HomeMy WebLinkAboutPR 14693: CONCRETE RAISING CORPORATION - RAISING & REHAB OF CONCRETE SLABSCITY OF PORT ARTHUR
PUBLIC WORKS DEPARTMENT
TO: Stephen Fitrgibbons, City Manager
FROM: John A. Comeaux, P.E., Director of Public Works
SUBJECT: P.R. #14693 -Raising and Rehab of Ex. Concrete Slabs
DATE: April 17, 2008
RECOMMENDATION:
It is recommended that the City Council approve Proposed Resolution No. 14693, awarding
a bid and authorizing the execution of a One (1) Year Contract for Raising and
Rehabilitation of Existing Concrete Slabs to Concrete Raising Corporation of Houston,
Texas. This contract will be awarded on a UNIT COST BASIS as listed below and will be
utilized for various City and CDBG funded street projects.
BACKGROUND:
This is an annual contract for the Raising and Rehabilitation of Existing Concrete Slabs.
This will be the third year that Public Works has utilized this service. This service was not
bid or contracted for 2007.
Bids were advertised in the Port Arthur News on March 30, 2008 and April 6, 2008. Bids
were received and opened on April 16, 2008, with two (2) bids being received for said
contract as follows:
_ .._L:... f•...........iF:nn YnnG*An TPYSIC
l.000r eLC Rdl~lll 6.V~ v~a~wn ..v...-......
UNIT
2006
2008
No. ITEM Difference
Prices Prices
1. Raising of Curb Line LF $17.48 $17.85 2.1%
2. Raising of Other than Curb Line SF $2.82 $2.80 - 0.7%
_ i+__..a:.... C......a.ec ins Nnuc*nn_ TPY.iS
,u err or ar~uuu .~~..~..~~ ...... ..
-ITEM . ---
UNTT -
2006
2008
No. Prices Prices Difference
1. Raising of Curb Line LF N/A $19.50 N/A _
2. Raising of Other than Curb Line SF N/A $3.25 N/A
Concrete Raising Corporation was the sole bidder in 2006. The City had a good experience
with this contractor and found them to be very qualified. This bid was reviewed by the
Public Works and Purchasing staff and found to be the fair market value for this service.
Z:\engineer\Documents\Concrete Raising\CAM-08.doc
BUDGETARY/FISCAL EFFECT:
Funds are provided in the Streets Division Budget, Accounts No. 001-1203-531.36/86 and
in the CDBG street project accounts.
STAFFING/EMPLOYEE EFFECT:
Acceptance of this recommendation will provide greater flexibility to the Streets Division for
the repair of various roadway problems throughout the City.
SUMMARY:
It is recommended that the City Council approve Proposed Resolution No. 14693,
authorizing a One (1) Year Contract for Raising and Rehabilitation of.Existing Concrete
Slabs to Concrete Raising Corporation on a UNIT COST BASIS. The prices bid are
reflective of the costs for this service.
~.P~C Cam. ~e.~-
John A. Comeaux, P.E.
Director of Public Works
JAC/reb
Z:\engineer\Documents\Concrete Raising\CAM-08.doc
P.R. No. 14693
04/17/08 reb
RESOLUTION N0.
A RESOLUTION AWARDING A BID AND AUTHORIZING THE
EXECUTION OF A ONE (1) YEAR CONTRACT BETWEEN THE CITY
OF PORT ARTHUR AND CONCRETE RAISING CORPORATION OF
HOUSTON, TEXAS FOR RAISING AND REHABILITATION OF
EXISTING CONCRETE SLABS ON A UNIT COST BASIS FOR
VARIOUS CITY FUNDED AND CDBG GRANT FUNDED STREET
PROJECTS; PROPOSED FUNDING: STREET DIVISION ACCOUNT
NO. 001=1203-531.36/86 AND CDBG . STREET PROJECT
ACCOUNTS.
WHEREAS, periodically the City requires. the services of a contractor to
rehabilitate or raise existing concrete slabs for various projects; and,
WHEREAS, the City advertised in the Port Arthur News on March 30, 2008 and
on April 6, 2008 for said services; and,
WHEREAS, two (2) bids were received and opened on July 16, 2008 for the
above referenced Contract and has been evaluated by the Public Works and Purchasing
stafF; now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT
ARTHUR:
THAT the City Council of the City of Port Arthur hereby awards the bid for a one
(1) year contract for raising and rehabilitation of existing concrete slabs to the lowest
responsible bidder, to wit: Concrete Raising Corporation of Houston, Texas as shown
on Exhibit "A", attached hereto and made a part hereof; and,
THAT the Mayor and City Manager of the City of Port Arthur are hereby
authorized and directed to execute on behalf of the City, a Contract between the
P.R. No. 14693
Page 2
City of Port Arthur and Concrete Raising Corporation for a one (1) year contract for the
above referenced services at various locations in the City of Port Arthur, Texas; and,
THAT the contract is awarded on a UNIT COST BASIS, as shown on Exhibit
"B" attached in part hereto and made a part hereof by reference, a complete copy of
which is available for review in the office of the City Secretary; and,
THAT said Contract is an exact duplicate of a standard form Federally Funded
Construction contract except for the changes described in the Certificate of Standard
Form, a copy of which is attached as Exhibit "C" and is hereby incorporated by
reference, and said changes are here approved; and,
THAT payment bonds will be required if the individual project exceeds $25,000
and performance bonds will be required if the individual project exceeds $100,000 per
Section 2253.021 of the Government Code; and,
THAT, Concrete Raising Corporation of Houston, Texas shall sign this resolution
agreeing to the terms thereof; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of
the City Council.
READ, ADOPTED AND APPROVED this the _ day of A.D. 2008
at a meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
Councilmembers:
P.R. No. 14693
Page 3
Mayor
Attest:
City Secretary
APPROVED AS TO FORM:
~- /' ~
City Attorney ~ ?j e tk fl ~ ~ ~ F
APPROVED FOR ADMINISTRATION:
Stephen Fitrgibbons
City Manager
Joh A. Comeaux, P.E.
Director of Public Works
APPROVED AS TO AVAILABILITY OF FUNDS:
Rebecca Underhill
Director of Finance
AGREED T0:
Concrete Raising Corporation
Z:\engineer\Documents\Concrete Raising\PR14693.doc
EXHIBIT A
CITY OF PORT ARTHUR TEXAS
BID TABULATION SHEET
DESCRIPTION: RAISING & REHABILITATION OF CONCRETE SLABS
DATE: APRIL 16, 2008
NAME OF BIDDER CURB LINE RAISED
/L.F OTHER THAN CURB
LINE RAISED/SF
CONCRETE RAISING $ 17.85/LF $ 2.80/SF
CORP.
SUPERIOR GROUTING $ 19.50/LF $ 3.25/SF
SERVICES, INC.
EXHIBIT B
CONTRACT FOR RAISING AND REHABILITATION OF EXISTING
CONCRETE SLABS
THIS AGREEMENT, made this 7"' day of Mav 2008, by
and between the City of Port Arthur, a municipal corporation organized under the
laws of the State of Texas, hereinafter called "OWNER" or "CITY", and
Concrete Raisins Corporation a(n) Corporation herein acting
Individual, firm, partnership, or corporation
by and through Victor Parisian hereinafter called "CONTRACTOR".
WITNESSETH: That for and in consideration of the payment terms, conditions,
and agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1. The term of this Contract shall be from Mav 7, 2008 to Mav 7, 2009.
2. During the term of this Contract, the CONTRACTOR will furnish at his own
expense all of the materials, supplies, tools, equipment, labor, and other
services necessary to connection therewith, excepting those supplies
specifically not required of CONTRACTOR in the Specifications.
3. The CONTRACTOR agrees to perform all the work described in the
Specifications and Contract Documents and comply with the terms therein
for the prices stated below.
ITEM
Curb Line Raised $17.85/LF
Other than Curb Line Raised $ 2.80/SF
4. The term "Contract Documents" means and includes the following:
(A) Agreement
(B) Advertisement for Bids
(C)' General Information
(D) Specifications
(E) Bid
(F) Bidder's Information Sheet
(G) Notice to Proceed
Z:\engineer\Documents\Concrete Raising\Conc Raising Contract-08.doc Page 1
5. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, administrators, successors, and assigns.
6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be
executed by their duly authorized officials, this Agreement in two (2) copies,
each of which shall be deemed an original on the date first written above.
OWNER CONTRACTOR
Concrete Raising Corporation
BY:
BY:
Steve Fitzgibbons, City Manager
Printed Name: Victor Parisian. Vice President
Z:\engineer\Documents\Concrete Raising\Conc Raising Contract-08.doc Page 2
CITY OF PORT ARTHUR
ADVERTISEMENT FOR BIDS
PUBLIC WORKS
RAISING AND REHABILITATION OF EXISTING CONCRETE
SLABS
MARCH 30, 2008 APRIL 6, 2008
w~ii
'for.
The~City ot;Bdrt Arthur re-
serves the rigN.to reject
ang and a0 bitls and'to
waive informalities.. - `.
-.. `:`Assistant Fnance`-!-`..
Director.
~::~.'._i{_,$ ":Nli;~lE` P3(I:Cr'?i. ]1.11\i+:
..., _!;;Ei. "iaRi\C" SINEGAL. !'r1:fY(iR rK;~-"±r: ~1
r .:..........:.. ... ~L .a:.
_.J ~i.',:, _. ,._.;:,~ 3;50>~
JJi:¢i ~,._ .:Iii ~., ;..
..~~_,- ~. .._ ..tW17
Vendors:
i:-ti~ nj
INVITATION TO BID
March 28, 2008
crr:rner r'1'rzr;laarirvs
CIrY NA~ACER
TLRRI }I4NKCf
nc71nr; cln' ECacr,1RY
a1ARt: r. sona.ow
CITY ATTOR\EY'
Sealed Bids, subject to 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 3:00 P. M. April 16, 2008 at the City Secretazy
Office and all bids received will thereafter be opened and read aloud on April 16, 2008 in the
City Council Chambers, 5th Floor, City Flall, Port Arthur, Texas fof the folltiwing:
RAISINS AND RF.HABH,ATION OF EXISTING CONCRETE SLABS
BIDS SHALL BE PLACED IN A SEALED ENVELOPE, with the bidder's name and address in
the upper leR-hand comer of the envelope. FACSIMILE TRANSMITTALS SHALL NOT BE
ACCEPTED. -
BIDS MUS"t BE submitted on the pricing form included for that purpose in this packet and
SIGNED BY A PF,RSON Hr1 VING THE AUTHORITY TO-BIND THE F[RM IN A
CONTRACT.
MARK ENVELOPE: SLABS
Sealed Bids shall be submitted:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY- CITY SECRET"fARY
P. O. BOX 1089 444 4TH STREET
PORT ARTHUR,'fX 77641-1089 PORT ARTHUR, TX 77640
ALL BIDS MUST BE RECEI VED IN THE CI TY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME.
:b5. Siiz 1089 ° PGH; ArT. BUH.' SVS ??c^ i-1089. eG9/38?-fit IS = FA% ~+CW988-A29i
_ _ ~ Pagc I of 12
i3ids received after thr. closing time spcci red will be returned io the bidder unopcnc~. Award
will be made as soon au practicable after opening. To obtain results, or ifyou have any
yuestions, please contact rliRon \l'illiams at the. City of Port Arthur Purchasing Office, at {4py}
9b?-K I G0.
The City of Port Arthur reserves the right to 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 Ure City oC
Port Arthur.
Sincerely,
N C"_ " _
Deborah Echols
Assistant Finance Director
CITY OF PORT ARTHUR
GENERAL SPECIFIGATIONS
GENERAL INFORMATION:
MOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the
City of Port Arthur the required information specifed 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 DUPLICATE for furnishing: RAISING AND REHABILATION
OF EXISTING CONCRETE SLABS
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 shalt be received no later than
3:00 P. M. Aotil 16. 2008. Bid proposal MUST BE SIGNED BY THE BIDDER.
All bids meeting the intent of this requesi for bid will be considered for award. BIDDERS
TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFF..RING SUBSTITUTIONS;
SII:SLL STATE i HESE 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
ho]d the bidder responsible to perform in strict accordance with the specifications of the
iuviiaiio ~. The City reserves the right to accept any and all or none of the
exception{sysubstiiutiens(s) deemed to be in the best inter-cst 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 iniriated 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 swn or unit price basis, whichever is in the best interest of the
City.
3. Reject any or al} 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 involving Federal Funds
The award shall be made to the responsible.vendor(s) ufiose bid is determined to be the lowest
offer; taking into consideration the relative importance of price, conformance to specifications,
and e:apability and experience of the contractor.
Page 3 of t2-
'1'ERh11NOLOGy_ "Bid" vs. "Proposal"--iror the pulpo,e: ofthis l1'B, the tc:ms "Bid" and
Proposal" shall be ~uivalent.
Bidders arc cautioned to read the information contained in this ITB carefully and to suhmit a
complete response to all reyuirements and questions as directed.
CONFLICT OF INTEREST: No public ofFcial shall have interest in this contract, in accordance
with Vemon's Texas Code Annotated, Locu[ Government CodeTitle 5, Subtitle C, Chapter 171.
ETHICS: The bidder shall not offer or accept gifts or anything of value, nor-enter info any
business arrangement with any employee, official or agent of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective
hidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet
the fallowing 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 liahiIities for any performance or
warranty service required.
6. The City Council shwa not awazd a contract to a company that is in arrears in its
obligations to the' City.
7: i~1o 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 arraztgeinents to pay the same.
Any interpretations, corrections or changes W the ITB and Specifications will be made by
addenda. Sole issuing authority oi• addendas shall be vested in the City of Port Arthur
Purchasing lVianager. Addeitdas will he mailed to all who are known to have received a copy of
the ITB. Offet'ers shall acltnowledge 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. shalt prevail.
l'URCIiASE ORDER: A purchase order(s)shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
-VVOICES: Ali invoices shall be mailed directly to the Cily of Port Arthur, Attn.: Public
Works Department, P. O. Box 1039, Port .Arthur, Texas 77641.
PAYMENT: Pavrnent 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 12
SALES TAX:. The City of Pc..:ahur is exempt by taw from payment of Texas Sales Tar and
Federal Excise Tax, therefore the proposal shall not include Sales Tax.
VEi~UE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Port Arthur, Texas, Jeftcrson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulatiuns and modes ofthe federal, state and local governments
relating to performance of work herein.
INTEREST OF tyiEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any personal financial
interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps [o
assure wmpliance.
DELINQUENT PP,Yt~/lENTS DUE CITY: The City of Port Arthur Code of Ordinances
prohibits the City from gaming any license, privilege or paying money to anyone owing
delinquent tares, paving assessments or any money to the City un61 such debts are paid or until
satisfadory arrangements for payment has been made. Bidders must complete and sign the
AFFIDAVIT included as part o: tits ITB.
CONTRACT': The following will comprise the c:onttact between the City and the successful
bidder:
I. Information iori idde~s
2. Bid Sheet
3. Notice of Awards
4.. Specifications
5. Addenda '
QUANTITIES: Quantities shown aze 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 Artltnr for quantities less than the estimated amount.
All bids wiliremain in effect for one.year after the bid opening date.
If through any cause the Bidder faits to fulfill in a timely and proper mahner, his obligations
under this Contract, or fails to perform in accordance with these specifications, the City reserves
the right to terminate this Contract by giving written notice to the Bidder of such termination and
specifying the effective date thereof; at least fi tteen (15) days before the effective date ofsuch
tcm~ination.
Page 5 of 12
No person has the authority to verbally alter these spccitcations. Any interpretations,
corrections or changes to this ITI3 and specifications will be made in writing by the Purchasing
Divisign of the City of Pott Arthur and sent to each person having a bid package.
Ttte vendor must he an authorized deal~7 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 bylaw to be inserted into the Contract shall be deemed to be enacted herein and the
Contmct shall be read and enforced as though each were included herein. If, through mistake or
otherwise, any Stich provision is not inserted or is not correctly inserted, the Contract shall be
amended to make such insertion on application by either party.
CONTRACT'OR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner, perform ail 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 he regarded as meaning that only the best
wmmercial 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, cdnstruction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be wnsidered most suitable for the
punooseinvolved.
In the event of conflicts between the written hid proposal and information obtained verbally, the
vendor is specificalty advised that the written bid proposal will prevail in the determination of
the successful bidder.
Under the Title VI of the Civil Rights Acf of 1964; no person shall, on the grounds of race, color,
or national origin, be excluded-from participation in, he denied the benefits of, or be subjected to
discrimination under any program or activityreceiving Federal financial assistance.
Questions concerning this 1'i'B or additional information should be directed Ross Blacketter at
409-983-8180.
Page fi of t2 -
SPECIFICA'f1ONS FOR RAISING,~ND REHABILATiUN
OF EXISTING CONCRETE SLABS
!. GENERAL DESCRIPTION: These specifications detail the methods and techniques
used in raising and rehabilitating settled concrete slabs as described in the plans,
drawings or by the-Engineer. The work shat) consist of drilling holes for the purpose of
injecting a cementiGous slurry material under concrete slabs using the Slabjacking
method. This method will cause a precise and controlled lifting of the concrete stab,
and in addition, the cementitious slurry will fill voids underneath the depressed
concrete raising the concrete slab to its original grade.. The work will be checked to
insure proper pitch and grade. The drilled holes will be filled and patched. Upon
completion of the work, the work area will be clean of construction repair debris.
2. MATERIALS: The slurry mature shall consist of a minimum of three hundred (300)
pounds of Type I Portland cement to one cubic yard of high quality screened. sandy
loam.to produce a cementidous slurry grout. Materials shall be mixed ~n site in a
-- continuous free' 3;;i e method assuring consistent and proper metering of rnateriats.
A. Soil - a fine screened, sand-silt mixture with less than 0.5% organics and 5%
clays; with a maximum of 25% and not less than 15% of the fines passing the
No. 200 sieve and 100% passing a #4 screen.
B. Portland Cement - Type I or Type II cement as specified by ASTM C 150.
C. Water- Conform to the requirements of ASTM C 33.
3. PRE-RAISING INSPECTION: The Contractor shall be an expert in the
Slabjacking method. Re shall, with the Client, identify the areas in need of repair-and
those that are. not suitable for repair using this method. Areas to be repaired will be
agreed upon in writing prior to the beginning of any work.
4. INJECTION HOLES: The: injection holes shall not be larger than 1'/. inches iu
diameter and the holes shall be no closer than 24" to each other, or 18" to the edge of
-the slab. The drill pattern, determined by the Contractor, should be designed to
achieve the proper lift without causing cracking. The holes should 6e drilled vertically
with enough depth to penetrate the existing concrete base. Upon completion of the slab
raising, the Contractor shall seal each drill hole flush with the pavement surface with a
-non-shrink cement -grout or other cementitious grout meeting with the Client's
approval.
5. GRADE CONTROL: The Contractor shall provide and use a level, laser, string line or
other approved method to determine the initial- and final grades of the slabs to be
raised. The contractor shall submit to the Client for approval a detaitof the areas to
be lifted. After grade adjustments are completed, the Contractor shall determine the
final differential elevations of the slab. Final elevations shall be within %" of the
elevations proposed and approved. The Contractor shall, at his own expense, remedy
any excessive lifting or uneven concrete that exceeds the tolerance approved by the
Client
- Pnge 7 of l2
6. BARRICADES AND W.•1RNiNG DEY"ICES: AIE barricades, signs, barriers, cones
and other such devices shall conform to the Texas Manual on Uniform Traffic Control
Devices.
7. MEASCREMENT-FOR PAYMENT: Areas for payment shall be measured in lineal
feet of curb line raised. '°Areas^ of concrete to be raised, other than curb line,-shall be
measured in square feet Areas for payment shall 6c measured and agreed upon by the
Client and the Contractor prior to commencing the Slabjacking operation.
8. PAYMENT: Payments shall be -made upon completion of the requested work and
acceptance by the Client
Page 8 of (Z
::1TY OF PORT' ARTHUR
BID PROPOSAL
DATE: Junc 22, 2005
Bid Proposal for: RAISING AND REHABILATION OF EXISTING CONCRETE SLABS
The undersigned __~~,!(' Q ~ ~~'/ N~r~_, doing
business in the City/Town of IJS7`p pJ., ~~
submits herewith, inconformity with the Gene Instructions, Conditions, and Specifications for
the following Bid:
OUTLINE OF BID DATA:
DESCRIPTION
CUkB LINE RAISED
UNIT COST
$ ~~ 7.~5 LF
OTHER THAN CURB LINE RAISED $ "F Z, FJ d SF
WORK WILL BEGIN ZD DAYS AFTER AWARD OF CONTRACT.
Receipt of addenda is acknow~le~d~ged:
No. 1 Dated N / a~ Received
bf~c ~ /~-tarr5l~fr Cm~A /G/~8 N1o~dZS /~~.
COMPANY NAME STREET ADDRESS
/. `
.. ~ Zcr----~ N //1
SIGNATURE OF BIDDER PO. BOX
is .,-o;' < /~-s~'filL~
(PRINT OR TYPE NAMEY
CITY STAT ZIP
TITLE AREA CODE TELEPHONE NO.
lit ~A2ls~ ~~! ~~T4 ti~~. NE T"
EMAIL
Page9of12
BID OPE?v'ING Dr\TE JUNE 2"' BOGS
--- `==
CITI' OF PORT ARTHUR
[NS'fRUCTIONS TO BIDDER
Bidders are requested to furnish their c:umplete REMIT TO ADDRESS and
TAX IDENTIFICATION NUMBER as indicated below:
REMIT PAYMENT TO:
COMPANY 1. Ulf C~Z~ S ~~ ~~
ADDRESS ~_~ /YL (~ ~ 2-S . K(j~
CITY/STATE/ZIP~1/S~, (X 77D Js- 3~z
SEND PURCHASE ORDER "PO:
COMPANY ~/1~,~Z ~-S' ~ R G U
ADDRESS '
CITY/STATEiZiP
TAX IDENTIFICATION NUMBER " U T Y~Z C
INCORPORATED _-YES _Np
- -. - Page 111 of 12 - - -. ~ -
AFFtunvrr
All pages in the offerer's bid proposal containing statements. letters, etc.,
shall be signed by a duly authorized otlicer 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 t do not have outstanding debts with the
City of Port Arthur. Further, I agree to pay succeeding debts
as they become due during this agreement.
_ I hereby certify that I do have outstanding debts with the
City of Port Arthur and 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 fdr
the payment of said debts. I further agree to pay suwecding
-debts as they become due.
NAME OF OFFERER : 1/ t C T~ ~ PfI'/Z (S//~-~
TITLE IJ L C ~ ~~~ S % ~ ~N I
ADDRESS l G / /e //(6 +~~ GCGiq-~
CITY/STATEJZIP _ '~ t~~;~^c~~ '7 7a 7~-3~ ~ S
TELEPHONE NUMBER _ _ ~~ 3 - / ~7/- ~ 7 7 7
SU SCRIBED D SWORN to before me by the above
' ; ~„ ~R,Qe,.i, . _ _ e yon this the _ f T i d
day of _,20Qy _
Notary Pub is in and for the Slate of
--'~---
RETi!RN'I'HIS AFFIDA VI`f AS PART OF THE BID
IA
:' 0 G',~
m :~
Oim :c
n +y
?~Oq... °~"
...o~
. ~- ~ - - ~ - Pagc Il of 12
CONFLICT OF INTEREST STATEMENT
Please delineate all owners of your company. If you have any con[ractuaI 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:
~ -~ d~.~
ovSToti, Tic 77 0~~
_
~~ ~~ ,~ o ~~.1
a ivy ~zJ
~~L_.-is?~dLI - ~~• ~~I~®f- /~ f S C ~i~Q 1/~ 9'i.2,~ `j O~~ cs~t-~~,,/
/
_ _ - A~IJ ~' :~ -ran cr. /J
ti , ~ti U R co-v., , / r!/r
r ~ ~ o . ~o
.~ ~ ~ ~~
Pnge 12 of 12
~.
:J 2
EXHIBIT C
(City of Port Arthur)
¢. (Law Department)
'(Required Form)
(7/8188)
(10/5/89)
(3/15/90)
(p.2 Revised 9/18/90)
CERTIFICATE OF STANDARD FORM CONtRACT. FOR LAW
DEPARTMENT REVIEW AND.CITY COUNCIL AGENDA
I certify that the contract (hereinafter celled "said contract') affixed to the attached proposed City Council Resolution
No. /yb q 3 is an exact duplicate of an applicable standard form contract (the lltle of which is shown below) '
previously approved by the Law depertmeni and adopted as a standard form by City Council Resolution, except for the.'
blanks that have been filled in with all necessary information and except for the changes described below.
The title of the applicable standard form contract is
[) Federally Furided Construction Contract, Revised 1/5/88, 7/89, 8/89 '
[ j Non-Federally Funded Construction Contract, Revised 1/5/88, 7/89, 8/89
[) Federal -Professional Services -Engineering Conlradl, Revised 1/5/88; 5/89 (§10) 7/89/{§8)
[) Non•Federal -Professional Ser"vices -Engineering Contract, Revised'1/5/88, 5/89(§10), 7/89(§8), 4/91
[) CDBG -Professional Services -Engineering Contract,-Revised 1/5/88, 5/89 (§10), 7/89(§8)
[ j Federal -Professional Services -Non-Engineering (Consultant) Contract, Revised. t/5/88, 5/89(§10), 7/89(§8).
[ J Non-Federal -Professional Services -Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89(§10),
7/89(§8),
[ ] CD6G - Professional services- Non-Engineering (Consultant) Contract, Revised 1/5/80, 5/89(§10), 7/89(§8).
(j Other Standard Form Contract, described as follows:
The changes are as follows: (Put an "X' in the appropriate (])
None.
[ ] The following described provisions at the indicated page, section, etc, of the standard form have been deleted
from said contract:
DELETIONS
Page Number
Where
Deleted Provision
Is
Found On Standard Form
Section or Paragraph No.
and Ceplion
Which
Con(aihs Provision
Deleted From Form
Subsection or
Subparagraph No.
and Ceplion
Which Contains Provision
Deleted From Form
Description of
Provision Deleted
(p.2 Revised 8/18/90)
t,
(Certificate of Standard Farm Contract, page 2)
j The following described provisions at the indicated page, section, etc. of the standard form have been altered, 1
modified, replaced or otherwise changed:
Y~
ALTERATIONS, MODIF/CA71ONS, REPLACEMENTS, ETC..,
Page § $ caption
Sub § or Sub q No. sub § $ captlori, etc:
Page No. § or ¶ No. $ Caption $ Ce lion of said contract
Where of .. p bescriplion which contains
Provision Found °f °t altered, etc.
Standard Form - Standard Form Provision
°n which which provision; $
StancJe,~rm Containwision Contain~sion Standand Form Description of
---- Alteration etc:
j -The following provisions have been added to Said Contract:
Page, Section and Caption
Subsection and Caption, efc, of Said Confraci Which
• i further certify that said attached proposed City Council Resolution contains the following provision:
'chat said contract is aR exact duplicate of a City Standard Form Contract except for the changes described in the
Certificate of Standard Form Contract, a copy of which Is attached hereto-as Exhibit'B^ and is hereby incorporated by
reference; and said changes are hereby approved.'
i understand that this certificate will be relied on by the law Department ih reviewing and apptoving (or rejecting) '
as to form and by the City Council in reviewing and adopting (or rejecting) said Resolution and - Contract:
Signed this /$~ day of ,'FP/ZrL ~g•~b~
Department Head or