Loading...
HomeMy WebLinkAboutPR 15192: SKR CONSTRUCTION - RECONSTRUCT BABE ZAHARIAS GOLF COURSE PUMP STATION.~ PUBLIC WORKS DEPARTMENT COUNCIL ACTION MEMO TO Stephen B. Fitzgibbons, City Manager FROM Ross E. Blackketter, P.E., Director of Public Works SUBJECT P.R. # 15192 -Approve Contract with SKR Construction for Reconstruction of the Babe Zaharias Golf Course Pump Station DATE O1 April 2009 RECOMMENDATION: I recommend that the City Council approve Proposed Resolution No. 15192, approving a contract with SKR Construction of Port Arthur, Texas for Reconstruction of the Babe Zaharias Golf Course Pump Station for the lump sum amount of $38,900. BACKGROUND: The drainage pump station building at the City Babe Zaharias Golf Course was destroyed by Hurricane Ike. Accordingly, the City advertised in the Port Arthur News on 08 March and on 15 March 2009 for the construction of a new pump station building. We received three (3) bids, with the bid from SKR Construction determined to be the lowest, most responsible bid. BUDGETARY/FISCAL EFFECT: Funding is available in Project IKEBZ 121-2300-901.59-00. EMPLOYEE/STAFF EFFECT: None. SUMMARY I recommend that the City Council approve Proposed Resolution No. 15192, approving a contract with SKR Construction of Brea, California for Reconstruction of the Babe Zaharias Golf Course Pump Station for the lump sum amount of $38,900. ~~ ~~~ Ross E. Blackketter, P.E. Director of Public Works REB/reb Z:\engineer\documents\CAMS\SKR - BZ Pump Bldg.doc P.R.15192 04/01/09 reb RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH SKR CONSTRUCTION OF PORT ARTHUR, TEXAS FOR THE RECONSTRUCTION OF THE BABE ZAHARIAS GOLF COURSE PUMP STATION BUILDING DESTROYED BY HURRICANE IKE FOR THE AMOUNT OF $38,900; FUNDING BEING AVAILABLE IN PROJECT IKEBZ, 121-2300-901.59-00 WHEREAS, the storm surge from Hurricane Ike destroyed the drainage pump station at the Babe Zaharias Golf Course; and, WHEREAS, the City advertised in the Port Arthur News on OS March 2009 and on 15 March 2009 for the construction of a new pump station building at the Babe Zaharias Golf Course; and, WHEREAS, three (3) bids were received and opened on 25 March 2009 for the above referenced Contract and have been evaluated by Public Works and Purchasing (see Exhibit "A'~; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the City Manager is hereby authorized to execute an agreement with SKR Construction of Port Arthur, Texas (attached as Exhibit "B'~ for the construction of a new pump station building at the Babe Zaharias Golf Course destroyed by Hurricane Ike for the lump sum amount of $38,900, funding being available in Project IKEBZ, 121-2300-901.59-00; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. P.R. 15192 Page 2 READ, ADOPTED, AND APPROVED this the _ day of , A.D. 2009 at meeting of the City of Port Arthur, Texas by the following vote: AYES: Mayor. Councilmembers: Mayor ATTEST: City Secretary A~PP~R~OQVED AS TO FORM: vv.'s City Attorney ~~ ~a.2~ APPROVED FOR ADMINISTRATION: Stephen B. Fitzgibbons City Manager Ross E. Blackketter, P.E. Director of Public Works APPROVED AS TO AVAILABILITY FUNDS: e___. Rebecca Underhill, CPA As~syiJs/t/a/n,'t City Manager/Administration SCI i l i c~.~-.~~ Shawna Tubbs Purchasing Manager Z:\engineer\Documents\Resol utions\PR15192 EXHIBIT A CITY OF PORT ARTHUli TEXAS I3id Tabulation Reconstruction of the Babe Zaharias Golf Course Pump Station At 3500 Jimmy Johnson Blvd.; Port Arthur, TX Rid Opening Date: March Z5, 2009 Names of Bidders DSclt Commercial Emericon Builders Construction Svcs SKR Construction 1 ~ Lwnber Structw•e ~ No bid Option 2 ~ Met it Structure I x41 793.60 ~ $ 35 I 30 ~ 45 Number of Jays to complete CA I Lumbcrfm~ TX ~ Port Arthur, TX !; i i j , 1- ' /? Shawna Tubbs, Purchasing Manager 3/~ ~~`l llate Page 1 of I EXHIBIT 6 CONSTRUCTION SERVICES AGREEMENT Construction of the Babe Zaharias Golf Course Pump Station Building THIS AGREEMENT, made this the of April 2009, by and between the Ciry of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and SKR 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: 1. 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 45 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 wilt 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. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the LUMP SUM cost of $38,900 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\SKR-BZ Pump Stn.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: SKR CONSTRUCTION Jose I. Sanchez, Owner Z:\engineer\Documents\Contracts\SKR-BZ Pump Stn.doc 2 DELORIS "BOBBIE" PRINCE, MAYOR JACK CHATMAN, JR., MAYOR PRO TEM COUNCIL MEMBERS: ELIZABETH "LiZ" SEGLER MORRIS ALBRIGHT, III bIARTL~ FLOOD JOHN BEARD, JR. ROBERT E. WILLIAMSON D. KAY WISE THOMAS J. HENDERSON ort rt1 hu~ Texas INVITATION TO BID STEPHEN FITZGIBBONS C[TY MANAGER TERRIHANKS ACTING CITY SECRETARY MARK T. SOKOLOW CITY ATTORNEY March 9, 2009 Vendors: Sealed Bids, subject to the General Instructions, Conditions and Specifications, as provided w111 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 25 2009 at the City Secretary's Office and all bids received will thereafter be opened and read aloud at 3:15 ... .... ar..,.,.r, ~c ~nno :., the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for the RECONSTRUCTION OF PUMP STATION AT THE BABE ZAHARIAS GOLF COURSE ON 3500 JIMiViY JOHNSON BLVD, 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 CONTRACT. MARK ENVELOPE: GOLF COURSE PUMP STATION 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 77641-1089.409!983-8ll5•FAX 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 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 of Port Arthur. Sincere"y, G~'~~~VL ! „n 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 bidden for the RECONSTRUCTION OF PUMP STATION will be held at the Babe Zachariah Golf Course which is located at 300 Jimmy Johnson Blvd., Port Arthur, Texas on March 19, 2009 at l :00 p.m. The purpose of the Mandato 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 Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. Page 3 of 16 CITY OF PORT ARTHUR GENERAL INFORMATION: 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: RECONSTRUCTION OF PUMP STATION AT THE BABE ZAHARIAS GOLF COURSE ON 3500 JIMMY JOHNSON BLVD, 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 25. 2009. Bids received after the closing time specified will be returned to the 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 awazd. 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, 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 ail 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 S% of the lowest bid price. 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, m accordance with Vernon's Texas Code Annotated, Luca] 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 award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not 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 FIllE t;UJitrr.~J r nr+i ~L~-~•-~ -__~ __- - 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 govermnents 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: I. Agreement 2. Advertisement for Bids 3. Addenda 4. General Information 5. 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 aze to be F.O.B., City of Port Arthur, Port Arthur, Texas 77640 INCORPORATION OF PROVISIONS REQUIRED BYLAW: 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~Y~ CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in aceordance 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 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 Qnestions 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 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 terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifreen (I S) 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 paragraph 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 yeazs 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. 6. 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 Pale 8 of 16 INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 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 $500,000 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, c. Minimum aggregate policy year limit of $1,000,000 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 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 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. Page 9 of 16 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 fifreen (15) days prior written notice has been given 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 event 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 Dollazs (525,000.00), 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 OWi_VER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreementbetween OWNER and CONTRACTOR. If Notice CELL 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 16 PORT ARTHUR PUBLIC WORKS DEPARTMENT SCOPE OF WORK FOR THE RECONSTRUCTION OF THE BABE ZAHARIAS GOLF COURSE PUMP STATION AT 3500 JIMMY JOHNSON BLVD IN PORT ARTHUR, TEXAS This bid requires optional quotes for lumber and metal structures meeting the 120 MPH Windstorm Specifications. Construction 1.0 Demolish and remove all existing structure. Ensure all electrical fixtures are disconnected. Existing slab and walkway will remain. Contractor is responsible for disposal of al] demolished material and to pay required landfill tipping fees. 2.0 Construct pump shed according to the standard building codes for lumber or metal structures and according to the dimensions given by the City of Port Arthur, Texas. 3.Oa Wood Structure Option: All lumber to be commercial grade, treated material with appropriate galvanized hazdware and painted brown. 3.06 Metal Structure Option: Metal to be galvanized with exterior sheet metal painted white. 4.0 Minimum size door shall be 36 inches wide and 84 inches tall. 5.0 Install louvers in accordance with the standard building codes per squaze footage. 6.0 Insta116'x6' roof hatch if constructing with metal building according to the dimensions given by the City of Port Arthur. 7.0 Contractor to provide windstorm certificate. Electrical 8.0 There shall be two (2) 150 hp motors to rewire. These motors will be furnished by the Ciry of Port Arthur. 9.0 There shall be new HOA (hands off automatic) selector switch(s), start and stop switches, new float switches with high and low level alarm and new NEMA 3r panels, one for each motor. 10.0 There shall be a new 7 '/~ KVA 480/120/240 volt transformer for lighting, receptacle and 120 volt control wiring. Page 11 of 16 Electrical (continued) 1 I.0 Install new bell and red or yellow alarm light for level indicator. 12.0 Repair existing primary conduit and all secondary conduits. 13.0 The voltage for the motors is 480 volts. 14.0 Install one (1) high pressure sodium security light on outside of building and (1) GFCI with weather proof cover and switch with weather proof cover on inside of building. 15.0 Remove all existing CT can, motor starter panels, conduits. 16.0 The use of seal-rite conduit must not exceeds 6' in length and must be used for connections to motors. 17.0 Proper bonding and grounding per NEC all panels, transformers and ground building steel per NEC codes. 18.0 If metal building is used then proper grounding of metal building will be required. Notes: The equipment that exists must be totally removed to have access for the new building to be installed. Only written changes to these specifications will be allowed. No verbal changes will be allowed. Should you have any questions please feel free to contact Butch Haas at (409) 728-8089 for electrical or Brian Lithincum at (409) 983-8524 about the structure. Page 12 of 16 CITY OF PORT ARTHUR BID PROPOSAL DATE: March 25, 2009 Bid Proposal For: THE RECONSTRUCTION OF THE BABE ZAHARIAS GOLF COURSE PUMP STATION AT 3500 JIMMY JOHNSON BLVD., PORT ARTHUR, TEXAS The undersigned ,doing business in the City/Town of submits herewith, in conformity with the General Instructions, Conditions, and Specifications for the following Bid: OUTLINE OF BID DATA: DESCRIPTION COST RECONSTRUCTION OF BABE ZAHARIAS PUMP STATION Option I -Lumber Structure ~. Option 2 -Metal Structure ~. Work will be complete in calendar days Receipt of addenda is acknowledged: No. I Dated COMPANY NAME SIGNATURE OF BIDDER (PRINT OR TYPE NAME) TITLE Received STREET ADDRESS PO. BOX CITY STATE ZIP AREA CODE TELEPHONE NO Page 13 of 16 BID OPENING DATE: March 25.2009 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 ADDRESS CITY/STATE/ZIP SEND PURCHASE ORDER TO: COMPANY ADDRESS CITY/STATE/ZIP TAX IDENTIFICATION NUMBER Page 14 of 16 AFFIDAVIT All pages in the offerors 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. 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: TITLE ADDRESS CITYJSTATE/ZIP TELEPHONE NUMBER SIGNATURE STATE COUNTY SUBSCRIBED AND SWORA~ to before me by the above named on this the day of , Z~ Notary Public RETURN THIS AFFIDAVIT AS PART OF TIME BID PROPOSAL Page ] 5 of 16 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity made to the law by H.B. Phis 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). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7'" 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, Loca] Govermnent Code. An offense under this section is a Class C misdemeanor. - - 1. Name of person who has a business relationship with local governmental entity. _ ....a.,.o ... ., ..~nv:nucly filed uuestionnaire. L. ^ (,neCK fors UUw uyou me uus .... ..~......_---~--~----~ (The law requires [hat you file an updated completed questionnaire with the appropriate filing authority not later than T" business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of local a government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.00] (L-a), Local Government Code. Attach additional pages to this 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 questionnaire? Yes ~ No B. Is the filer of the questionnare receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? - Yes ~ No C, is the 51er of this questionnaire employed by a corporation or other ^ Yes ^ No D. Describe each em ]ovment or business relationshi with thelocal ovemment officer names m mts secuun. 4. Sienature of person doing business with the governmental entity Date Page 16 of 16 CITY OF PORT ARTHUR, TEXAS ADDENDUM NO.ONE (I) DATE: MARCH 20, 2009 PUBLIC WORKS DEPARTMENT Bid Proposal For: Reconstruction of the Ciry of Port Arthur Golf Course Pump Stations in Port Arthur, Texas 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 SUBMISSION OF THEIR BID. 1. Install 2 ea. 3' hollow metal doors. 2. Place Interlocking Panel (R-Panel) metal roof on wood frame structwe. 3. Use Oriented Strand Board (OSB) for wrap with 4' x 8' Exterior Hardy Board for siding. 4. Louvers are to be commercial grade. S. Doors must have a double locking system (dead bolt and knob) and pad lock. 6. Exterior color of the Golf Course Pump Station shall be a "brownish" color relative to the color of the neighboring apartment buildings. 7. Item 14 shall be changed to two (2} lights, one (1) outside and one (1) inside. 8. The two (2) motor starters and breakers shall be salvaged and delivered to the City's electrical warehouse, by the contractor, to 320 Austin Avenue. Contact Butch Haas for delivery coordination. 9. The City of Port Arthur will be responsible for the "dress-up" along the golf cart travel way used by the contractor. Notes: • Should you have any questions please feel free to contact Butch Haas, (409) 728-8089 for electrical or Brian Linthicum at (409) 983-8524 about the structure. Shawna Tubbs, Purchasing Manager Page 1 of 1 cry fi ~ CITY OF PORT ARTHUR, TEXAS ADDENDUM NO. TWO (2) re~~ :DATE: MARCH 24, 2009 PUBLIC WORKS DEPARTMENT Bid Proposal For: Reconstruction of the City of Port Arthur Golf Course Pump Station in Port Arthur, Texas 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 BH)DERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Replace #7 on the Addendum #1 with the following changes: 1. Item 14 shalt be changed to two (2) lights; 1-70 watt HPS wall pack for the outside and 1-70 watt HPS canopy type light switch operated for the inside. Notes: • Should you have any questions please feel free to contact Butch Haas, (409) 728-8089 for electrical or Brian Linthicum at (409) 983-8524 about the structure. r ~~ Shawna Tubbs, urchasing Manager Page 1 of t CITY OF PORT ARTHUR BID PROPOSAL DATE: March 25.2009 Bid Proposal For: THE RECONSTRUCTION OF THE BABE ZAHARL~S GOLF COURSE PUD4P STATION AT 3500 JIi\4~IY" JOHNSON BLVD., PORT ARTHUR, TE~~S The undersigned J~ ;doing business in the City/Town of (~C' C ~ ~ t ~ "~-`~~ ' submits herewrith, in conformity with the General Instructions, Conditions, and Specifications for the following Bid: OUTLNE. OF BID DATA: DESCRIPTION COST RECONSTRUCTION OF BABE ZAHARIAS PUD~IP STATION Option 1 -Lumber Structure ~ ~ $_-_~ Option 2 - Nletal Structure ~~~ Work will be complete in `-I J calendar days Receipt of addenda is acknowledged: No. 1 Dated ~j _ 20 ~ ~ Received ~ 'a ~ U 6 ~k~~~ ~-S~C l ~~,~-~ ~ 1 ~ ZCO ~ ~o r~~ _~ COMPANY NAME STREET ADDRESS -----~~ SIGYATURE OF IDDER PO. BOX PRINT OR TYPE NAME) TITLE I~~ ~~ ~~~~~~ ~~ ~1~~ CITY STATE ZIP ~~g ~`g~1~-o~r~~ AREA CODE TELEPHONE N0. Paee 13 of 16 BID OPENING DATE: March 3S. 2009 CITY OF PORT ARTHUR NSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ,ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REit~IIT PAYMENT TO: CObIPANY ADDRESS CITY/STATE!ZIP SEND PURCHASE ORDER TO: COMPAi~l~ ADDRESS CITY"/STATE/ZIP TAX IDENTIFICATION NUMBER +~ ~~~ ~~~ZG ~'~" ~, (``~ tom, ~~~ : ~~~~ ~ Page 14 of 16 U ~~ ~7G~~ 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: _~ hereby certify that I do not have outstanding debts with the City of Pori 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 pa;/ 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 entei into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. NAME OF OFFEROR: I~ Cl C O ~ ~ 'lid .'~Jl~ TITLE ~ ~ ~ 1;r~.~~~ ADDRESS CITY/STATE/ZIP' ~~ TELEPHONE NUMBER ~(~~~ ~~ Z `a ~' ~, SIGNATURE STATE COUNTY SUBSCRIBED AND S`V ORN to before me by the above named on this the day of , 20 Notarv Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Pale 15 of 16 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ I For Vendor or other person doing business with local governmental entity ~ This questionnaire reflects changes made to the law by H.B. 1491, 80°' Leo., Regulaz 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.C06 (a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7`s 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. .4 person commits an otfense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. 2. ^ Check this bos if you are 51ing an update to a previously filed questionnaire. (The law requi; es that you file an updated completed queshonnaire with the appropriate filing authority not later than 7`° business day aRer the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of local a government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1-a), Local Government Code. Attach additional pages to this 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 questionnaire? 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 employment or business relationship with the 4. business with the named in this section. Date Page 16 of 16