HomeMy WebLinkAboutPR 15757: HYDROTEC UTILITY MAINTENANCE FIRE HYDRANT INSTALLATION, REMOVAL AND/OR REPLACEMENT SERVICESDIEM®IZANDIJM
CITY OF PORT ARTHUR
UTILITY OPERATIONS DEPARTMENT
TO:
FROM:
DATE:
Steve Fitzgibbons, City Manager .
Kelly Eldridge, Director of UtiliTy Operations l L L'I~-v~',
February 16, 2010
SUBJECT: Proposed Resolution No. 15757
C®~~~I~~S
RECOMMENDATION
I recommend that the City Council approve Proposed Resolution No. 15757 authorizing the execution of
contract with Hydrotec Utility Maintenance, of Orange, Texas, for Fire Hydrant Installation, Removal, and/or
Replacement Services. '
BACKGROUND
The Water Distribution Division typically performs this service, but often needs assistance from private
contractors to keep up. Recent FH testing by the Fue Department has discovered more than routine quantities
in need of some sort of maintenance or replacement and we will use this contractor on an as needed basis to
schedule this work. The vast majority ofthese will be replacement and installation. We will be removing any
non-working fire hydrants in areas that are already covered by other working units. Bid packets were sent out
and two (2) bids were received on February 3, 2010. They are as follows:
Bidder Unit Cost-Installation Unit Cost-Removal Unit Cost-Replacement UnitCost-SidewaDcReoeQ
Bydrotec $1,250.00 $650.00 $750.00 $20.00/ft'
Orange, Texas
Jerry Walley $1,650.00 $475.00 $1,100.00 $9.50/ft'
Lumberton, Texas
BUDGET/FISCAL EFFECT
This work will be charged to the Water and Sewer Operating Budget AccountNumber. 410-1253-532.35-00.
STAFF/EMPLOYEE EFFECT
Existing staff will administer this contract and monitor the contractor's performance.
SUMMARY
I recommend that the City Council approve Proposed Resolution No. 15757 authorizing the execution of a
contract with Hydrotec Utility Maintenancefor Fire Hydrant Installation and/or Replacement Services.
P.R. No. 15757
2/16/10
RESOLUTION NO. -
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT FOR
FIRE HYDRANT INSTALLATION, REMOVAL, AND/OR REPLACEMENT
SERVICES FOR THE UTILITY OPERATIONS DEPARTMENT WITH
IIYDROT"EC UTILITY MAINTENANCE, OF ORANGE, TEXAS, IN THE
°IINIT PRICES SHOWN ON THE BID FORM, ACCOUNT NO. 410-1253-
532.35-00.
WHEREAS, the City has a need for a contractor to provide Fire Hydrant Installation,
Removal, and/or Replacement Services in addition to its existing W ater Distribution crews on an as-
needed basis; and, ,
WHEREAS, Hydrotec Utility Maintenance is the lowest and most responsible bidder and a
copy of the bid tab is attached as Exhibit "A"; and,
WHEREAS, the City Council desires to awazd a contract for Fire Hydrant hvsiallationand/or
Replacement Services to Hydrotec Utility Maintenance, of Orange, Texas, In the unit prices shown
on bid form; NOW THEREFORE,
BE IT RESOLVED BY THE CITY COUNCIL OF THE' CITY OF PORT ARTHUR:
THAT, the City Council of the City of Port Arthur hereby authorizes the execution of a
contract between the City of Port Arthur and Hydrotec Utility Maintenance for Fire Hydrant
Installation, Removal, and/or Replacement Services for the Utility Operations Department; and;
THAT a copy of the caption of this- resolution be spread upon the minutes of the City
Council. _
,20IOata
READ, ADOPTED AND APPROVED THIS day of
Regulaz Meeting of the City Council of the City of Port Arthur, Texas; by the following vote:
P: R. No. 15757
Page 2 of 2
AYES: Mayor:.
Councilmembers:
NOES:
q
)f
Delores Prince; Mayor
ATTEST:
Terri Hanks, City Secretary
APPROVED AS TO FORM:
Val Tizeno, ~' City Attorney
APPROVED FOR ADNIINISTRATION:
Steve Fitzgibbons
City Manager
Kelly dridge
Director of Utility Operations
AGREED TO:
Hydrotec Utility Maintenance
APPROVED AS TO AVAILABILITY OF
FUNDS:
~) a
~lYx- ~~ fi~~'-y --~
Deborah Echols, Director of Finance
Account No.410-1253-532.35-00
Ross Blackketter
Director of Public Works
~% ~ / ;
'.,~~~~ `~~'~t ~ r ,,1
~~, <.
Shawna Tub s, Purchasing Manager
r
EIRE IIYDIgAN'I' Il®TS'I'AI.LATION, IaEM®VAL ANI)/®It
ISEI'I~ACEMEN'I' SEISVICE~ C®N'I'IZAC7' AGIaEEMEN'I'
TIIIS AGREEMENT is made by and between an individual, firm partnership or
corporation, Hvdrotec Utility Maintenance , of Orange, Texas, hereinafter called "Contractor",
and the City of Port Arthur, a municipal corporation organized under the laws of the State of,
Texas, hereinafter called the "Owner",or "City". ,
WITNESSETh: That for and in consideration of the payments, terms, coirditions and
agreements set forth herein, Owner and Contractor agree as follows:
1. The term of this Contract shall be for one (1) yeaz from the date that it is signed by the
City unless sooner terminated under the provision hereof. The City can terminate this contract at
its convenience which includes, but riot limited to, funding not being available in any budget
cycle with tens days written notice.
2. The Contractor will perform Fire hydrant Installation, Removal, and/or
Replacement Services as stated in the Contract Documents.
3. During the term of this Contract, the Contractor will firnrish at-his own expense all of
the tools, equipment, labor, qualified supervision and other services necessary for the satisfactory
completion of specifications and agreements contained herein for Fire hydrant Installation, .
Removal, and/or Replacement Services.
4. The Contractor agrees to perform all the work described in the specifications and
contract documents and comply with the terms herein for the unit prices as shown in the attached ..
bid schedule as shown in the Bid schedule. '
5. The term "Contract Documents" means and includes the following:
(A) Agreement
(B)`Advertisement for BIDS
(C) Invitation to Bid
(D) General Information
(E) General Specifications
(F) Specifications
(G) Bid
(H) Bidder's Information Sheet.
(I) Notice to Proceed
(J) Addenda:
No. _, dated , 2010:
6. The Owner will pay to the Contractor in the manner and at such times as set forth in
the General Information such amounts as required by the Contract Documents.
7. This Agreement shall be binding upon all parties hereto and then respective heirs,
executors, administrators, successors and assigns.. ,
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed .
by their duly authorized officials, this Agreement in two (2) copies each of which shall be
deemed an original on the date first above written. '
SIGNED AND AGREED to on the day'of , 2010.
WITNESS: CONTRACTOR:
Hydrotec Utility Maintenance
SIGNED AND AGREED to on the day of
WITNESS:
2010.
CITY OF PORT ARTHUR
City Secretary City Manager
CITY OF PORT ARTHUR. TEXAS
BID SHEET
BID FOR: FIRE HYDRANT INS'T'ALLATION, REMOVAL; AND/OR
i
REPLACEMENT
BID OPENING DATE: FEBRUARY 3.2010 "
OPTION DESCRIPTION COST .
i Base Bid
Installation: - S /~ SO 40 /fire hydrant
Removal: S ` ~ •~0 40 /fire 6ydrsnt
Replacement: S X50.00 /fire hydrant
Suoalemental Bid Item
;; _ .,-
:Concrete sidewalk:` $ l~
p~.0~ /ft2
~~ Receipt of addenda is acknowledged:
_.,
~
` No. i Dated ~ Received
~i~i,~c~m 7,~c~ l~,l,~,'f-c." iYla; n~ 51v~~6 ~i ''~a~Y.'~~a 64~/. P~G~~ 9X ~7G36.
C .ANY NAME ST
REET ADDRESS
` n
b!0. ~0~ ~/~i'S i5n'A'crl' ~,"{~ 9,F! 77~i~~
SIGN OF BIDDER, - P.O. BOX U
~,~~~c„ C~o~~y
(PRI~i ]'i' TYPE N
CITY STATE Z1P
TITLE AREA CODE TELEPHONE NO.
~/ ,' 11 rn -~. G rriiG~ ' e ~sR ~wo. cG~-+-
ED4AII.
Page 12 of IS - - ~ _ ~ -
CITY OF PORT ARTHUR, TEXAS
ADVERTISEMENT FOR BIDS
NOTICE IS HEREBY GIVEN THAT sealed Bids, addressed to the City of Port
Arthur, will be received at the Office of the City Secretary, City Hall 444-4th Street
or P. O. Box 1084, Port Arthur, Texas 77641 no later than 3:00 P: M., Wednesday,
February 3, 2010, and all bids received will thereafter be opened and read aloud. at 3:15
P. M, on Wednesday, February 3, 2010 in the City Council Chambers, 5th Floor, City
Hall, Port Arthur, Texas f r certain services briefly described as:
FIRE'~NST LATION REMOVAL, AND/OR REPLACEMENT SERVICES FOR
THE UTILITY OPERATIONS DEPARTMENT
Bids received after closing time will be returned unopened.
Copies of the Specifications and other Contract Documents are on file in the Purchasing
Office, 444-4th Street, City of Port Arthur, and are open for public inspection «ithout
charge. They can also be retrieved from the City's website
www.portarthur.net
The City of Port Arthur. reserves the right to reject any and/or all bids and to waive
any informalities or irregularities and to make the award of the contract in the best
interest of the City. ,
/ /,
Shawna Tubbs
Purchasing Manager
FIRST PUBLICATION: JANUARY 17, ZO10
SECOND PUBLICATION: JANUARY:24, 2010
DELOR[S "BOBBIE" PRINCE, MAYOR
ELIZABETH "LIZ" SECLER MAYOR PRO TEM
COUNCIL MEMBERS:
Clly Of
JACK CHATMAN, JR
MORRIS ALBRIGHT, III
MARTIN FLOOD
JOHN BEARD, JR
ROBERT E. WII;LIAMSON
D. KAY WISE
THOMAS J. HENDERSON
JANUARY 20, 2010
.../111~111~ ~`~~
ort rtliu~
Texas
INVITATION TO BID
STEPHEN FITZGIBBONS
CITY MANAGER
TERRI HANKS
CITY SECRETARY
VAL TIZENO - -.
ACTING-CITY ATTORNEY
FIRE HYDRANT L~TSTALLATION, REMOVAL, AND/OR REPLACEMENT SERVICE
FOR THE CITY OF PORT ARTHUR UTILITY OPERATIONS DEPARTMENT
DEADLINE:.Sealed Bid Submittals must be received and time stamped by 3:OOp.m.; Central
Standard Time, Wednesday, February 3,2010. (The clock located in the City Secretary's
office will be the official time.) _All bids received will -be read aloud at 3:15p.m. on
Wednesday, February 3, ZO10 in the City Council Chambers, City Hall, 5`h Floor, Port Arthur,
TX.
MARK ENV ELOPE: FIRE HYDRANT INSTALLATION
DELIVERY ADDRESS`. Please submit two (2) complete copies of your bid to:
CITY OF PORT ARTHUR
CITY SECRETARY
P.O. BOX 1089
PORT ARTHUR, TEXAS 7764]
CITY OF PORT ARTHUR
CITY SECRETARY
444 4TH STREET, 4'" Floor
PORT ARTHUR; TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid should be directed to:
City of Port Arthur, TX
Shawna Tubbs, Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641
409.983.8160
Shawna(a~portarthur.net
Questions concerning the Scone of Work should be directed to:
City of Port Arthur, TX
Kelly Eldridge, Director of Utility Operations
P.O. Box 1089
Port Arthur, TX 77641 '
409.983.8226
Kellvfa~nortarthur net
-Page 1 of 15
P.O. BOX 1089 • PORT ARTHUR, TEXAS 77641-1089 •409/983-8115 • FAX 409/983-8291
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPLCIFICATIONS, aze for your convenience in submitting bids for the enclosed
referenced seivices 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 comer of
the envelope.
ALL BIDS MUST BE RECEIVED IN THE. CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ,
ITB submittal arrives at the -above location by specified deadline regazdless of delivery method
chosen by the firm. Faxed or electronically transmitted ITB submittals will not_be accented.
„ 4 , _
Shawna Tubbs ,
Purchasing Manager '
page 2 of 15
INVITATION TO BID
FIRE HYDRANT 1NSTAI,LATION, REMOVAL, AND/OR REPLACEMENT SERVICE
FOR THE CITY OF PORT ARTHUR UTH,ITY OPERATIONS DEPARTMENT
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) -BID PERIODS MAY
RESULT"IN REMOVAL FROM THE VENDOR'S .LIST. However, if you aze removed you
will be reinstated upon request:
In the event you desire not to submit a bid, we would appreciate your response. regarding
the reasons}. Your assistance in completing and returning this form in an envelope
marked with 4he enclosed bid would be appreciated.}
NO BH) is submitted: _ this time only _ not this commodity/service only
(To be Completed ONLY IF YOU DO-NOT BID.) Yes No
Were the specifications clear:
Were the specifcations too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or
Does Your present work load permit additional work?
Company Name:
Person Completing Form:
Mailine Address:
City, State, Zip Code:
Telephone:
Email:
Date:
Page3 of IS
e
CITY OF PORT: ARTHUR
GENERAL INFORMATION:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor turnis6 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 prepare SEALED BIDS IN DUPLICATE for famishing:
FIRE HYDRANT INSTALLATION, REMOVAL,'AND/OR REPLACEMENT SERVICE
FOR THE CITY OF PORT ARTHUR UTILITY OPERATIONS DEPARTMENT
All bids meeting the intent of this request for bid will be wnsidered 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)/substitutions(s) deemed fo be in the best interest of the City of Port Arthur.
Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or
erasure made before opening time must be initialed by the sigirer of the bid, guazanteeing
authenticity. `
a•
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 he 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.
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.
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 cazefully and to submit a
complete response to all requirements and questions as directed.
Page 4 of IS
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
mustmeet the following requirements:.
1. Be able to comply with the required or proposed delivery, schedule.
2. Have a satisfactory record of performance.
' 3. Have a.satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can. assume. liabilities for any performance or
warranty service required.
6. The City Council shall riot 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 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 aze 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
shail be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in
Port Arthur or such other defurition 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) sha]ibe generated by the City of Port Arthur to the
successful bidder. The purchase order number must appeaz on ali itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of.Port Arthur, Attn.: Utility
Operations, 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.
Page 5 of 19
SALES TAX: T'he 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 ageement 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 wmply 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 Ciry, 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 progam, 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 Oreinoances
prohibits the City from ganttng any license, privilege or paying money to any- g
delinquent taxes, paving assessments or any money to the City until such. debts aze 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 aze 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.
SHIPPING INFORMATION: Al] bids are to be F.O.B., City of Port Arthur, Port ~h~>
Texas 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted mto 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. guo me ~ f anties
manner, perform all work and famish all supplies and materials, machinery, eq p
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 appazent 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 are to prevail.
Page6of15
While the purpose of the specifications is to indicate minimum requirements in the way of
capability, performance, construction, and other details, its use is not intended to deprive the City
of Port. Arthur the option of selecting goods which may be considered more suitable for the
purpose involved.
Ih 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 Bounds of race, color,
or national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any progam 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, ageements or stipulations of this contract, the City shall thereupon have
the right to terminate this contract by giving written :notice td the Contactor 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 shabreach of the contra tby the
the City for damages sustained by the City by virtue of any ose of set-off
Contractor, and the City may withhold any payments to the Contractorfor the pure
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 terminaptP due to fault of the Contractor, the
previous pazagraph hereof relative to termination shall a ]
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to famish releases or receipts foi any °sub-contractors fo~ work under ha .
supplying material or service to the Contractor, or any
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 bythe-City. sub-contractor
SUB-CONTRACTS: The Contractor shall ookincluded in ~ s Contract until he has received
or permit-any sub-contractor to erform any
from the City of PortAithur written approval of such ageement.
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 hi~o~or daPnages
purchase, maintain and keep in force insurance that will protect against injury
which may arise out of or result from operations under this contract, whether the operations be
Page 7~of 15
by himself or by any subcontractor or by anyone directly of indirectly employed by any of them,
or by anyone for whose acts any of them maybe liable, of the following types and limits
1. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury $500,000 single limit per occurrence or $500,000 each
petson/$SOO,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 regazdless of contract amount; and,
c. Minimum aggregate policy yeaz limit of $1,000,000 far contracts of
$100,000 or less; or, Minimum aggegate 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 aze $300,000 per person,
$500;000 per occurrence for bodily injury and $100,000 per occurrence for
propertydamage.
Contractor shall cause Contractors insurance company or insurance agent to fill in ail:
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 fotm from or for all Subcontractors and showing the Subcontractor (s) as
-the Insured. Said completed CERTIFICATE OF INSURANCE Form(s) shall in any event 6e
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
Page 8 of 15
SPECIFICATIONS
FOR
FIRE HYDRANT INSTALLATION; REMOVAL, AND/OR REPLACEMENT
SERVICES FOR THE CITY OF PORT ARTHUR UTILITY OPERATIONS
DEPARTMENT
General
All Fire Hydrant installation/removal/replacement services shall be performed only at the written ~ •
request of the City of Port Arthur, and shall be performed during normal work hours (7:30 am -
6:00 pm) Monday through Friday in order to allow inspection of the workby City personnel.
Any departure from the schedule due to holidays, weather,. or any special circumstances
will only be made by agreement between the bidder and this department. Purchase orders
for this work shall be issued based solely on the bid items contained in this specification. The
bidder will be required to supply all equipment and labor necessary to perform the services
involved, with the City providing the materials. Any shut down of any part of the public water
system shall be done at the direction, and under the supervision, of the City.
As a part of the scope of services provided under these specifications for Fire Hydrant
installation/removaUreplacement, the successful bidder shall provide all labor and. equipment to
complete the work, as well as.coordinate this work with all involved utilities in the course of the .
work. The City shall supply materials, including fire hydrant, pipe, valve (when required),
coupling (Gradelock when required), and backfill materials. Any necessary pavement repairs
will be paid as a supplemental bid item, as approved by the City. All work shall be performed in
accordance with AWWA and/or City Standazds. The attached drawing depicts a typical fire
hydrant installation detail. Where possible, a restrained joint type coupling (Gradelock) is
preferred; but when necessary, anon-restrained joint installation with thrust blocking can be
allowed on a case-by-case basis at the City's direction.
Terms
d,.
The term of this contract shall be for a period of twelve (12) months. However, the City reserves
the right to extend the contract in its exact same terms at the original bid amount for an
additional twelve (12) months, with the concurrence of the successful bidder: Although bids aze
received for services that meet [he minimum requirements previously stated, this is not intended
to be the only factor in recommending awazd of this contract. Previous City experience with the
bidder and other factors, at the discretion of this deparhnent; will be considered before any
recommendation of awazding the contract. As a part of the bid submission, bidders shall provide
references detailing their experience and abilities in providing this type of service. This contract
can be terminated. with fifteen days (15) written notice for non-conformance to these
specifications.
Page 10 of 15
2' MIN. - 4' MAX.
OOD . .
4° PUMPER CONNECTION
TO FACE .ROAD
O
Z
N FINISHED GRADE °
A
z ~ ADJ. VALVE BOX a
_
~ ti:- M.J.• INLET w ~
o ;
~
GATE VALVE a
J .
w~;':I .
.
... ... ... .. ..~....•.. ... ~..uJ ~.-n ..~ ~.. ..n ?"
1 /2 CU. YD. GRAVEL=~~ ~ :"
'~
` ` ..~...~ . r~ ... .. T .v... .. n. ....~ ... ~ ... ....
+•
ORR CRUSHED STONE
~
FOR DRAINAGE . '`-~ `•" ~ ~ '
A
' ~.: i, .
WATER MAIN _
6" x 12" GR ADELOK SWIVEL TEE W/
W/M.J. SPLIT GLANDS MECH. JOINT
(ROTATE TO FI NAL GRADE) ' 18"x18"x6" PRECAST
CONCRETE BLOCK
TYPIC~4L FIRE HY®RAIVT
I
' CITY OF PORT ARTHUR TEXAS
BID SHEET
BAD FOR: FIRE HYDRANT INSTALLATION, REMOVAL, AND/OR
.REPLACEMENT
BID OPENING DATE: FEBRUARY 3.2010 .
OPTION DESCRIPTION COST
Base Bid '
Installation:
Removal:
Replacement:
Suanlemental Bid Item
Concrete sidewalk: ,
Receipt of addenda is acknowledged
$ l ~ SD 00 /fire hydrant
$ G , ,~O.OO . /Tire hydrant
$ 7r,0.U0 /fire hydrant
$ ' d.O.O D /ft~
No. I Dated Received /
7P Ci ~; Iy7a' n/,lj lo~i~6 ~ ~o~f,~~% 6~/' P~a.,~ 7X ~7G36
C PANY NAME STREET ADDRESS
SIGN OF BIDDER P.O. BOX
(PRINT TYPE N CITY STATE ZIP
/~~cS~P~
TITLE
+ ~ i ~ o. CG~+-
~ ~~~
ya~i, 73s- 3(vg7-
AREA CODE TELEPHONE NO.
Page 12 of 15
c
.BID OPENING DATE: February 3 2010
CITY OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
Bidders aze requested to famish their complete REMIT TO ADDRESS and
TAX IDENTIFICATION NUMBER as indicated below:
REMIT PAYMENT TO: a
COMPANY' r lfC (/~ ~ ~L- ~'I IG ..~ ~ rnC'.
ADDRESS G' G QOx ~'1~6~
CITY/STATE/ZIP G5~ C'~l 7X- 7 7~Op~/
SEND PURCHASE ORDER TO: / .
COMPANY ~ rn P ~ 5 a "r` vQ
ADDRESS
CITY/STATE/ZIP
TAX IDENTIFICATION NUMBER ~lo' G6 ~ 70S
Page 13 of IS
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 on the bid proposal.
The/undersigned offers and' agrees to one of the following:
1/ 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.
I hereby certify that I da 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 ofsaid-debts. I further agree to pay succeeding
debts as they beco/m/e due.
NAME Or OFFEROR/: G/J ~ ~~ C~ iP
TITLE ~i'f S i GI" Pn Y // n /
ADDRESS SG~~S S l~a~r~.'//O !~
CITY/STATE/ZIP - ~/Gr n 7X 7 7/®~ 4
TELEPHONE NUMBE 1'(O~J'- gam/- S! ~J3 !'16°1-l° )O -~)~J~
SIGNATURE
STATE P 7Ci~
COUNTY ln.+
SUBSC D SWORN to before me by the above named
on this the 2 : 3 - ! ~_
day of FP6 ~ 20fL_.
A-c(ror~ ~~Pi(J''eCi
Notary Public
THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
rrgQS , c _ Page 14 of 15 F
CONFLICT OF INTEREST QUESTIONNAIRE
erson doing business with focal governmental entity
F r Vendor or other p g 1
FORD CIQ
0
H.B. 1491, SO Le&, e - -
This questionnaire reflects changes made to the law by
ter 176, Local Government Code by a person who has a business relationship
ce with Chap and the person meets requirements under Section 176.006 (a).
This questionnaire is being filed in accordan
as defined by Section 176.001 (1-a) with a local govertmental entity
uestionnave must be filed with the records administrator of the local governmental entity not lat offeas~underrthis section
gy law this 4 es aware of facts that require the statement to be filed. See Section 176.006, Local Government Code.
day after the date the Person becom
p person commits an offense if the person knowingly vtola[es Section 176.006, Local Goventment Code. An
is a Class C misdemeanor. ~ overnmental entity
1. Name of person who has a business relationship with local g vestiotmave• .
Check this box if you are filing an update to a previously fded q not later than 71b
2. ^ rp riate filing authority
(The law requires that you file an updated completed questionnaire with the app P
business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)
3. Name of local a government officer with whom fder has employment or business relationship.
Name of Officer - an employment I
This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has
or other business relationship as defined by Section 176.001 (1-a),1-ocal Goverrunent Code. Attach additional pages to this Form
or likely to receive taxable income, other than investment
-CIQ as necessary.
p. Is the local government officer named in this section receiving
income, from the filer of the questionnaire?
Yes ~ NO
g. Is the frier of the questiomaire receiving or likely to receive taxable income, other than investment income, from the filer of the
questionnaire?
.. ~ ~ Yes ~ No
uestionnaire employed by a corporation or other
C. Ts th ~tler of [his q
_ _ ~ Yes ^ No ,
D. Describe each employment or business relationship with the local government officer named in this section.
Page 15 of 15
(City of Port Arthur)
(Law Deparnnent) ,
(Required From)
(7/8!88)
(10/5/89)
(3115/90) s
(9.8.94)
(p.2 Revised 9/18/90)
CEDEPARTMENT REVIEW AND C~COUNCIL AGENDA W
1 certify that the contract (hereinafter called "said contract") affixed to the attached Proposed City Council
Resolution No. 15757 is an exact duplicate of an applicable standazd form contract (the title of which is s own
Ci Council Resolution,
below) previously approved by the Law department and adopted as a standard form by ty
except for the blanks that have been filled in with all necessary information and except for the changes described
below. ,
The title of the applicable standard form contract is:
[ ]Federally Funded Construction Contract, Revised 1/5188, 7189, 8/89; 4/28/94
[ ]Non-Federally Funded Construction Contract; Revised 115/88, 7189, 8/89; 4/28/94
[ ]Federal-Professional Services-Engineering Contract, Revised 1/5188, 5/89 (§10) 7/89 (§8); 10/89; 2/91 (§8)
[ ]Non-Federal =Professional Services -Engineering Contract, Revised 1/5/88, 5/89(§ 10), 7189(§8), 10/89; /19(§8)
[ ]CDBG-Professional Services-Engineering Contract, Revised 1!5188, 5/89(§10), 7/89(§8), 10/89.2/91(§8)
[]Federal-Professional Services- g ip/g9;2J91(§8)
Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89 (§10),.7189 (§ );
[ ]Non-Federal -Professional Services 10 7189 (§8); 10/89; 2/9] (§8)
Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89 (§ ),
(]CDBG -Professional Services 10 7189 (§8); 10/89; 2/91 (§8)
Non-Engineering (Consultant) Contact, Revised 115/88, 5/89 (§ ),
[x] Other Standard Form Contract, described as follows:
Fire Hydrant Installation, Removal, and/or Replacement Services
The changes aze as follows: (Put an "x" in the appropriate (])
[x] None.
[ ]The following described provisions at the indicated page, section, etc. of the standard form have been deleted
from said contract:
Page 1 of 3
(p.2 Revised 9118190)
(Certificate of Standard Form Contract, page 2)
DELETIONS
Page Number
Where
Deleted Provision
Is
Found On Standard Form
None. '
Section or Paragraph No. and
Caption
Which
Contains Provision
,Deleted-- FioniF°-rm
Subsection or Subparagraph
No.
and Caption
Which Contains Provision'
Deleted OC11i
Description of
Provisia~eleted
[ ] The following described provisions at the indicated page, section, etc. of the standard form have been
altered; modified, replaced or othernise changed:
ALTERATIONS; MODIFICATIONS, REPLACEMENTS, ETC.
Sub § or Sub ¶ No.
§ or ¶ No. & Caption of
& Caption Description
of
Pa a No.
g
Where Standard Form which °f
Standard Form
Provision
Provision Found Contain- s P~ov_isr°-n vvhich rn
on s ProY'sr-°n
Contain Standard Form
Standard Form -
No Changes. ~ -
Page § & caption
sub § & caption, etc.
of said contract
which contains altered, etc.
provision;
Description of Alteration etc.
Page 2 of 3
(p.3Revised9/18/90)
(Certificate of Standazd Form Contract, page 3)
[ ] The following provisions have been added to Said Contract:
page, Section andCaptiom
Subsection and Caption, eta oJSaid Contract Which
Contains the Added Provision and Deseriotion Thereo
Nc additions
I further certify that said attached proposed City Council Resolution contains the following provision:
"That said contract is an exact duplicate of a City S of wwhich is tattached hereto as Exhibit Ag and ascribed
in the Certificate of Standazd Form Contract, a copy roved."
hereby incorporated by reference, and said changes aze hereby app
I understand that this certificate will be relied on by the Law Department in reviewing and approving (or
rejecting) as to form and by the City Council in reviewing and adopting (or rejecting) said Resolution and
Contract. _
da of ~-~ 2010
Signed this Y
Department Head
Page 3 of 3