HomeMy WebLinkAboutPR 24378: REHABILITATION OF 13TH STREET, EXTENDING FROM SABINE AVENUE TO NECHES AVENUE, AT EITHER END OF 13TH STREET City of -/ \ )4\
ort rthu
Texas
INTEROFFICE MEMORANDUM
UTILITY OPERATIONS DEPARTMENT - ADMIN. DIV.
Date: June 6, 2025
To: The Honorable Mayor and Council
Through: Ronald Burton, City Manager
From: Clifton Williams, Purchasing Manager
RE: PR No. 24378 Rehabilitation of 13th Street, extending from Sabine Avenue to Neches
Avenue, at either end of 13th Street.
Introduction:
This resolution requests that the City Council authorize the City Manager to enter into a contract
with PaveCon Ltd. of Houston, Texas, for the rehabilitation of 13th Street, extending from Sabine
Avenue to Neches Avenue, at both ends of 13th Street, for a total cost of$406,888.64.
Background:
Due to the substantial number of streets in need of repair,the Purchasing Department has explored
additional avenues to engage more contractors for street maintenance. The department identified
PaveCon as a contractor authorized under the BuyBoard Cooperative Contract for road
rehabilitation. The Purchasing, Utilities, and Engineering Departments collaborated to identify
PaveCon, Ltd. as a qualified vendor through the BuyBoard Cooperative Purchasing Program. The
aforementioned departments provided PaveCon, Ltd. with a bid table and layout, along with the
standards and specifications of the City of Port Arthur, to solicit a cost proposal for the
rehabilitation of 13th Street, extending from Sabine Avenue to Neches Avenue, at either end of
13th Street. PaveCon submitted a proposal amounting to $406,888.64 for these services. Staff
members from the Utilities and Engineering Departments reviewed the cost proposal submitted by
PaveCon, Ltd., and determined that the proposed pricing is competitive with similar projects
recently bid.
Budget Considerations:
That funding for this project shall be expanded from the capital improvements project account
307-21-053-8517-00-10-000.
Recommendation:
Purchasing recommends that the City Council approve Proposed Resolution No. 24378, awarding
the contract to PaveCon, Ltd., of Houston,Texas, in an amount not to exceed $406,888.63, for the
rehabilitation of 13th Street, extending from Sabine Avenue to Neches Avenue, at either end of
13th Street, utilizing BuyBoard Cooperative Purchasing Program pricing.
PR 24378
6/6/2025 TN R
RESOLUTION NO.
A RESOLUTION AWARDING A BID AND AUTHORIZING
THE CITY MANAGER TO ENTER INTO AN AGREEMENT
WITH PAVECON LTD, OF HOUSTON, TEXAS, THROUGH
BUYBOARD COOPERATIVE CONTRACT NUMBER 700-23
FOR REHABILITATION OF 13TH STREET, EXTENDING
FROM SABINE AVENUE TO NECHES AVENUE, AT
EITHER END OF 13TH STREET. FOR AN AMOUNT NOT
TO EXCEED $406,888.63. FUNDS ARE AVAILABLE IN
CAPITAL IMPROVEMENTS PROJECT ACCOUNT 307-21-
053-8517-00-10-000.
WHEREAS,the Engineering Department,based on historical data and roadway condition
assessments, identified various City streets in deteriorated condition and recommended them for
reconstruction,remediation, or rehabilitation, which recommendations were duly presented to the
City Council for review and consideration; and
WHEREAS, in light of the volume of required street rehabilitation, the Purchasing
Division explored additional procurement options to expand contractor participation,including the
utilization of cooperative purchasing contracts; and
WHEREAS, the Purchasing, Utilities, and Engineering Departments jointly identified
PaveCon, Ltd. as a qualified vendor through the BuyBoard Cooperative Purchasing Program; and
WHEREAS, said departments provided PaveCon, Ltd. with a bid table and layout, along
with the City of Port Arthur's standards and specifications, in order to obtain a cost proposal for
the rehabilitation of 13th Street, extending from Sabine Avenue to Neches Avenue, at either end
of 13th Street; and
WHEREAS, PaveCon, Ltd. submitted a BuyBoard-compliant proposal in the amount of
$406,888.63 for the rehabilitation of 13th Street, extending from Sabine Avenue to Neches
Avenue, at either end of 13th Street, as detailed in Exhibit"A"; and
WHEREAS, staff from the Utilities and Engineering Departments reviewed the cost
proposal submitted by PaveCon,Ltd. and determined that the proposed pricing is competitive with
similar projects recently bid; and
WHEREAS,Chapter 271, Subchapter D,of the Texas Local Government Code authorizes
municipalities to participate in cooperative purchasing programs through a resolution adopted by
their governing bodies, including programs such as (BuyBoard), as an alternative to the formal
bidding process; and
WHEREAS, pursuant to Resolution No. 02-341, the City of Port Arthur entered into an
interlocal agreement with the BuyBoard Cooperative Purchasing Program, thereby enabling
participation in such cooperative procurement efforts.
PR 24378
6/6/2025 TNR
NOW THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PORT ARTHUR, TEXAS:
Section 1. That the findings and recitals set forth above are hereby found to be true and
correct and are adopted as part of this Resolution.
Section 2. That the City Manager is hereby authorized and directed to execute a contract
with PaveCon Ltd., of Houston, Texas, in an amount not to exceed $406,888.63, for the
rehabilitation of 13th Street, extending from Sabine Avenue to Neches Avenue, at either end
of 13th Street„ utilizing BuyBoard Cooperative Purchasing Program pricing.
Section 3. That funding for this project shall be expanded from the capital improvements
project account 307-21-053-8517-00-10-000.
Section 4. A copy of the Resolution shall be spread upon the Minutes of the City Council.
READ,ADOPTED AND APPROVED on this day of July, A.D., 2025, at a Regular
Meeting of the City Council of the City of Port Arthur, Texas, by the following vote:
AYES:
Mayor:
Councilmembers:
NOES:
Charlotte M. Moses, Mayor
ATTEST:
Sherri Bellard
City Secretary
PR 24378
6/6/2025 cewj
Page 3 of 3
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION
Roxann Pais Cotroneo Ron Burton, Or
City Attorney City Man-•er
APPROVED AS TO AVALIABILITY OF FUNDS:
Lynn oswel
Finance Director
(ILL
Clifton Williams
Purchasing Manager
EXHIBIT "A"
PAVECON PROPOSAL PACKAGE ��/E""""
Port Arthur 13th Street - Rehabilitation
4317 13th St
Port Arthur, TX
Prepared for:
City of Port Arthur
Clifton Williams
.,;:.,.1.„.:,,ii;.4.,,„.4,.„....:t.i:,-,...„- „: ,o.r.----..:',-;4; ''''.'-' '''''' '''':.-, ,
5 f
1
- Fill..„,, -.,,, _- ..,„
' , tl x
Prepared By:
Tristan French _ 4 � "'
Project Manager - -.* 7
9900 Windfern Rd _
Houston, TX 77064 r
361-876-3591 L � ,
V
ti„-' ..,. :':
. *, max,A.-* 4 �•.f.:.t,.�••.• - ,? L
x ':
�` ;.; r ; June 6, 2025
.3Y: ,Y-
PROPOSAL & CONTRACTPAVEt„,
June 6, 2025 Houston Division
City of Port Arthur 9900 Windfern Rd
444 4th St Houston,TX 77064
Port Arthur,TX Office 281-571-8040
Attn: Clifton Williams
Re: Port Arthur 13th Street- Rehabilitation
Thank you for contacting Pavecon and allowing us to provide you with the following proposal and scope
of work
BUYBOARD CONTRACT#700-23
SOW Description Quantity® Unit Price Total
Subgrade Subgrade Prep- Premix Existing Road 6" 960 SY $ 18.92 $ 18,163.20
Flexbase 2" Flexbase Import and Rough Grading 960 SY $ 15.89 $ 15,254.40
Stabilization 8" -5%Cement Stabilization and Fine Grading 960 SY $ 28.36 $ 27,225.60
Asphalt 2"TY D Asphalt Overlay 8640 SF $ 4.43 $ 38,275.20
RCP Class III 18" RCP Installation/Backfill 24 LF $ 324.50 $ 7,788.00
Ditches Drainage Adjustments to existing Ditches 1,000 LF $ 8.98 $ 8,980.00
Utilities Demo 4" and Install 6"C900 Dr18 480 LF $ 131.88 $ 63,302.40
Utilities Demo 4" and Install 6"C900 Dr18 490 LF $ 116.36 $ 57,016.40
Utilities Install Fittings for AC 90 1 EA $ 5,898.70 $ 5,898.70
Utilities Install Fittings for AC Tee 1 EA $ 5,842.58 $ 5,842.58
Utilities Install Water Service Taps 11 EA $ 2,502.36 $ 27,525.96
Utilities Install Sewer Service Taps 11 EA $ 3,778.34 $ 41,561.74
Utilities Install Manhole at Sabine 1 EA $ 23,872.10 $ 23,872.10
Utilities Install End of Service Cleanhout MH 1 EA $ 15,463.75 $ 15,463.75
General General Conditions 1 LS $ 42,740.40 $ 42,740.40
Bond Payment and Performance Bond 1 LS $ 7,978.20 $ 7,978.20
Total Pro'ect Cost = $ 406,888.63
Estimated Days to Complete : 190 Total Days
The work is to be performed as follows: (Reference Plans or Site map as necessary)
PAVECON, Ltd.will furnish all labor, materials and equipment required for the performance of the
following described work in connection with construction or improvements at:
4317 13th St- Port Arthur, TX
City of Port Arthur Tristan Frerich
Project Manager
Pavecon LTD.
Corporate Office P.O.Box 535457,Grand Prairie,TX 75053• 3022 Roy Orr Blvd.,Grand Prairie,TX 75050
PROPOSAL & CONTRACT PAW
DESCRIPTION OF WORK:
Subgrade Preparation
Pre-mix existing road to a depth of 6". Process and compact in place and rough grade to prepare for flexbase import.
2" Crushed Concrete Flexbase Import
Place and process Type 1 base material to a compacted depth of 2".
5%8" Cement Stabilization
Mix/Blend 5% cement slurry 8" into prepared road base. Process and compact in place. Fine-grade prepared
subgrade to achieve a 2%cross slope from the crown of the road to edge of pavement where possible constrained by
exsiting resident driveways.
2"TY D Aspahlt Overlay
Cement stabilized subgrade will be primed prior to paving. Pave with Type "D" hot mix asphalt concrete surface
course to achieve an average compacted thickness of 2". Final elevation of new road will be an average of 2" higher
than existing road.
18" RCP Culvert Remove and Replace
Remove existing RCP culvert. Adjust grades to allow for positive flow and prepare bed for pipe. Install approxietly 24
LF of Class III Reinforced Concrete Pipe and backfill with cement treated sand to subbase elevation. Outfall of pipe
will include RIP RAP placement to help prevent washout/erosion.
Water and Sewer Utility Replacment
Remove 4" and Replace 6" waterline with C-900
Remove 6" and Replace 8" SDR 26
Replace all Residential Service taps for water and sewer lines
Pipe depths and manhole tie ins are unspecified. Excavation includes depths to 5' -if deeper excavation is required a
trench safety system or trench box will be required via change order.
General Conditions
Erosion Control and SWPPP
Onsite Portable Toilet Services
Contingency
Traffic Control and Barricades
- `, ..s
Fes'
` '
t
•: ... `1
o 'g ritAitta':'‘.-e
f
co 7C � s
i s '' ,,
to
ce 1-
} <
4-. i
CU
CJ O
1410411-5----77.-: ,...4,411111' - ‘-i1;1:-
M y,,
M , 4
O 1
n
arc+
etr ff
4.0
O
a
li if.
r a "` c
as
tit
-- Q
‘11,. li
� I
O C
ea 47'
as
._ _.
_'- - -3� - /��
FL-
ZCar rr _ y
s_
a� P a)
J :,ili,,:-:::,,,,,.'4,--ki-Ot ',..,:4', .'::±:el';:n.::, . .....,/-:,..::,:7„....: - .-1-c9f:,,,:6-..-L, . --:'' - ---:*,L,7„,-,,,I,-'*' ::‘,:,: ,-;'*:,:-,-.--',.,.„::'.--:-'11::: !r13° 73E;
ee elm
ICt.I( t` xF f s ` ' H
en Lo
LLI
', ,=yam _
PROPOSAL & CONTRACT PAVE
TERMS AND CONDITIONS
1.PAVECON, Ltd.,(PAVECON)will carry workmen's compensation insurance covering its employees and shall provide public
liability and property damage insurance.
2.Any changes from the specifications or modifications of the terms of this contract shall be set put in writing and signed by both
parties.
3.This proposal expires 30 days from the date hereof but may be accepted at any later date at the sole option of the Company.
4. By accepting this proposal,Owner agrees to indemnify to the extent authorized by law and to hold PAVECON,Ltd.harmless
from all claims,including its reasonable attorneys'fee incurred in defending any claim,resulting from damages to any utility line,
irrigation line,private electrical,or sub structure not identified or clearly marked.Any damage to clearly marked utility lines,
irrigation line,private electrical lines,or sub structures shall be the responsibility of PAVECON,Ltd.
5.Unless a lump sum price is to be paid for the foregoing work and is clearly so stated it is understood and agreed that the
quantities referred to above are estimates only and that payment shall be made at the stated unit prices on the actual quantities
of work performed by PAVECON as determined upon completion of the work.
6.PAVECON shall not be responsible for any damage to or deterioration of any of our work,whether completed or in process,
resulting from any cause or causes beyond our control,but not limited to failure of subgrade,including soil volume changes,or
failure of inadequacy of any labor or materials not furnished and installed by us,whether or not such failure or inadequacy was
or could have been known at the time our work was undertaken.
7. PAVECON is not responsible for removing vehicles from repair areas. PAVECON will notify you in advance and you must make
arrangements to have vehicles removed at your expense.
8.In the event all work under this contract is not completed in one operation,Company shall be paid in full for all items of work
completed upon the completion thereof.Any work under this contract for which PAVECON has not received a"work order"
calling for completion within one year from the date of this agreement will be subject to renegotiations of prices,or cancellation
at PAVECON's option.
9.Terms of Payment-Final and complete payment for all work performed herein shall be made within 30 days of invoice date.
Interest at the rate of(18)percent per annum shall be charged you and paid by you on all unpaid balances from the due date to
the date of receipt of payment by PAVECON.Reasonable attorney's fees and cost of collection shall be charged you and paid by
you,if incurred by PAVECON.
PROPOSAL & CONTRACT PAVEE*N
INCLUSIONS AND EXCLUSIONS
INCLUSIONS:
Barricades and Traffic Control
Unit pricing prevails on all items unless otherwise noted.
PAVECON, Ltd.guarantees this work for materials and workmanship for a period of 1-year from installation,excluding
unusual abuse or neglect.
Payment and Performance Bonds
BuyBoard Contract#700-23
Chlorine Tablets in proposed water line,concrete bottom manhole,trnch cutting pipe,removal and installation of new pipes and
fittings,stabilized sand backfill for 2'of covereage
EXCLUSIONS:
Subgrade or Subbase remediation required in the repair area discovered during construction or through investigation
by a proof-roll or any other construction activities.
Taxes(Resale or Exempt must be provided).
Permits and Testing.
Storm water utility relocation/adjustment,irrigation,or landscape repair outside of defined limits of scope.
Private resident culvert cleaning or replacement
Design/Engineering of project scope
All work areas must be free of materials&equipment.
Rock excavation and tree removal.
Demo,sawing,haul off of spoils created by others.
Pavement markings,wheel stops,signage.
Sleeves for Irrigation. Dewatering.
Water Line is assumed to be 5'deep or less.
Sewer Line is assumed to be 5'deep or less.
Water service testing
Ownership or removal of asbestos pipe