HomeMy WebLinkAboutPR 20564: CONTRACT WITH SPAWGLASS CONSTRUCTION CORP P. R. No. 20564
11/18/18 dh
Page 1
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
ENTER INTO A CONTRACT WITH SPAWGLASS
CONSTRUCTION CORP., OF BEAUMONT, TEXAS, FOR
REPAIRS TO PLEASURE ISLAND GOLF CLUB HOUSE FOR
AN AMOUNT OF $25,600.00. FUNDING AVAILABLE IN
ACCOUNT NO. 450-1291-549.32-00
WHEREAS, the City Council finds it in the best interests of the City of Port
Arthur to repair the damages at the Pleasure Island Golf Club House; and,
WHEREAS, the Purchasing Division sent out request for quotes to vendors and
received three (3) quotes on October 24, 2018; and,
WHEREAS, SpawGlass Construction Corp., was the lowest and best quote
submitted in the amount $25,600.00 (see bid tabulation attached hereto as Exhibit "A").
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF PORT ARTHUR, TEXAS:
Section 1. That the facts and opinions in the preamble are true and correct.
Section 2. That the City Manager of the City of Port Arthur is hereby
authorized to execute a contract between the City of Port Arthur and SpawGlass
Construction Corp. for repairs to Pleasure Island Golf Club House, in substantially the
same form as attached hereto as Exhibit "B".
Section 3. That this resolution is contingent upon a budget amendment and
the approval of the Pleasure Island Advisory Committee.
Section 4. That a copy of the caption of this Resolution be spread upon the
Minutes of the City Council.
P. R. No. 20564
11/18/18 dh
Page 2
READ, ADOPTED AND APPROVED THIS day of November, A.D., 2018, at
a Regular Meeting of the City Council of the City of Port Arthur, by the following vote:
AYES:
Mayor:
Councilmembers:
NOES:
Derrick Ford Freeman
Mayor
ATTEST:
Sherri Bellard
City Secretary
APPROVED AS TO FORM:
Y/te
Val Tizeno
City Attorney
APPROVED AS TO ADMINISTRATION:
Harvey Robinson
Interim City Manager
P. R. No. 20564
11/18/18 dh
Page 3
Jimmy Dike
Director of Pleasure Island
APPROVED AS TO AVAILABILITY OF FUNDS:
), /
)7:1,....,./
Andrew asquez, C A
Director of Finance
64 -iihtet
Clifton illiams, CPPB
Purchasing Manager
EXHIBIT "A"
3
Ci.
L o
0 0
U +. c
C o
o `O
U
vi X
u F
i,
4' u o
o a
C.)
eo
vi C .". q
CT... ..., u
GA
G H
U c
m "" U
o.
un
Fu
S c
c
U
c
yco
C U 0 X
0 6e c: N
CV
Cr H C ,7, t-
Q p O Q C)
5C o e- w
e:
W W U o ..
o 'L
F X L = 0.
-O 00 rz7 y a e0
= o U N [1 D Uc
p . o
CC L M ^.D
FaOu u m U N
G4 O ce 69 7 C
UL ExC)
C ~
L y
'VV] • 4.) < L I
o
r cn
Qy C N LC :A
E
<.
U
L r.
0 L
0
w. 0 i
o y o
O C7 c' c el
1
.17 C C r N o 0
e, o C) C C V
o
A o v Q v a� o
-, v o o M c,
ei
a ce U, .d s rid
C
_4)4
C " RS
4k C • L' C
O
.. O
1 Z O
4. Q U * y.
-• 3 3
EXHIBIT "B"
CONTRACT FOR REPAIRS AT
PLEASURE ISLAND GOLF CLUB HOUSE
THIS AGREEMENT, made this day of , 2018, by and
between the City of Port Arthur, a municipal corporation organized under the laws of
the State of Texas, hereinafter called "OWNER" or "CITY" and SpawGlass Construction
Corp. hereinafter called "CONTRACTOR".
WITNESSETH: That for and in consideration of the payment terms, conditions
and agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1. The term of this Contract shall be for thirty (30) days from the date stated on the
Notice to Proceed, unless sooner terminated under the provision hereof. The City
can terminate this contract at its convenience which includes, but is not limited to,
funding not being available in any budget cycle within fifteen (15) days written
notice.
2. The Contractor will perform work as stated in the Contract Documents.
3. During the term of this Contract, the Contractor will furnish at his own expense all of
the materials, supplies, tools, equipment, labor and other services necessary to
connection therewith, excepting those supplies specifically not required of
Contractor in the Specifications.
4. The CONTRACTOR agrees to perform all the work described in the specifications and
contract documents and to comply with the terms for the sum of $25,600.00.
5. The term "Contract Documents" means and includes the following:
1) Agreement
2) General Information
3) Specification
4) Quote
5) Notice of Award
6) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be
executed by their duly authorized officials, this Agreement in (2 copies) each of which
shall be deemed an original on the date first written above.
Signed on the day of , 2018.
CITY OF PORT ARTHUR
By:
Harvey Robinson
Interim City Manager
Signed on the day of , 2018.
SPAWGLASS CONSTRUCTION CORP.
By:
Print Name:
Title:
sZ 'd/ ,dll► r►.
C . , OFPORT AR•IHUR
Oryof QUOTE SHEET
'll 'Y(Specifications arc attached)
ort rthu -
Tr.cus
Date of Request: October 8, 2018
Department Requesting Quote: Pleasure Island
Bid Number: PI 9-001
Services Needed: Restoration of Golf Club 1-louse
Quote Due Date R Time: Wednesday,October 17, 2018 by 12:00 P.M.
Pre-Bid \Ieeting: A pre-hid meeting will be held on Friday, October 12,2018 r'11:00am
Address is 1901 T. B. Ellison Parkway, Port Arthur,TX 77640
Delivery: Quotes are to be faxed to(409)983-S29I,
E-mailed to clifton.williamsiaportarthurtx.gov
Delivered to the Purchasing Div.,2id floor, City I Tall.
Questions, Please contact: Yolanda(ioudeaux, Purchasing Assistant,
volanda.7oudcaux(ci portarthurtx w
Restoration of Pleasure Island Golf Club House S 25,600.00
Days to Complete 11 Business Days z Contingent upon lead ' ;me of door hardware
SpawGlass Construction Corp. �/77 f�,
Company Name Sign:
IMP
Michael Green 409-€81-4547
Printed Name Phone
350 Pine S:.. Suite 310 281-970-5305
Address Fax
Beaumont, Texas 77701 michael .oreen@suawglass.com
City,State,Zip E-mail
esBYL W - 10/2.2/18
Clift Williams.Purchasing Manager Date
Pare I of 7
r°'h /`0"\
SPECIFICATIONS
RESTORATION OF WATER WAREHOUSE & RESTROOMS
MAIN AREA
• REMOVE AND REPLACE DAMAGED CEILING TILES
• ALL DOORS MUST HAVE PANIC HARDWARE ON DESIGNATED EXITS AND
DOORS MUST SWING OUTWARD
• REMOVE THE PALM LETTERING ON THE WALL
• WEATHERPROOF THE WINDOWS
• REPLACE DAMAGED SHEETROCK
• PAINT THE WALLS
• REPLACE THE BASE WITH METAL FLASHING TO PREVENT RATS FROM
EATING THROUGH
• CLEAN OUT THE BREAKER PANEL
RESTROOMS
• REMOVE AND REPLACE TOILETS AND SINKS
• CLEAN AND SANITIZE FLOOR
• MAKE ADA COMPLIANT
• PAINT THE WALLS
ENTIRE AREA IS APPROXIMATELY 3800 SO. FT
CONTRACTOR MUST PULL A PERMIT.CITY WILL NOT CHARGE A COST FOR PERMIT
WORK MUST MEET CURRENT CITY CODES
Page 2 of 7
GENERAL INFORMATION:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of
Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid
Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING
EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE
THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall
indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform
in strict accordance with the specifications of the invitation. The City reserves the right to accept any and
all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations,
alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing
authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with
these specifications. The award shall be made to the responsive, responsible bidder who submits the best
value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it
shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur and
whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas
Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal"
shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete
response to all requirements and questions as directed.
CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with
Vemon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171.
ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee,official or agent of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder
must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following
requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
Page 3 of 7
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or warranty
service required.
6. The City Council shall not award a contract to a company that is in arrears in its obligations to the
City.
7. No payments shall be made to any person of public monies under any contract by the City with
such person until such person has paid all obligations and debts owed to the City, or has made
satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by
addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing
Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any
addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It
is the vendor's responsibility to check for any addendums that might have been issued before bid closing
date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City
of Port Arthur as its principal place of business must have an official business address(office location and
office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port
Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such
other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur
are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where required,
of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility Operations,
P.O. Box 1089,Port Arthur,Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods
or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act,Article
601f V.T.C.S. The City's standard payment terms are net 30, i.e.payment is due 30 days from the date of
the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal
Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of Texas.
This agreement is performable in Port Arthur,Texas,Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances,
rules, orders, regulations and codes of the federal, state and local governments relating to performance of
work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other
officer, employee or agent of the City who exercises any functions or responsibilities in connection with
the planning and carrying out of the program, shall have any personal financial interest, direct or indirect,
in this Contract; and, the Contractor shall take appropriate steps to assure compliance.
Page 4 of 7
/'"1 /""`\
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the
City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving
assessments or any money to the City until such debts are paid or until satisfactory arrangements for
payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood
and agreed that these quantities are approximate and any additional quantities will be paid for at the
quoted price. It is further understood that the contractor shall not have any claim against the City of Port
Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B.,City of Port Arthur, Port Arthur,TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required
by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read
and enforced as though each were included herein. If, through mistake or otherwise, any such provision is
not inserted or is not correctly inserted the Contract shall be amended to make such insertion on
application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,
perform all work and furnish all supplies and materials, machinery, equipment, facilities and means,
except as herein otherwise expressly specified, necessary or proper to perform and complete all the work
required by this Contract, in accordance with the provisions of this Contract and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a
detailed description concerning any point shall be regarded as meaning that only the best commercial
practices are to prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the
option of selecting goods which may be considered more suitable for the purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally,the vendor is
specifically advised that the written bid proposal will prevail in the determination of the successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or
national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely
and proper manner his obligations under this contract, or if the Contractor shall violate any of the
covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate
this contract by giving written notice to the Contractor of such termination and specifying the effective
date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the
above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by
virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the
Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the
Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving
at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as
Page 5 of 7
provided herein, the Contractor will be paid for the service that it has performed up to the termination
date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to
termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the
Contractor to furnish releases or receipts for any or all persons performing work and supplying material or
service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary
to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property that
occurs as a result of his fault or negligence in connection with the work performed until completion and
final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit
any sub-contractor to perform any work included in this Contract until he has received from the City of
Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of .
Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain
and keep in force insurance that will protect against injury and/or damages which may arise out of or
result from operations under this contract, whether the operations be by himself or by any subcontractor
or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them
may be liable, of the following types and limits
1. Commercial General Liability occurrence type insurance City of Port Arthur, its officers,
agents, and employees must be named as an additional insured):
a. Bodily injury$500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less;or
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage$100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
2. Commercial Automobile Liability Insurance(Including owned, non-owned and hired
vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are$300,000 per person,$500,000 per
occurrence for bodily injury and$100,000 per occurrence for property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all information
required (including names of insurance agency, contractor and insurance companies, and policy numbers,
effective dates and expiration dates) and to date and sign and do all other things necessary to complete
and make into valid certificates of insurance and pertaining to the above listed items, and before
Page 6 of 7
commencing any of the work and within the time otherwise specified, Contractor shall file completed
certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect except
as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision
that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen
(15)days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the
City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors
and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE
Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after
execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten(10)days of the execution of the
Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such
period,the time may be extended by mutual agreement between OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available
Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor.
LIQUIDATED DAMAGES: Liquidated damages will be$150.00 per day.
Page 7 of 7
CITY OF PORT ARTHUR,TEXAS
nri rlhu� ADDENDUM NO. ONE (1)
October 10, 2018
Quotes For: Restoration of Golf Course Club House
The following clarifications, amendments. deletions, additions. revision and/or modifications arc
made a part of the contract documents and change the original documents only in the manner and
to the extent hereinafter stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract
documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID
PROVISIONS IN THE SUBMISSION OF THEIR BID.
Addendum as follows:
1. Quotes are due Monday October 22, 2018 at 2:00 p.m.
2. Second addendum will follow.
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.
/ J
Clifton Villiams. CPPB
Purchasing Manager
�, - //t,)//r
Signatur r Pr-cr foscr Date
CITY OF PORT ARTHUR,TLAAS
r)
— ADDENDUM NO. ONE (1)
��, r1; ..—/- October 12,2018
w
SUBMIT WITII BID
Proposals for: Restoration of Golf Course Club House
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
PROPOSERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THEIR SUBMISSION.
Addendum as follows:
MAIN AREA
I. REMOVE AND REPLACE CEILING TILES WHERE NEEDED.(USE RADAR 2210 OR
EQUIVALENT) . TWO BOXES SHOULD BE NEEDED.
2. PROVIDE PANIC HARDWARE ON THE FOUR (4) EXIT DOORS (A COPY OF SPECIFICATION
STANDARD FOR PANIC HARDWARE IS ATTACHED )
3. REPLACE SHEET ROCK WHERE NEEDED AND PAINT ALL WALLS WITH PRO PAINT BY
SHERWIN WILLIAMS OR EQUIVALENT.
4. WEATHER PROOF WINDOWS REMOVING CAULKING AND SEALS.
5. PAINT DOORS INSIDE AND OUTSIDE WITH MULTI SURFACE ARYCRLIC PAINT.
6. REPLACE AND REMOVE ANY DAMAGED WOOD AROUND DOORS AND WINDOWS.
7. EXCLUDE ALL ELECTRICAL WORK.
8. REPLACE DOOR KNOB WITH PASSAGE HARDWARE SET.
9. REPLACE BASE WHERE NEEDED WITH SIMILAR BLACK RUBBER BASE. DISRGARD THE
METAL FLASHING REQUEST.
RESTROOMS
1. REMOVE AND REPLACE TOILETS ONLY (ADA COMPLIANT).
2. REPLACE ALL CEILING TILE WHERE NEEDED.
3. PAINT TRIM IN BOTH RESTROOMS.
4. PANELING WILL BE REPLACED WITH FIBER REINFORCED PANELING.
5. CITY WILL PROVIDE JANITORIAL STAFF TO CLEAN AND SANITIZE BATHROOM.
End of Addendum
If you have any questions,please contact Yolanda Scypion-Goudeaux at Yolanda._uoudeaux ii portarthurtx.gov
t
Clifton Williams,CPPB
Purchasing M.nager
Sid afore f Proposer Date
ADVANTAGE ILCT 4 INCH CC INTERCONNECTED COMMERCIAL LEVERSET
Applications- For offices,schools, hospitals, apartments, hotels, motels and other public buildings.
Features for this commercial lever:
• S CA Keyway . Interconnected Mechanism retracts both the
• Finishes: US 10B (Oil Rubbed latch and deadbolt from the inside with a single
bronze) US26D (Satin Chrome) motion
US3 (Polished Brass) • Panic Proof ExitingA
• Functions: Entrance and Passage • Concealed Mouting ScrewsA
• Fast and Easy Installation
Specification for this Contmerial Lever:
• Door ranges: 1 3/8"- 1 3/4" Dace Bac set. 2 3: t7Ornml Standard, or 2 3/8"(60mm)
thickness • Strike. 2 3/4' x 1 1'3"x 312"standard ASA strike
• 4"CC Door Prep standard. Stake box available upon request.
• Deadbolt. 1 1/8" x 2 1/8"square corner Key:ny 6 Pin Tumbler Cylinder.2 keys per lock. Keying
face plate. 1" housing diameter. 1"throw available upon request. keying charge may apply
• ANSI Standards-Meets or exceeds depending on quantity and complexity of keying.
requirement of BHN1A/ANSI A 156.12.
Series 4000 Grade 2, 400.000 Cycles
• Exposed trim:Wrought Brass. bronze or
stainless steel. levers are zinc casting
plated to match trim finish.
• Meets ADA requirements. Specially �� Conforms with ANSI A156.2. Series 4000, Grade II
v%designed for Barrier Free Application. Exceeds 800,000 CyIces. Meets A117 1 Accessibility
Code
USE OR FUNCTION
Entrance Keyed Locks- Deadbolt operated bt Let from outitile or Inti turn unit fu.'in 111?idc. Bolt iutonlatieallt deadlocks
It lien full,. thru,.t n. Uutslde lit er unlocked h,. Lei from outside\t hen locked bt turn button on inside le,.er.Turning inside
lever retracts deadbolt and latehholl sintuLnancou'l h'r innnedi,tic evil.
Passage Lock - Deadbolt operated by Let from outside or In turn unit from nr>nde.,1 Bolt automatically deadlock.\then titli,.
thruun..\ I atchbult retracted bt let er from either side. 1 I unit_ 'wade le\cr reu,tcts deadholt and latehbolt simultaneousl,.
for
3 5/16' a - 3 1/16" ..
0 D O
7 15/t6"
4-
lI 'y r
, •
2 11/32' 2 5/16'
*Rk, CITY OF PORT ARTHUR,TEXAS
ar re er---6
ADDENDUM NO.TWO (2)
Var .rh� October 19,2018
Trull
SUBMIT WITH BID
Proposals for: Restoration of Golf Course Club House
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
PROPOSERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THEIR SUBMISSION.
Addendum as follows:
RESTROOMS
1. DISREGARD THE FOLLOWING FROM ADDENDUM #1
PANELING WILL BE REPLACED WITH FIBER REINFORCED PANELING.
End of Addendum
if you have any questions, please contact Yolanda Scypion-Goudeaux at Yolanda.goudeaux@portarthurtx.gov
_fidG
Clift Williams,CPPB
Purchasing Manager
•
Signatt. • o troposer Date
•
1
City of 0 CITY OF PORT ARTHUR, TEXAS
tOtipt
ort rrku ADDENDUM NO. Four (4)
' Tuat
October 22, 2018
Quotes For: Restoration of Golf Course Club House
The following clarifications, amendments, deletions, additions, revision and/or modifications arc
made a part of the contract documents and change the original documents only in the manner and
to the extent hereinafter stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract
documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID
PROVISIONS IN THE SUBMISSION OF THEIR BID.
Addendum as follows:
1. Quotes are due Wednesday, October 24, 2018 at 8:31) a.m.
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.
/ ' r�
L, ltlr-t _.
Clifto' Williams, CPPB
Purchasing Manager
// _ _ /O497 e///
Signature oo roposer Date