HomeMy WebLinkAboutPR 14564: STARCO SOLUTIONS & SKR CONSTRUCTION - REHABILITATION CONTRACTS~Vlemo
To: Steve Fibgibbons, City Manager
From: Da/e Watson, Director, P/arming & Grants Management ~'{.v"/
Date: March 18, 2008
Re: P.R. 14564
RECOMMENDATION:
The Housing Assistance Division recommends City Council adopt Proposed Resolution
14564 authorizing the award of bids and contracts for the rehabilitation of three (3)
houses to Starco Solutions, LLC in the amount of $103,462 and one (1) house to SKR
Construction in the amount of $38,365 for a grand total amount of $141,827, upon the
approval of the Texas Department of Housing and Community Affairs.
BACKGROUND:
The City of Port Arthur is implementing a Community Development Block Grant (CDBG)
Disaster Recovery Program that is governed Texas Department of Housing and Community
Affairs, (TDHCA). The CDBG Disaster Recovery Program is designed to provide assistance
to persons and families who are at 80% of the Median Family Area Income and below with
unmet housing needs resulting from Hurricane Rita, eliminate safety and health hazards
resulting from Hurricane Rita in eligible homes and communities and preserve and improve
the community's housing stock. The homeowners will also enter into agreements with
the contractor to allow entry onto their properly for the rehabilitation and allowing the City
of Port Arthur Housing Assistance Programs to act as an agent pursuant to the Community
Development Block Grant and HOME Program Guidelines.
The Purchasing Division advertised in the Port Arthur News on December 23, 2007 and
December 30; 2007 and the bids were opened Janurary 9, 2008. Bids were mailed to
twenty (20) general contractors with five general contractors responding.
BUDGETARY/FISCAL EFFECT:
Texas Department of Housing and Community Affairs CDBG Disaster Recovery Program
will provide funding.
STAFFING/EMPLOYEE EFFECT:
Housing Administration staff will be responsible for administering the.contracts.
SUMMARY:
The Housing Assistance Division recommends City Council adopt Proposed Resolution
14564 authorizing the award of bids and contracts for the rehabilitation of three (3)
houses to Starco Solutions, LLC in the amount of $103,462 and one (1) house to SKR
Construction in the amount of $38,365 for a total amount of $141,827, upon the approval
of the Texas Department. of Housing and Community Affairs.
PR 14564
P. R. 14564
3/18/08 DW
RESOLUTION NUMBER
A RESOLUTION APPROVING THE AWARD OF
CONTRACTS FOR THE REHABILITATION OF
THREE (3)HOUSES TO STARCO SOLUTIONS, LLC
IN THE AMOUNT OF $103,462 AND ONE (1) HOUSE TO
SKR CONSTRUCTION IN THE AMOUNT OF $38,365 FOR
A GRAND TOTAL_ OF FOUR (4) HOUSES AT THE COST
OF $141,827.
WHEREAS, U.S. Department of HUD approved the State of Texas' Action Plan
for Disaster Recovery that describes the proposed use of U.S. Department of Housing and
Urban Development (HUD) Community Development Block Grant (CDBG) funding
associated with the Department. of Defense Appropriations Act, 2006 for disaster relief of
unmet housing and infrastructure needs resulting from Hurricane Rita in the most
impacted and distressed areas of Texas; and
WHEREAS, the Purchasing Division advertised six (6) homes for rehabilitation in
the Port Arthur News December 23, 2007 and December 30, 2007 and bids were opened
January 30, 2008; and
~ WHEREAS, one (1) house located at 2119 Canal Street withdrew from the
program and one (1) house located at 2549 11"' Street converted to a reconstruction
activity; and.
WHEREAS, the remaining four (4) houses were determined to need
rehabilitating; and
WHEREAS, Starco Solutions, LLC was the lowest and most responsible bidder for
three (3) houses located at 3510 11`h Street, 2331 11"' Street, and 1237 19"' Street, for a
total cost of a $103,462 and SKR Construction was the lowest most responsible bidder for
PR 14564
one (1) house located at 1819 19th Street in the amount df $38,365 as delineated. in
Exhibit "A"; and
WHEREAS, once the contractor commences construction on any particular
house, it must be completed within 60 working days.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OFTHE CITY OF
PORT ARTHUR:
Section 1. That the City Council authorizes the City Manager to enter into a
contract for the rehabilitation of four (4) houses pursuant to the Community
Development Block Grant Disaster Recovery Program, upon the approval of Texas
Department of Housing and Community Affairs, with Starco Solutions, LLC and
SKR Construction.
Section 2. That the Housing Programs Administrator of the City of Port Arthur, is
hereby authorized to approve the award of the following-three (3) contracts to Starco
Solutions, LLC in the amount of $103,462 and one (1) contract to SKR in the amount of
$38,365 for a grand total of $141,827, (a copy of the bid tabulation is attached as hereto
as Exhibit "A" and a copy of said contracts is attached as Exhibit"B", and "C").
Section 3. That the agreements with the homeowners are approved in
substantially the same form is attached hereto as Exhibit "D-1", "D-2 and "D-3", and
"D-4".
Section 4. That a copy of the caption of this Resolution be spread upon the
Minutes cf the City Council.
READ, ADOPTED AND APPROVED this
day of
MRRCµ A.D., 2008 at a Regular Meeting of the City Council of the. City of Port Arthur,
FR 14564
Texas by the following vote: AYES: Mayor
COUNCILMEMBERS
MAYOR
ATTEST:
ACTING CITY SECRETARY
APPROVED//FOR FORM:
~~l' `
CITY ATTORN Y ~ , .1 ~~~, ~, ri,~ ~~ 1
APPROVED FOR ADMINISTRATION:
CITY MANAGER
~~ ~
DALE WATSON, DEPARTMENT DIRECTOR
APPROVED FOR AVAILABILITY OF FUNDS:
~~_ ~ , ,
~~
DIRECTOR OF FINANCE'
PR -14564
EXHIBIT ~~A"
PR 14564
E%flIBIT "A"
CITY OF PORT ARTIIUR,'I'EXAS
BID SHEET
DESCRIPTION: COMMUNITY llEVELOPMEN'1' BLOCK GRANT DISASTER RECOVERY PROGRAM FOR
REHABILITATION OF FOUR HOMES
DATE: JANUARY 30, 2008
NAME OF'BIDDER NAME OF BIDDER NAME OF BIDDER
STARCO SOLUTIONS STONEWA'1'ER INC SKR CONSTRUCTION
LLC
ITEM UOM ITEM COST COST COST
1 EA 3510 11T" STREET $ 39,800.00 $ 55,=80.00 $ 45,475.00
2 EA 2331 1 I ~" STREET $ 34,665.00 $492,621.00 5 36,950.00
3 EA 1819 19~" STREET $ 44,600.00 NO BID $ 38,365.00
4 EA 1237 19TH{ STREET $ 28,997.00 NO BID $`32,950.00
BID BOND OR _ $.2,777.95
CASHIER CHECK $ 9,090.00 $ 2,907.15 57,687.00
LOCATION BEAUMONT TX PORT NECHES TX PORT ARTHUR TX
Pale 1 u~f 2
E%HIBIT "A"
NAME OP BIDDER NAME OF B119llER NAME OF BIDDER
PICK TWO I2UMM
CONTRACTORS CONSTRUCTION
ITEM UOh1 ITEM COST COST COST
I EA . 3510 11TH STREET $ 45,950.00 NO BID
2 EA ~ X 2331 11 ~" STREET $41;025.00 NO BID
3 EA 1819 19TH STREET NO BID $ 43,929.00
4 EA 1237 19'" STREET $ 48,610,00 $ 34,805.00
BID BOND OR NO BID BOND OR S 2,196.45
CASHIER CHECK CASHIER CHECK $ 1,740?5
LOCATION PORT ARTHUR TX NEDERLAND TX
~.:~ge 2 of 2
EXHIBIT ~~B"
PR 14564
Exhibit "B"
CONTRACT FOR THE REHABILITATION
OF THREE (3} PROPERTIES
CDBG Disaster Recovery Program
THIS AGREEMENT, made this day of , 2008, between the City
of Port Arthur, herein referenced to as the "CITY" and Starco Solutions; LLC, herein ailing. by - _ _ _. _
and through Syed Mhiuddin ,hereinafter referencedto as "CONTRACTOR". - . -
IN WITNESS WHEREOF, that for and in consideration of payments, terms and
conditions set forth herein, the City and the Contractor agree to the following:
1. The Contractor will provide rehabilitation of the following three (3) houses:
3510 11 T" St.
2331 11 "' St.
1237 19"' St.
2. Contractor agrees to perform all the work described in the specifications and
contract documents and comply with the terms herein-for the sum of 103.462:
3. The term "Contract Documents" means and includes the following:
(A) Agreement
(B) Advertisement for BIDS
(C) Addendums
(D) General Information
(E) Specifications -due to the volume of the specifications for these
Rehabilitation Projects, the specs will be made available in the City
Secretary's Office
(F) BID
(G) BID BOND
(H) NOTICE OF AWARD
4. During the term of this Contract, the Contractor will furnish, at his own expense, all
of the materials, supplies, tools equipment, labor, qualified supervision and other
services necessary for satisfactory completion of specifications and agreements.
5. The Contractor agrees to indemnify the City and hold harmless the City of Port
Arthur and its officers, agents, employees or assigns from any and all liability,
PR 14564
including claims, causes df action, and damages to property arising out of or in
connection with the work done by the Contractor under terms of this contract.
6. The term of this Contract shall be from to
Contractor agrees that three (3) houses must be
completed within sixty days of the
7. It is expressly understood that, the Contractor waives any and all claims against _
the City of Porf Arthur, its agents, employees and assigns for any charges to the -
contractor, or damages caused by the contractor or to any party arising out of
this contract.
8. IN WITNESS WHEREOF, parties hereto have executed or caused to be executed
this agreement in duplicate originals.
Signed and agreed to on the day of , 2008.
City of Port Arthur CONTRACTOR
Signature
Printed Name
Title
Signature
Printed Name
Title
PR 14564
CITY OF PORT ARTHUR
ADVERTISEMENT FOR BIDS
COMMUNITY DEVELOPMENT
RECOVERY PROGRAMFOR REHABILITATION OF 6 HOUSES
DECEMBER30, 2007
DECEArIBER 23, 2007
cIn of PDRT
ARTHUR, TEXAS
ADVERTISEMENT
-__
CITY OF PORT FOR BIDS
ARTHUR, TEXAS
ADVERTISEMENT
NOTICE IS HEREBY
FOR BIDS GIVEN THAT sealed
addressed to the
NOTICE IS HEREBY
~ ~ Bids,
City of Port Arthur, will he
of
d at the OHic
i
GIVEN THAT sealed
h C
ve
rece
the City Secretary. Y
e
Bids, addressed to t
of Pon Arthur, will be
Cit Hall 444- 4th SP
~ Arr
y
eceived a[ the Office of ort
P.O. Box 1089,
r
the City Secretary, City thur, Texas 77641 no
than 3:00 P.M.,
Hall 444- 41h Street or
Pon Ar- ~
Box 1089
O
P later
January 9, 2008, and all
t
,
.
.
thur, .Texas 77641 no
P
M -
bids received will.therea
be opened and read
t
.
..
later than 3:00
January 9. 2008,_ and all er
aloud at 3:15 P.M. on
in the
2008
bids received will thereat- ,
January 9,
Councl Chambers,
ter be opened and read
on
M
P amity
ith Floor, Gity Hall, Pan
-
.
.
aloud at 3:15
January 9, 2006, in the Arthur, Texas for cenain
ices briefly described
City Council Chambers, erv
City Hall, Pon
5th Floor - s:
,
Anhur, Texas for certain
services hriefly described COMMUNITY
)EVELOPMENT BLOCK
I as:
GRANT DISASTER
COMMUNfTy
K RECOVERY PROGRAM
FOR REHABILRATION
DEVELOPMENT BLOC
- _
WING
OF TH
GRANT DISASTER HOUSES
RECOVERY PROGRAM 12119 CANAL STREET
FOR REHABILITATION 2 3510 11TH STREET
OF THE FOLLOWING
~
2549 11TH STREET
3
HOUSES
~ .
2331 11TH STREE7
q
1.2119 CANAL STREET
EET'/ .
1819 19TH STREET
5
2. 3510 11TH STR
~ .
1237 19TH STREET
6
3.2549 11TH STREET
233111TH STREET/,
4
~ .
MANDATORY PRE-BID
ED~
.
~
5. 1819 19TH STREET'
/ MEETING IS SCH
OR 9
6. 1237 19TH STREET ULED F
2 OB AT
JANUARY 3,
MANDATORY PRE-BID Cln HALL, 2ND FLOOR
ROOM
MEETIPIG IS SCHED-
M
A ,
- CONFERENCE
OCATED AT 444 4TH
.
.
ULED FOR 9:30 L
JANUARY 3, 2008 AT 1 STREET
CITY HALL, 2ND FLOOR
CONFEFEIJCE ROOM,
- Blds received after clos-
LOCATED AT 444 4TH - ing time will be returned
STREET .unopened. -
~ -Bids received after clos- Copies d the Specitica-
nd other Contract
ing time will be returned lions a
ents are on file in
unopened-
I Docum
the Purhasing Office,
Copies of the Specifica- ~ 444- 4th Street, City of
and are oPan
Anhur
ticns and cUier Conlrzct
l
i ,
pon
blic inspection with-
n
e
Documents are on fi for pu
the Purchasing Otice, -out charge.
444- 4th Slreet, Cily of
Pon Arthur, and are open
ith
~ The City of Pon Anhur re-
the right to reject
-
for puhlic inspection w serves
and all bids and to
out charge. any
waive informalities.
The City of Port Arthur re-
serves the right to reject a Broussard.
any and all bids and to purchasing Manager
waive informalities. ~ --
Joseph Broussard
PurchasingManager
CITY OF PORT ARTHUR, TEXAS
ADVERTISEMENT FOR BIDS
NOTICE IS HEREBI` G1V EN 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
(089. Port Arthur, "Texas 77641 no later than 3:00 P. M., January 9, 2008. and all bids
received will thereafter be opened and read aloud at 3:1~ P. M. on January 9, ?008, in the
Citv Council Chambers. 5th Floor. City Hall, Port Arthur. Texas for certain services
briefly described as:
CONI~9LtNITY DEVELOPMENT BLOCI: GRANT
DISASTER RECOVERY PROGRA~'1 FOR
REHAI3[LI"G4TION OF THE FOLLO«'ING HOUSES
1. 2ll9 CANAL STREET
2. 3510 11T" STREET
3. 2549 11T" STREET ,
d. 2331 17T~~ STREE
5. 181919T" STREET
6. 1237 19~" STREET
MANDATORY PRE-BID T~~IEETING IS SCHEDULED FOR 9:30 A. M. JANUARY '>
?008 AT CITY' HALL ."n FLOUR CONFERENCE ROOM. LOCATED AT 444 4TH
STREET
Bids received after closing time will be returned unopened.
Copies of the Suecifications and other Contract Documents are on file in the Purchasing
Office. 444-4th Street, City of Port Arthur, and are open for public inspection without
charge.
The City of Port Arthur reserves the right to reject any and all bids and to ~t~aive
informalities.
Joseph Broussard
Purchasing Manager
FIRST PUBI.ICAT[ON: DECED~IBER 23; 2007
SECOND PUBLICATION: DECEMBER 30, 2007
C1TY OF PORT ARTHUR, TEXAS
"ADDENDUM NO. ONE (1)
DAT E~. DECEMBER 27, 2007
B1D PROPOSAL FOR: CO>V M1ttiNITI DGVELOP~tENT BLOCK GRANT
DISASTER RECOVERY PROGR~~t"t/ FOR REHABILI`I'AT[ON OF
2119 CANAL STREE"l',3510 1IT'' S'fREE'r,2549 l IT't S`CREE'C,2331 11T't
STREE,1S19 t9T" STREET, AND 123719T" STREET
The following clarifications, amendments, deletions, additions, revision and`or modifications are
made a hart of the Contract Documents and chance the original documents only in the manner
and to the extent hereinafter stated and shall he incorporated in [he 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 Tf[6 SUBM[SSION OP THEIR BID.
1. MANDATORY PRE-B1D \~tEF,TING IS SCHEDULED FOR 9:30 A. f,1. J,\NUARY 3,
X008 AT C[TY EI:\LL ZOO FLOOR COVPF.R1;i1CE ROOtvf LOCA'7"ED AT 444 4TI1
STREET
2. ROOFS MUST HAVE WINDSTORM CERTIFICATION
i n ~
,7
Clifton Williams
Senior Purchasing Assistant
Page I of I
CITY OF PORT ARTHUR, TEXAS
DATE: JANUARY' 8, 2008
BID PROPOSAL COQ ~Rl PROGRAM OR 12EHABILITABION OFGR~NT
DISASTER RE 2549 11T" STREET,2331 11T"
2119 CANAL STKEET,3510 lla" STREET,
STREE,181919T" STREET, AND 1237 19T" STREET
The follow'inS cl e Controct Documentsrand cha cestl cdoriginal documents onlvnodihe maoneare
made a part of th
and to the extent hereinafter stated and shall be mcoiporated in the Contract Documents.
Pro~~isions of this addendum shall take prUESTED TOrACKNOWI-EDGE SAIDlPROV'ISIONS
Documents and all BIDDERS ARL- REQ
IN THE SUBMISSION OF THEIR BID.
I. THL BID OPENING D ATE HAS ChL4NGED TO JANUARY 23; 2008
^~d9 1 l~" STRF,ET FROM YOUR BID
?. DELETE ,=
;. THE CITY' \\'ILL HAUL- ANOTHER NIANDt\"TORY' PRE-BID ~'IL-ETING A
9:30 A. M ON J,4NUARY 10. MOOS AT Cl'fY HALL 2` FLOOR ANNEX
CONFL=RENC'E ROO~4 LOCr\TFD AT =4~I4 4~" STREE=T.
4. CONTRACT ORSTH.AT-ATTENDED THEIs'MANDATORYPRE-BID DON'T
t{AVE TO ATTEND TITE \1ANDAT"ORY PRC-BID ON JANUARY l L 2008
1,
~t ~ -
Clifton Williams
Senior Pwchasine Assistant.
CITY OF PORT ARTHUR, TEXAS
ADDENDUM N0. THREE (3)
DATE: JANUARY 9, 2003
BiD PROPOSAL FoR: CONIMLNITY DEVELOPI\~IENT BLOCK GRANT
DISASTER RECOVERY PROGRAM FOR REHABILITATION OF
2119 CAI~tAL STREET,3510 11T" STREET,233I llT" STREE,181919T"
STREET, AND ]237 19r" STREET
The following clarifications, amendments, deletions, additions. revision and/or modifications are
made a part of the Contract Documents and change the original docmnents only in the manner
and to the extent hereinafrer 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 RLQUESl ED TO .~CKNO\\`LEDGL- St\ID PROVISIONS
N THE SUBMISSION OE THEIR BID.
L PAGE 23 #l3 CERAM[C TILE REPAIK -POSSIBLE REPAIRS TO ENTIRE FLOOR
AFTER THE RE-LEV E1,ING. CHANGE TO 100.00 SF'
2. PAGE 29 #1 ~ RE1v10~'L- ACOUSTIC T1LE CEILINGiNSTALL DRY"\VALL CEILING
AND WALLS. CHANGE TO 40.00 SE
3. PAGE 30 #13 REGLUE \V~ALLPAT'ER SLAMS/POSSIBLE DRl"Wr\LL REPAIRS
AFTER RE-LEVELING. CHANGE TO 200.00 SF
4. ATTACHED ARE ADDITIONAL SPECIFICATIONS FOR 1237 19"s STREL~C
BATHROOM. NUMBERS 43-51.
5. ATTACHED IS THE CORRECTED BID PROPOSAL PAGE
;~
Clifton Williams
Senior Purchasing Assistant
CLTY OF PORT ARTHUR, TEXAS
ADDF.NDUNt ti0. FOUR (4)
DATE: JANU,4RY 9, 2005
B1D PROPOSAL FOR: COM~'IUNITY DEYELOPME.i~T BLOCK GRA\'T
DISASTER RECOVERI' PROGR:1iVI I'OR REFIABILITATION OF .
21.19 CAiVAL STR.EET,3510 11T" STREET, 2331 I}r" STREET, 1819 19T"
STREET, AND 123?.I9"' STRL,E'r
The following clarillcations, zmendments, deletions, additions, revision and!or
moditlcations are made a part of the Contract Documents and. change tnc original
documents only in the manner and to the extent hereinafter stated and shall be
incorporated in the ~Contract.Dacuments.
Provisions of this addendum shall fake precedence over requirements of the original
Contract Documents and all 6lDDERS :ARE P.EQUESTLD TO ACKN031'LEDGE SAID
PROVISIONS INTHF. SUB;A4[SSION OF THEIR BID.
I_ PAGE 88 k4 CH:WGE'CO REP.~IR TONGUE ~ GROOVE FLOOR. INSTALL
V[NYL FLOOR[NG. 25.33 SY'
2. DELETE 2119 CANAL STREET
3- ATTACHED AR6 THE SPEC[F'lCA'PIONS FOR 233] EAST 1iTH STREET
titASTER BEDROO~~i, BEDROORI n2. AND BATHROOM
4. THE BID OPENING DATC HAS BEEN CHANGED TO 1ANAliRY 30, 2005
} ~~~ % 9~ ,
Clifton \Villiams
Senior Purchasing Assistant
CITY OF PORT ARTHUR
GENERAL5PECIFICATIONS
GENERAL INFORMATION:
NOTE: [t is extremely important that the ~-endor, 6iddcr, andlor Contractor furnish-the
Citv of Port Arthur the required information specified in the Bid or Proposal
Specifications listed in this Bid Package.
The intent of this INVITAT[ON TO BID (ITB) is to provide bidders with sufficient information
to prepare SEALED BIDS N DUPLICATE for furnishing: COD~INIUNITY DEV"ELOPMIENT
BLOCK CRANT DISASTER RECOV""FRY" PROGRAM[ FOR REHABILITATION OF
SIX HOMES
Bids must be in a sealed envelope addressed to the City Secretary; City of Port Arthur.
P. O. Box 1089, Port Arthur, Texas 77641. Bids shall be received no later than 3:00
P. M. January 9, 2008. Bid proposal MUST BE SIGNED BY THE BIDDER.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS
TAKING EXCEPTION TO THE SPECIFICAT[ONS, OR OFFERING SUBSTITUTIONS,
SHALL ST.ATL- THESE EXCEPTIONS BY ATTACHNtENT AS PART OP T}.IE-BID. The
absence of such a list shall indicate that t]Ze bidder has not taken exception and the Cite shad
hold the bidder responsible to perform in strict accordance with-the specifications of the
invitation. The City resen°es 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.
Bids cannot be altered or amended after submission deadline. Any interlineation; alteration; or
erasure made before opening time must be initiated by the signer of the bid. guaranteeing
authenticity.
The City reserves the right to:
L 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.
,. 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°ro of the lowest bid price. This preference can't be granted
for purchases involving Federal Funds.
The award shall be made to the responsible vendor(s) whose bid is detennincd to be the. lowest
offer; taking into consideration the relative importance of price, conformance to specifications
and capability and experience of the contractor.
TERMINOLOGY: "Bid" vs. "Proposal"--Por the purpose of this [TB, the terms "Bid" and
Proposal" shall be equivalent.
Bidders are cautioned to read the infonuation 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 Vernon's Texas Code Annotated, Local Government Code Title ~, 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 RESPONSIBLEPROSPECTIVEBIDDERS: Aprospective
kidder must affirmatively demonstrate bidder's responsibilih~. Aprospective 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.
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 arears in its
obligations to the City.
7. No pa}nnents shall be made to anv person of public moneys under any contract by the City
with such person until such person has paid all obligations and debts owed to the Cih~, or has
made satisfactory arrangements to pay'the same.
Any interpretations, corrections or changes to the 1TB and Specifications will be made by
addenda. Sole issuing authority of addenda shall be vested in the City of Port A~9mr Purchasing
Manager. Addenda will be mailed to all who are knor~m to have received a copy of the ITB.
Offerers shall acknowledge receipt of all addenda.
PRICES: The bidder should show in the proposal both the unit price and total.amount, ~+'here
required; of tack ite~ii listed. In the event of error or discrepancy in the mathematics, the-amt
price shall prevail.
PURCHASE ORDL-R: A purchase ordeds)shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
IN~~OICES: All invoices steal be mated directly to the City of Port Arthur, Attn.: Housing
Dept; P. O. Box 1039, 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.
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 law's 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 C[TY": No member of the governing body of the City, and no
other officer, employee or agent of the City w"ho 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.
DELINQUENT PAYMENTS DUE CIT 1': The City of Port Arthur Code of Ordinances .
prohibits the City from granting any license, privilege or paying money to anyone owing
delinquent taxes, paving assessments or any money to the City until such debts are paid or until
satisfactory anangements for pa}~nent has been made. Bidders must complete and sign the
AFFIDAVIT included as part of thislTB.
CONTRACT: The following ~s~ill comprise the contract behveen the City and the successfitl
bidder:
l . Inforration for Bidders
2. Bid Sheet
3. Notice. of .Awards
4. Specifications
5. Addenda
QUANTiT[L-S: Quantities sh~nvn are estimated, based on projected use. [t is specifically
understood and agreed that tliese~ quantities are approximate and any additional quantifies will be
paid for at the quoted price. [t is further understood that the supplier shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
All bids will remain in effect for one year after the bid opening date.
If through any cause the Bidder fails to fulfill in a timely and proper manner, his obligations
under this Contract; or tails to perform in accordance ~s~ith these specifications; the City reserves
the right to terminate this Conaact by giving written notice to the Bidder of such tennmahon and
specifying the effective date thereof, at least fifteen (15) days before the effective dale of such
termination.
No person has the authority to verbally alter these specifications_ Any interpretations,
corrections or changes to this 1TB and spccificattons will be modern wrfing by the Purchasing
Division of the City of Port Arthur and sent to each person having a bid package.
The vendor must be an authorized dealer for all products offered. The vendor must give the
manufacturers name and product description of all items. Inferior products; products which
perform at a substandard level, or poor quality products will be rejc clcd'. ~.
SHIPPING INFORMATION: All bids are to be F.O.B:, City of Port Arthur; Port Arthur, Texas
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 inseRed 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
mamrer, perform all work and fi~rish all supplies and materials, machinery, equipment; facilities
and means; except as herein otherwise e.~pressly specified, necessar}' 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 rt or
a detailed description concerning any point, shall be regarded as meaning that only the best
commercial practices are to prevail All interpretations of these specifications shall be made on
the basis of statement.
While the purpose of the specifications is to indicate minimum requirements in the way of
capability, performance,. construction, and other details, its use rs not intended to deprive the City
of Port Arthur the option of selective goods which may be considered most suitable for the
purpose invoh-ed.
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 iii the determination of
the suctessiul bidder.
Under the Title VL 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.
Questions concerning this ITB or additional information should he directed to Beverly Freeman
at409-983-8259.
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 t}ie Contractor shall violate any of the convenants;
agreements or stipulations of this contract, the City shall thereupon have the right to temmmate
this contract by giving written notice to the Contractor of such termination and specifying the
effective date thereof, at least fifteen (1 ~) 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 ofset-off until such time as
the exact amount of damages due the City from the Contractor is determined. If the Contractor is
unable to complete the work in a timely manner, the City also reserves the right to utilize another
vendor to complete the work and charge the- Contractor for the extra costs.
1'GRM[NATION FOR CON~'ENIFNCE
The City may terminate this contract at any time giving at least thirty (30) days nonce in writing
to the Contractor. If the Contract is terminated by the City as provided herein; the Contractor
will be paid fur the work 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 termnation
shall apply.
INSPECTIONS
Unscheduled job-site inspections will be performed by the City of Port Arthur Housing
Department Representative. Failure to abide by the City's specifications msill be grounds for
termination of the contract
E~PERTENCE & CAPABLLITY: Bidder shall include the following information to describe
the experience and capability factors of the company
l . Number of years in operation.
2. Largest area mowed currently in effect with a business.
3. Number of employees currently employed, their job titles, and their job descriptions.
4. Equipment currently owned or leased by }rout company.
~. Be other+~ise qualified and eligible to receive an award.
6. Other major companies or areas that it has contracted to mow.
7. If a company wants to Rehab more than three (3j houses of the City, the company must show
that it lias the equipment and employees to handle more than three houses_
3. F_xisting mowing schedule for your existing contracts and your proposed mowing schedule
for all of the areas that you bid based on the expected volume of cutting in these areas.
9. if you plan to expand your emmployees and your eyuipment to handle the areas to be bid,
please provide information indicating your capabilities to maintain those areas.
RELEASES AND RECELPTS. The City of Port Arthur before making payments, tray 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'fhe 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 finafi acceptance by the City.. ~
Sti6-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
[~IS,_ USE
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 wider this contract, ~t~hether the operations be by himself or
by any subcontractor or by anyone directly or indirecfly employed by any of them; or by anyone
for whose acts any of them may be liable; of the following types and limas
L 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
personl$500;00~ per occurrence fbr contracts of $100,000 or less; or
Bodily injury $1,000;000 single lumt per occunence or 5500,000 each
person /$1.000,000 per occur once foF contracts m excess of $100.000; and;
b'. Property Damage $100,000 per occurrence regardless of contract amount; and;
a 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.
3. Commercial Automobile Liability~nsurance (Including owned, non-owned
and hired vehicles coverage's).,.
a_ A4inimmn 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 occunence for bodily injury and $100,000 per occurrence
for property damage..
Contractor shall cause Contractor's insurance company or insurance agent to fill Cn 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 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 Fornr should contain a
provision that coverage afforded under the policies will not be altered, modified or canceled
unless at least fifteen (I ~) 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 [NSLIRANCE 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.
BID SECURITY AND LIQUIDATED DAMAGES
Bids shall be accompanied by a bid guarantee of not less than five percent (5%) of the
amount of the total bid which shall be a Certified Check or Cashier's check payable without
recourse to the City of Port Arthur, or a bid bond with corporate surety authorized to conduct
business in Texas. Said security shall be submitted with the understanding that it shall guarantee
that the Bidder will not withdraw his bid ~a:ithin sixty (60) days after the -date of the opening of
the bids: that if a bid is accepted; the bidder will enter into a formal Contract with the O\\~IVER,
furnish bonds and insurance as may be required and commence work at the specified time, and
that i^ the event of the withdrawal of said bid within said period; or the failure to enter into said
Contract, furnish said bonds and insurance and commence work within the time specified, the
Bidder shall be liable to the O\V'NER for the difference behveen the amount specified~in the bid
in the amount for which the OWNER may otherwise procure the required work. Checks of all
except the three lowest responsible Bidders will be returned when award is made; when the
Contract is executed. the checks of the two remaining unsuccessful bidders will be returned; that
of the successful ,Bidder he returned when formal Contract, bonds and insurance are approved,
and work has commenced within the time specified.
The Bidder to whom the award is made shall execute and return the formal Contract with
the OWNER and famish Performance and Payment Bonds and required Insurance Documents
within ten (10) days after the prescribed forms are presented to him for signature. Said period
will be extended only Upon written presentation to the OWNER, within said period, of reasons
which the sole discretion of the OIVNER, justify an extension. Lf said Contract, bonds and
insurance Documents are not received by the Ob\'NER within said period or if «°ork has not been
commenced within the time specified, the OWNER may proceed to have the work required by
the Plans and Specifications performed by any means at its command, and the bidder shall be
liable to the CITY For any excess cost to the OWNER~os and~Bidder shall 1 able to tl eeCity
guarantee shall be forfeited to the CIT T as liquidated damns
for an additional amount of five percent (~°,-'o) of the bid amount as liquidated damages without
limitation.
The OWNER, within ten (10) days of receipt of.acceptable Performance and
Payment bonds, insurance documents and Contract signed by' Bidder to whom Contract was
awarded,. shall sign and return executed duplicate of the Contract to said party. Should OWNER
not execute the Contract within such period, the Bidder may, by written Notice to OV/NER,
withdraw his signed Agreement
E30NDS
[f the Contract exceeds Fitty l~housand Dollars (550,000.00), Performance and Payment Bonds
shall be furnished on prescribed forms in the amount of one hundred percent (100°/0) of the
Contract price with corporate surety duly authorized to do business in the State ofTexas.
Attorneys-in-fact who sien Bonds must file with each bond a certified and effectrvz date copy of
their Power of Attorney..
NOTTCE TO PROCEED
Notice to Proceed shall be issued within ten (10) days of the execution of the Contract
~erOd; tltl eRime m~a~ be extended by mutual agreeuinr»t behveeneOWNER andsCONTRACTOR
[f Notice
JOS EYAIV9INATION
Bidder should be careful examine and be familiar with the Plans, Specifications and
other Documents and other conditions and matters which can in any way affect the work or the
cost thereof. By submitting a bid the CONTRACTOR ackno~eledges that 6e or his qualified
representative has visited the job site and investigated and satisfied himself as to (a) the
conditions affecting the work including but not limited to physical conditions of the site which
may bear upon site access, handling and storage of tools and materials, access~o charactercand
or other utilities otherwise affect performance of required achvrtres; (b)
quantity of all surface materials or obstacle's : to be encountered in so far as this information rs
reasonably ascertainable from inspection of the site, inchiding exploratory ~+-ork done by the
OWI~'E-R or a designated consultant Failure to do all of the above will not relieve a successful
Bidder of the obligation to famish all material and labor necessary to carry out provisions of the
Contract Documents and to complete the contemplated work for the considerations set forth in
Che bid. Any information sho~m in the Specifications or on the Plans in regard to subsurface data,
test borings and similar conditions is to be considered. approximate and does not relieve the
Bidder of the responsibility for its verification. OWNER is not responsible foe any failure by the
CONTRACTOR to acquaint himself with available information for estimating properly the
difficulty or cost of successfmlly performing the work. The 0~~~-NER ~is ^otresponsible for any
conclusions or interpretations made by the CONTRACTOR on the basis of the infonnatron made
available by the OWNER. In confonnit_y with applicable statutes, the-0WNER has adopted a
labor classification and a minimum yy'age scale, which is included following the Specifications.
SAL;ES'CA`i
This Contract is issued by an organization which qualities for exemption pursuant to
the provisions of Section 151309 of the Texas Limited Sales, Excise and Use Tax Act as
codified inChapter 151kof the'Texas Tax Code.
The CONTRACTOR'S attention its directed to the State of Texas Comptroller of
Public Accounts Limited Sales, Excise and. Llse Tax rules and regulations Rulings regarding
repairmen and Contractors Reference: Section 1 ~ 1.056 Texas Tax Code which, upon
compliance with certain conditions, pro~~ides for exemption from this tax of non-consumable
materials and equipment permanently incorporated into work done for an exempt organization;
and House Bill 1 I amendments to Section t ~ L311 of the Tax Code (Vernon Supp. 1997.) as
they relate to separated contracts bids .in order for non-consumable materials and equipment to
qualify for resale to the City and be exempt from sales tax. Any bidder may elect to exclude this
sales tax from his bid. The bid and contract, however, must separately identify the charges for
(1) non-consumable materials and equipment that are permanently incorporated into the project
and (2) charges for skill labor and consumable materials, tools and equipment which are not
permanently incorporated into the project This statement shall Uc included in and made part of
the Contract CONTRACTOR' S are required to have a sales tax permit issued by the
Comptroller of file State of Texas i n order to qualify under the exemption provisions and the
separated contract The City will issue a specific exemption certificate. for a separated Contract
to the CONTRACTOR in order that he does not have to pay taxes on qualifying materials and
equipment purchased for and permanently incorporated into the City project. The
CONTRACTOR performance this Contract must issue [o his suppliers an exemption certificate
in lieu of the tax; said exemption certificate complying with all applicable e State Comptrollers
rulings, along with a copy of the certificate issued to him by the City_
The OWNER will make no further allowance for and ~~~ill make no price adjustment
abo~°e or belo~a~ the originally bid unit prices on account of this tax. It shall be the
CONTRACTOR'S sole responsibility; if C.ONTRaCTOR has elected to exclude file sales tax
fiom the bid. to comply with the aforementioned Rulings and with any other applicable rules,
regulations or laws pertaining to the T exas Limited Sales; Excise and Use Tax ~~-hieh may now
or at anY time during the performance of this Contract be in effect, andthe OWNER shall have
no responsibility for any sales or use tax which the CONTRACTOR may be required to pay as a
result of CONTRACTOR'S failure or rile OWN'ER'S failure to comply with said rules,
regulations or laws, or as the result of the performance of the Contract or any part hereof by the
'CONTRACTOR.
Bidders are cautioned that materials which; are not permanently incorporated into the
work (Example: Fuel, lubricants, tools, funning materials, etc.) are not eligible for exemption
and are not to be included in the statement as "Non-consumable Materials and Equipment".
FINANCIAL STATGbIENT AND E\PERILNCE RECORD
The Bidder will upon reyuest by the OWNER, famish such information and data as
ObVNER may request to determine ability of the Bidder to perfom~ the work without limitation,
a list of all jobs completed in the IasL2& months giving name of OWNER, amount of Contract,
description of the job, and name of OWNER'S representative who is familiar with the work
performed by the CONTRAC"fOR.
iNTERPRGTATION OF PLANS AND SPGCIIiICATIONS
Bidders desiring further information, or further interpretation of the Plans and
Specifications must make request for such information in writing to the Architect/Engineer no
later than 96 hours before the bid opening Answers to all such requests will be given in writing
to all qualified Bidders in Addendum fonll, and. all addenda will . be bound and made a part of
the Contract. Docunents. No other explanation or interpretation will be considered official or
binding. Should a Bidder End discrepancies in, or omissions from, the Plans, Specifications or
other Contract Documents, or should a Bidder be in doubt as to their meaning; the bidder should
no later than 96 hours prior Co the bid opening, notify the Architect/Engineer m order that a
written Addendum; if necessary, may be sent to all Bidders-prior to submission: of the bids.
Failure to request such clarification its a waiver to any claim by the Bidder for expense made
necessary by reason of later interpretation of the Contract Documents by the OWNER. ~
AWARD OF CONTRACT
Unless it elects to reject all bids, the OWNER will award the Contract as promptly as
possible consistent with the time required for a thorough analysis of bids submitted. Award will
bid The nghhesbreserved to~eject anaor all ProposalsOand toRvaovestecluugalldcfectenas~l ehe
interest of the OWNL-R may require.
A Bidder may withdraw his Proposal lieforethe expiration of the time during which a
Proposal may be submitted, without prejudice to himself, by submitting a written request for its
withdrawal to the officer who holds it.
TIME OF CONFECTION
Attention is directed to the requirement that each Bidder specify in his Proposal the time
~a-hich he will agree to complete the work. The time required for completion of the work will be a
mustatate~ti~melin consecutivetcalendarldavs-emcludingabnt ~o~t,Ilienl d1il~ alleSaturday~Sunday
and Federal, State and City holidays. ~ ~ ~
SUBSTITUTIONS
Where materials or equipment are specified by a trade or brand name, it is not the
intention of the OWNER to discriminate against an equal product of another manufacturer, but
rather to set a definite standard of quahty or perfonnanc-e, and to establish an equal basis for the
evaluation ofbids.
LA\~'S
AIL applicable laws, ordinances and the rules and regulations of all authorities having.
jurisdiction over construction of the pro_leet shall apply to the Contract throughout.
FQUAC OPPORTUNITY
Bidder agrees to abide by the requirement under Executive Order No. 1 1246, as
amended; including specifically the provisions of the equal opportunity clause set forth in the
Generale Conditions.
ITEM E TO THE CONTRACT
(SPECIFICATIONS)
DUE TO THE LARGE VOLUME
OF THE SPECIFICATIONS FOR THE
REHABILITATION- PROJECT, THIS
PORTION OF THE CONTRACT WELL BE
MADE AVAILABLE IN THE CITY
SECRETARY'S OFFICE.
Page 111 of 115
CITY OF PORT ARTHUR
BID PROPOSAL
PAGE l OF 2
DATE: JANUARY 9. 2008
Bid Proposal For: COtii,NIUNiTY DF.VELOPiVIENT BLOCK GRANT DISASTER
RECOVERY PROGRAM FOR REHAB[LITATION OG SIX HOMES
The undersigned ST+~RCO ~UT1oNS LLC ,doing
business in the City/Town of [~, pt smn>v; f Poa i -PQi t~~i
submits herewith; in conformity kith the Genera] Instructions, Conditions; and Specifications for
the following Bid:
OUTLINE O.F BID DATA:
DESCRIPTION # OF D;~YS TnTai. r~~T
2119 CANAL STREET ~ b ~ 33 3. - So
3d 10 1 1 r" STREET E,b $ 3~
I
I
~
2~i1 l1T"STREET - ~t~ S ELI abS.~O
181919T" STREF,T
- (~' b S u 4 ~ ~ ~. tp
i
7237 19r" STREET ~ .6b $ 2~ `~! 9 `~ • LR9
Receipt of addenda is acknowled,ed: _
No. 1 Dated I2_'~'} _ p`} Received
No. 2 Dated pI _ e~_ ~_ Received
No. 3 Dated _ 0 t _ p ~ . o~ Recei ded p ~ _ p ni , O~
_
~~• ~l Da~e~ EI- Oal - ~ Qeee;~ed O 1 - ~2- O~
SIGNATURE OF BIDDER DATE ~-
Page 112 of 115
CITY OF PORT ARTHUR
BID PROPOSAL
PAGE 2 OF 2
SIGNATURE OF BIDDER
tn1--3 0 - o~
DATE
ST/~-tZ~ o ~ u ~uT i o ni S t t ~ 2"x-1 O ~8 t, ; !~ l t ~ ~} c-rs~=_ ~
COMPANY NAN[E STREET ADDRESS
tkt(3 ~ 7 s -~-
SIGNATURE OF BIDDER PO. BOX
SyEn M Mot~fuOh,N 2>>=A-UMon~i IX `l"~'~1
(PRINT OR TYPE NAME) CITY" STATE ZIP
~~• CTt~e-(~~~w5. UO~i- Si-to-S~0~1
T[T~ AREA CODE TELEPHONE NO.
Page 113 of 115
BID OPENING DATE: IANAURY 9 2005
CITY OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
Bidders are requested to famish their complete RE;~fIT TO ADDRESS and
TAX 1DENTTFICATION NUMBER as indicated below:
REMIT PAYMENT TO_
COMPANY ~'['p~2C__g_ S~~ i t 0~1c 1- t-~-
ADDRESS 2'}~~ S •~i t.!~ ~ ~^re- ~~
C1TY.iSTATE/ZIP d f ~.c,~utaw~ ~ `4'~ko 4
SEND PURCHASE ORDER TO:
COMPANY ST'P-r2t`r co+ i,`+ +o ~~c L~ c.
ADDRESS 2~ i) S 41 1 Li ~I. ~~~
C'ITYiSTATEiZTP ~pc~~.,na_&~ IBC `~~r_~-T~ 1'
TAX IDENTIFICATION NUiviBER 3 - 30 33b' ~' $ ~ ~
PLEASE NO"FOKIZE THIS FURNI
Page 1.14 of 115
PLEASE MOTORIZE THIS EORVI
AFFIDAVIT
All pages in offer's bid proposal containing statements; letters, ete.,
shall be signed by a duly authorized officer of the company, whose
si2nature_is binding on the bid proposal.
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. Further, I agree to pay succeeding debts
as thev become due during this agreement.
[ 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 ceRify that I do have outstandine debts with the
City of Port Arthur and agrees to enter into an agreement for
the payment of said debts. [further agree to pay succeeding
debts as they become due.
NA\-IEOF OFFERER: SY~~ I"1ON1U'~At+~l
TITLE ~'~ ~~P' `~~ t
ADDRESS ~' O L1bX 21'31 -
~ t Y '3'a'~,'LO
C[TY~STATE/ZIP L~ec.uwr e
TELEPHONE NUMBER u oq - u 66- u 1u "~
SIGNATURE _ t
SUBSCRIBED AND SWORN to before me by the above named
S~y~r~ rn _ f`~ $~ur~i i, on this the 3 0~'
day of ~"{}aen - 20~_.
Notary Public m and for the. State of T " " '
RETURN THIS AFFIDAVIT AS PART OP THE BID PROPOS~ ~~ ~~
.ted~
. ,-_ SUSAN IRBY
@ ~ MY COMMISSION E%PIRES.
cv pupust 21, 201 t
Page 115 of 115
CONFLICT OF INTEREST STATENTE-NT
Please delineate all owners of your company. If you have any contractual
business relationship or family relationship with any member of the governing body of
the City or if you expect this to occur, please so stale:
~klA&~-stic ___- ~ _:
r ..r.
v
Signature
1 +
TO
AN INOEMNITV ANO/OR SURETY RONO MAV BE
REPLACEMENT OR REFUND OF THIS CHECK IF I
4706576
WACI-IOVIA
M
a Pay To The CITY DF PORT ARTHUR
o Order Of
0
*N.INE THOUSFIND NINETY DOLLARS AND OD CENTS
N
STARCO SOLUTIONS I_LC
Remitter
Issued by Inlayrated Paymeln Systems Inc., Enylewond, Colorado
...,., JPMOrgaq,Chasfl Donk, N.A,. pep¢or„COIVradg. '
k~ ~ WtWnflVEWATEflMgflK'i
1040
~PRIrORT 4g_9' 346105642.
lESTROVED
01/30/2000
$9,090.00
Dollars
30
Bank,
li•373L59m I102p009791: 68003461105642511•
EXHIBT "C"
PR 14564
Exhibit °C"
CONTRACT FOR THE REHABILITATION
OF ONE (1) PROPERTIES
CDBG Disaster Recovery Program
THIS AGREEMENT, made this day of , 2008, between the City
of Port Arthur, herein referenced to as the "CITY" and SKR Construction ,herein acting by and
through Jose Sanchez ,hereinafter referenced to as "CONTRACTOR". -
IN WITNESS WHEREOF, that for and in consideration of payments, terms and
conditions set forth herein, the City and the Contractor agree to the following:
9. The Contractor will provide rehabilitation of the following house:
1819 19TM Street
10. Contractor agrees to perform all the work described in the specifications and
contract documents and comply with the terms herein for the sum of 38 365.
11. The term "Contract Documents" means and includes the following:
(A) Agreement
(B) Advertisement for BIDS
(C) Addendums
(D) General Information
(E) Specifications - due to the volume of the specifications for these
Rehabilitation Projects, the specs will be made available in the City
Secretary's Office
(F) BID
(G) BID BOND
(H) NOTICE OF AWARD
12. During the term of this Contract, the Contractor will furnish, at his own expense, all
of the materials, supplies, tools equipment, labor, qualified supervision and other
services necessary for satisfactory completion of specifications and agreements.
13. The Contractor agrees to indemnify the City and hold harmless the City of Porf
Arthur and its officers, agents, employees or assigns from any and all liability,
PR 14564
including claims, causes of action, and damages to property arising out of or in
connection with the work done by the Contractor under terms of this contract.
14. The term of this Contract shall be from to
. Contractor agrees that the one (1) house must be
completed within sixty days of the
15. It is expressly understood that, the Contractor waives any and all claims against
the City of Porf Arthur, its agents, employees and assigns for any charges to the
contractor, or damages caused by the contractor or to any party arising out of
this contract.
16. IN WITNESS WHEREOF, parties hereto have executed or caused to be executed
this agreement in duplicate originals.
Signed and agreed to on the day of , 2008.
CITY OF PORT ARTHUR CONTRACTOR
Signature
Signature
Printed Name Printed Name
Title
Title
PR 14564
CITY OF PORT ARTHUR
ADVERTISEMENT FOR BIDS.
COMMUNITY DEVELOPMENT
RECOVERY PROGRAM FOR REHABILITATION OF 6 HOUSES
.2007
DECEMBER 30
DECEMBER 23, 2007 ,
CITY OF PORT
ARTHUR, TEXAS
ADVERTISEMENT
CfTV OF PORT FOR BIDS
ARTHUR, TEXAS
ADVERTISEMENT -~
NOTICE IS HEREBY-
FORBIDS ~ GIVEN THAT sealed
addressed to the
NOTICE IS HEREBY 8itls,
City of Port Arthur, will he
d at the Office of
i
~
GIVEN THAT sealed
ddressed to the ve
rece
the City Secretary, Cib
Bids, a
City of Port Arthu4 will be Hall 444- 4th Street or
rt Ar-
P
received at the Office of
~ o
P.O. Box 1089,
77641 no
Ihe City Secretary, Ciiq
- thur, Texas
3:00 P.M.,
or
HaII 444- 4th Street
Port Ar-
eoz 1089
O
P later than
January 9, 2008, and all
,
.
.
thur, .Texas 77641 no ~
. bids received will.thereaf-
be opened and read
M.,
later than 3:00 P
January 9,.2008, and all ter
aloud at 3:15 P.M. on .
the
i
bids received will Ihereaf- n
January 9, 2008,
Council Chambers,
ter be opened and read
on ~
P
M amity
5th Floor, Ciry Hall, Port
.
.
aloud at 315
January 9, 200E, in the
- Arthur, Texas for certain
ices bdetly described
--
Council Chambers,
City .erv
5th-Floor, City Hall, Port s:
Anhur, Texas for certain
rvices briefly described COMMUNRY
K
se 3EVELOPMENT BLOC
1 as: - -GRANT DISASTER
COMMUNITY RECOVERY PROGRAM
FOR REHABILRATION
DEVELOPMENT BLOCK OF~THE FOLLOWING
GRANT DISASTER. HOUSES
RECOVERY PROGRAM
N 2119 CANAL STREET
1
FOR REHABILITA710
~ .
3510 11TH STREET
- 2
OF THE FOLLOWING
- .
3 2$49 117H STREET
HOUSES
1.2719 CANAL STREET/~
EET+ 4. 2331 11TH STREET
7R
2. 3510 11TH STR EET
s
~23~ ~yTM g
3` 2549 11TH STREET
233111TH STREET/~
4 .
MANDATORY PRE-BID
ED-
.
5. 1819 19TH STREET ~ MEETING IS SCH
M.
30 A
9
6.123719THSTREETJ .
:
ULED FOR
2000 AT
MANDATORY PRE-BID JANUARY 3;
q7y HALL, 2ND FLOOR
MEETING IS SCHED-
M
0 A OONFERENCE ROOM,
OCATED AT 444 4TH
.
.
ULED FOR 9:3 L
'
JANUARY 3, 2008 AT STREET
CITY HALL, 2ND FLOOR
CONFERENCE ROOM,
Bids received after clds-
LOCATED AT 444 4TH ing time will be returned
STREET ~ -unopened
t ~8ids received after clos-
d Copies- of the Specifica-
d other Contract
ing lime will be retume bons an
ents are on file in
unopened.
I ~ Docum
the -Purchasing Office,
Copies of they Specitica- 444- 4th Street, City of
en
bons and other Contract
fil
i Port Arthur, and are op
blic inspection with-
i
n
e
Documents are on pu
fo
the Purchasing Office, out charge.
444- 4th Street, City of
Pon Arthur, and are open
i
h -
The City of Port Arthur re-
the right to reject
t
-
for public inspection w
~ serves
and all bids and to
out charge. -
- any
waive informalities:
The City of Part Arthur re-
serves the right to reject os h Broussard
any and all bids and. to purchasing.Manager
waive informalities, __-
Joseon Broussard
Purchasing Manager
CITY" OP PORT ARTHUR, TEXAS
ADVERT[SEMENT FOR BIDS
NOTICE [S 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:; January 9, 2008, and all bids
received will thereafter be opened and read aloud at 3:1 ~ P. M. on January 9, 2008, in the
City Council Chambers, 5th Floor, City Hall; Port Arthur, Texas for certain services
briefly described as: '
CONIMUNITI` DEVELOPMENT BLOCK GRANT
DISASTER RECOVERY" PROGRAb1 FOR
' NG gOUSES
REHABILITATION
1.
3.
4.
5.
6.
OF THE FOLLOR Ii
2119 CANAL STREET
3510 11TH STREET
2549 llT" STREET
2331 11T" STREE
1819 19T" STREET
1237 19Th STREET.
MANDATORY PRE-BID MEETING iS SCHEDULED FOR 9:30 A. M. JANUARY 3;
2008 AT CITY HALL 2` FLOOR CONFERENCE ROOM LOCATED AT 444 4TH
STREET
Bids received after closing time will be returned unopened.
C-apies of the Specificatio~is and other Contract Documents are on file in the Purchasing
Office, 444-4th Street, City of Port Arthur; and are open for public inspection without
charge.
The City of Port Arthur reserves the right to reject any and all bids and to ~;wive
informalities.
Joseph Broussard
Purchasing Manager
FIRST PUBLICATION: DECEn'IBER 23, 2007
SECOND PUBLICATION: DECEMBER 30, 2007
C1TY OF PORT ARTHUR, TL-XAS
ADDENDLIM NO. ONE {1)
DA"f E: DECEMBER 27. 200?
BID PROPOSAL FOR: COMMUNITY' DEVELOP~:tEN"C BLOCK GR4NT
DISASTER RECOVERY' PROGRAM FOR REHA[3I,LI`hATION OF
21.19 CANAL S'TREE7~,3510~1(T't S"CREE'T,2549 ]:Ir" ST~REE'(',2331 Ilr't
STREE,1819 19T" STREET, AND 1237 19T" STREET'.
The following clarifications, amendments, deletions, additions, revision and/or modifications are
made a pact 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:
L MANDATORY PRE-BID MEETING IS SCHEDULED FOR 9:30,4. M. JANUARY 3,
2003 AT CITY Ei;1LL 2N° PI,OOR CONFERENCE ROOi~4 LOCA'l ED AT 444 4TII
STREET
2. ROOFS MUST HAVE WINDSTORM CERTIFICATION
('` n ~ _.
i ("
~~ ; 7
Clifton Williams
Senior Purchasine Assistant
Pagc J of 1
CITY" OF PORT ARTHUR, TEXAS
ADDENDUM NO. TWO (2-)
DATE: J.4NU.4RY 8, 2008
BID PROPOSAL. FOR: COMMUNITY DEVELOPMENT BLOCK GRANT
DISASTER RECOVERY PROGRAM FOR REHABILITATION OF
2119 CANAL STREET,3510 llT'r STREET,2549 llT" STREET,2331 11T"
STREE,I8I9 t9T" STREET, AND 123719T" STREET
The follo~i~ing clarifications, amendments, deletions, additions, revision and/or modifications are
iiiade apart of the Contract Documents and change the original documents only in the mariner
and to the extent hereinafter stated and shall 6e. 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 SUBMI-SSION OF THEIR BID.
1. THE BID OPL--KING DATE HAS CHANGED TO JANUARY' 23, 2003
2. DELETE 2549 ] 1T" STREET FROM YOUR BID
3. THE CITY WILL HAVE ANOTHER MANDATORY"PRE-BID MEETING AT
9:30 .4. M ON J;\NUARY' 10, 2008 .4T CfiY HALL 2ND FLOOR ANNEX
CONFERENCE ROOM LOCATED AT 444 4T" STREET.
4. CONTRACTORS-THAT ATTENDED THE lsT MANDATORY PRE-BID DON'T
HAVE TO ATTEND "CHE MANDATORY PRE-BID ON JANUARY 1 1, 2008
r~
l~
Clifton Williams
Senior Purchasing Assistant
CITY OF PORT ARTHUR, TEXAS
ADDENDUM NO. THREE (3)
DATE: JANUARY 9, 2008
BID PROPOSAL FOR: COMMUNITY DEVELOPMENT BLOCK GRANT
DISASTER RECOVERY PROGRAM FOR REHABILITATION OF
2119 CANAL STREET,3510 11T" STREET,233T llT" STREE,181919T"
S"TREET, AND 1237 19r" STREET
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 shalLtake precedence over requirements of the original Contract
Documents and all. BIDDERS ARE REQUESTED TO ACKNOWLEDGE- SAID PROVISIONS
IN THE SUBMISSION OF THEIR BID.
1. PAGE. 28 #. l= CERAN[IC TILE REPAIR -POSSIBLE REPAIRS TO ENTIRE FLOOR
AFTER THE RE-LEVELING. CHANGE TO 100.00 SF~
2. PAGE 29' 15 REM'OVL- ACOUSTIC TILE CEILING/INSTALL DRY"tiVALL.CEILdNG
.AND WALLS. CHANGE TO 450.00 SF
3. PAGE 30 #] 8 REGLUE WALLPAPER SEAMS/POSSIBLE DRYWALL REPAIRS
AFTER RE-LEVELING. CHANGE TO ?00.00 SP
4. ATTACHED ARE ADDITIONAL SPECIFICATIONS FOR 1237 19T" STREET
BATHROOM. NUMBERS 43-51.
5. ATTACHED IS THE CORRECTED BID PROPOSAL PAGE
a.~7t/ Ui/ -1uL
Clifton Williams
Senior Purchasing Assistant
r
CLTY OF PORT ARTHUR, TEX,4S
ADDENDUNt NO. FOUR (4)
DATE: L4NUARY 9, 2008
BID PROPO~.aL FOR: COMM-UNITY DEVELOPMENT BLOCK GRANT
DISASTER RECOVERY PROGRANLFOR REFL~.BILITATION OF
2119 CANAL STREET,3510 117" STREET, 2331 11 "' STREET, 1819197"
STREET, AND 1237 19"' STI2LET
The following clarifications, amendments, deletions, additions, revision andior
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 iri the Conh act Documents.
Provisions of this addendum shall take precedence over requirements of the original
Contract Documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID
PROVISIONS 1N TEIE SUB~4ISSION O'F THEIR B1D.
I. PAGE 88 #4 CH:\NGE "I O REP.41R TONGUE & GKOOVE FLOOR. INS"G4LL
VINYL FhOOKINC,. 25.33 SY
2. DELETE 2l l9 CANAL STREET
3. ATTACHED ARE THE SPECIFICA'IlONS FOR 2331 EAST 117" STREET
MASTER BEDROOti4, BEDKOORI #2, ,4ND BATHROOM
4. THE BID OPENING DATE HAS BEEN CHANGED TO 1.aNAURY' 30, 2008
~~. ~ ~~
V . L~~~:~G?~
Clifton Williams
Senior Purchasing Assistant
CITY OF PORT ARTHUR
GENERAL SPECIFICATIONS
GENERAL INFORMATION:
]VOTE:. It is extremely importantthat the Vendm-, Bidder, and/or Contractor furnish the
City of Port Arthur the required information specified in the Bid or Proposal
Specifications listed in this Bid Package. ,
The intent of this INVITATION TO BID (iTB) is to providebidders with sufficient information
to prepare SEALF,D BIDS IN DUPLICATE for furnishing: COn1NIUNITY DEVELOPMENT
,BLOCK GRANT DISASTER ~RECOV"ERY PROGRAM FOR REHABILITATION OF
SIX HOD/ES
Bids must be in a sealed envelope addressed to the City Secretary, City of Port Arthur,
P. O. Box 1089, Port Arthur, Texas 77641. Bids shall be,receiued no later than 3:00
P M January 9. 2008. Bid proposal MUST BE SIGNED BY THE BIDDER.
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 OP TIIE BID. The
absence of such a list shall indicate that the bidder has not taken exception and the City shall
hold the bidder responsible to perfonn~in strict accordance with the specif cations of the
incitation. The City resen es the right to accept any and all or none of the
exception(s)/substitutions(sl deemed to be in the best interest of the City of Port Arthur.
Bids cannot be altered or amended after submission deadline. Any interlineation, alteration, or
erasure made before opening time must be initialed by the signer of the bid, guaranteeing
authenticity.
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. This preference can't be granted
for purchases invoh~ing Federal Funds.
The award shall be made to the responsible vendor(s) whose bid is determined to be the lowest
offer; taking. into consideration the relative importance of price, conformance to specifications
and capability and experience of the contractor
TERMINOLOGY: "Bid" vs. "Proposal"-For the purpose of this ITB, the terms "Bid" and
Propgsal" shall 6e 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 Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171.
ETHICS: The bidder shall not offeror accept gifts or anything ofvalue, nor enter mto any
business arrangement with any employee, official or agent of the City of Port Arthur.
MNIMUNI STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective
bidder must affirmatively demonstrate bidder's responsibility. Aprospective bidder must meet
the following requirements:
1. Be able to comply with the required or proposed delivery sc-hedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
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 moneys 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.
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 Poct Arthur Purchasing
Manager_ addenda will be mailed to all who are known to have received a copy of the ITB.
Offerers shall acknowledge receipt of all addenda.
PK[CES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. [n the event of error or discrepancy in the mathematics; the unit
price shall prevail.
PURCHASE ORDE.[Z: A purchase order(sjshall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoic-es.
INVOICES: All invoices shall be mailed directly to the City of Pat Arthur, Attn.: Housing
Dept., P. O. Box 1089. Port Arthur, Texas 77641.
PAYMENT: PaymenC will be made upon receipt of the original invoice and the acceptance of the
goods or services by the- City of Port Arthru'.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Escise 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 C[TY: 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 Gontraet; and, the Contractor shall take appropriate steps to
assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances
prohibits the City from granting any license, privilege or paying money to anyone 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.
CONTRACT: The following will comprise the contract between the City and the successful
bidder.
1. Information for Bidders
2. Bid Sheet
3. Notice of Awards
4. Specifications -
S. Addenda
QUANTITIES: Quantities shown are estimated, Based on projected use. [t 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 supplier shall not hate any claim
' against the City of Port Arthur for quantities less than the estimated amount.
All bids will remain in effect for one year after the bid opening date
If through any cause the Bidder fails to fulfill in a timely and proper manner; his obligations
under this Contract, or fails to perform in accordance with these specifications, the City reserves
the right to terminate this Gontract by giving written notice to the Bidder of sue-h termination and
specifying the effec-five date thereof. at least fifteen (15) days before the effective date of such
termination.
No person has the authority to verbally alter these specifications. Any interpretations,
corrections or changes to this ITB and specifications will be made in writing by the Purchasing
Division of the City of Port Arthur and sent to each person having a bid package.
The vendor must be an authorized dealer for all products offered. The vendor must give the
manufacturers name and product description of all items. Inferior products, products which
perform at a substandard level. or poor quality products will be rejected.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, Texas
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 orproper 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 wnceming any point, shall be regarded as meaning that only the best
commercial practices are to prevail. All interpretations ofthese specifications shall be made on
the basis of statement.
While the purpose of the specifications is to indicate minimum requirements in the way of
capability, performance; construction, and other details, its use ~s not intended to deprive the City
of Port Arthur the option of selecting goods which maybe considered most suitable for the
purpose involved.
1n the event of conflicts between the written bid proposal and infoinlatio^ 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 Riehts 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.
Questions wnceming this ITB or additional information should be directed to Beverly Freeman
at 409-983--8259.
TERMINATION FOR CAUSE
7f, 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 convenants,
agreements or stipulations of this contract, the City shall thereupon have the right to temunate
this contract by giving written notice to the Contractor of such termination and specifying the
effective date thereof, at least fifteen (l ~) 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 Gity by virtue of any breach of the contract by the Contractor, and the
City may withhold any pa}anents 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. If the Contractor is
unable to complete the work in a timely manner, the City also reserves the right to utilize another
vendor to complete the work and charge the Contractor for the extra costs.
1'ERNIINATION 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 provided herein, the Contractor
will be paid for the work that it has performed up to the termination date. If this contract is
terminated due to fault of the Contrac-tor, the previous paragraph hereof relative to termination
shall apply.
INSPECTIONS
L!nscheduled job-site inspections will be performed by the City of Port Artlmr Housing
Department Representative. Failure to abide by the City's specifications will be grounds for
termination of the contract
EXPERIENCE & CAPABILITY: Bidder shall include the following information to describe
the experience and capability factors of the company:
1. Number of years in operation.
Z. Largest area mowed currently in effect with a business.
3. Number of employees can ently employed, their job titles, and their job descriptions.
4. Equipment currently owned or leased by your company.
5. Be otherwise qualit7ed and eligible to receive an award.
6. Other major companies or areas that it has contracted to mow.
7. If a company wants to Rehab more than three (3} houses of the City, the company must show
that it has the equipment and employees to handle more than three houses.
A. Existing mowing schedule for your existing contracts and your proposed mowing schedule
for all of the areas that you bid based on the expected volume of cutting in these areas.
9. If you plan to expand your employees and your equipment to handle the areas to be bid,
please provide information indicating your capabilities to maintain those areas.
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'fhe 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 ~irork perfornred until
completion and final acceptance by the C''ity. ,
Still-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 othern ise 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
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/$00,000 per occui~ence for contracts of $100,000 or less; or
Bodily injury $1,000,000 single limit per occurrence or $00,000 each
person !$1,000,000 per occmTence for contracts in excess of $100,000; and;
b. Property Damage $100;000 per occurrence regardless of contract amount; and,
c. Minimmn ag~egate 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.
Commercial Automobile Liability Insurance-(Including owned, non-owned
and hired vehicles coverage's).
a. Minimum combined single limit of $00,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided; minimum limits are $300,000 per person,
$500,000 per occun'ence for bodily injury and $100,000 per occurrence
for property darirage.
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 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 nut 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 OP INSURANCE Form (s) shall in any event he filed with the City
of Port Arthur not more than tan (l0) days after execution of this Contract.
BID SECURITY AND LIQUIDATED DAMAGES
Bids shall be accompanied by a bid guarantee of not less than five percent (5%) of the
amount of the total bid which shall be a Certified Check or Cashier's check payable without
recourse to the City of Port Arthur, or a bid bond with corporate surety authorized to conduct
business in Texas. Said. security shall be submitted with the understanding that it shall. guarantee
that the Bidder will not withdraw his bid within sixty (60) days after the date of the opening of
the bids: that if a bid is accepted, the bidder will enter into a formal Gontrac-t with the OWNER,
furnish bonds and insurance as may be required and commence work at the specified time, and
that in the event of the withdrawal of said bid within said period; or the failure to enter into said
Contract, famish said bonds and insurance and commence work within the time specified, the
Bidder shall be liable to the OWNER for the difference behveen the amount specified in the bid
in the amount for which the OWNER may otherwise procure the required work. Checks of all
except the three lowest responsible Bidders will be returned when award is made; when the
Contract is executed, the checks of the hvo remaining unsuccessful bidders will be returned; that
of the successful Bidder be returned when formal Contract, bonds and insurance are approved.
and ~+~ork has commenced within the time specified.
The Bidder to whom the award is made shall execute and return the formal Contract with
the OWNER and furnish Performance and Payment Bonds and required Insurance Documents
within ten (10) days after the prescribed forms are presented to him for signature. Said period
will be extended only Upon written presentation to the OWNER, within said period, of reasons
which the sole discretion of the OWNER, justify au extension.. If said Contract, bonds and
insurance Documents are not received by the OWNER within said period or if work has not been
commenced within the time specified; the Oy~'~IER may proceed to have the work required by
the Plans and Specifications performed by any means at its command, and the bidder shall be
liable to the CITY For any excess cost to the OWNER over bid amount. Further, the bid
guarantee shall be forfeited to the CITY as liquidated damages and Bidder shall liable to the City
for au additional amount of five percent (~%) of the bid amount as liquidated damages without
limitation-
The OWNER, within ten (10) days of receipt of acceptable Performance and
Payment bonds, insurance documents and Contract signed by Bidder to whom Contract was
awarded, shall sign and' return executed duplicate of the Contract to said party. Should OWNER
not execute the Contract within such period, the Bidder may, by written Notice to OWNER;
withdraw his signed Agreement.
BONDS
[f the Contract exceeds Fifty Thousand Dollars 050.000-00); Performance and Payment Bonds
shall be furnished on prescribed funns in the amount of one.hundred percent (l00%) of the
Contract price with coi~~orate surety duly authorized to do business in the State of Texas.
Attorneys-in-fact who sign Bonds must the with each bond a certified and effective date copy of
their Power of Attorney.
NOTICE TO PROCEED
Notice to Proceed shall be issued within ten (10) days of the execution of the Contract
penOdW theRima maa beeextended by m tual agreemlent bePveen OWNER andsCONTRACTOR.
If Notice
JOB EXAMINATION
Bidder should be careful examine and be familiar with the Plans; Specifications and
other Documents and other conditions and matters which can in any way affect the-work or the
cost thereof. By submitting a bid the CONTRACTOR ackhowledges that he or his qualified
representative has visited the job site and investieated and satisfied himself as to (a) the
conditions affecting the work including but not limited to physical conditions of the site which
may bear upon site access, handling and storage of tools and materials, acces~~~ oharactercand
or other utilities otherwise affect performance of required activitres; (b)
quantity of all surface materials or obstacles : to be encountered in so far as this information is
reasonably ascertainable from inspection of the site, including exploratory work done by the
OWNER or a designated consultant. Failure to'do all of the above will not relieve a successful
Bidder of the obligation to famish all material and labor necessary to carry out provisions of the
Contract Documents and to complete the contemplated work for the considerations set forth in
the bid. Any information shown in the Specifications or on the Plans in regard to subsurface data,
test borings and similar conditions is to be considered approximate and does not relieve the
Bidder of the responsibility for its verification. O\NNER is not responsible for any failure by the
CONTRACTOR to acquaint himself with available information for estimating properly the
difficulty or cost of successfully performing the work. The Oy~NER is notresponsible for any
conclusions or interpretations made by the CONTRACTOR on the basis of the information made
available by the OWNER. In conformity with applicable statutes, the OWNER has adopted a
labor classification and a minimum Wage scale; which is inc-laded following the Specifications.
SALES TAX
This Contract is issued by an organization which qualities for exemption pursuant to
the provisions of Section 151309 of the Texas Limited Sales; Excise and~Use~Tax Act as
coditled in Chapter 151 of the Texas Tax Code.
The CONTRACTOR'S attention its directed to the State of Texas Comptroller of
Public Accounts Limited Sales, Excise and Use Tax rules and regulations Rulings regarding
repairmen and Contractor's Reference: Section 151.056 Texas Tax Code which, upon
compliance with certain conditions, provides for exemption from this tax of non-consumable
materials and equipment permanently incorporated into work done for an exempt organization;
and House Bill 11 amendments to Section 1?1.31 l of the Tax Code (Vernon Supp. 1997.) as
they relate to separated contracts bids .in order for non-consumable materials and equipment to
qualify for resale to the City and he exempt from sales tax. Any bidder may elect to exclude this
sales tax from his bid. The bid and contract, however, must separately identify the charges for
(1). non-consumable materials and equipment that are permanently' incorporated into the project.
and (2) charges for skill labor and consumable materials, tools and equipment which are not
permanently -incorporated into the project. This statement shall be included in and made part of
the Contract. CONTRACTOR' S are required to have a sales tax permit issued by the
Comptroller of file State of Texas i n order to qualify under the exemption provisions and the
separated contract. The City will issue a specific exemption certificate for a separated Contract
to the CONTRACTOR in order that he does not have to pay taxes on qualifying materials and
equipment purchased for and permanently incorporated into the City project. The
CONTRACTOR performance this Contract must issue to his suppliers an exemption certificate
in lieu of the tax, said exemption certifcate complying with all applicable e State Comptrollers
rulings, along with a copy of the certificate issued to him by the City.
The OWNER will make no further allowance for and will make no price adjustment
above or below the originally bid unit. prices on account of this tax. It shall be the
CONTRACTOR'S sole responsibility, if CONTRACTOR has elected to exclude file sales tax
from the bid, to comply with the aforementioned Rulings and with any other applicable rules,
regulations or laws pertaining to the Texas Limited Sales; Excise and Use Tax which may now
or at anv time during the performance of this Contract be in effect; and the OWNER shall have
no responsibility for any sales or use tax which the CONTRACTOR maybe required to pay as a
regulatoo s oOr la usAor OR' e result of the perOnnance of the Contoact or any' partthere d byltl e
'CONTRACTOR.
Bidders are cautioned that materials which; are not permanently incorporated into the
work (Example: Fuel, lubricants, tools, forming materials, etc.) are not eligible for exemption
and are not to be included in the statement as "Non-consumable Materials and Equipment".
FINANCIAL STATEMENT AND E\PERIENCE RECORD
The Bidder will upon request by the OWNER, furnish such information and data as
OWNER may request to determine ability of the Bidder to perforn~ the work without limitation,
a list of all jobs completed in the last 24 months giving name of O~V'NER, amount of Contract,
description of the job, and name of OWNER'S representatrue who is familiar with the work
performed by the CONTRACTOR.
INTERPRETATION OF PLANS AND SYECIFICA"LIONS
Bidders desiring further information, or further interpretation of the Plans and
Specifications must make request for such information in writing to the Architect/Engineex no
later than 96 hours before the bid opening Answers to all such requests will be given in writing
to all qualified Bidders in Addenduiii form, and all addenda will . be bound and made a part of
the Contract Documents. No other explanation or interpretation will be considered official or
binding. Should a Bidder find discrepancies [n, or omissions ,from, the Plans, Specifications or
other Contract Documents, or should a Bidder be in doubt as to their meaning, the bidder should
no later than 96 hours prior to the bid opening, notify the Architect/Engineer m order that a
written Addendum, if necessary, may be sent to all Bidders priorto submission; of the bids.
Failure to request such clarification its a waiver to any claim by the Bidder for expense made'
necessary by reason of later interpretation of the Contract Documents by the OWNER.
AWARD OF CONTRACT
Unless it elects to reject all bids, the OWNER will award the Contract as promptly as
possible consistent with the time required for a thorough analysis of bids submitted. Award will
be made nn-the basis of the greatest advantage to the OWNER; considering all elements of the
bid. The right is reserved to reject any or all Proposals and to waive technical defects, as the
interest of the OWNER may require.
A Bidder may withdraw-his Proposal before the expiration of the time during which a
Proposal_may be submitted, without prejudice to himself, by submitting a wntten request for its
withdrawal to the officer who holds it.
TTD'IE OF COMPLETION
Attention is directed to the requirement that each Bidder specify in his Proposal the time
which he will agree to complete the work. The time required for completion of the workwill be a
consideration in the determination of the successful Bidder. Unless otlienvise specified, Bidder
must state time in consecutive calendar days, including, but_not limited to, all Saturday, Sunday,
and Federal, State and City holidays.
SUBSTITUTIONS
Where materials or equipment are specified by a trade or brand name, it is not the
intention of file 9y'i'NER to discriminate against an equal product of another manufacturer, but
rather to set a definite standard of quality or performance; and to establish an equal basis for the
evaluation of bids.
LA`S'S
All applicable laws, ordinances and the rules and regulations of all authorities having
jurisdiction over construction of the project shall apply to the Contract throughout.
FQUAL OPPORTUNITY
Bidder agrees to abide by the requirement under Executive Order No. 11246, as
amended, including specifically the provisions of the equal opportunity clause set forth in the
General Conditions,
LTEM E TO THE CONTRACT
(SPECIFICA'~IONS)
DUE TO THE LARGE VOLUME
OF THE SPECIFICATIONS FOR THE
REHABILITATION PROJECT,.. THIS
PORTION OF THE CONTRACT WILL BE
MADE' AVAILABLE IN THE CITY
SECRETARY'S OFFICE..
Page 111 of 115
C[TY OF PORT AR"fHUR
BID PROPOSAL
PA~1r_ 1 of z
DATE: JANL`.ARY 9.2008
Bid Proposal For: CO~i~~1UN[TY DEVELOPMF.,NT BLOCK GRAN"1' DIS:ISTER
RLCOVERY PROGRAbI FOK-REHABILiTATiONOC Sl`f HO~'1ES
v' C~ l On ,doing
Ilre undersi ened ___~~~~- ~ --~- ~ ~-`'`- c
U ~~
~ r-~----~_~ ~._
business in theCiryl"fowu of_-_~_
submits herewith, in cenPormity ~sith the General [ns[rucUOns, Conditions; and
the following Bid:
OUl LIB ID D`~`T~'~ TOTAL COS"1
DESCRIPTION __ _ ~ C~ D?~Y_S __~ _ -
,ice ~ ,~
~~T -- --~
10 ~ .- I--
3510 1 1'" STREET _- - - -- / I S - ` ~~~~
~-.c ~-
>-1) 11 r" STREET---- -_I- - ~ ~'
__-.__ i ~
_ ~ , 5 ~ _~
i '331 11 `" STREET _____ ~ - c ~ _ I
iJ s ~~
1819 19T" STREL:T _L- ~ ~ ~~~
~-- ~ ^ ~~
II 1237 19'" STREF_T - `~ C -- ~ S ~ ,
-~ /
Receipt of addenda is ad:nowlsdeed:
Received
tio. 1 Dated __ ____ -
No. 2 Da[ed __ __ - _- Received _
C O ~ d ~~
for
Re~eivc _---
No. 3Dated _ '~=1 ~- - -
~,
~~ I i _3c;-~-~
--~- ~DATE
SLGK'ATURL OF BfDDEK
Page 112 of 115
SIGNATURE OF B
CTTY OF POR"C ARTHliR
BlU PROPOSAL
PAGE 2 OP 2
nA"rE
-~ ~~,
COMPMP A~~"lE
t
i
~~
/~ - `- ~
~ !.r7tt
_ '4 _ 'i ~s/-~- --r-
SIG. A"TITRE O BI ER
t L;, ~~L-
(PR['i 1T OR TY"PE NA1~tE)
_ ~' ~~ --
T[TLE
Sf [? EET ,4DD CZESS
PO- {30X
/ ` G~
C[TY SATE ZIP
~G~ ~,:
-~'~~
AREA CODE TELEPHOVE NO.
Page 113 of 115
BID OPENING DATE: JANAURY 9.2003
CITY OP PORT ARTHUR
INSTRUCTIONS T~ R
Bidders arc reyucsrcd to furnish their complete REMIT TO ADDRESS and
TAX IDENTTFICA'f1ON NLi~~[I3FIZ as indicated betov.':
REMIT PAY"MENT TO; ~~ ~.~ ~ ~
C-Oi`~SPANY
ADDRES6
V 4-'~
CITYr'STATE. ZIP ~'_ '__~~~~--~~- `-~~ ~~
SEND PUF.CHASE ORDER TO:
COMPANY - ~-~'~~~ ~~ -~ `~ U~~ ~ L /~
ADDRESS ~ (~- yT
~~
CITY!STATE'ZIP ~/ ~ ~._~ ___
TAX IDENTIFICA'l 1ON NU~~I[3ER ,~=~ V ~! ~ fC~~--~~v--~-i
l'LE;1SE NOTOKILE TINS FOR!~4
~-~
_T
Page 114 of 115
PLEASE. rOTOR17E "CNIS rOR~`I
AFFIDAVIT..
All pages in offer , bd proposal containing statements, letters, etc.;
shall be signed by a duiy authorised officer of the company: ~3'hose
signature is hindir~g on the bid proposal.
The undersigned OtferS and agrees to one of the following
l hereby certify that I do nothav~e outstap ding doceding debts
City of Poet Arthu-. Further, ] amerce to ay
as' they become due during this agreement.
__ [hereby certify that I do have outtandiag eights with the
City of Poet Arthur and agrees to pay said dcbL; prior to
execution of this agree-ment.
_ [ hereby~ceitify that I do have outstanding debts with the
City of Port Arthur and agrees' to enter into an agreement for
the payme~'~t of said dcbic I twthcr agree to pav succeeding
debts as they.become ' ~ ^ / ~t
vAVtE OF OFFERER :_ 1 ~il~~'-`-
TITLI~- ~i -- ~'~ - - -- ~- ,~ /
,' J + J -~~ 7 „ ~ tJ
f ~lUf ~~
CITYiSTATEaZIP ~~d%(
~_ '?~~L)
V~
TELEPHONE Nli~~l R ? ~ ~ ~ ~''~
~~".~~ _ f ~= L
S[GNAT~RI[__ '~-
SUBSCRIBED AND SHORN to bcforn th iherc above named
day of _- _ - ~0--
Notary PubI10 to and for the. State of
IZpT~RV THIS AFFIDA~~IT AS PAP~T OF THE. BID PROPOSAL
Page 115 of 115
CONFLICT OF INTEREST STATED'IENT
Please delineate all o~~'ners oY your company- If von ha~'e anY contractual
business relationship or family relation=_hip with aoy member of the govemin~ body of
the City or if yon expect this to-occur, Phase so state:
"Grow with tlae l~loin"
152703
?~v r"_i....{'~~ri ' ~i ~"F:f~6Yld~ 4../'t'.f~YZ Vrrdr')t8
'u^:i Nt ur•.ratNr; Auz. Neural am I Lxas 776?
~ l~`il~y,l ? LS 7A • (a0l) &ti0.11400 bi)0-A39-243fi oATr~
3Q1JAN08
SEVEN THOUSAND SIX FlUNDREP EIGHTS' SEVEN ANQ G~/10e~ DOLLARS
}, n, Y' ,:
I '
~~~ '~ CITY OF PORT. ARTHUR*~* +
j -rile
019C7LH
GF:
ant I ~rJr
5 +»76Q7. Q10
I
CASHIER'S CHECK Remitter: SIfR CONSTRUCTION INC. _. 1L`'_i!~ / Y (~1~~/~'~1~~''~ .
--
--
auir Irv~zra~ ni ul;i:
swcv~.rw,:N.:rrr: M+sar..~.;a:aw~ isr::.ns'n..<.xn•:.a~w.v_K,.._~:n~nu.~srv-.asw~s._~:ISe2~+.r ~3~alavrsvlaiG~iYicl.cs:-r~=s-.a::-m~-e-nr...m-..vir~<.~a'_'~[~.. nc~~r. ... n.....s.. r., ,..v.~~,. _.:tr:
~~SOUf~o.NESI GGFVOiI,c'IE If.U '
,~-~ ot~T ~„~E F~~_
OALL,dS. TR :^v3~ai
,' ~ I
~~ ~i
j (,
-~~- ~~~
~52703~i• Y:3i1990511C87950313187636i~•
\l/
i % ~ CF iX
/ / I/ JJ
EXHIBITS "D-1, D-2; D-3, AND D-4 ARE
ON FILE FOR REVIEW IN THE CITY
SECRETARY'S OFFICE.
PR 14564