HomeMy WebLinkAboutPR 11778: SLIP-FORM PLACEMENTPUBL:[C WORKS DEPARTMENT
COUNCIL ACT1~ON MEMO
TO:
FROM:
SUB3ECT:
DATE:
Steve Fitzgibbons, City Manager
Leslie E. McMahen, P.E., Director of Public Works
P.R. ~.1778
May 10, 2002
RECOMMENDATION:
]~t is recommended that the City Council approve Proposed Resolution No. :1J.778,
awarding a bid and authorizing a One Year Contract for Concrete Slip-form Placement
of concrete curb and gutters and concrete curbs, and construction of concrete
sidewalks, driveways and wheelchair ramps to Hollier Construction Company of Groves,
Texas. This contract will be awarded on a UNIT COST BASIS and will be utilized for
various City and CDBG Grant funded projects, with an estimated annual expenditure of
$2s,000.
BACKGROUND:
This is an annual contract for the placement of concrete facilities. This process has
been utilized by the Public Works Department for the past eleven (11) years. The City
will pay for all materials associated with the process, with the contractors' sole
responsibility being to furnish labor and equipment for the placement of the materials,
and to place the materials, or have the contractor do a turn-key job, whichever provides
the most advantage to the City. This process will allow for a more standard and quality
product. This contractor will supply a specialized piece of equipment used in the
forming of concrete which saves time in concrete placement and is more convenient for
our citizens.
Bids were advertised in the Port Arthur News on March 31, 2002 and April 7, 2002, with
six (6) packets being mailed out or picked up. An ineligible bid was submitted at the
April ~.7, 2002 bid opening by a prospective bidder who did not attend the mandatory
pre-bid conference so the bid was not opened. Since no other bids were received, the
City Council subsequently authorized the staff to re-advertise for the work.
Bids were re-advertised on April 21, 2002 and April 28, 2002 with six (6) packets being
mailed out or picked up. Only one ([1) bid was received and opened on May 8, 2002, as
follows:
P.R. No. 11788
Page #2
Hollier Construction Company
Groves~ Texas
ZTEM NO. :iTEM UNTr UNTI' COST
1. City standard curb/gutter section (turn key) LF $17.50
2. City standard curb/gutter section (labor and equipment LF $4.95
only)
3. City standard updght curb (tum key) LF ~4.85
4. City standard upright curb (labor and equipment only) LF ~2.25
5. 4' sidewalk (turn key)
a. Less Than 100 feet $2,500 min.
b. 100 feet or more LF $20.00
6. 5' sidewalk (turn key)
a. Less than 100 square yards $2,500 min.
b. 100 square yards or more SY $45.00
7. Greater than 5' wide (rum key)
a. Less than 100 square yards $4,000 min.
b. 100 square yards or more SY $45.00
8. Residential Driveway 4" thick (turn key) SY ~;49.50
9. Residential Driveway 6" thick (turn key) SY $60.00
10. Wheelchair ramps (turn key) EA $1~600
Hollier Construction has provided this service for the past eleven (11) years, and their
prices reflect a 0% to 12.5% increase over last year's prices on work we secure most
often (Items 2 and 4), and 0% to 80% on work we secure less otten (all other items).
The City has had a good experience with this contractor and found them to be very
qualified. This bid was reviewed by the Public Works staff and Purchasing Manager,
and the bid prices for Items 1, 2, 3, 4 and 5 are considered to be the fair market value
of the services and in line with past costs for this service. The prices for Items 6, 7, 8,
9 and 10 are on the high side and these services would be used only if absolutely
needed or could not be acquired through the quote process.
BUDGETARY/FISCAl. EFFECT:
Funds are provided in the Pubic Works Street Division FY 2002 Budget, Account No.
001-1203-531.36/51/86 and in the 28th Year CDBG Street Program accounts, along with
any specially funded projects.
EMPLOYEE/STAFF EFFECT:
Acceptance of this recommendation will have no effect on staffing levels at this time.
P.R. No. 11788
Page #3
SUMMARY:
It is recommended that the City Council approve Proposed Resolution No. 11788,
awarding a bid and authorizing a One Year Contract for Concrete Slip-form Placement
of concrete curb and gutters and concrete curbs, and construction of concrete
sidewalks, driveways and wheelchair ramps to Hollier Construction Company on a UNiT
COST BASTS~ with an estimated annual expenditure of $25,000. The prices bid for the
various categories of concrete work are in line with past costs for these services.
Funding is available in Public Works Streets Division FY2002 Budget Account No. 001-
1203-531.36/51/86 and in the 28u~ Year CDBG Street Program.
Leslie E. McMahen, P.E.
Director of Public Works
LEM/TS/vkl
file c;\wordLslip forrn2002
P.R. 11778
05/10/02
RESOLUT/ON NO.
A RESOLUTION AWARDING A BID AND AUTHOP~ZING THE
EXECU'I/ON OF A ONE YEAR CONTRACT BETWEEN THE CI-I'Y
OF PORT ARTHUR AND HOLL/ER CONSTRUC I ,tON COMPANY
OF GROVES, TEXAS FOR CONCRETE SLtP-FORffl PLACEMENT
OF CONCRETE CURB AND Gb I ~ ERS AND CONCRETE CURBS,
AND CONSTRUC'[/ON OF SIDEWALKS, DP./VEWAYS AND
WHEELCHA/R RAMPS ON A UNI'r COST BASIS FOR VAR.tOUS
CITY FUNDED AND CDBG GRANT FUNDED STREET
PRO3ECTS; PROPOSED FUNDING: STREET DIVISION
FY2002 BUDGET ACCOUNT NO. 001-1203-531.36/51/86
AND THE 28TM YEAR CDBG STREET PRO~ECT ACCOUNTS~
WITH AN ESTI[flATED ANNUAL EXPENDITURE OF $25~000.
WHEREAS, periodically the City requires the services of a contractor to place concrete
curb and gutters and concrete curbs and construct sidewalks, driveways and wheelchair
ramps for various projects; and,
WHEREAS, the City sought bid prices for such services; and,
WHEREAS~ one (1) bid was received and opened on Hay 8, 2002 for the above
referenced Contract and it has been evaluated by the Public Works staff and Purchasing
Manager; now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR:
THAT the City Council of the City of Port Arthur hereby awards the bid for a one (1)
year contract for Concrete Slip-form Placement of concrete curb and gutters and concrete
curbs, and construction of sidewalks, driveways and wheelchair ramps, to the lowest
responsible bidder to wit: Hollier Construction Company of Groves, Texas as shown on
Exhibit "A'; attached hereto and made a part hereof; and,
P.R. No. 11778
Page #2
THAT the Mayor and City Manager of the City of Port Arthur be and they are hereby
authorized and directed to execute on behalf of the City, a contract between the City of
Port Arthur and Hollier Construction Company for a one (1) year contract for the above
referenced services at various locations in the City of Port Arthur, Texas; and,
THAT the contract is awarded on a UNIT COST BASI$~ as shown on Exhibit "B",
attached in part hereto and made a part hereof, a complete copy of which in part hereto
and made a part hereof, a complete copy of which is available for review in the office of
the City Secretary; and,
THAT the estimated annual expenditure under this contract is $25,000; and,
THAT said Contract is an exact duplicate of a standard form Federally Funded
Construction Contract except for the changes described in the Certificate of Standard Form,
a copy of which is attached as Exhibit "C" and is hereby incorporated by reference, and
said changes are hereby approved; and,
THAT a copy of the capUon of this Resolution be spread upon the Minutes of the City
Council.
READ, ADOPTED AND APPROVED this
a
by the following vote: Ayes:
Councilmembers
__ day of A.D., 2002, at
Meeting of the City Council of the City of Port Arthur, Texas,
Mayor:
P.R. No. 11778
Page #3
;
Noes:
Mayor
A'II'EST:
Acting City Secretary
APPROVED AS TO FORM:
City Attorney
APPROVED FOR ADMINISTRATION:
Steve Fitzgibbons
City Manager
Leslie E. McMahen, P.E.
~ ~Di~'~e~tor of Public Works
e~ ~ ( L~<_.Un~d~erh~P~ROVED AS TO AV~IIZABILITY~z!~Lj~..~/~OI~ FUNDS:
Finance Director
file c:\word\resslipform2002
BID DATE:
Exhibit "A"
P.1L No. 11778
BID
TO: CITY OF PORT ARTHUR
444 4TH STREET
P.O. BOX 1089
PORT ARTHUR, TEXAS 77640
Proposal of /L)t~,/Xt/.~'~ /~,o~e;'~t,4~ (hereinafter ca led "B,I;DDER"), organized and
existing under the laws of the S(ate c~f-~ doing business as *
and acting by and through .~.~-' /_/~.~/,~,,~er? . 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 each project selected by the City for the slip-form placement of concrete and
construction of sidewalks, driveways and wheel-chair ramps. Each project will be selected on or
before one year from the date of the contract and will be identified in a notice to proceed issued on
or before said time. Each project shall be constructed 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, o'r agreement as to any matter relating to this BID with any other
BIDDER or with any competitor.
BIDDER hereby agrees to commence EACH PROJECT under this Contract on or before a date
to be specified in the Notice to Proceed and to fully complete the PROJECT within the consecutive
calendar days specified in the Notice to Proceed, including, but not limited to, ail Saturdays, Sundays,
and Federal, State, and City holidays thereafter. BIDDER further agrees to pay as liquidated
damages, the sum orS. -0- for each consecutive calendar day thereafter including, but not
limited to, all Saturdays, Sundays, and Federal, State and City holidays as provided in Section 54 of
the General Conditions.
Enclosed is bid security as required.
BIDDER acknowledges receipt of the following ADDENDUM:
*Insert "a corporation," "a partnership," or "an individual" as applicable.
D-I
Exhibit "A"
P.I~ No. 11778
BIDDER agrees to perform all the work described in the Contract Documents for the'folloWing unit
prices or lump sum:
BID SCHEDULE
NOTE: The City &Port Arthur is a tax exempt agency. The CITY will furnish approved bidder
with Tax Exemption Certificate for materials used on this project.
NO: ITEM UNIT UNIT PRICE
1. Placement of City Standard curb LF $ / 7
and gutter section per drawing
and specification, as called for in
Section I, Ha to He
2. Placement of City Standard curb
and gutter section per drawing
and specification, as called for in
Section II, Hd to Hf
3. Placement of City Standard upright
curb, per drawing and specification
as called for in Section Ha to He
4. Placement of City Standard upright
curb, per drawing and specification
as called for in Section II, Hd to Hf
5. Construction of 4' wide sidewalk
~ 4" thick per dra~ving and
specifications
a. Less than I00 feet
b. 100 feet or more
6. Construction ors' wide sidewalk
@ 4" thick per drawing and
specifications
a. Less than 100 feet
b. 100 feet or more
Construction of sidewalks greater than
5' wide (~ 4" thick per drawings and
specifications
a. Less than 100 square yards
b. 100 square yards or more
LF
LF $ ~b,t, o
$ &.'7, oo
SY $
SY $
D-2
Exhibit "A"
P.P~ No. 11778
8. Construction o£residential driveway
~ 4" thick per drawing
and specifications .
9. Construction of residential driveway SY $
@ 6" thick per drawing and
specifications
10. Wheelchair Ramp per drawing and
and specifications
EA $ /~'t~tS). ~ e~
unit 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. Bid shall be good for sixty (60) days after date of bid opening.
Respectfully submitted:
Sigfl[tffr6
Address
Date
License N/u~n~e~r(if applicable)
(Seal - If bid is by a Corporation)
Attes~
D-3
Exhibit "A"
P.R. No. 11778
AFFIDAVIT
All pages in offer's bid proposal containing statements, letters, etc., shall be signed by a duly
authorized officer of the company, whose signature is binding on the bid proposal.
The undersigned offers and agrees to one of the following:
by certify that I do not have outstanding debts with the City of Port Arthur. Further,
I agree to pay succeeding debts as they become due during this agreement. ·
I 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 ofsaid debts. I further agree to pay succeeding debts
as they become due.
OF O EP R:
7 57-
CITY/STATE/ZIP
TELEPHONE NUMBER
SIGNATURE
SUBSC]~EDAND SWORN to before me by the above named -~t,l-( ~_~ q.~ on
this the or'day of ~k'~,~ · , 20°~.
Notary Public in and for the State
[DAVIT AS PART OF TItE BED PROP~I~
D-4
Exhibit "A"
P.R. No. 11778
CITY OF PORT AR~
EXCEPTION/APPROVED EQUAL REQUEST
VENDOR:
PROJECT:
(Please submit this form for each exception/approved equal)
.TELEFAX:
PAGE: of
SUBJECT:
.PARAGRAPH
REQUEST:
Signature
FOR CITY OF PORT ARTHUR USE ONLY
APPROVED:
1LEMARK S:
.DISAPPROVED:
CLARIFICATION:
Signature
CITY OF PORT ARTHUR REPRESENTATIVE
D-5
BID OPENING DATE:
CITY OF PORT AKTHUK
INSTRUCTIONS TO BIDDEK
Exhibit "A"
P.R. No. 11778
Bidders are requested to furnish their complete REMIT TO ADDRESS and
.TAX IDENTIFICATION NIJMBER as indicated below:
.REMIT PAYMENT TO:
&os
ADDRESS ~$~q q '7 3 q~1 5'3
CITY/STATE/ZIP ¢l,~OV(~ '~.~ ,q,q b l q
SEND PURCHASE ORDER TO:
TAX IDENTIFICATION
D-6
ACORD,. CERTIFICATE OF LIABILITY INSURANCE
PROOUCER (409)962-3298 FAX (409)962-0247
3ulian Salter 'rnsurance ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE
4000 Twin City Hwy., Ste. 32!
Groves, TX 77619
Donna Mulherin
INSURED Hol)ier Construction Company
5247 39th Street
Groves, TX 77619
COVERAGES
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURERA: TRINI-rY UNIVERSAL INS CO
INSURERB: TRINITY UNIVERSAL OF KANSAS
INSURERC: Texas Mutual Insurance Company
INSURER D:
INSURER E:
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 DESCRISED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR TYPE OF INSURANCE POLICY NUMBER
DATE (MM/DDffY) DATE (MMIDD/YY) LIMITS
GENERAL LIABILITY GLA7472630-12 04/26/2002 04/26/2003 EACH OCCURRENCE $ 1,000,000
--G-
A COMMERCIAL GENERAL LIABILITY FIRS DAMAGE (Any one fire) $ 100,000
I CLAIMSMAOE [] OCCUR MEDEXP(Anyonepe~s~) $ 5~000
A __ PERSONAL & ADV INJURY $ 1,000 ~ 000
GENERAL AGGREGATE $ 1, ooo. ooo
-~N.L AGGREGATE LIMIT APPLIES PER: PRODUCTS · COMP/OR AGO $
PRO-
~ POLICY n--~ JECT r~LOC
A__?OMOBILEMABILITY FCA6560867-12 , 04/26/2002 04/26/2003 COMBINED SINGLE UMIT
ANY AUTO (ER accident) $
1,000,000
ALL OWNED AUTOS
BODILY INJURY
$
X SCHEDULED AUTOS (Per person)
0 --
HIRED AUTOS
BODILY INJURY
NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE
(per aCcJdent) $
GARAGE LIABILITY AUTO ONLY. EA ACCIDENT $
ANY AUTO OTHER THAN EAACC
AUTO ONLY: AGO $
EXCESS LIABILITY EACH OCCURRENCE
I OCCUR I'~ CLAIMS MADE AGGREGATE $
$
DEDUCTIBLE $
RETENTION $ $
WORNERSCOMPENSATIONANDEMPLOYERS. LIABILITY SBP-0001030548 20010921 09/21/2001 09/21/2002
C E L. EACH ACCIDENT $ 100000(
E L. DISEASE - EA EMPLOYEE $ 100000C
E L. DISEASE - POLICY LIMIT $ 100000[
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
CERTIFICATE HOLDER I I ADDITIONAL INSURED: iNSURER LETTER __ CANCELLATION
CITY OF PORT ARTHUR
P.O. BOX 1089
PORT ARTHUR, TX 77641
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE T~EREOF, THE ISSUING COMPANY W~LL ENDEAVOR TO MAIL
DAYS WRITTEN NOTICE TO THE CERTIFiCATE HOLDER NAMED TO THE LE~T,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, [TS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
Donna Mul herin/DONNA
(g)AC;ORD CORHL)KA 1 IL)N 19~
Extu'bit "B~'
P.R. No. 11778
EXHIBIT "B"
COPY OF EXHIBIT "B" IS AVAILABLE IN THE CITY SECRETARY'S OFFICE FOR
P.R. # 11778
Exhlb~t 'C '
(City of Port Arthur)
(Law Depar~men0
(Required Form)
(07/08188)
0O/O5/89)
(03/15/90)
(p. 2 Revised 09/18/90)
CERTIFICATE OF STANDARD FORM CONTRACT FOR LAW
DEPARTMENT REVIEW AND CITY COUNCIL AGENDA
I certify that the contract (hereinafter called "said contract") affixed to the attached proposed City
Council Resolution No. 11778 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 01/05/88, 07/89, 8/29
[ ] Non-Federally Funded Construction Contract Revised 01/05/88, 07/89, 08/89
[ ] Federal - Professional Services - Engineering Contract, Revised 01/05/88, 05/89, 07/89, 04/91
[ ] Non-Federal - Professional Services - Engineering Contract, Revised 01/05/88, 05/89(§10),
07/89(§8)
[ ] CDBG - Professional Services - Engineering Contract, Revised 01/05/88, 05/89,§ 07/89§
[ ] Federal - Professional Services - Non-Engineering (Consultant) Contract, Revised 01/05/88,
05/89(§10), 07/89(§8)
Il
Non-Federal - Professional Services - Non-Engineering (Consultant) Contract Revised 01/05/88,
05/89 (§10), 07/89(§8)
[ ] CDBG - Professional Services - Non-Engineering (Consultant) Contract, Revised 01/05/88,
05/89(§10), 07/89(§8)
[ ] Other Standard Form Contract, described as follows:
Standard form for non-construction, services type contracts
The changes are as follows: (Put an "X" in the appropriate [ ]).
[371 None.
[]
The following described provisions at the indicated page, sect/on, etc. of the
standard form have been deleted from said contract:
DELETIONS
Exhibit
P.R. No. 11778
Page Number
Where Deleted
Provision is
Found On
Standard Form
Section or
Paragraph No.
and Caption
Which Contains
Provision Deleted
From Form
Section or
Subparagraph No.
and Caption
Which Contains
Provision Deleted
From Form
Description of
Provision
Deleted
[]
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.
Sub § or
Page No. § or § No. Sub § No.
Where & Caption of & Caption
Provision Standard of Standard Description
Found On Form which form which of Provision
Standard Contains contains in Standard
Form Provision Provision Form
Page, § & caption;
sub § & caption,
etc. of said contract
which contains
altered, etc. provision;
Description of Alteration
etc.
NONE
ADDITIONS
[ ] 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
NONE
I further certify that said atlached 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 "B" 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 I O 4-q. day of 1~-~-'-/ ,2002.
Department Head or City Manager