Loading...
HomeMy WebLinkAboutPR 15736: CONTRACT WITH SKR CONSTRUCTION FOR OFFICE RENOVATIONS IN CITY HALLPUBLIC WORKS DEPARTMENT / ~ ~~ COUNCYL ACTION MEMO TO Stephen B. Fitrgibbons, City Manager _ `3-a23 -~~~ FROM Ross E..Blackketter, P.E., Director of Public Works SUB]ECT 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 2"d & 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 2"d & 3rd Floor of City Hall in a total amount of $11,750. ~~~~ ~~~ Ross E. Blackketter, P.E. Director of Public Works REB/reb Z:\engineer\documents\CAMS\SKR CH Renovations Cont.doa P.R. No. 15736 03/16/10 reb RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTYON OF A CONTRACT BETWEEN THE- CITY OF PORT ARTHUR AND SKR CONSTRUCTYON 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 avvards the bid' for construction of the Office Renovations of the 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" attached 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 Confract is an exact duplicate of a standard -form Non-Federally. b 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 day of A.D. 2010 at a meeting of the City of Port Arthur, Texas by the following .vote: Ayes: -Mayor: Councilmembers: Attest: City Secretary APPROVED AS TO~AV~AIL~ABILITY OF FUNDS: Deborah Echols, CPA Director of Finance P.R. No. 15736 Page 3 APPROVED FOR ADMINISTRATION: Stephen B. Fitrgibbons .- City Manager x /~ ~'_ /l~*i~/~ /~L'L „'t'e-t~~/ ~l'~~~-G'~-1-211. Ross E. Blackketter, P.E.. ~ Shawna Tubbs Director of Public Works Purchasing. Manager ,- Z: \engineer\documents\Resolutions\PR 15736. doc .. EXHIBIT ~4 CITY OF PORT ARTHUR TEXA5 Bid Tabulation Public Works Office Renovations of the 2"`' & 3'd Floor of City Hall Bid Opening Date: December 16, 2009 Name of Ridders Basco Mcfeniel Services, L & L General Construction D.A.R.T, Inc. . Emericon Builders LLC Contractors Item ^ # Descri lion Total Price Tatal Price ~ Total Price Total Price Total Price Office Renovation of the 2" & 3' 1 Floor $23 269.20 $17 800.00 $17 415.00 $34,850.00 $13 326.00 2 Purchase Price of New Doors $3,943.75 $1,056.25 er door $1,700.00 er door $4 500.00 $570.00 each 3 Calendar Da s to Com lete 60 10 20 15 30 Location Nederland TX Lumberton, TX Brea, CA Su arland TX Beaumont, TX Page 1 of 1 ~,t / 1 ~., _ - ~.~ ~ ~ z ~z ~. ~09 Shawna Tubbs, Purchasing Manager Datc ExHi~aT ~ _ .~ CONSTRUCTION CONTRACT AGREEMENT (Non-Federally Funded Projects) THIS AGREEMENT, made this 23rd 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 oroorietorshio , .;herein acting by and through _ Jose I. Sanchez, Owner hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, OWNER. and CONTRACTOR. agrees as follows:. The CONTRACTOR will commence and complete the construction of the Office Renovations of the 2"d & 3r° Floor of Ciri Hall 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 ih the Contract Documents and comply with the. terms therein for the sum of 511,750 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} Perrormance Bond (K) Notice of Award (L) Notice to Proceed (M) Change Order (N) Drawings prepared by City of Port Arthur A-1 (0) 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 as required by the Contract Documents. 7. This Agreement shall be binding upon ell 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 EN FORM: City Attorney OWNER:, BY NAME Deloris Prince CONTRACTOR: BY ADDRESS TITLE Mavor BY NAME Steoheri B. Fitzgibbons TITLE Citv Manager (SEAL) ATTEST:. NAME (CORPORATE SEAL) ATTEST: A-2 CITY OF PORT ARTHUR ADVERTISEMENT FOR BIDS Office Renovations of the 2"d and 3`d Floor of City Hall December 6,1009 November 29, 2009 DELORIS'BOBB~" PRINCE, MAYOR ~ STEPHEN F177.GIBBONS ELIZABETH'LIZ" SEGLER; MAYOR PRO 7EM ~ ~ CTTY MANAGER COUNCIL MEMBERS:-- City Of ~ TERRI HANKS JACK CHATMAN, JR - ~ ~ CTrY SECRETARY MORRISALBRIGHT, HI ~ MARTIN FLOOD ~ VAL TIZENO JOHN BEARD, dR. ~ ~ OT t ~ T t IL ll r ~ ACTING CITY ATTORNEY ROBERT E. WII.LIAMSON ~ ~ - D. KAY WISE Tezas THOMAS J. HENDERSON NOVEMBER 30, 2009 INVITATION TO BID OFFICE RENOVATIONS OF THE 2ND AND 3RO FLOOR OF CITY HALL DEADLINE: Sealed Bid submittals mustbe received and time stamped by 3:OOp.m., Central Standard Time, Wednesday, December 16, 2009. (The clock located in~the Ciry 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) complete copies of your bid to: CITY OF PORT ARTHUR CITY SECRETARY P.O. BOX 1D89 PORT ARTHUR, TEXAS 77641 CITY OF PORT ARTHUR CITY SECRETARY 444 4TH STREET, 4`s Floor PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid should be drrected to: City of Port Arthur, TX Shawna Tubbs, Purchasing Manager P.O. Box 1084 Port Arthur, TX 77641 409.983.8160 ShawnaCa~portarthur.net Questions concerning the Scone of Work should be drrected to:. City of Port Arthur, TX Ross Blackketter, Director of Public Works . P.O. Box 1089 Port Arthur, TX 77641 409.983.8180 rblackketter a~ortarthur net. The enclosed INVITATION TO BID (ITB) and acxompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, aze for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by~a person having authority to bind the fine 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 regardless of delivery method chosen 6y the firm. _F_axed or electronically transmitted TI'B submittals will not be accepted Shawna Tubbs Purchasing Manager Page 2 of 17 ' Office Renovations of the 2"d and 3rd Floor of City Hall NO BID is submitted: this time only _~ notthis wmmodity/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 aze 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 woiild appreciate your response regarding the reason (s). Your assistance. in completing and returning this. form in an envelope ' marked with the enclosed bid would be appreciated. (To be Completed ONLY IF YOU DO NOT BID.) . ' Vm Nn Does our co an rovide this roduct or services? Were the s ecificstions clear? Were the s ecifications too restriMive? Does the Ci a its bills on time? Do ou desire to remain. on the bid list for this rodact or service? Does our resent work load ermit additional work? Comments/Other Su estions: • Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, lap Code: Date: Page 3 of 3 7 MANDATORY PRE-BID CONFERENCE " A Mandatory Pro-Bid Conference between Representatives of the City of Port Arthur; Texas and prospective bidders for "Office Renovations of the 2aa and 3'd Floor of City Hall" with be field at City HaIL 444 4"' Street. Port Arthur Texas in the 5'h Floor Conference Room on Thursday, December 10.2009 at 10:00a.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 Docmnents, 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 fu~ms or individuals not listed' on the roll of attendees of the Mandatory Pre-Bid' Conference will be rejected and returned unopened to the hidder. 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 is this Bid Package. The intent of this INVITATION TO BID (ITB) is to provide bidders with sufficient information to prepaze SEALED BIDS IN DUPLICATE for furnishing: Office Renovations of the 2"~ and 3"{ Floor of City Ha11 Bids must be in a sealed envelope addressed to the City Secretary, City of Port Arthur, P.O. Box 1089, Port Arthur, Texas 77641. Bids shall be received no later than Wednesday. December 16, 2009, at 3:OOo.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 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)/subsfltutions(s) deemed to be in the best interestof 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 kids and to make no awazd if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive infonnalifies or defects. in bids or to accept such bids as it shall deem to be in the best interests of the City. - 4. Awazd 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: Page 5 of 17 TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this I'TB, 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 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 Arhw.. , rvur~unutvi 51A1VU?-1CllJ P"UR Kr;SPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an awazd. 5. Be engaged in a full time business and can assume. liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public 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 iri the City of Port Atthw 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. YK11VC1YA1:. PLACE OF BUSINESS; The officia] business address (office location and office personnel) shall be a Port Arthw 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 Arthw 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 Arhw to the successful bidder. The pwchase order number must appear on all itemized invoices. Page 6 of 17 INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Atm.: 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 bylaw from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax: VENUE: This agreement will be governed and construed according to the laws of the State of Texas: This agreement is performable in Port Arthur, Texas, Jefferson Coumy. 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 officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the- City from. granting any license, privilege or paying' money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has .been made. Bidders must wmplete 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 effeM 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 wrrectly 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 manner, perform all work and furnish all supplies and materials, machinery, equipment; facilities and means; except as herein otherwise expressly specified, necessazy or proper to perform and wmplete all the work required, by this Contract, in acwrdance 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 regazded as meaning that only the best commercial practices aze to prevail. 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. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the detemunation of the~successfiil 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 piograin or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If; through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective-date of such termination. Notwithstanding the above, the Contractor shalTnot 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 thepurpose ofset-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at anytime giving. at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous pazagraph hereof relative to terminationshall apply. RELEASES AND RECEIPTS: The City of Port Arthur. before making payments- may require the Contractor to famish releases or receipts for any or all persons performing .work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. Page 8 of I T CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs. as a result of his fault or.negligence in connection with the work performed until completion and final acceptance by the City.. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. . , , INSURANCE: A1I 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 cnntract, whether the operatons be by himself or by any subwntractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. 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$500,000 each person/$SOO,000par occurrence for contracts of $100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $ ]00,000. 2. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of $5.00,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, . and policy numbers, effective dates and expiration dates) and to date and sign and do ail 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. P9ge 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 under the policies will not.be altered, modified, or canceled unless at leapt 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 REOUIItEMENTS• If the contract exceeds fifty thousand. dollars ($50,000) a -payment bond. is required. If the wntract exceeds one hundred thousand dollars ($100,000) a performance bond is required: Performance and Payment Bonds shall be fiunished on prescribed forms in the amount of one hundred percent (100%) of the contract price. with corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney:. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a worlong 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 of 17 SPECIFICATIONS .. FOR OFFICE RENOVATIONS OF THE 2ND AND 3RD:FLOOR OF CTI'Y HALL Remove 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 extant 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 (3) inches above suspended ceiling. c. Wallsto be clad in 518 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. b: Existing doors currently stored in Adams Building to be used for new doorway construction, •if possible. Otherwise, new doors to be ordered.. . c. Hardware to be commercial grade, brushed aluminum finish. d. Latch mechanisms to be lever handles, with key locks compah~ble with existing City Hall doors. If existing doors are used, then they aze to be refinished. e. Doors to be finished and in appearance compatible with existing City Hall doors. If existing doors are used, then they are to be refinished. f. Style of hazdwaze 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 "Macadamia". f. Exposed end of wunter to have trim piece installed and to be finished matching the existing shelf 6. Flooring: 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 I I of I7 7. Shelf unit: a. Wooden shelving to be constructed in accordance with the attached diagram and to the dimensians 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 singlepiece'/< inch plywood. d. Back of unit to be closed with %= inch plywood. e. Unit to be securely anchored to wall. £ Shelf supports shall support a minimum of 2/3 the depth of each shelf. g. Shelves to be securely attached to the shelf supports,. unit end pieces, and' unit back. h. Unit to beprepped,-primed; and painted 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 after framing installation and prior to drywall.. Contractor to coordinate with Electrical Superintendent for scheduling. 9. HVAC: ' a. HVAC installation is not in this wntract. - '_ b. Contractorto; coordinate with City HVAC contractor for construction of A/C azea. 10. General: , a. Contractor to maintain cleanliness of working area' on daily basis. b. All work to be accomplished on weekends ,.and after normal business hours if possible. Any work to be done during City business hours shall 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 h ..~. ~v~ ~ ~ ~ BRFJJ(ROOM - COPY 0.00td NJRONSING MFP Am ~` , , ,. ~1 ;. sroaacf •~. ~ ROOM ~ ! ~. f urzwm NORK a1FH 51S7EM ,1; aowwsrRAroR ~e~ ~ ~~/ .m.m, i. . ~ ~ »~ ~ ~ ~ I ~ ~ O]RERgI g yST E~ •:; 1N ~M4 n IX1 COORDINAIOP ~ 1 ro m w NorE: EXISTING 2nd FLOOR PLAN °,~ rtrornseooENDAaFAS ~ SCALE: 1/4"=1'-0" . ', CITY RlRllt J i F1NdfgER WCRKS .: vow DIREROR , ; ~ l ~ ml i RLE ROOK ~ A59~/HT EXISTING 3rd FLOOR PLAN NOTE: SCALE:1/4"=1'-0i' ~.~'`-~.' PRgVSED DEMO AREAS »:;m ~ , ' ~ BRFAK ROOM _ CORIROON WRCHASING t c~sEr S SERVER WDRK AREA S70PAGE WOCIA = RQa,I ~xRD~ a oIRECEOR a I I ~ anoR Ir nsYslE~ AMI NL TOR s , CODRDINATOR PROPOSED 2nd FLOOR PLAN NOTE; SCALE: 1/4"-1'-0" REPaRmEwcoxsmucnoR AREA f . IST. : . xeuc m INEFR wascroR fllP RagA .~ Am nNM' Ildll PROPOSED 3rd FLOOR PLAN scALE: Wa^=r-0^ PROPOSED SHELVING UNIT DETAIL .. ww..w u""wvrx rw .u w v "m miro 'P~.'e°m°.S'eS°ii°m`a"ui:P: n~'A'i>Y4`r""a r6"P.a x"o LYM IN4oRi w Pw. ' a"Sa'w'°r~ ra+oYe°Sb":wwl7~ PrE"F6'7 uo m'n~, sm~ "imri ~i "ivrb`a1~ ee~'wFmi a wv"M°nrom'aviO •w' a vur amv ve roon a ~ rig mn ramma a cww mamturouonon wwwnwvnwwv. CITY OF PORT ARTHIIR. TEXAS e. BID SHEET BID FOR: Office Renovations of the 2"d & 3`d Floor of Ciri HaII BID OPENING DATE: December 16.2009 Description Cast Office Renovations of the 2n° & 3'~ Floor $ Receipt of addenda is achowledged: ' No. 1 Dated ~ Received COMPANY NAME SIGNATURE OF BIDDER (PRINT OR TYPE NAME) TTI'LE EMAIL STREET ADDRESS P.O. BOX CITY STATE ZIP AREA CODE TELEPHONE t Page 14 of ] 7 BID OPENING DATE: December 16.2009 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to fiunish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT, TO: COMPANY ADDRESS. CITY/STATE/ZII' SEND PURCHASE ORDER TO: COMPANY ADDRESS CI'T'Y/STATE/ZIP TAX IDENTIFICATION NUMBER Page I S 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: 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 Qf Port Arhur and agree to enter into an ageement for the payment of said debts. I further agree to pay succeeding debts as they become due. NAME OF OFFEROR: TITLE ADDRESS CITY/STATE/ZIP TELEPHONE NUMBER. SIGNATURE STATE COUNTY SUBSCRIBED AND SWORN to before me by the above named day of , 20 on this the. Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 16 of 17 C®NFLICT OF INTEREST QITESTIONNAIRE FORM CIQ -For Vendor or other person doing business with local governmental entity Ibis 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.D01 (1-a) with a local governmental ~tity and the person meets regavements under Section 176.006 (a). Bylaw this questionnaire must be filed with the records rtdministratoroftpe local governmental entity not hoer than the 7"' business day after the date the person becomes aware of facts that require the statement to be filed See Section 176.006, Local Govemmem Code. A person commits an offense if the person lmowingly violates Section 176.006, Local Crovemment Code. An offense user this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. 2. ^ Check this boz if you are filing an update m a previously filed questionnaire. (The law requires that you file an updated completed questioanaire with the appropriate fling authority not later than 7'" business day after the date the eriginally filed questionnaire becomes incomplete or inaccurate.) 3. Name of local 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 (I-a), Local Govermnent Code. Attach additional pages to this Form CIQ as necessary. !t Is the local government officer named in this section receiving or likely W receive taxable income, other than investment income, !torn the irler of tbe questionnaire? • Yes ~ 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 ~ No C. Is the Eder of this questionnaire employed by a corporation or other ^ Yes. ^ No D_ Describe each employment or business relationship with the local govemmem officer named in this section. 4. Si nature of erson doin business with the ovemmental entity Date Page 17 of 17 . CITY OF PORT ARTHU -TEXAS - ----- ---- = - - - --BID SHEET --_ ---- - -- BID FOR: Office Renovations of the 2"d & 3~d Floor of Citv Hall BID OPENING DATE: December 16.2009 Descriation 1. Office Renovations of the 2"d.& 3'd Ftoor 2. Purchase price of new doors (not to be included in base bid) .Cost Receipt of addenda is acknowle~d7ged: q No. I Dated i Z'_ ~ / --~ 1 Received ~ [~ - ~: ~ -~ WORK WILL BE COMPLETED 1N.~ CALENDAR DAYS. ~~~~ ~fi~~t'~~1ri-tr)ti COMPANY N SIGNATURE OF BIDDER ~ose_ .:L Sa~~.~, (PRINT OR TYPE NAME) ~~ ~.1~ TITLE STREET ADDRES P.O. BOX . ~c~S ~T T~T T ~1~1V r ~l'- ~ ~ ~ Lf CITY STATE Z~-` ~y f- (~C~~~~~~ AREA CODE TELEPHONE NO. EMAIL Page 14oF 17 BID OPENING DATE: December 16, 2009 CITY OF PORT ARTHUR • INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REibIIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REbIIT PAYMENT TO: COMPANY ADDRESS CITY/STATE/ZIP SEND PURCHASE ORDER TO: coMPANY ADDRESS CITY/STATE/: rr~ ~~; , ;~ '~ ~~' TAX IDENTIFICATION NUMBER ~ ~ "~ J ~ ~ `i lf~ I _ ~~ ~ Page 15 of 17 AFFIDAVIT All pages m 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: /~ ,7' 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 beco~m'e due. NAME OF OFFEROR:- ; ~I t~ ~-(' ~ , ~ N~ ~~~~-~~ ; C. TITLE (r sr tt,l ih? ADDRESS CITY/STATE/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_OE_INTEREST.QUESTIONNHIRE _ _ ,__ FORNICIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 149], 80 Leg., Rzgular 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 requirements under Section 176.006 (a). Bylaw this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7~' business day after the date thz 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 Class C misdemeanor. , 1. Name of person who-has a business relationship with local governor ^tal entity. ~~ 2. ^ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not laterthan T" .business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of local 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 de&ned 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? Yes ~ 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 ~ No C. Is the filer of this questionnaire employed by a corporation or other ^ Yes ~~No , D. Describe each emlp~-h'o~ylment or business relationship with the local government officer named in this section. ~~ - ,` 1 4. __ Si nature of erson doing business with the govemmenta ~~ Date Page 17 of 17 SI{R Construction Inc. Port Arthur Tx, 409-982-0063 409-982-0470 Fax Name / Address City of Port Arthur 444 4th Street Port Arthur, TX 77640 USA THE 2ND AND 3RP FLOOR OFFICES ES'~11'9'11t@ Date Estimate # 1/5/2010 5009 Project . Description Qty ' Cost Total Remove existing walls, door and counter (LABOR ONLY) 0.00 O.OOT Construc[lon of new walls with metal frame ~ 30 10.00 300.OOT Sheet rock, 5/8 insulation R -I 1, tape; mud and paint 1 -950.00 950.OOT install 3 doors (LABOR ONLY) - 0.00 O.DOT commercial hazdwaze 1 ~ - 350.00 350.OOT ceiling file as need ~, _ I 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 file 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 chazge 0.00 O.OOT HVAC -area material listed on line 2:0 and 2.a - 0.00 O.OOT Clean work area (LABOR ONLY) 0.00 O.OOT LABOR FOR THIS PROJECT 1 6,750.00 6,750.OOT Sales Tax - ~ 0.00% ". 0-00 r Thank you for your business. - ,. TOtal $n,7so.oo ~ e cn~ CITY OF PORT ARTH~iIR, TEXAS Tau ADDENDUM NO.ONE (1) DATE: DECEMBER 11, 2009 PUBLIC WORKS Bid Proposal For: Renovations of the 2°d & 3'd Floor of City Hall She 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 TBEIR BID. Addendum as follows: 1. Wall Studs are2'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. <U Ef~ Shawna Tubbs, rehasing Manager Page 1 of 1 CITY OF PORT ARTHL~ TEXAS BID SHEET BID FOR: Office Renovations of the 2"d & 3ro Floor of City Hall BID OPENING DATE: December 16.2009 Description 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 aclmowledged: No. ]Dated Received WORK WILL BE COMPLETED IN CALENDAR DAYS. COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER P.O..BOX (PRINT OR TYPE NAME) CITY STATE ZIP TITLE AREA CODE TELEPHONE NO. EMAIL Page 14 of 17 EXHIBIT C (City cf Port Arthur) (Lew Department) (Required Form) (7/8/B8) (10/5/89) (3/15/90) (p.2 Revised 9/18/90) CERTlFlCATE OF STANDARD FORM CONYRACT. FOR LAW DEPARTMENT REVIEW AND CITY COUNCIL AGENDA I certify that the contract (hereinafter called "said contract") affixed to the attached proposed City Council Resolution No. S/ 75~? 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': \(] Federally Funded ConslruclionContract, Revised 1/5!88, 7/89, 8/89 yy Non-Federally Funded Construction Contract, Revised 1/5/88, 7/89, 8/89 /(j Federal -Prolessional Services -Engineering Contract, Revised 1/S/BB; 5/89 (§10) 7/89/(§8) (] Non-Federal -Prolessional Services -Engineering Contract, Revised 1/5/88, 5/89(§10), 7/89(§8), 4/91 (] CDBG -Professional Services -Engineering Conlrect,.Revised 1/5/88, 5/89 (§10), 7/89(§8) () Federal - Prolessional Services -Non-Engineering (Consultant) Contract, Revised 1/5/88,.5/89(§10), 7/89(§8). [ j Non-Federal -Prolessional Services -Non-Engineering. (Consultant) Contract, Revised'1/5/8B, 5/89(§10), 7/09 (~)- [ ] CDBG -Professional services.- Non•Engineering (Consultant) Contract, Revised 1/5/88, 5/89(§10), 7189(§8)• - i [ ] Other Standard Form Contract, described as follows: ' The changes are. as follows: (Put an "X' in the appropriate ()) None. [ ] The following described provisions el the indicated page, section, etc. of the standard }orm have been deleted from said contract: DELETIONS Page Number .Where Deleted Provision is Found On Standard Form Section or Paragraph No. end Caption Which Contains Provision Deleted From Form Subsection or Su6paragrapk No. and Caption Which Contains Provision Deleted From Form Description of Provision Deleted. ~' (~.2 Fevised e/1 B/90) (Certificate of Standard Form Contract,•pege 2) (] The following described provisions et the indicated-page, section, etc.. of the standard form have been altered, N modified, ieplaced or otherwise changed: " ALTERATIONS, MODIFICATIONS, REPLACEMENTS; ETC.-, ' Page § & cepllan •• sub § & capiton, etc, Sub § or Sub ~f No. of said contract Page No. § or 1f No. & Caption & Captidn bescription which contains Where of of of altered, etc. Provision Found Standard-Form Standaid.Form Provision provlslon; & on which which In Description of Standard.Form Contains Provision Contains Provision Standard Form Alteretlon etc: ] .The following provisions have been added to Said Contract: Page, Section and Caption and Caption, etc. of Said Contract Added Provision and Descrlotion ' I further certify that said attached proposed City Council Resolution contains the following provision: "Thal 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 Exhibit "B" and is hereby incorporated by reference, and said changes are hereby approved.' ' I understand that this certificate will be relied on by the law Department ih reviewing and approving (or rejecting) as to form and by the City Council In reviewing and adopting (or rejecting) said Resolution and Contract: 7r-r Signed this f ~ day of _ /tit A-R_~: r't , X30 /0. Department.Head or ',