Loading...
HomeMy WebLinkAboutPR 14617: JAMES W. TURNER CONSTRUCTION DEMOLITION AND RECONSTRUCTIONP. R. 14617 3/18/08 - DW/Housing RESOLUTION NUMBER A RESOLUTION APPROVING THE AWARD OF A CONTRACT FOR THE DEMOLITION AND RECONSTRUCTION OF EIGHTEEN (18) HOUSES TO JAMES W. TURNER CONSTRUCTION, LTD., IN THE AMOUNT OF $1,374,180. 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, on March 5, 2008 and March 12, 2008, the Purchasing Division advertised for bids for the reconstruction of a minimum of twelve (12) houses; and WHEREAS, eighteen (18) houses were identified as needing to be reconstructed; and, WHEREAS, bids were opened on March 19, 2008, with three companies responding, a copy of the bid tabulation is attached as Exhibit ~~A"; and, WHEREAS, Stonewater Inc., failed to provide plans and elevations as specified in the bid packet; therefore, these bids are being rejected for failure to meet bid specifications; and, WHEREAS, Pursuant to Section 252.043 of the Texas Local Government Code, James W. Turner Construction, LTD, was determined to be the next lowest responsible bidder, which also provided both goods and services at the best value for the municipality. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT the City Council authorizes the City Manager to enter into a contract for the reconstruction of eighteen (18) houses to James W. Turner Construction, LTD., pursuant to the Community Development Block Grant Disaster Recovery Program, upon the approval of the Texas Department of Housing and Community Affairs. z. pr14617 THAT the Housing Programs Administrator of the City of Port Arthur, is hereby authorized to approve the award of the contract for the re-construction of eighteen (18) houses to James W. Turner Construction, LTD, in the amount of $ 1,374.180, a copy of the bid tabulation is attached as hereto as Exhibit "A and a copy of said contract is attached as Exhibit "B". THAT the agreement with the homeowners are approved in substantially the same form as attached hereto as Exhibits "C-1", "C-2", "C-3", "C-4", "C-5", "C-6", "C-7", "C-8", "C-9", "C-10", "C-11", C-12", "C-13", "C-14", "C-15", "C-16", "C-17"and "C-18". THAT once the contractor commences construction on any particular house, it must be completed within sixty (60) working days. THAT a copy of the caption of this Resolution be spread upon the Minutes of the City Council. THAT the City Council approves the award of the bid to James W. Turner Construction, LTD., and authorizes the City Manager to enter into a contract for the demolition and reconstruction of eighteen (18) houses pursuant to the Community Development Block Grant Disaster Recovery Program. READ, ADOPTED AND APPROVED this day of March, A.D., 2008 at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following vote: AYES: MAYOR COUNCILMEMBERS NOES MAYOR z. pr14617 ATTEST: CITY SECRETARY-ACTING APPROVED FOR FORM: APPROVED FOR AVAILABILITY OF FUNDS: DIRECTOR OF FINANCE CITY ATTORNEY ~~ ~ ~~ 1 APPROVED FOR ADMINISTRATION: CITY MANAGER DALE WATSON, DEPARTMENT DIRECTOR PR 14617 EXHIBIT ~~A" PR 14617 t ~~ a~ ~ z 0 z O °z b a m N H W N ~ *k Cr1 N O o ~d ~ ~ ~ ~ xo ~ ~ ~ d ° ° ° z ~ o o o ~ ° ~ ~ ~ ~ x ~ ~ ~ ~ ~ ~ n y r o 0 0 ,°o z ~ ,`C ~ r o 0 0 ~ n p ~ ~ o ~~ ~ z~ ~ ~ d r~ ~ d ~ ~' ~ ° y Z o o N v, ~ o N o, ~; rn ~ ~ ~ n o °o °o °o ,~ ~ ~ O O r7 ~ '~ ~ y ~ n ~ CrJ ~ ~ ~ ~ ~ ~r~ v ~ o ~ ~~ z ~ o o ~ o ~ ~ z o o z ~ ~ ,~ y o 0 ~ ~ o ~ H o ~ ~ ~ d ~ d r--3 ('~ ~ /~ p ~ a ~ b 9 I"j n ~z x ~.. ~~ 0 o z~ o~ o~ ~y ~~ ~d r~ C r C~ y r p x z d r~ r~ 0 b 0 0 O b ~~ d ,~ ~~ x~ r~ ~ ~' x y~ H Cr1 !y It ..~ 0o J O~ cn ~ w N ~ p ~ Gc J O~ vi -~- w t a ~--~ ~t CyrJ a N N N N N W ~ N N N N N N W N N N N ~ O~ -a ~ CU W ~ ~ W N ~ U7 N W 11 s j ~ ~ O CO N -> 00 O Cfl O CIi O CO W (Jl ~ O v ~ O Ut W ~ v O N N -~ N N W ~ W ~ .P W ~I W cn S W W ~ W rn p o v cn cn cfl cn - o o ~ cn ~ m O cn --1 C) r m ~ ° ~ O ~ m ~ -1 -i W -~ ~ = ~ m m ~ O r ~ x i = _ = = = = ~ ~ ~ y ~ m m O ~ (n -~ (n -i (n -a ~ -i to ~ y < cn cn cn ~ cn t~ --i m --a -I ~ ~ = O z r ~ ~ < ~ ~ ~ ~ m ~ ~ ~ ~ m cn n p m r oo p ~ m m m m m m m m m ~ m m m ~ m m -~ D -i m y ~ D < m ~ ~ ~ i -i - -I -~ -i m :ZJ m D m p m ~ ~s s~ c~ ~ c~ ~ c~ sA S9 cfl s~ ~s c~ s~s s~s ~ ~ L/] w vp ~. oo cn ~ N w w ~ O~ ~ ~ v, v, cn N w Cr1 ~ cn 01 ~ ~--- ~ ~ ~ 01 ~ J --- oo t!i w v, ~ ~ ;~ N N N N 01 O~ -P -P J N J cn O oo ~ O~ ~-` ~-' O Z N O cn cn J O W oo N oo O H O -P ~l O O ~l t„~ ~ O y F„ C G O ~ fr9 f~ ff3 ff) 69 G/3 ff3 bA f>9 Cf3 Ffj ff3 (f) Ef3 ff3 fi4 E,9 69 ~ ~ ~ J J J J J J ~ J J J J J J J J J J J O O O O O a~ w 0 0 0 0 0 0 O~ O O O O ~, n O 00 00 00 00 00 00 ~--~ 00 00 00 00 00 00 60 00 00 00 00 ~] . ~ N N N N N ~U N N N N N N N ~O N N N N -A O~ d1 Q~ O~ O~ O Ch O~ O~ O~ Q~ ~ ~ O O~ O~ O~ O~ C, ~-3 d ~ ~ z ~ ff3 ff3 Fig fr9 fr9 f!~ fi9 Ff3 fro f!3 fr9 ff3 ff3 ff3 ff3 ff~ fr9 ff3 H ~ w O -P Oo ~ Q~ ~.. ~ -A ~ v, v O~ ~ cn O v, W N N O~ w ~ N W J W ~ 0 ~ ~ ~ ~D ch ~ J ~ ~ ~ O ~ ~ J ~ ~O i cIi ~O ~ J N J J oo W -P W ""3 0o O~ ~ w O oo ~ oo .A O~ ~l O~ ~ W ~ ~ ~ 69 Ef3 fig Fig 69 69 b~9 fi9 69 69 69 69 H9 H9 Ff3 6~9 fi9 b~9 d ~ N N ~-` ~' N W ~ ~ ~ .~ ~ ~ ~ ~ N ~-' Cs7 ~-] N ~ D1 N J J ~] ~ ~ J 00 01 0o O~ --' ~D oo O ~ Y O N N N ~ O ~-` W ~-' ~ ~ O oo O O oo ~l Cio O cn O O v~ ~1 0o N O N oo v, cn C ~l -~ v, O ~ ~ O O O O O cn ~1 vi O v, J O O O cn v, 0 O ~, 0 0 0 0 0 0 v, 0 0 0 0 0 0 0 0 0 O ~-3 ~ ~ O O :~ ~ '~ 69 b9 F!-3 6f3 ffi fig Erg b9 fi9 fig ff3 b9 fi9 69 H ~ 69 fig bR O ~ -j / a ~O ~ ~ ~ ~ ~ N ~O ~O ~ ~O ~D ~O ~O ~O `O ~O ~D 7 O ~ 00 00 00 00 00 ~ 0 00 00 00 00 00 00 ~0 00 00 00 00 ~, ~ ~ ~ -P ~? ~p O ~ ~ ~ ~A ~ J~ '.o ~ -P ~ ~ H Z v, v, v, cn v~ ~p cn ~ to cn v~ cn ~ to ~ v~ v~ -A C/~ ~7 0 0 0 0 0 O~ ~ O O O O G O O~ O O C O ~ 0 0 0 0 0 0 O O O O O O O C O O O (~ ~ O O O O O O ~ O O O O O O C O 0 0 O y ~ 0 c r~ ff3 ff3 H9 Fig 6H fr9 Ef3 fig ff3 ~ ff3 FA 69 fig Ef) ff3 ff3 ff3 o o c ~ o o N ~o ~ o o o o o o ~ ~ ~o „3 o ~ o .o ~ w ~ ~ ~ o o ~ o o ~ ~ v o ~ ~o a ~ i ~o " a, o o o~ ~ ~ ~ oo oo i~ ..~ o •.~ , , ~ .~ v, ~ Ch J J J ~D O ~-` 00 O~ ~-` O (.n W ~ (h W N W O ch O O ~ W ~ N O N Oo cli cJ~ O~ ~l J C/i O ~ 0 0 0 0 ~ J cn O ~ J O O O c!i ~.n 0 O O O O O O c!i 0 0 0 vi 0 0 0 0 0 0 O EXHIBIT ~~B" PR 14617 Exhibit "B" CONTRACT FOR THE RECONSTRUCTION OF EIGHTEEN (18) 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 JAMES W. TURNER CONSTRUCTION LTD 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: 1. The Contractor will provide demolition and reconstruction of the following eighteen (18) houses: 1033 W. Procter Street 1735 Memphis Ave 717 19t" Street 1035 13t" Street 714 13t" Street 3510 11t" Street 2330 18t" Street 5981 Pat Ave 1025 8t" Street 2549 11t" Street 3015 15t" Street 1925 17t" Street 1027 Roosevelt Ave 3800 10t" Street 917 Dewalt Ave 1216 Clifford Ave 1933 Stilwell Blvd 805 Rio Grand Ave 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 $1,374,180. 3. The term "Contract Documents" means and includes the following: (A) Agreement (B) Advertisement for BIDS PR 14617 (C) Addendums 1 (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 (I) NOTICE TO PROCEED 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, 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. 6. It is expressly understood that, the Contractor waives any and all claims against the City of Port 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. 7. 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 14617 CITY OF PORT ARTHUR ADVERTISEMENT FOR BIDS MARCH 5, 2008 MARCH 12, 2008 s~0 ~~i received at the 01¢co of the City Secretary, Clty Hall 444. 4th Skest, or P.O. Box 1083. pmt At- thur, Texas 7741 n4 later than 8:55. A.M., ~ March 19, 2068, ;and all bids recoivcd w¢I thoresb tar bo opened and read aloud at 9:00 q,h4, on March 19, 2608, In the City Council Chambers, Sift Floor, Clty Ha¢, Port Arthur, Texas for certain services briefly do~ribed CDSG DISAST~RY RECOVERY PROGRAM RE-CONSTRUCTION OF A MfNIFAUM OF TWELVE WOUSES aids recolvod attar cb9, ng dme wl¢ b0 Petumad Ccples of the Specifkat- Nons and other Contras Documents are on file In . the Puroha9ing Office, ' 444- 41h Street CRy al Dorf Arlhur, and &re opon for pubPac inspecton wfth- autcherge. The City ai Port Arthur rc- serves the d9m to reject any and all bldg and to wahre Intormslltlea- ,loseph.&cd Purchaslrtg. p4anager Public 890 Notices CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS NOTICE IS HEREBY GIVEN THAT sealed Bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444- 4th Street, or P.O. Box 1089. Port Ar- thur, Texas 77841 no later than 8:55 A.M., March 19, 2008, and all bids received will thereaf- ter be opened and read aloud at. 9:00 A.M. on March 19, 2008, in the City Council Chambers, 5th Floor, City NaII, Port Arthur, Texas for certain services briefly described as: CDBG DISASTERY RECOVERY PROGRAM RE-CONSTRUCTION OF A MINIMUM OF TWELVE HOUSES Bids received after clos- ing time will be returned unopened. Copies of the Spec'rfica- tions and other Contract Documents are on file in the Purchasing Office, 444- 4th Street, City of Port Arthur, and are open for public inspection with- out charge. The City of Port Arthur re- serves the right to reject any and all bids and to waive informalities. t~goh Broussard Purchasing Manager CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS NOTICE IS HEREBY GIVEN THAT sealed Bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Ha11444-4th. Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 8:55 A. M., March 19, 2008, and all bids received will thereafter be opened and read aloud at 9:00 A. M. on March 19, 2008 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: CDBG DISASTERY RECOVERY PROGRAM RE-CONSTRUCTION OF A MINIMUM OF TWELVE HOUSES Bids received after closing time will be returned unopened. Copies of the Specifications 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 waive infornialities. Joseph Broussard Purchasing Manager FIRST PUBLICATION: MARCH 5, 2008 SECOND PUBLICATION: MARCH 12, 2008 INVITATION TO BID March 10, 2008 Vendors: Sealed Bids, subjectto the General Instructions, Conditions and Specifications, as provided will be addressed to the City Secretary of the City of Port Arthur, Texas in DUPLICATE. Sealed BIDS shall be received no later than 8:55 A. M. IVlarch I9, 2008 at the City Secretary Office and all bids received will thereafter be opened and read aloud at 9:00 A.M on March 19, 2008 in the City Council Chambers, Sth Floor, City Hall, Port Arthur, Texas for the following: CDBG DISASTERY RECOVERY PROGRAM RE-CONSTRUCTION OF A 1~IINIMUIVI OF TWELVE HOUSES BIDS SHALL BE PLACED IN A SEALED ENVELOPE, with the bidder's name and address in the upper left-hand corner of the envelope. FACSIMILE TRANSMITTALS SHALL NOT BE ACCEPTED. BIDS MUST BE submitted on the pricing form included for that purpose in this packet and SIGNED BY A PERSON HAVING THE AUTHORITY TO BIND THE FIRM IN A CONTRACT. MARK ENVELOPE: RE-CONSTRUCTION Sealed Bids shall be submitted: CITY OF PORT ARTHUR CITY SECRETARY P. O. BOX 1089 PORT ARTHUR., TX 77641-1089 CITY OF PORT ARTHUR CITY SECRETARY 414 4TH STREET PORT ARTHUR, TX 77640 ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. Page 1 of 15 Bids received after the closing time specified will be returned to the bidder unopened. Award will be made as soon as practicable after opening. To obtain results, or if you have any questions, please contact Clifton Williams at the City of Port Arthur Purchasing Office, at (409) 933-8160. The City of Port Arthur reserves the right to reject arty or all Bids and to waive informalities or defects in bids, or to accept such bids as it shall deem to be in flee best interests of the City of Port Arthur. Sincerely, Joseph Broussard Purchasing Manager Page 2 of 14 CITY OF PORT ARTHt1R, TEXAS ADDENDUM. NO. ONE (1) DATE: MARCH 12, 2008 BID PROPOSAL FOR: CDBG DISASTERY RECOVERY PROGRAM RECONSTRUCTION OF A MINIMUM OF TWELVE HOUSES The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the Contract Dc~cun~ents 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 BIDDF,RS ARE REQt1ESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBM[SSION OF THEIR BID. 1. BID BOND OR CASHIER CHECK WILL BE FOR $1,000. A l .. Clifton Williams Senior Purchasing Assistant CITY OF PORT ARTHUR GENERAL SPECIFICATIONS GENERAL INFORMATION: NOTE: It is extremel~~ i~a?portaart :hat fare Vendor, Bic~lder, 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 provide bidders with sufficient information to prepare SEALED BIDS IN DL~PL[CATF for furnishing: CDBG DISASTERY RECOVERY PROGRAiVI RE-CONSTRUCTION OF A MINIMUM OF TWELVE HOUSES 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 8:55 A. M. March 19, 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 OF THE 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 perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. 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. ?. 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 and the City decides that the local bidder offers the City the best combination of contract price and additional economic development opportunities for the City including the employment of residents in the City and increased tax revenues for the City. 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, confornlance to specifications and capability and experience of the contractor. Page 3 of 15 TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vemon's Texas Code Anxiotateil, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The binder shall not offer or accept gifts or anything of value, nor enter into any business arrangement with am,' employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR_RESPONSIBI/E PROSPECTIVE BIDDERS: A prospective bidder must affirn~atively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be othertivise 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 Port Arthur Purchasing \~Ianager. Addenda will bE; mailed to all who are known 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, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purcl-~ase orders jshall be generated by the City of Port Arthur to the successfiil bidder. The purchatic order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Housing Division, P. O. Box 1049, 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. Page 4 of 14 SALES TAY: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax, therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is pertormable 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 OP CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. 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 5. Addenda QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the 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 fails to pcrfonn in accordance with these specifications, the City reserves the right to tetaninate this Contract by giving written notice to the Bidder of such termination and specifying the effective date thereof, at least fifteen (I S) days before the effective date of such termination. Page5ofl4 No person has the authority to verbally alter these specifications. Any interpretations, corrections or changes to this 1TB 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 or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. 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 is not intended to deprive the City of Port Arthur the option of selecting goods which maybe considered most suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program. or activity receiving Federal financial assistance. Questions concerting this ITB or additional information should be directed to Beverly Freeman at 409-983-8259. Page6of14 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 thirty (30) 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 OW~1ER, 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, furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the OWNER for the difference between 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 be 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 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 an 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 Oti~'NER 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 an additional amount of five percent (~°ro) of the bid amount as liquidated damages without limitation. The OWNER, within ten (10) days of receipt of acceptable Performance and Payment insurance, ;Documents and Contract signed by Bidder to whom Contract was awarded, shall sign and return executed duplicate of the Contract said party. Should OtiVNER not execute the Contract within such period, the Bidder may, by written Notice to OWNER, withdraw his signed Agreement. BONDS If the Contract exceeds Fifty Thousand Dollars ($50,000.00), Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100°~0) of the Contract price with coi-horate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. Page 7 of 14 Insurance All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits (no insurance policy or certificate of insurance required below shall contain any aggregate policy year limit unless a specific dollar amount (rn- specific formula for determining a specific dollar amount) aggregate policy year limit is expressly provided in the specification below which covers the particular insurance policy or certificate of insurance. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance (products/completed operations coverage must be included, and City of Port Arthur, its officers, agents, and employees must be nan.ed as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of $100,000 or less; or b. Bodily injury $1,000,000 single limit per occurrence or $500,00 each person /$1,000,000 per occurrence for contracts in excess of $100,000; and, c. Property Damage $100,000 per occurrence regardless of contract amount; and, d. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, e. 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 $500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000. per occurrence for property damage. 4. Contractual Liability Insurance covering the indemnity provision of this Contract in the same amount and coverage as provided for Commercial Page. g of 14 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 dates and sign and do all other things necessary to complete and make into valid certificate of insurance the CERTIFICATE OF INSURANCE Form attached to and made a part of the Information To Bidders, and pertaining to the above listed items 1, 2, 3 and ~; and before commencing any of the work and within the time otherwise specified, Contractor shall file completed Form with the Owner. None of the provisions in said Fonn shall be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form contains a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (1 ~) days prior written notice has been given to the Owner. Contractor shall also file with the Owner valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the OWNER not more than ten (I O) days after execution of this Contract. The original Builder's Risk policy (if required) shall provide for fifteen (15) days written notice of alternation, modifiicalion or cancellation and shall be furnished to OWNER. Provided, however until the original policy ,which original policy must be received by the OWNER not later than (thirty) days after issuance of the Notice to Proceed for the project. Notwithstanding any other provision in the Contract Documents, it is further mutually understood and agreed'that no payment will be due and owing or made to the CONTRACTOR for any work performed under the Contract until all of the required insurance documentation, including the original policy specified above, are received by the OWNER. Page 9 of 14 Specifications for Demolition & Reconstruction of Housing Units Provide a cost to demolish & remove all debris from location in preparation for new construction at the following locations: 1033 W. Procter Street 1735 Memphis Ave 717 19`" Street 1035 13`" Street 714 13`" Street 3510 11`'' Street 2330 18`" Street 5981 Pat Ave 1025 8`" Street 2549 11`" Street 3015 15`" Street 1925 17`" Street 1027 Roosevelt Ave 3800 10`" Street 917 Dewalt Ave 121 ~ Clifford Ave 1933 Stilwell Blvd 805 Rio Grand Ave Cost to reconstruct a minimum of 12 housing units, with a minimum size as follows: 2-bedrooms - 2-baths - 1100 sq ft 3-bedrooms - 2-baths - 1200 sq tt 4-bedrooms - 2-baths - 1500 sq ft Requirements: * Provide plans & elevations * TRCC certified * 10 year Warranty * Units must comply with Federal, State & Local Codes * Unit trust register with the State upon completion * Engineered & Windstorm Certification on Roof & Structure * Provide Plans & Elevations * Install grass, gutters, and sidewalks * Install a minimum of 10 Y 2ti parking pad * Must be Energy Efficient * Provide a time line to completion, Turn-key Page 10 of 15 CITY OF PORT ARTHUR BID PROPOSAL PAGE 1 OF 2 DATE: MARCH 19, 2008 Bid Proposal For: CDBG DISASTERY RECOVERY PROGRAM RE-COi`ISTRUCTION OF A MINIMUIV~T OF TWELVE HOUSES The undersigned doing business in the City/Town of submits herewith, in co~lformily with tl.e General Instructions, Conditions, and Specifications for the following Bid: OUTLINE OF BID DATA: nFCrulpTin~r ~. RF.nRtl(1(VT ~ RF.DROOM 4 BEDROOM 1033 W. PROCTER- ST $ $ $ 1735 MEMPHIS AV1/ $ $ $ 717 19 SIRE C~T S $ S _ 103513 STREET $ $ $ _ 71413T~TREET $ $ $ 3 51.0 11 STREET $ $ $ 233018 STREET $ $ $ 5981 PAT AVE $ $ $ 1025 8 STREET $ $ ~ $ ___ 254911 STREET _ $ $ $ 301515~STREET $ $ $ i 1925 l7 STREET $ $ $ 1027 ROOSEVELT AVE $ $ $ 380010 STREET _ $ $ $ --- 917 DEWALT AVE $ $ ~ _ _ 1216 CLIFFORD AVE _ ___ _ $ $ $ 133 STILWELL BLVD $ $ $ 805 RIO GRAND AVE $ $ $ WORK WILL BE COMPLETED IN DAY S PER HOUSE Page 11 of 15 BID OPENING DATE: March 19, 2008 CITY Ol POR"C ARTHUR I`1STRUCTIONS TO BIDDER Bidders are requestt:d to fln-Wish their complete REMIT TO ADDRESS and TAX IDENTIFICATION Nt1MBER as indicated below: REMIT PAYMENT TO: COMPANY ADDRESS CITY/STATE/ZIP SEND PURCHASE ORDER'TO: COMPANY ADDRESS CITY/STATE/ZIP TAX IDENTIFICATION NUMBER Page l2 of l4 AFFIDAVIT All pages in the offerer's bid proposal containing statements, letters, etc., shall be signed by a duly authorized officer of the company, whose signature is binding on the bid proposal. The undersigned offers and agrees to one of the following I hereby certify that I do not have outstanding debts with the City of Port Arthur. Further, I agree to pay succeeding debts as they become due during this agreement. I herebv certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. NAYIE OF OFFERER TITLE ADDRESS CITY/STATE/ZIP TELEPHONE NUNi.BER SIGNATURE SUBSCRIBED AND SWORN to before me by the above named on this the day of _ _, 20 Notary Public in and for the State of RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page l3 of l4 CONFLICT OF INTF,REST STATCI~IIJNT Phase 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 state: Si~nlature Page l4 of 14 CITY OF PORT ARTHUR BID PROPOSAL PAGE 1 OF 2 DATE: MARCH 19.2008 Bid Proposal For: CDBG DISASTERY RECOVERY PROGRAM RE-CONSTRUCTION OF A MINIMUM OF TWELVE HOUSES The undersigned ~ Q m t' S i,t~ • ~ U. r n~ ~ l..(i~ S~i'U G'~7 . ~ ~ 1..~~""~ . ,doing business in the City/Town of Q ~ f + Pty ~~1 ~l t' submits herewith, in conformity with the General Instructions, Conditions, and Specifications for the following Bid: OUTLINE OF BID DATA: DESCRIPTION 2 BEDROOM 3 BEDROOM 4 BEDROOM 1033 W. PROCTER ST $ ~ y ~ Q G ~ . $ g(~ 2 ~-} ~ $ 3 . CJ 1735 MEMPHIS AVE $ ~ ~ 0 ~ $ D $ .717 19 STREET $ ~{ ~ ~ 0 $ 0 2~ ~ $ ', ~~ 1035 13 STREET $ `~ y, ~ $ ~0 ~~ ~ $ r F 714 13 STREET $ y 0 p $ $ ~- ` 351011 STREET $ ~{- ~~~ $ Z $ 2330 18 STREET $ '~ y- ~ $ ~ 2 $ ~ 7 5981 PAT AVE $ 1 ~ $ $Q 2~{- (~j $ i 025 8 STREET $ 1 ~~ $ (~ ~ 1 $ 2549 11 STREET $ 0 0 $ S'~ ~. ~ $ `~ • 3015 15 STREET $ 1 Q ~ $: 2 $ ~"' `1j,1 192517 STREET $ 1 p $ $ o 1027 ROOSEVELT AVE $ ~ ~ $ $ ~' ~ ' ~ 380010 STREET $ 7 00 $ 2 $ -~ 917 DEWALT AVE $ D $ a $ ~ ~ 1216 CLIFFORD AVE $ 1 ~ p $ ,$ Z ~ $ ,~~ 133 STILWELL BLVD $ 0 ~p $ (J ~ $ Z ~ 805 RIO GRAND AVE $ '~j ~ ~ $ ~ $ v WORK WILL BE COMPLETED IN ~. ~~_ DAYS PER HOUSE CITY OF PORT ARTHUR BID PROPOSAL PAGE 2 OF 2 Receipt of addenda is acknowledged: No. 1 Dated ~C~1 Z ~ ~ Received ~~Q ~ rah ~ 3 ~ ~ g ._ -~(~..vY-e S c,~ . 1 Lc the ~ 5~~l.iC,ficm ~_ ~ i ~Z~ 5 ~a ~~ ~~a ~~e L~, COMPANY NAME STREET ADDRESS .---- SIGN - OF B DER PO. BOX ~.~ ~ I u-'n~~ (PRINT OR TYPE NAME) 1 ~~rn l~ ~ l j~ ~-~~~-~--~ CITY STATE ZIP 4 ~' , ,~ ~ ~ red TITLE ~gl . ~~~.~ ~l ~ AREA CODE TELEPHONE NO. BID OPENING DATE: March 19,, 2008 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY ~~YY1QS ~~ ' ~r~ Cam-~-~~ ~ I c~Y111~i~ ADDRESS I I ('J CITY/STATE/ZIP ~C~ SEND PURCHASE ORDER TO; COMPANY . ~~ 1/1 ADDRESS I ~" l/~ ~ ~~ J r----~ l k ~ ~~ ~~ ~~ ~ ~ J CITY/STATE/ZIP 1 ~ '( Y~ ~. ~ ~ x ~~ 3~~ TAX IDENTIFICATION NUMBER ~ ~ ~ ~ ~ ~ ~ l 0 ` 1 CONFLICT OF INTEREST STATEMENT 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 state: ,~~ . J$mes ~. Turner Co.,~struot.~ou~ .Ltd Some. Fentures ~~ty of Post Arthur ALL HOMES BUILT FOR THE CITY OF PORT ARTHUR DISASTER RELIEF PROGRAM i~ILL INCLUDE THE FEATURES LISTED BELO[~ AND MODIFIED TO MEET ALL NECESSARYBID REQUIREMENTS. INTERIOR FEATURES.• • Rounded sheetrock comers • Quality ceiling fan with light kit in living and master bedroom Telephone and cable outlets in living and master bedroom •:• Exhaust vents in all bath(s) • Raised ceiling in Living room KITCHENFEATURES: 3 Major brand electric appliances 30" freestanding range 21 cubic foot refrigerato* with ice maker • Large microwave with vent fan/ light over range • 1/3 HP gazbage disposal °. Laminate countertops • Double stainless steel sink •'• Icemaker connections Washer/ dryer connections •: Optional dishwasher BATHFEATURES: •: Cultured marble vanity countertops • ADA toilets and necessary grab bars • 5 foot shower with low step entry SECURITYFEATURES.• • Deadbolts on exterior doors • Exterior lighting at front and rear doors • Smoke detectors installed JAMES W. TURNER CONSTRUCTION, LTD. CITY OF PORT ARTHUR, TEXAS SAMPLE PLANS ALL PLANS NEED MODIFICATION TO MEET BID REQUIREMENTS AND TDHCA HANDICAP ACCESSIBILITY REQUIRMENTS. MODIFICATIONS WILL BE MADE PRIOR TO HOMEOWNER SELECTION. PLANS MAY BE MODIFIED TO ADDRESS INDIVIDUAL HOMEOWNER LOT DIMENIONS AND/ OR SET BACK REQUIREMENTS. 2 BEDROOM/ 2 BATH SIZE: 30 X 40 SQFT: 1074 ~9r_~w 2 BEDROOM/ 2 BATH SIZE: 30 X 38 SQFT: 1044 O CC M ~~~~~ 2 BEDROOM/ 2 BATH $~_~.~ SIZE: 26 X 38 SQFT: 1002 ~r ~..~ u G V ,. "i ,`: i _. __.-.. , ..sue.. _I..._ l' i..') ~ ~_... 1 3 BEDROOM/ 2 BATH SIZE: 24 X 48 SQFT: 1152 } j ;.. _.. .~ -'- .. _. :1. .~ ~-' ., bdnr~ 2 11'xiG' ~' ~drm 3 11' x 10' util dining 10'Bx$' bdrrn 4 :~% 11'4 x 10' 4 BEDROOM/ 2 BATH ~; SIZE: 31 X 47 _r %,, ~'~ SQFT: 1446 j.. V' master suite ~ 15'4 x 11'5 C) family 15'~ x 15'8 kitche n ~ Vent -~a 1Q'8x8' ~ ; ' ~ por .... Q........ ~- ,~ OAW 31 Exhibits "Gl", "C-2", "C-3", °C-4", "G30", "Gll", C-12", "G13", "C-14°, "C-15", "G36", "G37"and °G18" ARE ON FILE FOR REVIEW IN THE CITY SECRETARY'S OFFICE. z. pr14617