HomeMy WebLinkAboutPR 24479: REHABILITATION OF REDBIRD STREET City of -
ort rthu
Texas
INTEROFFICE MEMORANDUM
FINANCE DEPARTMENT - PURCHASING DIVISION
Date: August 1, 2025
To: The Honorable Mayor and Council
Through: Ronald Burton, City Manager
From: Clifton Williams, Purchasing Manager
RE: PR No. 24479 Rehabilitation of Redbird Street
Introduction:
This Resolution is requesting City Council to authorize the City Manager to enter into a contract with PaveCon
Ltd of Houston, Texas, for rehabilitation of Redbird Street for the cost of$678,349.66.
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 Redbird Street, extending from Green Avenue to Jefferson Drive. PaveCon submitted a
proposal amounting to $678,349.66 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 expended from the capital improvements project account
307- 21- 053- 8517- 00- 10- 000.
Recommendation:
Purchasing recommends that the City Council approve Proposed Resolution No. 24479, awarding the contract
to PaveCon Ltd, of Houston, Texas, in an amount not to exceed $678,349.66, for the rehabilitation of Redbird
Street, extending from Green Avenue to Jefferson Drive,utilizing BuyBoard Cooperative Purchasing Program
pricing.
PR 24479
8/07/2025 cewj
Page 1 of 3
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 THE
REHABILITATION OF REDBIRD STREET, EXTENDING FROM GREEN AVENUE
TO JEFFERSON DRIVE FOR AN AMOUNT NOT TO EXCEED $678,349.66.
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, and 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 Redbird Street, extending from Green Avenue to Jefferson Drive; and
WHEREAS, PaveCon, Ltd. submitted a BuyBoard-compliant proposal in the amount of
$678,349.66 for the rehabilitation of Redbird Street, extending from Green Avenue to Jefferson Drive,
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 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 24479
8/07/2025 cewj
Page 2 of 3
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 $678,349.66, for the rehabilitation of
Redbird Street, extending from Green Avenue to Jefferson Drive, utilizing BuyBoard Cooperative
Purchasing Program pricing.
Section 3. That funding for this project shall be expended from the capital improvements
project account 307-21-053-8517-00-10-000.
Section 4. That a copy of the Resolution shall be spread upon the Minutes of the City
Council.
READ, ADOPTED AND APPROVED this the day of , A.D., 2025, at a
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 24479
8/07/2025 cewj
Page 3 of 3
APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION
Roxann Pais Cotroneo, Esq. Ro n,
City Attorney City Ma er
APPROVED AS TO AVALIABILITY OF FUNDS:
Ly Boswell
Finance Director
0, 6 (L/IiL
Clifton'Williams
Purchasing Manager
EXHIBIT "A"
Aaktig.
PAVECON PROPOSAL PACKAGE pikviE���
Redbird St Rehabilitation
Redbird St(Green Ave. to Jefferson Dr), Port Arthur TX
Prepared for:
City of Port Arthur Public Works
� ..
11i it 4 at,
its,,
•---, il
Y
o_: as
f
•,
M
. OT M
Kf-fi� h�
-i•Y 'f Mom��' J -1i� 9'<�' _ ) [Y y,�g!
PROPOSAL & CONTRACT RAVE....drm4r.r.or
Redbird St Rehabilitation Houston Division
City of Port Arthur Public Works 9900 Windfern Rd
Redbird St(Green Ave.to Jefferson Dr), Port Arthur TX Houston Tx
BuyBoard #700-23
SOW Description Quantity Unit Unit Price Total
Asphalt PLANING&TEXTURING PAVEMENT(1.5"-2") 2,637 SY $ 8.11 $ 21,386.07
Subgrade REWORKING BASE COURSE(6")(ORD COMP) 2,637 SY $ 15.06 $ 39,713.22
Stabilization CEMENT TREAT(MIX EXST MTL&NW BS)(8")(DC) 2,637 SY $ 16.34 $ 43,088.58
Stabilization CEMENT SLURRY(5%)(DRY WI)(DEL)(COMPL IN PL) 53 TON $ 460.35 $ 24,398.55
Asphalt PRIME COAT(AE-P) 527 GAL $ 4.26 $ 2,245.02
Asphalt D-GR HMA TY-D PG64-22(2")(SURFACE COURSE) 290 TON $ 277.92 $ 80,596.80
Asphalt D-GR HMA TY-D PG64-22(1.5")(TRANSITIONS) 15 TON $ 277.92 $ 4,168.80
Asphalt D-GR HMA TY-D PG64-22(1.5"-3")(DRWYS) 52 TON $ 277.92 $ 14,451.84
Utility Inlet Grate Adjustment 3 EA $ 488.60 $ 1,465.80
Drainage Cleaning/Re-Shaping Ditches 2,260 LF $ 8.17 $ 18,464.20
Utility Rept.Exist.6"Poly Waterline W/6"PVC C-900 1,130 LF $ 210.30 $ 237,639.00
i Utility Install 2 Tee's and Isolation Valves 2 EA $ 13,889.65 $ 27,779.30
Utility Install 26 Service Taps to Resident Meters 26 EA $ 3,522.89 $ 91,595.14
Utility Gas Conflict Allowance 1 LS $ 8,750.00 $ 8,750.00
GC General Conditions 1 LS $ 17,620.00 $ 17,620.00
i Bond Payment and Performace Bond 1 LS $ 12,682.74 $ 12,682.74
Contingency Project Contingency 1 LS $ 32,304.60 $ 32,304.60
Total Project Cost = $ 678,349.66
Estimated Project Timeline-160 Calender Days
PAVECON,Ltd.will furnish all labor,materials and equipment required for the performance of the
following described work in connection with construction or improvements.
ACCEPTED: PAVECON, LTD.
Tristan Frerich
City of Port Arthur Senior Project Manager
Pavecon LTD. August 1, 2025
Corporate Office P.O.Box 535457,Grand Prairie,TX 75053 3022 Roy Orr Blvd.,Grand Prairie,TX 75050
p
PROPOSAL & CONTRACT PAVE
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
cement slurry stabilization.
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 surface
course to achieve an average compacted thickness of 2".
Ditch Cleaning and Re-Shaping
Ditches will be cleaned and re-graded to allow positive flow where possible constrained by exsiting
curlvert and inlet elevations.
Inlet Grate Adjustment
Inlets will be adjusted to match final elevation of the finished road surface.Grates will be replaced with
galvenized grates and covers.
6"Water Line Replacement
Remove Existing 6"Poly Waterline and Install 1130 LF WATERLINE W/6"PVC C-900
Install 2 Tee's and Isolation Valves.
Install 26 service taps to residence meter
Stabilized sand backfill for 3'of covereage
Please note the gas utilities for each residence will slow progress on this project.
General Conditions
Erosion Control
Onsite Toilet Services
Traffic Control and Barricades
g y
3 ii . . 1 1 ",*
4
psi 9' 4
'4°1*$
*4$* ** i tt, ,,,1- 4P ot
, , ,. ire,
a .i % s -.. , ,,k,. .. s� w
'..4. -,-- '-, 1P-- . ,' . -'14: -t_H--, ;: itiik. i
r 2Lit,Ir '- I` i 4 111
. ,
s .r;th
p' `
ilk
Aiv
. tili
, lik t 1 _
I c
k . '+1 p
47,
ro
46.
0 QJ
fQ -0� a' * ` s LA
y} ? - °
CU , . ,,,, 1 or . .0. ...1 .4 , , 0-‘'
/��/� t ► '
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 and to hold PAVECON,Ltd.harmless to the extent
authorized by law 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
4 and cost of collection shall be charged you and paid by you,if incurred by PAVECON.
PROPOSAL & CONTRACT PAVE
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,trench cutting pipe,removal and installation of
new pipes and fittings,stabilized sand backfill for 3'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 and gas utility relocation/adjustment,irrigation,or landscape repair outside 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 3'deep or less.
Ownership or removal of asbestos pipe
Existing Concrete in Trenches
Water Meters