Loading...
HomeMy WebLinkAboutPR 15354: RE-ROOFING ARE ABOVE LOCKER ROOMS - REC/SENIOR CENTERP. R. #-15354 07/06/09 - ca RESOLUTION NO. A RESOLUTION AWARDING A BID TO EMERICON BUILDERS, INC. OF BREA, CALIFORNIA, FOR RE-ROOFING THE AREA ABOVE THE LOCKER ROOMS AT THE RECREATION/SENIOR CENTER FOR AN AMOUNT OF $ 34,825.84. ACCOUNT NO. 121-2300-901.32-00 PROJECT IKEREC WHEREAS, the Recreation/Senior Center suffered damage to the roof as a result of Hurricane Ike; and, WHEREAS, three bids were received on June 24, 2009 for the re-roof of the azea above the locker rooms at the Recreation/Senior Center as delineated in Exhibit "A" attached hereto; and, WHEREAS, Emericon Builders, Inc. of Brea, California submitted the lowest and most responsible bid of $ 34,825.84; now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT the facts and opinions in the preamble aze true and correct; and, THAT the City awazds the bid to Emericon Builders, Inc. of Brea, California to re-roof the azea above the locker rooms at the Recreation/Senior Center, in an amount not to exceed $34,825.84, Project IKEREC Account Number 121-2300-901.32-00, a copy of said contract being attached hereto and made a part hereof as Exhibit "B", is hereby approved; and, THAT payment will not be made until all work is complete and approved by the Pazks and Recreation Department; and, THAT Emericon Builders, Inc. shall provide performance and payment bonds as well as insurance certificates; and, THAT said contract is an exact duplicate of a City Standazd Form Contract except for the changes described in the Certificate of Standazd Form Contract, a copy of which is attached hereto as Exhibit "C," and said changes are hereby approved; and P. R. #-15354 07/06/09 - ca THAT a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED THIS day of , A.D., 2009, at a Regular Meeting of the City Council of the City of Port Arthur, by the following vote: AYES:(Mayor) NOES: MAYOR ATTEST: City Secretary APPROVED AS TO FORM: ~ n .,~ APPROVED AS TO ADMINISTRATION: City Manager Director of Parks and Recreation P. R. #-15354 07/06/09 - ca P OVED AS THE AVAILABILITY OF FUNDS: Director of Finance Purchasing Manager EXHIBIT A ~ , .,~; CI'xY OF PORT ARTHUR HtD PROPU3AL DATE: _.,)ua~ ]~. ~p~ n C D m A R7 7 • ~ ~ O .^.1 ' a m ~ ~ ~ A 8 d t O ~' R 8 0 9 h f/! N 64 V e ~I Q Q ~ ~~CO¢77 fi^ c c o ~ b V ® `` . ~ ° ~~ ~' ~ to w N to o ~ v~ ~n ~ ~+ B w ~ $" ^~ ~C ~ O ~ B Q b 3 ~ ~ ~.. 0 ~ ? ~ ~ r1 m N m R ~ ~E d ~~ A g A .~ q ti i . ?n _ ~ ~~~ a y TT~ OV~yA \J ~1 ~ 1^ ~+~] j c ~ ~~ii ~, «~ C~i p ~~ ~ y d a d x .~ ~ ~ ~ V ~ ~ C 1p Q ~ ~ ~ ~ C O ~ y~~ ~ FBI °z A EXHIBIT B AN AGREEMENT FOR THE RE-ROOFING OF THE AREA ABOVE THE LOCKER ROOMS AT THE RECREATION/SENIOR CENTER BETWEEN THE CITY OF PORT ARTHUR AND EMERICON BUILDERS, INC. THIS AGREEMENT, made this day of , 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. INC. a CORPORATION herein acting by and through James Green hereinafter called "CONTRACTOR" WITNESSETH: That for and in consideration of the payments, terms, conditions, and agreements set forth herein ,OWNER and CONTRACTOR agree as follows: 1. The City can terminate this contract at its convenience, which includes, but is not limited to, funding not being available in any budget cycle with ten (10) days written notice. Any terms and conditions stated in original specifications will apply to any extended periods. 2. The Contractor will perform repair services at Port Arthur Recreation/Senior Center [1308 9~" Avenue, Port Arthur, Texas) for the City of Port Arthur as stated in the Contract Documents. 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 perform the repairs delineated in the bid specifications. The City may at its own discretion elect to purchase materials if it deems such action in its best interest. 4. CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for a price not to exceed $ 34,825.84. 5. CONTRACTOR will ensure the Port Arthur Recreation/Senior Center is free of all debris and ready for City use once all repairs are complete. 6. The Contractor will commence the work required by the Contract Documents on or after receipt of the "Notice to Proceed". The period for completion of the work specified shall be thirty (30) calendar days from the date the Notice to Proceed is signed; however, this contract shall not exceed the maximum end date specified herein without the written permission of the City. The City shall not unduly delay the contractor in the completion of his work. 7. The term "Contract Documents" means and includes the following: 1) Agreement 2) Specifications 3) Bid 4) Notice of Award 5) Notice to Proceed 8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 9. 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 ATTEST day of CITY SECRETARY Signed on the ATTEST day of CITY SECRETARY 2009 CITY OF PORT ARTHUR BY CONTRACTOR BY 2009 CITY OF PORT ARTHUR ADVERTISEMENT FOR BIDS Parks & Recreation Re-roof the Senior Citizen's Recreation Center's Locker Rooms May 31, 2009 June 7, 2009 _ ctrr of RoRT CITY OF PORT ARTHUR, TEXAS ARTHUR,.TEXAS ~ ADVERTISEMENT FOR ADVERTISEMENT FOR BtE36 ' BIDS NOTICE IS .HERESY NOTICE -: IS HEREBY GIVEN . THAT sealed GIVEN ''THAT sealed' Bids, adds®ssed to the Bids; addressed to tha City„~.~ ~~~ ~ Ctty of Port. Arthur, wlli ,pi be received at the Office ~ f'°c~ved of the Clty Secretary, ~ CI ~-ke or P.O.ilB~ 089S Port ~ p !~ ~ ~ r°fary, Arthur, .Texas 77641 no- latehur, Te~ys }?76Q' 1~ °n later than 3:00 P.M., than .3,00 no Wednesday, June. "i7, Q09r-eaday,' -June PM'' 2009 and :all bids re-' calve and all. bids 1T, calved will thereafter be ` d will re• opened and'. read aloud ` °Pened and~efeaffer be ' read orf Wednesday, June ~~ Wedneaday, JUne 17,- 200$ at 3:15 P.M. in the C~ you :15 P.M, in ~ the City Council Cham- hers, 5th Floor, City HaIV, bars, 5th. Floored Charn_ Port Arthur, Texas for car- Port Arthur, Texas rty Nall, tain services briefly de- seribea rvices brie~j r car. scribed as: as: Y de- Re-roof the Senior Re-roof the Senior Citizen's Recreation Chlzen's Recreation Center's. Locker Rooms Center's docker Rooma 'Bids received after clos- Bids received ing time will be returned unoponed.w~ll be fretu ned unopened. A A MANDATORY PRE-BID ` MANDgTOgy PRE-BID MEETING 1S SGHEDULEpEETINC IS SCHEDULED FOR FHURSDgy FOR -THURSDAY, JUNE 11, 2008 AT JUNE 11 `'2009,`AT 10:00 A.M. AT 17~1H REC 10.00 A.M, AT THE RECREATION CEN- .TER t,OCREATIDN CEN- TER LOCATED'AT-1308 9TH AVENUD AT 1308 9TH AVENUE, PORT ARTHUR, TEE PORT ARTHUR, TEXAS. XAS. Copies of the Bid Specifi- ~trarefs d the Bid SPecln_ catiors are one file in the'' Purr one ilia Purchasing Office, 444 4th 3t eeg P ttice, rn444 .4th :Street, Port Arthur, Texas and are open for P b1k and are Pen hur, .public inspection without cha inspeCb~nwithour r9e or the i charge or they can be re- -~~ bo re trieved/downloaded i trleya~dowhloadgd •" from the City's website: _ from the • City's website: www oortarthur net The Clty of Po~ grthur re• The Gity of Po-- rt q~. Sery aid e d9ht' to"reject an all bids serves the right to reject waive in(ormalfties. and to any and all tyds and to waive informalities. !s/ Shawna T ~hnc P Sha urchasing Manager Sha------ bb Purchasing Manager _ CITY OF PORT ARTHUR, TEXAS ADDENDUM NO. TWO (2) DATE: JUNE 16, 2009 PUBLIC WORKS DEPARTMENT Bid Proposal For: Re-roof the area above the locker rooms at the Senior Citizen's Recreation Center 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. THE CITY CHANGED THE BID OPENING DATE TO JUNE 24, 2009 AT 3:00 P.M. ,, Shawna Tubbs, Purchasing Manager Ciry of CITY OF PORT ARTHUR, TEXAS ADDENDUM NO.ONE (1) DATE: JUNE 16, 2009 PUBLIC WORKS DEPARTMENT Bid Proposal For: Re-roof the area above the locker rooms at the Senior Citizen's Recreation Center 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. Add the "crickets/saddles" to the job as an additive alternate. 2. Contractor is responsible for everything. 3. Contractor must have a licensed HVAC and electrical contractor as subs to complete the necessary work. 4. Attached is the revised Bid Proposal Page. I Shawna Tubbs, Purchasing Manager t ,~ ~. - I DELORIS "BOBBIE^ PRINCE, MAYOR ELIZABETH "LIZ" SEGLER, MAYOR PRO TEM COUNCIL MEMBERS: JACK CHATMAN, JR. MORRIS ALBRIGHT,111 MARTIN FLOOD JOHN BEARD, JR. ROBERT E. WILLIAMSON D. KAY WISE THOMAS J. HENDERSON May 28, 2009 Vendors: INVITATION TO BID STEPHEN FITZGIBBONS CITY MANAGER TERRI HANKS CITY SECRETARY MARK T. SOKOLOW CITY ATTORNEY 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. June 17. 2009 at the Citv Secretary's Office and all bids received will thereafter be opened and read aloud at 3:15 p.m. on June 17. 2009 in the City Council Chambers 5th Floor, City Hall, Port Arthur, Texas for the following: RE-ROOF THE AREA ABOVE THE LOCKER ROOMS AT THE SENIOR CITIZEN'S RECREATION CENTER 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 IN A CONTRACT. MARK ENVELOPE: ROOFING Sealed Bids shall be submitted: City of Port Arthur City Secretary P.O. Box 1089 Port Arthur, Texas 77641-1089 City of Port Arthur City Secretary 444 4~' Street 4~' Floor Port Arthur, Texas 77640-1089 ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY OFFICE BEFORE OPENING DATE AND TIME. Page 1 of 15 Bids received after the closing time specified will be returned to the bidder unopened. Award will be made as soon as practicable after opening. To obtain results, you may visit our website at www.portarthur.net. 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. Sincer y, Shawna Tubbs Purchasing Manager Questions concerning the Invitation to Bid should be directed to: Shawna Tubbs Purchasing Manager 444 4'6 Street Port Arthur TX 77640 409-983-8160 Office Questions concerning the Technical Specifications should be directed to: Rawetts Baaheth Assistant City Engineer 444 4~h Street Port Arthur, TX 77640 (409) 983-8184 Office 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 will be held Thursday, June 11, 2009 at 10:00 a.m. at the Senior Citizen's Recreation Center, 1308 9th Avenue., Port Arthur, Texas for the bid, Re-roof Area Above the Locker Rooms at the Senior Citizen's Recreation Center. The purpose of the Mandatory Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an 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 prepare 5EALED BIDS IN DUPLICATE for furnishing: RE-ROOF THE AREA ABOVE THE LOCKER ROOMS AT THE SENIOR CITIZEN'S RECREATION CENTER. 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.. June 17.2009. 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 award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, 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 all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price. Page 4 of 15 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. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB cazefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an 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 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 FIDE BUSINESS THAT CLAIMS THE CITY OF PORT ARTHUR AS ITS PRINCIPAL PLACE OF BUSINESS: The official business address (office location and office personnel) shall be a Port Arthur address, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Page 5 of 15 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. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Parks & Recreation, P. O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. CONTRACT: The following will comprise the contract between the City and the successful bidder: 1. Agreement 2. Advertisement for Bids 3. Addenda 4. General information 5. Specifications 6. Bid 7. Notice of Award 8. Notice to Proceed Page 6 of I S QUANTITIES: Quantities shown are 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. 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 bylaw 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 alI 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 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 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. 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 Page 7 of 15 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 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 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. 7. If a company wants to receive the award for more than one group, the company must show that it has the equipment and employees to handle more than one group. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF 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 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 Page 8 of 15 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, c. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $100,000. 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 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. 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 notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthw 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. Page 9 of 15 PERFORMANCE AND PAYMENT BOND REQUIREMENTS: If the contract exceeds twenty-five thousand dollars ($25,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. 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 maybe extended by mutual agreement between OWNER and CONTRACTOR. 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 15 SPECIFICATIONS FOR RE-ROOFING THE AREA ABOVE THE LOCKER ROOMS AT THE SENIOR CITIZEN'S RECREATION CENTER. Contractor must furnish all labor. material. insurances and eguiument needed to remove the existnns: roof and install a new dual alv 20 vear NDL Warranty modified Bitumen Roof System. The area of the roof is aaproximately 5,000 square feet 1. Remove all existing roof layers down to the roof deck. Replace any deteriorated steel decking. 2. Remove any abandoned roof curbs and equipment. All existing curbing must be removed and replaced with new material. 3. Mechanically fasten one inch (1") perlite insulation board to roof deck. 4. Mechanically fasten twenty-eight pound (28#) fiberglass base sheet to the insulation board. 5. Install new twenty-four (24) gauge stainless steel drip edge metal and counter flashing and heater vents, if necessary. 6. Install new roof drains and tie into existing drain lines, (if necessary). 7. Torch apply one granulated modified bitumen cap sheet over ply sheet as finished roof surface. 8. Torch apply one granulated modified bitumen base flashing on all curbs and walls as a finished surface. Metal flashing must overlap base flashing by a minimum of two inches (2"). 9. Clean up and haul off the debris daily. 10. All installation shall be in accordance with manufacturer's specifications and instructions and normal industry standards. 11. Contractor must provide manufacturer's twenty (20) year warranty, installer's two (2) year warranty, and a windstorm certificate. 12. Flashing must be stainless steel. Page 11 of 15 .. ~"1 ~-..,. CITY OF PORT' ARTNUii HID PROPOSAL ' PATE: Jw~e 17.1.004 Bid Proposal For. RL-ROOF THE AR4A A80VE 7gE LOCKER RbOM5 AT THE SEN10R CITIZEN'S RECREA'T'ION CENTER. The yndersigntd Ernericon~6uilders Inc. ~ ~ ~ doing business in the City/'I'owr of ~ Arthur~Texas submits her~vith, in conformity with the Get>etat Instrudior-s, Conditions, and Sp~i6catioas >3or the folbwiog Bid; OUTLINE OF BID DATA- Re-roof the area above the locker rooms st the Senior Citiux's Recreation Ce»tet S 3a,825.8a ~..~...: Work xdl be complete in _ 30 ~ . ~~] calendar days Receipt of addenda is acl<aowledged: No. 1 Dated ~~~~~~ Received ~~ Emeriton Builders Inc. COMPANY NAME -~~_ _ S NATURE OF BipDER lames Green (PRINT' OR TYPE NAME) Coristruttion Manager TITLE _ 'green~emertconhullderstorn 3t?~W Saturn Street Suite 100-F ~~. _ STREET ADDRESS PO. BOX Brea taliEorrua 92821 CITY STATE ZIP 13-336-3432 AREA OODE TEL,EPfIONE NO. EMAIL Pmige 12 of tS ' :~ ~ H1D OPENING DATE- Jun 1y~20b9 CITY OF PORT ARTHUR INSTRU'GTIQNS TO HIDDi;R Bidders ue requested too fiunish their oomplece REMIT TO ADDRESS and TAX IDENTIPI ATIDN NUMBER p8 indicated below: REMIT YMENT TO: COMPANY °° ~~~ ~o' ADDRESS 3040 Saturn Street Suite 100-F CITYlSTATF,JLp'Brxc. Catjfornia 92821 S~1V~ PURCQAS~ Q~kDE~t~TOc, COMPANY Emerioon Builders Inc. AADRI~S 304t? Salum Street Suite 100-F CITY/STATF/Zll? Brea, California 92821 TAX IDENTIFICATION NUMBER ~~~ s24 Individnat/Sole Proprietorship Corporation ~ 1?artnership ~ Other Page is of iS rn~ nrr •nu ~~ AFFIDAVIT AlI pQges i~- the afferor'g bid pt~po~l contaiaing statements, lacers, eta shall be signed by a duly atrthot~ed officer of the camnpany, whose signature is biading on the bid proposal. The undersigned offers azld agrees to one of the following: _,~„ ,_ 1 hereby certify that I d not lyye outstanding debts with the City of Port Ac~nr. l+urther, I agree oo pay suaxeding debts as they become due during this agreement. I hereby certify that I duo ~ outstanding debts witb the City of Port Arthur and agree to pay said debts.pzioz to etceeutian of this ag~reatteat. f feuth~ agnae to pay s~ticceeduag debts as they beoorr-e due. I hereby certify that I duo have outstanding debts with t},e City of Port Arthur ~d agree to inter into as agreement fear tbue payrneat of said debts. I further agree to pay succeeding debts as they become due. NAMIr OF OFFEROR; amen Green TIT7.E Construction Manager ADDRESS 13743 Frn ~4og . ... .. . CTTY/STATE/ZIP Ybon,texas 77535 TELEPHONE T(UNIHER 713-396-3432 SIONA STATE exaa ^~ COUNTY ~"rnbe~_( SUB5CRIBLD AND SWORN to beffore me by the above named ,J~ on tluis the day of tune t 7th 2 "~t- Notary Public RETURN'X'8IS DAVIT AS PART OP THE BIA PROPOSAL YOUR BID WILL BE DLSQUALIFIED liF NtDT COMPLETED Paao )4 of 15 nun ~.r t • n~ ~ EXHIBIT C (City of Port Arthur) {L~w Department) (Required Form) (7/a/es) (10/5/89) (3/15/90) . (9-8-94) (p.2 Revised 9/18/90) CERTIFICATE OF STANDARD FORM CONTRACT FOR LAW DEPARTMENT REVIEW AND CITY COUNCIL AGENDA I certify that the contract (hereinafter called "said contract") affixed- to the attached proposed City Council Resolution No,, is an exact duplicate of an applicable standard form contract (the 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 filled in with all necessary information and except for the changes described below. The title of the applicable standard form contract is [ j Federally Funded Construction Contract, Revised 1/5/88, 7/89, 8/8g; 4/2g/gq [ ] Non-Federally Funded, Construction Contract, Revised 1/5/88, 7/89, 8/89; 4/28/94 [ J Federal -Professional Services -Engineering Contract, Revised 1/5/88, 5/89 {§10) 7/89/(§8); 10/89; 2/81 {§8) [ J Non-Federal -Professional Services -Engineering Contract, Revised 1/5/88, 5/69{§10), 7/89(§8), 10/89; 2/91(§8) (j CDBG -Professional Services -Engineering Contract, Revised 1/5/88, 5/89 {§10), 7/89(§8), 10/69; 2/91 (§8) [ ] Federal -Professional Services - Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89 (§10), 7/89 (§8); 10/89; 2/91 (§B) [ J Non-Federal -Professional Services - Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89 (§10}, 7/89 (§8); 10/89; 2/91 (§8) [ J CDBG -Professional services - Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89 (§10), 7/89 (§8); 10/89; 2/91 (§B) [ ] Other Standard Form. Contract, described as follows: The changes are as follows: (Put an "X" in the appropriate [ j) [ J None. [ j The following described provisions at 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. and Caption Which Contains Provision Deleted From Form Subsection or Subparagraph No. and Caption Which Contains Provision Deleted From Form Description of Provision Deleted Page 1 of 2 (p.2 Revised 9/18/90) (Certificate of Standard Form Contract, page 2) [) The following described provisions at the indicated page, section, etc. of the standard form have been altered, modified, replaced or otherwise changed: ALTERATIONS, MODIFICATIONS, REPLACEMENTS, ETC. Page No. § or ¶ No. & Caption Sub § or Sub ¶ No. & Caption Where of of Provision Found Standard Form Standard Form °n Standard Form which Contains Provision which Contains Provision [) The following provisions have been added to Said Contract: Page § & caption sub § & caption, etc. of said contract Description which contains °f altered, etc. Provision provision; & in Description of Standard Form Alteration etc. Page, Section and Caption Subsection and Caption, etc, of Said Contract Which Contains fhe Added Provision and Descri fion Thereof 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 F~chibit "B" and is hereby incorporated by reference, and said changes are hereby approved." I understand that this certificate will be relied on by the Law Department in reviewing and approving (or rejecting) as to form and by the City Council in reviewing and adopting (or rejecting) said Resolution and Contract. Signed this day of 19 Department Head or Assistant City Manger Page 2 of 2