Loading...
HomeMy WebLinkAboutPR 23879: CHANGE ORDER TO REPAIR AN UNFORESEEN DRAIN LINE COLLAPSE AT 800 E. 15TH STREET City of n r t www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: August 16, 2024 To: The Honorable Mayor and City Council Through: Ronald Burton, CPM, City Manager 411k1- From: Flozelle C. Roberts,EIT, MEng, MBA, CPM, Public Works Directo RE: P.R.23879—Ratifying the City Manager's Approval of a Change Orde to Repair an Unforeseen Drain Line Collapse at 800 W. 15th Street Introduction: This agenda item requests the Council's ratification of the City Manager's decision to approve a change order to replace a collapsed drain line at 800 West 15th Street. Background: Resolution 24-260 awarded the contract to repair a cave-in at 800 West 15th Street to SETEX Construction Corporation. During the cave-in repair, the contractor found an additional collapsed pipe requiring replacement during the council-approved construction.Failure to repair the additional collapsed pipe during the construction would exacerbate the cave-in, and the City would incur extra construction costs. The additional repair costs are $7,969.50. Budget Impact: The total budgetary impact is $7,969.50, and funding is available in the Maintenance Account, 307-21-053-8517-00-10-000, Project Number MOTSTR1-CON. "Remember,we are here to serve the Citizens of Port Arthur" 444 41h Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 Recommendation: It is recommended that the City of Port Arthur City Council approves Proposed Resolution 23879, ratifying the City Manager's decision to approve a change order to repair an unforeseen drain line collapse at 800 West 15`h Street. "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 PR No.23879 08/16/2024 FCR Page 1 of 3 RESOLUTION NO. A RESOLUTION RATIFYING THE CITY MANAGER'S DECISION TO APPROVE A CHANGE ORDER TO REPAIR AN UNFORESEEN DRAIN LINE COLLAPSE AT 800 W. 15TH STREET WITH A BUDGETARY IMPACT OF $7,969.50. FUNDING IS AVAILABLE IN THE MAINTENANCE ACCOUNT, 307-21-053-8517-00-10-000, PROJECT NUMBER MOTSTR1-CON. WHEREAS,Resolution 24-260 awarded the contract to repair a cave-in at 800 West 15th Street to SETEX Construction Corporation; and, WHEREAS, during the cave-in repair, the contractor found an additional collapsed pipe requiring replacement during the council-approved construction; and, WHEREAS, failure to repair the additional collapsed pipe during the construction would exacerbate the cave-in, and the City would incur extra construction costs; and, WHEREAS, pursuant to Section 252.022(a)(3) of the Texas Local Government Code, a procurement is necessary because of unforeseen damage to public machinery, equipment, or other property. 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 Council of the City of Port Arthur hereby ratifies the City Manager's decision to approve the change order to repair an unforeseen drain line collapse at 800 West 15th Street for$7,969.50 (Exhibit B); and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. PR No.23879 08/16/2024 FCR Page 2 of 3 READ,ADOPTED AND APPROVED this the day of , A.D. 2024, at a meeting of the City of Port Arthur, Texas, by the following vote: Ayes: Mayor: Councilmembers: Noes: Thurman Bill Bartie Mayor ATTEST: Sherri Bellard, TRMC City Secretary APPROVED AS TO FORM: g Roxann Pais Cotroneo, Esq. City Attorney PR No.23879 08/16/2024 FCR Page 3 of 3 APPROVED FOR ADMINISTRATION: g * Ronald B VW- City Manager - .zell, iALi . Roberts T, 1 ng, MBA, CPM Direc . I f Public rks APPROVED AS FOR AVAILABILITY OF FUNDS: 0 49 �LYn�:osw -CM, MA Director of Finance 646t4- ,(Ak Clifton E. Williams Jr. CPPB Purchasing Manager PR No.23879 Exhibit A aft City ofUr s.7.4 %JI'ili i if 3j tart rthu Toa, ww w.Po rtA rt h u rTx.Rov INTEROFFICE MEMORANDUM Date: August 15, 2024 To: Ronald Burton, CPM, City Manager tbi • From: Flozelle C. Roberts,EIT, MEng, MBA, CPM, Public Works Directo RE: Approval of Additional Pipe Repairs for the 15th Street Cave-In Resolution 24-260 awarded the contract to repair a cave-in at 800 West 15th Street to SETEX Construction Corporation for $48,700.00. During its work, the contractor found an additional pipe failure (collapsed pipe) that requires replacement. Failure to repair the additional pipe failure will exacerbate the cave-in. Emergency approval is requested of the City Manager to pay for the additional repairs of $7,969.50 to maintain progress on this project. The extra work will add five (5)working days to the original contract, for a total of 19 days to complete. A proposed resolution will be presented to the City Council for ratification. I, Ronald Burton, hereby approve the emergency request to repair an additional pipe failure at 800 West 15th Street and to add five (5)days to the total contract time. Ronald Burto , City Man r "Remember,we are here to serve the Citizens of Port Arthur" 444 4`h Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 8 SETE CONSTRUCTION CORP. "Strength in Construction" Mailing Address: LA License#70090 P.O. Box 20678 Beaumont, Texas 77720-0678 August 12,2024 Brad Brown • (409)842-8181 City of Port Arthur a (409)842-2274 4444 4th Street Olt setex@setexconstruction.com Port Arthur,TX 77641 O setexconstruction.com Project: "COPA—15th Street Cave-in" Subject: "Additional Pipe Repairs" General Contracting Mr. Brown: Construction Management The cost proposal is for repairs to an additional pipe failure found upon excavating, cost includes additional paving demo, excavation, pipe replacement, cement stabilized fill and replacement of Design-Build paving: Job Order Contracting Change Proposal Request#1 Description Price Facilities Maintenance Materials $ 3,230.00 Labor $ 2,200.00 Commercial Equipment $ 1,500.00 Subtotal $ 6,930.00 OH&P(15%) $ 1,039.50 Industrial Total Proposed Quote $ 7,969.50 Government An Additional 5 working Days is requested to perform this work. Healthcare • Mobilizations:An Additional Charge of$3,000.00 will be added for an additional mobilization • OSHA Safe Excavation Infrastructure *Includes all taxes and delivery of material unless otherwise noted. Corporate Unforeseen or differing conditions will be reported if it will adjust this quote.All contract terms apply. Education Respectfully Submitted, Performing Arts 2(� v `— Nathan Rivers President Historical SETEX Construction Corp Beaumont Port Arthur Established 1990 Flozelle C. Roberts From: Sean Clifford <seanc@setexconstruction.com> Sent: Thursday,August 15, 2024 12:13 PM To: Flozelle C. Roberts Subject: [NON-CoPA] Fwd: 15th Street Cave-in CPR#1 -Additional Pipe repairs Get Outlook for iOS From:Sean Clifford<seanc@setexconstruction.com> Sent:Thursday,August 15, 2024 12:10 PM To: Nathan Rivers<nathanr@setexconstruction.com>; brad.brown@portarthurtx.gov<brad.brown@portarthurtx.gov> Subject: Re: 15th Street Cave-in CPR#1-Additional Pipe repairs Brad, please disregard the fine print at the bottom of the change order,just make the change for the 7,969.50. Since this is a change order the 3k mobilization fee does not apply. Thanks Sean Clifford Get Outlook for iOS From: Nathan Rivers<nathanr@setexconstruction.com> Sent: Monday,August 12, 2024 2:28:19 PM To: brad.brown@portarthurtx.gov<brad.brown@portarthurtx.gov> Cc:Sean Clifford<seanc@setexconstruction.com> Subject: 15th Street Cave-in CPR#1-Additional Pipe repairs Brad, See attached Change Proposal#1 for the additional work you spoke to Sean about this morning. Please let us know how to proceed as soon as possible. Thank you, Nathan Rivers President aw% Phone 409-842-8181 Mobile 409-880-5185 Email nathanr(asetexconstruction.com Web www.setexconstruction.com 5555 College Street,Suite 103, Beaumont,Texas 77707 oo P. R.No.23797 06/07/2024 FCR , Page 1 of 3 RESOLUTION NO. Lt -ace 0 A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH SETEX CONSTRUCTION CORPORATION OF PORT ARTHUR, TEXAS, TO REPAIR A CAVE-IN AT 800 WEST 15TH STREET. FUNDING IN THE AMOUNT OF 848,700.00 IS AVAILABLE IN THE MAINTENANCE ACCOUNT, 307-21-053-8517-00-10-000, PROJECT NUMBER MOTSTR1-CON WHEREAS, gradual deterioration of an underground transite clay drain pipe caused the eventual collapse of the 30 inch pipe, resulting in a cave-in at 800 West 15th Street;and, WHEREAS, the City of Port Arthur's Purchasing Department advertised for bids for the repair of a cave-in at 800 West 15th Street on May 4, 2024, and May 8, 2024 (see Exhibit A); and, WHEREAS,four(4)bids were received and opened on May 29.2024(see Exhibit B);and, WHEREAS, Setex Construction Corporation is a Port Arthur contractor; and. WHEREAS,the City may award to a Port Arthur contractor if their quote is within 5% of the lowest quote; and, WHEREAS, Setex Construction Corporation is within 5% of the lowest quote; 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 Council of the City of Port Arthur hereby awards the bid for the repair of the cave-in at 800 West l5`h Street to Setex Construction Corporation of Port Arthur, Texas, for S48,700.00; and, P. R.No.23797 06/07/2024 FCR Page 2 of 3 THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute, on behalf of the City, a contract between the City of Port Arthur and Setex Construction Corporation of Port Arthur,Texas, in the amount of$48,700.00 for the repair of the cave-in at 800 West 15th Street in substantially the same form as attached as Exhibit C; and, THAT, a copy of the caption of this resolution be spread upon the minutes of the City Council. READ,ADOPTED,AND APPROVED,this / Li day of ,2024 AD, at a regular meeting of the City Council of the City of Port Arthur, Texas, by the following vote:AYES:Mayor: PYWAQ, Councilmembers: 0) M fcw aPAAYA) I I C NOES: AOAQ, urman ill ie Mayor ATTES • rri Bellard, TRMC City Secretary APPROVED AS TO FORM: 4( • 012#4 J4m;s M. Black, Esq. Intolim City Attorney P. R.No.23797 06/07/2024 FCR Page 3 of 3 APPROVED FOR ADMINISTRATION: ‘Ity a. Ronald Burton, CP 1 ' City Manager , # A_ ozelle C 'oberts, EI , ng, MBA, CPM Director of 'ublic Wo s APPROVED AS TO THE AVAILABILITY OF FUNDS: Clifton . Williams,Jr., CPPB Purchasing Manager 47J, C Lynda Boswell, ICMA-� MI( yn Director of Finance P. R. 23797 Exhibit A CITY OF PORT ARTHUR • Request for Bid Repair Cave-In at 800 W.15th Street May 4, 2024 May 8, 2024 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS REQUEST FOR PROPOSALS TICE IS HEREBY GIVEN THAT sealed Proposals. addressed to the City of Port Arthur,will be l eived at the Office of the City Secretary, City Hall 444-4th Street or P. O. Box 1089. Port bur,Texas 77641 no later than 3:00 P.M.,Wednesday, May 15,2024 and all bids received will I reafter be opened and read aloud on Wednesday,May 15,2024 at 3:15 P.M.in the City Council ambers, 5th Floor.City Hall,Port Arthur,Texas for certain services briefly described as. REPAIR CAVE-IN AT 800 W. 15TH STREET pposals received after the deadline stated above regardless of method of delivery. will not be tsidered and returned unopened. pies of the Specifications and other Contract Documents will be available on file in the Purchasing lice.444-4th Street.City of Port Arthur,and are open for public inspection without charge.They can .o be retrieved from the Citys website at www.portarthurtx.gov1bids.aspx or www.pubiicpurchase m. )N MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAY.MAY 9,2024 AT 10:00 M.AT CITY HALL LOCATED AT 444 4TH STREET, PORT ARTHUR,TEXAS AND VIRTUALLY. )NTACT PURCHASING FOR VIRTUAL INVITE ie City of Port Arthur reserves the right to reject any and all bids and to waive informalities. it Chapter 2 Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not ard a contract to a company that is in arrears in its obligations to the C`• PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS ea { REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN THAT sealed Proposals, addressed to the City of Port Arthur.will b received at the Office of the City Secretary, City Hall 444-4th Street or P. O. Box 1089, Po Arthur,Texas 77641 no later than 3:00 P.M..Wednesday,May 15.2024 and all bids received w thereafter be opened and read aloud on Wednesday,May 15,2024 at 3:15 P.M.in the City Count Chambers,5th Floor,City Halt.Port Arthur,Texas for certain services briefly described as. REPAIR CAVE-IN AT 800 W. 15TH STREET Proposals received after the deadline stated above. regardless of method of delivery,will not t considered and returned unopened. Copies of the Specifications and other Contract Documents will be available on file in the Purchaser Office,444-4th Street,City of Port Arthur and are open for public inspection without charge.They ci also be retrieved from the City's website at www portarthurtx.govrbids.aspx or www publicpurchas cxxn!NON f NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAY.MAY 9,2024 AT 10:i !A.M.AT CITY HALL LOCATED AT 444 4TH STREET. PORT ARTHUR,TEXAS AND VIRTUAL!. I CONTACT PURCHASING FOR VIRTUAL INVITE. The City of Port Arthur reserves the right to reject any and all bids and to waive informalitif Per Chapter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinance. the City Council shall r award a contract to a company that is in arrears in its obligations to the City. Clifton Williams P. R. 23797 Exhibit B Co 4.0 ©. \ . C § Li g . ® , ; 0 X 2 e 9 o ■ \•\ . i E" 0. e:l l z 2 >. . c \ / ° 3 t w 0. z 3 F 2 2 « U 6. Go k 7 § 2 2 o / o # C.) ¥ z ® Gok <u L. 4. co U NIk c_ M \ / el o §1 .k / 7. 0 E . i ¥ % o « 2 w 2 .z - ■ - 2 n r § # « 2 2 / / e - C c z ¥ kl \ A '0 'I # ■ % $ - » ° Q / 2' ; % © _ , _ u Q = 4 z Q E 0 2 / U = c = c ss .§ C.4 is al O \ - ■ F. k e / ° / ■ E $ . .: 3t'Z. _ rI - % e / § _ 2 C. . 2 MO $ '2 / To � v'= = k .o § - ,' � & _ 43 7 t - 2. § t ] o , \ k , « « P. R. 23797 Exhibit C F' CONTRACT FOR THE REPAIR OF THE CAVE-IN AT 800 WEST 15TH STREET THIS AGREEMENT, made this day of , 2024, 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 Setex Construction Corporation herein acting by and through Nathan Rivers 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 Contract shall be 14 days from start date on Notice to Proceed. 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 thirty (30)days written notice. 2. The Contractor will perform work 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 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•berms therein for the sum of $ 48,700.00. 6. The term "Contract Documents" means and includes the following: a) Agreement b) Advertisement for Bid c) Addenda d) General Information e) Specifications f) Bid g) Notice of Award h) Notice to Proceed 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. A- 1 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. Signed on the day of 2024. ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY Signed on the day of 2024 ATTEST CONTRACTOR BY WITNESS A- 2 THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM � r�f CITY MANAGER TIFFANY L.HAMILTON EVERFIELD, ` ' MAYOR PRO TEM SHERRI BELLARD,TRMC City of CITY SECRETARY COUNCIL MEMBERS: WILLIE BAE LEWIS,JR. �I DONEANE BECKCOM JAMES M.BLACK HAROLD L.DOUCET,SR ��r t r t Ir u r INTERIM CITY ATTORNEY THOMAS KINLAW,III DONALD FRANK,SR. 7c tus APRIL 29, 2024 INVITATION TO BID REPAIR CAVE-IN AT 800 W. 15TH STREET DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, May 8, 2024. (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 8, 2024 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P24-037 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`%ork 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(n�portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 1 Fax 409.983.8291 Page 1 of 18 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 . It is the sole resp onsibility of the firm to ensure that the sealed OPENING DATE AND TIME p ty 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. eliot3`if 6{24,144-rtz- Clifton Williams Purchasing Manager Page 2 of 18 INVITATION TO BID REPAIR CAVE-IN AT 800 W. 15" STREET (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 18 THE BIDDER MUST SUBMIT THE FOLLOWING. A. BID SHEET-PAGE 6 B. NON-COLLUSION AFFIDAVIT-PAGE 7 (MUST BE NOTARIZED) C. AFFIDAVIT-PAGE 8 (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 9 E. CHAPTER 2252 CERTIFICATION-PAGE 11 F. HOUSE BILL 89 VERIFICATION-PAGE 12 Page 4 of 18 SPECIFICATIONS REPAIR CAVE-IN AT 800 W. 15rH STREET NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR TUESDAY, MAY 4, 2024 AT 2:00 P.M. AT 800 W. 15rH STREET, PORT ARTHUR, TEXAS 1. Remove 50 feet of concrete by 13 inches wide. 2. Repair Cave-in and replace concrete. Page 5of18 CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: REPAIR CAVE-IN AT 800 W. 15TH STREET BID DUE DATE: MAY 8, 2024 ITEM# DESCRIPTION DAYS TOTAL COST 1 REPAIR CAVE-IN AT 800 W. 15TH / / $ ,g 700. 00 STREET St EY, coea c quivr,er C01-0. 501 f povrba S t. 20`M' COMPANY N STREET ADDRESS{ P.o. 501. 2-0656 7772 e SIGNA OF BIDDER P.O.BOX iap(-wa4.4 i.14 ze-S Ptr '`l Atriti¢ 1\4 77 a,`f/ PRINT OR TYPE NAME CITY STATE ZIP b.N7 lto°! $442 5181 TITLE AREA CODE TELEPHONE NO b4 soi,e4c.p.a.kru4t1 .w^ LeOg $`f 2 ` .L2 7 Y EMAIL FAX NO. Page 6 of 18 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: A-74-1 v Printed Name: i Title: Cri st Company: -f W= co(b CTauc.,f,ar ("axe> Date: 51A-9l y0Vy SUBSCRIB D and sworn to before me byte above named Nl .�l .•Pe. ,;s on this the a day of I'll , 20 a . --)L-((y);61, ski iLu,„_ ti-tn Notary Public in and fo LYNIDA CLIFTON State of Texas O'pY"•:('Notary Public, State of Texas O 1 ? Comm.•Expires 11-17-2027 My commission expires: l )� ` Notary ID 11799700 Page 7 of 18 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: V 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. SiPcoy... Coe.clIZAVri ON C,Ott.- . 51200) u.2•14' Firm Name Date Authorized Signature Title MPett4A1.-J 1?.„N t Ito` . 8 it1 . v(81 Name (please print) Telephone 'U►ottS a Se6l,4 con,St tN",co'•- Email STATE: 1 0 ..i'.5 COUNTY:.) -- - --2f547- SUBSCRIBED AND SWORN to before me by the above named Uh0q1-iVca on this the a91+ l day of hr , 20 gq . • AfInt.�"""'�% LYNIRA CLIFTON �, AZ CVB ?Yo`r (el=Notary Public,State of Texas Notary Public m +e Comm.Expires 11-17-2027 '44;;;ii� Notary ID 11799700 �n � RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 8 of 18 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 Th:s 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 filed. 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. J Name of vendor who has a business relationship with local governmental entity. e TC- . C U \ i'cV ChOn C(5\CP I 1 Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated 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, ;,rA Name of Officer =1 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 B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. ivin 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? 4 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 No 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. nn ) I 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 Se ion 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). S/242-6 2.V Signature of ven or doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 Page 9of18 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local govemment officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 Page 10 of 18 House Bill 89 Verification tA Z4za4 (Person name), the undersigned representative (hereafter referred to as "Representative") of CA5e c-ravL,'i w•-= Cce- . _ (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. SIGNATUR OF REPRESENTATIVE SU SCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this �-R`�" ay of hlai , 20 LYN CLIO �zNotary PubliIDAc•StateFT ofN Texas • -N: !� •N �.,. ,;��; Comm. Expires t 1-17-2027 L(Y)f e-Qt-en °,:;,�i��;:`'‘ Notary ID 11199700 Notary Public Page 11 of 18 SB 252 CHAPTER 2252 CERTIFICATION I, r.lcvc cL.}t okl f , the undersigned an representative of C tvr o•si- Gcbc'S.-c auc%r"i o Go0P, (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, 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. 65.1"Zy- cra.u )rtoc--+ Goi , Name of Company Representative (Print) Signature of Company Representative s1 (1- 4 Date Page 12 of 18 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 13 of 18 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 asatisfactory 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.: Accounts Payable, P.O. Box 1089, Port Arthur, Texas 77641. Page 14 of 18 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 15 of 18 FF • 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 16 of 18 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 17 of 18 PAYMENT BOND If the Contract exceeds Fifty Thousand Dollars ($50,000.00) 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. PERFORMANCE BOND If the Contract exceeds One-Hundred Thousand Dollars ($100,000.00) Performance Bond shall be furnished on prescribed forms in the amount of one hundred percent(100%) of the Contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys-in- fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. NOTICE TO PROCEED Notice to Proceed shall be issued within ten(10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. If Notice Page 18 of 18 Cuyof -CITY OF PORT ARTHUR,TEXAS urt Mie t rt/ru ADDENDUM NO. ONE (1) 7exns APRIL 30, 2024 BID FOR: REPAIR CAVE-IN AT 800 W. 15TH STREET BID # 24-037 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. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard Time, Wednesday, May 15, 2024. (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 15,2024 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. 2. Pre-Bid will be on May 9, 2024 at 10:00 am at the Location. 3. Contractors will replace manhole box. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. 09 Cli n Williams Purchasing Man er 5/24/2.42.-y Signature of roposer Date 50(E* C.e a S p/1.0 ,4 G012.' . Company Vendor Name !11I/% f -Of -CITY OF PORT ARTHUR,TEXAS City t 14 tom._ ADDENDUM NO. TWO (2) ort rth«r Taws MAY 13 2024 BID FOR: REPAIR CAVE-IN AT 800 W. 15TH STREET BID #24-037 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. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, May 29, 2024. (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 29,2024 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Clifton Williams Purchasing Man er bh i' .o 1 Signature of Proposer Date S t ` Gdr'S-t(240.-t ec-t O.?. Company Vendor Name 14111A-- -CITY OF PORT ARTHUR, TEXAS ort rthu ADDENDUM NO. THREE (3) r""'S MAY 15 2024 BID FOR: REPAIR CAVE-IN AT 800 W. 15TH STREET BID #24-037 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 II THEIR BID. Addendum as follows A SECOND NON MANDATORY PRE-BID WILL BE ON MAY 16, 2024 AT 10:00 AM AT THE LOCATION. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. rL G(All tht - Cl i eh William Purchasing M ger 5/2//26)-q Signature of Proposer Date Company Vendor Name 11//, cn f J '- -CITY OF PORT ARTHUR,TEXAS 4 urt rt=Nhur — ADDENDUM NO. FOUR(4) Tiva, MAY 16 2024 BID FOR: REPAIR CAVE-IN AT 800 W. 15TH STREET 1 BID # 24-037 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. Addendum as follows 1. 50' of concrete and 50' of curb removal. 2. 6" of concrete thickness. 3. Remove soil and replace with 610 limestone base. 4. #5 rebar 5. Do not replace manhole. 6. 24' of 30" RCP 7. Stabilized sand around pipe. 8. If possible contractor will provide the banding of pipe or poring a collar. 9. 4000 PSI for concrete. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. '�Cli n Williams Purchasing ager .0-91042. i Signature of Proposer Date S(rXL'F co-K.4"v o,- w t-p. Company Vendor Name