Loading...
HomeMy WebLinkAboutP.R. 15736: CONTRACT WITH SKR FOR OFFICE RENOVATIONS IN CITY HALLPUBLIC WORKS DEPARTMENT COUNCIL ACTION MEMO TO Stephen B. Fitzgibbons, City Manager FROM Ross E. Blackketter, P.E., Director of Public Works SUB7ECT P.R. #15736 -Approve Contract with SKR for Office Renovations in City Hall DATE 15 March 2010 RECOMMENDATION: I recommend that the City Council approve Proposed Resolution No. 15736, approving a contract with SKR Construction for the Office Renovations of the 2nd & 3rd Floor of City Hall in a total amount of $11,750. BACKGROUND: The City opened bids on 16 December 2009 for the Office Renovations of the 2nd & 3rd Floor of City Hall. We received ten (10) bids, with the bid from SKR determined to be the lowest and most responsible. BUDGETARY/FISCAL EFFECT: Funding is available in CIP918 303-1603-531.89-00, and 001-1206-531.32-00. EMPLOYEE/STAFF EFFECT: None. SUMMARY I recommend that the City Council approve Proposed Resolution No. 15736, approving a contract with SKR Construction for the Office Renovations of the 2nd & 3rd Floor of City Hall in a total amount of $11,750. ;~~ ,~ Ross f.. Blackketter, P.E. Director of Public Works REB/reb~ Z:\engirieer\doc:uments\CAMS\SKR CH Renovations Cont.docx P.R. No. 15736 03/16/10 reb RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND SKR CONSTRUCTION OF PORT ARTHUR, TEXAS FOR THE OFFICE RENOVATIONS OF 'THE 2ND & 3RD FLOOR IN CITY HALL IN THE AMOUNT OF $11,750. PROJECT CIP918, 303-1603-591.89-00 AND 001-1206-531.32- 00. WHEREAS, the City opened bids on December 16, 2009 for the Office Renovations of the 2nd & 3rd Floor of City Hall; and, WHEREAS, ten (10) bids were received for the above referenced Contract and have been evaluated by Public Works and Purchasing; 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 awards the bid for construction of the Office Renovations of they 2nd & 3rd Floor of City Hall to the lowest responsible bidder to wit: SKR Construction of Port Arthur, Texas as shown on Exhibit "A" attached hereto and made a part hereof; and, THAT the Mayor and City Manager of the City of Port Arthur are hereby authorized and directed to execute on behalf of the City, a Contract between the City of Port: Arthur and SKR Construction; and, THAT the contract is awarded for the amount of $11,750, as shown on Exhibit "B" ati:ached hereto and made a part hereof by reference, a complete copy of which is available for review in the office of the City Secretary; and, P.R. No. 15736 Page 2 THAT said Contract is an exact duplicate of a standard form Non-Federally Funded Construction contract, a copy of which is attached as Exhibit "C" and is hereby incorporated by reference; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the 2010 ait a vote: Ayes:_ _Mayor: Councilmembers: Noes: day of A.D. meeting of the City of Port Arthur, Texas by the following Mayor Attest: City Secretary APPROV fF,D AS TO ., .. RM: A,PPROVED AS TO AVAILABILITY OF FUNDS: G~~~.~- C-eborah Echols, CPA C>irector of Finance P.R. No. 15736 Page 3 APPROVED FOR ADMINISTRATION: Stephen B. Fitzgibbons City Manager -lL-~-arm--° -~ Ross E. Blackketter, P.E. Director of Public Works Shawna Tubbs Purchasing Manager Z:\engineer\documents\Resolutions\PR15736.doc EXHIBIT A ~ M W ~' . . . V cr.y O Sr O O w M W N H ~ ~ ~ M U ~..i BFI c ~ o ~ ^~ r^e' C H ~ W ~ aF .~ ~ ~ o a~ a ~ C H ~ L O ti ~. v` 7., -~ ~,~ _ ~. ~ ° u o a o c a a ~ ~ M o M O ~C ~ E-1 ff1 ~ ~' ~ a o O H ~v a a ° g ~ 00 .y C y0 F' M ds ~ ~ ~ u ~ a ~ L d ~ ~ Q, ~ °o b o U Q N G ° w ~ ~ L N C ue ~ , ' E r ~ r,, d b9 s , W ~ --i W i. a~ _ ~ ~ ~ y V b 'b ~ ~ °' .U ' O O N O H A ~' H ~+ a ~ ~~, o G ° ~' +° ~ ~ y . r ~ ~ .c z a ~ a A ~ ~ .r rr O y N ~ H CC +"' id N O~ ~ i 'C ~ ~ O F N ~ 6MA , b P~ ~ z M ~3 0 °~' o _°: G A ~ ~ ~ ~ o U O w Z w O s, ~ o ~' .~ ;~ O 6 U ) A ~ A ~ ~ ~ b ~ C~ u ~ ° U ~ ° : ~ U e.; ~, a O ~~ 77 ~4 w ~ O ~ N M . H~ ~ ~ o H V1 ~ i., C p C ,~ a _ ~ ~ O M ~ O N ~ ~ ~ H ~ ~ ~ ti ~ c '' ° ° O F" dw o O L ~ ~ ~ ~i w' R N 11 ~ M i, ~ O N eel ~ ~ O F'+ ~, `~' ~ U Z ~; DC o 'i. ~ ° ~ W ~ ~ "~ ~ N i M --~ ~ G Ey ~ ~ ~ L R o a a, ~ ~ ~ o ~L a N ~ d ~ ~ C C a> N z o H ° ~ a ~ V ~ O eC L U ~ p ~ ~ °" O y C ~ N C ~ O U [~ s v ~' c a M ~ c ' ° . j o . ~ °' A ~ ~ 3 o ~ w z U o w ~., o s. c ° ~ o ~, O C> V ~' , A a, A ~ ~ ~ a~ R '~ U U ~ ° d ~ U t,;, w a O c c w R +~+ ~ C ~ •-+ N m M- Q N w w ~ O A ,-. a i~ G~ .Q EXHIBIT B CONSTRUCTION CONTRACT AGREEMENT (Non-Federally Funded Projects) THIS AGREEMENT, made this 23'd _ day of March , 20 10 , by and between the City of Port Arthur, Port Arthur, Texas a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and SKR Construction a(n) sole proprietorship herein acting by and through Jose I. Sanchez, Owner hereinafter galled "CONTRACTOR". WVITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agrees as follows: 1. The CONTRACTOR will commence and corplete the construction of the Office Renovations of the 2nd & 3'd Floor of City Hall 2. 'The CONTRACTOR will furnish as his own expense all of the materials, supplies, tools, equipment, labor and other services necessary for the construction and completion of the project described herein. 3. The CONTRACTOR will commence the work required by the Contract Documents on or before a date to be specified in the Notice' to Proceed and will complete the same within 20 consecutive calendar days as specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays and Federal, State, and City holidays unless the period for completion is extended otherwise by the Contract Documents. 4. The CONTRACTOR agrees to perform all of the work described in the Contract Documents and comply with the terms therein for the sum of $11,750 or as shown in the Bid Schedule. 5. The term "CONTRACT DOCUMENTS" means and includes the following: (A) Agreement (B) Advertisement for BIDS (C) Information for BIDDERS (D) BID (E) BID BOND (F) General Conditions (G) Wage Decision (H) Supplemental General Conditions (I) Payment Bond (J) Performance Bond (K) Notice of Award (L) Notice to Proceed (M) Change Order (N) Drawings prepared by C~ of Port: Arthur A~-1 (O) Specifications prepared or issued by _ City of Port Arthur dated 12/11/09 (P) Addenda ~- No. 1 6. 'The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts a;> required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their 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 in original on the date first above written. APPROVED IN FORM: OWNER: City Attorney CONTRACTOR: BY NAM ADDRESSi (CORPORATE SEAL) ATTES-f: BY NAME Deloris Prince TITLE Mayor BY NAME Stephen B. Fitzgibbons TITLE City Manager (SEAL) ATTEST: NAM TITLE NAME: A-2 CITY OF PORT ARTHUR ADVERTISEM~;NT FOR BIDS Office Renovations of the 2n'd and 3rd Floor of City Hall November 29, 2009 Public Notes 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 Giry Secretary, City Hail 444 4th Street or P.O. BOX 1089r,Port Arthur, Texas 77141 no later than. 3:00 P.M., Wednesday, December 16, 2009, and elf bids ~e- ceived will thereaftef ~b€+ opened and read aloud 3:45 P.M. on Wednes- day, December 16, 2009 in the City Council Cheet- hers, 5th Floor, City Hatt} Port Arthur, Texas for cer-, fain services briefly'itle-` scribed as: ` +, +~ Office Renovations'of ~z' the'2nd and 3rd Floorat City Hall' Bids received after clos- ing time will be'retume8" unopened. ,+~c;~ Copies of the SpecifjC:a-" bons • and other ConlCdbf documents are on film{rr, .he Purchasing Office , 444 4th Street, City `b''' Port Arthur, and are. +_ for public inspection !{~tt;' out charge. . `~ www.r~ortarthur.net~+„ ' The City of Port Arthui: reserves the right td~ ~:+ jecf any and all bids and, to waive Intormalfties,.; _ , ~~MAAI'ttlLLnet December 6, 2009 CITY OF p0~. II~ SEE S FpR elDS "~ NOTE GIVEN ~T NEAEBY Bids, addr sealed City of Portsl~rm~, -fh. e 6e received ~ 1he Office of the City Secretary, City Hall 444- 411t Street or P.O. Box-i0~~ Port Arthur,: Texas 77641 na later,. than...:3:Qt? P.M., .Wednesday,.. Dseember i6, 2009, and alt bids re- ceived will thereafter be opened and- read aloud at 3a5 P.M.: on Wednes= day, December 1fi, 2009' in the City Council Cham- bers, 5th Floor, City Hall, Port Arthur; Texas for cer- tain services' briefly de- scribed as Office Renovations of the 2nd' and 3rd Floor at City Hall Bids received after. clos- ,ing time will be returned 'unopened. Copies of the Specifice- tions and other Contract DocumerrZs are. on ftle in the Purchasing `.:Office,. 444.4th Stmt, City of Port Arthur,: and are open for public inspection with- out charge. The._City of Port Arthur reserves the right to re- ject any and all bids and to waive informalfties 8hawna Tubbs Purchasing Manager The: CiEtr of .Port Arthur ,rsservss tM ti~-t b rs"' pct any end ap bide and to wslve'IrAormtlitlss. sti DELORIS "BOBBIE" PRINCE, MAYOR ELIZABETH °L1Z' SEGLER, MAYOR PRO TEM COUNCIL MEMBERS: JACK CHATMAN, JR. MORRIS ALBRIGHT, llI MARTIN FLOOD JOHN BEARD, JR. ROBERT E. WII,LiAMSON D. KAY WISE THOMAS J. HENDERSUN City of ort j~rth~u /j NOVEMBER 30, 2009 Texas STEPHEN FITT.GI$BONS CITY MANAGER TERRI HANKS CITY SECRETARY VAL TIZENO ACTING CITY ATTORNEY INVITATION TO BID OFFICE RENOVATIONS OF THE 2ND AND 3RD FLOOR OF CITY HALL DEADLINE: Sealed Bid submittals roust be received and time stamped by 3:ODp.m., Central Standard Time, Wednesday, December 16, 2009. (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, December 16, 2009 in the City Council Chambers, City Hall, 5`h Floor; Port Arthur, TX. MARK ENVELOPE: City Hall Renovations DELIVERY ADDRESS: Please submit two (2) complel:e copies of your bid to: CITY OF PORT ARTHUR CITY SECRETARY P.O. I30X 1089 PORT ARTHUR, TEXAS 77641 POINTS OF' CONTACT: CiT'Y OF PORT ARTHUR CITY SECRETARY 444 4TH STREET, 4~' Floor POP;T ARTHUR, TEXAS 77b40 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 Ross Blackketter, Director of Public Works P.O. Box 1089 Pork. Arthur, 'TX 77641 409.983.8180 rblackketter(cz~ortarthur.net The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your cc-nvenience in submitting bids for the enclosed referent:ed services for tije 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 OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal amves at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted TTB submittals will not be accepted. ~~ Shawna Tubbs Purchasing Manager Page 2 off 17 Office Renovations of the 2"d and 3'd Floor of City Hall NO BID is submitted: ___ this time only _ not this commodity/service only 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. If not submitting a 'bid, please complete the questionnaire at the bottom ~of this page. 1 Notice In the event you desire not to submit a bid, we would appreciate your response regarding the reason (s). Your assistance in completing am3 returning this form in an envelope marked with the enclosed bid would be appreciated. ('I'o be Completed ONLY IF YOU DO NOT BII1.) Yes Nn Does~uur company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do ou desire to remain on the bid list for this product or service? Does our present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Emsil: City, State, Zip Code: Date: Page 3 oaf I7 MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Repr~asentadves of the City of Port Arthur, Texas and prospective bidders for "Office Renovations of the 2°a and 3'~ Floor of City Hall" will be held at City Hall, 444 4"' Street, Port Arthur. Texas. in the 5u' Floor Conference Room on Thursday, December 10, 2009 at i0:00a.m. The purpose of the Mandatory Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Mandatory Pre-:Bid Conference will be rejected and returned unopened to the bidder. Page 4 of 17 CITY OF PORT ARTHUR GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. The intent of this INVITATION TO BID (ITB) is to provide bidders with sufficient information to prepare SEALED BIDS IN DUPLICATE for furnishing: Office Renovations of the 2nd and 3'd Floor of City Hall Bids must be in a sealed envelope addressed to the City Secretary, City of Port Arthur, P.O. Box 1089, Part Arthur, Texas 77641. Bids shall be received no Iaer than Wednesday. December 16, 200'9, at 3:OOa.m.. Bids received after the closing time specified will be returned to the bidder unopened and claims of mail delays will not constitute an exception. Bid proposal MUST BE SIGNED BY BIDDER. 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 AT'ICACHMENT 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)/substitutians(s) deemed to 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 signer of the bid, guaranteeing authenticity. 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 pri<;e 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. The award shall be made to the responsible vendor(s) whose bid is determined to be lowest offer, taking into consideration the relative importance; of price, conformance to specifications and capability and experience of the contractor. Page 5 of 17 TERMINOLOGY: "Bid" vs. "Proposal"--For t:he 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: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept ;gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate; bidder's responsibility. A prospective bidder must meet the following re;quiiremcents: 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 c;an 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 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 ~u~rangements to pay the same. Any interpretations, corrections or changes to fhe ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall Y-e vested in the City of Port Arthur Purchasing Manager. Addenda will be mailed to all who are: known to have received a copy of the ITB. Offeror's shall acknowledge receipt of all addenda. BONA FIDE BUSINESS THAT CLAIMS THE CITY OF PORT ARTHUR AS ITS PRINCIPAL PLACE OF BUSINESS: The officiial business address (office location and office personnel) shall be a Port Arthur address, the principal storage place or facility for the equipment shall. be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number mu:>t appear on all itemized invoices. Page 6 o:F 17 INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Public Works, :P. O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur_ SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and cc>nstnzed according to the laws of the State of Texas. 'This agreement is performable in Port Arthuu, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, Hiles, 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 ofTicer, 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, f he 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 glade. 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. All bids will remain in effect for one year. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, Texas 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. Page 7 of 17 CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manger, 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. While t:he 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. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor pis 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 ar.~y 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 t:he 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 duf; 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 to;rminated due to fault of the Contractor, the previous paragraph hereof relative to termination shhall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts fir 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. Page 8 of 17 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 wi#h 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 swch agreement. INSURANCE: All insurance must be written by .an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operafions 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 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 $500,000 each personl$SOO,000pec 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 f ~r 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 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $ l 00,000. :?. Commercial Automobile Liability lnsurance (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, nninimum 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. Page 9 of 17 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 iuider the policies will not be altered, modified or canceled unless at lea§t 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. PERFORMANCE AND PAYMENT BOND REQUIREMENTS: If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars {$100,000) a performance bond its required. Performance and 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.. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the executian of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time ma;y 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 10 af' 17 SPECIFICATIONS FOR OFFICE RENOVATIONS OF THE 2ND AND 3RD FLOOR OF CTi'Y HALL 1. Etemove existing walls and doors as shown on plans: a. Doors and framing to be preserved for reuse in construction. b. Contractor responsible for removal of all debris and cleaning of worksite. •c. Counter to be removed to the extent shown. 2. Construct new dividing walls as shown on plans: a. Framing to consist of metal studs. b. Walls to extend a minimum of three (3j :inches above suspended ceiling. c. Walls to be clad in 5/8 inch drywall. d. Walls to be insulated with R-11 sound deadening insulation. 3. Install three (3) wooden door frames with 3-0 x 8-0 solid wood doors: a. Doors to be reused as shown in plans. h. Existing dooi-s currently stored in Adams Building to be used for new doorway construction,~ifpossible. Otherwise, new doors to be ordered. c. Hardware to be commercial grade, brushed alununum finish. d. Latch mechanisms to be lever handles, with key locks compah~ble with existing City Hall doors. If existing doors aze used, then they are to be refinished. e. Doors to be finished and in appearance compatible with existing City Hall doors. 1f existing doors are used, then they are to 'be refinished. iF. Style of hardware and doors and door finish to be approved by appropriate City personnel. 4.. Ceiling grid to be adjusted to meet new walls, and new 2' x 4' acoustic ceiling file installed as needed. 5,. All construction to be finished: a. Drywall to be taped, floated, and textured and orange peel texture. b. Walls to be primed and painted with two (2) coats of latex eggshell paint. c. Wall color to be Sherwin Williams "Panda White". d. Framing and new shelving to be prepped, primed, and painted with two (2) coats of latex semi-gloss paint. e. Framing color to be Sherwin Williams "]Viacadamia". is Exposed end of counter to have trim pi~~e installed and to be finished matching the existing shelf 6. 1?looring: a. Carpeting to be installed in all new offices to match existing carpet. b. Tile to be material, texture, color, and pattern to conform to existing tile. Tile selection to be approved by appropriate City personnel. Page 11 of 17 I 7, Shelf unit: a.. Wooden shelving to be constructed in accordance with the attached diagram and to the dimensions shown. b. Shelving to be continuous for length of 'the unit, and to be constructed of one (1) inch plywood. c:. Unit end pieces to be single piece 3/ inch plywood. cl. Back of unit to be closed with '/~ inch plywood. e.. Unit to be securely anchored to wall. f: Shelf supports shall support a minimum of 2/3 the depth of each shelf. ~;. Shelves to be securely attached to the shelf supports, unit end pieces, and unit back. h. Unit to be prepped, .primed, and paintedl with two (2) coats of latex semi-gloss paint, color to be Sherwin Williams "Macadamia". 8. Electrical: a. City electrical personnel to perform rerouting and installation of electrical circuits. b. Electrical work to be accomplished afl:er framing installation and prior to drywall. Contractor to coordinate with Electrical Superintendent for scheduling. 9. HVAC: a. HVAC installation is not in this contract:. b. Contractor to; coordinate with City HVAC contractor for construction of A/C area. 1~~. General: a. Contractor to maintain cleanliness of working area on daily basis. t>. All work to be accomplished on weekends and after normal business hours if possible. Any work to be done during City business hours shalt be coordinated with appropriate City personnel a minimum of 48 hours in advance. c;. All work to be accomplished in accordance with appropriate building, fire, and electrical codes. Page 12 of 17 ~II ~ rn X ~ ~~~ ~ ~ m i ~,y _ ~ a HAIL ~ ~ . D ~ W F+ LL g y A C T 8~ 4tl~ ~°'~ ~ ~ Z N~ } . .` ~~ _ ~ (- n~ ~~ A HALL ¢ O ^^ r V! rn v .. w Q ~ '°~ ~~ ~ ~ ~ :! ~ ~~ ~ ~ ~ g~~ s {2Qp '' LL z ~ Z as m ~~ $~ R! $ ii' ao x-„ 3c ~~~~~se ~€ a ~ ~_ ~a ,a =o z gg ~ Y~ ~ R ra ~~ ° By3r^{,t ~ ~; a~ a ~°. . x < $~ ~~ ~ 0 N v m S Z c~ '~~' r L 13~ S: I abed C~. o rn r'vFY 1--1 ~ ^Z^ L/ N ~~ a T ri r- b~ .D Z 1 P m z n s il'!1 Q (/? rn ~~ v a; a t+ r ~5 g Z - .` J .. ~ [~' N~ [ ~~c~Lp [A R1I • ~A JJPPCC .` Y ~, ~ / T-E ~ ~ ~ . _ ~ ~. ~ ~ f ~ ~ $ CITY OF PORT ART _ TEXAS BID SHEET BID FOR: Office Renovations of the 2"d & 3rt~ Floor of City HaII BID OPENIlVG DATE: December 16.2009 Description Cast Office Renovations of the 2"d & 3rd Floor $ Receipt of addenda is acknowledged: No. 1 Dated _ Received COMPANY NAME SIGNATURE OF BIDDER {PRINT OR TYPE NAME) TITLE EMAIL STREET ADDRESS P.C). BOX CITY STATE ZIP AREA CODE TELEPHONE NO. Page 14 of 17 BID OPENING DATE: December 16, 2009 CITY OF PORT' ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to famish their complete REMIT' TO ADDRESS and TAX IDENTIFICATION NUMBER asv~dicated below: REMIT PAYMENT TO• COMPANY ADDRESS CITS'ISTA TE/ZIl' SEND PURCHASE ORDER TO: COMPANY ADDRESS CITY/STATEIZIP TA.'K IDENTIFICATION NUMBER Page I S oiF 17 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: __ 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 do have outstanding debts with the City of Port Arthur and agree tc- pay said debts prior to execution of this agreement. I i'urther agree to pay succeeding debts as they become due. v' I hereby certify that I do have outstanding debts with the City of Port Arthur and agree tc- enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. NAME OF OFFEROR: TITLE ADDRESS _ CITYISTATE/ZIP TELEPHONE NUMBER SIGNATURE STATE COUNTY_ SUBSCRIBED AND SWORN to before me by the above named on this the . day of , 20 Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 16 of 17 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made_to the law by H.B. 1491, 80 Leg., Regular Session This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 {1-a) with a local governmental entity and the person meets regninements 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 7s' business day after the date the person becomes aware of facts that require the statement to be filed. See Section i 76.006, Local Govenuent Code. A person commits an. offense if the person knowingly violates Section 17'6.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. Z. ~ Check this box if you are filing an apdate to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7a' business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of local a government officer with whom fifer has employment or business relationship. Name of Officer This section (item 3 including subparts A; B, C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined liy Section 17b.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes C] No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes L] No C. Is the Eder of this questionnaire employed by a corporation or other ^ Yes L~ No D. Describe each employment or business relationship with the local government officer named in this section. 4. -. --- - --- - ~ _ Signature of person doing business with the governmental entity ]Date Page 17 o:f 17 CITY OF PORT ARTHUR,~TEXAS BID SHEET _ _ __ BI.D FOR: Office Renovations of the 2"d & 3`d Floor of Citv Hall BID OPENING DATE: December 16.2009 Description Cost a e:~ ~ 1. Office Renovations of the 2"d & 3rd Floor $ ~ ~ ., 2. Purchase price of new doors (not to be included in base bid) $ 1 ° ~ ~~ ~~(~~ C~Gp ~ Receipt of addenda is acknowledged: No. 1 Dated ~ Z- ~ ~ .-(~~ Rece:ived ~ Z - ~, ` '-~ WORK WILL BE COMPLETED IN CALENDAR DAYS. .. .~ COMPANY' N r ~`'`v' - - SIGNATURE OF BIDDER ~~~ _~ pct ~r_~-~ ~ (PRINT OR TYPE NAME) 1 .~~~~ TITLE 1 `~ .9 .., , ~ . STREET ADDRES F'.O. BOX ~~~~ _ ~ CITY STATE Z P `~ '~~ ~ Cn~ ~- AREA CODE TELEPHONE NO. EMAIL Page 14 of 17 BID OPENING DATE: December 16, 2009 CITY OF POEZT ARTHUR INSTRUCTIONS TO BIDDER I3idders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY ~v ADDRESS ~ _~ ~~; ~ CITY/STATE/ZIP k ( Y f~ ~^ SEND PURCHASE ORDER TO: COMPANY ADDRESS ~ _`~ CITY;'STATF,/; r TAX IDENTIFICATION NUMBER -~ "~ ~L ~ ~ ~ ~ i i~`'~ ~~.. a L ~_ Page 15 of 17 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 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. _~- ,~ NAME OF OFFEROR: ~ ~ I, ~; ~ ~ ~i~, o..~y ~- TITLE AL'>DRESS a CITY/STATE/ZIP ~ ~ ~ ~ ~ ~ ~J'~'~f '~~ .6~ , ~ ~ ~~ ' ~„ 4 ;~ ~, ~_.~ TELEPHONE NUMBER ~ ~l - t ~ ~_7~J~9 l~ SIGNA S~;CATE COUNTY SUBSCRIBED AND SWORN to before me by the above named on this the day of _, 20 Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 16 of 17 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questioruiaire reflects changes made to the law by H.B. 1491, 80` Leg., Regular Session. This questiormaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1-a) with a local. governmental entity and the person meets requirements under Section 176.006 (a). By la~ti~ this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7`n business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Glass C misdemeanor. 1. Name of person who has a business relationship with local governm ntal entity. _ _ ' ~'~ 2. ~~ Check this box if you are filing an update to a previously filed questionnaire. (T'.he law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7`n i .business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) i 3. Name of focal a government officer with whom filer has employment or business relationship. Name of Officer ~ This section (item 3 including subparts A, B, C', & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? C] Yes ~ No 13. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? ~~ Yes ~ No C. Is the filer of this questionnaire employed by a corporation or other ~~ Yes ~,,~`~ No D. Describe each employment or business relationship with the local government officer named in this section. 4. ~~ C.nn ~f>>ra n•'narc~n rtnina tlnctnecc Wl1t'1 the onv~ Pr71m P.11T~'.iTtSt7"" Date Page 17 of 17 SKR Construction Inc. Port Arthur T'x, 409-982-0063 409-982-0470 Fax Name /Address City of Port Arthur 444 4th Street Port Arthur, 'TX 77640 USA THE 2ND AND 3IiD FLOOR OFFICES Estimate Date r=stimate # 1/5/2010 5009 Project Description r Qty Cost Total Remove existing walls, door and counter (LABOR ONLY) 0.00 O.OOT Construction of new walls with metal frame 30 10.00 300.OOT Sheet rock, 5/8 insulation R -11, tape, mud and paint. 1 950.00 950.OOT install 3 doors (LABOR ONLY) 0.00 O.OOT commercial hardware 1 350.00 350.OOT ceiling the as need 1 200.00 200.OOT Drywall (tape, float, texture and paint LABOR ONLY) 0.00 O.OOT framing new shelving prepped, prime and paint 1 200.00 200.OOT Flooring, carpeting and tilt 1 2,500.00 2,SOO.OOT wooden shelving with plywood 3/4 and 1/2 prime and paint 1 500.00 SOO.OOT Electric No charge 0.00 O.OOT HVAC area material listed on line 2.0 and 2.a 0.00 O,OpT Clean work area (LABOR ONLY) 0.00 O.OOT LABOR FOR THIS PROJECT 1 6,750.00 6,750.OOT Sales "I'ax 0.00% 0.00 Thank you for your business. TO#al $11,7so.oo CITY OF PORT ARTHUR, TEXAS ADDENDUM NO.ONE (1) DATE: DECEMBER 11, 2009 PUBLIC WORKS Bid Proposal For: Renovations of the 2nd & 3rd Floor of City Hall 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. Wall Studs are 2 `h inch heavy gauge. metal studs. 2. Please replace page 14 of 17 with the attached page 14 of 17 that reflects the additional information. If you have; any questions, please contact the Purchasing Division at 409-983-8160. Shawna Tubbs, basing Manager Page 1 of 1 CITY OF PORT AR'CHU _ TEXAS BID SHEET BID FOR: Office Renovations of the 2"d & 3`d Floor of City Ball BID OPENING DATE: December 16.2004 Descriution Cost 1. Office Renovations of the 2°d & 3`d Floor $ 2. Purchase price of new doors (not to be included in base bid) $ Receipt of addenda is acknowledged: No. I Dated Receiv~;d WORK WILL BE COMPLETED IN CALENDAR DAYS. i COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER P.O. BOK (PRINT OR TYPE NAME) CITY STATE ZIP TITLE AREA CODE TELEPHONE NO. EMAIL Page 14 crf 17 EXHIBIT C (City of Port Ari.hur) (Law Department) (Required Form) (7/a/ea) (10/5/89 ) (3/15/90) (p.2 Revised 9/18/90) CERTIFICATE OF STANDARD FORM CONTRACT. FOR L4W DEPARTMENT REVIEW AND CITY COUNC/L AGENDA I certify that the contract (hereinafter called "said contract"') affixed to the attached proposed City Council Resolution , No. /S7 3 ~.- is an exact duplicate of an applicable standard form contract (the title of which is shown below) ' previously approved by the Law department and adopted as a standard form by City Council Resolution, 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 [ J Federally Funded Construction Contract, Revised 1/5/88, 7/89, 8/89 i j~Q Non-Federally Funded Construction Contract, Revised 1/5/88, 7/89, 8/89 /(J Federal -Professional Services -Engineering Contract, Revised 1/5/88; 5/89 (§10) 7/89/(§8) (] Non-Federal -Professional Services -Engineering Contract, Revised 1/5/88, 5/89(§10), 7/89(§8), 4/91 [ J CDBG -Professional Services -Engineering Contract, Revised 1/5/88, 5/89 (§10), 7/89(§8) ' [ J Federal -Processional Services -Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89(§10), 7/89(§8). [) fJon-Federal -Professional Services -Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89(§10), • 7/89 (§8). [ ] CDBG •- Professional services -Non-Engineering (Consultant) Contract, Revised 1/5/88, 5/89(§10), 7/89(§8). [ J tJther Standard Form Contract, described as follows: ' The changes are as follows: (Put an "X" in the appropriate O) None. [ j 'The following described provisions at the indicated page, section, etc. of the standard form have been deleted from said contract' DELETIONS Page Number Where Deleted Provision Is Found On Standard Form Section or Paragraph No and Caption Which Contains Provision Deleted From Form Subsection or Subparagraph No. and Caption Which Contains Provision Deleted From Form Description of Provision Deleted (p.2 Revised 9/15/S~U~ (Certificate of Standard Form Contract, page 2) [) The following described provisions at the indicated pagca, section, etc. of the standard form have been altered, . modified, replaced or otherwise changed: Yt i ALTERAT/ONS, MOD1Fl CATIONS, REPLACEMENTS, ETC.. , Page No. Where Provision Found on Standard Form !§ or 1f No. & Caption of • Standard Form which Contains Provision Sub § or Sub ~ No. & Caption of Standard Form which Contains Pravision Description of Provision In Standard Form Page § & capllon •• , sub § & capttori, etc. of sald contract which contains altered, etc. provision; & Descrfptlon of Alteration etc. (J The following provisions have been added to Said Contract: Page, Section and Caption Subsectlgn and Caption, etc,, of Said Contract Which ` Contains the Added Provislorr .and Descrfptlon Thereof I further certify that sEiid attached proposed City Council Resolution contains the following provision: "That said contract is an, exact duplicate of a City Standard Form Contract except for the changes described in the Certificate of Standard Form Contract, a copy of which Is attached hereto as i=xhibit "B" and is hereby incorporated- by reference, and said changes are hereby approved.' I understand tl~iat this certificate will be relied on by the l_a~rv 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. 7~ Signed this / ,7 _ day of _ /t/1 A--rt_~. NF „~-~a /U. ~ . Department Head or