HomeMy WebLinkAboutPR 15121: KT MAINTENANCE - REPAIRS TO FIRE STATION #8.. PORT ARTHUR FIRE DEPARTMENT
MEMORANDUM.
TO: City Manager Steve Fitzgibbons
CC:
FROM: Fire Chief Larry Richard' ~~~~
' DATE: February 24, 2009 - ,
SUBJECT: P.R. 15121 Roof and Other Repairs to Fire Station #8 '
' COMMENT
Fire Station #8 suffered roof damage as a result of Hurricane Ike. In addition to the
• damage inflicted by the hurricane; the design of the roof has contributed to leaks prior to
the storm.
s
The Fire Department proposes to repair the damage caused by Hurricane Ike as well as ,
correct the design problem with the roof.
The City advertised for bids in the Port Arthur News for the roof repair and redesign on
January 18, 2009 and January 25,2009. Three bids were received. KT Maintenance was
the lowest most responsible bidder.. ,
The repair and redesign will be charged to Account # 121-2300-90132-OQ Project
#IKEFS8.
P
"Remember, we are here to serve the citizens of Port Arthur"
P.R.15121
2/24/2009
RESOLUTION NO:
A RESOLUTION AUTIIORIZING THE CITY MANAGER TO
ENTER INTO A CONTRACT FOR ROOF REPLACEMENT AND
OTHER INCIDENTAL REPAIRS TO' FIRE STATION #8 WITH KT
MAINTENANCE OF PORT ARTHUR, TEXAS IN THE AMOUNT
OF $46,400.
WHEREAS, Fire Station #8 suffered roof and other incidental damage from Hurricane
Ike; and -
WHEREAS, the roof design contributed to problems which existed before the hurricane
damage; and
' WHEREAS, the city advertised for bids on January 18, 2009 and January 25, 2009 in
the Port Arthur News to repair the roof and correct the roof design problem, and received three
(3) bids, a copy of the bid tablulation being attached hereto as Exhibit "A"; and
WHEREAS, the proposal from KT Maintenance of Port Arthur, Texas in the amount of
$46,400 is the most responsible bid,
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF.THE
CITY OF PORT ARTHUR:
Section 1. That the City Council of the City of Port Arthur hereby approves the contract.
between the City of Port Arthur and KT Maintenance in the amount of $46, 400.
Section 2. That the City Council deems it in the best interest of the City to approve and.
authorize the City Manager to execute a contract on behalf of the City of Port Arthur
between the City acid KT Maintenance as delineated in content as set forth in Exhibit
~.B„
f
P.R.15121
2/24/2009
Section 3. That a copy of the caption of this Resolution be spread upon the Minutes of
the City Council.
READ, ADOPTED AND APPROVED this .day of 2009, at a Regular
Meeting of the City Council of the City of Port Arthur,. Texas, by the following vote:
Ayes:Mayor
Councilmembers:
Noes:
Mayor Deloris Prince
ATTEST:
t
Terri Hanks, Acting City Secretary
APPR VED TO FORM:
Mark Sokolow, City ttorney (0~ bp~(t~~ O F~
APPROVED FOR ADMINISTRATION: "
Steve Fitzgibbons, City Manager
EXHIBIT "A"
cITY or roRT ARTxuIi TxAs
B'ID SHEET
DESCRIPTION: REPAIR/RhMODEL FIRE STA77ON #8
'BID OI'EN1NG DAT>s: FEBRUARY 4, 2009
NAME OF BIDDER NAMl, OF BIDDER NAME OF BIDDER
K"I'
]Mf1INTENANCF., SKR
CONSTRUCTION ll&R COMMERCIAL
CONSTRUCTION
ITEM 1'I'EM 'TOTAL COST 'TO'TAL COST TOTAL COST
1 REPAIR/REMODI~L
F1RE STATION #8
$ 46,400.00
$ 46,777.00
$51,268.00
PLACE OFBUSINESS ' PORT ARTHUR, TX PORT ARTI-IUR, '1'X LUMBERTON, TX
r
llATE: is // / ~'~(
! -, / '
PURCIlAS1NG MANAGL'•R: ~1-t £~ ., ~'~;~~~C__ V, / ~i>
a 4
CONTRACT FOR REPAIR/REMODELING OF
FIRE STATION #8 LOCATED AT 7800 9TH AVENUE
THIS AGREEMENT, made this 24~ day of February, 2009 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 K.T..MAINTENANCE '
herein acting by and through its PRESIDENT, KENNY L. TIMS, SR. hereinafter called
"CONTRACTOR" agree as follows:
WITNESSETH: That fof and in consideration of the payments, terms, conditions,
and agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1. The work must be completed within 25 business days (Monday -Friday) of the
issuance of the notice to proceed.
2. The City can terminate this contract at its convenience which includes, but is
not limited to, funding not being available in any budget cycle with ten (10)
days written notice.
3. The Contractor agrees to perform all the work described in the specifications;
and contract documents and comply with the terms therein for the total
. sum of $ 46,400.
4. The term "Contract Documents" means and includes the following:
(A) ~ Agreement
(B) Advertisement for BIDS
(C) ;Information for BIDDERS
(D) .BID ,
(E) BID BOND
(F) .General Conditions
(G) Specifications
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 (2 copies) each of
which shall be deemed an original on the date first written above.
Signed on the day of i 2009.
ATTEST CITY OF PORT ARTHUR
i
B_Y
Steve Fitzgibbons,
• City Manager, City of Port Arthur
Signed on the .day of " . 2009.
ATTEST ~ <CONTRACTOR
,BY
Kenny Tims, Sc.
• President K.T. Maintenance
.~ .
5 • ( s
CITY OF PORT ARTHUR
ADVERTISENIENT FOR BIDS
REPAIRS/REMODEL FIRE STATION. #8 LOCATED AT 7800 9Te~
AVENUE, PORT ARTHUR, TEXAS
JANUARY 18, 2009
REPAIRlREMODEL
FIRE STATI0N.M8
LOCATED AT 7800 9th
AVE; PORT ARTHUR,
MANDATORY PRE-BID
MEETING IS, SCHED-
ULED.FOR 10:00 A.M.
THURSDAY JgryUgpy
29, AT FIRE STATION
38,~ LOCATED AT 7800
9TH AVENUE,' PORT.
ARTHUR; TEXAS.
Bids received after cbs-
ing'time will-be-returned-:
unopened..-
Copies of the Bid~Specifi- ~~
cations are-dn Tile in the t
Purchasing Office, ..444 S
4th Street, Port Arthur, S
Texan anil .are open .for-9
public inspection _without 9
chargeor they can tie re- i!
trievetl/downloaded .from' d
the Citys websrte. __:_S.
www.portarthur net ~--.9.
__,.q.
The City ofport Arthur mr;. ¢
serves. the right td.reject. 4
'any and alk tiids.-and. (o >1
'waive udonnalPoes
-~-~~~<4
- /si~na TUbbs
Shawna.TUbbs
Purchasing:Manager
JANUARY 25, 2009
clTV 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 OKCe of
the City Secretary,.City
Hall ~ 444-4th Street - or
P.O. BoX1089, Port Ar-
thur, Texas 77641 no
later tham 3:00 P.M:,: Feb-
ruary 4; 2009 and all bids
received .will be opened
and-.read aloud at 3:15
P.M., February 4; P009 in
the: City: Gounci6 Cham-
bers. 5th. Floor, City Hall,
Port Arthur, Texas for cer-~
`tain services--.briefty de-
sdibedas:'
REPAIRIREMODEL
-FIRE STATION #8
-. LOCATED AT7800 9th
AVE; PORT ARTHUR, ,
-,`,TEXAS ~. ;.
MANDATORY PRE-BID
~:MEETIHGG dS -SCHED-
ULED- FOR 10'00 A.M..
.:THURSDAY JANUARY
AT - FIRE ~ STATION
36, `LOCATED-AT 7600
9TH :. AVENUE; -PORT -
ARTHUR; TEXAS. -
8ids received after dos-
ing-lime' wily be refumetl
unopened. ~.
Copies of-the Bid ~SpecAi- .
cations are-on file in the
Purchasing - ONice, ~ 444
4th -,Street;, Port~Arthur, .
Texas. and are open for
public -inspection without
-charge or they can be re- ~
Ineved/downloaded from
1he~City's websde: ~ _
www.part@rth~cnet
The Cily ~oP Port Arthur re-
serves the. ngh; to reject
-any,and alh bids-and to
waive informalities.
I
:/s~ Shawna Tubbs'
- ~ Shawna Tubbs
Purchasing Manager-
DELORIS "BOBBLE" PRLN'CE, MAYOR
JACK CHATMAN, JR., 6iAYOR PRO TE11i
COUIVCH. MEMBERS:
ELIZABETH `LIZ' SEGLER
MORRIS ALBRIGHT, III
hL4RTIN FLOOD
JOHN BEARD, JR
ROBERT E. WILLIAIVISON
D. KAY WTSE
THOMAS J: HENDERSON -
CIr}' O, f C°,' '
ort rthu~r `'~
TCXQS
INVITATION TO BID
Vendors:
STEPHEN FITZGIBBONS
CITY bfANAGER
' TERRI HANKS
ACTING CTFY SECRETARY
MARK T. SOKOLOW'
CrfYATTORNEY
January 15; 2009
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 D.m. Februan' 4, 2009 at the Cih'
Secretary's Office and all bids received will thereafter be opened and read aloud at 3:15
p.m. on February 4, 2009 in the Citv Council'Chambers, 5th Ftoor, City Hall, Port
Arthur, Texas for the followin`e: '
REPAIR/REMODEL FIRE STATION #8 LOCATED AT 7800 9TH AVENUE,
PORT ARTHUR, TEXAS
BIDS SHALL BE PLACED N A SEALED ENVELOPE, with the biddeis name and.
address in the upper lefr hand comer of the envelope. FACSIMILE TRANSMITTALS
SHALL'NOT BEACCEPTED.
BIDS MUST BE submitted on the pricing form included for that purpose,n this packet
and SIGNED BY A PERSOi~i HAVING THE AUTHORITY TO BIND THE FIRM IN A
CONTRACT. ,
MARK ENVELOPE: FIRE STATION #8
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
444 4TH STREET
PORT ARTHUR. TX 77640
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY OFFICE BEFORE
OPENNG DATE AND TIME.
~~ PaQe l~of 15
P.O. BOX 1089 • PORE ARtRUR, TD(AS 7761-1089 •409/983-8115 • FAX 409/983-8291
Bids received after the closing time specified will be returned to the bidder unopened.
award will be made as soon as practicable afrer opening. To obtain results. or.if you
have any question, please contact Clifton Williams in the City of Port Arthur
Purchasing Office, at (409) 983-8160.
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 the City ofPort Arthur.
Sincerely,
/'
Shaw~na Tubbs ~ ~-
Purchasine Manaeer
MANDATORY
PRE-BID CONFERENCE.
A Mandatorv Pre-Bid Conference between Representatives of the Citc of Port
Arthur, Texas and prospective bidders for REPAIR/REMODEL FIRE STATION #8
LOCATED AT 7800 9Tn AVENUE, PORT ARTHUR, TEXAS will be held at Fire
Station #8 which is located at 7800 9`h Avenue, -Port Arthur, Texas on Januan 29, 2009 at
10:00 A.M. ,
The purpose of the Mandatorv Pre-Bid Conference is to make certain That the
scope of work is fully understood, to answer-any questions, to clarify the intent of the.
Contract Documents, and to resolve any problems that may affect the project. No .
addendum will be issued at this meeting, but subsequent thereto, the Purchasing
Manager, if necessary; will issue an addendum(s) to clarify the intent of the Contract
Documents.
._
Bids received from firms or individuals not listed on the roll of attendees of the
Mandatorv Pre-Bid Conference will be rejected and returned unopened to the bidder.
}
Y'
CITY" OF PORT ARTHUR
GENERAL IyFORMATION:
NOTE: It is extremely important that the Vendor, Bidder,. and/or Contractor
furnish the City of Port Arthur the required information specified .in Bid or
Proposal Specifications listed in this Bid Package.
The intent of this NVITATION TO BID (ITB) is to provide bidders with sufficient
information to prepare SEALED BIDS IN DUPLICATE for furnishing:
REPAIR/REMODEL FIRE STATION #8 LOCATED AT 7800 9T~r AVENUE,
PORT ARTHUR, TEXAS
Bids must be iri a sealed envelope addressed to the .City Secretary, City of Port,Arthur,
P.O. Box 1089. Port Arthur„Texas 77641., Bids shall be received no later than 3:00 P. M.
February 4. ?009. Bid proposal MUST BE SIGNED BY 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, SHAEL STATE THESE EXCEPTIONS BY" ATTACHMENT AS.
PART OF"THE BID, The absence of Birch a list shall indicate that the bidder has not
taken exceptions ands 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 afrer submission deadline. Any interlineations,
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 b_e in
Its best interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best
interest of the City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept
such bids as it shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port
Arthur and whose bid is within 5%of the lowest.bid price.'
The award shall be made to the responsible vendor(s) whose bid is determined to be
lowest offer, taking into consideration. the relative importance of price,. conformance to
specifications and capability and experience of the contractor.
Page 4 of I S '
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•Tesas Code Annotated, Local Government Code Title ~;
Subtitle C, Chapter 171.
ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into
any business arrangement with any employee, official or agent of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: :A
prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective
bidder must meet the following requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4: Be otherwise qualified and eligible to receive an award.
~. Be engaged in a full time business and can assume liabilities for anyperformance
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 anv person of public moneys under any contract by
the City with such person until suc-h person has paid all obligations and debts
' owed to the Cih~, or has made satisfactory arrangements to pay the same.
Any interpretations, corrections or changes to the ITB and Specifications will be made by
addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur
Purchasing Manager. Addenda will be mailed to all who are known to have received a
copy of the ITB. Offeror's shall acknowledge receipt of all addenda.
BUNA F1llE BUSINESS THAT CLAI_YIS THE CITY OF PORT ARTHUR AS ITS
PRINCIPAL PLACE OF BUSINESS: The official business address (office location
and office personnel) shall be a Port Arthur address, the principal storage place or facility
for the equipment shall be in Port Arthur and/or the place of domicile for the principal
business owner(s) shall be in Port Arthur or such other definition or interpretation as is
provided by state law. ,
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.
Page 5 of I S
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur
to the successful bidder. The purchase order ,number must appear on all itemized
invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Fire
Dept., P. O. Bos 1089, Port Arthur. Texas 77641. `-
PAYMENT: Payment will be made upon receipt of the original invoice and the
acceptance of the goods or services by the City of Port Arthur.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales
Tax and Federal Excise Tax: therefore the proposal shall not include Sales Tax.
VENUE:- This agreement will be governed and construed according to the laws of the
State of Texas. This agreement is performable in Port Arthur, Texas; Jefferson County_
CODIPLIANCE 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 ofthe 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
any-one owing delinquent taxes, paving assessments or anv 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 beriveen the City and the
successful bidder:
i. Agreement
2. Advertisement for Bids
3. Addenda
4. General Information
5. ' Specifications
6. Bid
7. Notice of Ad~ard ,
8.. Notice to Proceed
Paee 6 of 15
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 forat the quoted price. -It is further understood that the
contractor shall not have any claim against the City of Port Arthur for quantities less than
the estimated amount.
All bids will remain in effect for one year.
No person has the authority to verbally alter these specifications. And interpretations,
corrections or chances 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.
SHIPPING INFORtVI_ATION: All bids are to be F.O.B., City of Pori Arthur; Port
Arthur, Texas 77640
uyC,UttPUKA1IUN UN YKUVISIUNS REQUIRED BY LA~V": Each provision and
clause required by lacy 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.
P~}`~ -
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will: in ¢ood
workmanlike manner, perform all work and furnish all supplies and materials; machinery,
equipment, facilities and means, except as herein otherwise expressly specified,
necessazy or proper to perform and complete all the work required by this Contract, in.
accordance with the provisions of this Contract and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission
from it of a detailed description concerning any point shall be regarded as meaning that
only the best commercial practices are to prevail.
While the purpose of the specifications is to indicate minimum requirements in the way
of capability, performance, construction; and other details, its-use is not intended to
deprive the City of Port Arthur the option of selecting goods which may be considered
more suitable for the purpose involved.,
In the event of conflicts between the written bid proposal and information obtained
verbally, the vendoris specifically advised that the written bid proposal will prevail in the
determination of the successful bidder.
Under the Title VLof 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.
Page 7 of 15
Questions concerning this ITB or additional information should be directed to Ross
Blackketter at (409) 983-8180. ,
TERMINATION FOR CAUSE: If. through any cause, the Contractor shall fail to
fulfill in a timely and proper manner his oblieatioris under this contract, or if the ,
Contractor shall violate any of the covenants; agreements or stipulations of this contract;
the City shall thereupon have the right to terminate this contract by giving written notice
to the Contractor of such termination and specifi-ing the effective date thereof, at least
fifteen (1 ~) days before the effective date of such termination. Notwithstanding the
above; the Contractor shall not be relieved of liability to the City for damages sustained
by the City by virtue of any breachof the contract by the Contractor, and the City may
withhold any payments to the Contractor forthe purpose ofset-off tintil such time as the
exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at
any time giving at least thirty (30) days notice in writing.fd the Contractor. ,If the
Contract is terminated by the City as provided herein, the Contractor will be paid for the
service that it has performed up to the termination date. If this contract is terminated due
to fault of the~Contractor, the previous paragraph hereof relative to termination shall
apply.
EXPERIENCE & CAPABILITI': Bidder shall include the following information to
describe the experience and capability factors of the company:
1. Number of years in operation. '
2. .Largest project currently in effect with a business.
3. Number of employees currently employed; theirjob titles, and their job descriptions.
4. Equipment currently owned or leased by your company.
~. Be otherwise qualified and eligible to receive an award.
6. Other companies that you. contracted with.
7. If a company wants to receive the award for more than one group, the company must
show that it has the equipment and employees to handle more than one group. '
RELEASES AND RECEIPTS.The City of Port Arthur before making payments, may
require the Contractor to furnish releases or receipts for any or all persons performing
work and supplying material or service to the Contractor, or any sub-contractors for work
under this contract, if this is deemed necessary to protect its interests.
CARE OF R'ORK. The Contractor shall be responsible for all damages to person or
property that occurs as a result of his fault or negligence in connection with the work
performed until completion and final acceptance by the City.
SUB-CONTRACTS. The Contractor shall not execute an agreement with any sub-
contractor or permit any sub-contractor to perform any work included in this Contract
until he has received from the City of Port Arthur written approval of such agreement
Page 8 of 15
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 aeainst
injury and/or damages which may- arise out of or result from operations under this
contract,'whether the operations be by himself or by any subcontractor or by anyone
directly or indirectly employed by any of them, or by anyone for whose acts any of them
may be liable; of the following-types and limits
Commercial General Liability occurrence type insurance City of Port
.Arthur, its officers, agents, and employees must be named as an additional
insured): -
a. Bodily injury $500;000 single limit per occurrence or $500,000 each
person/$500,000 per occurrence for contracts of $100;000 or less; or
Bodily injury- $1,000,000 single limit,per occurrence or $500,00.0 each
person /$1,000;000 per occurrence for contiacts in excess of $100,000;
and. .
b. Property Damage $100,000 per occurrence regardless of contract
amount; and,
c. Minimum aggregate policy year limit of $1.000.000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 ,
for contracts in excess of $100,000.
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.damaee.
b. If individual limits aze provided; minimum limits are $300,000 per
.person, $500,000 per occurrence for bodily injury and $100,000 per
occurrence for property damage.
Contractor shall cause Contractor's insurance company or insurahce agent to fill in all
information required (including names of insurance agency, contractor and insurance
companies, and policy numbers, effective dates and expiration dates) and to date and sign
and do all other things necessary to complete and make into valid certificates of insurance
and 'pertaining to the above listed items, and before commencing any of the work and
within the time otherwise specified; Contractor shall file completed certificates of
insurance with the Owner.
Page 9 of 15
None of the provisions in said certificate of insurance should be altered or modified in
any respect except as herein expressly authorized. Said CERTIFICATE OF
INSURANCE Form should contain a provision that coverage afforded under the policies
will riot be altered; modified or canceled unless at least fifteen (I S) days prior written
notice has been Qiven to the City of Port Arthur: Contractor shall also file with the City
of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all
Subcontractors and showing the Subcontractor (s) as the Insured. Said completed
CERTIFICATE OF INSURANCE Form'(s) shall in any went be filed with the City of
Port Arthur not more than ten (10) days after execution of this Contract.
BONDS
If the Contract exceeds Twenty-five Thousand Dollars ($2,000:00), Performance and'
Payment Bonds shall be furnished on prescribed forms in the amount of one hundred
percent (100°%) of the Contract price with corporate surety duly authorized to do business
in fhe State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a
certified and effective date copy of their Power of Attomev.
NOTICE TO PROCEED
Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by
OR~'NER. Should there. be anv reasons why Notice to Proceed cannot be issued within
such period. the time may be extended by mutual agreement between O WNER and
CONTRACTOR: If Notice
CULL PHONE OR PAGER. The Contractor must have a working cell phone or pager
available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able
to contact the contractor.
Page 10 of 15
PORT ARTHUR FIRE DEPARTMENT
SPECIFICATIONS FOR REPAIR 1 ROMODEL OF FIRE STATION f{8
LOCATED AT 7800 9~ AVENUE, PORT ARTHUR, TEXAS
1.0 Remove and repair damaged flat roof (torch down roofing) -approximately 300
square feet.
2.0 Patch damaged EIFS Stucco on building sides and on clock tower.
3.0 Remove existing metal roof.
4.0 Install new'/< inch plywood deck, flashing eave tin and fascia as needed.
5.0 Install new 30 year composition roof with 30# felt.
6.0 Raise the flat section next to the pitched roof to at-least 2 inch slope, tying into the
new composition roof with new modified bitumen roofing,. flashing, etc. in
accordance with current building codes and windstorm requirements.
Windstorm certificate required. ,
x
Page 1 ] of 15
CITY OF PORT ARTHUR
BID PROPOSAL "
DATE: February 4 2009
Bid Proposal For: REPAIRYREMODEL FIRE STATION #8 LOCATED AT 7800 9rx
AVENUE, PORT ARTHUR, TEXAS
The undersigned KT MAINTENANCE COMPANY
, doing
business in the City/Town of PORT ARTHUR, TEXAS
submits herewith, in conformity with the General Instructions, Conditions, and.
Specifications for the following Bid;
OUTLINE OF BID DATA: _
DESCRIPTION -
SEE ATTACHED CLARIFICATIONS COST"
REPAIR/FtEMODEL FIRE STATION #8
g 46,400.00
Receipt of addenda is acknowledged:
•- No. 1 Dated 2-3-2009 2=4-2009
Received
KT MAINTENANCE COMPANY INC
800 PROCTER ST.
COMPANY NAME ,STREET ADDRESS
S G ATU F $I R
C. CRAIG HAYNES
(PRINT OR TYPE NAME)
CHIEF ESTIMATOR
TITLE
Page 12 of 15
PO. BOX
PORT ARTHUR, TEXAS 77640
CITY . -STATE ZIP
409-~
AREA CODE
TELEPHONE NO.
r
,BID OPENING DATE: February 4 2009
- CITY OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
Bidders aze requested to furnish their complete REMIT TO ADDRESS and
TAX IDENTIFICATION NUMBER as indicated below:
REMIT PAYMENT TO: -
COMPANY KT MAINTENANCE COMPANY
ADDRESS B00 PROCTER STREET
CITY/STATE/ZIP PORT ARTHUR, TEXAS 77640
SEND PURCHASE ORDER TO:
COMPANY SAME AS ABOVE ADDRESS
ADDRESS
CITY/STATE/ZIP
TAX IDENTIFICATION NUMBER - _ 76 - 04195 01
Page ] 3 of 1 S
AFFIDAVIT
All pages in the offeror'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:
x 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 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 for _ ~ ,
the payment of said debts. ~ I further agree to pay succeeding
debts. as they become due.
NAME OF OFFEROR: KENNY L. TIMS SR.
TITLE PRESIDENT -
ADDRESS 800•.PROCTER ST.
CITY/STATE/ZIP PORT ARTHUR, TEXAS 77640
TELEPHONE NUMBER 409-982-9952:
SIGNATURE ~!~ /J ~~~
STATE TEXAS '
COUNTY. JF.FFFR CCSN
SUBSCRIBED AND SWORN to before me by the above named~~ ,L,
Tr rhs ~ _CY . on this the L j '~ ~
day of K> 4,~„ - .. , , 20l)~t
Notary Public
RETURN THISAFFiDAVIT A'S PART OF THE BID PROPOSAL.
,,e; ~%;•.,,. - NANCY L CANIZALES
_ Notary Public, State of Texas
~'`F My Commission Expires
- Page 14 of 15 ''.?r€;,:~~ ~ February-06, 2011
CITY OF PORT ARTHUR, TEXAS
ADDENDUM \rO.ON& (1)
DATE: FBBRUARX 3, 2009
BID PROPOSAI, FOR: REPAIR FIRE ST'AT'ION #8
The fohowiog 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. 6e incorporated in the Contract Documents.
Provisions•of this addendum shall take precedence over requireruents of the original Contract .
.Documents and all BIDDERS ARE REQUESTED TO ACK1i rOWLEDGE SAID PROVISIONS
IN THE SUBMISSION OF THEIR BID:
i. REPAIRS MUST INCLUDE COMMERCIAL GRADE ALUMINUM GUTTERS Rc
FASCIA
2. 20 GUAGE IIAT CIIAi~T1EL RUNNER UNDER NEW PLYWOOD' HECK AND I6
.INCH O. C.
3. EXTERIOR PAINT COLORS ARE OLYMPIC FIRE WEED SEMI GLOSS
LATEX ANA OI,XMPIC CREAMY CHOCOLATE SEMI GLOSS LATEX.
Shawma Tubbs
Purchasing Manager
ktm
KT Mair-tenance Company, Inc.
AOefifieti5[~&SBAS(a)Canpany .
February 4, 2009
800 Procter Street, Port Arthur, Texas 77640
Telephone (409) 982-9952 Fax (409) 982-4851
CLARIFICATIONS: KT MAINTENANCE BID PROPOSAL 09-908 ,
IR MAINTENANCE proposes to furnish all necessary labor, material, equipment and supervision to
pertonn the work as described in the invitation to bid dated January 15, 2009 Scope of Work and
ADDENDUM NO. ONE (1) dated FEBRUARY 3, 2009.
Included in our proposal are the following items:
• Remove and repair damaged flat roof
• Patch EIFS stucco on the building and clock tower.
• Remove existing metal roof.
• Install hat channel on 16" centers.
• ~ Install new'/." plywood ,
• Install 30# feR over new plywood decking.
• Install 30 year architect shingles.
• Raise flat roof next to pitch roof 2 inches and slope for positive drainage with tapered roof
insulation.
• Install modified bitumen roofing over raised flat roof including all trim, flashing and etc.
• Install new industrial aluminum gutter and down spouts orr upper roof, paint to match building.
• This work ran be completed in approximately eight weeks depending on weather conditions.
• We ask that these clarifications be included as part of our proposal and made part of any
contract.