HomeMy WebLinkAboutPR 15193: EMERICON BUILDERS - RECONSTRUCT THE LANDFILL 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. #15193 -Approve Contract with Emericon Builders for Reconstruction of
the Landfill Pump Station
DATE O1 April 2009
RECOMMENDATION:
I recommend that the City Council approve Proposed Resolution No. 15193, approving a
contract with Emericon Builders of Brea, California for Reconstruction of the Landfill Pump
Station for the lump sum amount of $8,690.50.
BACKGROUND:
The drainage pump station building at the City landfill 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 Emericon Builders determined to be the lowest, most responsible bid.
BUDGETARY/FISCAL EFFECT:
Funding is available in Project IKELF 121-2300-901.59-00.
EMPLOYEE/STAFF EFFECT:
None.
SUMMARY
I recommend that the City Council approve Proposed Resolution No. 15193, approving a
contract with Emericon Builders of Brea, California for Reconstruction of the Landfill Pump
Station for the lump sum amount of $8,690.50.
L
Ross E. Blackketter, .E.
Director of Public Works
REB/reb
Z:\engineer\documents\CAMS\Emericon - LF Pump Bldg.doc
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
EXECUTE AN AGREEMENT WITH EMERICON BUILDERS OF
BREA, CALIFORNIA FOR THE RECONSTRUCTION OF THE
LANDFILL PUMP STATION BUILDING DESTROYED BY
HURRICANE IKE FOR THE AMOUNT OF $8,690.50; FUNDING
BEING AVAILABLE IN PROJECT IKELF, 121-2300-901.59-00
WHEREAS, the storm surge from Hurricane Ike destroyed the drainage pump station at
P.R. 15193
04/01/09 reb
the landfill; and,
WHEREAS, the City advertised in the Port Arthur News on 08 March 2009 and on 15
March 2009 for the construction of a new pump station building at the landfill; and,
WHEREAS, three (3) bids were received and opened on 25 March 2009 for the above
referenced Contrail 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 Emericon
Builders of Brea, California (attached as Exhibit "B'~ for the construction of a new pump station
building at the landfill destroyed by Hurricane Ike for the lump sum amount of $8,690.50,
funding being available in Project IKELF, 121-2300-901.59-00; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City
Council.
READ, ADOPTED, AND APPROVED this the _ day of , A.D. 2009 at
a
AYES:
Councilmem
meeting of the City of Port Arthur, Texas by the following vote:
Mayor
P.R. 15193
Page 2
Mayor
ATTEST:
City Secretary
APPROVED AS TO FORM:
~~
City Attorney ~ B,y~ `"-"~( ~y 1
APPROVED FOR ADMINISTRATION:
Stephen B. Fitrgibbons
City Manager
/ ~-pyCi f..-~
Ross E. Blackketter, P.E.
Director of Public Works
APPROVED AS TO AVAILABILITY
FUNDS:
Rebecca Underhill, CPA
Assistan City Manager/Administration
{ Y
awna Tubbs
Purchasing Manager
Z: \engineer\Docu me nts\Resol uti o n s\PR 15193
EXHIBIT A
CITY OF PORT AI2T'I-IUR TEXAS
Bid Tabulation
Reconstruction of the City of Port Arthur
Landoll Pump Station Building at
4732 West SI 73, Port Arthur, TX
Bid Opening Date: March 25, 2009
Names of Bidders
Descri ~tion
Emericon Builders D&R Commercial
Construction Svcs
SiCR Construction
O lion 1 ~ Lumber Structure No bid $15,850.00 $9,200.00
O lion 2 ~ Metal Structure $8,690.50 $14,750.00 $9,800.00
Number of da s to com lete 3.5 21 20
Location Brea, CA Lumberton, TX Port Arthur, TX
Shawna Tubbs, Purchasing Manager
~~~~ ~~n
Date
Page L of I
EXHIBIT B
CONSTRUCTION SERVICES AGREEMENT
Construction of the Landfill Pump Station Building
THIS AGREEMENT, made this the of Aoril 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
Emericon Builders 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 35 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.
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 X8,690.50
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) Specifcations
6) Bid
7) Notice to Proceed
Z:\engineer\Documents\Contracts\Emericon-LF 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 ofFcials, 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 20D9.
OWNER:
CITY OF PORT ARTHUR
Stephen B. Fitzgibbons, City Manager
Signed on the day of April 2009.
CONTRACTOR:
EMERICON BUILDERS
James Green, Construction Manager
Z:\engineer\Documents\Contracts\Emericon-LF Pump Stn.doc 2
DELORIS "BOBBIE" PRINCE, MAYOR
JACK CHATMAN, JR, MAYOR PRO TEM
COUNCIL MEMBERS:
ELIZABETH "LIZ" SEGLER
MORRIS ALBRIGHT, III
MARTIN FLOOD
JOHN BEARD, JR.
ROBERT E. WILLIAMSON
D. KAY WISE
THOMAS J. HENDERSON
INVITATION TO BID
Vendors:
STEPHEN FITZGIBBONS
CITY MANAGER
TERRI HANKS
ACTING CITY SECRETARY
MARK T. SOKOLOW
CITY ATTOILNEY
Mazch 9 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 25 2009 at the Citv
Secretary's Office and all bids received will thereafter be opened and read aloud at 3:15
p m on March 25 2009 in the City Council Chambers, 5th Floor, City Hall, Port
Arthur, Texas for the following:
RECONSTRUCTION OF PUMP STATION BUILDING AT THE CITY OF PORT
ARTHUR LANDFILL AT 4732 WEST SH 73, 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 HAVNG THE AUTHORITY TO BIND THE FIRM IN A
CONTRACT.
MARK ENVELOPE: CITY LANDFILL PUMP STATION
Sealed Bids shall be submitted:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY CITY SECRETARY
P. O. BOX 1089 444 4TH STREET
PORT ARTHUR, TX 77641-1089 PORT ARTHUR, TX 77640
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY OFFICE BEFORE
OPENING DATE AND TIME.
Page ] of 1 S
P.O. BOX 1089•PORT ARTHUR, TEXAS 77641-1089.4091983-8] IS~FAX 4091983-8128
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.
Sincere y,
Ca~-fec~`~~C~~~~
Shawna Tubbs
Purchasing Manager
Page 2 of 15
MANDATORY
PRE-BID CONFERENCE
A Mandatory Pre-Bid Conference between Representatives of the City of Port
Arthur, Texas and prospective bidders for the RECONSTRUCTION OF PUMP
STATION BUILDING will be held at the City of Port Arthur Landfill which is located
at 4732 West SH 73, Port Arthur, Texas on Mazch 19, 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 clazify 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 15
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 furnishing:
RECONSTRUCTION OF PUMP STATION BUILDING AT THE CITY OF
PORTARTHUR LANDFILL ON 4732 WEST SH 73, PORT ARTHUR, TEXAS
Bids must be in a sealed envelope addressed to the City Secretazy, City of Port Arthur,
P.O. Box 1089, Port Arthur, Texas 77641. Bids shall be received no later than 3:00 P. M.
Mazch 25 2009. Bids received after the closing time sped&ed 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. 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 awazd 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 [ 5
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid"
and Proposal" shall be equivalent.
Bidders aze 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, m
accordance with Vemons Texas Code Annotated, Local Government Code Title 5,
Subtitle C, Chapter 171.
ETHICS: The bidder shall not offer or accept gigs 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 PROSPECTIVtEy BIDDoERective
prospective bidder must affirmatively demonstrate bidder's responsibili A p p
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 award 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 are known to have received a
copy of the ITB. Offeror's shall acknowledge receipt of all addenda.
BONA N'1LL' tsuJUVC.~o ,,,~., ~.~,~~_,._.. _-- --
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 ~ of IS
PURCHASE ORDER: A pwchase order(s) shall be generated by the City of Port Arthw
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 Arthw, 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 Arthw•
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 Arthw, 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 asswe compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of
Ordinances prohibits the Crty from grantrng any license, privilege or paying money to
any-one awing 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.
2.
3.
4.
5.
6.
7.
8
Agreement
Advertisement for Bids
Addenda
General Information
Specifications
Bid
Notice of Award
Notice to Proceed
Page 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 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 furnish all supplies and materials, machinery,
equipment, facilities and means, except as herein otherwise expressly specified,
necessary or proper to perform and complete all the work required by this Contract, in
accordance with the provisions of this Contract and said specifications.
The appazent silence of these specifications as to any detail or to the appazent omission
from it of a detailed description concerning any point shall be regarded as meaning that
only the best commercial practices aze 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 Ciry 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 VI 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 IS
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 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
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. Largest 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 award.
6. Other companies that you contracted with. must
7. If a company wants to receive the award for more than one group, the company
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 execut workgncluded in thisnContract
contractor or permit any sub-contractor to perform any
until he has received from the City of Port Arthur written approval of such agreement
Page8of15
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
maybe liable, of the following types and limits
1. 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 pee 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.
2. 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 aze provided, minimum limitand $00,000 pert
person, $500,000 per occurrence for bodily injury
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 al] other things necessary to complete and make into valid certl f ttie work andance
and pertaining to the above listed items, and before commencing any
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 shou]d 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 ($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 8:00 a.m. to 5:00 p.m. so that the City will be able
to contact the contractor.
i Page 10 of 15
PORT ARTHUR PUBLIC WORKS DEPARTMENT
SCOPE OF WORK FOR THE RECONSTRUCTION OF THE CITY OF PORT
ARTHUR LANDFILL PUMP STATION BUILDING AT 4732 WEST SH 73 IN
PORT ARTHUR, TEXAS
This bid requires optional quotes for lumber and metal structures meeting the 120
MPH Windstorm Specifications.
Construction
I.0 Demolish and remove all existing structure. Existing slab will remain.
Contractor is responsible for disposal of all demolished material and to pay
required landfill tipping fees.
2.0 Construct pump shed according to the standazd 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 hardware.
3.Ob Metal Structure Option: Metal to be galvanized with exterior sheet metal painted
white.
4.0 Minimum size door shall be 36 inches and 84 inches tall.
5.0 Install louvers in accordance with the standard building codes per square footage.
6.0 Insta116'x6' roof hatch according to the dimensions given by the City of Port
Arthur.
7.0 There shall be one motor to install. This item will be famished by the City of Port
Arthur.
8.0 Contractor to provide windstorm certificate.
Notes:
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 Brian Linthicum at
(409) 983-8524.
Page 71 of 15
CTTY OF PORT ARTHUR
BID PROPOSAL
DATE: March 25, 2009
Bid Proposal For: THE RECONSTRUCTION OF THE CITY OF PORT ARTHUR
LANDFILL PUMP STATION BUILDING AT 4732 WEST SH 73, PORT
pRTHUR,TEXAS
The undersigned
doing
business in the City/Town of ~/7 R f / (I2T h-~~ ~ i ~'e '
submits herewith, in conformity with the General Instructions, Conditions, and
Specifications for the following Bid:
OUTLINE OF BID DATA:
DESCRIPTION
COST
RECONSTRUCTION OF CITY OF PORT ARTHUR LANDFILL PUMP
STATION BUII,DING
Optio^ I -Lumber Structure ~ Q q SO
Option 2 -Metal Structure $ " ~O / Q '
Work will be complete in ~ `~ calendar days.
Receipt of addenda is acknowledged:
No. 1 Dated
Received
,~Mer~ coy Qom-, Ga~~=~s 3~ y0 5~~~ p,+1 ~~' ~ ~.;t~ Sao
COMPANY NAME STREET ADDRESS
~~+ rl.
SIGiVATURE OF BIDDER
I n .ti, r r l /ZEL/"
(PRINT OR TYPE NAME)
TITLE
PO. BOX
CITY STATE ZIP
7l3 3~ l~ - 3 y,~'2
AREA CODE TELEPHONE NO.
Page 12 of IS
BID OPENING DATE: March 25.2009
CITY OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
Bidders aze requested to fiunish their complete REMIT TO ADDRESS and
TAX IDENTIFICATION NiJMBER as indicated below:
REMIT PAYMENT TO:
COMPANY
ADDRESS
CITY/STATEJZIP
SEND PURCHASE ORDER TO:
COMPANY ~/~1 Y p-Jf Y) ~ ,O Et;'~L
~,' - i ~~
ADDRESS
CITY/STATE/ZIP ~I'c.~r/~' (~n-1 i'f"f%~r'
TAX IDENTIFICATION NUMBER 3 3- o ~ 5 2 3 1 3
Page 13 of 15
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 ugdersigned 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: ~ A-/h " t r'~% t=~'
TITLE ~~~ u G ~`% ~~ 1 ~~~5 L~
ADDRESS i ~ 7 ~ 3 ~Ll>'l l ~~ ~ -
CITY/STATElZIP IJrY~/ +~~'-~ ~'~
TELEPHONE NUMBER 71 ~ ' 3 ~ ~ ~~ y~ Z
SIGNATURE
STATE
COUNTY'
SUBSCRIBED Ai~ID SWORN to before me by the above named
on this the
day of ~ 20
Notary Public
RETURhi THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 14 of 15
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 H.B. 1491, 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'oy Section 176.001 (1-a) with a local governmental entity and the person meets requirements under Section
176.006 (a).
By law [his questionnaire must be filed with the records administrator of the local governmental 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 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 box if you are filing an update [o a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than
7`° 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 176.001 (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 [he 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 ftler of this questionnaire employed by a corporation or other
^ Yes ^ No
D. Describe each em to went or business relationshi with the local ovemment officer named in this section.
4.
c:..........e ,.t..e.,.,.~ ,~,.;..~ 1,,,~;oa« wirh rhr onvernm ental entity Date
Page 15 of 15