Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 15190: L. MOBLEY CONCRETE - CONSTRUCTION OF HANDICAP RAMPS
MEMORANDUM PUBLIC WORKS DEPARTMENT TO: Stephen B. Fitzgibbons, City Manager FROM: Ross E. Blackketter, P.E., Director of Public Works SUBJECT: P. R.# 15190, L. Mobley Concrete Construction for Construction of Handicap Ramps DATE: Ol April 2009 RECOMMENDATION: It is recommended that the City Council approve Proposed Resolution No. 15190 authorizing the City Manager to execute an agreement with L. Mobley Concrete Construction of Houston, Texas for construction of handicap ramps at various intersections along Procter for a total amount of $21,450. Funds are available in account 001-1203-531.87-00. BACKGROUND: Because of the recent litigation regarding compliance with the Americans with Disabilities Act, the City is required to construct $50,000 of sidewalk and handicap ramp improvements each year. In order to help fulfill this requirement, quotes were solicited for the construction of handicap ramps at several intersections along Procter Street. L. Mobley Concrete Construction submitted the lowest quote for each intersection, totaling $21,450. BUDGETARY/FISCAL EFFECT: Funds are available in account 001-1203-531.87-00. EMPLOYEE/STAFF EFFECT: None. SUMMARY: It is recommended that the City Council approve Proposed Resolution No. 15190 authorizing the City Manager to execute an agreement with L. Mobley Concrete Construction of Houston, Texas for construction of handicap ramps at various intersections along Procter for a total amount of $21,450. Funds are available in account 001-1203-531.87-00. v ~~~ Ross E. Blackketter, P.E. Director of Public Works REB/reb Z:\engineer\Documents\CAMS\Mobley - HC Ramps.doc P.R.15190 04/01/09 reb RESOLUTION A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH L. MOBLEY CONCRETE CONSTRUCTION OF HOUSTON, TEXAS FOR CONSTRUCTION OF HANDICAP RAMPS AT VARIOUS INTERSECTIONS ALONG PROCTER STREET FOR THE TOTAL AMOUNT OF $21,450; ACCOUNT 001-1203-531.87-00 WHEREAS, there is a recurring need to construct handicap ramps throughout the city and maintain accessibility in accordance with the Americans with Disabilities Ad; and, WHEREAS, the City is required to construct $50,000 of sidewalk and handicap ramp improvements each year; and, WHEREAS, the City solicited quotes for the construction of handicap ramps at various intersections along Procter Street; and, WHEREAS, four (4) quotes were received and opened on 18 March 2009 for the above referenced Contract and have been evaluated by Public Works and Purchasing; and, WHEREAS, L. Mobley Concrete Construction was the lowest responsible bidder with a total of $21,450; 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 quote for construction of handicap ramps at various intersections along Procter Street to L. Mobley Concrete Construction of Houston, Texas as shown on Exhibit "A" attached hereto and made a part hereof; and, THAT, the City Manager is hereby authorized to execute an agreement with L. Mobley Concrete Construction of Houston, Texas (attached as Exhibit "B'~ for construction of handicap ramps at various intersections along Procter Street, account 001-1203-531.87-00; and, P.R. 15190 Page 2 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 AYES: Mayor, A.D. 2009 at meeting of the City of Port Arthur, Texas by the following vote: Council Mayor ATTEST: City Secretary APPROVED FOR ADMINISTRATION: Stephen B. Fitzgibbons City Manager ~~~ Ross E. Blackketter, P.E. Director of Public Works APPROVED AS TO FORM: Y City Attorney C onl ecNACC oF~ APPROVED AS TO AVAILABILITY OF FUNDS: ~z . Rebecca Underhill, CPA Assistant City Manager/Administration ,, Shawna Tubbs Purchasing Manager Z:\engineer\Documents\Resolutions\PRl S 190 EXHIBIT A ca,~„r = ~~"" a~ /l~ ~ , CITY OF PORT ARTHUR TEXAS ort rtlnr~r °^ Bid Tahulation Terns CONSTRUCTION OF HANllICAP RAMPS AT VARIOUS INTERSECTIONS ALONG PROCTER STREE'C Ilid Orening Date: March 1R, 2009 Names # of lsraaers Si # Extreme Vision # Itern # Descri rtion E& D Contractors L. Mablcy Concrete Const. Da s mon Construction Da s Cor Da 's 1 1-louston Avenue and Procter intersection & Gu1fCo>>er Driveway Bid Disc ualified $ S,lU0 4 $ 5,500 3 $ 20,270 10 San Antonio Avenue and Procter tion i t Bid Dis ualified $ 6,800 4 $ 9,800 3 $ 32,432 16 2 ersec n 3 Mobile Avenue and Procter intersection Bid Dis ualified $ 3,600 3 $ 9,000 3 $ 24,324 12 4 Augusta Avenue and Procter intersection Bid Dis ualified $ 4,250 3 $ 8,200 3 $ 8,lOR 5 5 Savannah Avenue and Procter intersection Bid Disc ualified $ 1,700 3 $ 3,200 3 $ R,108 5 Location Nederland, TX Houston, TX Stowell, TX Port Arthur, TX i~ r r,i ~ Shawna Tubbs, Purchasing Manager .. ~~ n ~c ~ ~`l Date Page I of I EXHIBIT B CONSTRUCTION SERVICES AGREEMENT Construction of Handicap Ramps at Various Intersections Along Procter Street THIS AGREEMENT, made this the of Aril 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 L. Moblev Concrete Construction hereinafter called "CONTRACTOR". WITNESSED: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: The Contract shall commence within ten (10) days of the execution of the Contract by the OWNER. The work to be performed under this Contract will be completed within 30 days of commencement. 2. The CONTRACTOR will perform the work as delineated in the Scope of Work and Specifications attached hereto. 3. 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 and Scope of Work. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the total cost of 521,450 5. The CONTRACTOR will commence the work required by the Contract Documents upon receipt of a Notice to Proceed. 6. The term "Contract Documents" means and includes the following: 1) Agreement 2) Advertisement for Bids 3) Addenda 4) General Information 5) Specifications 6) Bid 7) Notice to Proceed Z:\engineer\Documents\Contracts\Mobley-HC Ramps-09.doc 1 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 8. 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 above written. Signed on the day of April 2009. OWNER: CITY OF PORT ARTHUR Stephen B. Fitrgibbons, City Manager Signed on the day of April 2009. CONTRACTOR: L. MOBLEY CONCRETE CONSTRUCTION Lee Mobley, Owner Z:\engineer\Documents\Contracts\Mobley-HC Ramps-09.doc 2 DELORIS "BOBBIE" PRINCE, MAYOR JACK CHATMAN, JR., MAYOR PRO TEM COONCH. MEMBERS: ELIZABETH °LIZ"SELLER MORRIS ALBRiGHT, III MARTIN FLOOD JOHN BEARD, JR ROBERT E. WILLLIMSON D. KAY WISE THOMAS J. HENDERSON INVITATION TO BID Vendors: STEPHEN FITZGiBBONS CITY MANAGER TERRI HANKS ACTING CITY SECRETARY MARK T. SOKOLOW CITY ATTORNEY March 5, 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. March IS 2009 at the City Secretary's Office and all bids received will thereafter be opened and read aloud at 3:15 n.m- nn March 1R. 2009 in the Citv Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for the CONSTRUCTION OF HANDICAP RAMPS AT VARIOUS INTERSECTIONS ALONG PROCTER STREET IN PORT ARTHUR, TEXAS BIDS SHALL BE PLACED IN A SEALED ENVELOPE, with the bidder's name and address in the upper left hand comer of the envelope. FACSIMILE TRANSMITTALS SHALL NOT BE ACCEPTED. BIDS MUST BE submitted on the pricing form included for that purpose in this packet and SIGNED BY A PERSON HAVING THE AUTHORITY TO BIND THE FIRM IN A cONTRACr. MARK ENVELOPE: HANDICAP RAMPS, 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 OPENING DATE AND TIME. Page 1 of 16 P.O. BOX 1089•PORT ARTHUR, TEXAS 7 7 641-1 0 89 409/983-8 1 1 4FAX 409/983-8128 Bids received after the closing time specified will be returned to the bidder unopened. Awazd will be made as soon as practicable after opening. To obtain results, or if you have any question, please contact 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 of Port Arthur. Sin ely, a Shawna Tubbs Purchasing Manager Page 2 of 16 MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for the CONSTRtiCTION OF HANDICAP RAMPS will be begin on the comer of Houston Avenue and Procter Street in downtown Port Arthur, Texas on March 13, 2009 at 10:00 A.M. The purpose of the Mandatory 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 addendurtl(s) to clazify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. Page 3 of 16 CITY OF PORT ARTHUR GENERAL 1NFORMATION: 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 INVITATION TO BID (ITB) is to provide bidders with sufficient information to prepaze SEALED BIDS IN DUPLICATE for famishing: CONSTRUCTION OF HANDICAP RAMPS AT VARIOUS INTERSECTIONS ALONG PROCTER STREET IN PORT ARTHUR, TEXAS Bids must be in a sealed envelope addressed to the City Secretary, City of Port Arthur, P.O. Box 1089, Port Arthur, Texas 77641. Bids shall be received no later than 3:00 P. M. March 18.2009. Bids received after the closing time specified will be returned to bidder unopened and claims of mail delays will not constitute an exception. 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, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the -City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guazanteeing 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. Awazd 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. Awazd 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 16 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 cazefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not 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 awazd. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not awazd a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public moneys under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. Addenda will be mailed to all who aze known to have received a copy of the ITB. Offeror's shall acknowledge receipt of all addenda. BONA FIDE BUSINESS THAT CLAIMS 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 16 PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number -must appeaz on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Public Works., P. O. Box 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. 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, 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 any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. CONTRACT: The following will comprise the contract between the City and the successful bidder: 1. Agreement 2. Advertisement for Bids 3. Addenda 4. General Information S. Specifications 6. Bid 7. Notice of Award 8. Notice to Proceed Page 6 of 16 QUANTITIES: Quantities shown aze estimated, based on projected use. It is specifically understood and agreed that these quantities aze approximate and any additional quantities will be paid for at 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. 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. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, Texas 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either P~'• CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and famish 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 appazent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regazded 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 vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title V I of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. Page 7 of 16 Questions concerning this ITB or additional information should be directed to Rawetts Baaheth at (409) 983-8184. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to temtinate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until 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 to 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 pazagraph hereof relative to termination shall apply. EXPERIENCE & CAPABILITY: Bidder shall include the following information to describe the experience and capability factors of the company: 1. Number of years in operation. 2. Lazgest project currently in effect with a business. 3. Number of employees currently employed, their job titles, and their job descriptions. 4. Equipment currently owned or leased by your company. 5. Be otherwise qualified and eligible to receive an awazd. b. Other companies that you contracted with. 7. If a company wants to receive the awazd 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 famish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: 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 l6 INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may azise 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 $500,000 each person/$SOQ000 per occurrence for contracts of $100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; and, b. Property Damage $100,000 per occurrence regazdless of contract amount; and, o. Minimum aggregate policy yeaz limit of $ I ,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy yeaz limit of $2,000,000 for contracts in excess of $100,000. Commercial Automobile Liability Insurance (Including owned, non- owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits aze $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 insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written Page 9 of 16 notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF NSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days afrer execution of this Contract. BONDS If the Contract exceeds Twenty-five Thousand Dollars ($25,000.00), 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 the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. NOTICE TO PROCEED Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. If Notice CELL PHONE OR PAGER. The Contractor must have a working cell phone or pager available Monday through Friday from 5:00 a.m. to 5:00 p.m. so that the Ciry will be able to contact the contractor. Page 10 of 16 PORT ARTHUR PUBLIC WORKS DEPARTMENT SCOPE OF WORK FOR THE CONSTRUCTION OF HANDICAP RAMPS AT VARIOUS INTERSECTIONS ALONG PROCTER STREET IN PORT ARTHUR, TEXAS The specifications described below are referenced from Texas Accessibility Standards (TAS), Sections 4.7 through 4.8 and the City of Port Arthur, Texas Sidewalk/Driveway and Paving Detail Sheets. 1.0 Saw-cut and remove the existing concrete to neat lines. Remove and dispose of existing concrete. Avoid damaging concrete that will remain in place. Contractor is responsible for disposal of all demolished material on a daily basis and to pay required landfill tipping fees. Shape and compact subgrade to establish a firm base support. 2.0 Use 6 inches by 6 inches welded wire mesh for all slab reinforcement and 3/8 inch diameter (#4) size smooth dowels at 12 inches on center for expansion joints (Type B Expansion Joint, unless otherwise specified by the City Engineer). 3.0 Concrete mix shall be Class A concrete. Thickness of concrete shall be 4"minimum. 4.0 Dimensions: Curb ramp shall be a minimum of 4 feet wide and a 12H to I V (8.3%) slope. Flazed sides shall be constructed when there is an existing adjoining slab of at ]east 5 feet and shall be constructed at a lOH to 1V (10%) slope (unless otherwise specified by the City Engineer). Curb ramps with return curbs shall be used where there is no adjoining existing slab or when there is an obstruction (fire hydrant, utility pole, etc.). Landing Pads (if needed) will be 5 feet by 5 feet. 5.0 Diagonal Curb Ramps: If diagonal (comer type) curb ramps aze used, the bottom of the ramp shall have a 4 foot minimum clear space, the return curbs shall be pazallel to the pedestrian flow. If flared sides aze chosen, they shall have at least a 2 foot long segment of straight curb located on each side of the ramp. 6.0 Surface: Ramps shall be rough surfaced, grooved with b inch maximum spacing or with truncated domes (dimples). (To be approved by the City Engineer). Ramp is to be a color contrasting (as approved by City Engineer) with the neighboring concrete, either by tinting the concrete or by painting the surface with a traffic rated paint. 7.0 All work shall be in accordance with City of Port Arthur standazd details (copy attached) and the Texas Accessibility Standards. Page 11 of 16 8.0 Forms and steel reinforcement must be inspected by the City Engineer prior to placing concrete. 9.0 Any contractor submitting a bid that is $25,000 or greater must submit a Performance Bond prior to the awazding of the contract. Listed below are the handicap ramp projects 1. Houston Avenue and Procter intersection (4 ramps) and Gulf Copper Driveway (2 ramps) 2. San Antonio Avenue and Procter intersection (8 ramps) 3. Mobile Avenue and Procter intersection (6 ramps) 4. Augusta Avenue and Procter intersection (5 ramps) 5. Savannah Avenue and Procter intersection (2 ramps) The City has the right to award a maximum of two ramp projects. If a company wants the City to award more than two ramp projects that company must show it has the equipment and employees to handle it. Notes: • Should you have any questions please feel free to contact Rawetts Baaheth, Assistant City Engineer at (409) 983-8184. Page 12 of 16 CITY OF PORT ARTHUR BID PROPOSAL DATE: March 18, 2009 Bid Proposal For: CONSTRUCTION OF HANDICAP RAMPS AT VARIOUS INTERSECTIONS ALONG PROCTER STREET IN PORT A~~RTHUR, TEXAS The undersigned ~~~~C~ f ~~ ~~ C' ~-(~ ,doing business in the City/Town of ~~9 f-~ ~cr~ ~l~ , submits herewith, in conformity with the General Instructions, Conditions, and Specifications for the following Bid: OUTLINE OF BID DATA: ITEM # DESCRIPTION COST # OF DAYS 1. Houston Avenue and Procter intersection & $ ~ (~ ~ ~ Gulf Copper Driveway 2. San Antonio Avenue and Procter intersection Ltd(] , ( 'T 3. Mobile Avenue and Procter intersection $ ~ 3 ti i /-~ ' / $N ~' ~ y on ntersec 4. Augusta Avenue and Procter 5. Savannah Avenue and Procter intersection $~ ~ Receipt of addenda is acknowledged: No. l Dated rn~^`Z'l^ ~I~ Received ~~ - ©, /J _~ r ~ r~3~-~~ ~ifl~Gt`'1~'~ / ' J ~(q/~f ~it~i-'Jj~Gvt~r~w~eQcf'~-.. COMPANY NAME STREET ADDRESS ~.~~~~ ' ~~~~ ~s ~~~ SIGNATURE OF BIDDER ~~~{~ PO. BOX `~- (YK1N 1 OR TYPE NAME) CITY STATE ZIP ~~~ fir,- ~~7 ~~?~'~ TITLE AREA CODE TELEPHONE NO. ~ ~ ~_ 33~~ ~ ~ ~~ Page 13 of 16 BID OPENING DATE: March 18 2009 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY . YVl ~ ~ 1~e.Y C ~vtc,-,~-~ e- ADDRESS~I fit' ('-{ (iJl?y~/G~'P~-t~h ~"C.C" CITY/STATE/ZIP ~ ~ /I l x. G ~ ~ ~C! SEND PURCHASE ORDER TO: COMPANY L ~ Y1't O~ I -P Y C: E~ v~ C ~ ~ ~ '~'~S~T ADDRESS !'! n to %~ Y ~J l O L ~f CITY/STATE/ZIP TAX IDENTIFICATION NUMBER 1% /~` / ~ ~- ~> ~6 ~/ Page 14 of ] 6 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: ~- '"~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. L ~ 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: ~-~-~ rn U ~ 1` TITLE ~ ~'y~ze r pp ADDRESS ~ ~ I~ Ll/ Ll-~ Cv iarC~ i.~ ~~-(~ C~ CITY/STATE/ZIP ~C7~ ~~ , TELEPHONE NUMBER ~"cs ~' 3 ~~ - ~1 SIGNATURE STATE TX COUNTY~~lp .5a_j~C. SUBSCRIBED AND~SVVORN to before me by the above named ~ ~ ~ ~ ~ on this the /~/~e. day of ~1yYw.vu''" , 20 O~'I . • C-7lZO~JIQ/J~ ~`•~ ~'°"~,i JO ANN P. THOMAS azy Public ~'~",~'! MY COIdtdISSION ExPIRES :.~, ••,+~'a:rYo` ADri120, 2010 Page 15 of 16 RETU721~i THIS AFFIDAVIT AS PART OF THE BID PROPOSAL CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by K.B. ] 491, 80 Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the person meets requirements under Section 176.006 (a). ' Bylaw this questionnaire must be filed with the records administrator of. the local goverhmental entity not later than the T" business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Govemment Code..4n offense under [his section is a Class C misdemeanor. I. Name of person who has a business relationship with local governmental entity. 2. ^ Check this boz if ou are filing an update to a previously fated questionnaire. (The law requires that you fle an updated completed questionnaire with the appropriate filing authority no[ later than 7`" business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of local a government officer w it h w hom fipler has employment or business relationship. ^ ~ _ ~ l- v' c`~ Name of Officer This section {item 3 including subparts A, B, C, & D) must be completed for each officer with whom the fifer has an employment or other business relationship as defined by Section 176.001 (1-a), Local Government Code. Attach additional pages [o [his Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the.questionnave? Yes ~No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No C. Is the filer of this questionnaire employed by a corporation or other ' ^ Yes No D. Describe each em ]oyment or business relationshi with the local ovemment officer named in this section. 4. C V 1 Si afore of erson doin business with the ovemmental enti Date Page 16 of 16