HomeMy WebLinkAboutPR 22677: AUTHORIZING A CONTRACT WITH GREENSCAPES SIX, LLC FOR INSTALLATION OF SIDEWALKS AND CONCRETE WORK Croy of
ort rtTxur
7<t st
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: July 8, 2022
To: The Honorable Mayor and City Council
Through: Ronald Burton, City Manager
From: Clifton Williams, Purchasing Manager
RE: P.R. 22677 —Installing of Sidewalks
Introduction:
Award installing of sidewalks contract to Greenscapes Six of Baytown, Texas for a projected
budgetary amount of$200,000.
Background:
The City advertised on April 20, 2022 and April 27, 2022. Bid were received on May 11, 2022.
One bid was received by Greenscape Six who is the contractor we used in previous contracts.
Contractor will install sidewalks as well as other concrete jobs for various departments.
Majority of the jobs will be through our engineering division on Public Works.
Budget Impact:
Funds are available in Street Maintenance Account 001-21-053-5316-00-70-000 and
maintenance accounts of other departments when needed.
Recommendation:
Approval of P.R. No. 22677 authorizing the City Manager to execute a contract with
GreenScapes Six of Baytown, Texas for the installing of sidewalks in the projected budgetary
amount of $200,000.
"Remember,we are here to serve the Citizens of Port Arthur"
P.O. Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743
P.R. No. 22677
7/08/2022 cewj
Page 1 of 2
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONTRACT BETWEEN THE CITY OF PORT
ARTHUR AND GREENSCAPES SIX LLC OF BAYTOWN,
TEXAS FOR THE INSTALLATION OF SIDEWALKS AND
CONCRETE WORK, WITH A PROJECTED BUDGETARY
IMPACT OF $200,000.00; FUNDS AVAILABLE IN STREET
MAINTENANCE ACCOUNT NO. 001-21-053-5316-00-70-000
WHEREAS, the City of Port Arthur is required by the Americans with Disabilities Act
(ADA)to install compliant sidewalks throughout the City; and,
WHEREAS, the City of Port Arthur may require additional concrete work from other
departments; and,
WHEREAS, the City of Port Arthur's Purchasing Division advertised in the Port Arthur
News on April 20, 2022 and April 27, 2022 and opened bids on May 11, 2022; and,
WHEREAS,one bid was received and opened on May 11,2022 as shown as Exhibit"A";
and
WHEREAS, Greenscape Six, LLC bid is considered responsive; now, therefore
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR:
THAT,the facts and opinions in the preamble are true and correct; and,
THAT,the City Manager is authorized to execute a one-year contract between the City of
Port Arthur and Greenscapes Six LLC of Baytown, TX, in substantially the same form as attached
hereto as Exhibit "B" for annual installation of sidewalks, with the option of renewal for one
additional year; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City
Council.
P.R.No. 22677
7/08/2022 cewj
Page 2 of 2
READ,ADOPTED AND APPROVED this the day of , A.D. 2022 at
a regular meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
Councilmembers:
Noes:
Thurman Bill Bartie
Mayor
ATTEST:
Sherri Bellard
City Secretary
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION:
alecia Tiz no jat1112 Ronald Burton
City Attorney City Manager
APPROVED AS FOR AVAILABILITY OF
FUNDS:
)/ ' i
'i< -,1., ._ .1-)Ci k ..,_______O ..,t,a
Kandy Danie Clift Williams, PPB
Interim,:' act e of Fi.: •Ai.' -,App Purchasing Manager
Xerfr
ozell- . Roberts E. T., M.Eng., M.B.A.
Direc • ' of Public 1 o s
EXHIBIT A
w w w ti — — — — — — 0 -
-- — O VC O N N O � � - - -
O O
fD
o O coo O O o o O 0 0 0 0 E f. ,,,,
O Ocoo O O O O O 0 0 0 0 n a
�. .r r r-� ►-� i;, ,
S
,-; r cz. --\\, (4--,f
GA 0
1.• CD
O
cm cn
CD C
CD
4 n c) c-D g g g n
pa oS O °o p- < 'v C v a 0 up
0 ,—, C Po .- •MMCXD
foo
'. . = w P CD n = — • O 5 n 0 0 0 0 ie-
E. ►4 �. G Z' a UQ [S7 0 0 n n n d C
O -, -,• cn kn A) -: • c '*, rfl O -, - -- nn O
a' k ua o X :r o < v D
o LA w G.) O a o c A" 8 iD CD O. A C" C
?; o , , � a, aI -0* r°, � �'.
C7 � a `° °' ' '� .. .-. n f. G = z c . = o o▪ Opc
0Q. 00 0 o O N o d C y
"< ._i 7
. . C 7 - - x
A `C r. = y
• rr /�
to CI C/) C n n r to v� �n r to o )
4 fD
eD CA
SID
i .
CA
et
et AZ
OZ
e�
d -P 69 b9 69 69 69 69 69 69 69 69 b9 69 O 0
O N J J J N CO 6s .p la Ca W la .0 O
eA. 4 IVIVcn O IV th v, O v, v, v, O fD
fD J O O O O O O O O O b b b b 0 b '.0 '
O O O O O O O O O O O O O O '1. co)
N X fD y!
d
0 fD
n
EXHIBIT B
CONTRACT FOR INSTALLING SIDEWALKS
THIS AGREEMENT, made this day of , 2022, 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 Greenscapes Six, LLC. hereinafter called
"CONTRACTOR".
WITNESSETH: 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 Agreement shall be for one (1) year from the date stated on the Notice to
Proceed, with an option to renew for one additional year, unless sooner terminated under the
provision hereof. The City can terminate this contract at its convenience which includes, but
is not limited to,funding not being available in any budget cycle within thirty(30)days written
notice.
2. The Contractor shall install sidewalks based on the bid 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 connection
therewith, excepting those supplies specifically not required of Contractor in the
Specifications.
4. The CONTRACTOR agrees to perform all the work described in the specifications and
contract documents and to comply with the terms in the amounts stated in the bid documents.
5. The term "Contract Documents" means and includes the following:
1) Agreement
2) General Information
3) Specification
4) Bid
5) Notice of Award
6) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors and assigns.
7. 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 written above.
Signed on the day of , 2022.
ATTEST CITY OF PORT ARTHUR
BY
City Secretary Ronald Burton
City Manager
Signed on the day of , 2022.
WITNESS: GREENSCAPE SIX, LLC
BY
PRINT NAME: PRINT NAME:
TITLE:
THURMAN BILL BARTIE,MAYOR RONALD BURTON
DONALD FRANK,SR.,MAYOR PRO TEM CITY MANAGER
COUNCIL MEMBERS: City of - ene,sy SHERRI BELLARD,TRMC
INGRID HOLMES I` h1 CITY SECRETARY
CAL JONES J
THOMAS KINLAW,III. VAL TIZENO
KENNETH MARKS t)r t r t h u r CITY ATTORNEY
CHARLOTTE MOSES
Texas
APRIL 22,2022
INVITATION TO BID
ANNUAL CONTRACT TO INSTALL SIDEWALKS
FOR THE CITY OF PORT ARTHUR
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, May 11, 2022. (The clock located in the City Secretary's office
will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, May
11, 2022 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to
attend.
MARK ENVELOPE: P22-056
DELIVERY ADDRESS: Please submit one(1)original and one (1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to:
City of Port Arthur, TX
Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641
clifton.williams@portarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB
P.O.Box 10891444 4th Street' Port Arthur,Texas 776411 409.983.8160 1 Fax 409.983.8291
Page 1 of 26
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be
placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of
the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed
ITB submittal arrives at the above location by specified deadline regardless of delivery method
chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted.
Clifton Williams, CPPB
Purchasing Manager
Page 2 of 26
INVITATION TO BID
ANNUAL CONTRACT TO INSTALL SIDEWALKS
FOR THE CITY OF PORT ARTHUR
(To be Completed ONLY IF YOU DO NOT BID.)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY
RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will
be reinstated upon request.
In the event you desire not to submit a bid, we would appreciate your response regarding
the reason(s). Your assistance in completing and returning this form in an envelope marked
with the enclosed bid would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments/Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City, State,Zip Code: Date:
Page 3 of 26
THE BIDDER MUST SUBMIT THE FOLLOWING.
A. BID SHEETS—PAGE 14
B. NON-COLLUSION AFFIDAVIT—PAGE 15 (MUST BE NOTARIZED)
C. AFFIDAVIT—PAGE 16 (MUST BE NOTARIZED)
D. CONFLICT OF INTEREST—(IF NO CONFLICT WRITE N/A OR NOT
APPLICABLE ON LINE 1 AND SIGN AT THE BOTTOM.- PAGE 17 & 18
E. CHAPTER 2252 CERTIFICATION—PAGE 19
F. HOUSE BILL 89 VERIFICATION—PAGE 20
Page 4 of 26
SCOPE OF WORK
ANNUAL CONTRACT TO INSTALL SIDEWALKS
FOR THE CITY OF PORT ARTHUR
1. Remove landscapes, planters, asphalt overlay, concrete pavement and curb, flexible
base, surfacing, driveways and sidewalks as necessary for construction in accordance
with the details shown on the plans or as directed by the Engineer.
2. Remove concrete curb and or combined concrete curb and gutter in accordance with
the details shown on the plans or as directed by the Engineer.
3. Place new concrete sidewalk pavement, curb and gutter, walkways, driveways and
wheel chair ramps in accordance with the details shown on the plans or as directed by
the Engineer.
4. Return all R.O.W. elevations at sidewalk and walkway edges, behind curb and wheel
chair ramps corners and all areas of disturbance to preconstruction grades or to
elevations shown on plans. Dress-up these areas as required by plans and
specifications.
It is the intent of these Contract Documents to provide for the complete removal (except as noted on the
plans) of all existing pavements, driveways, sidewalks, drainage lines and structures and other structures
which lay within the proposed right-of-way and to provide for the complete construction of curb, gutter,
sidewalks and driveways. Hot-mixed asphaltic concrete with flexible base, storm sewer line and structures
and such incidental items as may be required by these Contract Documents, will be constructed in strict
compliance with and will adhere to all requirements as specified in and by construction specifications as
adopted by the City of Port Arthur and the Texas Department of Transportation (TxDOT-November
2014), by manufacturers specifications and by standard engineering practice. Successful completion of the
project will be judged on the basis of technological correctness of construction, aesthetics or finish and
vehicular ride performance.
SPECIAL CONSIDERATIONS
The work required by these Contract Documents will occur within the boundaries of a residential and light
commercial area. It is the intent of the City of Port Arthur that unfavorable impact by the Contract work,
on said business and residences shall be minimized. The Contractor shall notify in writing, at least forty-
eight (48) hours prior to beginning work, all businesses and residences which are expected to be affected
by said work. Ingress and egress to affected businesses and residences shall be maintained at all times by
the Contractor as provided in the plans and Contract Documents.
Traffic flow through and around the construction area(s) shall be in accordance with the approved traffic
control plan and shall be maintained with as little disruption as possible. Barricades, lights, signs and other
traffic control devices shall, on a timely basis, be installed and maintained in accordance with the Texas
MUTCD and provisions of these Contract Documents as approved by the Engineer.
Page 5 of 26
The Contractor shall work closely with the various utility owners and assure prompt access to their
equipment for service or adjustment. The Contractor shall be e solely responsible for coordination the
work with any utility owner which may be affected by the work. Additionally, forces of the City of Port
Arthur, in order to secure the safety, welfare and convenience of the citizens of Port Arthur, must provide
services on both emergency and normal, continuing basis. Provisions of these services may require City
forces to work within or around the construction area prescribed by this project. While it is anticipated
that the construction schedule impact induced by the work of City and utility crews will be minimal, the
Contractor, by affixing proper signature to these Contract Documents, agrees to indemnify and hold
harmless the City of Port Arthur from any and all claims of damage or delay, incurred or alleged to have
incurred, in connection with the work of said crews.
I. Asbestos Handling/Abatement — The Contractor is made aware that existing underground
conduits encountered maybe Transite pipes. It is the Contractor's responsibility while
performing all proposed work under this contract to be familiar and compliant with all
applicable Texas Department of Health (TDH), Occupational Safety and Health Administration
(OSHA), and Environmental Protection Agency (EPA) guidelines for asbestos abatement;
including all special training requirements, medical monitoring, respiratory protection, and
various personal hygiene practices.
II. Contractor shall employ the services of a licensed abatement contractor to insure proper worker
protection and documentation that the piping was handled and disposed of properly.
CONTRACT TERM
Contract will be one year with the option to renew for one additional year
Page 6 of 26
General Notes and Specifications
The Contractor will establish the project control point, points, or tangency, PI's (points of
intersection), point of curvature (PC, PI, and PT) and bench marks at the beginning and end of the
project on plan view only. Contractor shall establish and maintain these points through
construction. There will be no separate payment for this work, but it shall be considered
subsidiary to various bid items. The original horizontal and vertical control was established by
the Consulting Engineers.
The Contractor shall furnish all lines, grades and bench marks, other than those specified above.
All authorized waste material shall become the property of the Contractor and shall be properly
disposed of at a location appropriate/permitted for the waste material.
Roadway limits and structure locations are approximate and may be adjusted to meet field
conditions. Contractor must verify all locations with the Engineer prior to performing work.
The Contractor shall maintain adequate drainage throughout the limits of the project during all
construction phases.
The Contractor shall allow City forces to enter this project to accomplish such work as shown in
the plans (by others) and as may be deemed necessary by the City.
All drainage structures shall be cleaned and out fall channels unobstructed at the time of
acceptance by the City.
Ingress and egress to the adjacent property shall be maintained by the Contractor at all times.
Matting over the pavement will be required as directed by the Engineer. This work will not be
paid for directly and shall be considered subsidiary to various bid items.
The City's Testing Agency will sample all concrete, make and test all beams and cylinders in
accordance with the test methods provided for under the appropriate standard specifications for
the various items.
The approximate location of the known underground utility installations is shown on the plans.
The Contractor shall be responsible for confirming the location of these utility lines and the exact
location of any others which may exist. It shall be the Contractor's responsibility to notify the
utility involved in case of conflict or damage and the Contractor shall be responsible for damage
that occurs due to negligence. Where the Contractor encounters abandoned lines and they
interfere with the construction of this project, they shall be removed and disposed of. There will
be no direct payment for this work and it shall be considered subsidiary to the various Bid Items
of the Contract.
All materials, labor and incidentals required for the Contractor to provide for traffic across the
streets and for temporary ingress and egress to private property shall be furnished by the
Page 7 of 26
Contractor at no additional cost to the City and shall be considered as incidental to the Bid Items
of this project.
All work, unless specified otherwise, shall be done in accordance with Texas Department of
Transportation's, Standard Specifications for Construction -of Highways, Streets and Bridges,
adopted June 1, 2004.
Construction of the Project shall be accomplished in the construction sequence as follows:
Phase I:
1. Install Pedestrian traffic control.
2. Construct Sidewalks as shown on plans. Barricading and
securing construction site shall be in place during and after
construction overnight.
3. Install sodding and signage as required as shown on drawings.
If the Contractor has a need to adjust, open or remove the top of manholes belonging to any utility
other than the City, the Contractor shall first contact the utility for direction, instruction and
coordination. No manhole shall be adjusted, opened without explicit approval of the utility
involved.
Bid quantities are estimated only to give an indication of the general scope of work.
The Contractor is responsible to apply and file all storm water grading, TCEQ and MS4 permits.
Application and permit fees shall be at the Contractor's expense.
There will be no payment for Materials at Hand.
Page 8 of 26
Item 104:
Existing sidewalk concrete (4" to 6") to be removed shall be saw cut full depth and removed to
the lines shown of the drawings. Saw cutting full depth of concrete work shall be subsidiary to
this item.
Item 110:
Concrete and/or asphalt sidewalk requiring removal for excavation shall be saw cut full depth
prior to removal. Saw cutting is subsidiary to this item.
All stabilized material and base material shall be included as sidewalk excavation and will not be
paid for directly and will be considered subsidiary to various bid items.
Excess excavation shall become the property of the Contractor and shall be disposed of at a
proper disposal site outside of the project limits.
This is a plans quantity measured item. The quantity to be paid is the quantity shown in the
proposal unless modified by Article 9.2, "Plans Quantity Measurement".
Item 132:
The embankment shall be Type A and placed by "Ordinary Compaction" using a mechanical
compaction device which does not include a backhoe or trackhoe. Type A Embankment shall
obtain a minimum PI of 20 and a maximum PI of 35.
This is a plans quantity measured item. The quantity to be paid is the quantity shown in the
proposal unless modified by Article 9.2, "Plans Quantity Measurement".
Item 162:
All disturbed areas on the embankment by the sidewalk construction at ROW shall be block
sodded with ST. Augustine grass.
Item 300:
Asphalt, Oils and emulsion shall conform with all the requirements set out in the provisions in
Item 300.
Item 340:
Saw cutting of asphalt to square edges as required by the engineer shall not be a pay item but
shall be subsidiary to this item.
the Engineer, to cover a section of concrete pavement 400 feet long and 30 feet wide.
Prefabricated deformed wire mats are permitted on this project.
Item 421:
Class A concrete shall be used for all sidewalks, driveways and curbs.
Page 9 of 26
Item 502:
The traffic control plan (TCP) shall conform to the BC (1) - (12) - (07) Standards and Part VI of
the Texas Manual of Uniform Traffic Control Devices and as shown on the plans.
The Contractor shall submit the City for approval any TCP change prior to implementation.
The approval by the Engineer of the method and procedure the contractor plans to use to
handle or detour traffic will not relieve the contractor of his responsibility for the protection of the
traveling public.
The contractor shall submit and maintain a SW3P plan. This includes containing all silt in the
project site and removing material that has tracked off of the project.
Item 529:
One half inch fiber board expansion joints shall be placed as a minimum every 60 feet along the
curb & gutter concrete sections. Additionally, 3/8" deep, trowel groove control joints shall be
placed every 10 feet, as a minimum, along the concrete curb & gutter sections. Payment shall
not be made for this work directly, but shall be subsidiary to this item.
Reinforcing bar is required in curb.
Item 531:
Repair portions of the concrete sidewalk pavement surfaces that are cracked and damaged
while in a plastic state before that area opens to traffic. Perform repairs that are shown on the
drawings or structurally equivalent to and cosmetically uniform with the adjacent undamaged
areas. Do not repair by grouting onto the surface. Prefabricated deformed wire mats will be
permitted on this project for sidewalks. Backfilling sidewalk edges will not be paid for directly
and shall be considered subsidiary to this bid item.
The dowel support assemblies used in concrete sidewalks shall be placed in a manner that
dowels shall be rigidly supported in parallel positions on the support frame. The support
assembly shall be subject to the approval of the Engineer.
A 4 feet sidewalk shall be grooved at every 4 feet and a 5 feet sidewalk shall be grooved at every
5 feet 5 feet transversely respectively, as shown in the drawings.
A minimum of 3/5th of each dowel bar shall be coated with a lubricant. The coating shall be
placed on opposite ends of successive dowels.
Concrete placement will not be permitted when impending weather conditions, in the opinion of
the Engineer, may result in rainfall or low temperatures which will impair the quality of the
finishing work.
All sidewalks shall be constructed in conformance with TDLR standards. All ramps shall meet
the requirements set forth by ADA and state standards.
Page 10 of 26
Item 752:
Cutting and or trimming of tree roots shall not be paid for separately but will be considered
subsidiary to various bid items
GOVERNING CONSTRUCTION SPECIFICATIONS
The governing construction specifications applicable to this work are the Texas Department of
Transportation (TxDOT) 2014 Standard Specifications for Construction of Highways, Streets
and Bridges as adopted by the State of Texas.
These items which are listed below and which are contained in the TxDOT 2014 Standard
Specifications are hereby adopted and made part of the Contract Documents to the same extent
as if they were herein reproduced in full subject to such modifications, revisions or supplements
as may appear in the section entitled Special Provisions in these Contract Documents to follow:
STANDARD SPECIFICATIONS (TxDOT):
Item 104 Removing Concrete
Item 110 Excavation (132)
Item 132 Embankment
Item 162 Sodding for Erosion Control
Item 216 Proof Rolling
Item 247 Flexible Base
Item 300 Asphalts, Oils, and Emulsion
Item 340 Dense-Graded Hot-Mix Asphalt
Item 400 Excavation & Backfill for Structures
Item 440 Reinforcing Steel
Item 500 Mobilization
Item 502 Barricades, Signs & Traffic Handle
Item 506 Temporary Erosion, Sedimentation, and Environmental Controls
Item 529 Concrete Curb & Gutter (360) (420) (421) (437) (440) (526)
Item 530 Intersections, Driveways and Turnouts
Item 531 Sidewalks
Item 752 Tree and Brush Removal
Page 11 of 26
SPECIAL PROVISIONS
IMPORTANT NOTICE TO CONTRACTORS
The Contractor's attention is directed to the fact that utility adjustments may be required for the
construction of this project. The Contractor will be expected to coordinate work with all utility companies
in order to maintain service at all times to the adjacent property owners. Additional time will be granted
for delays caused by utility adjustments, if in the opinion of the Engineer, such delays warrant additional
time. It is specifically understood, however, that if the Contractor is delayed by virtue of these utility
adjustments,that this delay will not be considered as a basis for a claim by the Contractor.
The following utility companies are involved in the construction of this project and a telephone number
and current contact person are listed:
UTILITY TELEPHONE NO. CONTACT PERSON
AT& T 0: 409.839.7851 Eddie Cook
Telephone Company M: 409.924.1495
O: 409.893.1666 Cliff Palermo
M: 409.291.9489
Texas Gas Service 0: 409.963.0263 Patrick Sam
M: 409.460.9236
City of Port Arthur 0:409.983.8557 Bryan Smith
Water Distribution M: 409.718.2442
City of Port Arthur 0: 409.983.8551 Jerome Hudson
Sewer Conveyances M: 409.543.3839
City of Port Arthur 0: 409.983.8524 Curtis Newman
Drainage Superintendent M: 409.365.7184
Entergy 0: 409.982.5830 Pauline Oliver
M:409.679.6154
Spectrum 0: 409.720.5565 Adam LaRive
M: 409.284.3765
The utilities listed above will be adjusted by the Owner of the utility and will not be the
responsibility of the Contractor with the exception of sewer and water line adjustments. The
Contractor shall perform all work necessary to adjust the sewer and water lines as detailed in the
plans.
Page 12 of 26
SPECIAL PROVISIONS
DETOURS,BARRICADES,WARNING SIGNS,SEQUENCE OF WORK,ETC.
• The Contractor's particular attention is directed to the requirements of Article 5 "The Contractors
Responsibilities" of the "General Conditions". In addition to these requirements, the following
provisions shall govern on this Contract.
• Prior to beginning any work on this project, it will be necessary for the Contractor to participate
in the pre-construction safety meeting with the Engineer in charge of the project, and other
agencies. The Engineer in charge of the project will notify the Contractor when this meeting will
be held. This meeting shall be prior to the beginning of working time changes.
• Before beginning work on this project, the contractor shall submit in writing, for approval by the
Engineer,a plan of operation outlining in detail a sequence of work to be followed.
• The Traffic Control Plan shall be governed by TxDOT Traffic Control Plan, Barricades and
Traffic Control Standards;BC(1-12)-14 and Work Zones Traffic Control Details as shown on the
plans.
• Flaggers, portable barricades, pavement markings, and warning signs in addition to those shown
in the plans may be required as directed by the Engineer in order to insure a safe and continuous
flow of traffic. If the Contractor desires to deviate from the Traffic Control Plans, approval from
the Engineer must be obtained. No additional compensation will be allowed the Contractor if
there is a deviation from the Traffic Control Plan.
• The Contractor's particular attention is called to the Traffic Control Plan and sequence of work
detailed in the plans. Strict adherence to this plan will be required unless otherwise approved by
the Engineer in writing.
• It is the intent of the City of Port Arthur that unfavorable impact by the contract work, on
businesses and residences, shall be minimized. The Contractor shall notify in writing, at least
forty-eight (48) hour prior to beginning any phase of work, all businesses and residences which
are expected to be affected by said phase of work. Ingress and egress to affected businesses and
residences shall be maintained at all times by the Contractor as provided in the Plans and Contract
documents.
General:
• The Contractor shall provide the traffic control devices so detailed in the Traffic Control Plan. It
is the intent of the sequence of work that the Contractor be continually aware and responsive to
the needs of the traveling public and that all operations be performed with the needs of the public
and local residences in mind and to insure the safety of both the public and the project personnel.
• Maintain existing storm water drainage facilities. During construction in all phases of work on
site or as ordered by the engineer, the contractor will provide all necessary labor, equipment and
conveyance materials to drain the storm water and discharge into existing and new storm sewer
structures where storm water will flood properties and roadways. This will not be paid for
separately, but will be considered subsidiary to various bid items.
• Insure that safe access is provided to bus stops, bus shelters and to and from bus loading and
unloading at all times.
• Provide temporary driveway access crossing construction area at the end of each day.
Page 13 of 26
CITY OF PORT ARTHUR,TEXAS
BID SHEET
BID FOR: Annual Contract for Installing Sidewalks
BID DUE DATE: May 11,2022
Item Item Description UOM Unit Price
No. Code
104 001 Removing Concrete(Curb,Gutter,Combined
LF
Curb&Gutter) $ 3 0_0 0
104 002 Removing Concrete(Walkways)(4"to 6") s SY $ 35.00
104 003 Removing Concrete(Driveways)(4"to 6") SY $ 35.00
104 004 Removing Concrete(Sidewalks)(4"to 6") SY $ 35.00
104 005 Removing Concrete(Gutter)(6"to 8")(Incl.Saw LF
Cutting) $ 40.00
110 001 Excavation CY $ 4 5.0 0
132 001 Embankment CY $ 5.0 0
162 001 Sodding for Erosion Control(St.Augustine Grass) SY $ 12 .0 0
340 001 Dense Graded Hot Mix Asohalt(Small Qty)(TY. SY
F)(0"-2") $ 40.00
529 001 Concrete Curb,Gutter,and Combined Curb and LF
Gutter $ 5 0.0 0
530 001 Driveways(4")(Class A) SY $ 7 5.0 0
531 001 Sidewalks(5)(4")(Class A) SY $ 7 2.0 0
531 002 Walkways(4)(4")(Class A) SY $ 72.00
531 003 Wheel chair Ramps (Ty.7)(4")Incl.Truncated EA
DomesZ $ 2, 500.00
GREENSCAPES SIX,LLC 7020 FM 3180
COMPANY%_N STREET ADDRESS
ikZL
SIGNATURE OF BIDDER P.O.BOX
MIKE ARCHER BAYTOWN TX 77523
PRINT OR TYPE NAME CITY STATE ZIP
MANAGING PARTNER 713-714-3500
1'11 LE AREA CODE TELEPHONE NO
marcher@greenscapes6.com 713-714-1200
EMAIL. FAX NO.
Page 14 of 26
CITY OF PORT ARTHUR,TEXAS
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS §
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for
the firm bidding this project has violated the antitrust laws of this State, codified at
Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust
laws, nor communicated directly or indirectly the bid made to any competitor or any
other person engaged in the same line of business, nor has the signatory or anyone
acting for the firm, corporation or institution submitting a bid committed any other act of
collusion related to the development and submission of this bid proposal.
Signature:
Printed Name: MIKE ARCHER
Title: MANAGING PARTNER
Company: GREENSCAPES SIX,LLC
Date: 5-9-2022
SUBSCRIBED and sworn to before me by the above named MIKE ARCHER on
this the 9 day of MAY , 20 22
Notary Public in and for the
AWE DALE GUY ARCHER State of Texas
My Notary ID#111598052
"'%s::c!'•� Expires February 25.2026
My commission expires:
a-aS-(z)
Page 15 of 26
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
X I hereby certify that I do not have outstanding debts with the City of Port Arthur. 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 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.
GREENSCAPES SIX,LLC 5-9-2022
Firm Name Date
3471aCzid
'\- MANAGING PARTNER
Authorized Signature Title
MIKE ARCHER 713-714-3500
Name(please print) Telephone
marcher@greenscapes6.com
Email
STATE: TEXAS
COUNTY: CHAMBERS
SUBSCRIBED AND SWORN to before me by the above named MIKE ARCHER
on this the 9 day of MAY ,20 22 .
,
7:47.DALE GUY ARCHER (A4d/i1A.
"."1"""ttily
D Notary Public
Expires
25,2026
RETURN THIS AFFIDAVIT AS PART OF l'HT BID PROPOSAL
Page 16 of 26
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B.23,84th Leg., Regular Session. OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who
Data Received
has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
Bed. See Section 176.006(a-1).Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006.Local Government Code An
offense under this section is a misdemeanor.
Name of vendor who has a business relationship with local governmental entity.
GREENSCAPES SIX, LLC
Jn
l l Check this box if you are filing an update to a previously filed questionnaire.(,The law requires that you file an updated
l 1 completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
Name of local government officer about whom the information is being disclosed.
NONE
Name of Officer
Describe each employment or other business relationship with the local government officer.or a family member of the
officer.as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and S for each employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income.
other than investment income.from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income,other than investment income.from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
Yes n No
cl
-= Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director.or holds an
ownership interest of one percent or more.
Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
/A'V1 1 �
5-9-2022
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics state.tx.us Revised 11.30'2015
Page 17 of 26
House Bill 89 Verification
Ml kE ARC. E P, (Person name), the undersigned
representative (hereafter referred to as "Representative") of
69_Eptqscpr PES St XI
(company or business name, hereafter referred
to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after
being duly sworn by the undersigned notary, do hereby depose and affirm the following:
1. That Representative is authorized to execute this verification on behalf of
Business Entity;
2. That Business Entity does not boycott Israel and will not boycott Israel during the
term of any contract that will be entered into between Business Entity and the City of
Port Arthur; and
3. That Representative understands that the term "boycott Israel" is defined by
Texas Government Code Section 2270.001 to mean refusing to deal with, terminating
business activities with, or otherwise taking any action that is intended to penalize, inflict
economic harm on, or limit commercial relations specifically with Israel, or with a person
or entity doing business in Israel or in an Israeli-controlled territory, but does not include
an action made for ordinary business purposes.
1
77.
SIGNATURE OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on
this 9 day of MAY , 20 22.
AWE DALE GUY ARCH
' = My Notary ID#133598
Expires February 25.2�
Notary Public
Page 19 of 26
SB 252
CHAPTER 2252 CERTIFICATION
I MIKE ARCHER ,the undersigned an representative
of GREENSCAPES SIX, LLC
(Company or Business Name)
being an adult over the age of eighteen (18) years of age,pursuant to Texas Government Code,
Chapter 7752, Section 7752.152 and Section 2252153, certify that the company named above is
not listed on the website of the Comptroller of the State of Texas concerning the listing of
companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I
further certify that should the above-named company enter into a contract that is on said listing
of companies on the website of the Comptroller of the State of Texas which do business with
Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port
Arthur Purchasing Department.
MIKE ARCHER
Name of Company Representative(Print)
u /
Signature of Company Representative
5-9-2022
Date
Page 20 of 26
INFORMATION TO BIDDERS:
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.
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.
ALTERING BIDS: 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.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance
with these specifications. The award shall be made to the responsive, responsible bidder who
submits the best value bid.
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, as provided by Section 271.905 of
the Texas Government Code.
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 carefully and to submit a
complete response to all requirements and questions as directed.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest
Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added
Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure
of certain information concerning persons doing business or seeking to do business with the City
of Port Arthur, including affiliations and business and financial relationships such persons may
have with City of Port Arthur officers. The form can be can be located at the Texas Ethics
Commission website: https://www.ethics.state.tx.us/filinginfo/conflict_forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a
response to this RFP, you acknowledge that you have been notified of the requirements of
Chapter 176 of the Texas Local Government Code and you are representing that you in
compliance with them.
Page 21 of 26
Any information provided by the City of Port Arthur is for information purposes only. If
you have concerns about whether Chapter 176 of the Texas Local Government Code
applies to you or the manner in which you must comply,you should consult an attorney.
ETHICS: Public employees must discharge their duties impartially so as to assure fair,
competitive access to governmental procurement by responsible contractors. Moreover, they
should conduct themselves in such a manner as to foster public confidence in the integrity of the
City of Port Arthur's procurement organization.
Any employee that makes purchases for the City is an agent of the City and is required to follow
the City's Code of Ethics.
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 monies 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.
ADDENDA: 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. The City assumes no responsibility for the bidder's failure to obtain and/or
properly submit any addendum. Failure to acknowledge and submit any addendum may be
cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that
might have been issued before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims
the City of Port Arthur as its principal place of business must have an official business address
(office location and office personnel) in Port Arthur, 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. Contractors outside the City of Port Arthur are allowed to bid.
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.: Public
Works,P.O. Box 1089, Port Arthur, Texas 77641.
Page 22 of 26
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, in accordance with the State of Texas Prompt
Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment
is due 30 days from the date of the invoice.
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.
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.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX
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 party.
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 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.
Page 23 of 26
While the purpose of the specifications is to indicate minimum requirements in the way of
capability, performance, construction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be considered more suitable for the
purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of
the successful bidder.
Under the Title 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 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 paragraph hereof relative to termination shall apply.
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 Contractor shall, at his own expense,
purchase, maintain and keep in force insurance that will protect against injury and/or damages
which may arise out of or result from operations under this contract, whether the operations be
by himself or by any subcontractor or by anyone directly or indirectly employed by any of them,
or by anyone for whose acts any of them may be liable, of the following types and limits
1. Standard Worker's Compensation Insurance:
Page 24 of 26
2. 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.
3. 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 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.
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.
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 25 of 26
JOB EXAMINATION: Bidder should carefully examine and be familiar with the Plans,
Specifications and other Documents and other conditions and matters which can in any way
affect the work or the cost thereof. By submitting a bid, the CONTRACTOR acknowledges that
he or his qualified representative has visited the job site and investigated and satisfied himself as
to (a)the conditions affecting the work including but not limited of the physical conditions of the
site which may bear upon site access, handling and storage of tools and materials, access to
water, electric or other utilities or otherwise affect performance of required activities; (b) the
character and quantity of all surface and subsurface materials or obstacles to be encountered in
so far as this information is reasonably ascertainable from inspection of the site, including
exploratory work done by the OWNER or a designated consultant. Failure to do all of he above
will not relieve a successful Bidder of the obligation to furnish all material and labor necessary to
carry out the provisions of the Contract Documents and to complete the contemplated work for
the considerations set forth in the bid. Any information shown in the specifications or on the
Plans in regard to subsurface data, test borings and similar conditions is to be considered
approximate and does not relive the Bidder of the responsibility for its verification. OWNER is
not responsible for any failure by the CONTRACTOR to acquaint himself with available
information for estimating properly the difficulty or cost of successfully performing the work.
The OWNER is not responsible for any conclusions or interpretations made by the
CONTRACTOR on the basis of the information made available by the OWNER. In conformity
with applicable statutes, the OWNER has adopted a labor classification and a minimum wage
scale, which is included preceding the Specifications.
Page 26 of 26