Loading...
HomeMy WebLinkAboutPR 14706: JAMES W. TURNER CONSTRUCTION - DEMOLITION & RECONSTRUCTION OF 14 HOUSESMemo To: Steve Fitzgibbons, City Manager From: Colleen Russel/, Director of P/arming and Grants Management Date: Tuesday, April Z8, 2008 ~ ~. Re: P.R. 14706 RECOMMENDATION: I recommend City Council adopt Proposed Resolution 14706 authorizing the award of bids and contracts for the demolition and reconstruction of fourteen (14) houses to James W. Tumer Construction, Ltd., in the amount of $1,019,005.00. 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, (TONGA). 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 Department advertised in the Port Arthur News on April 17, 2008 and April 24, 2008 of this year. Bids were sent to thirty (30) general contractors, and the following bids were received on May 2, 2008: Contractor's Name _ James W. Tumer Construction, Ltd PR 14706 Address -Bid Amount 528 14'" Street $72,395 515 W. 14~' Street $72,395 2222 6~' Street $72,395 1536 10~' Street $72,395 1121 Nederland Avenue $72,395 5109 Lakeshore Drive $77,870 1900 Thomas Blvd $72,395 1325 9`s Street $72,395 2728 18`s Street $72,395 431 Nathan Street $72,395 2308 Robinhood $72,395 8248 Alabama $72,395 4938 Waco Ave ~ $72,395 5120 Grant Ave $72,395 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: I recommend City Council adopt Proposed Resolution 14706 authorizing the award .of bids and contracts for the demolition and reconstruction of fourteen (14) houses to James W. Tumer Construction, Ltd., in the amount of $1,019,005.00. The homeowners will also enter into agreements with the contractor to allow entry onto their property for the demolition and reconstruction of the housing units 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. PR 14706 P. R. 14706 4/28/08 - CR/Housing RESOLUTION NUMBER A RESOLUTION APPROVING THE AWARD OF CONTRACTS FOR THE DEMOLITION AND RECONSTRUCTION OF FOURTEEN (14) HOUSES TO JAMES W. TURNER CONSTRUCTION, LTD. IN THE AMOUNT OF $1,019,005.00. 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 April 17, 2008 and April 24, 2008, the Purchasing Division advertised for bids for the rehabilitation and reconstruction of houses; and, WHEREAS, fourteen (14) houses were identified as needing to be reconstructed; and, WHEREAS, D & R Construction failed to meet all requirements 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 reconstruction of fourteen (14) 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. THAT the Housing Programs Administrator of the City of Port Arthur, is hereby authorized to approve the award of a contract to James W: Turner Constnuction, Ltd., in the „ „ amount of $1,019,005.00, (a copy of the bid tabulation is attached as hereto as Exhibit A PR 14706 and a copy of said contract between the City of Port Arthur and James 11V. Turner Construction, Ltd. is attached as Exhibit "B". THAT liquidated damages shall be $100.00 per day. THAT the agreements with each of the fourteen (14) 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", and "C-14". THAT once the contractor commences construction on any particularhouse, it must be completed within 90 working days. THAT the City Council approves the award of a contract for the reconstruction of fourteen (14) properties to James W. Turner Construction, Ltd. and authorizes the City Manager to enter into a contract for the demolition and reconstruction of fourteen (14) houses pursuant to the Community Development Block Grant Disaster Recovery Program. THAT a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this 2008 at a Regular Meeting of the City Council of the City. of following vote: AYES: MAYOR COUNCILMEMB ATTEST: CITY SECRETARY MAYOR day of May, A.D., Port Arthur, Texas by the APPROVED FOR AVAILABILITY OF FUNDS: DIRECTOR OF FINANCE PR 14706 APPROVED FOR FORM: U~ CITY ATTORN gat G~hGCJ~-~ APPROVED FOR ADMINISTRATION: CITY MANAGER DALE WATSON PR 14706 F EXHIBIT ~~A" 6 PR 14706 - ~ " CITY OF PORT ARTHUR, TEXAS BID SHEET DESCRIPTION: COMMUNITY DEVELOPMENT BLOCK 'GRANT. DISASTER RECOVERY PROGRAM FOR REHABILITATION & RECONSTRUCTION OF HOUSES u DATE: MAY 2, 2008 NAME OF BIDDER NAME OF BIDDER NAME OF BIDDER NAME OF BH)DER ' JAMES W. TURNER CONSTRUCTION STARCO SOLUTIONS STONEWATER INC D & R CONSTRUCTION TTEM UOM ITEM , COST COST, COST COST I STREET 528 E. 14 $ 72,395 $ 73,696 $ 72,820.90 $ 72,361 2 515 V/: 14 STREET $ 72,395 $ 73,696 $ 72,820.90 $ 72,361 3 2222 6 STREET $ 72,395 $ 73,696 $ 72,820.90 $ 72,361 4 . 1536 10 STREET $ 72,395 $ 73,696 $.72,820.90 $ 72,361. 5 1121 NEDERLAND AV $ 72,395 $ 73,696 $ 72,820.90 $ 72,361 6 5109 LAKESHORE DR $ 77,870 $ 79,231 $ 78,894.78 NO BID 7 1900 THOMAS BLVD $ 72,395 $ 73,696 $ 72,820.90 $ 72,361 8 1325 9 .STREET $ 72,395 $ 73,696 $ 72,820.90 $ 72,361 9 2728 18 STREET $ 72,395 $ 73,696. $ 72,820.90 $ 72,361 10 431 NATHAN STREET $ 72,395 ~ NO BID. - $ 72,820.90 $ 72,361 11 2308 ROBINHOOD $ 72,395 $ 77,596 $ 72,820.90 $ 72,361 12 8248 ALABAMA $ 72,395 NO BID $76,819.30 $ 72,361 13 4938 WACO AVE $ 72,395 NO BID $ 72;820.90 $ 72,361 14 5120 GRANT AVE $ 72,395 NO BID $74,820.10 $ 72,361 ~• BID BOND OR CASHIER CHECK YES YES ` YES. YES LOCATION TOMBALL TX BEAUIVIONT TX PORT NECHES TX PORT ARTHUR TX Pago-) 1 nE 1 EXHIBIT "B" PR 14706 Exhibit °B" CONTRACT FOR THE RECONSTRUCTION. OF FOURTEEN',(14) PROPERTIES CDBG Disaster Recovery Program THIS AGREEMENT, made this day of Mav .2008, between the City of Port Arthur, herein referenced to as the "CITY" and James W Turner Construction, Ltd. ,sole proprietorship, herein acting by and through James W Turner ,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 fourteen (14) houses: 528 14"' Street 515 W. 14a' Street 2222 6~' Street 1536 10~' Street 1121 Nederland Avenue 5109 Lakeshore Drive , 1900 Thomas Blvd 1325 9~' Street , 272818's Street - ' 431 Nathan Street 2308 Robinhood • 8248 Alabama . 4938 Waco Ave , • 5120 Grant 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 $1,019,005.00. 3. Tlie term "Contract Documents" means and includes the following: (A) Agreement (B) Advertisement for BIDS (C) Addendums 1 PR 14706 (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 Porf Arfhur -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 bythe Contractor under terms of this contract. 6. The contractor agrees that each house must be completed within ninety (90) calendar days of the"start. 7. It is expressly understood that, the Contractor waives any and all claims against the City of Porf Arfhur, 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 Signature Printed Name Printed Name ride Title PR 14706 CITY OF PORT.ARTHUR - ADVERTISEMENT.FOR BIDS 2008 APRIL 2d APRIL 17, 2008 , cRYOfr•vn, , ARTHUR, TEXAS ADVERTISEMENT FOR ~ - CRY OF PORT BIDS - - ARTHUR, TEXAS ADVERTISEMENT FOR NOTICE IS.."HEREBY _ ,BIOS - GIVEN THAT' "sealed Bids;- addressed to the ;'-- ~ NOTICE IS HEREBY ' City of. Port Arthur,-wtlFbE GIVEN. THAT sealed receNed et the Office of ~ Bids;' addressed to the ~ the Ciry' Secretary, Ciry ~ Gry:of Pan Arthur.. will be HAIL 444--. 41h -.Street or ~ + received at the ORice of p.0. Boz .1089, Port Ar- - - the Ciry-Secretary, City no :77641 thur; Tezas - Hall, 444- 4th Street or . later. Thad 10:00 'A.M., P.O; Box 1089, Pon Ar- May 2, 2008 and all bids .. ~ fhur, °Tezas~ 77641 no ~ ~ -received will lheruaRer be + ~ later -than -10:00 A.M., opened and read-aloud'- May 2, 2008 and all bids received-will thereafter be fc~--- opened and read aloud at v o~ dUhCeS - ~ 10:15: A.M. - on May 2, ''~ ~ ~ ~ 2tX18,~in the Ciry bauncd 10:15 A.M. ~on -Mayr-2, Chambers, 5th Floor, Ciry in the City-Council 2008, "~ Hall,- Port- Arthur, Texas . Chambers, Slh Fbpr, Cily ~ far certain services briefly Hall; Port Arthur; ~ Texas ~ - ~ - - described as: tor, cenain serrices-tidetly, - .. - ~ * describedas:. COBG.DISASTER ~ ~ _ ~ - - - RECOVERY PROGRAM - CDBG DISASTER _ ' REHABILRATION & RECOVERY PROGRAM ':RECONSTRUCTION REHABILITATION.B ~ - _OF.HOUSES RECONSTRUCTION OF HOUSES _ -~ MANDATORY PRE-BID MEETING -IS-SCHED- , ULED FOR 10:00 A.M. APRIL. 27, 2008 AT 2ND FLOOR-CONFERENCE - ~ .. - ROOM IN CITY -HALL . . _ - __.. . _.. _ . LOCATED AT. 444--4TH STREET - ~ - ~ ~ ~ Bids received after dos- ~ - ~ - ' ing time will be retumed _ U S -- unopened.. - _ Copies of the-Spedficu-- ns and other Comract b ~ - PUbIIC $90 PUbIIC' .. ,, 890 PUbIIC o Documents-are on file in 890 N011C85 ~' -. Notices flOtICCS the. Purchasin9~~Office, - - ~ '~ . q44- 4th Street, -City of ~ MANDATORY PRE-BID Copies ofCoples of t~ waive Info - Port Arthur,rand are open tor public inspection wrN- - MEETING -IS SCHED--fiOns-arid other Contmd ~ ~ - ULED FOR 10:00 A.M. Documents ate ontile in -. - - neberah Echols ~ out charge. -~ Assistant Finance ~ APRIL 28, 2008 AT 2ND the ':Purchasing _ Office. - - ' Diredar ' - - - 4th: Street, City of. FLOOR CONFERENCE 444-: The Ciry of Port Arthur rr -ROOM IN CITY HALL Port Arthur, and are. open ___.___ serves the right to reject - ~ ~ LOCATED AT 444- 4TH forpuNic Inspection. with- any and all bids and tc ~ _ STREET ~ out diarge.-~ Waive informalNea ~ - ;~ : -. .; - ~ ~ -Bids received after clos- The bay of Port Arthur re- rlctnreh Echol: ' ~ - ing time will be retumed serves. the nghLto reject RSSistant Financr - unopened. ~- any,and all hids and to ,.. Diredo~ CITY OF-PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS NOTICE IS HEREBY" G[~~EN 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. Bo.e 1089, Port Arthur, Texas 77641 no later than 10:00 A. M., May 1, 2008, and all bids received will thereafter be opened and read aloud at 1-0:15 A. M. on May 1; 2008; ir, the City Council Chambers, 5th Floor; City Hall; Port Arthur. Texas for certain services briefly described as: CDBG DISTER RECOVERY PROGRAM REHABILITATION & KECONSTRUCTION OF HOUSES 2 MANDATORY PRF.-BLD MEETING IS SCHEDULED FOR 10:00 A: M. APRIL;2' 2008 AT 2ND FLOOR CONFERENCE ROOM IN CITY- HALL LOCATED AT 444 4T" STREET ' Bids received cater closine time will be returned unopened. Copies of the Specitications and other Contract Documents are on file in the Purchasing - Office, 444-4th Street, City of Port Arthur, and are open for public inspection ~i-ithout charge. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. ,Deborah Echols Assistant Finance Director FIRST PUBLICATION: APRIL 17, 2008 SECOND PUBLIC:1.TiON: APRIL 2<t, 2008 APRIL l7, 2003 -cm of r..~. ARTHUR, TEICAS ADYERTISEMENT FOR -- --BIDS - - NOTICE..: IS-.-~ HEREBY GIVEN ~. THAT. ~~~ sealetl Bids,'.addressed to the City of PortArthur; wilYba- recf:ived-at'Me Office of the City, Secretary, Ciry Hall, 444-~: 4th Street or~ P.O.-Box`1089, Port Ar- thur,-.Tezas ,77641 .no 'Iatefthan.:.10:00 A.M'., May ~2, 2008 and all~bids received will ihereafterbe _.. opened and read e15ud.at 2008,in the Cay _councn Chambers, 5th Flopi;-City Hall, Port~Adhur,-Texas for cedain'services ~briefry described as:. CDBG DISASTER, -; ` RECOVERY PROGRAM REHABILITATION,&~ .RECONSTRUCTION ' OF HOUSES .-.'-` MANDATORY PRE-BID MEETING'- IS:: SCHED- ULED- FOR 10:00-A.M. - -APRIL'27; 2008 AT 2N0 FLOOR-CONFERENCE ROOM IN .CITY -HALL LOCATEO~iAT 444--4TH STREET--- . Bids received after clos- ing lime will. he returned unopened.-- Copies: pf the Speafica- -bons and ~-other Contract Documents are od file in the Purchasing -Office. . 444- -41h. Street:' City: of for public inspectcn wmr ou[ charge The Ciry of Pdrt-Anhur re serves the ~nght to rejea any and all. tiids and tc waive informalities. _ -_;_ Dehorafi Echol: - ASSletant I'InarlCf ~_ _Oirecto CITY OF PORT ARTHUR ADVERTISEMENT FORBIDS ~rRiL za, Zoa3 ' CITY OF PORT ARTHUR, TEXAS A.DVERTISEMENTFOR BIDS NOTICE. IS HEREBY GIVEN THAT sealed Bids; addressed to the City of Pon Anhur,-will be received ~at the Office of the'-0ity Secretary, City Hall, -444- 4th Street or _ P.O. Boz 1089, Port Ar- thur, Texas 77641 no later Than 10:00 A.M., May 2, 2008 and ail bids received will thereafter be opened and read aloud at 10:15 A.M. on-May 2, 2008, in the Crty Coundl Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services bnefty + described as: ~~-~CDBG DISASTER RECOVERY PROGRAM REHABILITATION & . ' RECONSTRUCTION -~OF HOUSES - '.~ DS ~ - 890 Public 890 Public " Notjces -" a90 Publjc Notices Notices ~ MANDATORY, PRE-BI~ Copies of'e~ w?weirifo~. ~ MEETING IS- •SGHED- tion5 and. other`Comract ULED FOR 10:OOA.M. Documents are on file in - - .Deborah Echols ~ - APRIL 28, 2008 AT 2ND the Purchasing Office, Assistant Di ector FLOOR CONFERENCE 444. 4th Street, Ciry of -- ROOM IN .CITY ~ HALL Port Anhur, and are open ___..__- LOCATED AT a44- 4TH forpbblic inspection with- = STREET - - ~ out charge. - Bids received after clos- The Ciryof Pod AMur re- - ing time will be returned serves the right~[p.rejeG unopened. any and all bids .and to - CITY OF PORT ARTHUR, TEXAS ADDENDUM NO. ONE (1) DATE: APRIL 28; 2008 BID PROPOSAL FOR: CDBC: DISASTERY RECOVERY PROGRAP>~I RECONSTRUCTION OF A~MINI1VIUVI OF TWELVE ROUSES The following clarifications, amendments, deletions. additions, revision and/or modifications are made a part of the Contract Documents and change the original documents only ir, 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 [N THE SUBMISSION OF THEIR BID. 1. BID BOND OR CASHIER CHECK WILL BE FOR 52,500. MUST BE SUBMITTED WITH BID 2. BIS MUST BE SUBNHTTED BY MAY 2, 200$ AT 10:00 A.M., AND R'I'LL BE OPENED ,AND READ ALOUD ON 1\'lAY'.2, 2008 AT 10:10 A.IV'I. 3. ATTACHED IS THE REVISED BID PROPOSAL PAGE. 4. DELETE 1819 l9T" STREET. ~ , 7 (~ t Pi' lA.~ Clifton Williams Senior Purchasing Assis±ant Ci'TY OF PORT ARTHUR. TEXAS ADDENDUM NO. TWO (2} DATE: APRIL 30, 2008 BID PROPOSAL FOR: CUBG DISTER RECOVERY" EROGRAIl~I REHA£ssLl r ^.'' .'-'-'-'I'` -`" RECONSTRUCT[ON OF HOUSES The following clarifications, amendments; deletions, additions, revision and/or modifications are made a part of the Contract Documents and chance 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 orgiaal CenTract Documents and all BIDDERS ARE REQUESTED TO ACKNO~~'LEDGE SAID PR~~ v.STO'i~"s' IN THE SUBMISSION OF THEIR BID. DELETE THE FOLLOWING HOUSES 1. 208 11T" STREET 2. 3516 24T" STREE'P f, l . r + ~i•~~ , ,` cwt Clifton Williams Senior Purchasing i~ssista='.'. CITY OE PORT ARTHUR. TEXAS ADDENDU'NI NO.'FHREE (3) DATE: APRIL 30, 2008 BID PROPOSAL FOR: CDBG DISASTER RECOVERY PROGRAM I'.EHA?3?LITATIi;N c& RECONSTRUCTION OP HOUSES ' The fol]owing clarifications, amendments, deletions. additions, revision ana,~or modifications aie made a part of the Contract Documents and change-the original documents oniy in the rnarner 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. r 1. BID ONLY 3 BEDROOM TOR SI09 LAICESHORE. BID ONLY.A 3 3EDIp^OI':1 FOR ALL THE REl1'IAINING ADDRESSES. Clifton Williams Senior Purchasing Assistant CI'T'Y OF PORT ARTHUR GENER~,L SPECIFICATIONS GENERAL INFORMATION NOTE: It is estremety important that the Vendor, Bidder, and/or Contraetar furnish the City of-Port r~rthur the required information Specified in the BSd br Proposal Specifications listed in this Bid Package.. " The intent of this INVITATION TO BID (ITB) is to provide bidders with sufficient information to prepare SE.~~LED BIDS IN DUPLICATE for furnishing: CB3G I~ISTuP RECOVERY PROGRAbI REHABILITATION & RECONSTRUCTION O HOUSES ' Bids must be in a sealed envelope addressed to the City Secretary, City of Port Arthur, P. O. Box 1039, Port Arthur, Texas 77641. Bids shall be received no later than 3:00 P M May 2. 2003. 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" ATTACH 4ENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has aot 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 2ccept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Fort Arthur Bids cannot be altered or amended after submission deadline. Any interlineation, alteration, or erasure made before opening time musf 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.informalitiesor defects in bids, or to accept such . bids as it shall deem to fie 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",u of the lowest bid price. This preference can`i be granted. far purchases involving Federal Punds. The award-shall be made tu'd~e 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 Proposal" shall he equivalent. Bidders are cautioned to read the information contained in'this ITB carefully aad to submit a complete response to all requirements and questions as directed- ' CONFLICT OF IN"fEREST: No~public official shall have interest ~in.this contract,. in accordance with Vemon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ~ ~. ETHICS: The bidder shall not offeror acceptgifts or anything of value, nor enter in±e any business arrangement with any smployee, official or agent of the City of Port Arthur. NIINIA'[UM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDTJERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposeddelivery. 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: ~. Be engaged in a fill] 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 an'ears in its . obligations to the City. 7. No pa}nnents shall be made to any person of public moneys under any contract by £ne 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 1?y addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. Addenda ia~ill he 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 :Dial amount, - where required, of each item listed. [n the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER:.A purchase order(s)shall be generatedby the City of Port Arthur to the successfuLbidder. The purchase order number must appear on all itemized invoices. INVOICES:' All invoices shall be mailed directly to the City of Port Arthur, P.tt.: Housing Dept., P. O. Box 1039, Port Arthur, Texas 77641: PAYMENT: Payment will he made upon receipt of the original invoice and the acceptance of the goods or services by the City of fort Arthur. SALES TAX: The City of Port Arthur is exempt by law firom 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 cf tl_ State ofTexas. This agreement is performable in Port Arthur, Texas, Jefferscn Ccunty. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY': No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, il~e Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ord;'nances prohibits the City from granting any license, privilege or paying money to anyone owir_g delinquent taxes, paving assessments or any' money Yo the City until such debis are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAV 1"I' included as part of this IT'B. CONTRACT:. The following will comprise the contract beriveen the City acid f-ie successful bidder: L 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 additiona': gnaniitie= will be paid for at the quoted price. It is further understood that the supplier'shaIl ::ct 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 wtder.this Contract, or fails to perform in accordance with these specifications, the City reserves the right to terminate this Contract by giving writin . notice to the Bidder of such termination and specifying the effective date thereof, at least fifteen (15) daysbefore 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 Warne and product description of all items. Inferior products, products which perform at a substandard level; or poor quality products will be rejected.. SHIPPING IhIFOR\4ATION: All' bids are to be F.O.B., City of Port Arthur, Port Arthur; Texas 77640 INCORPOR4TION OF PROVISIONS REpUIRED BY" LAW: Each provision and clause required by law to be inserted into the Contract shallbe deemed to be enactec 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 specif ed, necessary or proper to perform and complete all the work required by this Contract, ir. 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, shallbe regarded as meaningthat only the best commercial practices are to prevail. All interpretations of these spec-ifications shall be made on the basis of statement. While the purpose of the specitcations is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting,goods which may be considered most suitable fcr,the purpose im~olved. [n the event of contlicfs 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 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 disc imination under any program or activity receiving Federal financial assistance. , Questions concerning this ITB or additional information should be directed to Be:er'.7 Freeman at 409-93 ~-~?59. BID SECURITY AND LIQUIDATED DAMAGES Bids shall be accompairiedbya bid guarantee of not less than five percent (~'' 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 withdra~r- kfs bid within thirty (3(1) days after the date of die opening of the bids; that if a bid is accepted, the bidder will enter into a formal Contract with the OWNER; fumish 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 mto said Con±ract; furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the OV6'NER 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 retumed when formal Contract, bonds and insurance are approved, and i~rork has commenced within the time specified. The Bidder to whom the award is made shall execute and retum the formal Contract with the OWNER and furnish Performance and Payment Bonds and required :. s,-. - - Insurance Documents within.[en (10) daysafter the prescribed forms are preser;teo ~c: k:_;.r for signature. Said period will be extended only Upon written presentation to fhe pWNER, within said period, of reasons which the sole discretion of the OW~~:ER, justify an 'extension. It said Contract, bonds and insurance Documents' are not received by the OWNER within said period or if work has not been commenced within the lime specified, the OWNER may proceed to have the work required by the Plans and Specifications perforpred 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 shat liable to the City for an additional amount of five percent (5%) of the bid amour_t as iigr?id~+ed _ damages without limitation. The OWNER. within ten (10) days of receipt of acceptable Performance and Payment ,bonds, isurance documents and Contract signed by Biddei 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. 2. BONDS If the Contract exceeds Fifty Thousand Dollars ($50;000.00), Performance and Payment Bonds shall be furnished on prescribed Yonns in the amount ofone-hundred percent (l00%) of the Contract price with corporate surety duly authorized to do business in the State of Texas. Aftorneys;in-fact who sign Bonds must file with each bond a certified wnd effective'date copy of their Power of Attorney. SPECIFICATIONS FOR DEMOLITION & RECONSTRUCTION OF HOUSING. UNITS Provide a cost to demolish & remove alJ debris from location in preparation fer nett' construction at the following locations: 528 E. l4°i Street -515 W. l4`h Street ' 2222 6°i Street 208 11 `h Street 1 ~3 6 10`h Street 1121 Nederland Avenue 5109 Lakeshore Drive 1900 Thomas Blvd 1325 9`~ Street 2728 L8`~' Street. 1819 19'~ Street ' 431 Nathan Street 2308 Robinhood 8248 Alabama _ 4938 Waco Ave 5120 Grant Ave 3516 24`h Street Provide a cost to reconstruct 16 housing units, with a mmimum.size as follows: 2-bedrooms - 2-baths - 1100 sy ft 3-bedrooms - 2-baths - 1200 sy ft Requirements: * Submit plans & elevations with sealed bids * Must be TRCG certified and must provide trcc number (ti~vyw trcc state.tx.usn * Units must comply with International Residential Code (IRC); with windstorm provisions, Federal, State ~ Local Codes, which ever is more stringent * Engineered & Windstoml Certification on Roof & Structure * Provide Plans & Elevations with sealed bids * Install grass, gutters, and sidewalks * Install a minimum of 10 x 25 parking pad * Must be Energy Efficient * Construction plans must include details sufficient to complete the activity and details of all accessibility features * REScheclc Certification must be provided. (REScheck procedure available at ~svnc enerwcodes uovhescheck/) * Provide 10 year Warranty ' * Provide a time litre to completion,'1'urn-key * Bid must be submitted on the attached Form l L17; and-also available at wvvw.tdhca.state.tx us *Appliance packet to include stove,refrigerator,microwave .vent-a-hood NOTE: Combine Demolition cost and construction cost. Y Rpr 03 08 10:46a B-Line Surveyors, I ~ 409-246-8147 p•2 ' .IEFFERSIN COUNTY SITE 7 Property Owner: . ~ i~fary Sinegai Property Location: . 4933 Waco Avenue, Port Arthur Benchmarl: information: TBM is a Muiliole across from pov;er polz in North side of Waco Avenue. Elevation afIVIH is 2.31'. Natural Ground Elevation taken on property (not necessarih~ at new construction location - . Natural Ground elevation is 2.4'. FEMA Flood Klan Information: Couununity:485499 Panel No.c 0030 E Date: 04-17-84 Flood Zone: AH Base Flood Elevation if determined: 4.0' Apr 03 06 10:46a B-Line Surveyors, I 409-246-8147 p•3 JEFFERSIN COUNTY SITE 2 Pt•operh' Owner: Patricia Royal Pl"operty Location: - 2308 RoUinhood Avenue, Port Artlmr '$enchmark information: TBM is a Chiseled.Square on comer of concrete dm~e of property. Elevation of chiseled square is 1.6T. Natural Ground Elevation taken on riroperty (not necessarily at new construction .location Nahiral Ground elevation is 0.8'. Y FEiV1A Flood 1\4an Information: Cotnmtmity: 485499 ". Panel No.: 0025 E Date: 04-17-84 Flood Zone: AH Base Flood Elevation if determined: 1.0' Apr 03 08 10: 47a B-Line Surveyors, I 409-246-8147 Y JEFFERSON COUNTY SITE 3 Properh` Owner: En~in Richard Prouerh~ Location: 5120 Grant`Avenue; Beaumont Benchmark information: TBivi is PK nail set in the centerline of Graui Avenue in front of house on propert} . Elevation of nail is3.20'. Natural Ground Elevation tal:cn on property (not necessarily at new construction location A'atural Ground elevation is 2.0'. ^ FEMA Flood Map Information: Comnninity: 48599 Panel No.: 0030 E Date: 04-17-84 ' Llood Zone: AH Base Flood Elevation if determined: 4.0' ` p.4 Rpr 03 08 10:47a B-Line Surveyors, I 409_246-8147 JEFTERSON COUiVTY SITE ~! ' Properh~ Owner: .. " Willie 1vlae Reynolds + ' Property Location: 8248 Alabama Avcnue. Port Arthur Benchmark information: - TBLf is PKuail set in centerline of Alabama Avenue in front ofhouse on property. L-levation of nail is 0.56'. ' Naturrl Ground Elevation taken on'oroper[v (nut necessarily at new construction location Natural Ground elevation is 0.3' FE~G~. Flood Mao Information: Community: 485499 Panel No.: 0025 E Date: 04-17-84 Flood Zone: AH Base Flood Elevation if determined: 4.0' ., ., p.5 vl Rpr 03"08 10:48a B-Line Surveyors, I 409-246-8147 p.6 JEFFERSON COUNTY SITE 5 Property Owner: _ Ethe] Granger Property Location: 431 Nathan Street, Port Arthur Benchmark information: TBM is PK nail set in centerline of Nathan Street is "front of driveway on property. L-levation of nail is 3.52'. \'atural Ground Elevation taken on property (not necessarily at new construction location : ' Nahual Ground elevation. is 3.0' FEitiIA Flood l4aD Information: Commtmity: 435499 Panel No.: OOZS E , Date: 04-17-84 Flood Zone: AH Base Flood Elevation if determined: 4.0' SPECIFICATIONS FOR DEMOLITION & RECONSTRUCTION OF HOUSING UNITS Provide a cost to demolish & remove all debris from location in preparation for rew construction at the following locations: 528 E. l4`h Street ., 515 W. 14`~ Street 2222~6`~ Street 208 11'h Street , 1536 ] 0'h Street ~ , 1 ] 21 Nederland Avenue 5109 Lakeshore Drive 1900 Thomas Bh d . 1325 9'h Street 2728 18`x' Street ` 1819 19'~ Street. 431 Nathan Street 2308 Robinhood ` 8248 Alabama 4938 Waco Ave 5120 Grant Ave 3~ l6 24`h Street Provide a cost to recenst: uct 16 housm_g units, with a minimum siza as foilo~m~s: 2-bedrooms - 2-baths - 1 100 sq ft 3-bedrooms - 2-bath, = 1200 sq ft Requirements: * Submit plans R elevations with sealed bids * Must be TRCC certified and must provide trce number (wtivti%.trccstate_h.us/) Units must comply with International Residential Code (IRC), with windstorm provisions, Federal, State ~ Local Codes, which ever is more stringent * Engineered & Windstoml Certitication on Roof & Structure * Provide Plans & Elevations with sealed bids * Install grass, gutters, and sidewalks * Install a minimmm of 10 x 2~ parking pad * Must be Energy Efficient *'Gonstruction plans must include details sufficient to complete the activity and details of all accessibility features * RESchedc Certification must be provided , (REScheck procedure available at wwvv enerwcodes.eov/rescheck/)~ * Provide 10 year Warranty - *Provide atime line to completion, "I urn-key * Bid must be submitted on the attached Form l 1.17, and also available at wwc~r.Cdhcastate-ts.us *Appliance packet to include stove.refiigerator,micro~ ave vent-a-hood 1V`OTE: Combine Demolition cost and construction cost. C1TY OP PORT AR"PHUR B1D PROPOSAL PAGE l OF 2 DATE: MAY 2 1.001> Bid Proposal For: CDBG DISTER RECOVERY PROGRAM REIiABILITATION & RECONSTRIJCT'1bN OP' HOUSES The undersigned ~~~~- ~(~t~Yk'Y C~1 S~Lt1 5r~~"~ ° :doing business in the City,~I'own of '~~~f ~ r~i--}C~kt,l~ , T~ ~G~s submits herewith, in conformity with the General Instructions, Conditions, and Specifications for the fohowing Bid: OUTLINB OP BTD DATA: DESCRIPTION" 2 BED1tOORi 3 BEDROOI\•1 Z g~ 528 L. 14°i Slleet Z ""; "'t 5l5 R'. 14'x' Street 7i 2222 6ih Street ~'S~ 2 ~ulv~,l 53fi 10'h Stt cet 2$dJv, 1127 Nederland Avenue }od~k5109 Lakeshore Dnve 2-~~900 Thomas Blvd 2. Sdvut 1325 9'~' Sweet , 2 bdn„2728 18`x' Street Z 8dky431 Nathan Strect 2 +~'Mt2308 Robinhood Z ~'*+8248 Alabama 5 ~ 2~ ~~~ 1"j $ ~~~~- 1~ 7~-_ -1-- '1'I ~-t - -I -1 ~ _, 2 -- - -t-- - w __~ ~} _ ~~ ~-- --- ~ 2, 3~i s _ ~1 ~3~i $ , p~U " T - - S ~~_~ S C1Tl' OF PORT ARTHUR BID PROPOSAL PAGE 2 OF 2 2 ~r~ 4938 Waco Ave Z gd1`v~t 5120 Grant Ave ~3 y ZZ ~L~ $ EACH HOUSE WILL BE COMPLETE-DIN ~~ L {!v `~ 5 j ~ CALEND.AR DAYS. Receipt of addenda. i~ acknowledged: No. 1 Dated __ t-I~ ~~ C, _ `~) ~,~~o _?~~__ _ Reccived ~/ No. 2 Dated _~1,.YJ1 ~g _ Received _ ( 30 Of3 No. 3 Doted ~~~~~ __ Received 3e~ ~~ ~ Y f J u rn.d.~ ~,1, 4 ~z yv~'~C~,ICn ~ i1,ic_~ti~- L~'a. ---I ~} 7-I ~ I~1C~ ~ ~ ~~ ~~ l~ti COMPANY NAME' STREET ADDRESS q~ _ luc~;, SIGN' URE OF B IDDER PO. BOX (PRINT OR TYPE NAME) CITY STATE ZIP T[TLE AREA CODE TELEPHONE NO. , J ~~1 ~-u ~~ ~~ ~r ~ _~L!-I ~ , Fie -~ ~ ~ ~C,c.ti~ ~~-~ r ~, ~t,~?~c ~ V`1~e ~ EMAIL CITY OP PORT ARTHUR. TEXAS ADDENDUM NO. ONE (1) , DATE: APRIL 28, 2008 BID PROPOSAL, FOR: CDBG DISASTERY RECOVERY PROGRAbI RECONSTRUC'iION OF A MINIA1LiM Oh TtiVELVE HOUSES The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the Contract Documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the Contract Documents. Provisions of this addendum shall take precedence over requirements of the original Contract Documents and all BIDDERS ARE,REQUESTED TO ACKNOWLEDGE SAID PROVISIONS iN THE SUBM [SSION OF THEIR BID. 1. BID BOND OR CASHIER CHECK WILL BE FOR 52,500. MUST BE SUBMCI"CED-WI"ili BID 2. BIS MUST BF SLIB(v1ITTED BY MAY 2, 2008 AT 10:00 A.M., AND WILL BE OPENED AND REAll ALOUD ON MAY 2, 2008 AT 10a0 A:1VI. 3. ATTACHED IS THE. REVISED BID PROPOSAL PAGE. , 4. DELETE 1819 19r" STREF,T. '' 9 ,. . I _. . ' - Clifton Williams - Senior Purchasing Assistant .. CONFLICT OF INTEREST STATEMENT Please delineate all owners of your company. If you have any contractual business relationship or familyrelationship with any member of the governing body of the City or if you expect thisto occur, please so state: ' { ~~ Si6mature PLEASE NOTORIZE THIS FORM AFFIDAVIT All pages in offer; 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 ~+ith the City of Port Arthur. Further, I agree to pay succeeding debts as they become due during this agreement. I hereby certify that [ do have outstanding debts with the City e[Port Arthur and agrees to pay said debts prior to execution ~f this aSneerrient. I hereby certify that I do have outstanding debts with the City pf Port Arthur and agrees to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. NAA~E OF OFFERER : SCL~n'~:S ~~ ~ U,f~YI1'i~ ADDRESS }~1~ v'va.1~`LS Jts~ ~~'' cITY~sTATE~zIP ~'r~n~~q, ~ 1 ~- ~~3_~~ TELEPHONE N S [GNATURE SUBSC~ F,D Ai `SbVORN to before me by the abov~named f ~^~11, Li.rl.;er on this the ~- Notary Publicic m anand for the State of ~ ,.,; eANDRA FirrKe I jt,-; f' 'I ~ Notary u Iic, SUte of Texas >F/~ /f.,,/~ ~~ 'w. MY Commrssion ExO~res ~~~VL ~ s, ;:~'f august l5. 2DOe RETURN PHIS AFFIDAVIT AS PART OF THE BID PROPOSAL In UTOT'$ P.O. Box 2683.225 South Frfth Street • Waco, TX 76702-2683 I~emnit www.insurorsindemnity.com • 254-759-3702 • Fax 254-755-6399 ompanyy BID BOND Bond No. 811422 KNOW ALL MEN BY THESE PRESENTS: THAT we, James W. Turner Construction, Ltd. , as Principal, hereinafter called the Principal, and INSURORS INDEMNITY COMPANY, Waco, Texas, as Surety, hereinafter called the Surety, are held and firmly bound unto The city of Port Arthur , as Obligee, hereinafter called the Obligee, in the amount of 5 % of the amount of this bid not to exceed Two Thousand Five Hundred Dollarsandho/100 Dollars ($2.500.00 ), for the payment of which sum well and truly to be made, fhe said Principal and the said Surety, bind ourselves, our heirs, executors, administratdrs, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal haS Submitted a bid fOr Reconstruction of Multiple Single Family Homes NOW, THEREFORE, If the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing and give bond with good and sufficient surety, or, in the event of the failure of the Principal to enter into such Contract and give such bond or bonds; if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and. effect " PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Pfincipal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, SEALED AND DATED this 30th day of April , 20 O8 Principal: James W. Turner Construction, Ltd n(~ V\ (Seal) By: i'f~S~d~ 1~1vz.~- (title) ~ ~ / Surety: , ~J CSI 7~'~~ILV INSUROR INDEMNITY COMPANY (Seal) Attorney-in-Fact Bid Bond (02-06f Page 7 0( 2 THE WORK WRITE-UP/COST ESTIMATES FOR. EACH OF THE FOURTEEN HOUSES WERE SUBMITTED WITH THE BID PROPOSAL. COPIES OF EACH WORK WRITE UP ARE ON FILE FOR REVIEWIN THE CITY SECRETARY'S OFFICE A Exhibits ~~C-1", '~C-2", "C-3", ~~C-4", ~~C-10", "C-11", C-12"; ~~C-13", AND ~~C-14" ARE ON FILE FOR REVIEW IN THE CITY SECRETARY'S OFFICE. PR 14706