HomeMy WebLinkAboutPR 19354 REPLACEMENT AND/OR INSTALLATION OF ALL MANHOLES 'J
City of P.R. No. 19354
4/14/16 ds
urt rrftu —
Texas
INTEROFFICE MEMORANDUM
WATER UTILITIES DEPARTMENT-ADMINISTRATION DIVISION
Date: April 8, 2016
To: Brian McDougal, City Manager
From: Jimmie Johnson, Ph.D., Asst. City Manager
RE: Proposed Resolution No. 19354
Nature of the Request:
The Water Utilities Department is selecting the best bid for the replacement of 2,700 L.F. of
sewer main along HWY 365, including replacement and/or installation of all manholes along
this section of pipe. The Main Lift Station supplies wastewater collection services for
customers in the City of Port Arthur.
Three (3) vendors have submitted bids. MK Constructors has met the specifications and was
chosen as the lowest bidder.
Excavation& Construction LLC $698,604.24
Port Arthur, TX.
Allco $572,375.00
Beaumont, TX.
BDS Constructors,LLC dba MK Constructors S544,665.00
Vidor, TX.
P.R. No. 19354
4/14/16 ds
Staff Analysis, Considerations:
City personnel will inspect and approve the project as the work is done.
Recommendation:
I recommend that the City Council approve Proposed Resolution No. 19354 to authorize the
execution of a contract in an amount with an estimated budgetary impact of$544,665.00 for
replacement of the Sanitary Sewer Line along HWY 365.
Budget Considerations:
Subject to an amendment of the budget, this equipment will be charged to the sewer bond
Fund, #428-1625-532.83-00.
P.R. No. 19354
4/14/16 ds
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE EXECUTION OF
A CONTRACT FOR THE HWY 365 SANITARY SEWER
LINE REPLACEMENT FOR THE UTILITY
OPERATIONS DEPARTMENT WITH MK
CONSTRUCTORS OF VIDOR,TX, IN THE AMOUNT OF
$544,665.00. FUNDS ARE AVAILABLE IN ACCOUNT
NUMBER 428-1625-532.83-00
WHEREAS, the Utility Operations Department needs to accommodate growth of
development in the HWY 365 area by increasing the capacity of infrastructure in that area of the
City; and,
WHEREAS, the Utility Operations Department and the Purchasing Division have
solicited competitive sealed bids for this project, pursuant to Chapter 252 of the Texas Local
Government Code; and,
WHEREAS, the bids have been evaluated by the Utility Operations Department and
Purchasing Division. (a copy of the Bid Tabulation attached as Exhibit"A"); and,
WHEREAS, MK Constructors of Vidor,Texas has submitted the lowest responsible bid.
NOW THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PORT ARTHUR:
THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to
execute, on behalf of the City of Port Arthur, a contract between the City of Port Arthur and MK
Constructors, for the HWY 365 Sanitary Sewer Line Replacement Project, in the amount of
$544,665.00, in substantially the same form attached as Exhibit"B"; and,
THAT, funding for this material will be provided for in the Utility Operations budget,
subject to approval of a budget amendment as delineated in Proposed Ordinance No. 6548; and,
P.R. No. 19354
4/14/16 ds
Page 2 of 3
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 ,
2016 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the
following vote:
AYES: Mayor •
Councilmembers:
NOES:
Deloris Prince
Mayor
ATTEST: APPROVED FOR ADMINISTRATION:
Sherri Bellard Brian McDougal
City Secretary City Manager
APPROVED AS TO FORM:
I� 61461t,44(4-tt
Valecia Tip - o Clifton Williams, CPPB
City Atto ‘: Acting Purchasing Manager
P.R. No. 19354
4/08/16 ds
Page 3 of 3
Dr. Jimmie Johnson, PhD
Asst. City Manager
APPROVED AS TO THE AVAILABILITY
OF FUNDS:
Jerry Dale, A/GFOA 1I'.
Director of Finance EA T'(6Nb
Exhibit "A"
(Bid Tabulation)
Adok
n
o1 C...
r ad a nfr/
5 .arr
o
ti
`\ z r ��.
Ly
o a F vl y
00 �- 2 va A
DD q0
cn x
CD
K C
W
P n
cm
x VI I:1
d pa Pm,. *11
0
o ia
P m b
c �' to a O
`.~a �'
p X o r
a 7: `3
Vtil
173 X
a
Cd = eD,
C4
o c =
y
-».+
CA , r1qco
ts-
C1 n 0 1.1 tn
X '6a ori
Ryn
a
ar
r2
4
r
Cso E
o
R
O CCD CCD to '-' n
ti `i' tvn C) 0
� VI
. o
o
BID
TO: CITY OF PORT ARTHUR
444 4TH STREET
N.O.BOX 1089
PORT ARTHUR,TEXAS 77640
Proposal of ',USjt (\m-7-11.1(---1-(7,-(s��(�(1 (� knSF[C hereinafter called
"BIDDK,R"), organized and existing under the laws of the State of 3D\LCl , doing business
as * col CL iQn ,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 Highway 365 Sanitary Sewer Line Replacement 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 in 150 calendar days as
will be 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 Section 51
of the General Conditions.
Enclosed is bid security as required.
BIDDER acknowledges receipt of the following ADDENDUM:
I i2iIt4
*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:
DI
4
F
c
BID SCHEDULE
NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved
bidder with Tax Exemption Certificate for materials used on this project.
BASE BID ITEMS
�- --- ,
}1 i Mobilization, Including Bond, Performance
I ! bond, Moving Equipment to Gaining Access
•
1. 1 L.S. ( to the Site, All in Accordance with Plans &@ K 114-0_0`� {
� Contract Documents. � '1
cij r16
_._..___-__. __ _ Per Lui.u.Sum rM 'J '
27 Inch PVC SDR 26 P.S.115 Sanitary 1
Sewer Pipe,Furnish and Open Cut Complete I
in Place. Include all Excavation, Backfill, f
2. LF 2700 ` Surface Restoration, Testing all Depth and
Connection to Manhole and Grass Sodding
@ (1:U 1'1 u. $ 1?�y,�°' ,S 1C `k'
1hi� - I ; ,
Per Linear Foot _ __ _ .___.- ____-�
27 Inch PVC SDR 26 P.S. 115 Sanitary -�
Sewer Pipe Bedding, Includes No, 57 1
Graded Rock in Accordance with Typical
3. 2700 LF Sanitary Sewer Trench Detail 1 1 i
@ \—\ _0-LA:L\ ._1 C-ec-YI 60 I �, t o
Per Linear Foot - -.--..---_-�-
Trench Safety Plan, (In Accordance with F
Item 712), Prepared and Sealed by a Texas # I 1
Registered Engineer, all in Accordance with l 1
4. 1 E LS Plans and Contract Documents.
j
(
k_1', - hi.JrlAd ; $ .1,.J i $ -17`
Per Lump_Sum -_---_ I--- .__.. —1
Furnish and Install 14' Fiberglass Manhole, III
Complete in Place with Cast Iron Ring & f
Cover, Stainless Steel Rainstoppers in I 1.
Accordance with Plans & Contract 1 I
5. 2 EA Documents. y� , i _++1
Ev p 1`� r)�J1(CLLDCl' ` �Oi ori
J 9 16 /Y)0
LPer Each i
D2
Remove Existing Manhole & Replace with
14' Fiberglass Manhole, Complete in Place
with Cast Iron Manhole Ring & Cover, ' +
Stainless Steel Rainstoppers in Accordance
6. 5 EA with Plans& Contract Documents
@ ' Y --hc
1ft_w ,'tQ el $1:_a__] -I $ 41, )U
Per Each
{ Diversion Pumping including Installation,
Operation of Bulkheads, Phigs, Hoses,
Piping & Pumps in Accordance with Item
7. 5 MON 01540 Plans &Contract Documents.
I $ 60
Per Month
Control of Ground Water (Well-Points),
Includes Installation & Operation of
Monitoring Wells,Piezometers Sump Pumps I 't
with Discharge Line in Accordance with
8. 5 MON { Item 01578, Technical Specifications &
Contract Documents.
@Ono, s -tm
Per Month
Stabilization of Existing Manhole, Include , t
Cleaning Acid Washing the Wall &
Grouting entire Manhole Walls with Epoxy
9. 15 LF Coating(12-14 depth)(Item 709).
6.0,0_} $ kt ; s
Per Linear Foot
rRegrade Existing Ditch, Include Reshaping
Existing Ditch and Sodding } I
10. 10 LF @O\ •
Per Linear Foot + __. ---_._--___---
D3
tddiv1 vfliN
. .
Remove and Reinstall Existing Fire Hydrant, i
Includes All New Fittings, Valve and Trust
I Block 1 ,
•
H. , 1
EA
'c-In-I—.(-1L,_101M_Ci $ _Olt $ _L26E__
Per lath
.. , . .
Remove and Replace Existing 6' Chain Link
Fence, Include New Fabric and Post Similar
. to Existing Fence.
12. 130 LF
$ ,S2_6'-1- $1.4 Nno
Per Linear Foot 1 _i_____. ..... ......_. .:
Seeding, Include Surface Restoration and ;
Fertilization.
13: 1 AC @ 110 1 `- -N-AkUird i
\JP, RI'd ad $ )-
!
,_,OIO . $
_f_ ___
' Per Acre
TOTAL s 6 41-A Lot(NC:3
WORK WILL WILL BE COMPLETE IN '..,___A__ CALENDAR DAYS
1)bS e_er)SA- C- LLC__
CQ-0,_ flflii(_e_ (-:k-aN) \03, .O. -a-A\ \C
COMPANY NAME STREET ADDRESS
\,erA414 11 --------
SIGNATURE OF BIDDER P.O. BOX
cLt21_U0, 1) .--)
PRINT OR TYPE NAME CITY STATE ZIP
\ht_e_ VMLS CWYr\-
TITLE AREA CODE TELEPHONE NO
au.th.) mccL,L1\--iva.-.\_co .
EMAIL (Gm FAX NO.
D4
QUANTITIES OF WORK:
The quantities of work or material stated in unit price items of the Bid are supplied only to give an
indication of the general scope of Work;the Owner does not expressly or by implication agree that the
actual amount of work or material will correspond therewith,and reserves the right afterward to
increase or decrease the quantity of any unit price item of the Work by any amount up to and including
twenty percent(20%)of any Bid Item,without a change in the unit price,and shall have the right to
delete any Bid item in its entirety,or to add additional Bid Items up to and including an aggregate total
amount not to exceed twenty percent(20%)of the Contract Price.
Bid Submitted By: i, \--)(A. Ill-t--C C,r;�S\Tt_I C-f-Va'tc}tor
Represented By: CI\t r ct-e
\
�C,CC"_ c)�`C��1&. Title
Bid Prepared By: } v.- 1ClC‘C \ CLU-Y ` Estimator
Estimator
D5
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS
By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation,
partnership or institution represented by the signatory or anyone acting for the firm bidding this project
has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and
Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made
to any competitor or any other person engaged in the same line of business, nor has the signatory or
anyone acting for the firm, corporation or institution submitting a bid committed any other act of
collusion related to the development and submission of this bid proposal.
Signature:
Printed Name: ���1 \ �� (
Title: \ 1 •C(—. ')(�� `_�1� �� �L
Company: CL_LC .��(:�
Date: •
SUBSCRIBED and sworn to before me the undersigned authority by__, the nl I of, ' on
behalf of said bidder.
ir 9J- ��, Wt,_ nCLr *-
Notary Public in and for the
State of Texas
My commission expires: L\ I 7-)\
""'"�", CARRIE EVE VI'9Cl_NI
4,=Notary Public,Stfi v.-Acts
'r� •; Comm.Expire; • i 2020
' Y NOlary ID ! •':9139
h ,aatiu.
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters,etc.,shall be signed by a duly authorized officer
of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
I hereby certify that I do not have outstanding debts with the City of Port Arthur. 1 further agree to pay
succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said
debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an
agreement for the payment of said debts. I further agree to pay succeeding debts as they become due.
DS ( n�i SLC'_c 1'Y�� C -�
` )-t I C -C I L
Firm Name Date
q\ �— \(ice PQ, So ent-
Authorized Signature Title
\,11Cke Ntkon
Name(please print) Telephone
�41 ) crnL C_�Y 11C- ( •( CIYY1
Email
k
STATE:
COUNTY: �
SUBSCRIBED AND SWORN to before me by the above named 1ri) (' 1 bf-C__,,L_Ln
on this the day of 1/2-U-1__) ,20, L' .
I�
Notary Public
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
.1';"yaYALB""'';%%r CARRIE EVE VINCENT
`�
3;°; :0 s Notary Public,State of Texas
Comm.Expires 04-13-2020
^'y4i,11,,I$ Notary ID 128966139
vi
n •
c") . .
. .,
...,I
. .
. .
. .
. • ..
.. . . .
..
. .. .
. ,. .... .. ., • .• :.-. • • . .... . . •• ... . , . .. :.•. 0 :: :::.. .. .:. ..! ::. _.:::. .. •
.•. . •.• . • .
• , .
..
..
. .
.. .. ..:.; ,..,..: ..::... . .. .
. • ..
• .
• . ..
. . .
. .
•
• •
. •.
........
•
. . .
..
• .
..
4. .
. .
•
41
• .. .. :. . `�``` - � .
.
.
•
. .. F.. .g L.. t .. ' ..... - ,.. ..� .
i
I 11,13i4tV 31/3 Wi. 4'3 „�+n�n� o f
LC (3S•fi•f:O rn1q 3.pri• mo.. �= '`1 1
iLfi..urPif of pintfm '•riuu's i
y...,.. ._.
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For Vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 1491,80 Leg.,Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship
as defined by Section 176.001 (1-a)with a local governmental entity and the person meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business
day after the date the person becomes aware of facts that require the statement to be filed.See Section 176.006, Local Government
Code.
A person commits an offense if the person knowingly violates Section 176.006,Local Government Code.An offense under this
section is a Class C misdemeanor.
I.Name of person who has a business relationship with local governmental entity. ti
2. l i Check this box if you are filing an update to a previously filed questionnaire. ' \
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than
72s business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)
3.Name of a local government officer with whom filer has employment or business relationship.
Name of Officer
This section(item 3 including subparts A,B,C,&D)must be completed for each officer with whom the filer has an employment
or other business relationship as defined by Section 176.001(1-a),Local Government Code.Attach additional pages to this Form
CIQ as nececcary.
A. is the local government officer named in this section receiving or likely to receive taxable income,other than investment
income,from the filer of the questionnaire?
Yes No
B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the
direction of the local government officer named in this section AND the taxable income is not received from the local
governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government
Officer serves as an officer or director,or holds an ownership of 10 percent or more?
Yes No
D. Describe each employment or business relationship with the Iocal_,govemment officer named in this section.
4.
Si:nature of -rson loin_business with the _overnmental enti Date
•
QUALIFICATION STATEMENT
SUBMITTED TO x1 L
BY 0 O STD LSC-4-L LL . l ._ t . �.1� (IrsTruc-ta )
[Corporation,Co-Partnership,An Individual]
PRINCIPAL OFFICE \( lC�. PRer' -c-
The
signatory of this questionnaire guarantees the truth and accuracy of all statements and of all
answers to interrogatories hereinafter made.
1. How many years has your organIi�ation been in business as a general contractor under
your present business name: L—Y
2. How many years' experience in this type of construction work has your organization had?
(a) As a general contractor 2_ L
:ys •
(b) As a sub-contractor
3. What projects has your organization completed?
Contract Class of When Name and Address
Amount Work Completed of Owner
O-t
4. Have you ever failed to complete any work awarded to you? 1
If so, where and why?
5. In what manner have you inspected this proposed work? Explain in detail.
6. Explain your plan or layout for performing the proposed work:
7. The work, if awarded to you, will have the personal supervision of whom?
(a) For administrative management? 'S"\-\\\-\ae S .
(b) For resident construction superintendence?
(c) What experience in this type of work is enjoyed by the superintendent designated
under(b) above? , \\
\\SZOC9 \`C� `4,k- \Ute\? �• �Gl1.�n,�4 ��\� c\1c���C)t�
0-2
8. What portions of the work do you intend to sub-let?
\1� \\:\ QUh\X,rc 11..sc.h:\\4 \A2 C•r)x e\v,,n\>
9. What equipment do you own that is available for the proposed work?
Description,Size Years of Present
Qty. Item Capacity,Etc. Condition Service Location
r
r
10. Have you received firm offers,for,all rr\ajor items of equipment within prices used in
preparing your proposal?
0-3
11. List the construction projects your organization has underway on this date:
Contract Class of Percent Name and Address of Owner
Amount Work Complete or Contracting Officer
ti
•
t �.
Dated at this '1 day of D 20110
BY: IINAW'^"^
TITLE: I c-\C)t
0-4
a) N- Ln c) U) (0 as 0) CD r Lf) CO 0 r
- N in CO co co co OO 0 O) O) 0 O 0
E O O O O O 'O O O O O O r ',-
CD
O O O O O O O O O O O O O
A V' 4 In L) 6 U) U) Lf) In If) U) U)
Z • r r r r r r r r r r r r r
.Q Y Y Y Y Y Y Y Y Y Y Y Y Y •
L ..?..'.
a)
ca 0 _0 — O '.
C 2 LCL •53 (7° @ cn '
a) a C a E
( ro .N 'N o tri, cn .c L. 4
- CD r- u) (n U Co C c c ,_
`o u) o o `u) O CLa a) W —
o a) 0 0 a) ro o) I o 0
U C i
0 a = a ro N O
O j 06 L O O it Q) co J C
I� 05 •••=, N 0) Eod Cod Q +'
X13 2 > > � -0 tea- ,,,,-
_c
'.
OA 0 0 o) >' 0 °' 0 N Q N
O ° 06 au) a- 0a- - Q
a) a) a) o c 0 a) C m o >, E -- ,.
0) O) m n.U .0 0 a) .0 On co 'v--
(n m ro U) >, a) c c E. LCC N
.
0000 < /) C7Oa. O mr _
(I) i Q0000) 00 (000 ° CD 0 0
V O 4,, (:)
a) o N- C rO - 0) 001 n 0 00
tri L :00.
r Ln (` 1` O CO r-- N CON LC) O O CO
O (\I CO r N 0) 0 O co 0 tV O O;CA.
a. 1 E r Ln r 'd' O Ln (. i` 0) N- (.O Ln O Q--
L4 = Q CON N O) r N c- CO 0 00 N co co .c4;
C C r OO N• O CO N M 000 COO CO ;00�
O O N r— r r r r r C.0 CNI
Y m c.
U O. G9 (9 (9 (9696969 Ea 96969
H
4-1L
RS 0)
RSC, �. o
•
0- —
U) E (--3
O C 0) 0) 025 LL C 'U) -:':
O O = - •C O a C�L C ,,..::
Co 0
a) .r.7) v 0)a_ a c c co -
c4 > .• a m O c co w a) ,
Z • N N = Y -) 0 C C a) _C a)
w C a) - , ro O N C
co u) +L-. m -d) ( C .% O L J ` ''
c On U) I— -6 C N a) _c a
ro , L C a) Q ro ro Ti) -2-3 .`
+-, O Z Y
C
• t -C .- •-• a) ro a)rl CO
0 -C "C o o aro c => ro in
O 000 .- ..c a) 0 C a) a)
d a_ a) a) a) m u) Q m `- `-
4- 4- 0) 0) ro ro4- X � .-
O O C C U) d 0 .,700 O U) C
�0 +' ->- m0YY -� - a) ) = :
0000022U2o
C) C)
•
• rO 0 N M CF' CO N,-- CO O r N C'7 d' In CD N- O o r N CO 'I- U) CO c0 Cr) C N M ,i. t0 Nr-- co 0)
O 0 O O O O 7- r ':rr-- �
. r- r r r r r N N N N N N N N N M co' M M , COM COM CO CO
lk 0 0 0 0 O O O O O CD ':: O O O O O O O O O O O O 0 0 0 CD 0 C) 0 O O ; 0 0 0 0 0
,O 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 9 0 0 0 0 0 O O O O O O 0 CD 0 0 0 0 0
0 N_ N_ N N_ N_ N N NV. _ N_ N_ m A A CO A A A M M C7 M M A _MMA c7 c„:2 M M M _ V d' d 'r'
Y Y Y Y Y Y Y Y Y Y . Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y X X Y Y `', Y Y Y Y
0
• O
co
a)
L
•
L
0 C - a)
0 C CJ)Hro
E
U) coU) co a) co u1 O
4._ O O C C ` C 0_ C C C 0):-....-..( U
0 d V •E)..gi a) O O 13 ' a) c ca
(ll as z7 t7 ip lU 4
>, c C N
~ N U :.1 cco CU .;
, p (a _ (� Ua , 'a (0 c c C•7 -TT,
, cru Cha >,
,. 0).0 .0re, U c� a) 0 ❑ oN C0 0)❑ a. -o 5 a L d) 6 >
i p c _ : 0 .O > 1D = �� Y Q) - -0 ID L.. a) a) N > I- O CU C
0 ❑ CI) LC) 2 c cab - in co o C m co c c• ine' IZ o
ocr) 0mma) a� ; ago °) 0oa� m o °- > H0t>U > co0 , U °- oocn
W •
C a o c !0 C ':'�� C a) .c - c (a U C O O L .O (U C QI �:.": '� .@ (a
73 o.� 0:3 c— a) r a) � > a c 0 -o 0o .( .0 0 3 ,- c a) 0 x — c - = a) rc� `v
C en = C 0 0 •o- a to .•.: ^ 0- p d) C to N O .Q-•- 0 o o a) a) a 5 0 a) c ;- .Q. (D V _ N
.'•: � Q CD ia_ U 2E a ❑ 0. 1 ':r �t1. U U D M U ❑ o d 2E CA CA U CO UJ m 2E U 2E 2E -.' a. CD :3 ::i 2E
O O O O ca N O N U) O ti' c 0 0 r CV 0 0 to o 0 o O O 0 0 0 0 O O N O 4Y N O O 0 0
OOOONMOONO M- MOONCflCfl OCoOOOOON-- OOO000oor.R. coOOOO
co i CO O O tri Ili N -N' CD r O CY iri r--: O N to O O r 0 0 0 (7i v COO O O N M t0 d' to O O O r--:
O O d CA co O N ,z (0 r N O to CO N 'f CO 0 0 0 M t0 CO O (A N N ti O (A N (0 0 N O d
0 O '
69 '. (0 r O N-- co co N� a) V co 4) a) (NI co O ti CO U) a) (0 O CO CO O N if-) r •- co CA to CDM t0 O C
'N7 iU r to c) t0 O N Crr N` N- .t" 0 M C a) a) ( D M 00 N N OD N 'c0) M u1 0) a) 10 OD V In UP OO 0)
' OD M r M a) CO O0 CO .O'M a) N - CO (0 C D N— F- N - M G) 0) N O OD O CO N OC'. OO OO a) M (f)
0 -, CD co r N N- O) N ,11: 00 N C7 N r V r r r C D N N r O M d :. O V CO
a) C r r c r N r N r r #>•‘ N
a 0 *=:
E V ,!` cfs �rc cflctre» e9cflc» cnis6/ elel lel6lelelelelelel0el len X09 (f Er. el el e9 EP) (l
v g
'r' C
O O
C)• Ca
C.3 U U c O
O O . O 0 p , C
a -<': a C a -c '� C
4-• . : a) a) CO CO C) C — — — J I— -`. a)
O - C C _ co
Qa c (a a uo) Cn os .a _c y 12 as N ) W' a)
C1 o
U ca N a O; 0, 0 N �O CJ C c a) U 0 O. .0 O Ca
--
i Y m m -� o C7 ,..2 a) ° °) (n E Y .C) E o o U 1' •m -' -5_
Z
c a)
O o _0 c c.D 5 Q_ - m' Ur1 C CO o c ° N C o m • U y` o
Ur (a C :* Ca .� -0 d -0 A O V) (a d rn U C C C C C �
C) oC7n o ,.W Cm c •Q— c ca (v a-. aa) ctoQ (a O .o .0 0
m e c N2 'm N ❑ T13 m E c0i a ca c m 0 (a m c 5 S CO CD i_ I1J o) N CL tf ,' m '6 (is ao
LQ. (a O o �O O O: C C -0 ('Ci` 'O c E a) a) N 3 Q- (n .X .0 N 0 > 0. d CO (n C!J C
C CO C .c 0 — Ql E V. Ei @ a) N .`- (a n C .0-.� •— a) 2O C a) — a) CII a) O -V! r0 (a = 0
` � QCDU_ 000 '' ,0C CL CnN: h- mZULL UUAI-- d6: 2EOD ) Y (fJ . JC`] J C UM N 032.1 _IU
t;,,: TT-
. O.
N t'q
N - N- ',
0 0 m .
❑ 0 .- 0
c
-, J O .�' A .. T C c •--N a) -15 cn m to
J C C 7 n ._ J O >— T � O
C) ` 5 7 >._ C O ;;:: Ca O C O C 7 U- `' -a
O _: c`n_) _C (j ate) - 0 0 .'... U o. 0 c Q c N (I) in . : x a) _c c
(/) 0 U Cl) ---' U a c 0 !Z C) 0 'C (o a C c a) 0 C
-. W C u) C - O C O O C '- a) s'_• 1. U) U/7 C) O = O 4)
a �y o On -, i (oc � , 1Dw (13 .1:T.) w ,,,S-.
p •6, >, 0flco OUad :. (1 U
> U a) 0 a) °) • ca a) z a)Q J 0- o o �'0 LLI o o 0 CD o o ca
I- 2 = 1:1a) - (UOQ (a ..c`r.'>°. 7 2 m > _ $ Q F- c 2 . 2 Z:1,-c,r` m a) °'''(13 0)
CD i-- m -, 0LU WU :;: 03ul co2LL0 ( (9 (n000OCUU ❑ DU w _JUUc5
(4111.\ fAlloN
•
V V NV - U- CO Co .oa. O N Cr CO 1� N c) Cr Co .". r- co ,- N CO 117 CO I"- O i Co N- `g I!
O o O O � '� 'd' •1- O up IC) t(7 CC) CC) to Co CO Co CO Co •:'';;- CO CO ti r- 1` N- ti r- co co co CJ) v'n`.
o o 0 0 0 0 0 0 0 0 0 0 0 o 0 c) 0 0 0 0 0 0 0 0 0 0 0C) 0 0 0 CO th.,7
0 C3 O O , 0 0 0 0 0 o 0 C) CO CO O ,':i, O Co 0 0 0 C) C) 0 0 C) 0 o r,='
�f V �t ,,,i_
V V �f v 4 4 C 4 v Cn to V ct 4 "t :,{. 6 Cn Cn 6 Cn 6 Cn to Cn 610 6 rt
YYYY YYYYYYYYYYY 'X,;2YYYYYYYYYYY t{
2222 22222222222 _:,,,, 222222222222 •
'Fill V
f
N
cy) E
N i •� otf c O Y9:i
[n Y C
E co
CL C03 E N L •
- p a) ~ '4 .
D Q C o Q L X oo f' +' O c .
�' o t so o �; o ��,4
a) a X a) c ❑ wBi CY Q3 ,_ _ o .0 >< ; (;
c o a) c (tea ` C9 a) a o (a ,,:. -a c -5 c ,_ x r
(D L i J CL }} • 1 00 J 00 L
O D iU p C
:.7..'
.c Q N E O = •> > C r"•i 0 C(f J } 'a] p
c a) a o .• c as N- LL U yr ,,, a) o C? N d ,..( � ai 0 'ff �v o 3 a C O)
0
o = D t ❑ ,_ _ C c --c-, p C N L C @ _ O Ca p IY c CIS U'�'t-,
CJ a) a) (A • �0 a) m Y o .a O N •N x co . a3 3 c`�a N 3 v Q) 1 c .`uj.'
``ncoNxf° " O (a `aZG (oofl (0co c\; @ � pa3N4- ° ft) ._ co ° or"
� m _= � 5iLa g5 (OCL0CLW > CL - ;� Sa. UitS ..iu. _iaa_ am
000000000000 (o0000000OO' 000000 (000000
CD (n 0 0 0 0 0 o o 0 0 CD O o 0 o CO o o o u Ca o CD 0 o o o o 0 0 o a
(n 2 cri ai 6 4 0 (-,i o 0 o Lt 4 4 cri o o ui oio o ui; o r o -r w 0 06 o o tri tri,
o C) .- CJ) N CO N O O O 1` o) to CD 1- - CD CD LO Cf)1 CO 0 LO O CO -G1' O N- Cr) O O '- N-
• VC0CO (N41- COCOCOa) toM (O , C000I� U3C3) coa) co to cocpo co (Atn -cr_ 00N V: 00
CO d' I-7 6tt7 C17 N- N N CO cr CO 4n Cr;Cr 1` N Cri' ' CC N O o tO r V' (0 C'') N CA CO
Lo in •CF to V' O e- tf) r C)1 V ,- <- CO (C) CC) O O ' I` O N V' CD N •,--• I. CO N.
• N .— — V r- - N N — (+') Co 71' 1- N +�� N 00 r N ,-
a) C 'W
G
G. j
E V (fl 6f-? C!3 H} 6fl 64 Cf) K3 {f} 69 V4 64 64 64 64 64 64 603 C4 691 64 64 C!4 64 04 Cfl Cfl (fl C4 64 64 64 N51-
U r7i.
_1
..1
li
p -mss
(os o
U
il
a ' CO r .O �
L
iti
tii 0 ON .
Ca d C cii
❑ ° CD J CC _ CL I� o ` ` Dfa �C CT O C
' .aUQ,, pcn - a)) a) _ _
zca 1 c L .c 6- u > 1 ) oo o .- }
p C _ ac (u N - CU C u) --i. 'a a) v o C n a)
u- ITroC Ll as 0)1dcy) a) -cva) ozs 2caco ' (n3 � , _ ad
al
U o n (-0 co o .j .0a � p co o
co ca 2 s 3 C (n m [W .c L . NO (c r 4 CU., C C02Cn a0 § NmQU N Q, . f>] O Ui- (nIL3 ' S : a o 60C Uncn > 2U L. 0 QJc.. J6E ❑ ,
U
"in IA
4.: (ncm 1
C
(U c 1-ii
_
-"-p— L 0) �. co -o 1, •N CII �d1
@ U o c D
a) a) a) p to o 4- ` U -a_ p CL6 L a) L "- CU
i✓ elC - 0Eco OczOYo (tCCo ioo0UU0 • ❑ U) aoU acn - o Cl) o
a0) oCzm � a) o ° • i a) a) .- o) M o _ _C aa) a) • co F- .- a) co UC ocnu) mnUUS _iUC) UU cUoDU < u) F ' U, cF- I- UU � F- UUCD
L
a)
I-
C 0 x
l"J j Y
C ro u o
o x LL
a N 1-1 N v_
u co 0 0 0
i = O � cc 7
e0 Jan > ID
O 0 > O O! u X N ¢� z a1
al c• i o r cD _ .0 F- 0 x Jul O Y L Y
d p W O vii vi
X rb ri a -0 co -0
Li • Y
u u N lL to N i M .0 Y i Y
W L U X N m N J J N L/ tP) c Ili cn
J J W W N H m X O O X Q cc CD cc
W W W t!1 W LL O 0.. 0 ri CI- - N c =C o_ U O
0 C Lf} in too O ' U U M N O J
N N O O O N O
mm m c
m rn - c0 Q 0. a 0 r E- m cD c I-
CU
C Y
C
o W
C a
Na 3
O. 0-
E
E W
0
U
F--
2
CW I 3 7 = _C .0 OM
y) VI 01 VI U U d CD Ql E
CL (o o N tD = D 0 D
I- r r Q r E E E se - E .Y
LU U U < U U U -. Y Y X Y i- I- > tO m r
N N ct N In N. tO rl ri M M r-I Ul to M
✓l r-I -1 rl rl 0 O r1 rl ri r-( ri rt ri L--1 rt
0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0
NNNNINNNJNININJNINI N N N N
KENNETH D. STEWART
5735 Regina Lane
Beaumont, TX 77706
CONSTRUCTION EXPERIENCE:
(9/2010—3/2011)
WILLIAMSON CONSTRUCTION&EQUIPMENT
2575 Hwy 69 S, Lumberton,Tx 77657
Responsible for estimating and project management of projects in heavy civil(i.e.—roads,
bridges,paving, foundations, structures), commercial,drainage, and earthwork.
PROJECTS:
Client: Sabine Neches Navigation District
Automated, elevated, control building for flood gate structures
COST- $2.5 Mil
Client: ShawCorp
Installed on-site gravity sewer, gas line bores, and air-line piping
COST- $178K
Client: GT Logistics
Construction of a Vehicular and Rail Bridge over the LNVA canal
COST- $1.4 Mil
(11/2008—9/2010)
STEWCON GROUP, LLC dba/Stewart Homes
5735 Regina Lane
Beaumont, TX 77706
I started my own company in April of 2008. Residential construction was the focus of
the organization in the beginning with the goal of building up large enough to gain
bonding and begin moving into civil and commercial markets.
Client: Magnolia Laurel
Managed the construction of the PIantation Oaks subdivision on Keith Road in
Lumberton
COST: $1.4 Mil
Client: Magnolia Laurel
Constructed residential offices for their interne business
COST: $425K
Client: Peter Morrison
Constructed a two-story high end residence with underground vault/basement
COST: $2.1 Mil
KENNETH D. STEWART
5735 Regina Lane
Beaumont, TX 77706
(6/2000—11/2008)
ALLCO, INC.
6720 College Street
Beaumont, TX 77707
Began in commercial construction from 2000 to 2003 estimating and project managing:
PROJECTS:
Client: BISD
Project manager for construction of Pietzsch-MacArthur Elementary School
COST: $16.8 Mil
Client: Jefferson County
Project manager for construction of 12-Field Fast-Pitch Softball Complex (Ford Park)
COST: $5.5 Mil
Client: Beaumont Pediatrics
Estimated and managed construction of office remodel
COST: $735K
Began estimating and managing the Highway Division from 2003 to 2008:
PROJECTS:
Client: TXDOT(Beaumont)
Estimated and managed the construction of Major Drive between I-10 and Washington
Street. Approx 4mi.
COST: $8.1 Mil
Client: TXDOT(Bryan/College Station)
Estimated and managed a grade separation for Villa Maria Road to go under the UPPR
R.O.W. Double Bridge structure with deep storm sewer, drilled shaft retaining walls, and
poured-in-place decorative wall panels
COST: $13 Mil
Client: TXDOT(Beaumont)
Estimated and managed construction of approx 5 mi of 84ft wide 10"paving north of
Kirbyville beginning near FM363. I was responsible for procuring our portable concrete
batch plant and developing the concrete mix designs required by TXDOT for the project.
COST: $24.1 Mil
KENNETH D. STEWART
5735 Regina Lane
Beaumont, TX 77706
(5/1997—5/2000)
Tribble&Stephens General Contracting
8588 Katy Frwy, Ste. 100
Houston,TX 77024
After graduating from Texas A&M I began my construction career with Tribble&
Stephens in May of 1997. I started off on the jobsite and was responsible for rfi's,
submittals, subcontracts, and on-site inspections.
Client: Randall Davis
Renovation of the 18-Story Rice Hotel—Downtown Houston
COST: $18.2 Mil
Project: IL PALAZZO
New construction of a 6-Story poured-in-place concrete structure to be sold as loft
condominiums.
COST: $6 Mil
EDUCATION/TRAINING:
Stephen F. Austin I .S.— `91
Lamar University(Beaumont)— '94 A.A.S. —Computer Drafting Technology
Texas A&M University—'97 B.S.—Construction Science
Mike Brown
4340 Hwy 1131
Vidor TX, 77662
CONSTRUCTION EXPERIENCE:
(2006-2012)
WILLIAMSON CONSTRUCTION&EQUIPMENT
2575 Hwy 69 S, Lumberton,TX 77657
Responsible for estimating and managing projects. Managing the entire business.
PROJECTS:
Client: Sabine Neches Navigation District
Automated, elevated, control building for flood gate structures
COST-$2.5 Mil
Client: Sunoco Logistics
Ethanol Plant
COST- $1.6 Mil
Client: GT Logistics
Construction of a Vehicular and Rail Bridge over the LNVA canal
COST- $1.4 Mil
Client: Kinder Hawk
Construction of Ammne Plant
COST- $1.1 Mil
Client: Eagle Rock Energy
Pipeline
COST- $1.1 Mil
Client: ShawCorp
Installed on-site gravity sewer, gas line bores, and air-line piping
COST-$178K
Mike Brown
4340 Hwy 1131
Vidor TX 77662
, 6/1/2001 to 6/1/2006)
Simco Enterprises
3101 Main
Groves, TX 77651
Responsible for estimating and project management
• PROJECTS:
Client: Arceneaux and Gates
City of Orange River Front Park
Cost: $1.9 Mil
CIient: City of Port Neches
Water Main Project
Cost: $2.1 Mil
(5/1/1996 to 6/1/2001)
F.D. Shay Contractors
2108 Hwy 108
Sulphur,La
Supervisor for road and utility projects ranging from$500,000.00 to 11,600,000.00.
Education and Training
1989 Graduated from Vidor High School
1989-1991 USMC
CITY OF PORT ARTHUR, TEXAS
urt rrlrri"r"4°- ADDENDUM NO. ONE (I)
March 2,2016
•
Bid Proposal For: Hwy 365 Sanitary Sewer Line Replacement
The following clarifications, amendments, deletions, additions, revision and/or modifications are
made a part of the contract documents and change the original documents only in the manner and
to the extent hereinafter stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract
documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID
PROVISIONS IN THE SUBMISSION OF THEIR BID.
Addendum as follows:
NOTICE IS HEREBY GIVEN THAT sealed Bids, addressed to the City of Port Arthur, will be
received at the Office of the City Secretary, City Hall 444-4th Street or P. O. Box 1089, Port
Arthur, Texas 77641 no later than 3:00 P. M., Wednesday, March 9, 2016 and all bids received
will thereafter be opened and read aloud at 3:15 P.M., on Wednesday, March 9,2016 in the City
Council Chambers, 5th Floor, City Hall, Port Arthur,Texas
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH
YOUR BID DOCUMENTS.
Neeatudikeku
Clifton Williams, CPPB
Acting Purchasing Manager
rl
fft, Of\
Signature of Proposer Date I
Exhibit B for Proposed Resolution No. 19354 is available
by request at the City Secretary's Office.
HWY 365 SANITARY SEWER LINE
REPLACEMENT TO SERVE
CITY OF PORT ARTHUR