HomeMy WebLinkAboutPR 24859: APPROVAL OF CHANGE ORDER NO 4- WOODWORTH STREETSCAPE IMPROVEMENTS PROJECT City of
ort rthur
[r ttn
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: March 16, 2026
To: The Honorable Mayor and City Council
Through: Ron Burton, CPM City Manager
From: Suhail Kanwar, P.E., M.S., CFM, Director of Public Services/City Engineer
RE: P.R. No. 24859: Request for Approval of Change Order No. 4—Woodworth Streetscape
Improvements Project(Project No. ST4014.OTH.ELE)—BDS Constructors, LLC(d.b.a.
MK Constructors); Street Capital Fund Account No. 307-21-053-8517-00-10-000.
Introduction:
The purpose of this memorandum is to request The City Council's approval of Change Order No. 4 to
the construction agreement with BDS Constructors, LLC (d.b.a. MK Constructors) of Vidor,Texas, for
the Woodworth Streetscape Improvements Project. This change order includes:
• Entergy Redesign for Electrical Service, Signal pole foundations and removal of unknown
12-inch abandoned water line, and the removal of improvements within Jefferson County
Drainage District No. 7 perpetual easement.
• Addition of sixty (60) calendar days to the contract duration.
Revised Substantial Completion Date:
• From: June 30, 2026
• To: August 29, 2026
The net result is a contract increase of $581,651.00, adjusting the contract amount from
$13,478,485.01 to $14,060,136.01; Project No. ST4014.OTH.ELE
"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\PWENGINEERING\C.I.P.PROJECTS\Year 2024\W00DWORTH BLVD PROJECT\Change Orders\Change Order 4\P.R.NO.24859 Memo CO 4.docx
Background:
Woodworth Boulevard serves as a prominent entryway into Downtown Port Arthur from Memorial
Boulevard and was identified as a corridor in need of reconstruction and other improvements. The City
Council has taken several actions over the years to authorize planning, design, and construction of this
major infrastructure investment.
• December 20, 2021 — Resolution No. 21-542: Council allocated $3,000,000 for the design,
engineering, and initial construction of improvements to Woodworth Boulevard from Lakeshore
Drive to SH 87 (Gulfway Drive).
• June 21, 2022 — Resolution No. 22-284: Council authorized an agreement with Arceneaux,
Wilson & Cole, LLC (AWC) for professional engineering services for the amount of
$383,410.00.
• After preliminary designs, it was determined that the original $3 million would only cover
reconstruction up to 7th Street. Staff identified $14,945,286.00 available from five years of
Street Sales Tax allocations, and $4,200,000.00 was assigned to expand project scope.
• May 9, 2023 —Resolution No. 23-149: Council amended the previous allocation and increased
the project budget to $7,200,000.00.
• September 20 & 27, 2023: The Purchasing Department advertised the project for competitive
bidding under Bid No. P23-073.
• November 8,2023: The City received two bids. MK Constructors of Vidor,TX,was identified
as the lowest responsible bidder at $13,426,347.92.
• January 23, 2024 — Resolution No. 24-016: Council approved an additional $7,000,000.00 to
the project budget, increasing the total to $14,200,000.00.
• February 13, 2024—Resolution No. 24-050: Council awarded the construction contract to MK
Constructors in the amount of$13,426,347.92.
• April 9, 2024 — Resolution No. 24-171: Council approved an amendment to AWC's contract,
increasing their amount by $448,493.00 for construction management services, revising their
total to $831,903.00.
• May 14, 2025 —Resolution No. 25-110: Council approved Change Order No. 1 for additional
work related to waterline excavation and backfill in the amount of$32,980.00, increasing the
construction contract to $13,459,327.92. This change order also added 54 calendar days to the
contract, moving the completion date to February 16, 2026.
• June 17,2025—Resolution No. 25-253: Council approved Change Order No.2 for an addition
of 286 linear feet of 3" conduit at the Thomas Boulevard intersection for traffic signal
infrastructure and deduction of various construction materials (concrete, sand, ramps, wheel
"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
stops, and sod) to remove designated parking spaces near a private residence and accommodate
an adjacent street sign project; decreasing the contract amount by $420.35, to a new contract
amount of $13,458,907.51. This change order also added 33 calendar days to the contract,
moving the completion date to March 21, 2026.
• February 24, 2026 — Resolution No. 26-078: Council approved Change Order No. 3 for the
Field Authorization Approved 8/22/2025 for electrical item adjustment due to Entergy revisions
between Proctor Street to Lakeshore Drive, addition and deduction of various construction
materials (concrete, sand, storm pipe, water line, and curb/gutter) to remove sidewalks,
driveways and curb/gutter sections; increasing the contract amount by $19,577.44, to a new
contract amount of$13,478,485.01. This change order also added 101 calendar days to the
contract, moving the completion date to June 30, 2026.
Current Request—Change Order No. 4:
Scope of Change Order No. 4:
• Entergy Redesign for Electrical Service, Signal pole foundations and removal of unknown
12-inch abandoned water line, and the removal of improvements within Jefferson County
Drainage District No. 7 perpetual easement.
• Time Extension: An additional sixty (60) calendar days are requested, for the following
reason:
• Additional work described herein
Revised Substantial Completion Date:
• From: June 30, 2026
• To: August 29, 2026
Budget Impact:
This change order will have an increased amount of$581,651.00 from the 2025 Series of Certificates
of Obligations: Street Light Replacement (Woodworth Boulevard Streetscape Project) Fund Account:
307-21-053-8517-00-10-000, bringing the new total contract amount to $14,060,136.01. Project No.
ST4014.OTH.ELE.
Recommendation:
It is recommended that the City of Port Arthur's City Council approve PR No. 24781 approving Change
Order No. 4 to the contract with BDS Constructors, LLC (d.b.a. MK Constructors) for the net increase
of$581,651.00 and the addition of 60 calendar days, adjusting the total contract to $14,060,136.01 and
revising the project's substantial completion date to August 29, 2026.
"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. 24859
03/16/2026 RLD
Page 1 of 6
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE
CHANGE ORDER NO. 4 TO THE CONTRACT WITH BDS CONSTRUCTORS,
LLC, DBA MK CONSTRUCTORS, LLC, OF VIDOR, TEXAS, FOR THE
WOODWORTH BOULEVARD STREETSCAPE IMPROVEMENTS PROJECT
FROM LAKESHORE DRIVE TO STATE HIGHWAY 87 (GULFWAY DRIVE)
FOR THE ADJUSTMENTS TO EXISTING BID ITEM QUANTITIES AND THE
ADDITION OF NEW BID ITEMS AS A RESULT OF DESIGN REVISIONS &
FIELD CONDITIONS, AND ADD SIXTY (60) CALENDAR DAYS FOR THE
INCREASED AMOUNT OF $581,651.00; FOR A NEW CONTRACT AMOUNT
OF $14,060,136.01. 2025 SERIES OF CERTIFICATES OF OBLIGATIONS:
STREET LIGHT REPLACEMENT (WOODWORTH BOULEVARD
STREETSCAPE IMPROVEMENT PROJECT) ACCOUNT 307-21-053-8517-00-
10-000. PROJECT NO. ST4014.OTH.EI,I
WHEREAS, the Port Arthur City Council believes that the improvement of infrastructure along
Woodworth Boulevard between Lakeshore Drive and State Highway 87 (Gulfway Drive) will increase
the opportunity for investment and expand economic development in the City of Port Arthur; and,
WHEREAS, pursuant to Resolution No. 21-542, City Council authorized the allocation of
$3,000,000.00 for the engineering, design, and construction of improvements to Woodworth Boulevard
from Lakeshore Drive to State Highway 87 (Gulfway Drive); and,
WHEREAS, pursuant to Resolution 22-284, the City Manager was authorized to enter into an
agreement with Arceneaux, Wilson & Cole, LLC (AWC) of Port Arthur, Texas, to provide professional
engineering services associated with the reconstruction of Woodworth Boulevard from Lakeshore Drive
to Gulfway Drive (Highway 87) for$383,410.00; and,
WHEREAS, subsequently, AWC provided construction budgets and renderings of the
Woodworth Boulevard Project, and it was determined that the original $3,000,000.00 allocated under
Resolution 21- 542 would only be sufficient to repair and rehabilitate the project successfully from
Lakeshore Drive to 7th Street; and,
PR No. 24859
03/16/2026 RLD
Page 2 of 6
WHEREAS, city staff identified $14,945,286.00 in Total Unallocated Funds from years 1-5 of
the Street Program; and,
WHEREAS, pursuant to Resolution No. 23-149, City Council approved amending Resolution
No. 21-542 to reflect the addition of $4,200,000.00 to the Woodworth Project from the Total
Unallocated Funds creating at total improvements budget of$7,200,000.00; and,
WHEREAS, the City of Port Arthur publicized its Invitation to Bid for the Woodworth
Boulevard Streetscape Improvements Project for interested parties on September 20, 2023 and
September 27, 2023, under Bid Number P23-073; and,
WHEREAS, a total of two bids were received and opened on November 8, 2023, and the
Purchasing Department, Public Works staff, and AWC determined that BDS Constructors, LLC, dba
MK Constructors, LLC, of Vidor, Texas, was the lowest responsible bidder with a bid amount of
$13,426,347.92 and a completion time of 591 calendar days; and,
WHEREAS, the current funding was insufficient to cover the total cost of the project, resulting
in a deficit of$6,700,000.00; therefore, the City of Port Arthur's City Council approved Resolution No.
24-016, amending Resolution No. 23-149, to increase the project's allocation by $7,000,000.00,
establishing a revised budget of$14,200,000.00; and,
WHEREAS, pursuant to Resolution 24-050, the City entered into an agreement with BDS
Constructors, LLC, dba MK Constructors, LLC, of Vidor, Texas for the Woodworth Boulevard
Streetscape Improvements Project for $13,426,347.92; and,
WHEREAS, pursuant to Resolution 24-171, City Council authorized the City Manager to
amend the professional services agreement with Arceneaux, Wilson, & Cole, LLC (AWC) of Port
PR No. 24859
03/16/2026 RLD
Page 3 of 6
Arthur, Texas, increasing the original contract amount by $448,493.00 to a new total contract amount
not to exceed $831,903.00 for construction management services associated with the project; and,
WHEREAS, pursuant to Resolution No. 25-110, City Council approved Change Order No. 1
that was submitted by MK Constructors to excavate and backfill waterlines in the southbound inside
lane for the amount of$32,980.00, changing the original contract amount of$13,426,347.92 to the new
contract amount of$13,459,327.92; and,
WHEREAS, Change Order No. 1 also requested the addition of fifty-four (54) calendar days
due to weather delays and material availabilities, changing the original contract completion date of
December 24, 2025 to the new contract completion date of February 16, 2026; and,
WHEREAS, pursuant to Resolution 25-253, City Council approved Change Order No. 2 that
was submitted by MK Constructors for the addition of 286LF of 3" conduit at the Thomas Boulevard
intersection for traffic control signals, the deduction of concrete, sand, ramps, wheel stops, and sod to
eliminate parking spaces at a residence and to accommodate a street sign project for the net deduction of
$420.35, changing the previous contract amount of $13,459,327.92 to the new contract amount of
$13,458,907.57; and,
WHEREAS, Change Order No. 2 also requested the addition of thirty-three (33) calendar days
amending the original contract completion date of February 16, 2026 to the new contract completion
date of March 21, 2026; and,
WHEREAS, pursuant to Resolution No. 26-078, City Council approved Change Order No. 3
that was submitted by MK Constructors for the Field Authorization approved on August 22, 2025 for
electrical item adjustment due to Entergy revisions between Proctor Street and Lakeshore Drive and
both the addition and deduction of various construction materials (concrete, sand, storm pipe, water line,
and curb/gutter) to remove sidewalks, driveways and curb/gutter sections for the increased amount of
PR No. 24859
03/16/2026 RLD
Page 4 of 6
$19,577.44, changing the previous contract amount of $13,458,907.57 to the new contract amount of
$13,478,485.01;and,
WHEREAS, Change Order No. 3 also requested the addition of one hundred-one(101) calendar
days amending the original contract completion date of March 21, 2026 to the new contract completion
date of June 30, 2026; and,
WHEREAS, Change Order No. 4 is being submitted by MK Constructors for the Entergy
Redesign for Electrical Service, signal pole foundations and removal of unknown 12-inch abandoned
water line, and the removal of improvements within Jefferson County Drainage District No. 7 perpetual
easement for the increased amount of $581,651.00, changing the previous contract amount of
$13,478,485.01to the new contract amount of$14,060,136.01, see Exhibit A; and,
WHEREAS, Change Order No. 4 also requests the addition of sixty (60) calendar days
amending the original contract completion date of June 30, 2026; to the new contract completion date of
August 29, 2026; and,
WHEREAS, approval of PR No. 24781 for Change Order No. 4 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 recitals in the preamble are true and correct; and,
THAT, the City Council herein approves Change Order No. 4 and authorizes the City Manager
to execute said Change Order to the contract with BDS Constructors, LLC, dba MK Constructors, LLC,
of Vidor, Texas, for the Entergy Redesign for Electrical Service, signal pole foundations and removal of
unknown 12-inch abandoned water line, and the removal of improvements within Jefferson County
Drainage District No. 7 perpetual easement for the increased amount of $581,651.00, changing the
PR No. 24859
03/16/2026 RLD
Page 5 of 6
previous contract amount of$13,478,485.01 to the new contract amount of$14,060,136.01, see Exhibit
A; and,
THAT, funding for Change Order No. 4 is being appropriated from the 2025 Series of
Certificates of Obligations: Street Light Replacement (Woodworth Boulevard Streetscape Project) in the
Streets Capital Account No. 307-21-053-8517-00-10-000, Project No. ST4014.OTH.ELE; and,
THAT, Change Order No. 4 adds sixty (60) calendar days for the additional work mentioned,
amending the previous completion date of June 30, 2026; to the new contract completion date of August
29, 2026; and,
THAT, the City Manager is authorized to execute Change Order No. 4 with BDS Constructors,
LLC, dba MK Constructors, LLC, of Vidor, Texas, in substantially the same form, attached hereto as
Exhibit A; and,
THAT, a copy of the Resolution shall be spread upon the Minutes of the City Council.
READ, ADOPTED, AND APPROVED this the day of , A.D. 2026
at a meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
Councilmembers:
Noes:
Charlotte M. Moses
Mayor
PR No. 24859
03/16/2026 RLD
Page 6 of 6
ATTEST:
Sherri Bellard
City Secretary
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION:
AO*,
Roxann Pais Cotroneo, Esquire Ron B 5 . , CPM
City Attorney City,•anager
APPROVED AS FOR AVAILABILITY OF
FUNDS:
yn "Lyn" Boswell, MA, ICMA-CM
Director of Finance
Suhail Kanwar, PE,MS, CFM
Director of Public Services/City Engineer
LJQT
Clifton Williams, CPPB
Purchasing Manager
EXHIBIT A
++.41
APO ARCENEAUX WILSON &COLE
engineering I surveying I Planning
March 24, 2026
ATTN: Suhail Kanwar, PE
City of Port Arthur
PO Box 1089
Port Arthur,TX 77641
RE: REQUEST FOR FIELD AUTHORIZATION NO. 2 -WOODWORTH BOULEVARD STREETSCAPE
IMPROVEMENTS
Dear Mr. Kanwar,
Please use this letter as our formal request that the City of Port Arthur consider submitting a field
authorization for necessary adjustments and revisions related to the ongoing street improvements
project on Woodworth Boulevard. These revisions are crucial for ensuring the successful completion of
the work while accommodating unforeseen obstacles and requirements.The items we request to be
included in the upcoming change order are as follows:
Signal Pole Foundations
Install new signal foundations since existing foundations that were planned to be utilized did not meet
new standards for design. Based on these changes this will result in cost increase as summarized below:
• Add (2 EA @ $16,892.00/EA) C04.1-36"x14' Shaft +$33,784.00
• Add (2 EA @ $24,832.00/EA) C04.2-36"x16' Shaft +$49,664.00
• Add (2 EA @ $32,451.00/EA) CO-4.3-42"x18' Shaft +$64,902.00
• Add (6 EA @ $1,200.00/EA) C04.4-Demo Top of Existing Shaft +$7,200.00
Total estimated cost to be included in next change order: +$155,550.00
We respectfully request written authorization to proceed with these revisions while the change order
undergoes formal review and approval by City Council. Prompt written approval will help avoid project
delays and ensure continued progress in accordance with the established schedule.
Sincerely,
Derek J. Graf o, PE
Project Manager
409 724.7888
3120 Central Mall Drive
Port Arthur,TX 77642 Engineering Surveying
'"
IISAI'
MK
.. ARCENEAUX WILSON&COLE
engineering 1 surveying I planning
CHANGE ORDER NO. 4
DATE: March 16, 2026 JOB NO. CPA-1100
NAME OF PROJECT: WOODWORTH BLVD STREETSCAPE IMPROVEMENTS
OWNER: CITY of PORT ARTHUR
CONTRACTOR: BDS CONSTRUCTORS, LLC. dba MK CONSTRUCTORS,LLC.
This Change Order includes adjustments to existing bid item quantities and the addition of
new bid items to the contract as a result of design revisions and field conditions associated
with the following circumstances:
• Entergy Redesign for Electrical Service
Adjust existing quantities and add new electrical bid items to accommodate Entergy's
redesign and updated standards for electrical service along Woodworth Boulevard. The
revisions include removal of existing aerial electrical infrastructure, including power poles and
streetlights, and installation of new underground electrical service, new streetlights with brick
pedestals, uplighting for large trees within the median, and a new electrical service at the
pavilion area.
• Signal Pole Foundations and Removal of Unknown 12-Inch Abandoned Water Line
Install new signal pole foundations after determining that the existing foundations originally
intended for reuse do not meet current design standards. This item also includes the removal
and disposal of an existing 12-inch water line encountered beneath the pavement within the
proposed subgrade. The line was determined to be abandoned and was not identified on
available City utility maps dating back to the 1980s.
• Removal of Improvements within Jefferson County Drainage District No. 7 Perpetual
Easement
Following coordination with Jefferson County Drainage District No. 7, the City of Port Arthur,
and AWC, the proposed paving, irrigation, and landscaping improvements located within the
DD7 perpetual easement will be removed from the project scope. These improvements are
being omitted due to the planned levee improvement project, which will require removal of any
features within the easement limits for construction of the new levee improvements.
The following changes are hereby made to the CONTRACT DOCUMENTS:
1. Add the following Items to the Contract and Scope of Work:
a. Extend contract time by 60 calendar days due to additional work items and expanded
scope of work.
'.` ervicCHANGE ORDER NO. 4
March 16, 2026
YAWN Job No. CPA-1100
'.. ARCENEAUX WILSON&COLE
engineering I surveying I planning
2. Adjust Quantity in the following Bid Items:
a. Adjust the following Bid Items:
i. Bid Item No. El 2" Conduit $ (29,784.00)
-1,752 LF x$17.00/LF
ii. Bid Item No. E3 2" Elbow $ 255.00
+3 EA x $85.00/EA
iii. Bid Item No. E4'/4" Elbow $ 1,276.00
+44 EA x$29.00/EA
iv. Bid Item No. El Electric Rack $ 43,476.00
+3 EA x$14,492.00/EA
v. Bid Item No. C18 Concrete Bike/Walk (4") $ (58,404.00)
-628 SY x$93.00/SY
vi. Bid Item No. C29 Concrete Driveways $ (3,796.00)
-26 SY x$146.00/SY
vii. Bid Item No. L3 10'-12' Cypress $ (10,260.00)
-6 EA x$1,710.00/EA
viii. Bid Item No. L4 Palm Tree $ (9,576.00)
-4 EA x $2,394.00/EA
ix. Bid Item No. L9 St. Augustine Sod $ (2,925.00)
-450 SY x $6.50/SY
x. Bid Item No. Ll 0 Topsoil $ (1,850.00)
-25 CY x $74.00/CY
xi. Bid Item No. 11 Spray Body Rotator Nozzle $ (5,270.00)
-62 EA x$85.00/EA
2 of 5
'" CHANGE ORDER NO. 4
'.'` CIVIC
March 16, 2026
`. Job No. CPA-1100
YAW ARCENEAUX WILSON&COLE
engineering I surveying!Planning
xii. Bid Item No. 12 Spray Body Bubbler Nozzle $ (456.00)
-4 EA x$114.00/EA
xiii. Bid Item No. 19 1.5" Remote Control Valve $ (3,078.00)
-3 EA x $1,026.00/EA
xiv. Bid Item No. I28 3" Irrigation Main Line $ (4,620.00)
-110 LF x$42.00/LF
xv. Bid Item No. 130 W-2.5" Irrigation Lateral $ (5,500.00)
-550 LF x$10.00/LF
b. Add the following Bid Items:
i. Bid Item No. C04.1 1" Elbow $ 1,442.00
+7 EA x $206.00/EA
ii. Bid Item No. C04.2 3/4" Conduit w/#8 Wire $ 218,400.00
+5,200 LF x$42.00/LF
iii. Bid Item No. C04.3#12 Wire for 1" Conduit $ 24,080.00
+860 LF x $28.00/LF
iv. Bid Item No. C04.4 Conduit for Light Pole $ 73,341.00
+87 EA x $843.00/EA
v. Bid Item No. C04.5 Access Panel $ 34,974.00
+87 EA x $402.00/EA
vi. Bid Item No. C04.6 Modify Brick for Panel $ 54,201.00
+87 EA x $623.00/EA
vii. Bid Item No. C04.7 Modify Foundation for Panel $ 50,895.00
+87 EA x $585.00/EA
3 of 5
CHANGE ORDER NO. 4
CIVIC
AY A March 16, 2026
VO`. Job No. CPA-1100
'.. ARCENEAUX WILSON&COLE
engineering I surveying I planning
viii. Bid Item No. C04.8 Bore 4" Sleeves for Conduit $ 40,380.00
+4 EA x $10,095.00/EA
ix. Bid Item No. C04.9 36"x14' Drilled Shaft Foundation $ 33,784.00
+2 EA x$16,892.00/EA
x. Bid Item No. C04.10 36"x16' Drilled Shaft Foundation $ 49,664.00
+2 EA x$24,832.00/EA
xi. Bid Item No. C04.11 42"x18' Drilled Shaft Foundation $ 64,902.00
+2 EA x $32,451.00/EA
xii. Bid Item No. C04.12 Demo Top of Existing Shaft $ 7,200.00
+6 EA x $1,200.00/EA
xiii. Bid Item No. C04.13 Remove 12" Water Line $ 18,900.00
+700 LF x $27.00/LF
SUBTOTAL $ 581,651.00
4 of 5
CHANGE ORDER NO. 4
%•)A March 16, 2026
.. ARCENEAUX WILSON&COLE Job No. CPA-1100
engineering I surveying I planning
CHANGE TO CONTRACT PRICE:
ORIGINAL CONTRACT PRICE: $13,426,347.92
CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $13,478,485.01
The CONTRACT PRICE due to this CHANGE ORDER will be [increased] f decre sed]
by: $581,651.00 Dollars
The new CONTRACT PRICE, including this CHANGE ORDER, will be $ 14,060,136.01
CHANGE TO CONTRACT TIME:
ORIGINAL CONTRACT TIME: 591 Calendar Days
CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 779 Calendar Days
CURRENT DATE OF COMPLETION: June 30, 2026
CONTRACT TIME due to this CHANGE ORDER will be increased by 60 Days
The New DATE OF COMPLETION: August 29, 2026
No other Terms and Conditions of the Contract are changed as a result of this Change Order.
Contractor's acceptance of Change Order relieves OWNER of any liability for additional costs
incurred by Contractor in his performance of the work covered by the Change Order.
RECOMMENDED BY ENGINEER: ACCEPTED BY:
ARCENEAUX WILSON & COLE LLC [CONTRACTOR,OFFICER OR OWNER]
BDS CONSTRUCTORS, LLC dba MK
CONSTRUCTORS, LLC
ACCEPTED BY:
CITY of PORT ARTHUR
5 of 5