CFR Part 60-1.7. I have: (X) participated in previous contract(s) or subcontract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. I have filed all notices, contract specifications, and compliance reports due under the requirements contained in 41 CFR Part 60-4. ( ) not participated in previous contracts(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375 and 41 CFR Chapter 60. B. NONSEGREGATED FACILITIES 1:1 I certify that I do not and will not maintain any facilities provided for my employees in a segregated manner, or permit my employees to perform their services at any location under my control where segregated facilities are maintained; and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding$10,000 which is not exempt from the equal opportunity clause as required by 41 CFR Part 60-1.8. I will obtain a similar certification from any proposed subcontractor(s),when appropriate. I understand that a false statement on this certification may be grounds for rejection of this bid proposal or termination of the contract award. T.W. HARRISON -PRESIDENT Typed Name and Title of Bidder's Authorized Representative �` VC� C''' . ANUARY 12,2022 Signature of Bidder's Authorized Reareseri ati -1t = Date ALLCO LLC, PO BOX 3684,BEA(11515ONT,:T..X••777(L4` Name and Address of Bidder �i�� * �0 SRF-404 4/16/2015 Debarment / Suspension Certification I, T.W. HARRISON _ ,hereby certify that I have checked on the federal (Authorized Representative of Recipient) System for Award Management(www.sam.gov)website and determined that ALLCO LLC is not shown as an"excluded party"that is debarred, (Name of entity) suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549. (See 2 CFR Part 180 and 2 CFR Part 1532 for additional information on the federal governmentwide debarment and suspension system for nonprocuretnent programs and activities.) I understand that a false statement herein may subject me to penalties under federal and state laws relating to filing false statements and other relevant statutes. ,`` O � VG ' ..'c %;; JANUARY 12,2022 Signature T.W. HARRISON PRESIDENT ` Title S ALLCO LLC * ��`��• �/l0,11+00\ Name of Recipient Verifying prime contractors and subcontractors for construction,equipment,supplies and services: Using the www.sam.gov website,the recipient must verify prior to awarding the contract that the prime contractor is not listed as an"excluded party"that is debarred,suspended or otherwise excluded from or ineligible. Once any subcontractors are known,they also must be verified as not listed as an"excluded party"prior to award of a subcontract. The recipient must print a dated record of the verification from the www.sam.gov website and retain a copy that is available for review by TWDB. The prime contractors and subcontractors must be verified prior to the contract award or the costs may be disallowed. • SB252 CIIAPTER 2252 CERTIFICATION I, T.W. HARRISON _ the undersigned an representative of AI.LCO LLC (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.I53, 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. T.W. HARRISON - PRESIDENT Name of Company Representative(Print) .,tQ ' . c. ignature of Company Representative S JANUARY 12,2022 %.,� •-•......•• \\`tip Date ���rrrirttt�� Page 1 of 1 House Bill 89 Verification T.W. HARRISON (Person name), the undersigned representativeas (hereafter referred to "Representative") of ALLCO LLC (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 t" IGNATURE OF REPRESENTATIVE � Ito T.W. HARRISON - PRESIDENT S` SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this �1�?'Yh dar9. of JANUARY ,2022- s,PU JACQUELINE CHRISTOPHER/ =p/ Notary Public,State of Texas t -yi a Comm.Expires 05-21-2024 t �_ .it.� Cev't.:k.ocf "'faf�E-* Notary ID#155932-5 ; No ry P lic Page I of 1 • AFFIDAVIT All pages in Offerors 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. ALLCO LLC •b t t 1 ,� JANUARY 12,2022 Firm Name ;��� ••".C � ��� Date PRESIDENT Audio •ized Signature Y .a _ Title T.W.HARRISON '. ..... ��� 409-860-4459 Name(please print) 11�,,1*r 0��` Telephone tharrison@allco.com Email STATE: TEXAS COUNTY: JEFFERSON SUBSCRIBED AND SWORN to before me by the above named T.W. HARRISON on this the 12TH day of JANUARY 20 22 2 .aPY pi JACQUELINE CHRISTOPHER u bl icv t 2!i�e:, a Notary Pubic,State of Texas t �' t ��1�Ip Comm.Expires 05-21-2024 1 40, E Notary ID#155932-5 tt "—ltertfi zrItilse—AI 'IYi'ADAT AS PART OF THE BID PROPOSAL Page 1 of 1 ATTACHMENT B (ALLCO,LLC CONTRACT) 00 52 13 AGREEMENT This Agreement is between City of Port Arthur(Owner)and Allco, LLC(Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents.The Work is designated as follows: Port Arthur Main WWTP Improvements Project City Project No. R15056 TWDB Project No.73688 FNI Project No.PTR15234 ARTICLE 2—DESIGN PROFESSIONAL 2.01 The Design Professional for this Project is: Murali Erat, PE Freese and Nichols,Inc. 11200 Broadway Street,Suite 2320 Pearland,TX 77584 (832)456-4709; Murali.Erat(ifreese.com ARTICLE 3—CONSTRUCTION MANAGER 3.01 The Construction Manager for this Project is: To Be Determined ARTICLE 4—CONTRACT TIMES 4.01 Contract Times A. The Work is required to be substantially complete within 1490 days after the date when the Contract Times commence to run as provided in the General Conditions and complete and ready for final payment in accordance with the General Conditions within 90 days after the date of Substantial Completion. B. Milestones,the dates for completion of each,and associated liquidated damages are as defined in Section 0135 00"Special Procedures." C. Critical Operations,maximum time out of service,and associated liquidated damages are as defined in Section 01 35 00"Special Procedures." 4.02 Liquidated Damages A. Owner and Contractor recognize that the Contract Times specified for Milestones,Critical Operations,and Substantial Completion and Final Completion are of the essence in the Agreement 00 52 13-1 Port Arthur Main WWTP Improvements PTR15234 Contract.Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the Contract Times specified in this Agreement and in Section 0135 00"Special Procedures"as may be adjusted in accordance with the General Conditions.Owner and Contractor also recognize the delays,expense,and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by Owner if the Work is not completed within the Contract Times.Accordingly, instead of requiring proof of the amount of these damages,Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): 1. Contractor agrees to pay Owner$1,000 for each day that expires after the time specified in this Agreement for Substantial Completion until the Work is substantially complete. 2. Contractor agrees to pay Owner$500 for each day that expires after the time specified in this Agreement for Final Completion until the Work is completed and ready for final payment in accordance with the General Conditions. B. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. C. Contractor agrees to pay the Owner liquidated damages as stipulated in Section 01 35 00 "Special Procedures"for failure to meet Contract Times for Milestones or Critical Operations. D. OPT will determine whether the Work has been completed within the Contract Times. Assessment of liquidated damages by the Owner does not waive the Owner's right to assess or collect additional damages which the Owner may sustain by the failure of the Contractor to perform in accordance with the terms of the Contract. ARTICLE 5—CONTRACT PRICE 5.01 Owner will pay the Contractor the following amount for completion of the Work in accordance with the Contract Documents: A Lump Sum Base Bid Amount $64,164,673.00 B Lump Sum Amount for Allowance $4,400,500.00 C Lump Sum Amount for Extra Work $405,500.00 D Lump Sum Amount for Alternate $4,672,554.00 E Lump Sum Amount for Value Engineering Savings -($6,425,889.00) F Lump Sum Contract Price(Sum of A through E) $67,217,338.00 5.02 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the prices shown in this Agreement.The Contract Price has been computed in accordance with the General Conditions. Contractor acknowledges that for unit price items, estimated quantities are not guaranteed and are solely for the purpose of comparing Bids,and that final payment will be based on actual quantities determined in accordance with the Contract Documents. Agreement 00 52 13-2 Port Arthur Main WWTP Improvements PTR15234 ARTICLE 6—PAYMENT PROCEDURES 6.01 Submit Applications for Payment in accordance with the General Conditions. Applications for Payment will be processed by the Construction Manager per Section 0129 00"Application for Payment Procedures." 6.02 Owner will make progress payments on or about the last day of each month during performance of the Work,contingent on release of funds from TWDB. Payment is based on the total earned value of Work completed in the previous month in accordance with the Schedule of Values established as provided in the General Conditions.Applications for Payment will be included in Outlay Form for submission to TWDB.Upon release of funds from TWDB,Owner will make progress payment to Contractor. 6.03 Payment will be made for the total earned value of Work completed in the previous month after deducting: A. Retainage calculated per this Agreement; B. Set-offs determined in accordance with the General Conditions; and C. The total amount of payments previously made. 6.04 Retainage A. Progress payments will be made in an amount equal to 95 percent of the total earned value to date for completed Work and properly stored materials.The remaining 5 percent of the total earned value to date will be held as retainage.Owner may increase retainage to 10 percent if progress on the Project is considered to be unsatisfactory. Owner will deposit retainage in excess of 5 percent in an interest-bearing account. Interest earned by that account will be paid to the Contractor in accordance with in accordance with Tex.Gov't Code Chapter 2252. B. Owner may reduce the amount of retainage held after Substantial Completion if the Owner determines that the amount of retainage being held is in excess of that needed to protect the interest of the Owner.Owner may pay Contractor 100 percent of the earned value of the Work completed,less amounts withheld in accordance with the General Conditions and less 200 percent of Construction Manager's estimate of the value of Work to be completed or corrected to reach Final Completion.The reduction in the amount of retainage held per this paragraph requires approval of the Owner's governing body. C. Owner is not obligated to pay interest on the 10 percent retainage held on the first 50 percent of the earned value of Work completed.Any retainage held by the Owner on the remaining S0 percent of the earned value of Work completed will be deposited in an interest-bearing account until that amount is paid to the Contractor. Interest earned by that account will be paid to the Contractor in accordance with Tex.Water Code Chapter 49. The interest rate to be paid on this account will be the same rate of interest paid by the Owner's depository bank on interest-bearing accounts of similar amounts during the period of time interest accrues. 6.05 Release or reduction in retainage is contingent upon the consent of surety to the reduction in retainage.Submit a Consent of Surety Company to Reduction of or Partial Release of Retainage form as provided by or approved by the Construction Manager. Agreement 00 52 13-3 Port Arthur Main WWTP Improvements PTR15234 6.06 Owner will pay the remainder of the Contract Price as recommended by Construction Manager in accordance with the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 7—PAYMENT OF INTEREST 7.01 All moneys not paid when due as provided in the General Conditions will earn interest at the rate specified in Tex.Gov't Code Chapter 2251. Interest accrual will cease upon payment by the Owner. 7.02 No interest payments will be paid to the Contractor for invoices not paid when due as provided in the General Conditions. ARTICLE 8—CONTRACTOR'S REPRESENTATIONS 8.01 The Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local,and Site conditions that may affect cost, progress,and performance of the Work. C. Contractor is familiar with Laws and Regulations that may affect cost,progress,and performance of the Work. D. Contractor has carefully studied the following Site related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions,if any,at or adjacent to the Site;and 5. Technical Data related to each of these reports and drawings. E. Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site;and 4. The Contract Documents. F. Contractor has considered the items identified in this Article with respect to the effect of such information,observations,and documents on: 1. The cost,progress,and performance of the Work; 2. The means, methods,techniques,sequences,and procedures of construction to be employed by Contractor;and 3. Contractor's safety precautions and programs. Agreement 00 52 13-4 Port Arthur Main WWTP Improvements PTR15234 G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations,explorations,tests,studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. H. Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. Contractor has correlated the information known to the Contractor,information and observations obtained from visits to the Site,reports and drawings identified in the Contract Documents,and all additional examinations,investigations,explorations,tests, studies,and data with the Contract Documents. J. Contractor has given the Construction Manager written notice of all conflicts,errors, ambiguities,or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the Construction Manager is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Agreement constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 9—ACCOUNTING RECORDS 9.01 Accounting Record Availability:Contractor is to establish and maintain,in accordance with generally accepted accounting practices,full and detailed accounting records of materials incorporated into the Project,and labor,tools,materials,and equipment used for the Work, consistent with the requirements of the General Conditions and as necessary for proper financial management under this Agreement.Subject to prior written notice, provide Owner reasonable access during normal business hours to Contractor's records,books, correspondence,instructions,drawings,receipts,vouchers,memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. Preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 10—OTHER REQUIREMENTS 10.01 Ineligibility to Receive State Grants or Loans or Receive Payment on State Contracts:As required by Tex. Earn.Code Section 231.006,Contractor certifies that the individual or business entity named in this contract,bid,or application is not ineligible to receive the specified grant,loan,or payment and acknowledges that this Contract may be terminated and payment may be withheld if this certification is inaccurate. 10.02 Workers'Compensation Insurance A. By signing this Agreement,Contractor certifies that it provides workers'compensation insurance coverage for all employees employed on this Project pursuant to Tex. Lab.Code Section 406.096(a). Agreement 00 52 13-5 Port Arthur Main WWTP Improvements PTR15234 B. As required by Section 406.096(b),Contractor must require each Subcontractor to certify in writing to the Contractor that the Subcontractor provides workers'compensation insurance coverage for all of the employees it employs on this Project.Contractor must provide these certifications to the Owner within 10 days of the Effective Date of the Agreement. 10.03 Contracts Prohibited by Tex.Gov't Code Chapter 2155 A. Section 2155.004: 1. Section 2155.004 states that"a state agency may not accept a bid or award a contract that includes proposed financial participation by a person who received compensation from the agency to participate in preparing the specifications or request for proposals on which the bid or contract is based." 2. Under Section 2155.004,Government Code,Contractor certifies that the individual or business entity named in this bid or contract is not ineligible to receive the specified Contract and acknowledges that this Contract may be terminated and payment withheld if this certification is inaccurate. B. Section 2155.006: 1. Section 2155.006 states that"a state agency may not accept a bid or award a contract, including a contract for which purchasing authority is delegated to a state agency,that includes proposed financial participation by a person who,during the five-year period preceding the date of the bid or award,has been:(1)convicted of violating a federal law in connection with a contract awarded by the federal government for relief, recovery,or reconstruction efforts as a result of Hurricane Rita,as defined by Section 39.459, Utilities Code,Hurricane Katrina,or any other disaster occurring after September 24,2005;or(2)assessed a penalty in a federal civil or administrative enforcement action in connection with a contract awarded by the federal government for relief,recovery,or reconstruction efforts as a result of Hurricane Rita, as defined by Section 39.459, Utilities Code, Hurricane Katrina,or any other disaster occurring after September 24, 2005. 2. Under Section 2155.006,Government Code,Contractor certifies that the individual or business entity named in this bid or contract is not ineligible to receive the specified Contract and acknowledges that this Contract may be terminated and payment withheld if this certification is inaccurate. 10.04 Prohibition on Contracts with Companies Engaged in Business with Iran,Sudan,or Foreign Terrorist Organizations A. Tex.Gov't Code Chapter 2252,Subchapter F, prohibits the award of governmental contracts to companies engaged in business with Iran,Sudan,or foreign terrorist organizations. B. By signing this Agreement,Contractor certifies that it is not ineligible to be awarded this Contract under Chapter 2252,Subchapter F. 10.05 Prohibition on Contracts with Certain Companies that Boycott Israel A. Tex. Gov't Code Chapter 2271 prohibits the award of governmental contracts to companies boycotting Israel. Agreement 00 52 13-6 Port Arthur Main WWTP Improvements PTR15234 B. By signing this Agreement,Contractor certifies that it does not boycott Israel and will not boycott Israel during the term of this Contract. 10.06 Certificate of Interested Parties:Contractor must complete and submit a Certificate of Interested Parties(Form 1295)to the Owner with the signed Agreement as required by Tex. GoVt Code Section 2252.908. ARTICLE 11—VENUE 11.01 Contractor agrees that venue lies exclusively in Jefferson County,Texas for any legal action. ARTICLE 12—CONTRACT DOCUMENTS 12.01 Contract Documents A. Specifications Sections listed in Section 00 01 10"Table of Contents"except as specifically excluded in Paragraph 12.02. B. Drawings listed in the Section 00 0115 "List of Drawings." C. Addenda(Numbers 00 91 13 No. 1 through 5,inclusive). D. Appendices listed in Section 00 01 10"Table of Contents"except as specifically excluded in Paragraph 12.02. E. The following Funding Agency forms are Contract Documents: 1. Section 00 74 14"Certificate of Compliance with US Iron and Steel Requirements" 2_ Section 00 74 15"Contractor's Act of Assurance" 3. Section 00 74 16"Contractor's Act of Assurance Resolution" 4. Section 00 74 17"Site Certificate" F. The following are also Contract Documents which may be delivered or issued on or after the Effective Date of the Contract: 1. Notice to Proceed. 2. Contract Amendment(s). 3. Change Order(s). 4. Field Order(s). 5. Work Change Directive(s). G. There are no Contract Documents other than those listed above in this Paragraph.The Contract Documents may only be amended, modified,or supplemented as provided in 'the General Conditions. 12.02 Bidding Requirements and Informational Documents A. The following Bidding Requirements are not Contract Documents: 1_ Section 00 11 16"Invitation to Bid" 2. Section 00 21 13"Instruction to Offerors" Agreement 00 52 13-7 Port Arthur Main WWTP Improvements PTR15234 3. Section 00 41 13"Bid Form" 4. Section 00 41 16"Bid Form Exhibit A" 5. Section 00 45 02"Non-Collusion Certification" 6. Section 00 45 03 "Conflict of Interest Questionnaire" 7. Section 00 45 04"Sales Tax Requirements" B. The following documents are provided for information only and are not part of the Contract Documents: 1. Geotechnical Interpretation Report—City of Port Arthur Wastewater Treatment Plant. Dated May 2020. 2. Final Design Report submitted to TWDB—City of Port Arthur Main WWTP Improvements Project. 3. Port Arthur Main WWTP survey file AutoCAD (.dwg)file. 4. Electronic drawing files in Civil 3D and Revit format. 5. Lead and asbestos survey report for Main WWTP and Main Outfall lift station. Agreement 00 52 13-8 Port Arthur Main WWTP Improvements PTR15234 The Effective Date of the Contract is [ ). Owner: City of Port Arthur Contractor: Allco,LLC (typed or printed) (typed or printed) By: By: TCAA)Y6LIICZA_D (individual's signature) (individual's signature) ‘‘ �+ Irr Name: Name: T.W. Harrison ..0 (typed or printed) (typed or printed) : • r + .:. Title: Title: President = ' - ; (typed or printed) (typed or printed S (Attach evidence of authority to sign) *. • ,,NN�� Address for giving notice: Address for giving notice: 444 4th Street P.O. Box 3684 Port Arthur Beaumont TX,77640 TX,77704 Designated representative: Designated representative: Name: Name: Brandon Harrison Title: Title: Vice President Address: Address: P.O.Box 3684 Beaumont TX,77704 Phone: Phone: 409-860-4459 Email: Email: bharrison@allco.com END OF SECTION Agreement 00 52 13-9 Port Arthur Main WWTP Improvements PTR15234 00 41 13 BID FORM ARTICLE 1—BID RECIPIENT 1.01 Offeror submits this Bid to: City of Port Arthur City Hall 444 4th Street Port Arthur,TX 77640 Attention:City Secretary,City of Port Arthur Bid No.P22-007 Re:Port Arthur Main WWTP Improvements Project ARTICLE 2—OFFEROR'S ACKNOWLEDGMENTS 2.01 Offeror proposes and agrees, if this Bid is accepted,to enter into an Agreement with the Owner on the form included in the Contract Documents and to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment.Offeror agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with all other terms and conditions of the Contract Documents. 2.02 Offeror accepts all of the terms and conditions of Section 00 11 16"Invitation to Bid"and Section 00 21 13"Instructions to Offerors." 2.03 Offeror accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Offeror acknowledges receipt of the following Addenda: Addendum No. Addendum Date ignat knowledging Receipt 1 11/04/2021 AL.Wi lA 11/04/2021 Aran. 2 11/18/2021 • , / 3 12/01/2021 ' 1 :' 4 12/16/2021 Wiefi/ � �...., 4 5 01/05/2022 �� v����ipo 2.05 Offeror accepts the provisions of the Agreement as to the assignment of the Contract for installing furnished Goods and Special Services. ARTICLE 3—OFFEROR'S REPRESENTATIONS 3.01 Offeror has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 Offeror has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost,progress,and performance of the Work. Bid Form 00 41 13-1 Port Arthur Main WWTP Improvements PTR15234 3.03 Offeror is familiar with Laws and Regulations that may affect cost,progress,and performance of the Work. 3.04 Offeror has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions,if any,at or adjacent to the Site;and E. Technical Data related to each of these reports and drawings. 3.05 Offeror has considered the: A. Information known to the Offeror; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 Offeror has considered the items identified in this Article with respect to the effect of such information,observations,and documents on: A. The cost,progress,and performance of the Work; B. The means,methods,techniques,sequences,and procedures of construction to be employed by Offeror;and C. Offeror's safety precautions and programs. 3.07 Offeror agrees that no further examinations,investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents based on the information and observations referred to in the preceding paragraphs. 3.08 Offeror is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 Offeror has correlated the information known to the Offeror,information and observations obtained from visits to the Site,reports and drawings identified in the Contract Documents,and all additional examinations,investigations,explorations,tests,studies,and data with the Contract Documents. 3.10 Offeror has given the Construction Manager written notice of all conflicts,errors,ambiguities,or discrepancies that the Offeror has discovered in the Contract Documents,and the written resolution provided by the Construction Manager is acceptable to the Offeror. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Bid Form 00 41 13-2 Port Arthur Main WWTP Improvements PTR15234 3.12 Offeror's submittal of a Bid constitutes an incontrovertible representation that,without exception, all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF OFFER 4.01 Offeror will complete the Work in accordance with the Contract Documents at the unit prices shown in the attached in Section 00 41 16"Bid Form Exhibit A": A. Extended amounts have been computed in accordance with the General Conditions. B. Offeror acknowledges that the estimated quantities are not guaranteed, and final payment for all unit price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit prices will be used to compute the actual Bid price. ARTICLE 5—TIME OF COMPLETION 5.01 Offeror agrees that the Work will be Substantially Complete and will be completed and ready for final payment in accordance with the General Conditions within the number of calendar days indicated in Section 00 41 16"Bid Form Exhibit A." ARTICLE 6—ATTACHMENTS TO THIS BID 6.01 The following documents are attached to and made a condition of this Bid: A. Section 00 41 16"Bid Form Exhibit A." B. Section 00 43 13"Bid Bond." C. Section 00 45 01"Nonresident Bidders." D. Section 00 45 02 "Non-Collusion Certification." E. Section 00 45 03 "Conflict of Interest Questionnaire." F. Section 00 45 04"State Sales Tax Requirements." G. Section 00 45 13"Qualifications Statement"—Required Bidder Qualification Statement (SOQ)with Supporting Data. H. Section 00 74 09 TWDB Form WRD-255"Bidder's Certification Regarding Equal Employment and Non-Segregated Facilities." I. Section 00 74 02 TWDB Form SRF-404"Certification Regarding Debarment,Suspension and Other Responsibility Matters. J. Section 00 74 13"SB 252 Chapter 2252 Certification" K. Section 00 74 14"House Bill 89 Verification" L. Section 00 74 15 "City of Port Arthur Affidavit" ARTICLE 7—VENUE 7.01 Offeror agrees that venue will lie exclusively in Jefferson County,Texas for any legal action. Bid Form 00 41 13-3 Port Arthur Main WWTP Improvements PTR15234 ARTICLE 8—BID DELIVERY 8.01 This Bid is offered by: Offeror: ALLCO LLC `.00 "t'rrit (typed or printed name of organization) •` N+ '.4:.' •� 'A�� Signature: .,� (individual's signature) �-i Name: T.W. HARRISON .. -a (typed or printed) �i ••.... `* 1�,`0 ``� Title: PRESIDENT (typed or printed Address for giving notices: (mailing) PO Box 3684, Beaumont,TX 77704 (physical) 6720 College, Beaumont,TX 77707 Phone: 409-860-4459 Email: tharrison@allco.com (Attach evidence of authority to sign if Offeror is a corporation,partnership,or a joint venture.) END OF SECTION Bld Form 00 41 13 -4 Port Arthur Main WWTP Improvements PTR15234 00 4116 Bid Form Exhibit A —Project: Pod Arthur Main WWTP Improvements Project No.: Owner: 'ly of Port Arthur,Texas p Design Professional: Freese and Nichols,Ina --- - -— ---_ -- — ---- -- Offeror: -- Base Bid Items In Base Bid(excluding Allowances)per Section 01 29 01"Measurement and Basis for Payment" Main Outfall lift Station:Bid for the construction and operational completion of the improvements at the existing Main Outfall lift Station inclusive of all items as shown on the MO sheets In the A-01 contract drawings.Woric shall consist of excavation and backfil I, 1 LS structural,architectural,NVAC,piping,valves and appurtenances, y �7 G► pumps,equipment,Installation and startup,and all other related t r A 1 c r 0 (-Or) yr 0 j, O +q OD costs required to complete the Improvements --—T — Neadworks:Bid for the construction and operational completion of +the proposed Neadworks inclusive of all Items as shown on the NW A•02 sheets In the contract drawings.Work shall consist of excavation and 1 l5 `backfill.structural,piping,valves and appurtenances,gates, 4,2 31,0a 5 O o 14,2 31 0.15.0 0 equipment,autosampler,installation and startup,and all other r related costs required to complete the improvements. tkI _ Primary pacifiers and Vaults:{i)Bid for the construction and operational completion of the proposed Primary Clarifiers and Primary Sludge Pump Station Inclusive of all Items as shown on the PC and PS sheets in the contract drawings.(2)Bid for the construction and operational compledon of the new vaults for flow A 03 control valves,trickling filter flow meter and filters flow meter 1 t S Inclusive of all items as shown on the FCV,TFM,and FMV sheets, tt JJ respectively In the contract drawings.Work shall consist of 10r5 4p,3 57.V D 10 is t{;,35y,00 excavation and badcfill,structural,piping,valves and appurtenances, pumps,Ilowmeter,equipment,installation and startup,and all other related costs required to complete the Improvements Trickling Filters:Bid for the construction and operational completion of the proposed spotter boy,Improvements at the four existing i,tricicling filters,and proposed tridding filter:unction box inclusive of (ail Items as shown on the S8,TF,and T18 sheets,respectively in the A_4 contract drawings.Work shall consist of excavation and backfill. 1 L� ! f1 'structural,piping,valves and appurtenances,equipment,media, 3I 1)'I 17(rJ-0 0 3,9 1, .1'(/.,D Irutallatlon and startup,and all other related costs required to complete the Improvements. Multipurpose Lift Station:Bid for the construction and operational completion of the proposed Multipurpose Lift Station Inclusive of all -1 M A 05 litems as shown on the MLS sheets In the contract drawings.Work (shag consist of excavation and baddill,structural,piping,valves and 1 L 1 L( D !� !appurtenances,pumps,equipment,installation and startup,and all ` 5f (�iD(}f g Z���� other related costs required to complete the Improvements. Final clarifiers and ItAS/WAS Meter Station:(1)Bid for the construction and operational completion of the Improvements at the three existing final clarifiers,scum pit,final clarifiers effluent lift station,and proposed RAS pump stations inclusive of all items as shown on the FC and FCE sheets,respectively in the contract drawings.(2)Bid for the construction and operational completion of A-08 1 i S /proposed return activated sludge(RAS)and waste activated sludge i(WAS)meter stations Inclusive of a7[terns as shown on the RWM ��1 �3 O �- sheets In the contract drawings.Work shall consist of excavation and 5i � C)3 •0 il badrfdl,structural,piping,valves and appurtenances,pumps. fiowmeters,equipment,installation and startup,and all other related • costs required to complete the Improvements Bid form Exhibit A 11 141 Project a-Project Name �IIiw • Ftlters:Bid for the construction and operational completion of the 'proposed filters inclusive of all items as shown on the Fit sheets in A-07 the contract drawings.Work steal consist of excavation and backfill, 1 LS structural,piping,valves and appurtenances,pumps,equipment. -] 1 insta•latlon and startup,and all other related costs required to 1.236/`/b--1. O 9,a36,l(/t01•00 complete the improvements Chlorine Contact Basins and Non-Potable Water System:(1)91d for the construction and operational completion of the improvements at the existing junction box upstream of chlorine contact basins,and chlorine contact basins,inclusive of all Items as shaven on the 18X and CCB sheets,respectively in the contract drawings.(2)Bid for the A-02 construction and operational completion of the proposed non- 1 IS potable water system inclusive of all items as shown on the NPW p r1 PC1 sheets in the contract drawings.Work shall consist of excavation and D I , D I Q• ic 7 ('i 01 baddlll,structural,piping,valves and appurtenances.equipment, installation and startup,and all other related costs requ red to complete the Improvements. Dewatering Building:Bid for the construction and operational completion of the Improvements at the existing dewatering building inclusive of all items as shown on the OW8 sheets,exduslve of Alternate item 0-07.Dewatering equipment to be furnished by the Owner as noted'n the contract documents.Contractor shall!ndude A-09 bid cost for Installation of the owner furnished dewatering 1 LS equipment;and construction of improvements to the dewatering ((��61,426.00 bu Iding.Work shall consist of structural.architectural,HVAC,piping, `f 9 61,4 16.09 valves and appurtenances,pumps,equipment,'nstailation and startup,and all other related costs required to complete the Improvements. Plant Drain Lift Station:Bid for the construction and operational completion of the improvements at the ex sting plant drain lift station inclusive of all Items as shown on the PLS sheets in the A-10 contract drawings.Work shall consist of excavation and backfill, 1 LS structural,piping,valves and appurtenances,pumps,equipment, pp-13, 3/A, sg r 31.�,d Installation and startup,and all other related costs required to complete the improvements. Electricid i instrumentation and Electrical Buildings:(1)old for the construction and operational completion of Electrical and Instrumentation improvements Inclusive of all items as shown on the E and PI sheets,respectively.Work shall consist of ductbanks,power and control wiring,Instrumentation,site I ghting,generator improvements.SCADA improvements and all other related costs A-11 required to complete the Installation of all electrical and 1 lS p/5 el Instrumentation ,btlon components.(2)Bid for the construction and /r A 7 ! 9r clap.00 operational completion of the proposed Electrical Build ng North and Electrical Building South indusive of all items as shown on the EBN and£BS sheets,respectively In the contract drawings.Work shall consist of structural,architectural,HVAC,and all other related costs required to complete the improvements. Trench Safety:Bid for the development,design and implementation of a trench safety system and excavation plan for the construction of l the project as required by the Occupational Safety and Health IAdministralloa and for the assumption of responsibility for said kEAA 2 system. Measurement methods used In trench excavation safetyLS ,(protection by the linear foot of trends deeper than 5 feet and pay at ` !the unit price bid and shown in the Proposal. For excavation, 30,000.d ( 3 v 000. 00 measure the length of the perimeter of the structure at the footprint !of the structure where the outer face of the wall.s less than 15 feet ff i from the excavated soil surfacui and is deeper than S feet. i Bid Form Exhibit A 0041 16-2 Project A•Protect Name Storm Water Pollution Prevention Plan:Bid for the development, design,implementation,and administration of a storm water i pollution plan(SWP3)In accordance with TPDES General Permit TX IS A-13 j 150000.This item also includes installation,maintenance and ; L. S ;removal of all storm water controls'dentlfied in SWP3,complete and 90i 0 O C. 0 C' y-O, [)00 r 00 in place. . IMoblliration/De-Mobllhatlon:Bid for the move-In and move-out of ipersonnel and equipment and shall include all labor,materials,tools, A-14 'equipment,and Incidentals required to mobilize,demob line,bond, t LS (r Y SO/O0 0 .00 r, - j 8 r OaO,O'0 • and Insure the Work for the Project In accordance with the contract • (documents.Maximum of 3%of the total bid price. VMlscallaneous Male WWTP and Maln Outfall Improvements:Bld for the construction and operational completion of the improvements and modifications at the Main Outfall Lift Station and MainWWfP inclusive of all items shown in the contract drawings that are not A-15 spedficalry listed In the above Rid Items.The proposed improvements 1 l5 d shall consist of clearing and grubbing,paving and grading,yard D �f SO {{(( Q�p piping,development and Implementation of a storm water pollution. t t I p /ar500.00 prevention plan(SWP3),demolition,temporary bypass pumping systems and other related architectural,mechanical,structural and Oyu sitework not specifically captured in the Bid Items above. Total Base Bid Items Amount A S�i..1,f 1, 673.o (Sum of Extended Amounts for each Base Bid Line Item) r 'Allowances For Pre-Selected Equiment in Base Bid per Section 01 23 10"Alternates and Allowances" Mechanics!Screens&Washer-Compactors:Allowance for Duperon to provide mechanTca'so-cens and washer-compactor equipment per specification Section 46 21 17-Mechnirally Cleaned Muftl•Rake B-01 Catenary Bar Screens and Section 46 21 73'Screenings Wash'ng and Compacting Equipment',respectively,and Contract Drawings.The ' L S 7 75,o Do.O O —115,000.0o cost for unloading,storing,Installation and startup,and all overhead and profit shall be included In Bid Item A-02. Grit Removal System;Allowance for Hydrointemational to provide a grit removal system per speoficstlon Section 46 23 23"Grit Removal Equipment',and grit pumps per specification Section 44 42 56.12 B-02 'Induced Now(Recessed Impeller)Centrifugal Grit Pumps',and yy n(]r7 0�r Q 0 Contract Drawings.The cost for unloading,storing,Installation and 1— S —1"1 Ir 3 C np 0D,ob '"I )7l startup,and all overhead and profit shall be.nduded In Bid Item A- 02. Filters:Allowance for Aqua-Aerobic Systems,Inc to provide cloth media disk filtration system per specification Section 46 61 41 B-03 "Automatic Backwash Disk Filters',and Contract Drawings.The cost 1 �1 7 p for unloading,storing,Installation and startup,all overhead and S a 87 000'O a aCr l0 at 8,000.0 0 profit shall be included in Bid Item A-10. f e Total Allowance Amount(Sum of Extended Amounts for Each Allowance Line Item) $tL-1 00 soo.00 Note.Allowance and Monufecturer Proposal far pre•selected equipment will be Issued by addendum. Bid Form Exhibit A Project fr-Project Name Extra Work In Base Bid per Section 01 29 01"Measurement and Basis for Payment" Additional Sidewalk:Bid for additional concrete sidewalk not shown C-01 on the Drawings. Concrete sidewalk shall be installed at locations Sy designated try the Owner. t U D Soo {�'° Additional Concrete Paving:Bid for additional concrete paving not C-02 shown on the Drawings. Concrete Paving shall be installed at ST 600 locations designated by the Owner, g 5, D 5,,0 0 0.0 0 Additional nexbase Paving:Bid for additional fiexbase paving riot C-03 shown on the Drawings. Flexbase Paving shall be installed at Iary 600 000.00 locations designated by the Owner. So ,c)D 3 v Additional Structural Excavation:Bid for additional'unclassified" I J I C-04 structural excavation not shown on the drawings or required by the cy 2000 specifications and as directed by the Owner. 1 '1 O.0© C4Q I0 00.00 aC Additional Structural Bacldil:Old for additional compacted structural C-0S select backfill not shown on the drawings or required by the CY 2000 specifications and as directed by the Owner. 32.00 04,o00.00 Additional Bypass Pumping Bid for additional bypass pumping of e-06 flows up to 15 MOD not required by Specification 02 96 00 and as 2 Month [gyp directed by the Owner. —I ,) ,�0 j , ,000.0D Total Extra Work Amount (Sum of Extended Amounts for Each Extra Work Line Item)t �05,Soo.OD TOTAL BASE BID WITH ALLOWANCE AND EXTRA WORK(SUM OF A+B+C): $6$`(7D 413,14 Alternates to be considered for inclusion in the Contract per Section 01 23 1❑"Alternates and Allowances' 7i Aeration Basin Structural Improvements:Bid for the construction of I 'v 0-01 structural improvements to aeration basin wall Sheet AB-Sl In the i J) C 00 0OQ DO,0 0C Q p ,contract drawings. L. 1 1 Aeration Basin Blower Building Improvements(w/Mutil-Stage Centrifugal Blowers):Bid for the r-0nstnution and operational completion of the improvements to aeration basin blower building 0-02 Including replacement of the three aeration basin blowers with multi- stage centrifugal blowers inclusive all items per specification Section 43 11 17"Veritca'ly Split Muitl-Stage Centrifugal Blowers'.Sheets ` [` 00 Q D DO. Q ABB-M1,ABB-M2 through A8B-MS,ABB-Sl,ABB-Al.ABB-A2,and ) J t t AB8-H1 in the contract drawings. -J Aeration Basin Blower Building Improvements(w/Air Bearing Turbo Blowers):Bid for the construction and operational completion of the improvements to aeration basin blower building including D-03 replacement of the three aeration basin blowers with Neuros alr- bearing turbo blowers Allowance for the Pleuras air bearing blowersLS �i Included in Item D-04 below Sheets ABB-M1,ABB-MS through ABS- t O40•'0 0 D 7, 00 t 0 MB,ABB-S1,ABB-Al,ABB-A2,and ABB-Hl in the contract drawings. (Allowance Item)Aeration Basin Blowers-Air Besting Turbo Blowers:Allowance for Neuros Blowers to provide new sir-bearing turbo blowers inclusive of all items per specification section 43 21 17 0-04 "High Speed Direct Drive Turbo Blowers Contract Drawings,and 1 IS Appendix D.The cost for unloading,storage,Installation and startup, 4� ,775,00 2.A q 115.D 0 and all overhead and profit shall be included in Alternate Bid Item D- 03. Chemical Feed Building:Bid for the construction and operational completion of the Improvements at the existing;hemical feed 0-05 building Inclusive of all items as shown on the CFB sheets.Work shall consist of structural,architectural,HVAC,piping,Dumps,valves and 1 k� �" '�n appurtenances,equipment,Installation and startup,and ad other t L t TDB p 7.00 /x,yvr (�♦,�, 00 related casts required to complete the improvements Bid Form Exhibit A 00 41 I6-4 Project if-Project Name !Aerobic Digesters:aid for the construction and operational completion of the Improvements at the existing aerobic digesters and ,assodated blowers Inclusive of at items as shown on the DG sheets In D•06 ithe contract drawings.Work shall consist of excavation and backfill, j !structural,architectural,14VAC,piping.valves and appurtenances, •1 pumps,blowers,equipment,installation and startup,and all other 1 I L S roobr 5 R1.0 0 of p0 6,5 81.D 0 !related costs required to complete the Improvements. IDewatering Building-Conveyor Replacement Bid for the !construction and operational completion of the replacement of the DO? 'two(2)existing screw conveyors with new conveyors inclusive of all items as shown on Sheets OWB-M9 through DWB M12 in the contract drawings;and per specification Section 4112 13.36 ) 2- 5 261,23 9,00 L 1, A 3'-O o "Shiftless Screw Conveyor". !Administration Building:Bid for the construction and operational (completion of the improvements at the existing administration DOB building Inclusive of all items as shown on the CO sheets In the contract drawings.Work shall consist of architectural I4VAC, pp q u q L, plumbing,and all other related costs required to complete the L l O 1, ) S •0 0 I 8 !. '/5 +a Improvements. Total Amount for Alternates for Consideration $y Lai ssLI,to (Sum of Extended Amounts for Each Alternate Line Item) i i Note:Allowance and Manufacturer Proposal for pre-selected equipment will be issued by oddendurrt. i TOTAL BASE BID WITH ALLOWANCE,EXTRA WORK,AND ALTERNATES (SUM OF A+B+C+D): $73, b43 a ? OC' Contract Time I_ Offeror agrees to reach Substantial Completion in _ _ _ 1490::a.,.-; M Offeror agrees to reach Final Completion in 1 1580 rays BID SUBMITTED BY: -- ``tttllTriiii Offeror: ALLCO LLC %. N,CO' �•Z '�/i Signature: 7EilA) ..i 'C t '� Printed Name: '� ` ' T.W. HARRISON Y ,a Title: :- • ` `� PRESIDENT _ % .' •...... Date: JANUARY 12, 2022 ,'/,� ```ii!/W ttt�\` Bid Form Exhibit A 0041164 Protect a-Project Narne ll CO Design Build Construction Management General Contractors MEIN P.O. Box 3684, Beaumont,Texas 77704 Phone: 409-860-4459 Fax: 409-860-3857 Email:allco@allco.com February 7, 2022 City of Port Arthur WWTP Improvements Project Value Engineering Proposal Attn: Dr. Hani Tohme Dear Dr.Tohme: Allco submits the attached value engineering proposal in the amount of$6,425,889.00 for the above referenced project. We have worked diligently with Freese & Nichols and other City representatives to provide the City with the greatest cost savings without sacrificing the quality or functionality of the new facilities. It is our hope this proposal will assist in moving this project forward and we are excited to work with the City of Port Arthur on another successful project. Please let us know if you require any additional information or have any questions or concerns. Respectfully, Allco, LLC Brandon Harrison 0 0 0 J C) O cr.; 0 O a Lt N a) <-1 e-1 2 C '.0 O a-1 00 O On to VI- VI- .^ c) O o o O o O O O 0 0 0 0 0 O O -I 0 0 O O 0 tO 0 d V' 0 N u1 o u'1 en 4 ) CI o uoi o en o CO o 0 0o m m I"- LO N O r� CO O O O C) ` N O O O ri N .-I 00 CO O ui .--I N CO o I-- • V <-1 In ,-1 V a--1 VI-^ .-I -1 r-1 If? N N Ul IR I— ((�� Z J J J J J J J J J JNl J J J g g I--4 <-4 4-1i e- i r-I r <-1 1 r-1 <-1 <-. 4-1 1-1 r-1 i--1 <-4 ((JJ�� _a 4-. _ VI 7 Q) v., X j m U m t m a 9-E, te- U. < O O d VI 00 a) U j..y o Q) V 0 7 L >. 00 a) C N C a) c L p m c E 7 0 co = o u a) v E 0 c in O = m In — > N a O c o s d O CO ? p a ''� j a' a�i U0 m n Y u 0 h a-� O E O Q O .-' a.' a) rn 00 Y al aJ C ¢c O 'G C 00 U .7 O O a) a) 'D 7 C a) c a) 3 C 7 E c o E °q o 3 x v, o m g a, E m o' Z u 20 7 CO — on 0 }' = 7 c o O CO .E c c c E (0 O L m V1 O .a -0 U a) _ P O L 00 U 0,0 0 a Q �^ E m 'i O O r.N E 00 m 7 t yy 0 7j 'O y c t- ) 3 m ¢ 0 O c ,= v n L v 0 c' E 7 m cco c vUi - E a .� n 0- o a v 06 a ✓ a 0 '00 N L = W al CUQ 7 a) u O- a) a) O _ a) '- 'C 0 t1 a) 0 _a -o E ) o L O L N , °c° E ' c 0 7 a) o u 3 'a- v m cn C E c CO , 0 0 v a0o a u d m a) o .c ai O .E .) a. U O a) E O La V o N •0 U 00 a) 4... C CO ) a) H U N C 0 0. .--I N `�' N m — 00 a_ m L Cu-a m Oo m ° E rn m a) a) 7 o C C C U v 3 Y o a) E L E ,v E 'C MO eL c t 0 -C U m a/ E = a) v' a) " a 4- U .�-. am' u O 3 3 ^ 00 'v o m o v= C u 0 no a) c a) L V m ro U U N L (Lj = I- U cc _ c o 7 N C p 7 C7 -- o E (7 8 F- a) al> O Q Z w 0 -0c E Q 0 r CO a) .. > U IV N a v 0 *Cr .-1 C N v do c g u Cl) g I o Co CO E ¢ 7 - -0 0 U In a) a`) = r 0 c c a. Op C 7 7 7 C 3 n o a o o E m D `__ a. 1 W p 00 j 3 Y a) �j C vi 3 ?i • O V1 U .E O cc Li) N o co D 00 a o 0 a cu a) «`, g To N E C _ W Z 2 v1 F- cNC m m m C F_ .0 O O U Z J = Vr (`0 ++ \ 00 V1 C ate+ of C -' m a-' 6' cc — 7 F- Z ._ O Q _ _ a J CC w L w 2 K N H 0 O o — V Op Y o m Q U < w a) ' O m a o co m a c 7 .0 1 L V-1 m C! I- D w a) a a 0 z n t F- .� 1 0 E Y .� a) J a' J a) C E U U) .0 C a) .0 V C z a) a) w a— V N 7 Q) J Q 0- < IL O O N U a H to N C O La - V V J� W = (;J 0 0 o o of v-4 VI ,I al h n O1 CD .O-1 000 00 to N to `i .01 O 0 0 0 0 O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O1 O e--1 O 0 0 N 0 O 0 0 0 0 O O O O O O 0 0 0 0 O W O 0 O '-1 O O O 0 ul 0 0 0 0 0 O O O O 0 0 0 00 O 00 O O O eti 0 0 0 0 a, 0 O O 0 O O N O V tD h V e-1 e--i N Vl m . O O t0 V1 CO h `4 V1 N O W l0 lD m u1 V h N h V1 m v m h m V R1 rfl eR VT thvi 1!111 vh to v1- t, N 1 J J J J J J J J J J J J J J J J J J J J I I -1 J 4.4 e-1 e41 ati eH e 1 e-1 ey e-1 4-"1 e-1 e-1 a-4 e-1 4-1 '-1 4-1 a-1 e-1 a-1 e'Y e-1 =I a--1 O no z In to O00 t a o t. C '.. o o. a 0. a. v, +' Ou O O ( u, O c O 0 O O 1.d _a W 00 a✓ a1 0 aJ N VI v, VI CVI a Q Q C m 0 4J c O O O 0 C O 1O 0 sn u�-. i C > C v1 v) v1 vl Ql Q Q C 1 j '-' D C X C 0 >. L aJ m aJ a a.' CO C. 0 C O aJ 2 iJ O" O aJ aJ QJ CO - Oo 0o 00 00 00 w C E 7 Y Y y O O O = CCCC - Y aJ C aJ Q CO O E a. 4- O w a) L 10 C f0 CO N N 1_ 10 10113 d m a o • aJ a) o I- w 0 a m w L L L L aJ .0 n CO E E 100 Hai aJ \ U U U U E i E C C .0 C 0 a-• •N o co L j Q j C C00 C C Cp aJ 0 aJ Q. fl- CA. N O C7 E a, ° .Q u C a, a u Dn aJ a aJ ., - w o aJ n > v o U > >. >- >- a`J `m_ L. I,. OD a v Q C u1 U c m ILD 0 , 1 ° c m CO-0 o .0 .0 •a .Q .a •a c v «`- Io o •., m 10 c To v; .N oo C co o a`J w a co c CI) CO v \ > > > Q Q Q O. o @1 1A aJ vi m E 0 Q E a aJ .� .� o ,� 0 o aa) N oo u u u .1 u', c v o E °ca :E y o "5 ° aci a 1ra O O E C a) E 0 CO L0 C C C CCO c VI •a•+ 0. y O' `- Ur O 0 Q N '-' oo c O Q1 vi o `J C - p v N a t c c c N a) al N s_ aJ a. .E 'ro E O 10 - .,, O o .� aJ a, ar aJ a`J w aJ aJ ., aJ Q E m c _ E io a ^ m 0. o 0 (7 C7 (7 4- aJ 0 U u u '° y "- Y CO N N '5 C -0 ••N LL Y 0 U "O -O CO 0 'D 7 :r aJ I..) '_ -0 co o m co E E E E E E w u o v o > CO a Q o O o f 0 0 0 0 u 0 o 0 v o u 0 4- 4- 4- w 0 ' E z a) • '^ uu no c 2 v a aJ aJ v aJ a, �aJ z 0 .0 Y c N o 0n 0 U In O O 0 0 = C z0 Ls -a'a a ^ s ° -o CI C7 a n 0 0 U u ccco a O c 0 a) Q R 0 sr) c 0 Y Q. CO 2 a �, o 0 I•. a CO ti n 0 o Ln O Q W m `a) 0a Q i 0- 1-1 e-1 Q c K l7 u E E u Z Y m m 10 > a Y TR ii: a g CO m O U a aa, v _. CO a H w if)`o m o a) CO w .Q < 5,c _ 2 2on 10• 5 2 t `- a`J V0" 2 0 co U 1s c aa, C w u 0 w :�. L a uae 00 t Jao o� ` ;; C — w c 0 0 o F h w Q 0 c _ N o v > 0- °J Z LL \ �a` o r-r 'C 0I, E 2 U C C 10 aJ Z c ow C N U v .S OCD .J Q aJ W U ECO p r Y ° O N c-J E O "- D L O z .a Y u c > CC ,_ L Q CO 1^ LU 'C .0 c c CO aJ O — O CC > 10 I- O' CO 0 - .m 1 Q - a=' Y a) 0 (.7 0 X I— U v) vJ C7 > sr) m cc LL 0 2 _-, w l7 U .e a. w a. - (7 u 2 0 0 ccco ao 11) N 1D ih O O 0 O CT/ Cr; CO M CO N VI. HI N L th In J HI v CO u n v E L m C 0 a1 c) u N O ri N O o Q N c C 0 co- O - cr3 CO O N th a! , J N O O_ > a O Ua() 7 — O O _ al al U U .a 7 O o p it, >, -o n ccE 7 a) _0 `1 1/ H C O C / C7 a) - ° > O 0_ y C in 0O , CO v } _C DA > v N O U C 1/1 O To a) MO L Q v1 c.1 O (n u 00 a1 '- c aJ C C Oq U p .M C aJ Di c 0 0) a av u o_ N in 7 N U U 1 O O c a_i o w CO IC N to `✓ >U cc i To' M = tJ > H v E o2S U U. 0 OD c 2- a z c z *' - O LT ❑ y 4 C co 7 U 0 C C CD CD O o_ c, 6 c o f a m n /- 1 a ra jt C u c a1°3 2 _0 a) t ac U o F a U •3 CO I— 0 W c u 0 .` J H 0 1 d u w 1 0