Loading...
HomeMy WebLinkAboutPR 15487: ONE-STOP CONSTRUCTION & RESTORATION - REPAIR/REMODEL OF FIRE STATION NO. 2PUBLIC WORKS DEPARTMENT COUNCIL ACTION MEMO TO Stephen B. Fitrgibbons, City Manager FROM Ross E. Blackketter, P.E., Director of Public Works SUBJECT P.R. #15487- One Stop Construction and Restoration of Nederland, Texas DATE 01 September 2009 RECOMMENDATION: I recommend that the City Council approve Proposed Resolution No. 15487, approving a contract between the City of Port Arthur and One Stop Construction and Restoration of Nederland, Texas for the Repair/Remodel of Fire Station No. Z for the lump sum amount of $56,349.64. BACKGROUND: Fire Station No. 2 located at 1201 Grannis Avenue was damaged by Hurricane Ike. Accordingly, the City advertised in the Port Arthur News on 07 June 2009 and on 14 June 2009 for the repair and remodel of the southern half section of the Fire Station facility. We received seven (7) bids, with the bid from One Stop Construction and Restorations determined to be the lowest, most responsible bid. BUDGETARY/FISCAL EFFECT: Funding is available in Project IKEFS2, Account 121-2300-901.59-00 EMPLOYEE/STAFF EFFECT: None. SUMMARY I recommend that the City Council approve Proposed Resolution No. 15487, approving a contrail between the City of Port Arthur and One Stop Construilion and Restoration of Nederland, Texas for the Repair/Remodel of Fire Station No. 2 for the lump sum amount of $56,349.64. Ross E. Blackketter, P.E. Director of Public Works REB/klb 2:\Kathenne\Documents\Cams\One Stop Const. Fre Station 2 P.R. 15487 09/01/09 klb RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH ONE STOP CONSTRUCTION AND RESTORATION OF NEDERLAND, TEXAS FOR REPAIR AND REMODEL OF FIRE STATION NO. 2 FOR THE AMOUNT OF $56,349.64 FUNDING BEING AVAILABLE IN PROJECT IKEFS2, 121-2300-901.59-00 WHEREAS, wind damage from Hurricane Ike allowed water incursion into the southern half of the Fre Station No. 2 located at 1201 Grannis Avenue; and, WHEREAS, the City advertised in the Port Arthur News on 07 June 2009 and on 14 June 2009 for the remodel/repair of Fire Station No. 2 building at 1201 Grannis Avenue; and, WHEREAS; seven (7) bids were received and opened on 12 August 2009 for the above referenced Contract and has been evaluated by Public Works and Purchasing (see Exhibit "A'~; now therefore, BE Ii RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the City Manager is hereby authorized to execute a Contract with One Stop Construction and Restoration of Nederland, Texas (attached as Exhibit "B'~ for the Repair/Remodel of Fire Station No. 2 located at 1201 Grannis Avenue damaged by Hurricane Ike for the lump sum amount of $56,349.64, funding being available in Project IKEFS2, 121- 2300-901.59-00; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED, AND APPROVED this the _ day of . A.D. 2009 at a AYES: meeting of the City of Port Arthur, Texas by the following vote: Councilmembers: P.R. 15487 Page 2 Councilmembers: Noes• Mayor ATTEST: City Secretary APPROVED AS TO FORM: City Attorney ~ ~s~„~Q g(~ APPROVED FOR ADMINISTRATION: Stephen B. Ftrgibbons City Manager ~~ Ross E. Blackketter, P.E. Director of Public Works APPROVED AS TO AVAILABILITY OF FUNDS: Deborah Echols, CPA Director of Finance Shawna Tubbs Purchasing Manager Z:\katherine\DOCUments\Resolutions\Dne Stop Const: Firesta[ion2 EXHIBIT A Llry of CITY OF PORT ARTHUR TEXAS Bid Tabulation REPAIR/REMODEL FIRESTATION #2 1201 GRANNIS AVENUE August 12, 2009 Deacrl tlon Nemesof Biddera TADS One Stop Construction & D & R Commercial Emerimn Enterprises Journeymen Restoration Stoneweter inc. Construction Service Inc SKR Construction Builders inc. Construction Repsir/Remodel Fireatation #2 $56 349.64 $75 120.OD $80 450.00 $92 870.00 $125 058.29 $130 000.00 205 875.OD Location Nederland TX Port Neches TX Lumberton TX Pott Arthur TX Bree CA Houston TX Austin TX a Shewna Tubbs, Purchasing Manager 8' ~/~/ "~ Date Page 1 of 1 EXHIBIT B CONTRACT FOR REPAIR/REMODEL OF FIRE STATION NO. 2 THIS AGREEMENT, made this 8~' day of September,. 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 by and through One Stop Construction and Restoration 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 Contract shall commence within ten (10) days of the execution of the Contract by the OWNER . The work to be performed under this Contract will be completed within 60 days of commencement. 2. The CONTRACTOR will perform the work as delineated in the Scope of Work and Specifications attached hereto. 3. During the term of this Contract, the Contractor will furnish at this own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications and Scope of Work. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the LUMP SUM OF $56,349.64. 5. The CONTRACTOR will commence the work required by the Contract Documents upon Receipt of a Notice to Proceed 6. The term °Contract Documents" means and includes the following" 1) Agreement 2) Advertisement for Bids 3) Addenda 4) General Information 5) Specifications 6) Bid 7) Notice to proceed Z:\katherine\DOaments\COntracts\Construc33on Services Agreement-F52 Page 1 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 8. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. OWNER: BY: Stephen B. Fitrgibbons City Manager CONTRACTOR: BY: Printed Name Z:\~therine\Documents\COntracts\Constrvction Services Agreement-F52 Page 2 DELORIS "BOBBIE" PRINCE, MAYOR ELIZABETH "LIZ" SEGLER MAYOR PRO TEM COUNCIL MEMBERS: SACK CHATMAN, JR. MORRIS ALBRIGHT, Ill MARTIN FLOOD JOHN BEARD, JR ROBERT E. WILLIAMSON D. KAY WISE THOMAS J. HENDERSON June 4, 2009 Vendors: City Of ort rthu~- Texas INVITATION TO BID TERRI HANKS CITY SECRETARY MARK T. SOKOLOW CITY ATTORNEY Sealed Bids, subject to the Genera] Instructions, Conditions and Specifications, as provided will be addressed to the City Secretary of the City of Port Arthur, Texas in DUPLICATE. Sealed BIDS shall be received no later than 3:00 P.M. Wednesdav. June 24, 2009 at the Citv Secretary Oftice and all bids received will thereafter be opened and read aloud at 3:15 P.M. on Wednesdav, June 24, 2009 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for the following: REPAHt/REMODEL FIRE STATION #2 LOCATED AT 1201 GRANNIS AVENUE, PORT ARTHUR, TEXAS BIDS SHALL BE PLACED IN A SEALED ENVELOPE, with the bidder's name and address in the upper left hand comer of the envelope. FACSIMILE TRANSMITTALS SHALL NOT BE ACCEPTED. BIDS MUST BE submitted on the pricing form included for that purpose in this packet and SIGNED BY A PERSON HAVING THE AUTHORITY TO BIND THE FIRM IN A CONTRACT. MARK ENVELOPE: FIRE STATION #2 Sealed Bids shall be submitted: CITY OF PORT ARTHUR CITY SECRETARY P. O. BOX 1089 PORT ARTHUR, TX 77641-1089 CITY OF PORT ARTHUR CITY SECRETARY 444 4TH STREET PORT ARTHUR, TX 77640 ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY OFFICE BEFORE OPENING DATE AND TIME. STEPHEN FITZGIBBONS CITY MANAGER Page 1 of 15 Bids received after the closing time specified will be returned to the bidder unopened. Awazd will be made as soon as practicable after opening. To obtain results, you may visit our website 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. S' ely> ~~~~, /' ~ hawna Tubbs ~~/J Purchasing Manager Questions concerning the Invitation to Bid should be directed to: Shawna Tubbs Purchasing Manager 444 4`" Street Port Arthur, TX 77641 (409)983-8160 Questions concerning the Technical Saecifications should be directed to: Rawetts Baaheth Assistant City Engineer 444 4`n Street Port Arthur, TX 77640 (409) 983-8184 Page 2 of IS CITY OF PORT ARTHUR MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Renair/Remodel Fire Station #2 will be held at Fire Station #2 located at 1201 Grannis Avenue on Thursday. June 18.2009 at 10:00 a.m. The purpose of the Mandatory Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. 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 individua]s not listed on the mll of attendees of the Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. Page 3 of IS GENERAL SPECIFICATIONS NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. The intent of this INVITATION TO BID (ITB) is to provide bidders with sufficient information to prepaze SEALED BIDS IN DUPLICATE for famishing: REPAIR/REMODEL FIRE STATION #2 LOCATED AT 1201 GRANNIS AVENUE, PORT ARTHUR, TEXAS Bids must be in a sealed envelope addressed to the City Secretary, City of Port Arthur, P.O. Box 1089, Port Arthur, TX 77641. Bids shall be received no later than Wednesday. June Z4. 2009 at 3:00 P.M. Bid proposal MUST BE SIGNED BY BIDDER. Bids received after the closing time specified will be returned to the bidder unopened and claims of mail delays will not constitute an exception All bids meeting the intent of this request for bid will be considered for awazd. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s) or subsritutions(s) deemed to be in the best interest of the City of Port Arthur. Bids cannot be altered or amended after submission deadline. Any interlineation, alteration, or erasure made before opening time must be initialed by the signer of the bid, guazanteeing authenticity. The City reserves the right to: 1. Reject any and all bids and to make no awazd if it deems such action to be in its best interest. 2. Awazd bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Awazd bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price. The awazd shall be made to the responsible vendor(s) whose bid is determined to be lowest offer, taking into consideration the relative importance of price, conformance to specifications and capability and experience of the contractor. Page 4 of I S TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders aze cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vemon's Texas Code Annotated, Local Government Code Title 5, 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 rewrd of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an awazd. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not awazd a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public moneys under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory 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. PRINCIPAL PLACE OF BUSINESS: The official business address (office location and office personnel) shall be a Port Arthur address, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. - PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appeaz on all itemized invoices. Page 5 of 15 INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Fire, 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 Awazd 8. Notice to Proceed 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 (1) year. Page 6 of IS SHIPPING INFORMATION: All bids aze to be F.O.B., City of Port Arthur, Port Arthur, Texas 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform al] work and famish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the appazent omission from it of a detailed description concerning any point shall be regazded as meaning that only the best commercial practices aze to prevail. While the purpose of the specifications is to indicate minunum 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 considere3 more suitable for the purpose involved. In the event of wnflicts 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 temtination 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. Page 7 of 15 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 pazagaph 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. Lazgest project currently in effect with a business. 3. Number of employees currently employed their job titles, and their job descriptions. 4. Equipment currently owned or leased by your company. 5. Be otherwise qualified and eligible to receive an awazd. 6. Other companies that you contracted with. 7. If a company wants to receive the awazd for more than one group, the company must show that it has the equipment and employees to handle more than one group. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to 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 directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $SOQ000 each person/$SOO,000pec occurrence for wntracts 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 wntracts in excess of $100,000; and, b. Property Damage $100,000 per occurrence regazdless of contract amount; and, Page 8 of 15 c. Minimum aggregate policy yeaz limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy yeaz limit of $2,000,000 for contracts in excess of $100,000. 2. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. b. If individual limits aze provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occuaence for property damage. Contractor shall cause Contractor's insurance company or incL*ance 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 (1 S) 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. 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. 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 famished on prescribed forms in the amount of one hundred percent (100%) of the contract price with corporate surety duty 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. Page 9 of 15 PORT ARTHUR FIRE DEPARTMENT SCOPE OF WORK FOR THE REPAIR / REMODEL OF FIItE STATION #2 LOCATED AT 1201 GRANNIS AVENUE, PORT ARTHUR, TEXAS The work described below will be applied to the living quarters only in the southern section of the facility. Dry Work 1.0 Remove al] existing sheetrock and ceiling the throughout living quarters and replace with new sheetrock. Walls and ceiling texture to be selected by owner. Remove and replace wall file in bathroom. 2.0 Construct new walls as shown on the plans. 3.0 Re-insulate all existng walls and insulate new walls. 4.0 Paint all walls and blow ceiling with paint color to be chosen by owner. 5.0 Resurface floor in bathroom, bedrooms and office with ceramic tle to be chosen by owner. 6.0 Enclose Hot Water Heater with a partition in accordance with the current codes and specifrcatons.. 7.0 Replace existing wood lockers with new wood lockers (built-in) in bathroom. Install existing wooden lockers in bedrooms. 8.0 Install commercial grade carpet with padding in weight room. Color to be selected by owner. 9.0 Al] interior doors to be 34 inch, solid core, and wooden door with lever handle openers in accordance with ADA requirements. Electrical 10.0 AdjusUinstall electrical applicatons to meet current IECC Codes. (i.e. switches, fixtures, etc.) Insure there are two sockets per room at locatons to be selected by the owner. Add/re-route telephone lines to additional/existng rooms. 11.0 Install lights in all closets 36" deep or wide. 12.0 Install GFCI protecton where needed. Page 10 of 15 13.0 Reinsulate freon and condensate lines if needed. 14.0 Adjust/install new ducts to meet the Latest specifications and codes. 15.0 Install new light fixtures throughout living quarters as shown on plans. The work described below is applied to the entire facility 16.0 Install new gutters and downspouts where required. Paint new/existing fascia. Repair eave where needed. 17.0 Remove and replace chain link fence. I8.0 Install dual switching of lights per IECC section 505. 19.0 Contractor responsible for disposal of all demolition items and to pay required landfill tipping fees. Page 1 I of 15 CITY OF PORT ARTHUR BID SHEET BID FOR: Repair/Remodel of Fire Station #2 BID'OPENING DATE: August 12; 2009 The undersigned business in the City/town of submits herewith, in conformity with the General Instructions, Conditions, and Specifications for the following Eiid: OUTLINE OF BH) DATA: DESCRIPTION COST REPAIR/REMODEL FIRE STATION #2 Receipt of addenda is acknowledged: No. ]Dated s5~~~_ Received ,~ ~ ' ~. ~,~ ~~(~ 1~I.~r~.~~'ctr ~~~~ ,~,~e,-Ic~~~ COMPANY AME STREET ADDRESS i"// G~~fl~' 9fGNATURE OF BIDDER PO. BOX -~,,. ,his ~,~~ ~ ~.11~Z~ (PRINT OR TYPE NAME) CITY STATE ZIP ~~-rFnn L'~'fr~ 1 V' 1 ~~ I - ~~~ TITLE AREA CODE TELEPHONE NO. Mrt~-~rtesFo~hS~~k'~/~ llc ,~ Page 13 of 16 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to famish their wmplete REMTf TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated,below:;-... ~. _. .:. _., ,,.:. REMTT PAYMENT TO: COMPANY ADDRESS I I ~ ~~YC~IO ~ ~YCE~I. !~~ . --.~-~ CITY/STATElZIP SEND PURCHASE ORDER TO: COMPANY ADDRESS CITY/STATF/ZIP TAX IDENTIFICATION NUMBER ~ C~ ~ LJ 0 " [s t~~~ ~/J Page 14 of 16 AFFIDAVIT All pages in the offeror's bid proposal containing statements, letters, etc. shall be signed by a duly authorized officer of the company, whose signature is binding-0n the bid proposal: - The undersigned offers and agrees to one of the following: rti+-~ I hereby certify that I do not have outstanding debts with the City of Port Arthur. Further, I agree to pay succeeding debts as they become due during this agreement. t`'`t'1 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. 1'w ~ I hereby ceRify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. NAME OF OFFEROR: TTTLE ADDRESS CITY/STATE/ZIP ~-~Y ~ ~ ~ ~ ~-~r~ ~ ~ ~~ ~~~ TELEPHONE NUMBER `"I lJ I -~"~1 ' G-`~.~X SIGNATURE-~ STATE ( k COUNTY ~~ SUBSCRIBED D WO ~ before me by o~vg named ~~Q`~~('~(~~ on this the ~-- day of J!,~.1~~, 20 lJ"t . NATALIE B. RICHAR050N Notary Public, State of Texas My Commission Expires June 05,2013 RETURN THIS AFFIDAVIT AS PART Public BID PROPOSAL 101. ,L~-. Page 15 of 16 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmenW entity This questionnaire reflects changes made to the law by H.B. 1491, 8 Leg., Regular Session. ,~. ., _ Ttiis questiomtaire is being filed in ticcordance with Chapter 176, Lxal Govetnmi:nl'~ade'By a person who has a business relationship as defined by Section-16.001 (1-a) with a local gavetnmeatal entity and the person meets requirements tinder Section 176.006 (a). By ]aw this questionnaire muse be Sled with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Govemment Code. A person commits an offense if the person knowingly violates Section 176.006, Local Govetnment Code. An offense under this section is a Clara C misdemeanor. -~ F i. Name of perwa who has a business relationship with local governmental euilty._.... , . .. .. .. ~ 2. O Check this boi if you are fWag as update to s prevloasly flied gaesdoaasire. ('Ihe law requires that you file an igrdated completed questionnaire with the appropriate Sling autfiority not later than 7'h business day after the date dte originally filed questionnaire becomes incomplete or inaccurate.} 3. Name of local a government oHiur with whom Eder has employment or business re-atloaship. Name of t>fficer This section (item 3 including subparts A, B, C, 8t D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (l-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named is [his section receiving or likely to receive taxable income, other than investment income, firom the filer of the questionmire? ^ Yes ^ No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from the filer of ilte questionnaire? ^ Yes ~ No C. Is the filer of this questionmire employed by a corporation or other Yes ~ No D. Describe each a to eat or business relatio with the local overnmrnt officer named is ibis section. 4. Si lure of erson do' business with the ovemmrntal eoti Date Page 16 of 16