HomeMy WebLinkAbout(1) PR NO 16500: MAIN WASTEWATER TREATMENT PLANT GENERATORSInteroffice
I �104 � CO MAN z 1910�
To: Mayor, City Council, and City Manager
From: Valecia R. Tizeno, City Attorney 4VJJI�-eDate: June 27, 2011
Subject: Updated P. R. No. 16500;
Council Meeting June 28, 2011
P. R. No. 16500 was tabled at the June 14, 2011
Council Meeting. Director of Utility Operations, Kelly
Eldridge, has submitted an Updated P. R. No. 16500, which
is attached.
Originally, he was recommending B -K Maintenance, Inc.
as the company being awarded the bid for Primary and
Secondary Generators for the Main Wastewater Treatment
Plant and Primary Generator for the Main Outfall Lift
Station. He is now recommending rejection of this bid due
to the information received subsequent to the bid shows
that their proposed generators do not meet the requirements
of the advertised specifications, nor does their schedule
of values include all the work tasks detailed in the
project scope of work. Also, the consulting engineer had
been unable, after several attempts at contacting each
reference, to obtain any confirmation of their ability to
perfcrm this work.
The next lowest bidder, T. Johnson Industries, Inc.,
meets the requirements for this project and is recommended
by the City's engineering consultant firm, Arceneaux &
Gates Consulting Engineers, Inc. Therefore, an updated
P. R. No. 16500 recommending T. Johnson Industries, Inc. be
awarded the contract is attached.
VRT:ts
Attachment
>.pr16500memo_updated
MEMORANDUM
CITY OF PORT ARTHUR
UTILITY OPERATIONS DEPARTMENT
TO: Stephen Fitzgibbons, City Manager
FROM: Kelly Eldridge, Director of Utility Operations /4j�
DATE: June 22, 2011
SUBJECT: Proposed Resolution No. 16500
RECOMMENDATION
I recommend that the City Council approve Proposed Resolution No. 16500 awarding the bid and
authorizing execution of a contract for Primary and Secondary Generators for the Main Wastewater
Treatment Plant and Primary Generator for the Main Outfall Lift Station, to T. Johnson Industries,
Inc., of Lumberton, Texas, in the amount of $1,192,605.70.
BACKGROUND
This project is for the provision of emergency generators at the above facilities. The TDRA has
provided grant funds for this work. Fourteen (14) potential vendors attended the mandatory pre-bid
meeting on June 2, 2011, and the following seven (7) bids were received on June 8, 2011:
Bidder _ Bid
ALLCO, Inc. $1,200,750.00
Beaumont, TX.
T. Johnson Industries, Inc.
Lumberton, TX
Placo, Ltd.
Lumberton, TX
Williamson Construction
Lumberton, TX
B -K Maintenance, Inc.
Beaumont, TX
Bridgefield Electrical Services, Inc.
Orange, TX
H.B. Neid & Sons, Inc.
Beaumont, TX
$1,192,605.70
$1,193,248.60
$1,232,770.00
$881,321.37 (mathematical error in their bid is shown corrected)
$1,365,159.00
$1,278,973.00
We recommend rejecting the low bid from B -K Maintenance, Inc. as their bid (& information received
subsequent to the bid) shows that their proposed generators do not meet the requirements of the advertised
specifications, nor does their schedule of values (list of work to be done) include all the work tasks detailed in
the project scope of work. Also, our consulting engineer has been unable, after several attempts contacting
each reference, to obtain any confirmation of their ability to perform this work.
The next lowest bid, from T. Johnson Industries, Inc., meets the requirements of the advertised specifications
and is therefore recommended for award.
BUDGET/FISCAL EFFECT
T. Johnson Industries, Inc. submitted the lowest responsive bid for this project and is recommended by our
consultants, Arceneaux & Gates Consulting Engineers, Inc. This bid is within the funds budgeted for the
project, City Bond account no. 141-1201-532.59-00, project no. ORPRIM, ORMSEC, & ORMAIN.
STAFF/EMPLOYEE EFFECT
City staff and our consulting engineer, Arceneaux & Gates, will oversee this project.
SUMMARY
Approval of Proposed Resolution No. 16500 is recommended.
P.R. No. 16500
06/22/11
RESOLUTION NO.
A RESOLUTION AWARDING A CONTRACT AND
AUTHORIZING THE EXECUTION OF SAID CONTRACT
IN THE AMOUNT OF $1,192,605.70 FOR THE PRIMARY
AND SECONDARY GENERATORS FOR THE MAIN
WASTEWATER TREATMENT PLANT AND PRIMARY
GENERATOR FOR THE MAIN OUTFALL LIFT STATION
PROJECT BETWEEN THE CITY OF PORT ARTHUR
AND T. JOHNSON INDUSTRIES, INC., OF
LUMBERTON, TEXAS, ACCOUNT NO. 141-1201-532.59-
00, PROJECT NO. ORPRIM, ORMSEC, & ORMAIN.
WHEREAS, the City is in need of upgrading our Wastewater Treatment Plant and key lift
stations to provide electrical power during emergency conditions in order to continue to provide
service and to meet TCEQ Design Criteria; and,
WHEREAS, the City applied for, and received, a grant from the Texas Department of Rural
Affairs for such emergency generators; and,
WHEREAS, in cooperation with Arceneaux & Gates Consulting Engineers, the City of Port
Arthur advertised and received bids from seven (7) contractors for this project; and,
WHEREAS, the apparent low bid from B -K Maintenance, Inc. is not recommended due to
their products and work proposal not meeting the requirements of the advertised specifications; and,
WHEREAS, the lowest bid meeting the requirements of the advertised specifications is from
T. Johnson Industries, Inc., as noted in the Arceneaux & Gates Consulting Engineers, Inc.
Recommendation of Award, attached as Exhibit "A"; NOW THEREFORE,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR:
THAT the City Council of the City of Port Arthur hereby authorizes the Mayor and City
Manager to execute the contract (attached as Exhibit "B") for the Primary and Secondary Generators
for the Main Wastewater Treatment Plant and Primary Generator for the Main Outfall Lift Station
Project, to T. Johnson Industries, Inc., of Beaumont, Texas, in the amount of $1,192,605.70; and,
P.R. No. 16500
06/22/11
Page 2 of 3
THAT the contractor shall not proceed on any phase or segment of this work until a Notice
to Proceed is i ssued with receipt of performance and payment bond and certificate of insurance; and,
THAT, the said contract is an exact duplicate of a City Standard Form contract except for
the changes (if any) shown in the Certificate of Standard Form Contract, a copy of which is attached
hereto as Exhibit "C", and said changes are hereby approved; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City
Council..
READ, ADOPTED AND APPROVED THIS day of
2011
at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote:
AYES: Mayor
Councilinembers:
NOES:
ATTEST:
Sherri Bellard
Acting City Secretary
Deloris Prince
Mayor
APPROVED AS TO FORM:
Valecia izen
City Attorney
APPROVED FOR ADMINISTRATION:
Stephen Fitzgibbons
City Manager
Kelly El idge -�
Director of Utility Operations
tc
Shawna Tubbs, CPPB
Purchasing Manager
P.R. No. 16500
06/22/11
Page 3 of 3
APPROVED AS TO AVAILABILITY OF
FUNDS:
Deborah Echols
Director of Finance
Ross Blackketter, PE
Director of Public Works
EXHIBIT A
(A&G Recommendation)
ARCENE J-"
8c
GATES
CONSVLTI:a
ENGINEERS, INC
one "urtle Creek 5c!um .-
3�zti1 Turtle Creek DriNc. •idle !02
Port -Arthur, Texas -"'b-12
(109) 724-733`:
F.yY (4:'!) -21-1417
T)ATE: June 22, 2011
TO: City of Port Arthur
444 4th Street
P.O. Box 1089
Port Arthur, Tx 77642
LETTER OF TRANSMITTAL
PROJECT NO.: CPA -570
ATTENTION: MS Shawna Tubbs
RE: Primary & Secondary Generators for Main
WWTP & Primary Main Outfall Lift Station
Wf: ARE SENDING YOU ✓❑ Attached ❑Cruder Separate Cover
❑ Memorandum ❑ Prints 0 Plans
❑ Copy of Letter ❑ Change Order ❑ Form
via Hand Delivery the following items:
❑ Invoice 0 Specifications
❑ Other
COPIES DATI? I DESCRIPTION
1 06/22/2011 Recommendation of Award of Contract Package
1 06/22/2011 (Bid Tab, Contractors Bid & Addendum) ar Lt4e✓
THESE ARE TRANSMITTED as checked below:
❑ For approval
❑
Approved as submitted
D For N our use
❑
Approved as noted
❑ As requested
❑
Returned for corrections
❑ For review and comment
❑
Execute and return original
❑ For bids due
REMARKS:
COPY TO:&- G Folder
Revised 1 1-05 08
❑ Resubmit copies for approval
❑ Submit copies for distribution
❑ Submit corrected prints
❑ PRINTS RETURNED AFTER LOAN TO US
SIGNED: 4 Ua
Stephanie Malkowsky
? ? "EAT
GAS, E,8
Mr. Kelly Eldridge
Director Water Utilities
City of Port Arthur
444 Fourth Street
Port Arthur, Texas 77640
ARENEI U.X & GATES
Cons .h'11 --.g Engi—,-.eels, inc.
ES3gl.i`deeri' 9 7? Tve;j-,)fa - P_.f nneTs
June .2, 20', 1
RE; RECOMMENDATION OFAWARD OF CONTRACT
Primary & Secondary Generators for Main WWTP
And Primary Generator for Main Outfaii Lift Station
TURA Grant Award /D; DRSO10148
A& G Job No. CPA -570
Dear Mr. Eldridge:
On June 8, 2011 the City of Port Arthur received seven (7) sealed bids for Primary & Secondary
Generators for Main VWNTP and Primary Generator for Main Outfall Lift Stations in Port Arthur,
Texas. The bids were opened at 3:15 pm and the results read aloud in the public bid opening. There
were no alternates proposed for this project.
The bids were checked for errors and tabulated. All Bidders acknowledged receipt of Addendum
No.1. All Bidders also submitted proof of Bid Surety and Statements of Bidders Qualifications with
their bids as required. No substitutions were submitted. It was found that T. Johnson Industries,
Inc. of Lumberton, Texas submitted the lowest responsive Total Amount Bid in the amount of
$1,192,605.70. A copy of the certified Bid Tabulation is enclosed for your information.
It should be noted that BK Maintenance, Inc. of Beaumont Texas submitted a Total Amount Bid in the
Amount of $881,321.37. Since BK Maintenance has never performed work for the City of Port Arthur
it is customary to request additional information from the bidder in order to properly evaluate the bid.
This information requested from the bidder was a work history on similar projects as well as the
3.501 Turtle Creek Dr., Suite 102 Port Arthur, TX 77642 409/724-7888 FAX 409/724-1447
a
' 11-ENEAT..iX
GATE,
)NS _-
y' 1INEE_ a : -
Mr. Kelly Eldridge
City of Port Arthur
June 22, 2011
'=age Two
sp(%;c,f'c.at.ons ',Dr the e gators fcr the )r )jec:. The - :Jcer submitted all information requested. My
eiectrical engine- _ring consultant has reviewed the generator specifications submittf:d and found that
they do not rneet the specifications called fcr in the contract documents. In addition to this, I have
been unable to verify any experience the bidder might have on similar type projects. Based on the
information provided and the inability to verify a work history on similar type projects the bid submitted
by BK Maintenance, Inc. in my opinion should be considered as a non-responsive bid and therefore
not considered in the bid evaluation and the project awarded to the next lowest responsive bidder T.
Johnson Industries, Inc.
We have worked with T. Johnson Industries, Inc. on projects in the past and have been pleased
with the quality of work performed by the contractor. Based on our past working history with the
contractor we recommend that the City of Port Arthur award the contract for Primary & Secondary
Generators for Main WWTP and Primary Generator for Main Outfall Lift Stations to T. Johnson
Industries, Inc. on the basis the lowest responsive Total Amount Bid in the amount of $1,192,605.70.
Should you have any questions or require additional information, please contact our office.
Very truly yours,
ARCENEA UX & GA TES CONSUL TING ENGINEERS, INC.
TEXAS REG/STERED ENG/NEER/NG F/RM F-30
Joe M Wifion Jr.,PE
Vice-Presige/nt
Attached: Bid Tabulation
5
d
YY Y m
m_m
M (0�1 y M N o
L
ca cin c0 d
Ot: O O X N
- o
N Z
cm c`m cm
06 o .6 o .0 o
L N L Lo L LO
= E E
olE
11 (9 LL (7 IL i7
r.
Lo
es
U
Z
� 2
W M
W LL
2V,
F3
Wui
w
0 W
Z _Z yy
JZT
Z
NW
Z LL
yy
O W W T
W (n
C0
�W
a
V)
X
W
E-
Z
W
a
`I
O J
iv
{ O
r
n
ro
_ Y:
N lGI
MI
v
Z JI N
N NI
V
N�
�
O
O)
M
N
~
0
v
m
C
0
v
u
C
rn
w
eA
O
6
5
d
YY Y m
m_m
M (0�1 y M N o
L
ca cin c0 d
Ot: O O X N
- o
N Z
cm c`m cm
06 o .6 o .0 o
L N L Lo L LO
= E E
olE
11 (9 LL (7 IL i7
r.
Lo
es
U
Z
� 2
W M
W LL
2V,
F3
Wui
w
0 W
Z _Z yy
JZT
Z
NW
Z LL
yy
O W W T
W (n
C0
�W
a
V)
X
W
E-
Z
W
a
`I
iv
oo
r
n
ro
O
O
O)
M
N
~
E
v
�x
d
C
0
v
u
C
rn
w
eA
O
6
m
N
N
Y
m
°•
�
ri
n
� cvi
N
to
5
d
YY Y m
m_m
M (0�1 y M N o
L
ca cin c0 d
Ot: O O X N
- o
N Z
cm c`m cm
06 o .6 o .0 o
L N L Lo L LO
= E E
olE
11 (9 LL (7 IL i7
r.
Lo
es
U
Z
� 2
W M
W LL
2V,
F3
Wui
w
0 W
Z _Z yy
JZT
Z
NW
Z LL
yy
O W W T
W (n
C0
�W
a
V)
X
W
E-
Z
W
a
`I
iv
oo
r
n
ro
O
O
O)
M
N
~
E
v
�x
d
0
v
m �
O
rn
w
eA
O
6
m
N
N
u d
.m
V
O
m
.r-•
V
a
to
D.
C
m
v
v
W
C
O
y
N
N
N
OD
o
u
V
V
v
y x
E
N
cmn
rO1i
v
V p
9
fl
69
C m
C G
N
V
O
N
O
N
-0
1
a`
5
d
YY Y m
m_m
M (0�1 y M N o
L
ca cin c0 d
Ot: O O X N
- o
N Z
cm c`m cm
06 o .6 o .0 o
L N L Lo L LO
= E E
olE
11 (9 LL (7 IL i7
r.
Lo
es
U
Z
� 2
W M
W LL
2V,
F3
Wui
w
0 W
Z _Z yy
JZT
Z
NW
Z LL
yy
O W W T
W (n
C0
�W
a
V)
X
W
E-
Z
W
a
`I
EXHIBIT "B"
C iTY OF POR`'" ARTHUR
STANL A -JD FORM ,: � AGRF7MEN
F )R )WNE, CON , `�A , JR w ROJE TS
7' -r r•,
�FFFi '' 01` ., (' 1_ " TY
TI -J SC E' ��'i�NT; male and este ac' into as 5th day of June, A.;�. 2011, by and between 'he City
of Por%?hum of the COUNTY of Jeffe-son in the STATE OF TEXAS, thei,et ntc duly authorized so to
do. Party of the f=irst Part, hereinafter termed OWNER, and T. JOHNSON INDUSTRIES. INC. of the
City of Lumberton, Cc:unty of Hardin in the Sate of Texas, Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and inconsideration of the payments and agreements hereinafter mentioned,
to be made and performed by the Party of the First Part (OWNER) and under the conditions
expressed in the bond bearing even date herewith, the said Party of the Second Part
(CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and
complete the construction of certain improvements described as follow: PRIMARY & SECONDARY
GENERATORS FOR MAIN WWTP AND PRIMARY GENERATOR FOR MAIN OUTFALL LIFT
STATION, JOB NO. CPA -570, CONTRACT NO.1 and all extra work in connection therewith, under
the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor,
insurance, and other accessories and services necessary to complete the said construction, in
accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and
other drawings and printed or written explanatory matter thereof, and the Specifications and addenda
therefore, as prepared by Arceneaux & Gates Consulting Engineers, Inc., herein entitled the
ENGINEER, each of which has been identified by the CONTRACTOR and the ENGINEER, together
with the CONTRACTOR'S written proposal, the General Conditions of the Agreement, the
Performance and Payment Bonds hereto attached; all of which are made a part hereof and
collectively evidence and constitute the entire contract.
The CONTRACTOR hereby agrees to commence work within ten (10) calendar days after the date
written notice to do so shall have been given to him, and to substantially complete within 150
consecutive calendar days after issuance of the "Notice to Proceed" and to be at Final Completion
within 150 consecutive calendar days after the issuance of the "Notice to Proceed", subject to such
extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the
proposal, which forms a part of this contract, such payments to be subject to the General and Special
Conditions of the contract.
IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and
day first above written.
City of Port Arthur
Party of the First Part (OWNER)
M.
ATTEST:
2009 TxCDBG Project Implementation Manual
Appendix, K
T. Johnson Indrustries, Inc.
Party of the Second Part (CONTRACTOR)
sm
ATTEST:
A-1
BID
CT OF PORT _tRTFFL r
-I4 `.1Z
Proposal cid_ •��'�� .��+s"%�i� ��e, (hereinafter called
"BIDDER `). organized and existing under the laws of the State o W X , doing business
as and acting by and through _to
the City of Port Arthur, Texas (hereinafter called "OWNER").
In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all
work for the construction of PRIMARY & SECONDARY GENERATORS FOR MAIN
WWTP AND PRIMARY GENERATOR FOR MAIN OUTFALL LIFT STATION, JOB
NO. CPA -570, CONTRACT NO.1 in strict accordance with the Contract Documents, within
the time set forth in the Notice to Proceed, and at the prices stated below, and Bidder shall enter
into Contract: for same within the time specified in Contract Documents.
By submission of this BID, each BIDDER certifies, and in the case of a joint BID, each party
thereto certifies as to his own organization, that this BID has been arrived at independently,
without consultation, communication, or agreement as to any matter relating to this BID with any
other BIDDER or with any competitor.
BIDDER hereby agrees to commence WORK under this Contract on or before a date to be
specified in the Notice to Proceed and to fully complete the PROJECT within 150 consecutive
calendar days specified in the Notice to Proceed, including, but not limited to, all Saturdays,
Sundays, and Federal, State, and City holidays thereafter. BIDDER further agrees to pay as
liquidated damages, the sum of $500.00 for each consecutive calendar day thereafter including,
but not limited to, all Saturdays, Sundays, and Federal, State and City holidays as provided in
Sections 9 and 40 of the General Contract Conditions.
Enclosed is bid security, as required.
BIDDER acknowledges receipt of the following ADDENDUM:
*Insert "a corporation," "a partnership," or "an individual" as applicable.
BIDDER agrees to perform all the work described in the Contract Documents for the following
unit prices or lump sum:
CPA Federally Funded
D-1
'ter; _ A xprox. :.,---- Descripticn of item with Unit
nit z n;t Pi ce Written '4P Words Price Amount
M1J �)Li
V"' :_: 1 :lc ( y -)F ''ort .4r!.`!ur is a tz : e tie,nr a_�enc, 'I'le -'-'T :' will furnish :';-provca _�i&"?r
Citi. '_'ertifcate 3or m d' -gals wsed on this project.
BASE BID 174'Efi S
Furnish and Install Three (3) New Diesel
Powered Generators. 1000 kW and 300
kW at Wastewater Treatment Plant
(WWTP). 900 kW at Main Outfall Lift
Station (MOLS). Including but not
limited to Roadways, Concrete" $0! l`�' ��'� $� '',�'��`>67
Foundations, Masonry Structures, Doors,
and Finishes. Also Including but not
1. 1 L. S. Limited to Automatic Transfer Switches,
Enclosures, Wiring and all associated
Electrical Accessories as Detailed in the
Electrical Scope of Services. All Work in
Accordance with the Plans and
Specifications.
SUB -TOTAL BASE BID ITEMS S/, /FOV; ' 5ru vo
CPA Federally Funded
D-2
It,-ni Approx.
De,;crlr)tion of Item with
Unit
,N 0.T
nit
_�rji; ;'r;ce Wr tten in Words
Pric';
Amount
3W PP' 'IMENI kL
1'rFMS
lira einfbr;in Steel. C',-.crlpLa in
($0.7.5)*
LB.
so,
Per Pound
Extra Class "A" Concrete, Complete in
($150.00)*
Place.
3. 20 C.Y.
Ca 0,\( Ar'
Per Cubic Yard
$/50,V61
$ LIZ
Extra -Cement Stabilized Sand, Complete
($30.00)*
in Place.
4. 20 C.Y.
0
00, 670
Per Cubic Yard
.0-00
sL
*Figures in parentheses represent minimum unit prices for Supplemental
Items.
SUB -TOTAL SUPPLEMENTAL ITEMS
SUB -TOTAL BASE BID ITEMS
TOTAL AMOUNT BID
Cl',,\ Federally Funded
D-3
$/, 1/?4? 0"- F'- r' 70
0
SUBSTIT ,, ';ONS
k,.
2.
_( Jeduc
(Add) (Deduct)
lJnit prices are to be expressed in both words and figures. In case of a discrepancy, the amount
shown in words shall govern. The above unit prices shall include labor, equipment overhead,
profit, insurance, etc. to cover the finished work of the several kinds called for.
BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive
any informalities in the bidding. In addition, the OWNER reserves the right to award the
Contract on the basis of TOTAL AMOUNT BID or TOTAL AMOUNT BID plus anU
Alternate(s) described above which is most advantageous to the OWNER.
CPA Federal 1} Funded
D-4
S Ni" -'TCON... TAOCE:
'T'() ' % 1, \ 1 ' 1'l Nor A—onsur, abhe aia*-, al
d I.X �,XeMF
7-0 YAL ANJC,; TNT BID: --,kltl, Labor and Consumable
I , -1
M 3 Lerial and Equip= it. (Not Tax Exempt)
j
Respectfully submitted:
DATE:
(SE 0-, IF BIDDER IS A CORPORATION)
CPA Federally Funded
D-5
ja,rl
Ae,:�v
40,ow
(ADDRESS) )eos�
44�v- yfe-4--2
(TELEPHONE NUMBER)
(LICENSE NTmBER IF APPLICABLE)
(ATTEST)
37i (PLAN ;'\Jj DA;
i -FY OF PORI iR i HUR
r, S P,U TIONS BIDDER
I::idders are requested to furnish their complete REMIT TO ADDRESS and
TAX tDENTIFICATION NLTvfBFR as indicated below:
REMIT PAYMENT TO:
��o�ilv SOsv 04:e-N�:erA "s -'e.�-wC.
COMPANY 7,a
ADDRESS J10001
CITY/STATE/ZIP L Um (-`' 7,V 7 7 � — 7
SEND PURCHASE ORDER TO:
COMPANY -! 4
ADDRESS
CITY/STATE/ZIP
TAX IDENTIFICATION NUMBER: f]l0 — 03 SSSS fi
c er �, 'r� ti prof �,,al ccntain as stateme;lts, ielte., be signed by a duty
a. r ekd1fic : )f h? or any, vr ; ose ignatur, is bin(", ca tae )id "ropG al.
The nc'ers pi: -r >f}er and agrees to ->rie :), 'sie following;
_I hereby certify that I do not have outstanding debts with the City of Port Arthur.
Further, I agres: to pay succeeding debts as they become due during this agreement.
_—1 hereby certify that I do have outstanding debts with the City of Port Arthur and
agrees to pay said debts prior to execution of this agreement.
_I hereby certify that I do have outstanding debts with the City of Port Arthur and
agrees to enter into an agreement for the payment of said debts. I further agree to pay
succeeding debts as they become due.
NAME OF OFFERER: 7CR47
�. � �s��o,�. S2e
TITLE �2 eS�'e.v
ADDRESS ��. d®x®�9
C ITY/STATE/ZIP tR.,n ! xenv✓v / 7 % b s-' ;7
TELEPHONE NUMBER
SIGNATURE � ���
SUBSCRIBED AND WORN to before me by the above named firr, Ju kiLy on
this the _lday of j(,r, j2 , 20 d i
,,E
AUCA M. WR04T
,� NOTARY PUBLIC
Notary Public in and for the State of STATE OFTExAs
MY COMM. Ego' 7.9-201
'a1CK1
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
CPA Federally Funded
D-7
CFR': FIC ?TP)Ni RE, .ARI >INC, L -)W-i INC,
( -his Certi icati6n i:- required pursuant to �� 1 G.S.C. 1352)
Vie': Cat: n Coat~acts Grants Loans._ind Cooenerative _�,��eerler
�7i undersi;?ne-; certifies, to the best of his or 1>er knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any agency, a Member
of Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with the awarding of any Federal contract, the making of any Federal grant, the making of
any Federal loan, the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit
Standard Fonn I LL, "Disclosure of Lobbying Activities," in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the.award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants,
loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than $11,000 and not more than
$110,000 for each such failure.
Please c ck appropriate box:
No nonfederal funds have been used or are planned to be used for lobbying in connection
with this application/award/contract.
f Attached is Standard Form LLL, "Disclosure of Lobbying Activities," which describes the use
L–� (past or planned) of nonfederal funds for lobbying in connection with this application/award/
contract.
Executed this f — day of
by fr Z, J&�inro�re,
(Type6r Print Name)
Official)
(Title of Executing Official)
(Name of organization/applicant
CPA FeX>ally Funded
D-9
t;NTR C"I CI,AUSE
)N .01 3YNG
b ;k ntrac 4'.cc ntrL-V, or sub, r:°rt is sul-,ec:; S °ction 31c >f Public Lativ 101-121. which ad.:ed
13 2 r,:,.,_rding lot -vire astriction. to C fu :)t<::r 13 of T itie 3i of �he i'nited States '-ode. The
zein e tion is e �piair:ed in ttlU cotnrnot: -iile 15 CFT Part .18 (55 FR 6:36-6748, "/26190). Each
bidder':ai�plicant'r cipic;7t of this contract subcontlact, or subgrant and subrecipients are generally
propir,ted from using Federal 'unds for le".,by ng the Executive or Legislative Branches of the Federal
Government in connection with this Award.
Contract Clause Threshold
This Contract Clause regarding lobbying must be included in each application for a subgrant and in each
bid for a contract or subcontract exceeding $100,000 of Federal funds at any tier under the Federal
Award.
Certification and Disclosure
Each applicant/recipient of a subgrant and each bidder/applicant/recipient of a contract or subcontract
exceeding $100,000 of Federal funds at any tier under the Federal Award must file a "Certification
Regarding Lobbying" and, if applicable, Standard Form LLL, "Disclosure of Lobbying Activities,"
regarding the use of any nonfederal funds for lobbying. Certifications shall be retained by the next
higher tier. All disclosure forms, however, shall be forwarded from tier to tier until received by the
Recipient of the Federal Award (grant), who shall forward all disclosure forms to the Federal agency.
Cqqt:inuing Disclosure Requirement
Each subgrantee, contractor, or subcontractor that is subject to the Certification and Disclosure
provision of this Contract Clause is required to file a disclosure form at the end of each calendar quarter
in which there occurs any event that requires disclosure form previously filed by such person.
Disclosure forms shall be forwarded from tier to tier until received by the Recipient of the Federal
Award (grant) who shall forward all disclosure forms to the Federal agency.
Indian Tribes Tribal Organizations or Other Indian Organizations
Indian tribes., tribal organizations, or any other Indian organizations, including the Alaskan Native
organizations, are excluded from the above lobbying restrictions and reporting requirements, but only
with respect to expenditures that are by such tribes or organizations for lobbying activities permitted by
other Federal. law. An Indian tribe or organization that is seeking an exclusion from Certification and
Disclosure requirements must provide (preferably in an attorney's opinion) EDA with the citation of the
provision or provisions of Federal law upon which it relies to conduct lobbying activities that would
otherwise be subject to the prohibitions in and to the Certification and Disclosure requirements of
Section 319 of Public Law No. 101-121. Note, also, that a non -Indian subgrantee, contractor, or
subcontractor under an award (grant) to an Indian tribe, for example, is subject to the restrictions and
reporting requirements.
CPA Federally rundcd
D-10
:s, s
KNOW ALL MEN BY THESE PRESENTS, that we T. Johnson Industries Inc 1443 Highway 69 Kountze Texas
77625 as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 9737 Great Hills
Trail, Suite 320, Austin, Tx 78759, as surety, hereinafter called the "Surety," are held and firmly bound unto City of
Port Arthur as obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the Amount Bid by
Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents.
WHEREAS, the principal has submitted a bid for Primary &Secondary Generators for Main 1NWTP and Primary
Generator for Main Outfall Lift Station.
NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as
specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such
Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the
amount specified ii said bid and such larger amount for which the Obligee may in good faith contract with another
party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full
force and effect.
PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution
of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that
financing has been firmly committed to cover the entire cost of the project.
SIGNED, sealed and dated this 8th day of June, 2011.
T. Johnson Industries, Inc.
(Principal)
BY:
'TITLE:
SureTec Insurance Company
elinda Martinez Attorne
Bid Bond uncapped text (3) Rev 1.1.06
POA ; 4221022 - Baytown
_ � 1
D' OWE _ Of ATT )R'lE Y
r �� , _ ' i SCF ;-0x ( Imran ), a �otporation duly organized and
luw ill �t h� T'�<<.% es tis. Su.. I _ i rL` - y
3'; n� it; "'r of in :�UGSTon, Aarr:s 1�d:SaS, dCBS .}i9S2 Pro-.2ntS
;CCU. anc,
i+le�lrCa %Ia-^ rez, RatrC::a Ptcee;rsk., Randy Zenrque, (]on Ric^ardscn, :Isle L. \/-'stal
its trate and '`.awful Ancrney-ua-fact, with full power and author.y hereby conferred in its name, place and stead, to execute, ac 'lowledge
and deliver any and a 1 bends, recognizances, undertakings or other instruments or contracts of suretyship to include warners to the
conditions of contract3 and consents of surety for:
Five Million and 00/100 Dollars ($5,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
sea! of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the
premises. Said appointment shall continue in force until 12/31/2012 and is made under and by authority of the following .
resolutions -f the Board of Directors of the SureTec Insurance Company:
Be it Resolved that the President, any Vice -President, any .Assistant Vice -President any Secretary s any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey()-in-Fact to represent and act for and on
behalf of the Cornpany subject to the following provisions:
Ar rney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
rtakings and any and all
de-iver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory unde
novices and doc,iments canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
PuComey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
an? certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to anv bond or undertaking to which it is attached. (Adopted at a meeting held on 2e of April,
:999j
In Witness Whereof; Sl JRETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to 'De hereto affixed ibis 3rd day of September, A.D. 2010. SURETEC I1vSL EC PANY
SVAANC�w�
.Cpl
ri 7l y , By:
:' John o Jr., resident
W;w to
7` y rZ
State of Tea as ss: 1 `'
County of }lams
On this 3rd day of September, A.D. 2010 before me personally came John Knox Jr., to me known, who, being by me duly swom, did depose and say, that
he resides ui Houston, Texas, that he is President of SURETEC INS aid
COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
JACQUELYN MALDONADO
Notary Public, state of Texas acq ely aJ,�do, Notary Public
My Commission Expires iy comm slos May 18, 2013
May 18, 2013
1, M. Breen: Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
ol.` a Powe~ of Arorne;., executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
o,it in the 'ower of At'omey are in full force and effect.
8thJune 201 1 , A.D.
Given under my hand and the seal of said Company at Houston, Texas this day of
M. Brent Beaty, Assistant Secretary
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST.
ureiec Insurance Company
TTI . BOND RICER=; CCVAAS IMPORT, N-7 COVERAGE
Statutcry C(.,mpia', i oti;e
INFORMATiON
G 7 Cc i i -'i i" -r �r rr ake � ccmcialr.c You nay call '"c Si_ sty's `.c I free-eleJhcne lumber for informa'D n or to
�,a a a _ rr. z at: 2-009". Ycu na'.Viso write .'ht Surety at:
S-�reTec nsura:nc:t Ccmpa�-.y
9737 Great KI!s Trail, Suite 0
A, tin, Tx 78759
You may ccrtact the Texas Department of Insurance to ootain information on companies, coverage, rights or complaints
at 1-800-252-3439. You may write the Texas Department of Insurance at
PO Box 149104
Austin, TX 78714-9104
Fax#: 512-475-1771
Web: htto://www.tdi.state.b(.us
Email: Co nsu merP rotection @td i. state .tx,us
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should
contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance.
Terrorism Risks Exclusion
The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for,
losses caused by acts of terrorism, riot, civil insurrection, or acts of war,
Exclusion of Liability for
Mold, Mycotoxins, Fungi & Environmental Hazards
-The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be
liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their
related products or parrs, nor for any environmental hazards, bio -hazards, hazardous materials, environmental
spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or
the performance of the bonded obligations, of the occurrence, existence, or appearance thereof.
Warranty Limitation Rider
In no event shall Surety have any obligation for any loss occurring or claim made by Obligee more than twenty five
months after the date on which Subcontractor either substantially completed its work or breached the Subcontract,
whichever is the first to occur.
Rev. 9-17-06
S ",A; EMIENT OF .30 :)E R'3 -�t ALIFIC,ATi0NS
idl wl_ es Y n .,st be answer J and the lata, y,iv,.n must be clear and comprehensive. This
sta° �meliI i-nust aF~ not,- 'zed. f necessa- gtaestions ,nay be answered on sepa; ate attached
sheets. The Bidder ma :.ut:na any dditii: nz l information Ihe desires.
1`ianle of �?idcer�,_DOe Organized:
�X�'
Address: G� Lin,&2��,�'�'7?6-] Date Incorporated�091F1
Number of Years it contracting business under present name �Q
CON RACTS ON HAND:
ntract Amount $ Comyl.�tion Date
/lO
Type of work performed by your company: c �`,/1 ��'� Vus
Have you ever failed to complete any work awarded to you? / v a
Have you ever defaulted on a contract?
List the projects most recently completed by your firm (include project of similar importance):
Major equipment available for this contract:,O ,-4- rte- oS/
Attach resume(s) for the principal member(s) of your organization, including the officers as well as
the proposed superintendent for the project.
Credit available: $ Bank reference: — fie• -ice/
The undersigned hereby authorizep and requests air perso , fir , or corporation to furnish any
information requested by the i -A in verification of
the recitals comprising this Statement of Bidder's Qualifications.
Executed this day of �l �/NG _, 20//.
By:(signa rt�.r e) Title: y
(print name) E� �S o�•r.U�i/ �,
2009 TXCDBC Project Implementation Manual
Appendix K I1 -3C
City of Pori: Arthur
N"Iai Wast - ;A/ater T'eatrment Plar'L- and Seco;idGry Services Emergency
.'enera :c s I^fd Main DuLfall cif: Statior: Emergency Generator
CP -_;7%=
jur,e 6, /_0
Addendum #s
c ADDITIONS TO SCOPE
• Inspection of all underground installation is required by City of Port Arthur
Electrical Inspector prior to concrete encasement or back fill.
Work practices will conform to the requirements of Standard for Electrical
Safety in the Workplace (NFPA 70E).
c ANSWERS TO BIDDERS QUESTIONS
+ Question: Transfer Switches: Load breaker with trip unit. The one -line
diagram does not show this at all. Is this required in the transfer switch or
just in the lineup somewhere?
o Response: Load breaker trip unit is required for Main and
Secondary Services at Waste Water Treatment Plant and Main
Outfall Lift Stations automatic transfer switches
• Question: Transfer Switches: Multi function metering for utility,
emergency, load. Is voltage and frequency metering sufficient? Do they
want amperage?
o Response: Multi function metering minimum requirements for Main
and Secondary Services at Waste Water Treatment Plant and Main
Outfall Lift Stations to display current, voltage line to line, voltage
line to ground, and power parameters.
Question: Gensets: Stainless steel exhaust system. Just want to confirm
that they exhaust silencer needs to be stainless steel, as well. If the
silencer is housed internal to the enclosure, does it still need to be
stainless?
o Response: Yes, exhaust system is to be stainless steel.
Question: Gensets: Generator winding and bearing temp detector. This is
typically only used for twp-bearing, form wound generator sets, prime
power. Not used for single -bearing, standby units.
o Response: Generator winding and bearing temperature detector is
required on generators for Main and Secondary Services at Waste
Water Treatment Plant and Main Outfall Lift Stations.
June 5, 2011 Addendum #1 Page 1 of4
:.stion: Tr e )ne line am pails for a 600 MCM per phase and a 600
MCNi eurai ;or 'the utiiit'18 der. The pi ,t pian -iotes call for a 600 MCM
pee phasE.:ind a 1 i0 g; -)und :or she atilit,� feeder and no neutra . Please
c !-: Jfy.
R?spo se: Nastra Wa;:�r 11 eat lent Plant primar/ sF ✓ice plot plan
as bti�en rev!<wd tri 7atc" Jne line diagram. ;'lease se drawin ;.
revisions.
Question: The � /WTP primary service calls for a 600 MCM per phase and
a 10 ground and no neutral. This is throughout both projects. Is this
correct?
<: Response: Cable sizes have been verified and are correct per this
addendum
Question: What size is the window unit that is to be install in the 1000 KW
Transfer Witch Building. 1 ton o. 2 ton?
o Response: The window unit specified for the Main Waste Water
Treatment 2000A Automatic Transfer Switch Building is to be
capable of supplying a minimum of 10,000BTU cooling capacity,
which, is approximately a 1 ton unit.
Question: Regarding the floor standing 3 cubicle lineup for incoming
utility, incoming emergency, and ATS. Do you have any details as to what
you want inside the utility and emergency cubicles: Regarding the utility
breaker we would need to know what the utility requirements are for their
meter socket CT's and PT's.
o Response: Utility incoming section will be included and furnished
per specifications and have provisions for mounting Utility supplied
donut type CT's and PT's.
• Question: Since you are using conduit and conductor feed from the
generator set to the ATS and the gen set has a mounted circuit breaker,
as shown on the drawing, suggest deleting the emergency cubicle
adjacent to the ATS and connecting the emergency generator conductors
directly to the ATS emergency source lugs.
o Response: Generator incoming section will be included and
furnished per specifications.
• Question: Specs call for utility, emergency, and load breakers be
electrically operated draw out type.
o Response: Automatic transfer switch is to be supplied per
specification for breaker operation and type.
Question: Specs call for an emergency breaker in above items. The
drawing shows this breaker on the emergency generator set. Please
clarify.
June 6, 2011 Addendum #1 Page 2 of 4
Re ponse: Main S(.:,rvice at Waste VP�te, Treatment Plant and
Ma n C utfall Li;t Stati�,n aro to be equ peed with utility and load
br:::ak .s Secondar, ss vice at',Naste Water Treatment Plant is to
c q_.ip_e: with loaf , eaker. F!! generators are to be ec;l_;ip-�ed
b,.-.3akers
L,cestion u; .' :�r adjustak It time le lays, there is an "Lmergency Engine
Fail". This alarm normally comes from the ergine/generator control panel.
o Response: Adjus able time delay fur emergency engine fail is
required.
Question: Line item "Bypass switch manual operation handle". Please
clarify if you need a bypass/isolation transfer switch or not.
o Response: Automatic transfer switches are to have means of
manually operating if automation fails.
Question: There are three (3) lines for multi -function metering for; utility,
emergency, and load. Metering is connected to the load and provides
information for either the normal or emergency power connected to the
load.
o Response: Multi function metering is required for load side of
automatic transfer switches that will include utility and emergency
metering.
Question: Do you need any communications capability for the multi-
function metering ? Do you have any specifications for the metering
capability ?
C) Response: No communication capability is needed for multi-
function metering. Multi function metering minimum requirements
for main and secondary services for Waste Water Treatment Plant
and Main Outfall Lift Stations to display current, voltage line to line,
voltage line to ground, and power parameters.
c! REVISIONS TO DRAWINGS
Sheet # E1 WWTP Primary Service Overall Plot Plan
o Revise leader for WWTP primary service utility duct bank
Section U -U
■ Current: #1/OAWG GND
IN Changed to: 600 MCM N
June 6, 2011 Addendum #1 Page 3 of
• She e*# .-7M&jn Liff.-A ',_`Uilding Plan View
R � J, e want two (2) lea desfor NEMA 4X S.S. PO
X 24"Vil X 207D
36"H X 36"VI! X 30"D
• i I
Sheet,-' vlc.�in I- -Afall 'P ij]ding Elevation View E -E
c Revise quantity t,,V,o (22) leaders for NEMA 4A S.S. PO
Box
■ Current: 24"H X 24"W X 20"D
■ Changed to: 36"H X 36"W X 30T
• Sheet # E8 Main Outfal! Building Elevation View F -F
o Revise leader for NEMA 4X S.S. Pull Box
■ Current: 36"H X 30"W X 20"D
■ Changed to: 36"H X 36"W X 30"D
• Sheet # E8 Main Outfall Building Plan View H -H
o Revise quantity two (2) leaders for NEMA 4X S.S. Pull
Box
n Current- 36"H X 30"W X 20"D
W Changed to: 36"H X 36"W X 30"D
**** End of Document ****
June 6, 2011 Addendum #1 Page 4 of 4
n
3 �r
A POLE m UTIUTYY FEEDER A
m. m
> N 0M N�
g LC im � a 0 M a p m
a n M E m;A m g
'D 'Ma\ r) D,
< g m O p< p 1 m zloti
yvy 9 n g yy pS � C =� T
A Z��ZiS Nps
a z;
p0
P
mm
cx
\ y
�l
_ •• �a ON
N
px 5 of N
M
0 X C mNy Z m m OZ c
2 rop { A 00�
OD
y0
M C
D 0DC AO - OSS= z
Ofrn-1 bzw m �O' � 1 O
c+ mei �yi :T' -r' os Qz x x� Xp
Zo'z ego A?` N> �o o°c mD
c�5^�� � m �c
O � p l o � g$ z' ? 2 � (5} 4•c O—°- I D C7
r- •„ BOO MCM/
a•' x x m
m m
pp p
f\� ; __ ___._. ______________. ____-._�_ _-____—__—� .> C� � � p g O n m #1/0 AWG GND � � � � �1
mQm o ~Op g D
D A
�DII _U o U)r k. V- • ° -n
;0NZZ m
r nmy r / ��`� z 00
cow
r ym j yo< j ------J
Ag. N C —
O 0 m p /
i
m -zcn OD 00
M
CMp
BillD_ V p p
0
^' O ';`l" 0 m m— COMMUNICATION m z C
^
M Ij N AD o 600 MOM /# QQx
�oz M, dc AI-- #1/0 AWG ONDID M
5 `z
aia iA 110 �< tiSSy O
o�oF7� NN ;0
r '�0 ==x2SoCo;n
roro»17 mp .L7 0 pm n m r,n
wo 00�Oxv p m0 in
0 2 2 S O 00;0 :��; N O j p V
V TJ-, g 0 01
aZ •" , g a � O S
^OtD$ Z y OIn •�, zv M V Ri
M, NT O
c� N�m��ic� .:., M, n
Oji _ A ;
ONZ C 6� �m �:._` 111 .107 yp n�
krCrp y a m m 1;
yr• it z Ipi1 0 � N ;0CM M Z
!
z::N z
O / ,
-�
M0
mrn
p z� j<b m v,
M o 000 �m'I
000 � N
p 2
x°m /, \ m /D
p �_� MCC LS
— VJ
„�-< - -- - - z o m
OO G0 �2
Z>mz CO oa
0 Cc T A
Amo Dnp moll 00 MCC2
m�o ��z 4 TTO zo
mv0 NMo O 00 pm
O t` z c n m 0 n Z m C p
o v m r O Mao No
M m p m �ZG
M
p
p m a
M
MCC3
�n
_ n
•D
MCC SR $
DEMOLITION OF
EXISTING SERVICE
ENTRANCE BUS DUCT
20DOA BUS OUTLET -
MCC -A
480V, 3#, 3W, 20004, 65 KAIC MCC EE
UTILITY -
MOC 82
OVERHEAD
SERVICE
ENTRANCE
I
DEMOLITION OF w m MCC B3
EXISTING CTS, PTS, U U O
AND METER SOCKET i g a 0
WWTP PRIMARY SERVICE
EXISTING ONE LINE DIAGRAM AND DEMOLITION
Issued
�for
Addendum #1
PEAK
H L H C T H I C A L
1323 PORT NECHES AVENUE
PORT NECHES, TX 77651 /� `,
(909) 729.2226 QM � 1.iK evil
TREE REG. NO. F-10615
MARY AND SECONDARY
TORS
AIN
0- .0 AND PRIMARY GENERATOR FOR MAN OUTFALLLIFT STATION
® ZN *�7 CITY OF PORT ARTHUR m
ARCENEAUX & GATES m m m jtc••••••••........... •••••••c � z 6/6/11 #1 ISSUED FOR ADDENDUM
ARCENEAUX Consulting Engineers, Inc. _ veawow x. wwl#oN /
�1N ' • •• � , WWTP PRI. PLOT PLAN & ONE LINE
GATES Engineers Surveyors Planners m m �'�,�•• 4/Y34 tPt// + ""ISSUED FOR APPROVAL
,ll�t►•��CIMfE�•A Na DACE REMON � Ov.
PORT ARTHUR, JEFFERSON COUNTY, TEXAS " `� " 70 sem, or. ro scuF onneN m: �
9oe Nw: ar,-sro mato or. ,e� o6Ea® er.
J r
SWAT � 200P,T 10DAT 400AT � 400AT � 225AT SWAT
(2} 3"C
350 MCM l�
#1 AWG GND y
ti
2"C �
#3/O AWG It
#6 AWG GND
ti
1-1/2•C �.
2000AT U
°
O
O
3
<
�ZO
(z}z-lrrc �
U
o°z
mC)
3�
Qm
ii
DC7
O
Q(7
2"C
o
�O
�
mfz7
350 MCM l� 8
#1 AWG GNO y
y
riR
�3
�.A
NA
�A
(2} 3"C
350 MCM l�
#1 AWG GND y
ti
2"C �
#3/O AWG It
#6 AWG GND
ti
1-1/2•C �.
#2 AWG /4
#8 AWG GND
(z}z-lrrc �
#MO AWG I� 8
#2 AWG GND y
1
3"C
600 MCM /� 8
2"C
#4/O AWG /f
#2 AWG GND
(2} 3'C � .
350 MCM l� 8
#1 AWG GNO y
y
G)
m
-----------------
n BOO MCM/p W �+
Oaf#� go #1/0 AWG GND $ 20
=a¢a
I� r
D
C
p W Z _I
"0
D $gyp y
j 8 _ o
m
c N� O
m
v
Z g (4}4'C
600 C.
cn a -----._------- 6DO MCM NEUTRAL
mm= m ~
p? U m 0 n F
rn
DO
1411h GZ1 n
o x
o 1\
------------- a
\ ~ N O r
M —�— ---
-- _� AWG
COMM
m m •IJ COMMUNICATION
C
N
O -
--- -- .� N
$ m10
r -i <ri
mO I�
EXISTING MCC / / .2 rn q m C z$ �^
p p y( p r �8� �m;;;yy j mC I
MW .71 m m 111 \ y yy y
\l C O D < O D (� $ 0 g Z y r m
5$ oMwZ� pa, tciirn a.'DN Amb," a� G) L7� 'C1m
mm mX�= 7� r NNr 7r m Q$a
0yp0 0 R. . O Ao mg N A- Z
tm O m m FC' fiZ $0 2 �'Z <Ca0
F T y 0p0 _C C m DOT
_ �1N0 a
m c FO- 41m� yap713#4 W#IBG�10
0
< L)�+ Gp
�2m�A x D4�
Q�10 %= o moD
mZT Om P>O m v g
' O
O (3) 35DMGM
\ W y WXWND
C m o
N> o y
a a p
Z Z o
LF FF O u
nC O
<M8
5 z R - � O (2) 350MCWO
DP T
moC) Z D
=m
<r
—r
OTO m
m0 0 (2) 350MCMIm
a�N o
\r O
O
/n a O (3)#2AWG
VM � o
v>
OZ
Z
M (3) #2AWG
Z �
_ g
r = x S
D^ A 3 '-'2GND j
GJ m"c (e)2.
D C)
= A V
61
vAi A (3)#BAWG
(4µ."W
N (31#12AWG
R
o W
p (3)#104WG
IV A
m
x �
4 O
<
y F rn (3) #12AWG
Jr�
.Lp Z
P E/W
Issued for Addendum #1 F y (3)#12AWG
as�D
B L E C T I I C A L pry
1323PORTNECHESAVENUE 7a Z
PORT NECHES, TX 77651
(409)729-2226 GM J1.1 PO 1
TBPE REG. NO. F-10915
� PRIMARY AND SECONDARY GENERATORS FOR MAIN WWTP
+?:�1 AND PRIMARY GENERATOR FOR MAIN OUTFALL LIFT STATION
® zy *�'y CITY OF PORT ARTHUR 3 m
ARCENEAUX & GATES rmA %t •
ARCENEAUX A ^ I z 6/&11 #1 ISSUED FOR ADDENDUM —I
ConsultingEngineers, Inc. z G VlNNON N. 11ARNON
& 8 01 41954.•......'tj 1 3/24/11 ISSUEDFORAPPROVAL
GAPES
Engineers Surveyors Planners mm ,,. M. OUTFALL DETAIL AND ONE LINE
m.u.. ovma .c m ---
lit DAN
`1=� ra. 041E �1sa 4rraov.
* �%��� ;= PORT ARTHUR, JEFFERSON COUNTY, TEXAS °"� `�" ""'° Dmas sol ro srxF o#AN1 5r EL
.1oa No.: aA-e7o o®axEn er: ,r� a¢ncm ec
�g
S �D
8�r�
�O Od
8�
s �i$
F—O CH
2 OS
9 ti
f--•r`--f I ---o o-�
z
T~
�g
8g
r9
ala
r,+zm:o:•�r..r+a mrrs-rneery:z�u.�+wn�arz,..e.wm.e�+w..vc.�..d.wm���..., osererw ovrrru r.�ru ��zav
m�
m
PO°
0
M 0 A
�D pC>n TZ x X P iC N
,l X Z z? N <D D m
m ? Go,z xo' mg c <�< Il yv>�6ig P
Xj O 3! P> IZ71 DO x F �2 T p Z -Harp =fxn
z XD d ; 0 t"iim 'O amian II 1C)o EI P x(N
x o �x z mp x Pr O
N a
° g
�+c w I^ x2�cy II 01 �C� �O
dr ; �O 'c m P" dx
m "Z Or
"g
X D� OpD $x_
\ �C
a m O
NOy m __ ____ _____-
r
4c w $ c _ _ _ L _____
D ° " ; --- ---- ,
D
�� \
M> z m«
T1 Z -- TZ P; Tr "� g �M,
/V Q Oya DC = l/ y �m� T'1 m L c �2N �mD p� 11�11(� Ox..
o Z`r 4m> Q r Q 2 n Z7 \ Q N N " .�m� to f�l)r
TC P; D-� < p 7Q " ° Z ��" m Pm III N
/ N D N -n N i Z z m ; m I
222 0
2 m r m PNQ 2- X v 7 2$ yNA�
Wer Oz ''�^55m n�Lr z ti p °
co �m f 0 cn \ rz� P O v' e � r7 FF� III r pZ
v "N P v rw f ;t W 00C III O �C
2 C DZ p TIC p Z Ti Cm 0Q. ii pg P�
v D OZ OD UJ Py y —4 m Dr, DZ<< IC j�
Z pZ II
Z A m z 0o m�
//�� o /'� n ^
UJ �y U/ VJ" m N III
D „ O P O _ uIul
2> 4S2
m�c -M
acu
pI
°ro n o mr illl
2D <;
C, < 1m CrD' �CM Z
MZ
N T
mai c"' pm�r ° — a
91
O
" Z
D C P�
S
n0—
I
y r
a6 0� zzN 0p
Em pazi� Cpzm T m x
8SL] a �ZO
0 0 0 �7
p
M s N
M=1 M z mim°' m Z
g '0
cFiz� ;�=P� i�
mz 0zr
In
«
Tin
y mm�
IAni, cZi ""' o :F=2T C �\\ N
�1
� r _ 7
i
Q 0 v >M ^3N m
zm
_I Q >O
0 D Q 0 6� o
(n C Z
G)r —i
w H 3
> > ;
M C r
w �
ch
M
m
m
O N
0 L1 v
CZDO
CD O g� Mw
C)
CD mc�0'0
T� o
Ti G) D
;o m N
�, z
D
0mTmz cm V om0 W
O /V Q Z1 �1 `n! �� N ly D
F: N
�iiwQ-n �Qr N
ODEE
XD k y �Zr 'N O'O ��
M cn G) N v N
w C C o �o
m N O> z D Z i
CW j-� " W� 00 rp F$�O" _
V28 W / M , .. r
m�
fn
(n 0 9 Z
T mN
DMD
m
2
PEAK Issued for Addendum #1
I 1 e c r R 1 7"A i v4�UY� y�Jf(p�yj.yti
1323 P(IRT NECHES AVENUE. l W
PORT NECHES,TX 77651 `,
(409) 729-2226 oG lI .0011
T13PE REG.NO.P-10815
* -te a � PRIMARY AND SECONDARY GENERATORS FOR MAIN WWTP
Z � :;s.......+ I
® z ?a��� AND PRIMARY GENERATOR FOR MAIN OUTFALL LIFT STATION
ZNt.
'4 CITY OF PORT ARTHUR '
ARCENEAUX ARCENEAUX & GATES m m A i.. *1 9
m I""'"""^""'-'-"""'--•�••/ z &6111 #1 ISSUED FOR ADDENDUM 00
Consulting Engineers, Inc.. z / ve11NON N. 1zARM0z1 /
& �+ m !', NY6{ .4yt�'/ 1 3/24171 ISSUED FOR APPROVAL
GATES Rngineen Surveyors Planner.
'Mo,
�o M. OUTFALL DETAIL -Na
1I;1►a:�CYN6t�0=moi on7e wura er. ,rL
PORT ARTHUR, JEFFERSON COUNTY, TEXAS rtswuer =1 rut: Nm ro vu
Q0.: Z. I
M - � I� a.
EXHIBIT C
(City of Port Arthur)
(Law Department)
(Required Form)
(7/8/88)
(10/5/89)
(3/15/90)
(9-8-94)
(p.2 Revised 9/18/90)
CERTIFICATE OF STANDARD FORM CONTRACT FOR LAW
DEPARTMENT REVIF. WAND CITY COUNCIL AGENDA
I certify that the contract (hereinafter called "said contract") affixed to the attached Proposed City Council
Resolution No 16500 is an exact duplicate of an applicable standard form contract (the title of which is shown
below) previously approved by the Law department and adopted as a standard form by City Council
Resolution, except for the blanks that have been filled in with all necessary information and except for the
changes described below.
The title of the applicable standard form contract is:
[X] Federally Funded Construction Contract, Revised 1/5/88, 7/89, 8/89; 4/28/94
[] Non -Federally Funded Construction Contract, Revised 1/5/88, 7/89, 8/89; 4/28/94
[ ] Federal - Professional Services - Engineering Contract, Revised 1/5/88, 5/89 (§ 10) 7/89/(§8); 10/89;
2/91 (§8)
] Non -Federal - Professional Services - Engineering Contract, Revised 1/5/88, 5/89(§10), 7/89(§8),
10/89; 2/91(§8)
] CDBG - Professional Services - Engineering Contract, Revised 1/5/88, 5/89 (§10), 7/89(§8), 10/89;
2/91 (§8)
[ ] Federal - Professional Services - Non -Engineering (Consultant) Contract, Revised 1/5/88, 5/89 (§10),
7/89 (§8); 10/89; 2/91 (§8)
] Non -Federal - Professional Services - Non -Engineering (Consultant) Contract, Revised 1/5/88, 5/89
(§ 10), 7/89 (§8); 10/89; 2/91 (§8)
[ ] CDBG - Professional services - Non -Engineering (Consultant) Contract, Revised 1/5/88, 5/89 (§ 10),
7/89 (§8); 10/89; 2/91 (§8)
[ ] Other Standard Form Contract, described as follows:
The changes are as follows: (Put an "X" in the appropriate [ ])
[ ] None.
[X] The following described provisions at the indicated page, section, etc. of the standard form have been
deleted from said contract:
Page 1 of 3
(p.2 Revised 9/18/90)
(Certificate of Standard Form Contract, page 2)
DELETIONS
Subsection or
Page Number Section or Paragraph No. Subparagraph No. and
Where Deleted Provision and Caption Which Caption Which Contains
Is Found On Standard Contains Provision Provision Deleted From
Form Deleted From Form Form
None.
Description of
Provision Deleted
[X] The following described provisions at the indicated page, section, etc. of the standard form have been
altered, modified, replaced or otherwise changed:
ALTERATIONS, MODIFICATIONS, REPLACEMENTS, ETC.
Page No.
§ or ¶ No. &
Where
Caption of
Provision Found
Standard Form
on
which
Standard Form
Contains Provision
Section A
Standard Form of
Standard Form
Agreement for
Owner -Contractor
Section B Advertisement and
Invitation for Bids
Section C Instruction to
Bidders
C-9 Section C
Sub § or Sub ¶ No.
& Caption
of
Standard Form
which
Contains Provision
Page 2 of 3
Advertisement and Used TDRA Form
Invitation for Bids
Instructions to Bidders Used TDRA Form
Information to Bidders Includes schedule for
mandatory pre-bid
meeting.
Page § & caption
sub § & caption, etc.
Description
of said contract
of
which contains altered,
Provision
etc. provision; &
in
Description of
Standard Form
Alteration etc.
Used TDRA Form
Advertisement and Used TDRA Form
Invitation for Bids
Instructions to Bidders Used TDRA Form
Information to Bidders Includes schedule for
mandatory pre-bid
meeting.
p.3 Revised 9,118/90)
(Certificate of Standard Form Contract, page 3)
[X] The following provisions have been added to Said Contract:
Page, Section and Caption
Subsection and Caption, etc. of Said Contract Which
Contains the Added Provision and Description Thereof
Sub § or Sub ¶ No.
§ or ¶ No. & & Caption of
Page No. Where Caption of Standard Standard Form Description of
Added to Form which which Contains Addition to Description of
Standard Form Contains Addition Addition Standard Form Addition
Section H Supplemental Usually blank Used TDRA
General Conditions Supplemental General
Conditions
I further certify that said attached proposed City Council Resolution contains the following provision:
"That said contract is an exact duplicate of a City Standard Form Contract except for the changes described in the
Certificate of Standard Form Contract, a copy of which is attached hereto as Exhibit "D" and is hereby incorporated
by reference, and said changes are hereby approved."
I understand that this certificate will be relied on by the Law Department in reviewing and approving (or
rejecting) as to form and by the City Council in reviewing and adopting (or rejecting) said Resolution and Contract.
Signed this day of u n 12011.
Department Mead
Page 3 of 3