Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 24510: BRYSTAR CONTRACTING, INC. PAVEMENT IMPROVEMENT PROJECT, JIMMY JOHNSON BLVD. TO LAKE ARTHUR DR.
r tr of rr r r r t h u Tr t'u www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: September 8, 2025 To: The Honorable Mayor and City Council Members Through: Ron Burton, City Manager From: Pamela D. Langford, Assistant City Manager-Operations; Director of Development Services RE: PR No. 24510: Authorizing the City Manager to enter into an agreement with Brystar Contracting, Inc., (Brystar) of Beaumont, Texas, for the 9th Avenue Pavement Improvement Project most westward lane from Jimmy Johnson Boulevard to Lake Arthur Drive. Funding available in the Capital Account No. 148-21-053-8517-00-10-000. Project No. ST5023.CON Introduction: The intent of this agenda item is to seek the Port Arthur City Council Member's approval for the City Manager to execute an agreement with Brystar Contracting,Inc.,of Beaumont,Texas,for the 9th Avenue Pavement Improvement Project most westward lane from Jimmy Johnson Boulevard to Lake Arthur Drive for the amount of$1,065,472.00. Funding is available in the Streets Account No. 148-21-053- 8517-00-10-000 Project No. ST5023.CON Background: The Engineering Department,along with the City Council Members,assembled a list of streets for repair and/or reconstruction as part of an overall street improvement plan. 9th Avenue from Jimmy Johnson Boulevard to Lake Arthur Drive,was listed and subsequently selected for reconstruction. Planning and design of the 9th Avenue Pavement Improvement Project most westward lane(9th Avenue Project) from Jimmy Johnson Boulevard to Lake Arthur Drive was done in-house under the direct supervision of Golden Triangle Consulting Engineers of Beaumont, Texas,which also sealed the drawings. The City of Port Arthur's Purchasing Department advertised for interested parties to submit bids on the 9th Avenue Pavement Improvement Project on April 30,2025 and May 7,2025,respectively,under Bid No. P25-052. On August 1, 2025, Purchasing received and opened two (2) sealed bids for the project from Brystar Contracting, Inc., (Brystar) of Beaumont, Texas, and Texas Materials, a CRH Company "Remember,we are here to serve the Citizens of Port Arthur" 444 4th Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 S.\Engineering\PUBLIC WORKS\PW-ENGINEERING\C.I.P.PROJECTS\Year 2025\9TH AVENUE RECONSTRUCTION\Agenda\Agenda Memo BRYSTAR 9th Ave.docx from Beaumont, Texas. After review by Soutex, the Engineering Division and designated staff, it was determined that Brystar was the lowest responsible bidder for the amount of$1,065,472.00. Budget Impact: Funds are available in the Streets Account: 148-21-053-8517-00-10-000. Project No. ST5023.CON. Recommendation: It is recommended that the City of Port Arthur's City Council Members approve PR No. 24510 authorizing the City Manager to execute an agreement with Brystar Contracting, Inc., of Beaumont, Texas, for the 9th Avenue Pavement Improvement Project most westward lane from Jimmy Johnson Boulevard to Lake Arthur Drive for the amount of$1,065,472.00 with a time of completion of one hundred fifty(150) calendar days. Project No. ST5023.CON "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743 PR No. 24510 9/8/2025 mje Page 1 of 4 RESOLUTION NO. A RESOLUTION AWARDING A BID AND AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH BRYSTAR CONTRACTING, INC., OF BEAUMONT, TEXAS, FOR THE 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT MOST WESTWARD LANE FROM JIMMY JOHNSON BOULEVARD TO LAKE ARTHUR DRIVE FOR THE AMOUNT OF $1,065,472.00. FUNDING AVAILABLE IN THE STREETS ACCOUNT NO. 148-21-053-8517-00-10-000 PROJECT NO. ST5023.CON. WHEREAS, a street rehabilitation plan has been developed by the Public Works Engineering Division to address streets that are in immediate need of repair and/or reconstruction; and, WHEREAS, the City of Port Arthur City Council Members along with the Engineering Division assembled a list of streets for repair and/or reconstruction in their respective districts; and, WHEREAS, planning and design was done by City Engineering staff under the direct supervision of Golden Triangle Consulting Engineers of Beaumont, Texas, whom also sealed the drawings for the 9th Avenue Project, see Exhibit A; and, WHEREAS, the City of Port Arthur's Purchasing Department advertised for interested parties to bid on the 9th Avenue Project on April 30, 2025 and May 7, 2025, respectively, under Bid No. P25-052, see Exhibit B; and, WHEREAS, on August 1, 2025, the Purchasing Department received and opened two (2) sealed bids for the project from Brystar Contracting, Inc., (Brystar) of Beaumont, Texas and Texas Materials, a CRH Company from Beaumont, Texas; and, PR No. 24510 9/8/2025 mje Page 2 of 4 WHEREAS, after review by the City Engineering Division and Soutex Surveyors & Engineers, Inc., of Port Arthur, Texas, it was determined that Brystar was the lowest responsible bidder for the amount of $1,065,472.00 with a time of completion of one hundred fifty (150) calendar days, see Exhibit B; and, WHEREAS, approval of PR No. 24510 to award the 9th Avenue Pavement Improvement Project most westward lane from Jimmy Johnson Boulevard to Lake Arthur Drive (9th Avenue Project) to Brystar Contracting, Inc., (Brystar) of Beaumont, Texas, is herein deemed an appropriate action; now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR, TEXAS: THAT, the facts and opinions in the preamble are true and correct; and, THAT, the funding for this project is available in the Streets Account NO. 148-21-053- 8517-00-10-000 Project NO. ST5023.CON; and, THAT, the City Manager is authorized to enter into a contract with Brystar Contracting, Inc., (Brystar) of Beaumont, Texas, for the 9th Avenue Pavement Improvement Project most westward lane from Jimmy Johnson Boulevard to Lake Arthur Drive (9th Avenue Project) in substantially the same form, attached hereto as Exhibit C; and, THAT, a copy of the Resolution shall be spread upon the Minutes of the City Council Members. READ, ADOPTED AND APPROVED this the day of , A.D., 2025, at a of the City Council of the City of Port Arthur, Texas, by the following vote: Ayes: Mayor: Councilmembers: PR No. 24510 9/3/2025 mje Page 3 of 3 Noes: Charlotte M. Moses Mayor ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: 'may Roxann Pais Cotroneo, Esquire Ronald on, CPM City Attorney City anager APPROVED AS FOR AVAILABILITY OF FUNDS: deAQ-4441/-=Y26, C� Lyn ' Lyn" Boswell, M.A., ICMA-CM Clifton Williams, CPPB Director of Finance Purchasing Manager Suhail Kanwar, PE Director of Public Services/City Engineer EXHIBIT A C enU Z ^NO3 Vb cc,.s.,�Nt2� Eo N NNN 1 C zPF F y n N wUOq>p.0. Z I rik`gli51 FpQ z W } E"' Fa� a H Z U tea.. R WI !hd �[l= 1 8 Q L x 1''-z Q 8 g a ci �" („) !gyp [7��j.[o'aQ�In O U a F IQ- 31r zpu Z y N J W 8 Z W F >• ❑K V vl Q -� 2 a ec W z 5 U Q Q 61` .pyS pq N U 4,-8 cij0Qg UQ. % W ptOO G.V�� "��C 4 coy �oaZl�aoNc o ■$MBIy�t o 4, Y J W W W i o W W y W R io 2 rj? OO I� i'"�J 6 pF 2 3 c'U_Zp6Z i--<ZUZ ZUZ 1-ZUZp W v1 6' m jpµ�<F P H i• <p W U1 W ,, Uq CUU a U G Oa 2 W Uil-, XtD Z G Q S 6alig k cc w oazv .. cJD W Q O .. N g,a3 H ug... ..igirk ail a _/ 7 ,NK4F P. W 're. 3. r - tefir7.-1- 0 • t • • H WIIIIIIIP—''‘)! I W L.: hi of MY 4IB _ O 0-1 qq 4y i lCis Z PI 4 .. .T, 6. 2 6 �4 2 y W V . H \„..„....._ 11-1 ...0 4. 1 j 0 W „=' • 11-0 U > —0 E U E QQ .s.N M P h m p cn U U U U a 0 .)o o 000ci71Ip'i Ihi Fi @11?' a . Y h °m CO K' Z u� .z 9-4 m o'' W 3 Y .= m NQ m 8z �V E= O Y a ,A z 9 N 9 ZWZ O QZ 41 G O 2 Q • In W L_ X / N ti 4 . #4�r � d . a t A Y 1 ow16{1 V U p z 4 .1 bkR }"' S F r • !-g ��s 4 It, € I , t a i z E ecw Dz z "" i aw 1 0- ' . : 4 V 1 4...-. .!...,..-4:-. ' ''''_. , :11,.',., .. ,,,,,,,...,,..f: - .. R 1 t p O CL i. Fk ' ! i 1. - CO Q r W W Q W :., ' • UQJSK S 1. ` ~_I, 4 . NO4 U, U 1 ,is4 - _ .. 1—14 • :,. :. • 2 -..; f..- ==''..,. •',-'. ,Z,."'. a w' Q S.,' is • I tt 3� «, awns«-, _. ..� .. o l 1 1 0 E u ,v It 0. 0 V en 0 en en 19 to b .-Ial I O m N a m '+a W_ a cc o. a C >y J N Y � z �tI, NZ = N ,/ I O W Q N m Z j tti p C ° p O ¢ 0 O Z z W ° 1u 00 i o O u s 2 wx. 3 a " a 5 v i o 2 g o x a a z z > z z °° r , m 0.2 c ° ° S om °` z W Nz maZ oox o8Y u1- '_^ zz o z °o �� � > G ° ' aW � � °-° w3 yZVI � 0o � � � gW0 z 'Coa Z M " z Z 3a02 oDa pu ao � gi,3n oacz,3., � Oo jazz o[p ° z C 6 a 2 C7 a u 11. z p F ° 80 m ti u O W 1 mo ° ° � W Sz ,1C F W u � c > 3 pG � � G � N W NOQF- • F a 0 F ¢ " , ,, z a C r p - v zxz w ¢ f y a o a x Z i- V' Q z0Opm1111 < * 000 Zpa > a ° •z dof � 02 4of aaZcc d d p u = C p C Z a 2 z Q ° ? ,1O„ g °v w Z°u p Z.8 °� p 0 a a ¢ W LL a• ' N Z N W z o 0 0 F- z 1- u, m Q u z ,r ° L. ,y p a Z = U 7 0 p 2 o z a on ¢ N{ a o u1 r < Y- a W p ZD O p x z r l�¢ ~ O t7 O p r Z a o a ,a.1 um E o a ¢ O a z pw a cc>c > p+, 1' Q Q U m W 2 } Z 3 t3 .. W Z Li!f Z -,.. 0 VI 2 N m a a Z Q o z Q M X f 5 O ✓t L C O Z a p vi Z W LL m m f ut O Z ¢ ° Y a, 5 = ° a " o e' ao ° � 5 °°2 g u Sao Sao ., 2 o = o , "' Zz a>> =2 Wz t o Z Z O �^, Z - m .`2 , Z5 Z5 VU -hog ° '^ 307O $ acva 3 W z �Fo ° f up . r- g1ua to • wwuc o p Qm ; a a W ~ pOmz wa - 2 .c fZ W G2 1- w g ,- a mFC vi ZN WG w• xa pZ l ° fa ao• g0 z m ° zCt- 2O p Nzp we F2 5L N z _, a0F= o $ . w Z u ' a s z ^Z a = 3f5W a mn ¢ ? ° oz m WQQ a Hau u z c am LL „ .+ w Zz Qo u u, Jaa0 HJ , gZ oz < Z.- 0' j2mH tt .1r Q Zz . g = aZ t, ? O 2u, C < z u2Z pa0 OW2N O g W wQ ZZ d 1. Qu i w ° a Z wa 7Q2Z 1 z -' Cy .4wa K � Fa p u CQ7a p = H LL N _, aai wafwa so4ui g = fg pFkJr 0. Ha JQaui nuZ ofQQp ° tz pa 2 ° si ° ofWp ~ Qz 3 ° au uZ 2pp uo up Qa O oaa uza 240 m < 1- F , 6. 0a 1- .. 0 OzZ 2a mQHO " • a 2 2 ^ tz Og Z a ua n ¢ u z - Jpc Wag3 WagLL ap ° p p � sz LL � 1- „ a Z z ° a Z upu FmWa ta WoomJ � za °� mJ WOH W2cc O wQa 2 s • 111 pvi o a Na omoOau Nf f ZCaQz ZZW j c mo as p ¢ d ~ ° wmO jg Zuj =Z "aOZ ° aull (" Ka ;,,, . ......2 aZn Z Z ° JapWpS . gZ uza UQQ2 d gO N p d Og ° = p s Vi ° 1 p V G a U 7 H Q Q ¢ cJ6Czm ° - Di zz ,_ w 4 Q z — 4 = 33 utU -2 z w F • u ° �¢ F:¢ L' 21- p UJ CO Oow gpQ ¢ Cw C2 V w . z 3 N NzZ NzZ Zow a ¢ 2Q ZmY O 0a ~ ja ~ W < Z Z ,6'aZGEC ,23mQ 0F ¢ cWVaQ• ,p $ ,i Zu, i g < ~ zO = Za0OUa2a1^ 6• -iW0aiOtRzUtoi, ga tw ¢ 8 „ a , FZ Iw ¢G uwa = 0a a -0 z p ,n~ p Op°az FZ F cp 3 op w 3 l- zu um apoZaa o 5 , ,� z zQz < oa c . p aou aou Fgou 2OO• N IS u -1 2 'ig g< Og j2 ,i, . mCOiu 2 ~ < x mmg zuzz mdsQ x O ,_ No do a cC cuX - a . . c . aa .. ai maa » a bmcmga » 3 uu a .,1 .1 - . .- ,N, N .+ ,r 8 8 8 8 8 8 8 8 8 a ., N m a N ,0 n co C, 2 w I- z D 0 0 a .y . . o .mi '"' N N to m N N CM ~ Q N 0 I- cp. O J J 0 N u.J W W J J J W C J O G z O ° p W Z J �i a• p z °.Ec6 < r = m z umon O a o p Z z • o o ?m a m Z 3 Z f > o z - v 0 Z C aoe l a. uzzc .... zN „= omz > oo X a J a z N N u t... w p u O d a O Ou z m u 0 2 '^ J ¢ n z vi x za z a rig azm ). � a G = a z 3 a Q u = a g ' z . rig . O O O < N w x F 4 Z t Z w sa mZozma 3aw3 o}coz � � z xa . _ z z N 3 r m d = a J W W a z z L, z o c a z o LL c 5 u O O ° a s a i LL O a o m V a v7i a W ._ ; j _' p a a z Oa � } v~iOZ V ZaO F+iup Woa On O J vaxi u u mu zm u d 0 � u eu o m2 Q 3 0 z fz 3wz > da W ~ °° z W ~ a3o _ 0 a v+ a z ¢ m �.. n O °- ° ¢ z O as J f m N O O p O ° u w ey J z N O J > w e W Q m j a 1- z � 0 ¢ m c1 � ^' pz v , a Oz Nz of F ^ $ a m G m g z i z Z ° o o° $ c > a ° M ° z a a ° t,I W z a W u N 0-m moo o eC z * .= b O X z N za nm° o o m N aW� O a o 8>. = � N z Z J Z m a -°m z u u Q vi n r z w m p Q ^� x F ° a V a Q xVc uxf ° > O m W O Z m z Ou Z lL. m7 ti0 a z m 6 m N r .... � .... Z 0 4ail m 6 �oz o a o z � � o � � r o 'u f w � ¢ c � Q o xx„ z a vi~ � ~ W ~ a W o o m O W r f 0 O g = W O 8 > z ¢ 0 Z ? N a O z a O O Q �^ elf N a Wcc a Z f u, N m . W a p ° mOg � = ¢ f0 � ° od � Z "az f o �p `oz0 f LL n c � m � vDia � z z z � 6s mum Z a ra ¢�' -� 1p mu < * .°4 . u OmgzO zo5 owl) e° u r � 4u 3u , a f ua w > u 1 u > v~i O p a m - O _V H W ° uxi r p 0 reQ m z a z . Z 1= u .D J W C ° z d ,. - 1- FW- z ,,, zQ � m .za. z o < w $gV FZ ° r " g ao g 2w a �a- a . a C ¢ a m �'N m g 0 vai G N m N a tm7 6 W f l7 f w 6 Q Z 0 .moo a H = ° N W O a 2 m O 0 a vt Q O O N 2 Z f C Z O a G z o O Z Z Q a pp•j Q N 3 .�i ¢ ¢ = i 82 a ° J > m v1 p f, ¢ ¢ 0 z O m H mp O d p } u r p - p . O of 0Or K 3 H WaU o 0 H u W O W a d o ¢¢ Mtn .,,,ZO } < Q W < 2 < `N.N C z N z 74 w w z a r H 2 0 h f z a cc o cc rA w LL 6 t Q> a = u' 6 to O f a < ¢ 3 0 m QOQ t, ¢ w j ? g O O . a 0 a - ¢ O .....,- -, .. )- 0 O vi X wt L. o V v' C a vi Z N > 5 a L Wxu N } N H z Z Z O . Qp ; Wm w z g Z z z N z W z tD L. a o ~a a w ° z c�z 0.5 5 z5 F5 zo a '- 3mZ p Q z a za > Z 2 Wp a s C J a -- - F- H O• Z_ uWai f .L...2 H f 3 w f z < t o O m Q O x m O x N a N = a x a . y u z 00 z > 2 z0 > .17 a _i O 0 m an 0 J a t. u z H a J W F- 6 F F O 1- 4 O z z zgz = 8s " "jo W - 0F5 . Z � o Zu � 3 z 'c� 3 fN N3 c3 e'"ya xz 85 to O• .Q z z O = O O 5 O a z u C o Z a ° p z u 12 0 z Q z O z N z � p f m H u W O SZwti < uu um wag '^ u Ozzvm L.f.A zuo u < oo adcl N . mz Cc9 aA am f a gm p , Q < < 0 .. zzazoet _ < 0 ,- zc0 _of z if f o Qcxio cc o `1 o 06 Jw > c i6 fzvv, i- rwQSGN raw LLQ :?6Ug = Hu° a nma LL Ha aWca Uu~ cua 46 Ua .w .r .i .a a .r .y .a .+ .w 0 8 8 8 8 8 8 0 8 0 8 8 0 . N m .iNQ 0D OD NN mN O O N of of h CO0 CO D CO CO .0 .i N N ti CCC CO H .Oo .C1 N N N 1- j .\! 54 .. ) / \ `(. loi ; }/ - a } • ! { @ "O }k ! ud — 2 §■ ± k k � \A ƒ \\ =cid 0 )� !/0 / E.-=II= a ■ z b_ 4 k g� FL- \ mk « §,§0, / - « -/© < \\\j}j 2 M,LC%Lu \ U 2 0 U . z ; m Pg ! = § \ ? \/ ¥ i) ti \ " z ai 6 \. 6 >X x (111 /\ 1 t itk \§ / g , _ = in n 0 a 1 a Cl U WF 416 s W gF� 2 pp S Fc ro $� o G '^ �Z 8 311333 1 i'l a WW1 .[Z ~Z r� _ ,s'£L ,S'£l Et a W gem €e gg.1 I—o —I• Na ......n... WNa s _ ix Wm g'g 4 -g _ __ OO 0 0 � O 11 11 T 11 11 �3 0 Fn I.UPP) R F Q� H 1i11 UU O 1 rFF 5g<4<z 2,z j N 11�1 N m ¢pp fftt . gse5I I�-{l--l�--l�f f l l l l Z egt nl.ltii!eea m!ja Ig RE`�r£3 IIII 4 ' IIII .44n - " _ct < ®og xxn�aaese 8 Z Zw a° §U Qt 14 n n n C C L S S VJ N N W I-1. gg II d V Se> F ��NMo m! ao 61" !;r1' ? I M�xi ZF0 y< N� 47 ZZSo of apap c @ c I Qm C. OW I- gp.l ppd pp3 .0.. a 3 w h aI Z 6g p s7pp dd i Z t V a LT_tin V o g2F g 1 a J <9 rc J p m3 epg .22222e23 gg g 1 I-} s g m ml © 1-I O • p II z :0 I, 1 [tti i i Ifll ea '�8'B:'9 oz i opx � �.� d ,. �, 11=G� —r) 111 m ° UPI m; ag sr«rsa' s_Ri S, miasma _ _ --- ~ w g .-.-n FRF+S Y rt1g'0 °ua rcrrc ..5_ _, gg 3 .; 999i 0 2 , s4W� c.i. o Z 0 0 til u d EZ'Z-sZOZ AV Oi',)41 I W O .; hk ' i °w. eW t WNz m oz�rr rnmOg rco�W : Faor4 2 z mw mcj �<F!f��9 om rZ i 00P < w rn i� 31 pet s j 9 i0P, ig § m hms PLmlle 0 eg q }o m 99 '_n �' g o w x�xx o � $Fn ooN= �� cxic m'� z 9Ni 0- o aW wm4 S ooa IJ €O W m Z`J N L i m N w< O Z N S y. U QQ m S 5 m N rii U 0 K ow m U E tg m ��+ O VI ... €G .Q ;30 WN y 0000 NmU m�<N cY. wi0 ?. Z O f�1 RF ZoL i; "7 W`i 1 W§ 2 rcw O i 0 33L 3 9YYN Nt "O O� }' Z prW < N I Ai �Wd2 § 6u Uwm zu 3 UOO 4CZ �'Wws � - Nh ;' E0 - C<C<WWSyl CN < -; '.22 zmr mm f U <y 2 "R ';K LC1 E < OWi J �� C l�> � i o rE U 3� �� m U I�� w N N �h CO p m O n �!F " ti mai r I rrJi <� git2: caw %p.::;2 EX O mks O I¢<NIge acgl N W Z 3 W N F< Z U O V I m 0 r3 r O p N W >F C yy 11 IAIA; i.l Gl 2� m WZG� CW NNWJ 12 am N OC WO ��Z�; j0W€� yl ; "J cW 4 Tii350 `{ p '4W m 405 it N P= e�� i d:°w 225 W�NON N C 3 2 Z V U 3 Q W r "O R - N §W C K U m p O ril C z d U 2 :.:: y"33 om� S" � € wr ow z �xcw� m� L+mo Gi�joo1L3o�' on�F" ziz awi 3O 25�'01018jw O Wromm<� 3iFyi1 ONwo�~ ' $m „,. „K 50o '-eo0 omEzomaw $L ,,, W�3 o.v.5. . �3 0 ' Tz ! W Ls5 o k a og EKFY1rc1E '<<3 2��1<F i! : o coi o¢Wg ", }g mUiW 5zo Q 21 ��: °<o%F: w Aao� d m IL" `2iLl W rile ZU ZO < 11 g W OO `,287 o' cWW mww, W=.- g---f z ow of cQps Ui omu 3 o�w lopz tZ� J`Z o r2 `a _zWm 5� �0 CD -? .ggo, no .UI%A .3 .Umm rimm :Gc8md .6 .L.'.vdF �s �c 721R �aU .2ELY.s lw CC K W M Z H U <Z au-, co 0z CD‹® s - 0Y LA_Y O N L/ U U F U U N , CO a Q CO C c Q s Z o m Q ispi W \ �ti � _I s o Q IIII J v,.2 NNO glkOma a Q p o _Ill c Z r o Q I--Ci NY - :11 , S RI ~ ZOQZ m a I- 0 L,j Z Z �.v Z QwWt3Q3QW q ifV QJSK S g L, I N 0 df 'Ill v w L/1 ° Ii i n c I.b . hig 116a .° i1 o,1_ "� Ida F z z z w 3 I� Q � ti Os °i NIW ~ i \\I��\\\ Z V ;£/1 z —� 0 a 1 o a � Z 35 o gg c. Q Y CC W3 ° i C9 e m ° . 2E a 3 ql 9 H a u wa EZ Z-520Z,nV 01 ql i 0 F a M a N A x _ cr N m Z WNZ by w. 1NIOI'03MY5 26U _ g` ar z§ lYN1011110NO1 o¢FL r n Q U II II II ii 1 2 Q ;�,i .- -1--- <m'a z,mN 3 � -e a or L. .9 i - .. 0 § II I I IT I + )< z i flw J 9 pN ai'. a .a sae i- J T IP d o N ILL] 7 ; 6 W :=17 . m 1 * 2 I • a t1 C7 a JI L. Q a � �N kg .� ID m I 1 L. a > .g — J l7 z L11 re W 3 0. • re IV U 2 z\ Z 'H'a'w k ==a \ m J 1 3 's W S. I o x>nl R .. EN �W z .1 W =Z ce o / ti Q W "� bi j f` f` s t, F-A 1® 1— 1 F I �� j�p W V7 n1} I J :ii L1_Y = 011 :g O 1; 1- Y U.U. J = CL 9 '� =MIMI'''. .1 I NNU J 6 .9 Door03MY5 aim<ci 9 4 a w N U 1tlN10f7LL7NOl F z 1- �i y 2 A N -_.--._�......_..-_- _•t g °Y. g 1 ____ J d �' 1.4 1 I el VI I^ O CU fy C]Y 1.7 g 111 =o V il 12 " g` 6it 1 o =P 1-p<z!!!!!!!!T!I!!!!!I[I!II 111 ,,m a I.N.N,N1 -1_ = j a b. W __,z=4mi � J1Ww39 a s-w¢■■■ g o r ■ a1`tiAZ 3 74 --: lij F¢ 07 Q H as 1 z, ,,w,:e a, b u■ 11� m J Ce N R 3�3 y 2 , if. W ■I■■■■■■■■■II■■■■■■■■■■■ ■ - o I �la G bi 0 mZ m 1 11111111111111111111111 ' ' ! m o z x 11~IIIIIIIII�IIIRii1111111 i 1111111111111111111111111 1 § g g '7,i ' a 2 wa w g nL Q s a1N10r 0399S ,g . a Era; is Z .9 1YNIOI111ON01 a 1■ r_-- --11"I N Z i� 11 .< !. 1111111111I 1 mt' .� 141 �� L 1 , i i -.'0 1111111111M LIiN a is li < 68 k Q 1 re Wre> t iiiiii■■■■■■I z a o i 4 a X W yNw a 1-�9111111I �Z 3 a " -1 N wvs L a Raj R.-g; me 9 II 1<z _ 11... !11111 W 11311 1i N g 11111111111 n -- IIIMII m T ; ivin6 IIIIIIIIIIII Nilm 11111111II11J m a � m t a z a U wC 92 Z-WIZ.10Y OS'n41 ti o oc N w r , o W ; 5 W > 4 a z Z 11 ww Tu W of Fi m 0 0 0 gp s i s s s g 4‹ 71 < S LU s W J t Cx.� z a W a Z F M * r O O O W W z N W W W W z W U >O}W Z Z N 0 W r zin O z O m O }W Ce W o m m(OU JJU Kw =H N O 7FZ ¢aN a 1-0 a, 0 }JF� O K Wr = Q J W z‹ F W> x 0 Q'Z J L��1 QW Z Z w m 0 w z 3 Z S m F-P �wa N 0Q -IO o p r N N N m F 7 m 0 a Z W 0 '3w a <<m l 7a laY x aW tiw0p m upr> WOa ace w am zraw J a-0< O r < zm W m-zoW �� I- OW mj Ww=� O WWaW W'- U"U" wr O r7 f. xryr p J w-J N NmMX U NUaQ ~ CO cm W ak' rpro mwxw aam wr a O w N K Z_N < p N Q w U m'O a Zw xZ 5 0LJO N ~OK 0Zm 00 U O y z XmM F Op Z O 0 005 0 Z0 KU -ONM z aN(Or Fox Z mm a gmaM 0 Nmw, LLvm W i V m _ N N N J U qq Ov N N Om, L. 07 Zr M N m G -WpY o azMm Z Z w It J ai Ww30 Qr JW¢W o<=.= 'x 0 a U F "' 0LL, r0 O. wec ma Q N U 0 Om,iL) w N i wm vl OLZ a� �O N ¢� O ¢ J wO N G O� r m cr O w O W a U W M MI- J N z 0 S 0 r w O J a W w a zzaa r 'W z¢ 5 •Q W OWrZ 01- 0 W N oma' _= Zrf.m 3oyW �r Ur Jm ZO Q U90,� 1-0 0F m V1 aLW w 0 S+a W F o a Lull, <O CO ¢z <a Z a 3 r 0 K C7 a aD Z O U J z z 0 0 m a m M O 0 nm o m Q .-m o 0 J m 0 Z a m a J Wa'J 0 W V) O O m Z O z x ¢ »M a a 3 mw ¢5- FJHLLO wU K ZJ a'O 35 a 0 0O UNK w 0 ¢ aOr NU N�pZNQ Na as ow O w W wI� 5 W 0 0 J 0 ccQ. H W J j z W 2 K w..x.(9 O U a. W W z. N o J O z O I a' a w 0 U z Z a marw U O 7 ,> 0, Z O r W xFJ r W mO W ZUwZ K= 0 0U m o V U W occ 00- Q y w N N Paw z _J¢N O O W z U a 0 O z O w} a m w J W W w¢p w O r 3¢ N m W WO o^ F O Z O U O ZOO O W O Z m 00 a a y}O N N J r y N 0 m O Si Q Z } O I� a z w Z z a O O N J z�awza7�a pz ¢=r �� N F� MX= 1 wKz3 < ¢ m w Wm> w=a 5 x w z W o Q Z a p m U 0 F n U Z 0 0 x Z ¢ o a 1-0 7 a CC r M¢m VI J W 0 a W N a z W Wei_ ID a a N 0 F V) N a J Z U r_O a x W w a m 0 N 0 W S+ J K 0 K W w a W z § W w a _J a z J UwmWwF}<Sm wC ywQ UW NO VI 5 zm mwd= z F w z3Q m�s O x w F w F w Q O r z r 2 Q w y O Z N N N W F 0 M m 0 W w K W D U r3 W N40UN Fx-O Nmz V1� W m i. W S W O W W W m W r \ yH W JO rm WN ¢NO�OOO as �} zON FW >JO zFwO mwr K ^ r >W 4t�0 Om30 r Owa JZNO wwamm Hm Oza wVl aNV Z x QW>y >KNZ a O CCWyw� 3 a' rr �Up Z ��WO7FW-N}a p0 NF-r OW OWE z �W N�a0 ._,0 m 7 > W WN -- } J v o W a a N a. r Z N ... 6 on x W a a. w W U x W a U C a z O w w 7.1 w aanOwOmwa j� >�J 3W z>IW/1 U WW 3Nyw rOZ 0p a w Oo Zo�Q Q�r W MC�wzwa Zw O> ZQ= 20 Oaa3 a �N lWp U,aF 0 ZO p a r W 33 NQ¢ a3w u' U <<Li Z Ya aaa r Kw Z Wa F''Z1- wOU Z O m 00 Za0 aOx mFmW W� aO m Zrr a� 8O� w 00 Rita ZU ¢aZm a W wZ Oa wiz wyr W UN0m W W WZ ZO W a0* o00 rzN Z W m�(ry Or- aQ W N m 0 ma w z J O¢aW.Q QaF W FWWWxm OFNw r0 awr ZWy ZOZ > UO }•}wz 7-1 a WOO F F Qa N yr yr0 a,0 t wa wway r � j?I- z<Z Om7 O 7 Z a0 CC �• moU OZ NOzz Z aw rW ¢ H adaF VW001-m0 0 W r¢p aga W FZ F Na m WmE,0_ O¢Kr W W Or !- .-JLi § SO1SWW KaP oa' oW „ O OWam > WO >a'mw<W OQ OOZK7' 7J QO z�z UmM a7 x'' zpO o Z ¢? mwx D-Mr m � o 3 Io 0� Fam� m �� z Z3zF3w 3 3r wo w 3 7 NZJawwZaa 00 a-KO?m ZOa ¢ OW Owr w m707rPOwJm WZ Na JJa OUN N OOro 1/) r O Fa O o OW 0.. zz N d 'i ri a ui co n od of o N r r r ui ID X V N wtl SZ:Z-SZOZ.I4V OI',II rn i W x W Pw - ,1 a 3 Jw WN ^ \� w 20 aYdxn .. KY �< Z WRGWO �Oz <O jQ 1� N$zjc 33 Eil , 0 Law WO O0. N - m d iflh woptU Wz 4 RI o`d uc ���.Ii �O wa � § iy H UZ w0mwpz .40 a WN p <� zw sU ^ z 'isjln z2a W �� r a z Hp ` i I ` sio �"� m= Egg t Z = .%8 Zy woN c a � < ri I F °d� 0H nn �►r► s .�i # oQ=FQ ? H a hi C•I AlU! $<In< d zZ< c.z�� m N.voc_ sw8 S.., o w5� `w� a �v_� JQ WWz ,_. mw oa c,Z v �''II �p� i w >� ��> ¢W w UW Zpp h 1 `� -<HLL K�/1W31J p L E05 'NIW.ZL m� ia�gaw NV HGa 4 iLt po 5° 16 g a as cogs 0 Z 1 WN UN �Q w �z z..- ti _ Qai �wrca> z_<�m 0_N c ""cc SOWS W Y ce ° aZw zac�i 3.n �0 n 'n<� Fzz s0 Y 3 wiz nw0 H w ZFUW LI, Ij� N M n d 0 > La << a � ,Ib yR 6 uoz d R IaoNg w Zw QO I rcowiD rca 4 w>p Wwz ¢U iw w¢ mS w na woO W ¢ O � x ou wr U n K a 2mrZ N . 111111;:11 Pi mam po 0 � aC O N ,5,.,m z7Pwa ¢5Wa ra -"Y c. � >w¢g W8a N ,R. o<o � j o � ¢ zS W Jc zYo pQi UZ 18 z.i o wwawoUW au z z-o Qo aiz =O ..-Li' wj PLLo n -% . OU go. N. Z vi L.NA c./ W<z Oo P F gpa q w<aN 0 0 F J2 =NQWK a .'2' p w I �II. US O u ` 0 O 1mw - 00x w a m- wow � � w in RIIL IIP ti!I �2r< Z2.,ui �z i zA Yoe i¢ 1 �wooS iQc w <m kwo Ra 43 xp a p 'ti �1e ia:L. O Z 35 O.n ZJW ,92 1l g•ON USow O z 3a RE5 `` umz Wz rns -,2 <FW PZ Ng III LrLJ �wr Oo rp 8< ozw g W2W �z OU7 QwW VFoZ , U n Fd pm> � 1=41i �nGz ?,O 0 sm 412d aw Q,- 8-)L.' xo' 0 w N vj O IN 6 1., 1 Ce HLONI 3NVl TIN HO SIVH a ¢ z� rc W `F - U m Ce to <z La m > v < V Z 2.. g h 1 ti N t m 6v N 2 2 2 Z Z F ,Q 5 Z Sw . c z aZ =N , O 0 NO U c,mrc g 'K Zd o W ip, (n Yfn171 mCH O i a 4 O Z �m a OJ O fo m O O m< I,IZv n NHn ilill ,z a s L= _1 0 a> w LA a ¢W w CC La >- i S La 3 Q V� r= w� -'w wLn tea. H`U ,- z mz 3� .0 zai o - 00 Q w,3 o'x 0ce a> 1-Lc _a �m 0 O QF WCJ7Z m 0w 80 Da Sm Z O n LL a� &az wa wo 0 ?o QZ K 0-2 WF> Q .L, R V0 d-- K U aN W W ^W N O W wQ Oa ✓ `' FaW ~ 'sKCaJ \=N = =r. N ror 0 zL6 IgoA + . !n H^ o IDj H S WU jQL6 Q S0 0 z QR wy0j3 w Q Z z O n iW KWW 0 K Wln RU'. mr`V' m W`. �. ? W O O a a? O W Q W Q a d = J a J ES EL- N Q W �� 'es' wwK W m2K OF mzlWn NWN{y�a o ^ w O 14 O �0 Ow NO WVI O Q z 0-Q W r z W U w Z U' w A mJW E m=r o0 .00' <W.- v o ^ C .Z-� W QO ,fxnW JH mrQ ZWa rN W.�� En O Z [C SVI Qr� a? >6r r2 EIS' 000 W Q _ v ,z,.,,, z0 KH -OR O� �QU W* JUW rWK 0 w CO o i_z U QUI w0 R4 '>3 S0 Q 0 WJ p N 7k qU I-Z O W U�a ZO USIQn 08 ps,C, W,Ow N Qw F 00 xe. pO> ¢JJ0 , Q Uz a Kop w0 <Hd F0 0Na dJw o ZN I-'Z K 0.W �WH 00 a<0 Uamm OO� <Fa z mla1Y2 0 o OQ wU w,w NO ZV� 3ww c7Fz mF� J >C�U V N to 6 d� O , J? OLT <z2 zQU J W CO d=Z La.Y �a �m> N oww w�0 NazO WSON F r... Oize w 5'w 0a rx Oox z x u oza C7 r mm Era aw Qrr ,-c>w w0. oam > • ni wi a vi 6 I; me ~ J PO = i ii J st L zd -- � o owQ y t w4wm Hm* m La Wa `` m 6a1 0 .r i▪ rc 1114I%-r r0 ' , 08 , w w • ` o6qi ro N o�u 1-4-wNy} � oo 1.2 m � ` wa< 1 � zw3w: g w c L, iW ! o m H0U my, R. =N p p ' � lm �: oe. a, w � FOXY F- °o < ok' Z .114A at�w moo p mss (w cc 1 Z F Q m I r I ✓ F- a I cc w Q Q 8 a ,,, ,,,,, 4r 5 3mamma a 1 �. w il Z ,, ..,,,. ,1i F a SW w \J 1m all wi 00 HLOM 3HYl llR!HO A1YH a V r I — I 1 0 2i i W a m m ii bS 01 s as 4 x w m I m `a W n m _ __w � g gym K Fo a Z a 3 Pyf ^6 wc w �Sw M •� � w III La 0G Li Fe 65 JF zed a� 'i �€ U N it COm4 ow�ag W -- § Z ID = 22ni ^ �<b wg p,a O0 zX2 �$ N da 1-1-1 o NV V � O m z;, . z.m 3 E , X w w ci �w m w F Aso z x. Fos 1— A �` w ole r o �3 U U 1 MA a 58 .d w a ® d Z :�a- 6 of• J -, _ �. w a Q a J U PI Q >ug, ms F-N,1 O Pq ' n • k I A! F-M-.rYj- ' F'' i � w__ Z o W }R1 N_ a 1 ,2 A w Z m x ~ wiz JLJ W 3U O F iu�E Qt-J w6w U Q S CC_ N A 4 N A U. a• a,g f m €t.e s a; 4 AM Kg v, °u am Aw / , z w .g a w az. �- . Ili. N v �I a Lai z z ; m e� v .%., O Z g g , .e� V w A. s ff I � X zO ; ^ • N z W • w '^ X O Ft] 1 w 1-Li a * eg W I I F;3-- age V ..a aia3 o f �,1 �� F z t:i z L' m i. 1 N 1. Y8 • a `a g 1 1 :ag • b op a D '65 L... aLL E b1 `" b3 iv P a — � a 2` eX W :ate a o� g Xi 6 ,g� I �",// r•,., / a Z� e m =44 44 RI �� T i e : 4116 eF EA i/ z 15) 1 s 11 S s 3 a =z aoarm g <g i a ¢w Vi 0 m ,111s O¢ er 9 ! ii z o_ `= i i3 li W F_ OCd �' it y It:' ff j I g&o U g N J (41 z 2 : I d gacmi " ; egg U ili. 1% ayp c O _ .. a E> a< -=e _a ti A; $g :IE Vg w ❑o g_ u §s g gap PNro u of as <i < �-N"—Y> a lg gs CAA Z0Qz�ra z z w 8 N < J 1.1 w W 3 U U Q,H 2 K2 Vifal._NGiU ii II Ya a II gF CI Lu 3� i e� � Ii 3 a2 a 4' ;g g8 •• of v s qa a c Fa :J'Jj g $g� P g a g .. 3 . 3 h i ® 0 .88 -. 11* • ' a f W�/ 6,I irsn.l A�. R 3 0 •. g 8 8 y N F1 3 2E id r b P,1 1 It p ct s3onn No1 :K iw $z !ma ` '! a E. aka og sg 41 & €y V g.9 EN i L=:•. —I M w a ° �z0 "2 2 i • a mF W 0 O' Z `a:t f. y T. F K ZZ_O 2K 95 zOn r F r, 0 2 g i O� o ' tt a 0 uu N O C W Q m E Q 3Z 2 OO ` mU1 O y NIJJ a Z 2, Z V E O W m Z O O'Q <V Q 8ZO W V1 ZZ� Hm O-. H- r p m § ZO 00 z_y 2r < . Un 7 8 �m z < 0a �0 w� �ZO v Z O \ 1 a N L z � P oz k z a 411 \ Zak w I cn I- w a JZ 0 umi oo as na ,,as -1 -ow°U Y i0 Z N o w �` a u L,1 x,' akw' ;wL a0 U p Q ina wF" .cz �o� m 0 Q H a 2 0 z 0? L-"2 a:T N O � m w �9 u `mw a b 0xx O; w JEx mF Sg <O 0 x ff. 2W w i `z � � ❑NM I > Q 81 10a m� WHI 00 w 80 o w P F � Ld Z/L014/ Q Z i N aN `w -i z gr2 oga S -. 0 Q N g K 2 z F (F tT, Z.,' V 2 "' g H L7 U aJ ` may" !^• 2 O� Fm z.a Ng QW 'NW „Z/L l g m <a o� a JN a; 0? k'°w 1—A 6 W� �� N 2 W 2 Q a Z� Q'Z £/1 2 'g Nz v4 ozo 0'l §".5 VI iOFQ O¢ o r E-1 OZ 9 am 02q Uz g% dy w o oz <J o 0s ! z CI a:z WOlz 0 ¢ - w� vN uL o: maw is z� a 1 Z v v NUO;O UFZO NO• C 0V N Z Ow J) O 0 Zw Z< OWF , 22M 0< S2 ° RP waWo< z ^ <WPa O i X X E lg. z :4 i a .145 a_ • N ri < Sri m r ro m a T. J _ U N Lc) ti Z '-N,p<1 p CC Q Z W W 0 Oo ti 15 rN d N O >1— m Q z Z o a i A A H a- N Z 0 W W Z r Z y Q pLl107J JWlaJW3U Z ell 50 QD 0 WO�> u �=�x Z \ Z N K oZ_10 NAL 0AU U — w W D I-W Y W \ �U 24. 21 Q aHmMo 0 Z „Z/l Q n m Z U z � c� 01 0 o c) �-?a „ti/L o - o z z<mJ -,to 0 „8/S r — _i r O� J W V) „Z/L L w 0 - Z_ ZO L -7,a I— ONO cc in W Z W p CDI I Q m QZ o „8/S ID. p N m Q -Jo O h Q CCZ H H h si\ m � z Z O OO Ol o � i ,a /L l \tiZC N Q ?' s 1 Z• QM 5N0 7r W — u S. as a ;� °z w 11 4002 00 o'Q vE° zm_ b« oam V e - 22 78t„21 ... _ f'll °E :R' m Z. o� tWas cad oa$ wp v_mc `ma ^E E'm 2,'�,EE- mac �s o F N - ° a m° ° $,2 nEu «m:- `°c m9 oa p m2- al - n vs n rs a d' o't @I-`a1n Pi gY. —."-E`'.« 1a3_ E�_`ov°m- ~" Ua ;1 o •loci Smog« o ca °m..Rmo°. oc c 2f '°"«°c « 'd^Z dm� _ms E. €cc ,y; s o<< o o .-1a=`moo _•• do Ea? c°3oc ?Ea° ef,,Y oESES'->c '-«' `88 ? omn c-Eui°«' u t 'n A Vill �Es ;n@ ,'Dons nm ” o°a �° 08 @o.a82.. Z 0 N n 6 m •- m °• ? [Y W W W m.Z-1 CCZ ¢W r ca CCZ oa 1m WN W Y K II El CY r .e 2.. I- ... yrJ �n o �_ r:n @e UU. N . _ - II°, e W anQ a J 0:, $• Q= V <e� f` . m U o a ,,?-es i oe m= k mM r a a`•S. U0 - Z a U o I n W N W ZO j _ • a g br . • r a Z �^ Q CL cal a CO m! - U.1 0n $" • • 17 p L U r ° S p¢Z c o SN Z Z W <I _J w¢wm N .NUIQ AlA Ce m ai ixr ' E mm n (.7W �p tv Dr $' �C7 n Ci2 g Qu �+1m .3e « Um 0, h Q� m W W • m\ �' a• .Yi 2 ov a m_ „ ~ mM me n N N U U\ U n 'co i A te. • W •I I. m OF I[1 • 2 1. N n I armavy sY•y J n 4 Ew E .717 �_m aNz E m k IUn =_ �rj - Um� Jm _ �W uZ= !S .@U� COI m� i °°M a.L 2� 1 K } al cc U re I DIn A r l c l I A U 1 y� I U - Li 10 La1 hir F w IN I n n h n e au in Ii• <1 I �a� a 4 a y ,;Ia! .y P R 5 \\ z ''4 Pi'Ai'i'i'i � o z klii\ ''�'IiI �u <a @ i' .4,...,.„1ii � � 5 n a n I \ m p • ,.„ 1 !„ -, . \ a�.,- I ,,ii, ssi ' in i Z ® :I�n� Ic Fc po \\ \\ a 1 l a ,, � g \ I na z aj1 mil I�i . , '14 illiE t , I---1--I \-1-4 I d �ks r\ \ s : iW El' m \c �' \‘: o W i CZ W 6 �_ \c A \ z W e =Z w G =_1 §I \ _ / \ o u =$ �Z �a ll 'I>... ..'II °k,\�� \\-_ ux `\, }ly- \\ rz a 99,9 , ® CYZ 1 N.A. .w J \' ,�\ 2 8 9 9 9 a ffm ,li` I g a\\ e ;' _\om \ d•3�� \\ mm g r li C4 w +\ \.0 , = \ %. \ C w i Otl 74tillk It \I Mgt; .\ ‘,, ' eRV Ian \ 1 w s \ 11 �s ilh w t] . 1 = a� g k OF _ ff w mJ $ J a 4li , % 2 1 tr--- i '‘',=.\ Pi 1 122!"6.1S1 F 1 d \+\ '\ m>w & new 'w z AI { \ + _ $= - , ay •:\ cis ps$wm R Jwwt~.4.18 am \a "! _ .S `,.i y \ .j Fz<-J' V of-�w¢w isb! : :\t-s.s, \ t...1.0 Li. a poi Lg :‘,1 :,•\1"-: \ 111 1! 01 PI tot��,, . __ F g W�a = o — — a. 1.4. )/ i/I I , /. 4 1 . \ii !,, q- „ \________,\\ .1 ''R'4,71 ,,, e / 1 '' S \ * ! i i;!' 11 I I I44'47,,Itii94I < i 03 1,4 =aw �— S' & /1\ �W <a3 g t Y w, wd 95:Z-SZOZ,dV OS•OV1 U U 2 2 P 6m �� a ' r 'Al (q$� 1 g h. cl 0. ; o I a )k �� as r < �a i 02 C m ., o . R ` � zw .. .. 0 I 2w @ `off aw Ill .... accr 3a �— it za rc— ...... a wg W - n % r a el n t c a g u� J NI adz a ei K egg OOQ Z ♦43m1 �'W 2W m` l = I-z U 1.7 az c Q W I-fa ii CC Z O<E d n II y ri ( w3 mod' u nZm - < �U am >-3 i L.Np n' �o =Ec m gm �a 4 'w J a o� a9 - - 6• v u h 841 a s II Z ° tp 11 a L `cx= il Ili • c T VIA -0. — —\II — — -8 og i2 a a E°P13 - 111 aw c ! a J i c 2 n -14 « aI CO III NQ K (nN V7 Eo _E 11 - n - m2a - u( c WU w n. & vo QL- U °• u m t FF 2 wa H N F°00° Yn it 5 s`E S at tg m Um a €w gsw a¢zaa oz g- Ema;g =2N a k'w n l,a < °us �ZrZx � Er - YL �a ou°. o W u aN 2 Jlal W W3(J 4 c = `o 51 a.• = II .. g s- U Q rJj S C 2 12 - NI b� g ;E$o Aso 5^ ., m� 5 va�vrac� II; P oSao: _ o: p <3 W g: A. - - _ "_ " _ m� wg c - w 03 n a lin " Ili °;vi aN R a €oo[tef p• � 2 n H n w n n n n n 4 - 1° ,E, -5 5 . LTJ o o _ 3m Z .« _ c _ _ m' c?` _ JZ .s .m Et N v'rg E • �`'"o -oTo E° - m . _ - Tip u•Rm u « m o « `oo ��`o _m=< Ea f`e "am 2 - i « __ - n:oo -1,! «gY ` 5 :-51 :1 .Ra 178 gillcomma it hi ° c; T c`!! _ $Pm c a o - it 'off- c•ac -- - & d 1 .Ea E_ - - 1 •Osag - ap of ., - �I c°- •i S°- no 0 o Fr, --m c� ° Eo a, y m m �Egi �3°v Eo u aE e 3 'n c° $ Ec "`E a ° t7ii o " °%n 'SOS `ot - of - ,e cm _ m8 .: sm �oV U a° 2m E E9 « ° im c 2 m _ct o- - a5 E Q •I om¢_ u`o2 $° x1.m u S 5 r E6 mn m3=y" E m a 'Lm' _ 21 E° _Eg E cc 421 .;E .;� Yc$ «, _ ° c._ �.. mm �21' E5o E ain ` a.e _ " '^ _ -1-;..: o :2: :3 ;' fro g` N<.; €° !8 = ;_ go < aom aa5 .ea$ t m.i - `su 212 .a.[a - ii m5 _ E ei 2 °°seen§ g"" i ° gl •Ei ° - lit a ° "" 0 u as o-- "o _v ^ a - ,5 I ..-rii` amp o, ap° a a r✓im .c M. o 4 s b's_ ! L• -Om Y° Eu=E 4' 'oo ct e9 - -• S “, �cs 1 E8• _ Ea? E'u E;� e c N o Epp,- °u of w° _r�5 oa 5 c.E .atm �,i ^ c� 1 t ; mm�o mom.°°- °s i_ sae o- Y : " E !fig a ° _a.: Cm.S° mo o- 3m ° ra` gi oo<<o spy _ _ - _ of t j ° !fig $" vo�� 5 ` E'm `_' �v` a_ `o ; _ c; � .s7�' E u �-` (w �'m un a :ifie «avi ° .E ° .0 dr _ cg 4E Ill; u •atl m25 - n _a BE a 2/ i n" 4 a° i° m nWa5`° m-a� mE0 N° 3a° w° n a ;f m _ w mo oo. F. .. H visi H R. N N wd 95:Z-SW AV OT'"41 N 6 Ur !� Qc. W W<LL F,V. 3NOHd ` gmo mF % UFO —a— ZU< ?. d NW y W2 a arc pU d y `N , q U\ as � V s� eW _ a,L." w F iNx 7 0 Hl7 °XFSo a'Z MP- �nau2 CYZ �Wz' OQ d €€zo (n A < W8w IiY zWzdF OO is N'6a`< >3 H UU-� J P4 r 0 �� 3i d -�� c5Z W rkg n 1 LL. :::': , W r O wo =W= Fm ❑o La- U Er. F \'`\ N .. d'Lt < Z =m x Q H W Q W R' m lJ 3LL UQ 2ceS �111t-- -� G. 3 VI Ll la-V)I.U. 'ID.I Fw UgM 4' \ $ o. ohm +L' `1� zp <F Z% 3 zzlN p 1- Z nn j m � nNP Zo 'S Od t3rc P m s 9 4 Z ; r 'F3 Z N gW OF, pp Ed y JJ yC: A ) i Il \\ C6 5QW O15 );‘ i . i .... ...::.: kii .t. g :;::.i...".4\ /3 Xi 84 444) /-,,,--. / f i\ .:•::...:. 4 1 A., ::.. . .,./ 4, .!: : .,..,t # \ A;\ /-r..it, /------ ‘ a . \ ..! I,H,4: !„ � '\e\1 ffi c..: /:::::..:.:::::iii::::.\\ ; "4" 4.9;,' ...//:::i...t,.. \ * : < oN w46/1\8/441 P\ o 1 R O iT ag c z - 0 r 3 wd 9SZ-SZOZ AV OS'.11 00 )E F. § 0 ct 6 m §. 1 �#� k )m § � iiI a §;t . . §§ " x 5a ` ®! o 5 ) �9 9 §i,j ®ƒ W � � 0 CROSSWALK _ �/ Ql, ` � I })- v. ,| ! I x I .° /B I , m - §a \& >- _§§ @ §� ce > §g f �� § \1 § us (\ F ) | 2 ;§& §" § ; @ § _ giw ;| O ! r - � � ! e � a|- E. 2 kk _ 2 * § -�G;§ / h ! $§ . § ���,;, g ` -Li � §§ w x I § § §■ \ y \ § , r . � .� Li .\ 1• -. � ~, \ �y� — . .%t ~ &*�1 > y j :2V , I 1 / AU, \ Kre� ce ! 5 i �2 • - ! / J § i : Q f|§ $ | -1 $ •§ 22 ; § § 5 } 1 �® A @ Q | :§ la \ § �. — �, i � )� § z } \ a /. § . z' �. , § W .� § § / - , * \ § ,1 8 6 § \ &§ | )e ;! § § o § /\ troi �§ \ ; Q) } e we . w 4 %§ I q \ ae-s+=m S a 0 IJ s'+l.001 z + - — - T ircCD tC) 11111 p C —__ `E a OM - r 1 p � ¢v 1 --- --Ti T E o Z F- I MI.. _ MN • m o V) M v + — —_— — me m-- — $ e —O- i— ni—■ -.4—T m (s'+).rip— —� T HI. (S-+).0'0 — �--■ Min. - ,_ i� — — —m • m —i NOMM. �=~ M► •_ -- v, • •■ H.m 1, • — �� M.t•.. : — .9•.t•.•M• ■ • ■ ■ T IMI- —T —� .... _�_� —, FBI m — —T H.. —_ _ --N v. _ •••— —— ow - —^ .l•.� .�-- — — .� -- _ —. _ 9� 9= —T HI m l �—• • — _—.� .�-- ',MIfi_ = —.=.� --- m --_ --- -m — --- —- MN — — .i• ' — - =-- MIM: e — —.I— T —.....- - = -- — —.me H.. _ _ — MI _ H.. I_ H... 4_ .11..- -•—.a i.t• _ - • • tr. .tom _ -....i •.n hl woo■ufln.0...woo o.iIf.0)...OW.oi o.)awoi.lpo of P.P.).•JVP to �•l''-q� a 4i14: yl."1.3 uo>.,..w9•a Jo,A..uodo,ou..wn..o ioai..•..onew..Pd.na Rao.oi•oai R•pow•i pun .fc. T .- . Ruo it que,o.nN..)or.olioud■uyu19u3.o..l.•w RG wu..ae q PIPuti.Sin io son•Ni cy6 um... .l w..R tl3•n1OSC 9 CM[L I9 2 .C f t i_l CV tSt $Ei a;$ 's FE w YB.�Ee E_ F L. €' vR F� g LT, g,,, Z -2wS €EBI4 Fc a S.4 E,'oI ma`os. ?l -'.e.° ZXZ�Wr a.9� .x _ +I IME- a m pi 5 tS a,9c 252go at^gg 06 I �OC Q ¢ 5I -o� `RIME- .� _ .. Eu .su 3I Soar n`$EEA 2 N nwx?„?w cZ•w Q� O i• gli 21§4'' _ s.. -- E E. 5 u o,ES_EmE EEE`a W F m—'m 11. Z �' I iBa EEa $ a`LaL .g'i 1 S6So s�FIVE128::E eEE. 4 < Z §� InS < Ztr„ Q LcSbt�3t 8t:6e- _ u vatiaes' °Cp_oo6 -E Pc 1<l� N 0 ;E lg bT, '.§: ¢ .S xx°-m . etsm wE`ue_ E 1.0' NO z c O I 8m i;EA.$§'.,P23 < << x_ zx frvo�$`agEEi9f4_=s"a.g Es i n e Q -I- E °og ESai=oCL °s.osYEvo' ;=Bigg iERAs':3Scla01;I�°P ��. tt0 PfroemIN 17 z .s° °Ee mE14. s< m as Li24iiiE .likc:3 21 61 (,c+) 0'c l ■■■■■■■„' n k (s•+) ,o g mu. w■■■■■ ■■-_ -r �� ■r— ■■_..■■■■iIiii■■■■■■■■ •■■ T ■■ ■■ 0 mow- • ■v.-- —mom 6 ice._ • �� mu u■u■m■■■iiNIN. 'V_ HI k— a (,5'+) ,0.01 (,c+) 0'c l ■■■■■■■■■■■■Uwo■■u■■■■MEN r .. M■■■■■■■■■■■■■ d' ■■m— " ■ L'l ■■w • + or ..... •iiiiuuu■■■ a■■■■■■■■■■■■■ — -.■■■■u■L v■■uu■■u■ H H- Ln II cl- :�- i ± k (,5-+) ,S 6 MEN._ - ■ ■■■■■■■■■■■■■.�" , mac- T ■■■■■■■u■■■■■■u■■■NNE 4■■■■■■■■■■■■■ ■■■, ■► A■■■■■■■■■■■ .i■■■■■■■■■■■■■■■■■■■ iii. i uu■■■■■uu■■uu■■■ ■■■L , ■■■■l"\■■■■■■■■■■■■■ -I- 1 ■ I MMM NE ■. \�■■\ ` "\■■\■■■■ In I. i, _ cc■ MEW `'\■■■■■■ mow u■r '■■u H ■■■' -\■■ ■■' -. ■._ _ "i■ ■,-./■■■ ■■■■■■■■ ■m■■■■� sENNENEN I■m■■■ k >I INMENEMMEINIE _NV_ ■■■■■■■■. • "■_.■■■■■■■■ i.._ al — w■■■■■■u■ •- r ' In ■■■■• -■■■■■■■■ ■i■■■■■i i i�..■iii iiiii■■■■■■■ n ■■■■■■■■ ■■■■■■■■■■■■ + ■■■■■■■■ REMISES ■■■■■■■■■■■■ `, ■■. -..gi ■.- - i■ 1 to ■■■. •■■ ■■■■■■■■\ .U■■■■■■■■■ (17 ■■■■L Ai■■■■ ■■■■■■■■■6 -. ■■■■■■■\ mil■■■■■■■■ ■■■■■■■■■■■■i._ I ■■■■■■■■►.d■■■■■■■■■■ Y ■■■■■■■■■■■■■■■■■■■■■■■■■ H H n cc cowl 6umnow.6owne a.11ryu io•Looul ai a gouuol uuao as Umeualm•ILO to -1-- -- ylra.1 uquv.uea.44 AN 1ilUUPuobu ou moue..10001'a••wge,Pm S•oe•ea Ave»I 100.1 R0•Dew q 0uA ,yyrlyl .•y+�'*- c luo Io£lu.uo•oN..ioY Sapaey 6uO.46ua SeSml.Sin S.p•uro6 01 Pe.uei•SILO Io man.4I .• -•- of- lL...6 iI LI m0IVIJSI ,30,•i t t 6 t 0••C•e t[L,t .:Y1i11 SWI N Th- o>w ',/;'27 LJ i Ii „ I \y \° I- \\\V A 1\� 1 4 t5 i itl‘ 4\001\ 4 \‘&.\ 2 d ei ' \Owla \ A s,\S' K ix— ceul Dz c a Wc. ` 1�� � Q W _ ? fi `�j �p6 H o S n FA S ° tit E S Ea L m W n 3 J f z. OQ1 iL U' on 1-8 omc, r ry " Y main a Z z LiJ W W W3 U Q I—__I U J W_ U Q . 4 NL1 L_NC1 U is ;, 8 . 11)1 n N 111 a W m r r dl v E i.§ H Li T 41 °E a m11 to g^ E op / a 1 .�� . 1 lE ca b 2 E °a a E "\ m w � = E 1y `11 E E gR LL a x °Er 3 ZJc LEm W EcoS o uz :8 m till 5 s z; o " �o�� Es e, << €,' E a c E c 7 -' a s g o ��1 4•L o r E ° L>7 °s hi SIll �!11 1 iG m`o Hi3 I Y .q E N E 111 c g r:/ , m =a E F 3m ; m E 'ms°Y �z t E E b `.. i lo LoE -s., _ vac is pg1 t7S a`° 22 rn � 6 S E H iM m m Pst u°:E C N W N S /1 m ' u (if o • °n e A.T. •,�, h E a e N v^ Y u - ~i� a g Y�: - E '9mi li i E ;� � p 9, 1 -a o 2 °S aE n n ?,I, ,. 2 .1 ` `ski% bi8 °a = a gP:' •E _ . .. _ [ 01• , ' •`, °€ - xE " En - • _w E $ .. . un z ID 41., ., � o - 1E o ° I -E .a ` 3 11 �- 1t < 8 � a 5; 4• U1'' -1, U g o tLL a 3o `n nEr 55- E° t - E5 € } Hj ] n mY s 1 ..g4, • ev�& om 3 a c ' `o r3m a $ a ° 8. o . Eo � t Z S ^ vL 4 6a9" v °E E o` E,70.0 82 a5 Obi oo c °a co 7 .i -l_ i`u c W gig 'gal EA € g• LL 5a a 65 ° . •� Z.-, gl Ea 7�5° C <Zo gs6. Q W •S r • �HZpp t- -!° o O Q j ** n y .m LA- stl 8888 o ..c >- € n 1 UL) x .. CD 4 4 22 B 8 0i t!fl ' a a _ E a ,�.,wI� :•Vyj eE aE1.as „ ..... ..... I I I,.,U «,-, o� 8 /, A e ,/ \ - SamE .- E. cl a W pt.oi I� x s 141 s ��/�.• 1 :g E a €E a 8 0 v g .2.34P l' 'U -,i�iit U /� 11` N 82 Eti a us 1.4 IF,s u H N y 0Y l7 II' - 71.43 1- i 1 ,0,:%/ ,i� g 2• '-'" m�i-gqfoama Ya JW W W3 1 n, .��i °3`eH sss % ; = 9b N°Q °ciy,o.,n°�g ce U6 ffi'A 2 m2 0 ,ie a yy E9' c a�oe°��42' 35 ri .• 1, g E 'u ! !i';;;;I;; ° s j> \ :!: \ \ 1 i \\A\ -" la" NUHq ii 10 I♦ o� m/1i/tP/A1w •Y I I_n. .ilil Ilk r m �11i/�irN1�1'II 1i1 N��1�N�uf •'` " ' " T T ` T T T 1I• �j•�I�y� I F IIr/11 i��11,hU�i ,ILI /�I•p:�Nlmi ;i�.�� �.1.e •6I•V.AAl P. :t`;.; S n Mi Viy��1.w. • i, .I-.a..�a �m1 .. r IU11 I��NI N�'n 11111;i4W4.Il, a i '".,.4"1":1 1. 1 1 l 1 1 Y .,Ih 141/c..4104u s m S -1 M W (NI o &" zm E :F9f `g 5-0;g _ r $m- E og, E3 _Qo az'o 0 ai.a° f' u`m i t 5 fr 5 r LII 2 S I .` m; . g UN 89 o E W !o "cm Mt6 11111 � r aaE � h < H 4 1a}.1 g vEor co F v 'b g;5 n� ''''• =FM I.M I ! Mil ,.2 M F5 E A 1-4..5 14 5.. 416' 3I 111118 g5. a • '�J m a _ " h Ct w x? -L Wz ¢w ra ; i'; IY z oa lalCe p .(oM-..1""Ih An "I �., Y ... Q o >`: ° sZ = og g5 e: Y s cE O W F -I m o BE mg F 0 -= a A o— s 1 I 11 d t Z - frank- 5§ trig`° : cot c.l q2 _ g Z in 5E. 0- 22 -mw _ FN yp� l7 .� I 1 ;., 8 FI : ",5 `°o pe :eam. : ro _ ,_ S Elia - c 7 Z 5 ENa. - , o I W pY . s • ,1. 0 q 44111.'t: F oc �a oE ... 11.. ° °ca gc v¢2�A -• .I.� X E �.7 Fv Sao @i 02 `d"E°' gi gE 2" ¢IW- W=< W €� €�v Ea° �� €n°o �8a g NMI-Nfa U - N n . tll ID I. m fr A.A1-°°1 .....'"!N,OL `il y III 111 fr •♦I, 2 'E E im c ° . hiil. ,Ni t1 ,N..-i: s H u a 9 `o o— kg gig S - 41:1 §E 3 w g c fr a • S 544 11..,E -� ; _ " N m o s= `s R. II z as °C g, "dW ma nm --• g >n 5 W N s m E. 5X 00 EIS a- . <.' iu a o w a o_ H iaE #9wr �m mw � 4 a *9a W1 orc o— &aw W pi z wo w o-' w € * hag$Fa . : a zwj o i'ViE z WU o $!a�`kk� a 03�` mom N iWHao r6 �� F Z Kilp 5*J,,. �.. 8� w JOdap,o'ik s„ �N W a o * z2i�w a 5ooy �wi s_ WO U 6¢OW fnu2=ell- UU'OQ3i rcKWa g.Owaoo�,, =N4o O ceJ 411 .11 60' Faa N izi Rp ZU3WmOwi ;a .O 'ww�lV,w oNza3 za ss 'Pc' EaLgt MW EW68iz 2c R%8 a w8 ..neRR9,VE is �y I zzc Li n Y m �‘oii:gmouVa %9 < cis .. . QU a < €x 5 6 � W _ m N o j a =z 8m 4 =uu�o N ', �I o w mo o ° ¢w o ;J jI Vi U isi 0 0 8 g 13 I!h � ,o 5 Y- F W 11` Z Ax ga9 V L`' < 0 E. og s 8A`°�o ° LAY Iy r 'iJ/ N 0 7 x$ _ O� w8 gpd ,v' s� - a �a 8 "r o a. awlE ���✓- < a.v E2 wm .t°.su E v r3 O II E J O o mbauu - CA Ei2E g U Z c ` ? z ' O : < Es `Eo .o?QP= s9 z a m ill -m:uo oWo �:_ m la .t-S5 a t. z o .....2 e_ E� uwi`dn C 5- g° a n s * N �L E"".- W °` w a 4° €o a U j=1 w . N CI 6 ..EV 0 a x Nm� aF 5 m sa o§ l 9 zpiiic- ago 8.-..". '"e oE5e czzW gw m of gst Y Q -JwWw3u UHp O N U r QF-_,W Q W i U Q S K 2 \il-� �0� m ,_ m WO NFiWNRU o ..:( 0 .........,..„ _...... I Ih Z ` �� II Q m aow 5 U 8 I[- K o r '� < Q m I' s„z W wq A II ‹. €e 3 W 08 p w� w �x wo a � a � W a 58 2 -a6 iO�m a y:' SN J J g'O 3 ian uiao _�. . I. O V' W Z Z gM1j �9 w �pim u wao$� ^ate az a a m m �" a< oc� .S�iauw waa Fwarcw . ` 0 00 00 Nz 0 0 7 � w�QBsas w s�"� -�, c m W z= zo o U U w<w 'Ew'sa'" v`,0aai�aw < 8 ¢ ¢ o¢ UU li �a<<'i�o = I U U 0 0 00 c2< 0 0 0 —�' Z O 0 O 0 0 oz oU O O 0 s 'NIW,l ✓ 0 Z� J J J JZ J= J J J e.o_--.. _ 7 I� O § 2 2 2 2W 2Q w ate' CC J ''� V1 U J 0 0 0 0 0 0 0 0 d I zz o 0 0 0z 0z o o U 0. S— o m z z z za z< z z z - .4 ' 0 0 0 ow ow 0 0 0 w� v '65 w 0 0 0 0a 0< 0 0 0 a o:� $ m 2 m mi- mH 2 ¢ K N , 1u 758 W W W win Wcn WFh W W a aPA o glo 0 0 $ 0 0 0 0 [ <N in W N 5 a 0,4 11I z. 'Al ',J.a 911�I 0 el& W g o '�I�III . I to ffi 'v` I O*000" r v \ $ Illil ll .F .� u r N 'I, J �V 6� .ill U �c to a.0 i d Z `% eN.J. tom% O z 6 z l � !v Zei " Z U % o y " , ot:-..' . 6 c 0 0 .., ' `v z v in a / 6 =z eUo oawzm � J ca ` Q Le Z " � 6F � Q W J c� wJ x �j Z v c i� oQ < am p Ce lk w `� w <7 U.V-, J �� ENJ ` I •. I PO o a"o . >s `�� 6 _ �_ z ,r�r J 3 o t%^ •. W a Nr ��, 1 1..,z rn~ T " o a u o 'a .i:r ' H Q Wy~ Q a N Y Y Z t.X �e o Q Z Z f1 , 'a W(1WINIW•Zl LJ =r Z Y a'�;P ^ Z Q �+ �m o•Ri S v OF J W W W 3 U .,0..4 A Lal N d 4 Q V-z W Q W p U 6 2 2 S ,r C'.:• ^ (/f E, wow. N G—N 1=1ce U § " N o it wo< .Z 0. I. U $ k' i r NigI,/ a a - 4. w at wH �i`E z U s'w$ .Lip..,,,-, E m W? hi 6 4.,,, liti a K 2 o 6 v v 1 % %./ w � ��� Yn r� V Z v W M g lisole W b v n / 6CZ \ v '5 0whow aom u...to a °w n . " � "� ` / v3o �'� UZ �," � O< T o ^s � 0 U sd oareg in 0IIPA r i P 6 -. / •;:")-1/3 ,i (r ',. . •• • • A 8 11161 • i•-• ., . ..., , ,...•,1:.-- 8 gs 4- 0 LD I u6.L...i. z z L—, A -.,\/ 0 cmuizz 5. 0 g 1-0_1-0 wm = -,-z- z w 0 w Z 2 i-t 2 P . 58 g wcozE ix z •::C La w 00_, <>_a u... 0•CZ o_0 ti 0,-01- L.6,.'g .W 7, •-,7_,,'''',.-::z4;',.,.: --1 >- Lai 1 M •i,,'!;" T .;30M,I,p. '- .c.',,_,(-3 m , Vg oin .''i :`• m 'R •:00•Aw04-s: _1 PZ ig 6 EtCDOLn i•i"). ° k il„0214,,A, < n g•ig oziz ,',....i-. 8 reix ,.11,,,, z •.• ,- 000. ,,,,,.• (n 4 Oto.--iz-r-iv a 1 .r• 2.s (n ',.:.01:e5.0.,,A.Alyt, 0- z c,0 .•1-- .1:•,,,r..,,,4-04,..,4•, ••••••• . -... z . 0-,L.Tz p ....•:. •• ,•9 'vfx .1-.1214,:'S• ---kt*-- ,,, mat:, to ce oceim, • , 1 m--, 1 zwu,,_v, 1,.. J • • • 4 a 7, • "/ •-•) •. s 41 74 1-. < n A +.7 -.1.'-' 8 .., 0 CU, PI ...'.. j.,..s: ...'. • 4.4 0 7- A ''''- g LT, ZI—Zy .. i 1,0,'-' g JILLJW>LY ,) e', OPL-20PU li 68 g-. g US we, !k, 2 ts' §:LK 8711 K:5-= m8 .d, `.1 2 Egga 2.16 E'' 455 .‘42.3 5 'itg.t' g n E 0.08 e .gd.... ._ scf,,,,- I a, z . .7 s i i MI r,7',6§1 25 ti .31 e,r, 3 0 g 0 egi k!itt(liNr1, cc in t--,-, I- < t; r 0 E 0 i , 0 2m' -2,- ‹- ,,,W BN 8 -I 0 N V-..•";:-..i, -7, K 1:777 • =-..,,,, 6 -"- N , 111APPAV' 6 - wk, -i ,„„._ 0 •,51 • =-• 6 6 A. us us 0 2.2,j2,, so 0 ffi MIA f58 e o:K M . ....... ....... - ri r-- - = ■ © 6 % m§ § _i § . i§ E 1| R. §| 9 §§ 2 w. 3 Et ;,! ) q� ' m ! ��� � _ w § i�� § i I r / . A ; ` ( i k `2 © n g ® �/ ° § \§ ` § 1114? , 11 ifi B \ \. N 0 6 I a | § « ,> , k R i ■ ( ` \ � ' q | g -5 i |Q = § 2 i■ $ . e x E $/'' | t r!/■ | ° w| § § /| .q/\| jt 1/! f }Ali .4 | ) § @q |_ �f |aa®I /(\\k\ A \ Q5 : ' / \ \ - / } J . , 00 N t - 1 o e6 ts"-§g= . t,, - s '$.. s €oo, U lit E g :41 -` c 6@ E :t,2 ° •i I i r a = 3• = a= z a e i _6a a� ��!j! _ p u�W 6,._.z a° _°n$ $ eE _e ,n' �1 o I 1 � [ i :3 aoo_8 0� is g� - E s 'o ag_2 3e V < 0±9:e 4 e�'g9=E°P s°fr 8 g °J a a": 1' g h ° li -E.5- r c R2i ;_e _ _ i,R.EF ° gz.E c°g 5 al y5 #Y Y r i.9 a s ;3 i 8 5 e q° -1 i = i [e`i o E a° a 3 gvg.g ;i= ;goo _Y.Sla °s❑ gB a❑ Et° - t oy5 z� 3 ] € Y i"° ° 4- �C u Q =s Cosa aw -� oS ° �e4 1� B 66 § i S B 6 o " .,° e_ o =H g f$ "$ F g T. 0 a •" .3 .5 6: g r _5 “r 8a €r, 6042 -i ill IE 5° ;1 _ =s 4 - '4X /. ❑ < _ ., IIII = 8+5 c5� gsP°a u-... o? __ < Y58� _. _°° <6 1 s BRA a uaissia 64 556TF Ho b`6 iLli i ; ta �� MI i liq Y' 1130 6�e ill.9 $ Q :'3 € FEZ 8 P11 o"E i -�€ o.Y 1.. �$s Will .. 1 • .z 3 ° $ � o 5 8 5 el fry` i J Es f r,- I q ilti ❑ § ❑ " ❑eIu . gaeg6 g ttri F 0. i ffill R/ • Eiiiv g s e 8 v °t ooO d Z °Ems i e cYs J /0 . . R le—.1.1 i . „ ., 6 0 .,., ,... r, ,.: 4,14t41- U _S `cat 1 i •`s "si `s 1 < .. & 6 i i s :t 44B EE ; a Y e c g4, s 9 s c6, �` o 'f•IN lit° € �'� oX3• / a o - .81 it err, -3 g • t a Ail o � a €m g. 8 al o 88 ° 2 g g `8'°g Ei 6 5 - aogc I aka 6 ` - a 6 a88 pg _ 1 T ,IwNe °o E _ $ °_ g@ G g y A n^n.54 a2 s$ ��y 7$a• Rs� �8 g i € 1 €m - E u 6 _e - IiEg a€ o € 8_ F g`g u,a E"_ . E 'a & 31 g wE I B , . 86 2- 4 e n If_ 3 sir =la m 9 ;so A ❑❑❑❑❑❑❑❑❑❑❑ 1" E$ E 6gic$ a y S o: E i E Y° u u _ 69 g 3 E€ p'g a � � Es3 .6 _ € em o' g E= 53�$ez Zm at •o dm.a 612 E is ; t E R fi ie. € 3 8 i -I =sue r� . cg a8 $T _° g r8°g'�' v$ _ 5 5 r mE� S=,`°, g ' g` g l i _ O 31Id 21,10 ,ww•o w°dw.°oli b71005S w.w. 0l(° » a.,°,Y.o5 d.wu3v ww ,°l 7wb•IO wwa° .w .7737 Vaqi 1. 1- I'Ilull'I EXHIBIT B CITY OF PORT ARTHUR Request for Bids 9th Avenue Pavement Improvement Project April 30, 2025 May 7, 2025 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids,addressed to the City of Port Arthur,will be received at the Office of the City Secretary,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no later than 3:00 p.m.,Wednesday,May 21,2025 and all bids received will thereafter be opened and read aloud at 3:15 P.M.,on Wednesday,May 21.2025 in the City Council Chambers,5th Floor, City Hall.Port Arthur,Texas for certain services briefly described as: 1.9TH AVENUE PAVEMENT IMPROVEMENT PROJECT 2.STORM SEWER BRICK MANHOLE REPLACEMENT PROJECT, Bids received after the deadline stated above,regardless of method of delivery,will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 4th Street,City of Port Arthur, and e open for retrieved from the City's website ataw public without ww portarthurtX gov/bids.aspxor www.publicpurchase.com be NON-MANDATORY PRE-BID MEETING IS SCHEDULED OR THURSDAY.MAY 8.2025 AT 2:00 P.M,AT CITY HALL,444 4TH STREET.PORT ARTHUR,TEXAS THE CITY OF PORT ARTHUR RESERVES THE RIGHT TO REJECT ANY AND/OR ALL BIDS AND TO WAIVE FORMALITIES. Per Chapter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinance,the City Council shall not award a contract to a company that is in arrears in its obligations to the City. cu wuu.m., PR Purchasing Manager is NOTCE CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS NJotice is hereby given that sealed bids,addressed to the City of Port Arthur,will be received at th .)ffice of the City Secretary.City Hall 444 4th Street or P.O. Box 1089,Port Arthur,Texas 77641 n ater than 3:00 p.m..Wednesday, May 21,2025 and all bids received will thereafter be opene and read aloud at 3:15 P.M.,on Wednesday,May 21,2025 in the City Council Chambers,5th Floo City Hall,Port Arthur,Texas for certain services briefly described as 1.9TH AVENUE PAVEMENT IMPROVEMENT PROJECT 2.STORM SEWER BRICK MANHOLE REPLACEMENT PROJECT Bids received after the deadline stated above,regardless of method of delivery,will not be considers; and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,4+ 4th Street,City of Port Arthur. and are open for public inspection without charge.They can also I retrieved from the City's website at www.portarthurtx.gov/bids.aspx or www.publicpurchase.com. NON-MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAY,MAY 8,2025 AT 2:1 P.M.AT CITY HALL,444 4TH STREET.PORT ARTHUR,TEXAS THE CITY OF PORT ARTHUR RESERVES THE RIGHT TO REJECT ANY AND/OR ALL BI[ AND TO WAIVE FORMALITIES. 'er Chapter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinance, the City Council shall reward a contract to a company that is in arrears in its obligations to the City. r rs .C2. ''. et et et et 0 "7np ;Qa o A 1 2 0 0 o 0 o n 0A � DO mmm 0 4 a k CD CD C `° W ` O 1 w i N r+ O 2 t CD A 4... A 1 ,. N r O Cc • a = 97 •< • fD "C "r n CO 69 69 69 09ra Ln =• CD V, O w C oc C N o , 0 "1 ..3 = P V LA LAW .11 ,'Oy. i " n " No ^ -....1C w m NJ G — O A..0 a'. U 'C IQ et < .r 1C el C C C = C K r, — ^ n X CAI N - et •ti et. et 0�.,y iv', 0 y i W r. Q. m O. y( A a; R U. 4 b9 64 69 69 fa: A Q N C :43. w x , y O - 'C C oc oc 'C +O IA U c A J tJi N '> n oNw . .) X xoc isC :r. ac =U w C w C 0 9 m 4 EXHIBIT C PROJECT MANUAL FOR 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT City 0 ,"'` Ciro ort rthrrr ?Texas BID NUMBER P25-052 THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM DONEANE BECKCOM, CITY MANAGER MAYOR PRO TEM City of f SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. TIFFANY L.HAMILTON EVERFIELD o r t r t h u r ROXANN PAIS COTRONEO HAROLD L.DOUCET,SR. CITY ATTORNEY THOMAS KINLAW,HI Texas DONALD FRANK,SR. MAY 3,2025 INVITATION TO BID 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT DEADLINE: Sealed Bid submittal must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, May 21, 2025. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, May 21, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P25-052 DELIVERY ADDRESS: Please submit one(1) original and one(1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams@portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 1089 1 444 4th Street 1 Port Arthur,Texas 77641 1 409.983.8160 1 Fax 409.983.8291 The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and Specifications are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope,with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. ehort, G(2e Zie -i4't.a- Clifton Williams Purchasing Manager NON-MANDATORY PRE-BID CONFERENCE A Non-Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for 9th Avenue Pavement Improvement Project is scheduled for May 8,2025 at 2:00 P.M., the 5th Floor Council Chambers located at 444 4th Street, Port Arthur, TX 77640. The purpose of the Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting,but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For Construction of 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT To Serve The CITY OF PORT ARTHUR PORT ARTHUR,TEXAS TABLE OF CONTENTS A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS D. FEDERAL CLASES E. BID F. BID BOND G. GENERAL CONDITIONS H. TECHNICAL SPECIFICATIONS I. PAYMENT BOND J. PERFORMANCE BOND K. NOTICE OF AWARD L. NOTICE TO PROCEED M. INSURANCE N. NON-COLLUSION AFFIDAVIT O. AFFIDAVIT P. CONFLICT OF INTEREST Q. SB 252 CHAPTER 2252 CERTIFICATION R. HOUSE BILL 89 VERIFICATION S. ADDENDUMS Page 1 of 1 4 SECTION A CONSTRUCTION CONTRACT AGREEMENT CONSTRUCTION CONTRACT AGREEMENT THIS AGREEMENT, made this day of June A.D. 2025, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or"CITY" and Brystar Contracting, Inc, . herein acting by and through , hereinafter called"CONTRACTOR". WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence and complete the 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT 2. The CONTRACTOR will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary for the construction and completion of the Project described herein. 3. The CONTRACTOR will commence the work required by the Contract Documents on or before a date to be specified in the Notice to Proceed and will complete the within 150 consecutive calendar days as specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays and Federal, State, and City holidays unless the period for completion is extended otherwise by the Contract Documents. 4. The CONTRACTOR agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the sum of$ 1,065,472.00 , or as shown in the Bid Schedule. 5. The term"CONTRACT DOCUMENTS" means and includes the following: (A) Construction Contract Agreement (B) Advertisement for BIDS (C) Information to BIDDERS (D) Federal Clauses (E) Bid (F) Bid Bond (G) General Conditions (H) Technical Specifications (I) Payment Bond (J) Performance Bond (K) Notice of Award (L) Notice to Proceed (M) Insurance (N) Non-Collusion Affidavit (0) Affidavit (P) Conflict of Interest (Q) SB 252 Chapter 2252 Certification (R) House Bill 89 Verification (S) Addendums 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. A-1 (T) SB 252 Chapter 2252 Certification (U) Federal Clauses (V) Child Support Certification Addenda: No. 1 , dated May 5, 2025. No. 2 , dated May 12, 2025. No. 3 , dated June 16, 2025. No. 4 , dated June 25, 2025. No. 5 , dated July 11, 2025. No. 6 , dated July 21, 2025. No. 7 , dated July 23, 2025. No. 8 , dated July 30, 2025. 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the Parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first above written. OWNER: City of Port Arthur BY: CONTRACTOR: NAME: Ron Burton TITLE: City Manager BRYSTAR CONTRACTING, INC. BY: NAME: Bryan Phelps Principle ADDRESS: 8385 Chemical Road Beaumont, Texas 77705 Signed on the day of , 2025. ATTEST: City Secretary NAME: A-2 SECTION B ADVERTISEMENT FOR BIDS CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Wednesday, May 21, 2025 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Wednesday, May 21, 2025 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain - services briefly described as: 1. 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT 2. STORM SEWER BRICK MANHOLE REPLACEMENT PROJECT Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthurtx.gov/bids.aspx or www.publicpurchase.com. NON-MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAY, MAY 8, 2025 AT 2:00 P.M. AT CITY HALL, 444 4TH STREET,PORT ARTHUR, TEXAS THE CITY OF PORT ARTHUR RESERVES THE RIGHT TO REJECT ANY AND/OR ALL BIDS AND TO WAIVE FORMALITIES. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. :rL 61.24 f.GGl.1J l.CL Cli in Williams Purchasing Manager FIRST PUBLICATION: APRIL 30, 2025 SECOND PUBLICATION: MAY 7, 2025 SECTION C INFORMATION TO BIDDERS INFORMATION TO BIDDERS NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict_forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP,you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendum(s) that might have been issued before bid closing date and time. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics,the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Accounts Payable,P.O. Box 1089, Port Arthur, Texas 77641 or ap@portarthurtx.gov. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur,in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders,regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest,direct or indirect,in this Contract; and,the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability,performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract,the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above,the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty(30)days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor,or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and fmal acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or$500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or Bodily injury$1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided,minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and$100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers,effective dates and expiration dates)and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten(10)days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten(10)days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. INDEMNIFICATION: The CONTRACTOR shall defend, indemnify, and hold harmless the OWNER and the Engineer and their respective officers, agents, and employees, from and against all damages, claims, losses, demands, suits,judgments, and costs, including reasonable attorney's fees and expenses arising out of or resulting from the performance of the work,provided that any such damages, claim, loss, demand, suit,judgment, cost or expense: Is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property(other than the work itself) including the loss of use resulting there from. Is caused in whole or in part by any negligent act or omission of the CONTRACTOR, or Subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or Specifications, or the giving of or the failure to give directions or instructions by the Engineer,his agents or employees,provided such giving or failure to give is the primary cause of the injury or damage. DELAYS: The CONTRACTOR shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the CONTRACTOR is caused by the failure of the CITY to provide information or material, if any, which is to be furnished by the CITY. When such extra compensation is claimed, a written statement thereof shall be presented by the CONTRACTOR to the Engineer and,if by him found correct,shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, of by the performance of extra work, or by the failure of the CITY to provide material or necessary instructions for carrying on the work, then such delay will entitle the CONTRACTOR to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the CONTRACTOR or the Surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the Contract. MAINTENANCE OF WORK: After approval of fmal payment and prior to expiration of one (1)year after date of Substantial Completion or such longer period as may be prescribed by law or by any applicable special guarantee required by the Contract Documents, any work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with the OWNER'S written instructions, correct such defective work. If CONTRACTOR does not promptly comply with such instructions,OWNER may have such defective work corrected and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by CONTRACTOR. ANTITRUST: CONTRACTOR hereby assigns to OWNER any and all claims for overcharges associated with this Contract which arise under the anti- trust laws of the United States, 15 U.S.C.A. Sec. 1, et seq. (1973). DELAY,DISRUPTION OR OTHER CLAIMS: Any claim by the CONTRACTOR for delay, disruption or any other claim shall be based on a written notice delivered to the CITY and to the ENGINEER promptly(but in no case later than ten(10) calendar days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Within ten(10) calendar days of delivering said notice, the CONTRACTOR shall deliver to the CITY and to the ENGINEER notice of the amount of the claim and specific and detailed support documentation and data on the impact claimed. Further, the CONTRACTOR shall furnish on a continuing basis all of the documents that in any way are purported to support the damages, costs, expenses and impact of the claim event. The CONTRACTOR'S failure to fully comply with any of these requirements with respect to any claim shall constitute a complete and final waiver of said claim. MUTUAL RESPONSIBILITY OF CONTRACTOR'S: If, through acts of neglect on the part of the CONTRACTOR, any other CONTRACTOR or any Subcontractor shall suffer loss or damage on the work, the CONTRACTOR agrees to settle with such other CONTRACTOR or Subcontractor by agreement or arbitration if such other CONTRACTOR Subcontractor will so settle. If such other CONTRACTOR or Subcontractor shall assert any claim against the OWNER on account of any damage alleged to have been sustained, the OWNER shall notify the CONTRACTOR, who shall indemnify and safe harmless the OWNER against any such claim. SB 252 AND HB 89: Contract must the requirements of these bills. Contractor will have to sign agreement before NTP or PO are generated. BID SECURITY AND LIQUIDATED DAMAGES: Bids shall be accompanied by a bid guarantee of not less than five percent (5%) of the amount of the total bid which shall be a Certified Check or Cashier's check payable without recourse to the City of Port Arthur(CITY), or a bid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within sixty (60) days after the date of the opening of the bids; that if a bid is accepted,the bidder will enter into a formal Contract with the CITY, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified,the Bidder shall be liable to the CITY for the difference between the amount specified in the bid in the amount for which the CITY may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful bidders will be returned; that of the successful Bidder be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. The Bidder to whom the award is made shall execute and return the formal Contract with the CITY and furnish Performance and Payment Bonds and required Insurance Documents within ten (10) days after the prescribed forms are presented to him for signature. Said period will be extended only upon written presentation to the CITY,within said period,of reasons which the sole discretion of the CITY, justify an extension. If said Contract, bonds and insurance Documents are not received by the CITY within said period or if work has not been commenced within the time specified, the CITY may proceed to have the work required by the Plans and Specifications performed by any means at its command, and the bidder shall be liable to the CITY for any excess cost to the CITY over bid amount. Further, the bid guarantee shall be forfeited to the CITY as liquidated damages and Bidder shall be liable to the CITY for an additional amount of five percent (5%)of the bid amount as liquidated damages without limitation. The CITY, within ten (10) days of receipt of acceptable Performance and Payment bonds, insurance documents and Contract signed by Bidder to whom Contract was awarded, shall sign and return executed duplicate of the Contract to said party. Should the CITY not execute the Contract within such period, the Bidder may, by written Notice to CITY, withdraw his signed Agreement. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Timely completion of a project is extremely important to the CITY. Bidder must agree to commence work on or before a date to be specified in a written"Notice to Proceed" issued by the CITY and to fully complete the project within 90 calendar days. Failure of the CONTRACTOR to complete the Work within the time allowed will result in damages being sustained by the CITY. It is agreed and understood that it would be impractical and extremely difficult to ascertain the amount of actual damage the CITY might sustain by reason of breach of the agreement; therefore the amount stated is expressly agreed upon as liquidated damages and is not intended by the parties to be a penalty. As such, liquidated damages of$500.00 per day will be imposed for each calendar day the service delivery date is exceeded. By submittal of Bid on the project,and by execution of the Contract by the CONTRACTOR awarded the project shall constitute an agreement by the CITY and CONTRACTOR that $500.00 per day is the minimum value of the costs and actual damage caused by the failure of the CONTACTOR to complete the Work within the allotted time. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100%) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. I 4 4 I SECTION D FEDERAL CLAUSES, 1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES 1. The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract)pertaining to any matter resulting from the underlying contract. 2. The Contractor agrees to include the above clause in each subcontract fmanced in whole or in part with Federal assistance provided by CITY. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 1. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § § 3801 et seq . and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the CITY assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. 2. The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by CITY under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. 3. The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by CITY. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 3. ACCESS TO RECORDS The following access to records requirements apply to this Contract: • Where the Purchaser is not a State but a local government and is the CITY Recipient or a subgrantee of the CITY Recipient in accordance with 49 C. F. R. 18.36(i), the Contractor agrees to provide the Purchaser, the CITY Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C. F. R. 633.17 to provide the CITY Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 4. FEDERAL CHANGES Federal Changes - Contractor shall at all times comply with all applicable CITY regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and CITY, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 5. CIVIL RIGHTS 1. Nondiscrimination- In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 1202, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements CITY may issue. 2. Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: 3. Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements CITY may issue. 4. Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition,the Contractor agrees to comply with any implementing requirements CITY may issue. 5. Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements CITY may issue. 6. The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by CITY, modified only if necessary to identify the affected parties 6. DISADVANTAGED BUSINESS ENTERPRISE (DBE) a) It is the policy of the Authority and the Department of Transportation that Disadvantaged Business Enterprises (DBEs) as defined in 49 C.F.R. Part 26 shall have the maximum opportunity to participate in the performance of con- tracts financed in whole or in part with Federal funds under this contract. Consequently, the DBE requirements of 49 C.F.R Part 26 applies to this contract. b) The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The requirements of 49 C.F.R. Part 26, and the Authority's DOT approved Disadvantaged Business Enterprise (DBE) program is incorporated in this contract by reference. Failure by the Contractor to carry out these requirements is a material breach of the contract, which may result in the termination of this contract or such other remedy, as the Authority deems appropriate. 7. SOLID WASTE DISPOSAL ACT RCRA section 6002(c)(1)requires procuring agencies to procure designated items composed of the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition,considering such guidelines. Procuring agencies may decide not to procure such items if they are not reasonably available in a reasonable period of time; fail to meet reasonable performance standards; or are only available at an unreasonable price. 8. TERMINATION TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. 9. DEBARMENT&SUSPENSION This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by {insert agency name}. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to {insert agency name}, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. BUY AMERICA REOUIREMENTS The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in CITY-funded projects are produced in the United States, unless a waiver has been granted by CITY or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. 11. RESOLUTION OF DISPUTES. BREACHES AND OTHER LITIGATION All contracts in excess of$100,000 shall contain provisions or conditions which will allow for administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. This may include provisions for bonding, penalties for late or inadequate performance, retained earnings, liquidated damages or other appropriate measures. Specific language for dispute resolution will be provided in any resultant contract of the successful proposer. 12. RESTRICTIONS ON LOBBYING (a) The Contractor shall timely comply with the requirements of the lobbying restrictions set forth in Section 319 of Public Law 101-121, as implemented by the Department of Transportation in 49 C.F.R. Part 20, and as those authorities may be hereafter amended. ro) If a Standard Form LLL, "Disclosure Form to Report Lobbying," is required to be completed by the Contractor or subcontractor at any tier, such disclosure form shall be furnished to the Authority. 13. CLEAN AIR (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to CITY and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by CITY. 14. CLEAN WATER ACT (1)The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq . The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn,report each violation as required to assure notification to CITY and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by CITY. 15. CARGO PREFERENCE REQUIREMENTS Use of United States-Flag Vessels - The contractor agrees: a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the CITY recipient (through the contractor in the case of a subcontractor's bill- of- lading) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel 16. FLY AMERICA REQUIREMENTS Fly America Requirements - The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. 17. DAVIS BACON Attention is particularly called to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color, religion, sex, age or national origin. Background and Application The Davis-Bacon and Copeland Acts are codified at 40 USC 3141, et seq. and 18 USC 874. The Acts apply to grantee construction contracts and subcontracts that"at least partly are financed by a loan or grant from the Federal Government."40 USC 3145(a), 29 CFR 5.2(h), 49 CFR 18.36(i)(5). The Acts apply to any construction contract over$2,000. 40 USC 3142(a), 29 CFR 5.5(a). `Construction,' for purposes of the Acts, includes "actual construction, alteration and/or repair, including painting and decorating."29 CFR 5.5(a). The requirements of both Acts are incorporated into a single clause(see 29 CFR 3.11) enumerated at 29 CFR 5.5(a) and reproduced below. The clause language is drawn directly from 29 CFR 5.5(a) and any deviation from the model clause below should be coordinated with counsel to ensure the Acts' requirements are satisfied. (1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor,the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate(including fringe benefits where appropriate)determined pursuant to paragraphs (a)(1)(ii) (B) or(C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv)If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found,upon the written request of the contractor,that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (v)(A)The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2)The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding - City Utilities shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis- Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, City Utilities may, after written notice.to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or • under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to City Utilities for transmission to the Federal Transit Administration as requested. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph(a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (5) Apprentices and trainees - (i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3,which are incorporated by reference in this contract. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements - All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility - (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001 18. .CONTRACT WORK HOURS AND SAFETY STAND- ARDS ACT — OVERTIME COMPENSATION 1. Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages -In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph(1) of this section. 3. Withholding for unpaid wages and liquidated damages - The (write in the name of the grantee) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(2)of this section. 4. Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1)through (4) of this section. 19.BONDING DID SECURITY: Bids shall be accompanied by a bid guarantee of not less than five percent (5%) of the amount of the total bid which shall be a Certified Check or Cashier's check payable without recourse to the City of Port Arthur, or a bid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within thirty (30) days after the date of the opening of the bids; that if a bid is accepted, the bidder will enter into a formal Contract with the OWNER, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the OWNER for the difference between the amount specified in the bid in the amount for which the OWNER may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful bidders will be returned; that of the successful Bidder be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. PERFORMANCE AND PAYMENT BOND REOUIREMENTS: Per Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100%) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. 20. SEISMIC SAFETY The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 21. PRIVACY ACT Applicability to Contracts When a grantee maintains files on drug and alcohol enforcement activities for CITY, and those files are organized so that information could be retrieved by personal identifier, the Privacy Act requirements apply to all contracts. The Federal Privacy Act requirements flow down to each third party contractor and their contracts at every tier. Contracts Involving Federal Privacy Act Requirements The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: (a) The Contractor agrees to comply with, and assures the compliance of its employees with, the information restriction and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (b) The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by CITY. 22. PRE-AWARD AND POST DELIVERY AUDITS REOUIREMENTS • Clause and language therein are merely suggested. 49 C.F.R.Part 663 does not contain specific language to be included in third party contracts but does contain requirements applicable to subrecipients and third party contractors. • Buy America certification is mandated under CITY regulation, "Pre- Award and Post-Delivery Audits of Rolling Stock Purchases," 49 C.F.R. 663.13. • Specific language for the Buy America certification is mandated by CITY regulation, "Buy America Requirements--Surface Transportation Assistance Act of I982,as amended," 49 C.F.R.66I.12,but has been modified to include CITY's Buy America requirements codified at 49 U.S.C.A 53230). Pre-Award and Post-Delivery Audit Requirements -The Contractor agrees to comply with 49 U.S.C. §5323(1)and CITY's implementing regulation at 49 C.F.R. Part 663 and to submit the following certifications: 1. Buy America Requirements: The Contractor shall complete and submit a declaration certifying either compliance or noncompliance with Buy America. If the Bidder/Offeror certifies compliance with Buy America, it shall submit documentation which lists 1) component and subcomponent parts of the rolling stock to be purchased identified by manufacturer of the parts, their country of origin and costs; and 2) the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and the cost of final assembly. 2. Solicitation Specification Requirements: The Contractor shall submit evidence that it will be capable of meeting the bid specifications. 3. Federal Motor Vehicle Safety Standards (FMVSS): The Contractor shall submit I) manufacturer's FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. BUY AMERICA CERTIFICATE OF COMPLIANCE WITH CITY REQUIREMENTS FOR BUSES, OTHER ROLLING STOCK,OR ASSOCIATED EQUIPMENT 23. ENERGY POLICY AND CONSERVATION ACT The Contractor shall recognize mandatory standards and policies relating to energy efficiency contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act(42 U.S.C. Section 6321 et seq.). 24. BID PROTESTS. (1) Notice of Protest. A vendor wishing to protest any aspect of the procurement process must do so in writing and submit to the Purchasing Manager. The written protest should include, at a minimum: • Both the name and address of the protestor, as well as the vendor they represent, if different. • The name of the bid being protested. • A statement of the grounds for protest and any supporting documentation. A protest may be submitted to the Purchasing Manager no later than five (5)working days after award. (2) Staff Review. A protest must be in writing and supported by sufficient information in order to be considered. A decision and response to the protest will be prepared by the Purchasing Manager or his designee, in consultation with the department and the City Attorney, within fifteen (15) days of receipt of the protest. Within the fifteen(15) day time period,the City will: •Allow for informal conference on the merits of the protest with all interested parties. • Allow for reconsideration if data becomes available that was not previously known, or if there has been an error of law or regulation. • Render a decision supporting or canceling the award, such decision shall be in the form of a staff recommendation. (3) Appeals. If the protesting vendor does not agree with staff recommendation,they may appeal to the City Council by contacting the City Secretary. Staff recommendations will be made available for public review prior to consideration by the City Council. 25.RECYCLED PRODUCTS. The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act(RCRA), as amended(42 U.S.C. 6962), including but not limited to the 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR 247. 26. MINORITY CONTRACTIRS If a subcontractor is required to meet that goal, the following will be done to make a good faith effort to hire a minority business 1. Solicitation Lists. Must place small and minority businesses and women's business enterprises on solicitation lists. 2 C.F .R. § 200.321 (b)(1 ). 2. Solicitations. Must assure that it solicits small and minority businesses and women's business enterprises whenever they are potential sources. 2 C.F.R. § 200.32 1(b)(2). 3. Dividing Requirements. Must divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses and women's business enterprises. 2 C.F.R. § 200.321(b)(3). 4. Delivery Schedules. Must establish delivery schedules, where the requirement permits, which encourage participation by small and minority businesses and women's business enterprises. 2 C.F.R. §200.321 (b)(4). 5. Obtaining Assistance. Must use the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Depaitinent of Commerce. 2 C.F.R. § 200.321(b)(5). 27. SECTION 3 CLAUSE: 1. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. 2. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135regulations. 3. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. 4. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. 5. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. 6. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. 7. With respect to work performed in connection with section 3 covered Indian housing assistance, section7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i)preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). SECTION E BID SCHEDULE v rP U1 Ui A W W W N I-1 F' F' I-- X coO W NJ CO a) � - A Ql Lt.) I� O lD >VI O LC U./ O 0 0 4 N 0 0 3 m m b O b O b b b O O b O z coO O 0 0 0 0 0 0 0 0 0 0 .— S I-, I- I- I-, F-, F� I-) I-A F-+ I-) I--1 c m n <' "EC Z rn D E, 0 0 n m mH m m " m '-' Z Z m � x E x Cm On o D v o 7.O m m m n I I W S D O 3 rt N O m m m -� m D Z. r) --I�-I m m Z D > m co p z D z n0 rn -15 c1 a7 -i N p Z Z C n Z z m z D Z C c 7, C 0 0 0 n n zG1 O 0 O 73 rn 0 m p D D -n Z O D —mj D x G� Gl v r p N x <70 0 rn z -P A D m C > -v x) m 'rt 3 m n m N N =i { > O s c O Z NJ NJ O 0 G m m 3 C O F, -- ; V' Z K ni -ZI O� w cn C m z - 1-, O v CD D n m Do Q° Z mK (D n Z co n o 0 n m c p 5 O -1 -+ z a) p o -� -= z CD Po p Z 7) Po p m n Z Gl C m C Or Z g < O C m > T Z = C -� m m D - ci m C) 3 H S p H m N .P A I-, 1-' A c = IS a N U I Q1 Ui O Uri 0 r+ Oa) < W_ in CU tft 00 O 00 0 0 O -.IO 0 0 •=1 a rD O. 0 a (1 a —I c ` rzn �-`"t ; -< - Z -< -< -< G -< � h f C 7 T r -I m 7-3 r m O [— co • 0 O 0 0 0 o 01 d o 0 0 o 0 6 d d 0 n el a ° Z --1 111 ro 0 r° a N vN 1 I. 1.4 rt1 C cam► —' co 0 -n . 1.1 -, ., 0, c w IN c cc � CI a 5 co CD 0 lrf .S cr s c. J 3 3 3 d �a (� 0 c �' v 7 c of v+ O� G ¢' ° r h (0 0 ..4i- -1 Q 4 .1 0:I 2 C2 C. E i (r () tp I,' -e -sr ..- tl. 0° (P * o i rrt aN co toor o79 5 c O c m'ti i 2 kr O O ro F a D H v C o v. F v -9 0 o J d s 0 F, (A ( t) • G 8 Cp 00 0 0 rt a • 0 . o • o • o 0 6 0 ' 6 i m 0 O 0 d o 0 0 0 1 r I 0 7, cn cn Cr) C rn rn C a, rn rn rn ui rt w Z 0 0 Cr) O a) O am am . w co N N 0 00 NJ al Ql al Ci 61 NJ -P I-1 3 m m O O O O O O O 0 O O O 0 O 0 0 O 0 O O O 0 O 0 0 Z _ 1- O [-A I, cn . w N., F-b r-� 1-4 1-1 ? CD n co D E v z 20 70 n co 77 * Gl N N rrl-1 < -_ � a o D O D m m m 0 - rn Tm9 -. z ` O m r rT- rr-- 0N r co r D m Up N p 70 cCn v C 0 n 73 n N ,rr S :» D m D z < < < D I-' O ~' O - D O > m o -1 E E E r o oo o 70 D - D c m c z z C SZo g m g m K C v; cc) 70 z -1 -1 cn 0 I- O z 0 = MI 0 m G� x z D H -< -< -1 v m CD tn v Z D O n -< - - zi > > cn cn F. > � x > (� z m m z Z m = x O K m LT,' * D Z Z D m m 3 n -i -I X 0 z -( -1 --I N A -4 0, °' oo n p F-' 7C T. co r z 0 0 N Z Z N 0 ea >I 0 E p G) G1 Zm n o -n = � a I.-- 1-, 1-, g 0 Z czi co C 0 3 in S A LA -o �, C _ Ts F-' to W NJ F,,,i 07 a OO O all 1co -, NJ N O O Ol N U"� rt D�J c Co o i rs N a c't a. _ ro E r r- r m m 1- 1- 1- m m c!I 3 0 O N m -n > > -n T m > > -< '+ C rt S I c ra m 0 x ,� o O R) 9'3 . 1 Ul -.I I �; 9J o a o Oc ' � ' � Ip W CO 0 0o 0 0 Q 0 0 c 0 = O • ° rnD A 0 SI ,. d r/ ° = d c `D o o CD a. =. 2. 7.7,t F P r, v , , . p -1 3, r- -t" co A: ,-. cm A R N N of Q O r t C 0 re a� -, CO le g cn .r `- m W �� o op -C o 6� J a I 3 S CY o W O O 9v O 4 M6 . d I 3 Na 4 _ C o O 0 6 ,1� 3 0 Q 6 © ,. A c d ` c 0 • •0 0 0 0 0 C. 0 o 0 I \ \ 3 m I CO , / / f ■ % w a . 5 f e H m ƒ \ f 7 2 z m / / \ \ z / \ H c - n m Z aDJ e n , 2 K . % G) .- K 0 3 / • 2 ® ® q 2 I ƒ - z ® - - \ 7 S \ E 7 , » y I- 2 ] § n o - ƒ n K n C 2 2 m / g \_ D . j R < ® / / \ C CCrG c m / & - § • •0 __ c 9 \ \ 7 ) 7 / -c i I 0" f =_ > 2. ■ 0 g q Di rn - rn E p tD r C O rn • �� ƒ jib - % 0 / j LY\ . • c / g / � } 0 ' — I 2l. \ 70 0 ' o p , ; ° o 0 . c i 7 2g. $ S I ƒ/ ° E ƒ \ en kit <11 00 0o / \ o c � O . 9 . , • 0 . G.' - , 0 0 Z. to 1-3 b n !' ° o � � Z , i va 'S O / �' z _. a. • � . tri o w- O Y o � CD f d� 4- a • .r Ui 0 1 CD AD CD o a AD go a > y z A o d o , z O tri tt v' ... x rri --V-- vn 0 }> NX b bN- v I m -4 rip, A SECTION F BID BOND BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the Undersigned, Brystar Contracting, Inc. as Principal, and Nationwide Mutual Insurance Company as Surety, are hereby held and firmly bound unto City of Port Arthur as OWNER in the penal sum of -5%- Five Percent of Amount Bid for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves,successors and assigns. Signed, this 18 day of June , 20 25 . The Condition of the above obligation is such that whereas the Principal has submitted to City of Port Arthur a certain BID, attached hereto and hereby made a part hereof to enter into a Contract in writing, for the 9th Avenue Pavement Improvement NOW,THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as here in stated. F-1 The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper Officers, the day and year first set forth above. Brystar C ntracti , Inc. (L.S.) PRINCIPAL Nationwide Mutual Insurance Company SURETY BY: Ashlyn fAr tor, Attorney-in-Fact IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. F-2 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company,an Ohio corporation hereinafter referred to severally as the"Company"and collectively as"the Companies"does hereby make,constitute and appoint: ASHLYN ARMENTOR; CHARLES TYLER MCDONALD; CHRISTINE BAKER; DOUGLAS N MCELVEEN; KATHY PETERS; SUSAN MCELVEEN; each in their individual capacity,its true and lawful attorney-in-fact,with full power and authority to sign,seal,and execute on its behalf any and all bonds and undertakings,and other obligatory instruments of similar nature,in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby,as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company;and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED,that the president,or any vice president be,and each hereby is,authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds,forms,applications,memorandums,undertakings, recognizances,transfers,contracts of indemnity,policies,contracts guaranteeing the fidelity of persons holding positions of public or private trust,and other writings obligatory in nature that the business of the Company may require;and to modify or revoke,with or without cause,any such appointment or authority;provided,however,that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER,that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them,and to affix the seal of the Company thereto;provided,however,that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments.Any vice president,any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents,instruments,contracts,or other papers in connection with the operation of the business of the company in addition to the chairman of the board,the chief executive officer,president,treasurer or secretary;provided,however,the signature of any of them may be printed,engraved,or stamped on any approved document,contract,instrument,or other papers of the Company. IN WITNESS WHEREOF,the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 1st day of April,2024. AZ170 Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT #0*!+`,. STATE OF NEW YORK COUNTY OF KINGS:ss 'IL On this 1st day of April,2024,before me came the above-named officer for the Company • / aforesaid,to me personally known to be the officer described in and who executed the '',.SEAL;* preceding instrument,and he acknowledged the execution of the same,and being by me duly ' sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed hereto is the corporate seal of said Company,and the said corporate seal and his signature %WO' were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sharon Laburda Notary Public,State of New York - No.01LA6427697 Qualified in Kings County Notary Public Commission Expires January 3,2026 My Commission Expires CERTIFICATE January 3.202E I,Lezlie F.Chimienti,Assistant Secretary of the Company,do hereby certify that the foregoing is a full,true and correct copy of the original power of attorney issued by the Company;that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner;that said Antonio C.Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company,and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors;and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary,and affixed the corporate seal of said Company this 18 day of June 2025 Assistant Secretary BDJ 1(04-24)00 SECTION G GENERAL CONDITIONS GENERAL CONDITIONS 1. CONTRACT AND CONTRACT DOCUMENTS The Plans, Specifications and Addenda, enumerated in the Agreement and Paragraph 1 of the Supplemental General Conditions, shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. The Table of Contents, titles, headings, running headlines and marginal notes contained herein and in said Documents are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit, or cast light on the interpretation of the provisions to which they refer. 2. DEFINITIONS The following terms, as used in this Contract, are respectively defined as follows: a. "CONTRACTOR": A person, firm or corporation with whom the Contract is made with the OWNER or CITY OF PORT ARTHUR. b. "Subcontractor": A person, firm or corporation supplying labor and materials or only labor for work at the site of the project for, and under separate Contract or agreement with,the CONTRACTOR. c. "Work on (at) the Project": Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by employees of the CONTRACTOR and any Subcontractor. d. "OWNER": Refers to the CITY OF PORT ARTHUR. e. "CITY": Refers to the CITY OF PORT ARTHUR. f. "ENGINEER": CITY OF PORT ARTHUR 3. TERMINATION OF CONTRACT FOR CAUSE If, through any cause, the CONTRACTOR shall fail to fulfill in timely and proper manner his obligations under this Contract, or if the CONTRACTOR shall violate any of the covenants, agreements or stipulations of this Contract, the CITY OF PORT ARTHUR, shall thereupon have the right to terminate this Contract by giving written notice to the CONTRACTOR of such termination and specifying the effective date thereof, at least ten (10) days before the effective date of such termination. In such event, all finished or unfinished Documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the CONTRACTOR under this Contract shall, at the option of the CITY OF PORT ARTHUR, become its property and the CONTRACTOR shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder. Notwithstanding the above, the CONTRACTOR shall not be relieved of liability to the for damages sustained by the CITY OF PORT ARTHUR by virtue G-1 of any breach of the Contract by the CONTRACTOR, and the CITY OF PORT ARTHUR may withhold any payments to the CONTRACTOR for the purpose of set-off until such time as the exact amount of damages due the CITY OF PORT ARTHUR from the CONTRACTOR is determined. 4. PERSONNEL a. The CONTRACTOR represents that he has, or will secure at his own expense, all personnel required in performing the work under this Contract. Such personnel shall not be employees of, or have any contractual relationship with,the CITY OF PORT ARTHUR. b. All of the work required hereunder will be performed by the CONTRACTOR, or under his supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under State and local law to perform such services. c. None of the work covered by this Contract shall be subcontracted without the prior written approval of the CITY OF PORT ARTHUR. Any work or services subcontracted hereunder shall be specified by written Contract or agreement and shall be subject to each provision of this Contract. 5. REPORTS AND INFORMATION The CONTRACTOR, at such times and in such forms as the CITY OF PORT ARTHUR may require, shall furnish the CITY OF PORT ARTHUR such periodic reports as it may request pertaining to the work or services undertaken pursuant to this Contract, the costs and obligations incurred or to be incurred in connection therewith, and any other matters covered by this Contract. 6. RECORDS AND AUDITS The CONTRACTOR shall maintain accounts and records, including personnel, property and financial records, adequate to identify and account for all costs pertaining to the Contract and such other records as may be deemed necessary by the CITY OF PORT ARTHUR to assure proper accounting for all project funds, both federal and non-federal shares. These records will be made available for audit purposes to the CITY OF PORT ARTHUR or any authorized representative and will be retained for three (3) years after the expiration of this Contract, unless permission to destroy them is granted by the CITY OF PORT ARTHUR. 7. FINDINGS CONFIDENTIAL All of the reports, information, data, etc., prepared or assembled by the CONTRACTOR under this Contract are confidential, and CONTRACTOR agrees that they shall not be made available to any individual or organization without the prior written approval of the CITY OF PORT ARTHUR. G-2 8. COPYRIGHT No report, maps or other Documents produced in whole or in part under this Contract shall be the subject of an application for copyright by or on behalf of the CONTRACTOR. 9. COMPLIANCE WITH LAWS The CONTRACTOR shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the Federal, State and local governments relating to performance of the work herein, the protection of adjacent property and the maintenance of passageways, guard fences or other protective facilities. 10. INTEREST OF MEMBERS OF CITY No member of the governing body of the CITY OF PORT ARTHUR, and no other Officer, Employee or Agent of the CITY OF PORT ARTHUR, who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the CONTRACTOR shall take appropriate steps to assure compliance. 11. INTEREST OF OTHER LOCAL PUBLIC OFFICIALS No member of the governing body of the locality and no other public official of such locality, who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the CONTRACTOR shall take appropriate steps to assure compliance. 12. INTEREST OF CONTRACTOR AND EMPLOYEES The CONTRACTOR covenants that he presently has no interest and shall not acquire any interest, direct or indirect, in the study area or any parcels therein or any other interest which would conflict in any manner or degree with the performance of his services hereunder. The CONTRACTOR further covenants that in the performance of this Contract, no person having any such interest shall be employed. 13. INCORPORATION OF PROVISIONS REQUIRED BY LAW Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted, the Contract shall be amended to make such insertion on application by either party. 14. CERTIFICATES AND PERMITS G-3 Except for required permits issued by OWNER,which shall be issued at no cost to CONTRACTOR, CONTRACTOR shall secure at his own expense from other public authorities all necessary certificates, licenses, approvals and permits required in connection with the work of this Contract or any part thereof, and shall give all notices required by law, ordinance or regulation. CONTRACTOR shall pay all fees and charges incident to the due and lawful prosecution of the work of this Contract, and any extra work performed by him. 15. GUARANTEE OF WORK a. Neither the final certificate of payment, nor any provision in the Contract Documents, nor partial or entire occupancy of the premises by the OWNER shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the CONTRACTOR of liability in respect to any warranties or responsibility for faulty materials or workmanship. The CONTRACTOR guarantees and warrants that all materials and equipment which are to become part of the work shall be new unless otherwise specified, and that all work will be of good quality and free from faults or defects and in accordance with the Contract Documents and of any inspections, tests or approvals required by the Contract Documents, law, ordinance, rules, regulations or orders of any public authority having jurisdiction. The OWNER will give notice of observed defects with reasonable promptness. b. Neither observations by Architect or Engineer nor inspections, tests or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR from his obligations to perform the work in accordance with the requirements of the Contract. c. The provisions of this Paragraph shall be cumulative of, and not in limitation of, the responsibility of CONTRACTOR for defects in the work or materials or damages resulting therefrom as otherwise provided by the law of the State of Texas or this Contract, including, without limitation, the implied warranty of fitness of the work and the implied obligation to perform the work in a good and workmanlike manner. 16. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS The CONTRACTOR will be furnished additional instructions and detail drawings as necessary to carry out the work included in the Contract. The additional drawings and instructions thus supplied to the CONTRACTOR will coordinate with the Contract Documents and will be so prepared that they can be reasonably interpreted as part thereof. The CONTRACTOR shall carry out the work in accordance with the additional detail drawings and instructions. The CONTRACTOR and the Architect/Engineer will prepare jointly: (a) a schedule, fixing the dates at which special detail drawings will be required, such drawings, if any, to be furnished by the Architect/Engineer in accordance with said schedule; and, (b) a schedule fixing the respective dates for the submission of shop drawings, the beginning of manufacture, testing and installation of materials, supplies and equipment, and the completion of the various parts of the work; G-4 each such schedule to be subject to change from time to time in accordance with the progress of the work. 17. SHOP OR SETTING DRAWINGS The CONTRACTOR shall submit promptly to the Architect/Engineer two (2) copies of each shop or setting drawing prepared in accordance with the schedule predetermined as aforesaid. After examination of such drawings by the Architect/Engineer and the return thereof, the CONTRACTOR shall make such corrections to the drawings as have been indicated and shall furnish the Architect/Engineer with two (2) corrected copies. If requested by the Architect/Engineer, the CONTRACTOR must furnish additional copies. Regardless of corrections made in, or approval given to, such drawings by the Architect/Engineer, the CONTRACTOR will nevertheless be responsible for the accuracy of such drawings and for their conformity to the Plans and Specifications, unless he notifies the Architect/Engineer in writing of any deviations at the time he furnishes such drawings. 18. MATERIALS, SERVICES AND FACILITIES a. It is understood that, except as otherwise specifically stated in the Contract Documents, the CONTRACTOR shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, superintendents, temporary construction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, complete and deliver the work within the specified time. b. Any work necessary to be performed after regular working hours, on Sundays or Legal Holidays, shall be performed without additional expense to the OWNER. 19. CONTRACTOR'S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the CONTRACTOR or by any Subcontractor subject to any chattel mortgage or under a conditional sale Contract or other agreement by which an interest is retained by the seller. The CONTRACTOR warrants that he has good title to all materials and supplies used by him in the work,free from all liens, claims or encumbrances. 20. INSPECTION AND TESTING OF MATERIALS All materials, equipment, etc., used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards and frequency, or as required by the contract documents. The CONTRACTOR shall make all arrangements for such tests and inspections with a local independent testing laboratory acceptable to the OWNER, and the CONTRACTOR shall bear all related costs of tests and inspections. If such procedures for testing and inspection reveal failure to comply with accepted standards or with requirements established by the contract documents, all re- G-5 testing and re-inspection costs made necessary by such failure, including those of related procedures,shall also be at CONTRACTOR'S expense. If the ENGINEER and/or OWNER determines that portions of the project requires additional testing or inspection not included in CONTRACTOR'S original bid, the ENGINEER shall, upon written authorization from the OWNER, instruct the CONTRACTOR to make arrangements for additional testing and inspection. The costs for such additional testing and inspection shall be at OWNER'S expense. The CONTRACTOR'S independent testing laboratory shall give timely notice to the CONTRACTOR and the ENGINEER of when and where tests and inspections are to be made so that the CONTRACTOR and the ENGINEER may be present for such procedures. If the ENGINEER is to observe tests and inspections, the ENGINEER will do so promptly and, where practical, at the normal pace of testing. Tests and inspections shall be made promptly to avoid unreasonable delays on the project. Required certificates and/or reports of all test and inspections shall, unless otherwise required by the contract documents, be promptly delivered by the independent testing laboratory to the CONTRACTOR, the ENGINEER, and the OWNER. 21. "OR EQUAL" CLAUSE Whenever a material, article or piece of equipment is identified on the Plans or in the Specifications by reference to manufacturers' or vendors' names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and, any material, article or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article or equipment so proposed is, in the opinion of the Architect/Engineer, of equal substance and function. It shall not be purchased or installed by the CONTRACTOR without the Architect/Engineer's written approval. 22. PATENTS a. The CONTRACTOR shall hold and save the OWNER and its Officers, Agents, Servants and Employees harmless from liability of any nature or kind, including cost and expenses for, or on account of, any patented or unpatented invention, process, article or appliance manufactured or used in the performance of the Contract, including its use by the OWNER, unless otherwise specifically stipulated in the Contract Documents. b. License or Royalty Fees: License and/or royalty fees for the use of a process which is authorized by the OWNER of the project must be reasonable and paid to the holder of the patent, or his authorized licensee, direct by the OWNER and not by or through the CONTRACTOR. G-6 c. If the CONTRACTOR uses any design, device or materials covered by letters patent or copyright, he shall provide for such use by suitable agreement with the OWNER of such patented or copyrighted design, device or material. It is mutually agreed and understood that, without exception, the Contract prices shall include all royalties or costs arising from the use of such design, device or materials in any way involved in the work. The CONTRACTOR and/or his Sureties shall indemnify and save harmless the OWNER of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or materials or any trademark or copyright in connection with work agreed to be performed under this Contract, and shall indemnify the OWNER for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. 23. SURVEYS Unless otherwise expressly provided for in the Specifications, the OWNER will furnish to the CONTRACTOR all surveys necessary for the execution of the work. 24. CONTRACTOR'S OBLIGATIONS The CONTRACTOR shall and will, in good workmanlike manner, do and perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, within the time herein specified, in accordance with the provisions of this Contract and said Specifications and in accordance with the Plans and drawings covered by this Contract and any and all supplemental Plans and drawings, and in accordance with the directions of the Architect/Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain and remove such construction plant and such temporary works as may be required. The CONTRACTOR shall observe, comply with and be subject to all terms, conditions, requirements and limitations of the Contract and Specifications, and shall do, carry on and complete the entire work to the satisfaction of the Architect/Engineer and the OWNER. 25. INSURANCE The CONTRACTOR shall not commence work under this Contract until he has obtained all the insurance required herein and such insurance has been approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on this Subcontract until the insurance required of the Subcontractor has been so obtained and approved. (See information to Bidders, Paragraph 5.) 26. SPECIAL CONDITIONS PERTAINING TO HAZARDS, SAFETY STANDARDS,AND ACCIDENT PREVENTION (a) Danger Signals and Safety Devices (Modify as Required): G-7 The CONTRACTOR shall make all necessary precautions to guard against damages to property and injury to persons. He shall put up and maintain in good condition, sufficient red or warning lights at night, suitable barricades and other devices necessary to protect the public. In case the CONTRACTOR fails or neglects to take such precautions, the OWNER may have such lights and barricades installed and charge the cost of this work to the CONTRACTOR. Such action by the OWNER does not relieve the CONTRACTOR of any liability incurred under these Specifications or Contract. (b) Use of Explosives: When the use of explosives is necessary for the prosecution of the work, the CONTRACTOR shall observe all local, State and Federal laws in purchasing and handling explosives. The CONTRACTOR shall take all necessary precautions to protect completed work, neighboring property, water lines or other underground structures. Where there is danger to structures or property from blasting, the charges shall be reduced and the material shall be covered with suitable timber,steel or rope mats. The CONTRACTOR shall notify all OWNER'S of public utility property of the intention to use explosives at least eight (8) hours before blasting is done, close to such property. Any supervision or direction of use of explosives by the Engineer does not in any way reduce the responsibility of the CONTRACTOR or his Surety for damages that may be caused by such use. 27. SUSPENSION OF WORK Should the OWNER be prevented or enjoined from proceeding with work or from authorizing its prosecution either before or after its prosecution, by reason of any litigation, the CONTRACTOR shall not be entitled to make or assert claim for damage by reason of said delay, but time for completion of the work will be extended to such reasonable time as the OWNER may determine will compensate for time lost by such delay with such determination to be set forth in writing. 28. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION In order to protect the lives and health of his Employees under the Contract, the CONTRACTOR shall comply with all pertinent provisions of the Contract Work Hours and Safety Standards Act, as amended, commonly known as the Construction Safety Act as pertains to health and safety standards; and shall maintain an accurate record of all cases of death, occupational disease and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the Contract. The CONTRACTOR alone shall be responsible for the safety, efficiency and adequacy of his plant, appliances and methods, and for any damage which may result from their failure or their improper construction, maintenance or operation. G-8 29. USE AND OCCUPANCY PRIOR TO ACCEPTANCE BY OWNER The CONTRACTOR agrees to the use and occupancy of a portion or unit of the project before formal acceptance by the OWNER, provided the OWNER: a. Secures written consent of the CONTRACTOR except in the event, in the opinion of the Architect/Engineer, the CONTRACTOR is chargeable with unwarranted delay in completing the contract requirements; b. Secures consent of the Surety; c. Secures endorsement from the insurance carrier(s) permitting occupancy of the building or use of the project during the remaining period of construction; or, d. When the project consists of more than one (1) building and one of the buildings is occupied, secures permanent fire and extended coverage insurance, including a permit from the insurance carrier to complete construction. 30. USE OF PREMISES AND REMOVAL OF DEBRIS The CONTRACTOR expressly undertakes at his own expense: a. To take every precaution against injuries to persons or damage to property; b. To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any other CONTRACTOR'S; c. To place upon the work or any part thereof only such loads as are consistent with the safety of that portion of the work; d. To clean up frequently all refuse, rubbish, scrap materials and debris caused by his operations, to the end that at all times the site of the work shall present a neat, orderly and workmanlike appearance; e. Before final payment to remove all surplus material, false work, temporary structures, including foundations thereof, plant of any description and debris of every nature resulting from his operations, and to put the site in a neat, orderly condition; f. To effect all cutting, fitting or patching of his work required to make the same to conform to the Plans and Specifications and, except with the consent of the Architect/Engineer, not to cut or otherwise alter the work of any other CONTRACTOR. 31. QUANTITIES OF ESTIMATE G-9 Wherever the estimated quantities of work to be done and materials to be furnished under this Contract are shown in any of the documents including the proposal, they are given for use in comparing bids and the right is especially reserved, except as herein otherwise specifically limited, to increase or diminish them as may be deemed reasonably necessary or desirable by the OWNER to complete the work contemplated by the Contract, and such increase or diminution shall in no way vitiate this Contract, nor shall any such increase or diminution give cause for claims or liability for damages. 32. LANDS AND RIGHTS-OF-WAY Prior to the start of construction, the OWNER shall obtain all lands and rights-of- way necessary for the carrying out and completion of work to be performed under this CONTRACT. 33. NOTICE AND SERVICE THEREOF Any notice to any CONTRACTOR from the OWNER relative to any part of this Contract shall be in writing and considered delivered and the service thereof completed when said notice is posted, by certified or registered mail, to the said CONTRACTOR at his last given address, or delivered in person to the said CONTRACTOR or his authorized representative on the work. 34. SEPARATE CONTRACT The CONTRACTOR shall coordinate his operations with those of other CONTRACTORS. Cooperation will be required in the arrangement for the storage of materials and in the detailed execution of the work. The CONTRACTOR, including his Subcontractors, shall keep informed of the progress and the detail work of other CONTRACTORS and shall notify the Architect/Engineer immediately of lack of progress or effective workmanship on the part of other CONTRACTORS. Failure of a CONTRACTOR to keep informed of the work progressing on the site and failure to give notice of lack of progress or defective workmanship by others shall be construed as acceptance by him of the status of the work as being satisfactory for proper coordination with his own work. 35. SUBCONTRACTING a. The CONTRACTOR may utilize the services of specialty Subcontractors on those parts of work which, under normal contracting practices, are performed by specialty Subcontractors. b. The CONTRACTOR shall not award any work to any Subcontractor without prior written approval of the OWNER, which approval will not be given until the CONTRACTOR submits to the OWNER a written statement concerning the proposed award to the Subcontractor, which statement shall contain such information as the OWNER may require. G-10 c. The CONTRACTOR shall be as fully responsible to the OWNER for the acts or omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. d. The CONTRACTOR shall cause appropriate provisions to be inserted in all Subcontracts relative to the work to bind Subcontractors to the CONTRACTOR by the terms of the General Conditions and other Contract Documents insofar as applicable to the work of Subcontractors, and to give the CONTRACTOR the same power as regards terminating any Subcontract that the OWNER may exercise over the CONTRACTOR under any provision of the Contract Documents. e. Nothing contained in this Contract shall create any contractual relation between any Subcontractor and the OWNER. 36. ARCHITECT/ENGINEER'S AUTHORITY The Architect/Engineer shall give all orders and directions contemplated under this Contract and Specifications, relative to the execution of the work. The Architect/Engineer shall determine the amount, quality, acceptability and fitness of the several kinds of work and materials which are to be paid for under this Contract, and shall decide all questions which may arise in relation to said work and the construction thereof. The Architect/Engineers estimates and decisions shall be final and conclusive, except as herein otherwise expressly provided. In case any question shall arise between the parties hereto relative to said Contract or Specifications, the determination or decision of the Architect/Engineer shall be a condition precedent to the right of the CONTRACTOR to receive any money or payment for work under this Contract affected in any manner or to any extent by such question. 37. MEANING OF INTENT The Architect/Engineer shall decide the meaning and intent of any portion of the Specifications and of any Plans or drawings where the same may be found obscure or be in dispute. Any differences or conflicts in regard to their work which may arise between the CONTRACTOR, under this Contract and other CONTRACTOR'S, performing work for the OWNER, shall be adjusted and determined by the Architect/Engineer. 38. CONTRACT SECURITY If the Contract amount exceeds Fifty Thousand Dollars C$50,000.00], a Payment Bond shall be furnished, and if the contract exceeds One Hundred Thousand Dollars C$100,000.00], a Performance Bond also shall be furnished, on prescribed forms in the amount of one hundred percent (100%) of the Contract price or in a penal sum not less than that prescribed by State, territorial or local law, as security for the payment of all persons performing labor on the project under this Contract and furnishing materials in connection with this Contract and as security for the faithful performance of this Contract. G-11 I 39. ADDITIONAL OR SUBSTITUTE BOND If at any time the OWNER, for justifiable cause, shall be or become dissatisfied with any Surety or Sureties for the Performance and/or Payment Bonds, the CONTRACTOR shall, within five (5) days after notice from the OWNER to do so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other Surety or Sureties as may be satisfactory to the OWNER. The premiums on such bond shall be paid by the CONTRACTOR. No further payments shall be deemed due nor shall be made until the new Surety and Sureties shall have furnished such an acceptable bond to the OWNER. 40. ASSIGNMENTS The CONTRACTOR shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of the OWNER. In case the CONTRACTOR assigns all or any part of any monies due or to become due under this Contract,the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the CONTRACTOR shall be subject to prior claims of all persons, firms and corporations of services rendered or materials supplied for the performance of the work called for in this Contract. 41. MUTUAL RESPONSIBILITY OF CONTRACTORS If, through acts of neglect on the part of the CONTRACTOR, any other CONTRACTOR or any Subcontractor shall suffer loss or damage on the work, the CONTRACTOR agrees to settle with such other CONTRACTOR or Subcontractor by agreement or arbitration if such other CONTRACTOR or Subcontractor will so settle. If such other CONTRACTOR or Subcontractor shall assert any claim against the OWNER on account of any damage alleged to have been sustained, the OWNER shall notify the CONTRACTOR, who shall indemnify and safe harmless the OWNER against any such claim. 42. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The Acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER of all claims and all liability to the CONTRACTOR for all things done or furnished in connection with this work and for every act and neglect of the OWNER and others relating to or arising out of this work. No payment, however, final or otherwise, shall operate to release the CONTRACTOR or his Sureties from any obligations under this Contract or the Performance and Payment Bonds. 43. PAYMENTS BY CONTRACTOR The CONTRACTOR shall pay (a) for all transportation and utility services no later than the thirty (30) calendar days from the date of submission to the City of Port Arthur, (b) for all materials, tools and other expendable equipment to the extent of ninety percent (90%) cost thereof, no later than the 20th day of the G-12 calendar month following that in which such materials, tools and equipment are delivered at the site of the project, and the balance of the cost thereof, no later than the 30th day following the completion of that part of the work in or on which such materials, tools and equipment are incorporated or used; and (c) to each of his Subcontractors, no later than the 5th day following each payment to the CONTRACTOR, the respective amounts allowed the CONTRACTOR on account of the work performed by his Subcontractors to the extent of each Subcontractors' interest therein. 44. CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES Immediately after execution and delivery of the Contract, and before the first partial payment is made, the CONTRACTOR shall deliver to the OWNER an estimated construction progress schedule in form satisfactory to the OWNER, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due the CONTRACTOR in accordance with the progress schedule. The CONTRACTOR shall also furnish on forms to be supplied by the OWNER: (a) a detailed estimate giving a complete breakdown of the Contract price; and (b) periodic itemized estimates of work done for the purpose of making partial payments thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the Contract price. 45. PAYMENTS TO CONTRACTOR a. Not later than the thirty (30) calendar days from the date of submission to the CITY OF PORT ARTHUR, the OWNER shall make a progress payment to the CONTRACTOR on the basis of a duly certified and approved estimate of the work performed during the preceding calendar month under this Contract, but to insure the proper performance of the Contract, the OWNER shall retain Ten percent (10%) [five percent (5%) if the total contract price exceeds $25,000] of the amount of each estimate until final completion and acceptance of all work covered by this Contract; Provided, that the CONTRACTOR shall submit his estimate no later than the fifth (5th) day of the month. Provided further, that on completion and acceptance of each separate building, public work or other division of the Contract on which the price is stated separately in the Contract, payment may be made in full, including retained percentages thereon, less authorized deductions. The CONTRACTOR is advised that the payment schedule noted in the paragraph is subject to fluctuation due to the City Councils regular schedule of meeting on the second and forth Mondays of each month. The CONTRACTOR may alter his estimate period such as to give the Engineer ten (10) working days prior to the next scheduled City Council meeting to prepare an estimate of the work completed and submit said estimate for the OWNERS action. b. In preparing estimates, the material delivered on the site and preparatory work done may be taken into consideration. G-13 c. All material and work covered by partial payments made shall thereupon become the sole property of the OWNER, but this provision shall not be construed as relieving the CONTRACTOR from the sole responsibility for the care and protection of materials and work upon which payments have been made or the restoration of any damaged work or as a waiver of the right of the OWNER to require the fulfillment of all of the terms of the Contract. d. OWNER'S Right to Withhold Certain Amounts and Make Application Thereof: The CONTRACTOR agrees that he will indemnify and save the OWNER harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools and all supplies, including commissary, incurred in the furtherance of the performance of this Contract. The CONTRACTOR shall, at the OWNER'S request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails to do so, then the OWNER may, after having served written notice on the said CONTRACTOR, either pay unpaid bills, of which the OWNER has written notice, direct, or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the CONTRACTOR shall be resumed, in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the OWNER to either the CONTRACTOR or his Surety. In paying any unpaid bills of the CONTRACTOR, the OWNER shall be deemed the agent of the CONTRACTOR, and any payment so made by the OWNER shall be considered as a payment made under Contract by the OWNER to the CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for any such payments made in good faith. This provision shall not be construed to give rise to any third party beneficiary rights in claimants. 46. CORRECTION OF WORK All work, all materials, whether incorporated in the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Architect/Engineer who shall be the final judge of the quality and suitability of the work, materials, processes of manufacture and methods of construction for the purposes for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good, replaced and/or corrected, as the case may be, by the CONTRACTOR at his own expense. Rejected material shall immediately be removed from the site. If, in the opinion of the Architect/Engineer, it is undesirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents, the compensation to be paid to the CONTRACTOR hereunder shall be reduced by such amount as in the judgement of the Architect/Engineer shall be equitable. 47. SUBSURFACE CONDITIONS FOUND DIFFERENT G-14 Should the CONTRACTOR encounter subsurface and/or latent conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Architect/Engineer of such conditions before they are disturbed. The Architect/Engineer will thereupon promptly investigate the conditions and, if he finds that they materially differ from those shown on the Plans or indicated in the Specifications, he will at once make such changes in the Plans and/or Specifications as he may find necessary, any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in Paragraph 49 of the General Conditions. 48. CLAIMS FOR EXTRA COST No claim for extra work or cost shall be allowed unless the same was done pursuant to a written order of the Architect/Engineer approved by the OWNER, as aforesaid, and the claim presented with the first estimate after the changed or extra work is done. When work is performed under the terms of Subparagraph 49(c) of the General Conditions, the CONTRACTOR shall furnish satisfactory bills, payrolls and vouchers covering all items of cost and when requested by the OWNER, give the OWNER access to accounts relating thereto. 49. CHANGES IN WORK No changes in the work covered by the approved Contract Documents shall be made without having prior written approval of the OWNER. Charges or credit for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. b. An agreed lump sum. c. The actual cost of: (1) Labor, including foreman; (2) Materials entering permanently into the work; (3) The ownership or rental cost of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age unemployment contributions. To the cost under (c.) there shall be added a fixed fee to be agreed upon but not to exceed fifteen percent (15%) of the work. The fee shall be compensation to cover the cost of supervision, overhead, bond, profit and any other general expenses. 50. EXTRAS Without invalidating the Contract, the OWNER may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly, and the consent of the Surety being first obtained G-15 where necessary or desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal, and no claims for any extra work or materials shall be allowed unless the work is ordered in writing by the OWNER or its Architect/Engineer, acting officially for the OWNER, and the price is stated in such order. 51. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed, by and between the CONTRACTOR and the OWNER, that the date of beginning and the time for completion as specified in the Contract of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract; and it is further mutually understood and agreed that the work embraced in this Contract shall be commenced on a date to be specified in the "Notice to Proceed". The CONTRACTOR agrees that said work shall be prosecuted regularly, diligently and without interruption at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed, by and between the CONTRACTOR and the OWNER, that the time for the completion of the work described herein is a reasonable time for the completion of same, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality. If the said CONTRACTOR shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the OWNER, then the CONTRACTOR does hereby agree, as a part consideration for the awarding of this Contract, to pay to the OWNER the amount specified in the Contract, not as a penalty, but as liquidated damages for such breach of Contract as hereinafter set forth, for each and every consecutive calendar day, including, but not limited to, all Saturdays, Sundays, and Federal, State, and City holidays and that the CONTRACTOR shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the CONTRACTOR and the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would in such event sustain, and said amount is agreed to be the amount of damages which the OWNER would sustain and said amount shall be retained from time to time by the OWNER from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and of the Specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided,that the CONTRACTOR shall not be charged with any part of liquidated damages or any excess cost when the OWNER determines that any part of liquidated damages was not the fault of the CONTRACTOR and the OWNER determines that the request for extension by the CONTRACTOR is justified and due to: G-16 a. Any preference, priority or allocation order duly issued by the government; b. The following unforeseeable causes, namely: acts of the public enemy, acts of the OWNER, acts of another CONTRACTOR in the performance of a Contract with the OWNER, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, earthquakes, hurricanes and tornadoes; and rainy days claimed by the CONTRACTOR; however, rainy days shall be considered only if the CONTRACTOR notifies the Engineer or OWNER on the day the CONTRACTOR claims he cannot work because of rainy weather that day. Failure to so report will eliminate any claim for time extension because of rainy weather on that day. c. Rainy weather when 60 percent of his work force cannot work for seven (7) hours or more that day because of rainy weather and providing that he has complied with the condition under 51(b). d. Any delays of Subcontractors or suppliers occasioned by any of the causes specified in Subsections (a.) and (b.) of this Article. It is also agreed that for each five (5) regular days of work lost due to any of the foregoing reasons, seven (7) calendar days will be added to the contract time (or 1.4 calendar days added for each one (1) regular day of work lost). Fractional calendar days will be rounded to the nearest whole number of days. Provided, further, that the CONTRACTOR shall, within ten (10) days from the beginning of such delay, unless the OWNER shall grant a further period of time prior to the date of final settlement of the Contract, notify the OWNER, in writing, of the causes of delay, who shall ascertain the facts and extent of the delay and notify the CONTRACTOR within reasonable time of its decision in the matter. Provided, that this provision for liquidated damages shall be cumulative of and not in limitation of any other remedy available to OWNER, including, without limitation, the right to terminate as provided in Paragraph 3 and to recover additional damages for any excess cost in otherwise completing the work. 52. WEATHER CONDITIONS In the event of temporary suspension of work, or during inclement weather, or whenever the Architect/Engineer shall direct, the CONTRACTOR will, and will cause his Subcontractors to, protect carefully his, and their, work and materials against damage or injury from the weather. If, in the opinion of the Architect/Engineer, any work or materials shall have been damaged or injured by reason of failure on the part of the CONTRACTOR or any of his Subcontractors so to protect his work, such materials shall be removed and replaced at the expense of the CONTRACTOR. 53. PROTECTION OF WORK AND PROPERTY - EMERGENCY G-17 The CONTRACTOR shall at all times safely guard the OWNER'S property from injury or loss in connection with this Contract. He shall at all times safely guard and protect his own work, and that of adjacent property, from damage. The CONTRACTOR shall replace or make good any such damage, loss or injury unless such be caused directly by errors contained in the Contract or by the OWNER, or his duly authorized representatives. In case of an emergency which threatens loss or injury of property and/or safety of life, the CONTRACTOR will be allowed to act, without previous instructions from the Architect/Engineer, in a diligent manner. He shall notify the Architect/Engineer immediately thereafter. Any claim for compensation by the CONTRACTOR due to such extra work shall be promptly submitted to the Architect/Engineer for approval. Where the CONTRACTOR has not taken action but has notified the Architect/Engineer of an emergency threatening injury to persons or damage to the work or any adjoining property, he shall act as instructed or authorized by the Architect/Engineer. The amount of reimbursement claimed by the CONTRACTOR on account of any emergency action shall be determined in the manner provided in Paragraph 49 of the General Conditions. 54. INSPECTION The authorized representatives and agents of the OWNER shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records. 55. SUPERINTENDENCE BY CONTRACTOR At the site of the work, the CONTRACTOR shall employ a construction superintendent or foreman who shall have full authority to act for the CONTRACTOR. It is understood that such representative shall be acceptable to the Architect/Engineer and shall be one who can be continued in the capacity for the particular job involved unless he ceases to be on the CONTRACTOR'S payroll. 56. UNDERPAYMENTS OF WAGES OR SALARIES In case of underpayment of wages by the CONTRACTOR or by any Subcontractor to laborers or mechanics employed by the CONTRACTOR or Subcontractor upon the work covered by the Contract, the OWNER, in addition to such other rights as may be afforded it under this Contract, shall withhold from the CONTRACTOR, out of any payments due the CONTRACTOR, so much thereof as the OWNER may consider necessary to pay such laborers or mechanics the full amount of wages required by this Contract. The amount so withheld may be disbursed by the OWNER for and on account of the CONTRACTOR or the Subcontractor (as may be appropriate), to the respective laborers or mechanics to whom the same is due or on their behalf to Plans, funds G-18 F." or programs for any type of fringe benefit prescribed in the applicable wage determination. 57. EMPLOYMENT OF CERTAIN PERSONS PROHIBITED No person under the age of sixteen (16) years and no person who, at the time, is serving sentence in a penal or correctional institution shall be employed on the work covered by this Contract. 58. EMPLOYMENT OF LABORERS OR MECHANICS NOT LISTED IN AFORESAID WAGE DETERMINATION DECISION Any class of laborers or mechanics which is not listed in the wage determination, and which is to be employed under the Contract will be classified or reclassified conformably to the wage determination by the OWNER. 59. FRINGE BENEFITS NOT EXPRESSED AS HOURLY WAGE RATES The OWNER shall require, whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the CONTRACTOR is obligated to pay cash equivalent of such a fringe benefit, an hourly cash equivalent thereof to be established. 60. POSTING WAGE DETERMINATION DECISIONS AND AUTHORIZED WAGE DEDUCTIONS The applicable wage poster and the applicable wage determination decisions, with respect to the various classification of laborers and mechanics employed and to be employed upon the work covered by this Contract, and a statement showing all deductions, if any, in accordance with the provisions of this Contract, to be made from wages actually earned by persons so employed or to be employed in such classifications, shall be posted at appropriate conspicuous points at the site of the work. 61. COMPLAINTS, PROCEEDINGS OR TESTIMONY BY EMPLOYEES No laborer or mechanic to whom the wage, salary or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the CONTRACTOR or any Subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. 62. CLAIMS AND DISPUTES PERTAINING TO WAGE RATES Claims and disputes pertaining to wage rates or to classifications of laborers and mechanics employed upon the work covered by this Contract shall be promptly reported by the CONTRACTOR in writing to the OWNER for referral by the latter. G-19 63. PAYROLLS AND BASIC PAYROLL RECORDS OF CONTRACTOR AND SUBCONTRACTORS The CONTRACTOR and each Subcontractor shall prepare his payrolls on forms satisfactory to and in accordance with instructions to be furnished by the OWNER. The payrolls and basic payroll records of the CONTRACTOR and each Subcontractor covering all laborers and mechanics employed upon the work covered by this Contract shall be maintained during the course of the work and preserved for a period of three (3) years thereafter. Such payrolls and basic payroll records shall contain the name and address of each employee, his correct classification, rate of pay (including rates of contributions or costs anticipated of the types described in Section 1 (b) (2) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. The CONTRACTOR and each Subcontractor shall make his employment records, with respect to persons employed by him upon the work covered by this Contract, available for inspection by authorized representatives of the OWNER. Such representative shall be permitted to interview employees of the CONTRACTOR of any Subcontractors during working hours on the job. 64. SPECIFIC COVERAGE OF CERTAIN TYPES OF WORK BY EMPLOYEES The transporting of material and supplies to or from the site of the project or program to which the Contract pertains by the employees of the CONTRACTOR or of any Subcontractor and the manufacturing or furnishing of materials, articles, supplies or equipment on the site of the project or program to which this Contract pertains by persons employed by the CONTRACTOR or by an Subcontractor, shall, for the purposes of this Contract, and without limiting the generality of the foregoing provisions of this Contract, shall be deemed to be work to which the wage provisions of this Contract are applicable. 65. INELIGIBLE SUBCONTRACTORS The CONTRACTOR shall not subcontract any part of the work covered by this Contract or permit subcontracted work to be further subcontracted without the OWNER'S prior written approval of the Subcontractor. 66. PROVISIONS TO BE INCLUDED IN CERTAIN SUBCONTRACTS The CONTRACTOR shall include or cause to be included in each subcontract covering any of the work covered by this Contract, provisions which are consistent with these wage provisions and also a clause requiring the Subcontractors to include such provisions in any lower tier Subcontractors which they may enter into,together with a clause requiring such insertion in any further Subcontracts that may in turn be made. 67. BREACH OF FOREGOING WAGE STANDARDS AND RATES PROVISIONS In addition to the causes for termination of this Contract as herein elsewhere set forth, the OWNER reserves the right to terminate this Contract if the CONTRACTOR or any Subcontractor, whose Subcontractor covers any of the G-20 work covered by this Contract, shall breach any of these wage standards and rates provisions. 68. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Contract,the CONTRACTOR agrees as follows: (a) The CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The CONTRACTOR shall take affirmative action to ensure that applicants for employment are employed and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The CONTRACTOR agrees to post in conspicuous places available to employees and applicant for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (b) The CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, state that all qualified applicants will receive consideration for employment without regard to race, religion,sex, color or national origin. (c) The CONTRACTOR will send to each labor union or representative of workers with which he has a collective bargaining agreement or other Contract or understanding, a notice to be provided advising the labor union or workers representative of the CONTRACTOR'S commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The CONTRACTOR will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules and regulations and relevant orders of the Secretary of Labor. (e) The CONTRACTOR will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the Department of Housing and Urban Development and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. (f) In the event of the CONTRACTOR'S noncompliance with the nondiscrimination clauses of this Contract or with any of such rules, regulations or orders, this Contract may be cancelled, terminated or suspended in whole or in part, and the CONTRACTOR may be declared ineligible for further government Contracts or federally-assisted construction Contracts, in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. G-2 1 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor or as otherwise provided by law. (g) The CONTRACTOR will include the provisions or Paragraphs (a) through (g) in every Subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each Subcontractor or purchase order as the Department of Housing and Urban Development may direct as a means of enforcing such provisions, including sanctions for non-compliance: provided, however, that in the event the CONTRACTOR becomes involved in, or is threatened with, litigation with a Subcontractor or vendor as a result of such direction by the Department of Housing and Urban Development, the CONTRACTOR may request the United States to enter into litigation to protect the interests of the United States. 69. CIVIL RIGHTS ACT OF 1964 Under Chapter 106 of the Civil Practice & Remedies Code of the Revised Civil Statues of Texas, no person shall,on the ground of race, color, national origin, sex, age or handicap, be excluded from participation in, be denied the benefits of or be subjected to discrimination under any program or activity of the City. 70. CONFLICTING CONDITIONS IN CONTRACT DOCUMENTS The Contract Documents are complementary and what is called for by one shall be as binding as if called for by all. In case of a conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement (including General Conditions), Performance Bond, Payment Bond, special Bonds (if any), Proposal, Special Conditions (including Information to Bidders), Advertisements for Bids, Detailed Drawings, Technical Specifications, General Drawings (Plans) and Supplemental General Conditions. 71. INDEMNIFICATION The CONTRACTOR shall defend, indemnify, and hold harmless the OWNER and the Engineer and their respective officers, agents, and employees, from and against all damages, claims, losses, demands, suits, judgements, and costs, including reasonable attorney's fees and expenses arising out of or resulting from the performance of the work, provided that any such damages, claim, loss, demand, suit,judgement, cost or expense: (a) Is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom; and, (b) Is caused in whole or in part by any negligent act or omission of the CONTRACTOR, or Subcontractor, anyone directly or indirectly employed by anyone of them for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. G-22 The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or Specifications, or the giving of or the failure to give directions or instructions by the Engineer, his agents or employees, provided such giving or failure to give is the primary cause of the injury or damage. 72. A.I.A. GENERAL CONDITIONS The General Conditions of the Contract for Construction, A.I.A. Document A201, 1987 Edition, as amended by current edition, of the American Institute of Architects, consisting of fourteen (14) Articles, Pages numbered 1 through 19, is hereby made a part of the Contract Documents of this project. Such A.I.A. General Conditions are cumulative to these General Conditions, but where any provision of said A.I.A. General Conditions are inconsistent or in conflict with these General Conditions, then these General Conditions shall prevail. All references to arbitration in said A.I.A. General Conditions are deleted and of no force and effect for purposes of this Contract. Further, Subdivisions 2.2.3 and 2.2.4 of said A.I.A. General Conditions are deleted and of no force and effect for purposes of this Contract. Article 1.3 (Ownership and Use of Documents) of the A.I.A. General Conditions is hereby deleted. 73. DELAYS The CONTRACTOR shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the CONTRACTOR is caused by the failure of the CITY to provide information or material, if any,which is to be furnished by the CITY OF PORT ARTHUR,When such extra compensation is claimed, a written statement thereof shall be presented by the CONTRACTOR to the Engineer and, if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the CITY OF PORT ARTHUR, to provide material or necessary instructions for carrying on the work, then such delay will entitle the CONTRACTOR to an equivalent extension of time, his application for which shall, however, be subject to the approval of the CITY OF PORT ARTHUR; and no such extension of time shall release the CONTRACTOR or the Surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the Contract. 74. MAINTENANCE OF WORK If, after approval of final payment and prior to expiration of one (1) year after date of Substantial Completion or such longer period as may be prescribed by G-23 law or by any applicable special guarantee required by the Contract Documents, and work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with the OWNER'S written instructions, correct such defective work. If CONTRACTOR does not promptly comply with such instructions, OWNER may have such defective work corrected and all direct and indirect costs of such removal and replacement, including compensation for additional professional services,shall be paid by CONTRACTOR. The provisions of this paragraph shall not limit the obligation of CONTRACTOR under Paragraph 15 (Guarantee of Work) in any respect whatsoever, including the time period of such Guarantee of Work provision in Paragraph 15 as will arise under the laws of the State of Texas and such Paragraph 15 and without regard to the provisions of this Paragraph (Maintenance of Work), nor shall this Paragraph (Maintenance of Work) be construed to establish any period of limitations for any cause of action against CONTRACTOR under the obligations of Paragraph 15. 75. ANTITRUST CONTRACTOR hereby assigns to OWNER any and all claims for overcharges associated with this Contract which arises under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1, et seq. (1973). G-24 SECTION H TECHNICAL SPECIFICATIONS SPECIFCATIOND FOR 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT REFER TO ATTACHED DRAWING Cl ,., ,,,, .iii,..:x ,. r iliix.it i 44,,, ,. ..i.. w' ., tt:,,,eitt,,,, L,, '1:1st n ft o ix z • r Q w >s +, ix w d 0 oIx o 4' > rm • - ' 4.t. * r ' ' "*. 'q 4P'-"‘*i ' t ! W J v � }f Oroalic <Om U � _ r .' $ � i,' ti P aszmo 1 ° a w J z W 3 U Q W W6 W x U QJSc' S .,i N o LT_N o C} tf iA yy < f/, _vat y., • 3Vy ' i i"Ail 1 � x '� �r`b`► .� = -, __ .. f ^—i* - • ' se• . r• ' r , ..,„„ ., • .n' I ( _ ! L � a, r 1 F N O aV v Q Z jj • ..: s.: 'sag$ .. r I I SECTION I PAYMENT BOND PAYMENT BOND STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF JEFFERSON THAT we , of the City of , County of , and State of , as Principal, and , as Surety, authorized under the laws of the State of Texas to act as Surety on bonds for principals are held and firmly bound unto the City of Port Arthur, Port Arthur, Texas, and to all Subcontractors, workmen, laborers, mechanics and furnishers of material, and any other claimant, as their interest may appear, all of whom shall have the right to sue upon their bond, in the penal sum of Dollars ($ ), lawful currency of the United States of America, for the payment of which, well and truly to be made, we do hereby bind ourselves, our heirs, executors, administrators and successors,jointly and severally and firmly by these presents: The condition of this Bond is such that, whereas, the above bounden Principal as prime contractor has on the day of , 2024, entered into a formal contract with the City of Port Arthur for which is hereby referred to and made part hereof as if fully written herein. NOW, THEREFORE, if the above bounden Principal shall protect all claimants supplying labor and material as provided for in Section 1 of Chapter 93 of the Acts of the 56th Regular Session of the Legislature of Texas (compiled as Article 5160 of Vernon's Texas Civil Statutes, as amended) and shall pay and perform any and every obligation that of such principal is required or provided for in such law, this bond being solely for the protection of all such claimants and being for the use of each such claimant, then this obligation shall be null and void, otherwise it shall remain in full force and effect. It is stipulated and agreed that no change, extension of time, addition to or modification of the Contract or work performed thereunder, shall in anywise affect the obligation of this bond, and surety expressly waives notice of any such change, extension of time, addition or modification. I-I IN WITNESS WHEREOF, the said Principal has caused these presents to be executed, and the said surety has caused these presents to be executed, each by its duly authorized agent and officer, and its corporate seal to be affixed at on this the day of , A.D., 2025. CONTRACTOR ATTEST: BY: TITLE: SURETY ATTEST: BY: TITLE: NOTE: Date of Bond must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners shall execute Bond. Surety companies executing bonds must appear on Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in Texas. I-2 SECTION J PERFORMANCE BOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT (Name of Contractor) (Address of Contractor) a , hereinafter called Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER, in the penal sum of Dollars, $( ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the OWNER, dated the day of , 2025, a copy of which is hereto attached and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this J-1 obligation shall be void; otherwise to remain in full force and effect. Provided, that this bond is executed pursuant to Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance therewith. PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder,whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of , 20 . ATTEST: Principal BY: (s) (Principal) Secretary [SEAL] (Witness as to Principal) (Address) Address Surety ATTEST: BY: Witness as to Surety Attorney-in-Fact Address Address NOTE: DATE OF BOND must not be prior to date of Contract. IF CONTRACTOR is Partnership, all partners should execute BOND. J-2 I IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the PROJECT is located. J-3 i 4 SECTION NOTICE OF AWARD THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM DONEANE BECKCOM, 11 ' CITY MANAGER MAYOR PRO TEM City of '413SHERRI BELLARD,TRMC COUNCIL MEMBERS: dr CITY SECRETARY WILLIE BAE LEWIS,JR. TIFFANY L.HAMILTON EVERFIELD O r t r t 1t u---r ROXANN PHIS COTRONEO HAROLD L.DOUCET,SR. CITY ATTORNEY THOMAS KINLAW,III Texas DONALD FRANK,SR. NOTICE OF AWARD Date Contractor Name Attn: Address City, State Zip Re: You are notified that on , 2025,the City of Port Arthur City Council awarded above referenced contract. Within ten(10)days after you comply with the conditions listed below,the Purchasing Manager will issue to you a written Notice to Proceed and Purchase Order. Work must not begin until these documents have been issued to you. Two (2) original Contract Documents and one (1) copy of Resolution No. accompany this Notice of Award. You must comply with the following conditions precedent within ten (10) days of the date of this Notice of Award that is by or by the first working day thereafter. You must deliver to the Purchasing Manager: 1. One(1) fully executed Contract. 2. One(1) signed, original Notice of Award. 3. One (1) original Certificate of Insurance, naming the Owner (City of Port Arthur) and their respective agents and employees, to be expressly named as additional insurers, in accordance with the General Conditions. 4. One (1) HB 1295 Form filled out completely. For more information go to the following website. https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. 5. Payment and Performance Bonds. Please return all requested documents to: City of Port Arthur, TX Attn: Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 Page 1 of 2 Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM DONEANE BECKCOM, ' .:%f CITY MANAGER MAYOR PRO TEM City of SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. TIFFANY L.HAMILTON EVERFIELD art r t h u r /" ROXANN PAIS COTRONEO HAROLD L.DOUCET,SR. CITY ATTORNEY THOMAS KINLAW,III Texas DONALD FRANK,SR. NOTICE OF AWARD Contractor Name Date Page 2 Failure to comply with these conditions within the time specified will entitle Owner to consider your bid in default and to annul this Notice of Award. OWNER: CITY OF PORT ARTHUR, TEXAS BY: Clifton Williams, CPPB, Purchasing Manager ACCEPTANCE OF AWARD: Contractor: Signature: Print: Title: Date: CC: Darlene Thomas-Pierre, Code compliance Manager Page 2 of 2 Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 1 Fax 409.983.8291 SECTION L NOTICE TO PROCEED THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM DONEANE BECKCOM CITY MANAGER MAYOR PRO TEM AAA.-7 City of COUNCIL MEMBERS: \ �� SHERRI BELLARD,TRMC WILLIE BAE LEWIS,JR. CITY SECRETARY TIFFANY L.HAMILTON EVERFIELD ...�w HAROLD L.DOUCET,SR. on t r t h u r THOMAS KINLAW HI Tc°xrls ROXANN PAIS COTRONEO DONALD FRANK,SR. INTERIM CITY ATTORNEY NOTICE TO PROCEED Date Company Name Attn: Address City, State Zip Re: You are notified that the Contract Times under the above contract will begin to run on by that date, you are to start performing your obligations under the Contract Documents The date of Contract Termination will be It is the responsibility of the contractor to meet the schedule as set forth and in accordance with the terms and conditions of the contract. Before you may start any work, you must deliver to the Purchasing Manager all required documents as listed in your Notice of Award and a signed original of this Notice to Proceed. Invoices for payment must be submitted to PO Box 1089, Attn: Accounting, Port Arthur, TX 77641. Contract# must appear on all related invoices. Should you have any questions regarding this project, you may contact me at 409.983.8160 or Calvin Matthews thank you for partnering with the City of Port Arthur. Respectfully, ACCEPTANCE OF NOTICE TO PROCEED Company: Clifton Williams, Signature: Purchasing Manager Print: Title: Date: CC: Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams, P.O. Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 I SECTION INSURANCE ® DATE (MM/DDIYYYY) ACCORD CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE FAX(A/C, (A/C.No.Ext): No): E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: INSURED INSURERB: INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBRI POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INaR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) GENERAL LIABILITY EACH OCCURRENCEDAMAGE TO RENTED $ COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY PRO- LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULE AUTOS D AUTOS BODILY INJURY(Per accident) $ HIRED AUTOS NON-OWNED PROPERTY id accident) DAMAGE AUTOS UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I J RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER _ ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD SECTION N NON-COLLUSION AFFIDAVIT NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: ryLnn ?helps Title: Pres,den4 Company: Qt\ E r&.- Gon�faL\-;ng, Date: 51,1n a,8 SUBSCRIBED and sworn to before me the undersigned authority by f?halps the ,2—$ of, aoaS on behalf of said bidder. G GA, ' ( Notary Public in and for the „.•`�PELA LF''',, State of Texas . o 1 ; _ My commission expires: Li/Ai/tou./7' +. •.,3483..•••p`� 04I o��2` '., ',',,,,,,,It,1,\\'O% SECTION 0 AFFIDAVIT AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. - I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. gT y 5A-f.< l ir)rN co.cA'knss , 1 nG 7/ a 3 f a.5 Firm Name Date (b.% - T?re.s din+ Authoature Title �3ryn,n 1�1,e\95 Name(please print) Telephone pp nn `t, tptllfl/Ittpttt' i�i'�an(d 6i �`��0.c.lnrvt .� �EL^ � Email •.° • •• FCC`.• 1O 2 \, �_: - STATE: -rre, ,` co COUNTY: •-s-efer5ort Oi,Q'•�348 ,L FS 04/04.-„o ••• ''lrtr ennc'ttt •, SUBSCRIBED AND SWORN to before me by the above named .g['yan N-1-\?S on this the a.g day of S„1 , 20 a,5 . -fie a 4Ratary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL SECTION P CONFLICT OF INTEREST CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23,84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the vendor meets requirements under Section 176.006(a). 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. J Name of vendor who has a business relationship with local governmental entity. 2n NA 'I I I Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated 1 ' completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. 1\I JA Name of Officer ,J Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. )A 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 n No J 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. 1\))A ElCheck this box if the vendor has given the local government officer or afamily member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 0/ Signature of vendor doing business wit the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 SECTION Q SB 252 CHAPTER 2252 CERTIFICATION SB 252 CHAPTER 2252 CERTIFICATION I, 6r , the undersigned and representative of t1/4.\S ca.c IAYI-ttoVI (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252,Section 2252.152 and Section 2252.153,certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051,Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. 6rygh \ps Name of Company Representative(Print) Signature of Comp y Representative 1 ) a.R) as Date SECTION R HOUSE BILL 89 VERIFICATION House Bill 89 Verification I, jc�ar V \PS (Person name), the undersigned representative (hereafter referred to as "Representative") of i3c roc ConIrracX;nc� JP C (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. SIGNATURE OF RE RESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this �g day of Tt,l , 20 as-. 7; Notary Public _ ;z ° O tiCb•: • 7 111'1 . 4 r 83�?Q o ' %,,� 041� SECTION S ADDENDUMS -CITY OF PORT ARTHUR,TEXAS �j7 rthur -- - ADDENDUM NO. ONE (1) May 5,2025 BID FOR: 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT BID: P25-052 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. Attached is the Corrected Bid Sheet and Bid Schedule. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Clifton Williams Purchasing Manager 7/V,,SA5— Signature of Pr p ser Date g r ySht t 45,-/ r'aCd-it?9/ C Company Vendor Name -CITY OF PORT ARTHUR,TEXAS (tte �, .E„— r�� ADDENDUM NO. TWO (2) May 12,2025 BID FOR: 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT BID: P25-052 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, June 18,2025. (The clock located in the City Secretary's office will be the official time.)All bids received will be read aloud at 3:15 p.m. on Wednesday,June 18,2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. C K. J41 Cliftoai Williams Purchasing Manager J•�-- 7A3/ a.s Signature of Proposer Date g r 541tr (.on�laa�5n 2" . Company Vendor Name =, -CITY OF PORT ARTHUR,TEXAS ort rthu ADDENDUM NO. THREE (3) 7.^r, JUNE 16, 2025 PAGE 1 OF 2 BID FOR: 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT BID: P25-052 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: SEALED BID SUBMITTALS MUST BE RECEIVED AND TIME STAMPED BY 3:00 P.M., CENTRAL STANDARD TIME, WEDNESDAY, JULY 16,2025. (THE CLOCK LOCATED IN THE CITY SECRETARY'S OFFICE WILL BE THE OFFICIAL TIME.)ALL BIDS RECEIVED WILL BE READ ALOUD AT 3:15 P.M. ON WEDNESDAY,JULY 16,2025 IN THE CITY COUNCIL CHAMBERS,CITY HALL, 5TH FLOOR, PORT ARTHUR, TX. YOU ARE INVITED TO ATTEND. 2. ATTACHED IS REVISED BID SCHEDULE. 3. ATTACHED IS THE WAGE DECISION. 4. CONTINGENCY IS $80,000 5. DELETE- ITEM 506.001 -TEMPORARY EROSION, SEDMIMENTATION, AND ENVIRONMENTAL CONTROLS = 1 LS 6. ADD - ITEM 506.001 —TEMP EROSN, SEDMT& ENV CONT(INSTALL &REMOVE)= 1 LS 7. DELETE- ITEM 529.001 - (6') CONCRETE CURB AND/OR CURB AND GUTTER=2900 LF 8. ADD - 11'EM 529.001 —CONCRETE CURB AND/OR CURB AND GUI lER(6") (TY 2)=2900 SY. 9. DELETE - ITEM 530.001 - INTERSECTIONS, DRIVEWAYS AND TURNOUTS (SY)= 182 SY 10. ADD- ITEM 530.001 - INTERSECTIONS, DRIVEWAYS AND TURNOUTS (6") (CONC)=215 SY 11. CHANGE WILL INCLUDE TXDOT ITEMS, 104,247, 360,420, 421, 440 & 529 AS SUBSIDIRARY TO VARIOUS BID ITEMS AND INCLUDING, REQUIRED TESTING,NUMBER 5 (IN.)REBAR SIZE, PLACE AT 12" CENTER TO CENTER, GRADE 60 REINFORCEMENT, EPDXY GROUTED, DOWELLED, SURFACE RESTORATION, CURING COMPOUND, SUBGRADE, BASE IF REQUIRED, GRADING,EXCAVATION, BACKFILL, ALL NECESSARY EQUIPMENT,LABOR, ALL REQUIRED APPURTENANCES, TO COMPLETE IN ACCORDANCE WITH PLANS, STANDARDS, AND SPECIFICATIONS. 12. DELETE- ITEM 531.001 - SIDEWALKS = 15 SY 13. ADD- ITEM 531.001 - SIDEWALKS (5") (CONC)= 15 SY 14. DELETE- ITEM 662.001 - WRK ZN PAV MRK SHT TERM (TAB)TY Y-2 =760 LF 15. ADD - ITEM 662.001 - WRK ZN PAV MRK SHT TERM (TAB) TY (W or Y)=246 EA 16. DELETE- ITEM 666.001 -REFLECTORIZED PAVEMENT MARKING (TY 1 or TY 2) (W or Y) (100 ML)=612 LF CITY OF PORT ARTHUR,TEXAS ADDENDUM NO. THREE (3) JUNE 16,2025 PAGE 2 OF 2 17. ADD - ITEM 666.001 -REFLECTORIZED PAVEMENT MARKING (TY 1)(W)4"(BRK)(100 ML) = 760 LF 18. ADD- ITEM 666.002 - REFLECTORIZED PAVEMENT MARKING (TY 1) (W) 8"(BRK)(100 ML) = 150 LF 19. DELETE - ITEM 666.001 - CROSSWALK& STRIPING TY 1 (W) (24) (P)=312 LF 20. ADD - ITEM 666.003 - CROSSWALK& STRIPING TY 1 (W) (24") (P)=312 LF 21. ADD - ITEM 666.004 - REFL PAV MRK TY I (W)(ARROW)(I00MIL) =2 EA 22. ADD- ITEM 666.005 - REFL PAV MRK TY I (W)(WORD)(100MIL)= 1 EA 23. DELETE- ITEM 672.001 - REFL PAV MRKR TY II A-A=790 LF 24. ADD - ITEM 672.001 - REFL PAV MRKR TY I-C = 86 LF 25. DELETE- ITEM 678.001 -PAVEMENT SURFACE PREPARATION = 624 LF 26. ADD - ITEM 678.001 - PAVEMENT SURFACE PREPARATION =910LF 27. NOTE: CONTRACTOR SHOULD EXERCISE CARE DURING CONSTRUCTION TO AVOID ANY DAMAGE TO THE EXISTING 16" AC WATERLINE THAT IS LOCATED APPROXIMATELY 7' BEHIND THE CURB ON THE SOUTHWEST SIDE OF 9TH AVENUE, AND APPROXIMATELY 3' BELOW THE SURFACE. ANY DAMAGE TO THE WATERLINE BY THE CONTRACTOR WILL BE THE RESPONSIBILITY OF THE CONTRACTOR, AND WILL BE REPAIRED AND OR REPLACED AT THE CONTRACTOR'S EXPENSE. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Cli rgn Williams Purchasing Manager �4_- 7/ 5/ems Signature of Proposer Date roc-w.r eord-r dti`;,c ,.1nC Company Vendor Name J -CITY OF PORT ARTHUR, TEXAS iwil9) , ADDENDUM NO. FOUR(4) JUNE 25, 2025 BID FOR: 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT BID: P25-052 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. ADD - ITEM 529.001 —CONCRETE CURB AND / OR CURB AND GUTTER (6") (TY 2) =2900 LF. 2. ADD- ITEM 672.001 - REFL PAV MRKR TY I-C = 86 EA If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. CM/on Williams Purchasing Manager j----21,24____ 7/2..3 /2 �� Signature of Proposer Date Company Vendor Name „t -CITY OF PORT ARTHUR,TEXAS o r t r t hx”' ADDENDUM NO. FIVE (5) July 11, 2025 BID FOR: 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT BID: P25-052 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: SEALED BID SUBMITTALS MUST BE RECEIVED AND TIME STAMPED BY 3:00P.M., CENTRAL STANDARD TIME,WEDNESDAY, JULY 23,2025. (THE CLOCK LOCATED IN THE CITY SECRETARY'S OFFICE WILL BE THE OFFICIAL TIME.) ALL BIDS RECEIVED WILL BE READ ALOUD AT 3:15 P.M. ON WEDNESDAY,JULY 23,2025 IN THE CITY COUNCIL CHAMBERS, 2. ATTACHED IS REVISED BID SCHEDULE. 3. ATTACHED IS ESTIMATED QUANTITIES AND SPECIFICATIONS. 4. DELETE - ITEM 502.001 - TRAFFIC CONTROL MEASURES= 12 MO 5. ADD - ITEM 502.001 —BARRICADES, SIGNS, AND TRAFFIC HANDLING= 12 MO 6. DELETE - ITEM 666.002 - REFLECTORIZED PAVEMENT MARKING (TY 1) (W) 8"(BRK) (100 ML) = 150 LF 7. ADD - ITEM 666.002 - REFLECTORIZED PAVEMENT MARKING (TY 1) (W) 8"(SLD) (100 ML) = 150 LF 8. DELETE—ESTIMATE & QUANTITY SHEETS = 3A-3B 9. ADD -ESTIMATE QUANTITIES AND SPECIFICATIONS SHEETS = 3A-3C If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. a Cli n Williams Purchasing Manager /1- Signature of Proposer(-On Date i�+ 5-1- -{-rat21-'i n5, L n t Company 7endor Name a -CITY OF PORT ARTHUR, TEXAS Naf r�t�- ,.- ADDENDUM NO. SIX(6) ur Texas July 21,2025 BID FOR: 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT BID: P25-052 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: SEALED BID SUBMITTALS MUST BE RECEIVED AND TIME STAMPED BY 3:00P.M., CENTRAL STANDARD TIME, WEDNESDAY,JULY 30,2025.(THE CLOCK LOCATED IN THE CITY SECRETARY'S OFFICE WILL BE THE OFFICIAL TIME.) ALL BIDS RECEIVED WILL BE READ ALOUD AT 3:15 P.M. ON WEDNESDAY,JULY 30,2025 IN THE CITY COUNCIL CHAMBERS. 2. ANOTHER ADDENDUM WILL FOLLOW WITH CLARIFICATIONS If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Cli�.� G(24,1 Williams Purchasing Manager 23 f Signature of Proposer Date 3rei r �nnlLj l+j/1f��LY, Company Vendor Name Cun or -CITY OF PORT ARTHUR,TEXAS ' ., ADDENDUM NO. SEVEN (7) ort rthnr Texas July 23, 2025 BID FOR: 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT BID: P25-052 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. Attached for Clarification to General Notes and Item 483 to Bid Schedule in Section D. 483.001 - CONCRETE BRIDGE DECK SURFACING as Bridge Deck Protection System includes, Items 300 -Tack Coat (0.15 SY-0.20 SY), Item 340 -D-GR HMA TY-D PG76-22 (1-1/2" —2"), and Item 454 - Bridge Expansion Joint Material are not paid separately, but are considered as subsidiary to Bid Item 483. Trackless Tack Coat if used, the contractor should verify with the producers to assure the two oils types will adhere and bond well together. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. GtJ;.% Cli n Williams Purchasing Manager 'J _J.Zet/d? jahilV1-- I of Signature of Proposer Date grys+Ac Car ,stfnC Company Vendor Name City of 4 _ -CITY OF PORT ARTHUR,TEXAS o r t r t h u��''� ADDENDUM NO.EIGHT (8) le.las July 30,2025 BID FOR: 9TH AVENUE PAVEMENT IMPROVEMENT PROJECT BID: P25-052 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: SEALED BID SUBMITTALS MUST BE RECEIVED AND TIME STAMPED BY 11:00 A.M.,CENTRAL STANDARD TIME,FRIDAY,AUGUST 1,2025.(THE CLOCK LOCATED IN THE CITY SECRETARY'S OFFICE WILL BE THE OFFICIAL TIME.)ALL BIDS RECEIVED WILL BE READ ALOUD AT 11:15 A.M. ON FRIDAY, AUGUST 1, 2025 IN THE CITY COUNCIL CHAMBERS. 2. THE CORRECT CONTINGENCY AMOUNT SHOULD BE $80,000 If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. e' .��rL (,1��� Cli Mn Williams Purchasing Manager Signature of Proposer Date //? // 5 2 ` Compa Vendor Name I