HomeMy WebLinkAboutPR 15281: RAISING & REHAB OF EXISTING CONCRETE SLABSCITY OF PORT ARTHUR
PUBLIC WORKS DEPARTMENT
TO: Stephen B. Fitrgibbons, City Manager
FROM: Ross E. Blackketter, P.E., Director of Public Works
SUBJECT: P.R. #15281- Raising and Rehab of Ex. Concrete Slabs
DATE: May 19, 2009
RECOMMENDATION:
It is recommended that the City Council approve Proposed Resolution No. 15281, awarding
a bid and authorizing the execution of a One (1) Year Contract for Raising and
Rehabilitation of Existing Concrete Slabs to Concrete Raising Corporation of Houston,
Texas. This contract will be awarded on a UNIT COST BASIS as listed below and will be
utilized for various City and CDBG funded street projects.
BACKGROUND:
This is an annual contract for the Raising and Rehabilitation of Existing Concrete Slabs.
This will be the fourth year that Public Works has utilized this service.
Bids were advertised in the Port Arthur News on March 29 2009 and April 5, 2009. Bids
were received and opened on April 15, 2009, with two (2) bids being received for said
contract as follows:
Concrete Raisin Cor oration Houston, Texas
No. ITEM UNIT 2008 2009
Prices Prices Difference
1. Raising of Curb Line LF $17.85 $18.75 5.0%
2. Raising of Other than Curb Line SF $2.80 $2.89 3.2%
Superior Grouting Services, Inc., Houston, Texas
No. ITEM UNIT 2008
Prices 2009
Prices
Difference
1. Raising of Curb Line LF $19.50 $18.30 - 6.2%
2. Raising of Other than Curb Line SF $3.25 $3.05 - 6.2%
The lower price of Concrete Raising Corporation for "raising of other than curb line" greatly
outweighs the lower price of Superior Grouting for"raising of curb line" because the normal
project includes far more slab area than feet of curb line. Accordingly, Concrete Raising
Corporation is being recommended for this service. The City had a good experience with
this contractor and found them to be very qualified. This bid was reviewed by the Public
Works and Purchasing staff and found to be the fair market value for this service.
Z:\engineer\Documents\Concrete Raising\CAM-08.doc
BUDGETARY/FISCAL EFFECT:
Funds are provided in the Streets Division Budget, Accounts No. 001-1203-531.36/86 and
in the CDBG street project accounts.
STAFFING/EMPLOYEE EFFECT:
Acceptaneeof this recommendation will provide greater flexibility to the Streets Division for
the repair of various roadway problems throughout the City.
SUMMARY:
It is recommended that the City Council approve Proposed Resolution No. 15281,
authorizing a One (1) Year Contract for Raising and Rehabilitation of Existing Concrete
Slabs to Concrete Raising Corporation on a UNIT COST BASIS. The prices bid are
reflective of the costs for this service.
Ross E. Blackketter, P.E.
Director of Public Works
REB/reb
Z:\engineer\Documents\Concrete Raising\CAM-08.doc
P.R. No. 15281
05/18/09 reb
RESOLUTION NO.
A RESOLUTION AWARDING A BID AND AUTHORIZING THE
EXECUTION OF A ONE (1) YEAR CONTRACT BETWEEN THE CITY
OF SORT ARTHUR AND-GONGRETE RAISING CORP-ORATION OF
HOUSTON, TEXAS FOR RAISING AND REHABILITATION OF
EXISTING CONCRETE SLABS ON A UNIT COST BASIS FOR
VARIOUS CITY FUNDED AND CDBG GRANT FUNDED STREET
PROJECTS; PROPOSED FUNDING: STREET DIVISION ACCOUNT
NO. 001-1203-531.36/86 AND CDBG STREET PROJECT
ACCOUNTS.
WHEREAS, periodically the City requires the services of a contractor to
rehabilitate or raise existing concrete slabs for various projects; and,
WHEREAS, the City advertised in the Port Arthur News on March 29, 2009 and
on April 5, 2009 for said services; and,
WHEREAS, two (2) bids were received and opened on April 15, 2009 for the
above referenced Contract and has been evaluated by the Public Works and Purchasing
staff; 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 bid for a one
(1) year contract for raising and rehabilitation of existing concrete slabs to the lowest
responsible bidder, to wit: Concrete Raising Corporation of Houston, Texas as shown
on Exhibit "A", attached hereto and made a part hereof; and,
THAT the Mayor and City Manager of the City of Port Arthur are hereby
authorized and directed to execute on behalf of the City, a Contract between the
P.R. No. 15281
Page 2
City of Port Arthur and Concrete Raising Corporation for a one (1) year contract for the
above referenced services at various locations in the City of Port Arthur, Texas; and,
THAT the contract is avuarded on a U~E~ O®~T ~A:~I~, as shown on Exhibit
"S" attached in part hereto and made a part hereof by reference, a complete copy of
which is available for review in the office of the City Secretary; ard,
SkAT said Contract is an exact duplicate of a standard form Federally Funded
Construction contract except for the changes described in the Certificate of Standard
Form, a copy of which is attached as Exhibit "C" and is hereby incorporated by
reference, and said changes are here approved; and,
'PF9AT payment bonds will be required if the individual project exceeds $25,000
and performance bonds will be required if the individual project exceeds $100,000 per
Section 2253.021 of the Government Code; and,
TFlAT, Concrete Raising Corporation of Houston, Texas shall sign this resolution
agreeing to the terms thereof; and,
TFIAT, 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 meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
P.R. No. 15281
Page 3
Noes:
Mayor
Attest:
City Secretary
APPROVED AS TO FORM:
/`Z~/c ~a~""i
City Attorney
APPROVED FOR ADMINISTRATION:
Stephen B. Fitrgibbons
City Manager
~~'-en-c--- ~tG~
Ross E. Blackketter, P.E.
Director of Public Works
ROVED AS TO AVAILABILITY OF FUNDS:
Deborah Echols, CPA
Director of Finance
AGREED T0:
Concrete Raising Corporation
Shawna Tubbs
Purchasing Manager
Z:\engineer\Documents\Concrete Raising\PR15281.doc
X I I
CITY OF PORT ARTHUR TEXAS
Bid Tabulation
Public Works
Raising & Rehabilitation of Existing Concrete Slabs
Port Arthur, TX
Bid Opening Date: Apri115, 2009
C?
Names of Bidders
Descri lion Su erior Groutin Svcs, Inc. Concrete Raisin Cor .
Costs Costs
Curb Line Raised $ 18.30 LF $ 18.75 LF
Other Than Curb Line Raised $ 3.05 SF $ 2.89 SF
Warren Terms *See Note Below 1 ear on all work
Location Houston, TX Houston, TX
*To be guaranteed to be free of defects in materials and workmanship for a period of one (1) year from
completion.
~. ~ ~~
Shawna Tubbs, Purchasing Manager
~~e ~nq
Date
Page 1 of, t
CONTRACT FOR RAISING AND REHABILITATION OF EXISTING
CONCRETE SLABS
THIS AGREEMENT, made this 2"d day of June 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
Concrete Raisins Corporation a(n) Corporation herein acting
Individual, firm, partnership, or corporation
by and through Victor Parisian hereinafter called "CONTRACTOR".
WTTNESSETH: That for and in consideration of the payment terms, conditions,
and agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1. The term of this Contract shall be for a term of one year from the date of
execution.
2. 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.
3. The CONTRACTOR agrees to perform all the work described in the
Specifications and Contract Documents and comply with the terms therein
for the prices stated below.
ITEM
Curb Line Raised
Other than Curb Line Raised
4. The term "Contract Documents" means and includes the following:
(A) Agreement
(B) Advertisement for Bids
(C) General Information
(D) Specifications
(E) Bid
(F)
F,S~- Bidder's Information Sheet
-Alet+ee te~aeeed
$18.75/LF
$ 2.89/SF
Z:\engineer\Documents\Concrete Raising\Conc Raising Contract-09.doc Page 1
5. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, administrators, successors, and assigns.
6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be
executed by their duly authorized officials, this Agreement in two (2) copies,
each- of which shall be deemed an original on the date first written above.
OWNER
Concrete Raising Corporation
BY:
BY:
Stephen B. Fitzgibbons
City Manager
Victor Parisian. Vice President
(Printed Name)
Z:\engineer\Documents\Concrete Raising\Conc Raising Contrect-09.doc Page 2
DELORIS "BOBBIE" PRINCE, MAYOR
JACK CHATMAN, JR., MAYOR PRO-TEM
COUNCIL MEMBERS:
ELIZABETH "LIZ" SEGLER
MORRIS ALBRIGHT, HI
MARTIN FLOOD
IOHN BEARD, JR
ROBERT E. WH,LIAMSON
D. KAY W ISE
THOMAS7.HENDERSON
INVITATION TO BID
Vendors:
STEPHEN FITZGIBBONS
CITY MANAGER
TERRI HANKS
ACTING CITY SECRETARY
M.9RK T. SOKOLOW
CITYATTORNEY
March 26, 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 P.M. April 15, 2009 at the City
Secretary Office and all bids received will thereafter be opened and read aloud at
3:15 P.M. on April 15, 2009 in the City Council Chambers, 5th Floor, City Hall, Port
Arthur, Texas for the following:
RAISING AND REHABILITATION OF EXISTING CONCRETE SLABS
BIDS SHALL BE PLACED IN A SEALED ENVELOPE, with the bidder's name and
address in the upper left hand corner 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 Ii 1 A
CONTRACT.
MARK ENVELOPE: CONCRETE SLABS
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 15
P.O. BOX 1089 • PORT ARTHUR, TEXAS 77641-1089 • 409/963-8115 • FAX 409/963-8291
Bids received after the closing time specified will be returned to the bidder unopened.
Award will be made as soon as practicable after opening.
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.
Questions concerning the Technical Suecifications should be directed to Ross
Blackketter, Director of Public Works, (409) 983-8180.
Questions concerning the Bid Packa¢e should be directed to Clifton Williams in the
Purchasing Division at (409) 983-8161.
Sincerely,
11 ~~~~N
C~~.1--t%
Shawna Tubbs
Purchasing Manager
Page 2 of I S
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 fm~nishing: RAISING AND
REHABILITATION OF EXISTING CONCRETE SLAB
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. April 15, 2009. 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 interlineation,
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 awazd if it deems such action to be in
its best interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best
interest of the City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept
such bids as it shall deem to be in the best interests of the City.
4. Awadd 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 3 of 15
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, in
accordance with Vemon's Texas Code Annotated, Local Government Code Title 5,
Subtit]e 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 PROSPECTNE BH)DERS: 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 an•angements 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 FIDE BUSINESS THAT CLAIM IS 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 defmifion 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 4 of 15
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 Dept., P. O. Box 1089, Port Arthur, Texas 77541.
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 bylaw from payment of Texas Sales
Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This ageement 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 aze 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:
Agreement
Advertisement for Bids
Addenda
General Information
Specifications
Bid
Notice of Awazd
Notice to Proceed
Page 5 of 15
QUANTITIES: Quantities shown aze 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 TTB 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
accordance with the provisions of this Contract and said specifications.
The apparent silence of these specifications as to any detail or to the appazent omission
from it of a detailed description concerning any point shall be regazded 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 City of Port Arthur the option of selecting goods which maybe 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 6 of I S
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
fulf 11 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 ofset-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 yeazs 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 cuaently 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 furnish releases or receipts for any or all persons performing
work and supplying material or service to the Contractor, or any sub-contractors for work
under this contract, if this is deemed necessary to protect its interests.
CARE OF 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 orpermit 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 7 of 15
INSURANCE: All insurance must be written by an insurer licensed to conduct business
in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his
own expense, purchase, maintain and keep in force insurance that will protect 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.
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 regardless of contract
amount; and,
a Minimum aggregate policy year limit of $1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of $2,000,000
for contracts in excess of $100,000.
Commercial Automobile Liability Insurance (Including owned, non-
owned and hired vehicles coverage's).
a. Minimum combined single limit of $500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits aze $300,000 per
person, $500,000 per occuaence 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 8 of 15
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.
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 9 of 15
SPECIFICATIONS FOR RAISING AND REHABILITATION
OF EXISTING CONCRETE SLABS
1. GENERAL DESCRIPTION: These specifications detail the methods and
techniques used in raising and rehabilitating settled concrete slabs as described
in the plans, drawhtgs, or by the Engineer. The work shall consist of drilling
holes for the purpose of injecting a cementitious slurry material under concrete
slabs using the Slabjacking method. This method will cause a precise and
controlled lifting of the concrete slab, and in addition, the cementitious slurry
will fill voids underneath the depressed concrete raising the concrete slab to its
original grade. The work will be checked to insure proper pitch and grade. The
drilled holes will be filled and patched. Upon completion of the work, the work
area will be clean of construction repair debris.
2. MATERIALS: The slurry mixture shall consist of a minimum of three hundred
(300) pounds of Type I Portland cement to one cubic yard of high quality
screened sandy loam to produce a cementitious slurry grout. Materials shall'be
mixed on site in a "continuous feed" mixing method assuring consistent and
proper metering of materials.
A. Soil - a fine screened, sand-silt mixture with less than 0.5% organics and
5% clays, with a maximum of 25% and not less than 15% of the fines
passing the No. 200 sieve and 100% passing a #4 screen.
B. Portland Cement - Type I or Type II cement as specified by ASTM C
150.
C. Water -Conform to the requirements of ASTM C 33.
3. PRE-RAISING INSPECTION: The Contractor shall be an expert in the
Slabjacking method. He shall, with the Client, identify the areas in need of
repair and those that are not suitable for repair using this method. Areas to be
repaired will be agreed upon in writing prior to the beginning of any work.
4. INJECTION HOLES: The injection holes shall not be larger than 1'/." in
diameter and the holes shall be no closer than 24" to each other, or 18" to the
edge of the slab. The drill pattern, determined by the Contractor, should be
designed to achieve the proper lift without causing cracking. The holes should
be drilled vertically with enough depth to penetrate the existing concrete base.
Upon completion of the slab raising, the Contractor shall seal each drill hole
flush with the pavement surface with anon-shrink cement grout or other
cementitious grout meeting with the Client's approval.
5. GRADE CONTROL: The Contractor shall provide and use a level, laser, string
line or other approved method to determine the initial and final grades of the
slabs to be raised. The contractor shall submit to the Client for approval a detail
of the areas to be lifted. After grade adjustments are completed, the Contractor
shall determine the final differential elevations of the slab. Final elevations shall
Page 10 of IS
be within '/+" of the elevations proposed and approved. The Contractor shall, at
his own expense, remedy any excessive lifting or uneven concrete that exceeds
the tolerance approved by the Client.
6. BARRICADES AND WARNING DEVICES: All barricades, signs, barriers,
cones and other such devices shall conform to the Texas Manual on Uniform
Traffic Control Devices.
7. MEASUREMENT FOR PAYVIEN~I': Areas for payment shall be measured in
lineal feet of curb line raised. "Areas" of concrete to be raised, other than curb
line, shall be measured in square feet. Areas for payment shall be measured and
agreed upon by the Client and the Contractor prior to commencing the
Slabjacking operation.
8. PAYMENT: Payments shall be made upon completion of the requested work •-
and acceptance by the Client.
9. WARRANTY TERMS: Specify the warranty terms which include the number
of years and the equipment and services protected.
10. CONTRACT: This will be a one year contract.
Page 11 of 1S
CITY OF PORT ARTHUR
BID PROPOSAL
DATE: April 15, 2009
Bid Proposal For: RAISING AND REHABILITATION OF EXISTPz iG
CONCRETE SLABS
The undersigned doing
business in the City/Town of
submits herewith, in confornlity with the General Instructions, Conditions, and
Specifications for the following Bid:
OUTLINE OF BID DATA:
DESCRIPTION COST
CURB LINE RAISED $ LF
OTHER THAN CURB LINE RAISED $ SF
WARRANTY TERMS
Receipt of addenda is aclrnowledged:
No. 1 Dated Received
COMPANY NAME STREET ADDRESS
SIGNATURE OF BIDDER PO. BOX
(PRINT OR TYPE NAME) CITY STATE ZIP
TITLE AREA CODE TELEPHONE NO.
EMAIL
Page 12 of 15
BID OPENING DATE: April 15, 2009
CTI'Y OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
Bidders are requested to fiunish 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 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 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 became 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
CITY/STATE/ZIP
TELEPHONE NUMBER
SIGNATURE
STATE:
COUNTY:
AND SWORN to before me by the above named
on this the
day of , 20
Notary Public
THIS AFFIDAVIT MUST BE RETURNED AS A PART OF YOUR 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., 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 (I-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 governmental entity not later than the T" business
day after the date the person becomes awaze 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 enflty.
2. ~ Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than
7`s business day afrer 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 (I-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 em to ent or business relationshi with the local overnment officer named in this section.
4.
Signature of erson doing business with the governmental entity Date
Page IS of 15
CITY OF PORT ARTHUR
BID PROPOSAL
DATE: April t 5.2009
Bid Proposal For: RAISING AND REHABILITATION OF EXISTING
CONCRETE SLABS pp
The undersigned Co~/e.ebsF /~di3 %r/SK- Co2P~'»°'~ ,doing
business in the City/Town of ~i..6Tm~ % x
submits herewith, in conformity with the General Instructions, Conditions, and
Specifications for the following Bid:
OUTLINE OF BID DATA:
DESCRIPTION COST
CURB LINE RAISED $ f ~ 7~ ~
OTHER THAN CURB LINE RAISED $ 2 • ~ % SF
WARRANTY TERMS ONE / -e •/ ~s..~ W eR/C
Receipt of addenda is acknowledged:
No. ]Dated ~ ~g
Received N ~~"
Co.yc4f >E ~i~isiv~~ (.ae
COMPANY NAME
SP=~i'i1:E~Gu.c`u.~~
SIGN OF BIDDER
~ O / / ~ /~ O £.23 ~os~e
STREET ADDRESS
~,
PO. BOX
UcToR L- ~AR%S"~'`' /yout7'b.tJ~ /ic 7707 = 3/z~'
(PRINT OR TYPE NAME) CITY STATE ZIP
TITLE AREA CODE TELEPHONE NO.
Y~+4Y %S~d w+~ ~Q~-~Ta.V. Ce.+~ .
EMAIL
Page tZ of 15
BID OPENING DATE: Apti115.2009
CITY OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
Bidders aze requested to furnish their complete REMIT TO ADDRESS and
TAX IDENTIFICATION NUMBER as indicated below:
REMIT PAYMENT TO:
COMPANY Co.+c.tl>E /tA/3~~C, Ce.af~w>.'a./
ADDRESS ! o I t ~ YYl e£ 25 K~ .
CITY/STATE/ZIP ~ w6T~z 7x 7?c~73 - 31 Lcj
SEND PURCHASE ORDER TO:
COMPANY Co.ve.Qa>f ~ /`.S_i"'
ADDRESS J c I 1 if /~ot yes K~C -
CITY/sTATE/zIP ~u6-ray, Tx 7 7 0 7s = 3~ Z5.
TAX IDENTIFICATION NUMBER 7(0 - o y 4 `/ Tf7.f.
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 ~ ed offers and agrees to one of the following:
~,~\~}~bY certify that I do not have outstanding debts with the
Clty 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: ylcf~ !, `A ~S~3is.0 _
TITLE V~~L ~,2t~. Dd~
ADDRESS I o r r h' Mo ses
CITY/STATE/ZIP ~~a'~"'i %,~ 97 d7s = a?L~
TELEPHONE NUMBER 7/3- $ /- 1777 ~~27tr-G.i7-Sy`/p
..
SIGNATURE
STATE:
COUNTY:
SUBSCRIBED AND SWORN to before me by the above named
on this the ley
da of q,,,,~ ~ ,206 ,
Public
THIS AFFIDAVIT MUST BE RETURNED AS A PART OF YOUR
PROPOSAL
.... p,RLEtVF`
OSPµY PVC( .
2~ C1
N ~
_9TF OF Z~+.
X8-17-2~~~
.,..
Page 14 of 15
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For Vwdor or other per5oa doing business with local governmental wtity
This questiaanai*P reflects changes made to the law by H.B. 1491, 80 Leg, Regular Session.
This questiomtaire is being filed in accordance with Cllapter 176, Local Government Code by a person who lies a business
relationship as defined by Section 176.001 (1-a) with a Local govemmemal etitity and the person meets requiremems under Sanon
116.006 (a).
Bylaw this queatiomave 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 tegnire the statement to be filed. Sce Sectiaa 176.006, Local Government
Code.
A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under Ibis
cation ~s a Class C misdeme~or. /
Y t s tn~ c
1. Name of person who hoe/~ business rely 'onship with local governmwtsl wtity.
1GTe 2- L • / iti
2. ~ Check this boa if you are filing an update to a previously filed gtiestionnatre-
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than
7'" business day after the date dte originally filed questionnaire becomes inwmplete or inaccurate.)
3. Name of Ioca1 a government officer with whom filer has employmwt ar_ business relationship.
~ ~~
Name~f Officer
'Ibis 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 Satioa 176.001 (1-a), Loral Government Codc. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer gamed in this section receiving or likely to receive taxable itrcomq other than investment
income, from the filer of the questiomaire?
Yes ~ No
B. Is the filer of the questionnaire receiving or Irlccly to receive taxable iacomo, other than investment inwme, from the filer of
the questionnaire? '
Yes ~ N°
C. Is the 51er of this questiomrave employed by a corporation or other
^ Yes ^ No
D. Descn'be each em ent or business relationsbi with the local ovemmem officer named in this section.
~ t _
4. ~'rJ'D
Si lure of rson doin business with the overamental enti Date : r
Page 15 of 15 .
ELI ~T C
(City of Port Arthur)
(Law Department)
(Required Form)
(7Islas) ~ ,
(t a/s/as) ,
(3/15/90)
(p.2 Revised 9/18/90)
CERTlF/GATE OF STANDARD FORM CONK-RACY. FOR LAW
DEPARTMENT REVIEW AND CITY COUNCIL AGENDA '
, ~ I
1 certify that the contract {hereinafter called "said contract') affixed to the attached proposed City Council Resolution
No. S 8 'rs an exact duplicate o1 an applicable standard form contract (ihe title of which is shown below) '
previously approved by the Law department and adopted as a standard form by City Council Resolution, except for the,
blanks that have been lilted in with all necessary information and, except for the changes described below.
The title of the applicable standard form conlrect is
Federally Funded Construction Contract, Revised 1/5/88, 7/89, 8/89
[ ] Non-Federally Funded Construction Contract, Revised 1/5/88, 7/89, 8/89
[ j Federal -Professional Services -Engineering Contract, Revised 1/5188; 5/89 (§10) 7/89/(§8) ,
[ ] Non-Federal -Professional Services -Engineering Contract, Revised 1/5/88, 5/89(§10), 7/89(§8), 4/91
[ ] CDBG -Professional Services -Engineering Contract,-Revised 1/5/88, 5189 (§10), 7/89(§8)
[ ] Federal -Professional Services -Non-Engineering (Consultant) Contract, Revised t/5/88, 5/89(§10), 7/89(§8).
[) Non-Federal -Professional Services -Non-Engineering (Consultant) Contract, Revised 7/5/88, 5/89(§10),
7/89 (§8).
[ ] CDBG -Professional services =Non-Engineering {Consultant) Contract, Revised 1/5/88, 5/89(§t o), 7/89(§8)•
[ ] Other Standard Form conlrect, described as follows:
The changes are as follows: (Put en "X' in the appropriate [ ])
``~`
py None.
/[ ] The following described provisions et the indicated page, section, etc, of the standard form have been deleted
from said contract:
DELETIONS
Page Number
Where
Deleted Provision
Is
Found On Standard Form
Section or Paragraph No.
end Caption.
Which
Contains Provision
Deleted From Form
Subsection or
Subparagraph No.
and Caption
Which Contains Provision
Deleted From Form
Description of
Provision Deleted
(p.2 Revised 9/18/90)
(Certificate of Standard Form Contract, page 2)
(j The following described provisions at the indicated page, section, etc. of the standard form have been altered,
modified, replaced or otherv+ise changed:
ALTERATIONS, MODIFICATfONS, REPLACEMENTS, ETC..,
Page No. § or 11 No. & Caption
Where of
Provision Found Standard Form
on which
Standard Form Contains Provisioh
Sub § or Sub ¶ No.
& Caption
of
Standard Form
which
Contains Provision
bescription
of
Provision
in
Standard Form
Page § & caption
•• sub § & capttoh, etc.'
of said contract
which contains
altered, etc.
provision; &
DescrlpUon of
Alteration etc:
j .The following provisions have been added to Said Contract:
Page, Section and Capifon
Subsectfgn and Caption, efc. of Said Contract Which
Contains the Added Provision and pesctltition Ti7ereof
"I further certify that said attached proposed City Council Resolution contains the following provision:
'That said contract is an exact duplicate of a City Standard Form Contract except for the changes described in the ~
Certificate of Standard Form Contract, a copy of which Is attached hereto as Exhibit "B" and is hereby incorporated by
reference, and said changes are hereby approved.' ,
I understand that this certificate will be relied on by the lsw Department ih reviewing and app'roving (or rejecting)
es to form and by the City Counci! In reviewing and adopting (or rejecting) said Resolutlon.and Contract.
Signed this zy~K day of _ /l`jgy ,yg-~ooq.
,~? ,~ ~ .~
Department Head or