HomeMy WebLinkAboutPR 16086: CONTRACT WITH APAC FOR S/SGT LUCIAN ADAMS DRIVE PUBLIC WORKS DEPARTMENT
COUNCIL ACTION MEMO
TO: Stephen B. Fitzgibbons, City Manager
FROM: Ross E. Blackketter, P.E., Director of Public Works
SUBJECT: P.R. #16086 — Contract with APAC for S /SGT Lucian Adams Drive.
DATE: 31 August 2010
RECOMMENDATION:
I recommend that the City Council approve Proposed Resolution No. 16086, approving a
contract with APAC -Texas for the Reconstruction of S /SGT Lucian Adams Drive with
hot -mix asphaltic concrete (HMAC) pavement in the amount of $131,359.46.
BACKGROUND:
In Resolution 10 -225, the City Council authorized advertising for bids for the
reconstruction of S /SGT Lucian Adams Drive from the new concrete roadway adjacent
to Memorial High School to the US 69 northbound frontage road. Specifications were
developed for reconstructing the road with HMAC pavement in various thicknesses with
an alternate of concrete construction. Three (3) bids were received, with the bid from
APAC -Texas for HMAC was in the amount of $131,359.46. The low bid in the amount
of $282,693.96 for concrete was from Norman Highway Constructors. The bid from
APAC -Texas for HMAC in the amount of $131,359.46 was determined to be the lowest,
most responsible bid, and most cost - effective means of reconstruction.
BUDGETARY /FISCAL EFFECT:
Funds are available in the Streets Bond Project GO -806, 301 - 1601- 591.86 -00
EMPLOYEE /STAFF EFFECT:
None
SUMMARY
I recommend that the City Council approve Proposed Resolution No. 16086, approving a
contract with APAC -Texas for the Reconstruction of S /SGT Lucian Adams Drive with
hot -mix asphaltic concrete (HMAC) pavement in the amount of $131,359.46.
/L •sue i__ . -1/1
Ross E. Blackketter, P.E.
Director of Public Works
REB /rtb
S:\ engineer \Documents \CAMS \APAC - Lucian Adams Dr.docx
P.R. No. 16086
09/01/10 reb
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT
BETWEEN THE CITY OF PORT ARTHUR AND APAC -TEXAS OF
BEAUMONT, TEXAS FOR THE RECONSTRUCTION OF S /SGT
LUCIAN ADAMS DRIVE IN THE AMOUNT OF $131,359.46.
PROJECT GO -806, 301 - 1601 - 591.86 -00.
WHEREAS, in Resolution 10 -225, the City Council authorized advertising for the
reconstruction of S /SGT Lucian Adams Drive from the new concrete roadway adjacent
to Memorial High School to the U. S. Highway 69 northbound frontage road; and,
WHEREAS, the City advertised in the Port Arthur News on 01 August 2010 and
on 08 August 2010 for the S /SGT Lucian Adams Drive with specifications for differing
thicknesses of asphalt and an alternate for concrete construction; and,
WHEREAS, three (3) bids were received and opened on 25 August 2010 for the
above referenced Contract and have been evaluated by Public Works and the design
engineer; and,
WHEREAS, APAC -Texas placed the low bid for hot -mix asphaltic concrete base
bed in the amount of $131,359.46, and Norman Highway Constructors placed the low
bid for concrete construction in the amount of $282,693.96; and,
WHEREAS, it is felt that the low bid price for hot -mix asphaltic concrete
pavement provides the most cost - effective means of reconstruction for this project;
now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT
ARTHUR:
P.R. No. 16086
Page 2
THAT, the City Council of the City of Port Arthur hereby awards the bid for
reconstruction of the S /SGT Lucian Adams Drive to the lowest responsible bidder to wit:
APAC -Texas of Beaumont, Texas as shown on Exhibit "A" attached hereto and made a
part hereof; and,
THAT, the City Manager of the City of Port Arthur is hereby authorized and
directed to execute on behalf of the City, a Contract between the City of Port Arthur
and APAC- Texas; and,
THAT, the contract is awarded for the amount of $131,359.46, attached hereto
as Exhibit "B "; 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:
Noes:
Mayor
P.R. No. 16086
Page 3
Attest:
City Secretary
APPROVED AS TO FORM: APPROVED AS TO AVAILABILITY OF FUNDS:
(7 4 7 t.et --
City Attorney Deborah Echols, CPA
Director of Finance
APPROVED FOR ADMINISTRATION:
Stephen B. Fitzgibbons
City Manager
Co // , 11
Ross E. Blackketter, P.E. Shawna Tubbs
Director of Public Works Purchasing Manager
Z:\ engineer\ documents \Resolutions \PR16086.doc
APPROVED AS TO FORM:
/1
CITY ATTORNEY
EXHIBIT A
a CITY OF PORT ARTHUR TEXAS
City of i �, 1 Bid Tabulation
4/L Jo et
o rt rth u c te- Reconstruction of 5 Sgt Lucian Adams Drive
Texas
Bid Opening Date: August 25, 2010
Asphalt Pavement Name of Bidder
Norman Highway Excavators & APAC- Texas,
Construct ors, Inc. Constructors, LTD Inc.
Item # Description UOM Qty Unit Cost Total Cost Unit Cost Total Cost Unit Cost ' Total Cost
1 Limestone Base TON 1,153 $72.00 $83,016.00 $66.70 $76,905.10 $47.00 $54,191.00
2 Prime Coat GAL 513 $5.00 $2,565.00 $5.75 $2,949.75 $4.30 $2,205.90
3 Type "D" HMAC TON 470 $95.00 $44,650.00 $125.00 $58,750.00 $107.00 $50,290.00
4 Geotextile SF _ 46,104 $.01 $461.04 $.70 $32,272.80 $.20 $9,220.80
5 Excavation CY 100 $80.00 $8,000.00 $46.50 $4,650.00 $59.00 $5,900.00
6 Traffic Control Lump Sum 1 $2,000.00 $2,000.00 $3,700.00 $3,700.00 $3,120.00 $3,120.00
7 4" Brk Yellow LF 470 $1.40 $658.00 $1.55 $728.50 $1.33 $625.10
8 4" Sld Yellow LF 200 $1.40 $280.00 $1.55 $310.00 $1.33 $266.00
9 4" Sld White _ LF 3,842 $1.40 $5,378.80 $1.55 $5,955.10 $1.33 $5,109.86
10 24" Sid White LF 12 $16.80 $201.60 $21.00 $252.00 $15.90 $190.80
11 Rt Trn Arrow EA 1 $250.00 $250.00 $263.00 $263.00 $240.00 $240.00
Total Bid $147,460.44 $186,736.25 $131,359.46
Total Bid: Alternate #1 $152,625.00 $208,736.25 $159,529.46
Total Bid: Alternate #2 $154,723.00 $228,736.25 $165,168.46
Total Bid: Alternate # 3 $161,180.26 $237,736.25 $182,203.46
Location Orange, TX Port Arthur, TX Beaumont, TX
Concrete Pavement Name of Bidder
Norman Highway Excavators & APAC- Texas,
Constructors, Inc. Constructors, LTD Inc.
Item # Description UOM Qty Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost
Rework Exist
1 ACP -4" SY 4,300 $2.40 $10,320.00 $4.50 $19,350.00 $4.75 $20,425.00
Excavation- Gr.
2 Beam CY 250 $44.00 $11,000.00 $31.75 $7,937.50 $34.50 $8,625.00
Conc. Grade
3 Beam CY 250 $200.00 $50,000.00 $270.00 $67,500.00 $223.00 $55,750.00
6" Depth Conc.
4 Pay. CY 800 $218.00 $174,400.00 $270.00 $216,000.00 $220.00 $176,000.00
5 Flex Bs Shoulder TON 405 $41.00 $16,605.00 $48.00 $19,440.00 $53.00 $21,465.00
6 Ditch Excavation CY 100 $100.00 $10,000.00 $41.45 $4,145.00 $62.00 $6,200.00
7 Traffic Control Lump Sum 1 $2,240.00 $2,240.00 $3,700.00 $3,700.00 $2,120.00 $2,120.00
8 4" Brk Yellow LF 470 $1.68 $789.60 $1.55 $728.50 $1.59 $747.30
9 4" Sld Yellow LF 200 $1.68 $336.00 $1.55 $310.00 $1.59 $318.00
10 4" Sld White LF 3,842 $1.68 $6,454.56 $1.60 $6,147.20 $1.59 $6,108.78
11 24" Sld White LF 12 $22.40 $268.80 $21.00 $252.00 $21.20 $254.40
12 Rt Trn Arrow EA 1 $280.00 $280.00 $263.00 $263.00 $265.00 $265.00
Total Bid $282,693.96 $345,773.20 $298,278.48
Location Orange, TX Port Arthur, TX Beaumont, TX
�.' .. _� \�� 4 _j e ll) it ��('� _. It c � ��..
Shawna Tubbs, Purchasing Manager Date
EXHIBIT B
CONSTRUCTION CONTRACT
AGREEMENT
(Non- Federally Funded Projects)
THIS AGREEMENT, made this 7 day of September , 20 10 , by and
between the City of Port Arthur, a municipal corporation organized under the laws of the State of
Texas, hereinafter called "OWNER" or "CITY" and ' APAC -Texas , a(n)
corporation , herein acting by and individual, firm, partnership or
corporation through Scott Blanchard , hereinafter called "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments, terms, conditions and
agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1. The CONTRACTOR will commence and complete the construction of
RECONSTRUCTION OF S /SGT LUCIAN ADAMS DRIVE
2. The CONTRACTOR will furnish at 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 the
consecutive calendar days 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 _ $131,359.46
, or as shown in the Bid schedule.
5. The term "Contract Documents" means and includes the following:
(A) Agreement
(B) Invitation to BID
(C) Information for BIDDERS
(D) General Conditions
(E) Supplemental General Conditions
(F) Payment Bond
(G) Performance Bond
(H) Notice to Proceed
(I) Change Order
(J) Specifications prepared or issued by City of Port Arthur Public Works
Department dated 01 August 2010 .
(K) Addenda:
No. 1 , dated 17 August , 20 10 .
No. 2 , dated 20 August , 20 10 .
(L) BID
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 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 an
original on the date first above written.
APPROVED IN FORM: OWNER:
CITY ATTORNEY
CONTRACTOR: BY:
NAME:
BY TITLE : CITY MANAGER
NAME (SEAL)
ADDRESS ATTEST:
NAME:
(CORPORATE SEAL) TITLE: CITY SECRETARY
ATTEST:
NAME:
2
DELORIS "BOBBIE" PRINCE, MAYOR ! `l�il. �r STEPHEN FITZGIBBONS
MORRIS ALBRIGHT, III, MAYOR PRO TEM ! CITY MANAGER
EnC I�'i`
COUNCIL MEMBERS: City of City TERRI HANKS
/t /` j CITY SECRETARY
JACK CHATMAN, JR. / /` f ti �i�\
ELIZABETH "LIZ" SEGLER
MARTIN FLOOD El r t r t h u r VAL TIZENO
JOHN BEARD, JR. CITY ATTORNEY
ROBERT E. WILLIAMSON TE' ras
D. KAY WISE
THOMAS J. HENDERSON
JULY 27, 2010
INVITATION TO BID
RECONSTRUCTION OF S SGT LUCIAN ADAMS DRIVE
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, August 18, 2010. (The clock located in the City Secretary's office will
be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, August 18,
2010 in the City Council Chambers, City Hall, 5 Floor, Port Arthur, TX. You are invited to attend.
•
MARK ENVELOPE: Lucian Adams Drive
DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4 Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid should be directed to:
City of Port Arthur, TX
Clifton Williams, Senior Purchasing Assistant
P.O. Box 1089
Port Arthur, TX 77641
409.983.8160
cwilliams @portarthur.net
Questions concerning the Scope of Work should be directed to:
City of Port Arthur, TX
Rawetts Baaheth, Assistant Engineer
P.O. Box 1089
Port Arthur, TX 77641
409.983.8184
rbaaheth@portarthur.net
Purchasin: Division Finance De.artnent Purchasin: Mana•er Shawna Tubbs
P.O. Box 1089 1 444 4th Street ! Port Arthur, Texas 77641 I 409.983.8160 I Fax 409.983.8291
The enclosed INVITATI . _ . TO BID (ITB) and accompanying IENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are 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 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
arrives at the above location by specified deadline regardless of delivery method chosen by the firm.
Faxed or electronically transmitted ITB submittals will not be accepted.
Shawna Tubbs
Purchasing Manager
Page 2 of 16
MANDATORY
PRE -BID CONFERENCE
A Mandatory Pre -Bid Conference between Representatives of the City of Port Arthur, Texas and
prospective bidders for the Reconstruction of S Sgt Lucian Adams Drive will be held on August 12,
2010 at 2:00 I. m. at the s arkin' lot of Memorial Hi. h School basketball • m located at 3501 S
Sgt Lucian Adams Drive.
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 3 of 16
CITY OF PORT ARTHUR
PUBLIC WORKS DEPARTMENT
S /SGT LUCIAN ADAMS DRIVE FROM MEMORIAL HIGH SCHOOL
TO U.S. 69 FRONTAGE ROAD, (APPROXIMATELY 1,921 LF)
Construction using Concrete Pavement
1.0 Rework the existing asphalt and base material to a depth of four inches (4 ") at twenty feet (20')
wide by pulverization and regrading. Compact to 95% standard proctor density in a uniformed
manner and in conformance to the current City Standards.
2.0 Place a two inch (2 ") deep sand bed twenty feet (20') wide. This item shall be subsidiary to
"Rework Existing ACP -4" item.
3.0 Excavate and form up support beams at both sides of the street as given in the cross section
drawing. Place steel reinforcement as shown in the drawing. Steel reinforcement shall be
subsidiary to the Concrete Placement Item.
4.0 Place grade beam and six inch (6 ") concrete pavement together. Concrete shall be Class P and
shall meet strength standards in accordance with TXDOT Specifications using Tex -448 -A or
Tex -418 -A testing methods. Curing compound may be required by the Public Works Director.
Sawcut concrete slab in accordance with TXDOT standards.
5.0 Clean ditches and shore up roadway shoulder (1'xl') with Flexible Base material.
6.0 Clear project of debris and construction material overages.
7.0 Striping: Contractor is to apply "Type I Marking — Hot Applied Thermoplastic" with a
thickness of 0.090 inch (90 mils) on pavement that is completely dry. As an option, the City
Engineer can instruct the Contractor to perform a "Condensation Test" to ensure no moisture
exists within the concrete pavement. Markings spacing must meet the Traffic Standard CAD
Sheets of the Texas Department of Transportation (TXDOT).
Surface Preparation: Apply "Type II Marking — Primer /Sealer" to concrete surface. Apply
markings during good weather. If markings are placed at Contractor option when inclement
weather is impending and the markings are damaged by rain, the Contractor is responsible for
all costs associated with replacing the markings if required. This subscription is subsidiary to
pavement marking items.
Bead Coverage: Contractor must provide a uniform distribution of beads across the surface
the surface of the stripe, with 40% to 60% bead embedment. This item is subsidiary to
pavement marking items.
Incidental Items
1.0 Establish traffic control measures for the project including all intersections and driveways using
the basic standards from the Texas Manual on Uniform Traffic Control Devices. Contractor
must present the traffic control plan to the City for approval. Inform the necessary school
officials of Memorial High School and TXDOT of the date of construction.
Page 4 of 16
Construction using Asphaz_ Waving
1.0 Rework the existing asphalt and base material to a depth of four inches (4 ") by pulverization,
regrading and compaction in a uniformed manner and in conformance to the current City
Standards.
2.0 Place a single layer of Marafi 600X Geogrid sheet 24' wide on the reworked surface.
3.0 Place six inches (6 ") of limestone flexible base, grade and compact to density at 24' wide.
4.0 Place AE -P asphalt prime coat on the surface at a rate of 0.10 gallons per square yard. Sweep
limestone flexible base surface prior to application.
5.0 Place SS -1H Tack Coat at a rate of 0.30 gallons per square yard.
6.0 Place a two inch (2 ") deep lift of Type "D" Asphalt twenty feet (20') in accordance with
TXDOT Item 341. Shoulder up the edge of the roadway on both sides.
Incidental Items
1.0 Establish traffic control measures for the project including all intersections and driveways using
the basic standards from the Texas Manual on Uniform Traffic Control Devices. Contractor
must present the traffic control plan to the City for approval. Inform the necessary school
officials of Memorial High School and TXDOT of the date of construction.
Alternates
Alternate #1: Replace six inches (6 ") of limestone flexible base with six inches (6 ") of cement treated
limestone base (4 %).
Alternate #2: Replace six inches (6 ") of limestone flexible base with eight inches (8 ") of limestone
flexible base.
Alternate #3: Replace six inches (6 ") of limestone flexible base with eight inches (8 ") of cement
treated limestone base (4 %).
Page 5 of 16
INVITATION TO BID
RECONSTRUCTION OF S SGT LUCIAN ADAMS DRIVE
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.
In the event you desire not to submit a bid, we would 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.
NO BID is submitted: this time only not this commodity /service only
(To be Completed ONLY IF YOU DO NOT BID.)
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments /Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City, State, Zip Code: Date:
Page 6 of 16
CITY OF PORT ARTHUR, TEXA—
BID SHEET
BID FOR: Reconstruction of S Sgt Lucian Adams Drive (Concrete Pavement)
BID DUE DATE: August 18. 2010
ITEM # DESCRIPTION UOM QUANTITY UNIT COST TOTAL COST
Item 1: Rework exist ACP -4" SY 4,300 $ $
Item 2: Excavation -Gr. Beam CY 250 $ $
Item 3: Conc. Grade Beam CY 250 $ $
Item 4: 6" Depth Conc. Pay. CY 800 $ $
Item 5: Flex Bs Shoulder TON 405 $ $
Item 6: Ditch Excavation CY 400 $ $
Item 7: Traffic Control Lump Sum 1 $ $
Item 8: 4" Brk Yellow LF 470 $ $
Item 9: 4" Sld Yellow LF 200 $ $
Item 10: 4" Sld White LF 3842 $ $
Item 11: 24" Sld White LF 12 $ $
Item 12: Rt Trn Arrow EA 1 $ $
Total Bid S
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 FAX NUMBER
Page 7 of 16
CITY OF PORT ARTHUR, TEXA_
BID SHEET
BID FOR: Reconstruction of S Sgt Lucian Adams Drive (Asphalt Pavement)
BID DUE DATE: August 18. 2010
ITEM # DESCRIPTION UOM QUANTITY UNIT COST TOTAL COST
Item 1: Limestone Base TON 1,153 S $
Item 2: Prime Coat GAL 513 S $
Item 3: Type "D" HMAC TON 470 $ $
Item 4: Geotextile SF4 6,104 $ $
Item 5: Excavation CY 100 $ $
Item 6: Traffic Control Lump Sum 1 $ $
Item 8: 4" Brk Yellow LF 470 $ $
Item 9: 4" Sld Yellow LF 200 $ $
Item 10: 4" Sld White LF 3,842 $ $
Item 11: 24" Sld White LF 12 $ $
Item 12: Rt Trn Arrow EA 1 $ $
TOTAL BID $
TOTAL BID: Alternate #1 $
TOTAL BID: Alternate #1 $
TOTAL BID: Alternate #3 $
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 FAX NUMBER
Page 8 of 16
BID Oi — ING DATE: August 18, 2010
CITY OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
Bidders are requested to furnish their complete REMIT TO ADDRESS and
TAX IDENTIFICATION NUMBER as indicated below:
REMIT PAYMENT TO:
COMPANY
ADDRESS
CITY /STATE /ZIP
SEND PURCHASE ORDER TO:
COMPANY
ADDRESS
CITY /STATE /ZIP
TAX IDENTIFICATION NUMBER
Page 9 of 16
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
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. 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 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.
Firm Name Date
Authorized Signature Title
Name (please print) Telephone
Email
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 10 of 16
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 requirements 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 7` 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 Class C misdemeanor.
1. Name of person who has a business relationship with local governmental 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 later than
7 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 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?
Yes No
B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the
direction of the local government officer named in this section AND the taxable income is not received from the local
governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government
Officer serves as an officer or director, or holds an ownership of 10 percent or more?
I Yes 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 11 of 16
GENERAL INFORMATIG...
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.
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) /substitutions(s) deemed to be in the best interest of the
City of Port Arthur.
ALTERING BIDS: 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.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with
these specifications. The award shall be made to the responsive, responsible bidder who submits the
best value bid.
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 price basis, whichever is in the best interest of the City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it
shall deem to be in 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, as provided by Section 271.905 of the
Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal " - -For the purpose of this ITB, the terms "Bid" and Proposal"
shall be equivalent.
Bidders are cautioned to read the information contained in this ITB 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 requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or warranty
service required.
Page 12 of 16
6. The City Council shu.. not award a contract to a company that in arrears in its
obligations to the City.
7. No payments shall be made to any person of public monies 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.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made
by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing
Manager. The City assumes no responsibility for the bidder's failure to obtain and /or properly submit
any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be
rejected. It is the vendor's responsibility to check for any addendums that might have been issued
before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the
City of Port Arthur as its principal place of business must have an official business address (office
location and office personnel) in Port Arthur, 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. Contractors outside the
City of Port Arthur are allowed to bid.
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 must appear on all itemized invoices.
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, in accordance with the State of Texas Prompt Payment
Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days
from the date of the invoice.
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 construed according to the laws of the State of Texas.
This agreement is performable in Port Arthur, Texas, Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances,
rules, orders, regulations and codes of the federal, state and local governments relating to performance
of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the 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.
Page 13 of 16
DELINQUENT PAYMEN _ S DUE CITY: The City of Port Arti.ur 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 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.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 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.
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, 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 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 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 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 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 due the City from the Contractor is determined.
Page 14 of 16
TERMINATION FOR ..,ONVENIENCE: The City may tenhimate 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 terminated due to fault of the Contractor, the previous paragraph
hereof relative to termination shall apply.
EXPERIENCE & CAPABILITY: Successful bidder may be required to submit the following
information to describe the experience and capability factors of the company:
1. Number of years in operation.
2. Largest project currently in effect with a business.
3. Number of employees currently employed, their job titles, and their job descriptions.
4. Equipment currently owned or leased by your company.
5. Be otherwise qualified and eligible to receive an award.
6. Other companies that you contracted with.
7. If a company wants to receive the award for more than one group, the company must show that it
has the equipment and employees to handle more than one group.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the
Contractor to furnish 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.
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: 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 operations 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 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/$500,000 per occurrence for contracts of $100,000 or less; or
Bodily injury $1,000,000 single limit per occurrence or $500,000 each
person /$1,000,000 per occurrence for contracts in excess of $100,000; and,
b. Property Damage $100,000 per occurrence 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 $100,000.
Page 15 of 16
2. Commercial .atomobile Liability Insurance (Includinb Jwned, 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, 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 all other things necessary to
complete and make into valid certificates of insurance and pertaining to the above listed items, and
before commencing any of the work and within the time otherwise specified, Contractor shall file
completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect
except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a
provision that coverage afforded under the policies will not be altered, modified or canceled unless at
least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall
also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like 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: Per Government Code Section 2-
282. Bonds. 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 is 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 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 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.
LIQUIDATED DAMAGES: The City may collect liquidated damages of five hundred ($500.00)
dollars per day when the contractor exceeds the completion days stated in the contract.
Page 16 of 16
Q
RIGHT OF WAY VARIES
ROAD WIDTH VARIES
APPLY PRIME COAT 2 in. TYPE "D" HOT MIX
AS SPECIFIED ( ASPHALTIC CONCRETE
BREAK UP SURFACE AND EXIST ROAD
MIX EXISTING ROADWAY t/4" SURFACE 1/4 "/FT
TO DEPTH OF 4 INCHES
EXIST. BASE MATERIAL ` "' "' --
(DErnt WOES) -
/
6 In LIMESTONE BASE MATERIAL TAPER LIMESTONE •
MARAFI 600X BASE SHOULDER
.v GEOGRID OR EQUIV. TO TOP OF DITCH
TYPICAL SECTION
S /SGT. LUCIAN ADAMS DR.
I 1 I
S/SGT, LUCIAN ADAMS DR.
(CONCRETE ALT.)
22 ft VARIES
I !-). #4 @ 18" O.C.
1 1 ------ " - 1 r— 6" CONC. 1 1/4" / ft.
GRADE BEAM 1 I
A
— 7
SHOULDER
7
(NI
311.6g: - - r■ 1 i . --.-ti i
----.--- '
1 12
1" I EXIST. ROADWAY 1 2" Nell N.
--.....„ i-..,—.._ TO DEPTH OF 4 in. "61
TO 95% STANDARD
PROCTOR DENSITY
NOTES:
1. EXPANSION JOINTS @ 60 ft INTERVALS
("DOWEL BASKETS)
2. SAWED CONTRACTION JOINTS @ 15 ft
(TYPE "C")
CITY OF PORT ARTHUR, TEXAS
'f nrt ' rrl„r
v ADDENDUM NO. ONE (1)
DATE: AUGUST 17, 2010
Bid Proposal For: Reconstruction of S Sgt Lucian Adams Drive
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:
The date of the Bid Opening has changed to August 25, 2010. Bids are still due at 3:00 p.m.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR
BID DOCUMENTS.
Shawna Tubbs, Purchasing Manager
Signature of Proposer Date
CITY OF PORT ARTHUR, TEXAS
City of `n+.
ADDENDUM NO. TWO (2)
orl rlhr�
rer °s DATE: AUGUST 20, 2010
Bid Proposal For: Reconstruction of S /Sgt Lucian Adams Drive
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:
1.0 Replace page 7 and with 8 with the attached pages.
Asphalt Paving:
1.0 Omit SS -1H Tack Coat
2.0 Under "Incidental Items ", add the following sentence: "Contractor shall' close the entire project
Limits to the traveling pu6fic."
3.0 Add Specification 7.0: There shall 6e thirty foot radius' (30' 1V) constructed at the S /S9T Lucian
Adams — VS 69 north6ound frontage road intersection.
4.0 Add Specification 8: Temporary layout /dump site fixation is located on 60i Street approximately 0.32
miles east from the V.S. 69 'Frontage Road intersection.
5.0 Pre - existing trash within the project limits and the temporary dump site will be removed prior
to construction by the City of Port Arthur.
Concrete Paving:
1.0 Under Specification 4.0, change last sentence to "Sawcut concrete sfa6 to a depth of T/3 across the
full* width of the concrete structure (sfa6 and beam).
2.0 Under "Incidental Items ", add the following sentence: "Contractor shall close the entire project
limits to the traveling pu6lic. "
3.0 Add Specification 8.0: There shaft 6e thirty foot radius' (30' R) constructed at the 5/SGT Lucian
Adams — VS 69 north6oundfrontage road intersection.
4.0 Add Specification 9: Temporary layout /dump site location is located on 60th Street approximately 0.32
mites east from the VS. 69 (Frontage Road intersection.
5.0 Pre - existing trash within the project limits and the temporary dump site will be removed prior
to construction by the City of Port Arthur.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR
BID DOCUMENTS.
0 a CA1J, - A-
Shawna Tubbs, Purchasing Manager
Signature of Proposer Date
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Reconstruction of S Sgt Lucian Adams Drive (Concrete Pavement)
BID DUE DATE: August 18, 2010
ITEM # DESCRIPTION UOM QUANTITY UNIT COST TOTAL COST
Item 1: Rework exist ACP -4" SY 4,300 $ $
Item 2: Excavation -Gr. Beam CY 250 $ $
Item 3: Conc. Grade Beam CY 250 $ $
Item 4: 6" Depth Conc. Pay. CY 800 $ $
Item 5: Flex Bs Shoulder TON 405 $ $
Item 6: Ditch Excavation CY 100 $ $
Item 7: Traffic Control Lump Sum 1 $ $
Item 8: 4" Brk Yellow LF 470 $ $
Item 9: 4" Sld Yellow LF 200 $ $
Item 10: 4" Sld White LF 3842 $ $
Item 11: 24" Sld White LF 12 $ $
Item 12: Rt Trn Arrow EA 1 $ $
Total Bid $
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 FAX NUMBER
1
1
Page 7 of 16
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Reconstruction of S Sgt Lucian Adams Drive (Asphalt Pavement)
BID DUE DATE: August 18, 2010
ITEM # DESCRIPTION UOM QUANTITY UNIT COST TOTAL COST
Item 1: Limestone Base TON 1,153 $ $
Item 2: Prime Coat GAL 513 $ $
Item 3: Type "D" HMAC TON 470 $ $
Item 4: Geotextile SF 46,104 $ $
Item 5: Excavation CY 100 $ $
Item 6: Traffic Control Lump Sum 1 $ $
Item 8: 4" Brk Yellow LF 470 $ $
Item 9: 4" Sld Yellow LF 200 $ $
Item 10: 4" Sld White LF 3,842 $ $
Item 11: 24" Sld White LF 12 $ $
Item 12: Rt Trn Arrow EA 1 $ $
TOTAL BID $
TOTAL BID: Alternate #1 $
TOTAL BID: Alternate #2 $
TOTAL BID: Alternate #3 $
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 FAX NUMBER
Page 8of16
I i
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Reconstruction of S Sgt Lucian Adams Drive (Concrete Pavement)
BID DUE DATE: August 18, 2010
ITEM # DESCRIPTION UOM QUANTITY UNIT COST TOTAL COST,
Item 1: Rework exist ACP -4" SY 4,300 $ 4.15 $ 20 + 2 5. 0 O
Item 2: Excavation -Gr. Beam CY 250 $ 3i.5 $ (925.
Item 3: Conc. Grade Beam CY 250 $ 223. $ 7 5 0. 0 0
(1° 00f7•
Item 4: 6" Depth Conc. Pay. CY 800 $ 2- e a $ / 7b,
Item 5: Flex Bs Shoulder TON 405 $ J 3. O $ 2.1 4 (. 5' � O
/_
Item 6: Ditch Excavation CY 100 $ 6 2 . $ 6,100. 0
Item 7: Traffic Control Lump Sum 1 $ 2 � /20. 00 $ 2 / 20. °°
Item 8: 4" Brk Yellow LF 470 $ ( .5 q $ 717.
Item 9: 4" Sld Yellow LF 200 $ / • S q $ 31i?. 00
Item 10: 4" Sld White LF 3842 $ 1.5f $ to / log . 2 g
Item 11: 24" Sid White LF 12 $ 21. 20 $ 2 S '/ .' 0
Item 12: Rt Trn Arrow EA 1 $ 2c,5. $ 2.65" • 00
Total Bid $ 214 2
Work will be completed in 60 calendar days
APAC- Texas, Inc. 12907 US Hwy 90 West
COMP NAME STREET ADDRESS
PO BOX 20779, Beaumont, TX ::77720
SIGNATURE OF BIDDER P.O. BOX
Scott Blanchard Beaumont, TX 77713
PRINT OR TYPE NAME CITY STATE ZIP
Assistant Secretary 409 -866 -1444
TITLE AREA CODE TELEPHONE NO
Snblanchard @apac.com 409- 866 -1032
EMAIL FAX NUMBER
Page 7of16
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Reconstruction of S Sgt Lucian Adams Drive (Asphalt Pavement)
BID DUE ut , 2010
ITEM # DATE: DESC RIPTIO N UOM QUANTITY UNIT COST TOTAL COST
00 OD
Item 1: Limestone Base TON 1,153 $ . ( 47' $ 5 01.
Item 2: Prime Coat GAL 513 $ 4,30 $ 2.205.813
0
Item 3: Type "D" HMAC TON 470 $ 107. $ Sa 2-fa O
Item 4: Geotextile SF 46,104 $ . 20 $ q, 2 z O. ' 0
Item 5: Excavation CY 100 $ 5q. 0 $ 5, 61 0
D 20•
Item 6: Traffic Control Lump Sum 1 $ 3,120• $ ,
Item 8: 4" Brk Yellow LF 470 $ 1.33 $ , 2.5 . 112
Item 9: 4" Sld Yellow LF 200 $ 1. 33
Item 10: 4" Sld White LF 3,842 $ b 33 $ 5,/ 0 :8 (o
Item 11: 24" Sld White LF 12 $ /5.90 $ i Q 0• eV
Item 12: Rt Trn Arrow EA 1 $ 2 D $ ,2 ' p0
TOTAL BID $ I , 35 . q ° (..la
TOTAL BID: Alternate #1 $ 2 • 4
TOTAL BID: Alternate #2 $ i (4 5 1 (' 4
TOTAL BID: Alternate #3 $.112 ) 103 , 4tp
Work will be completed in 30 calendar days.
APAC- Texas, Inc. 12907 US HWY 90 West
COTNY N: 1 STREET ADDRESS
PO BOX 20779, Beaumont, TX 77720
SIGNATURE OF BIDDER P.O. BOX
Scott Blanchard Beaumont, TX 77713
PRINT OR TYPE NAME CITY STATE ZIP
Assistant Secretary 409 866 - 1444
TITLE AREA CODE TELEPHONE NO
snblanchard @apac.com 409- 866 -1032
■
EMAIL FAX NUMBER
Page 8 of 16
,
BID OPENING DATE: August 18, 2010
CITY OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
Bidders are requested to furnish their complete REMIT TO ADDRESS and
TAX IDENTIFICATION NUMBER as indicated below:
•
REMIT PAYMENT TO:
COMPANY APAC- Texas, Inc
ADDRESS 12907 US HWf 90 West
CITY /STATE /ZIP Beaumont , TX 77713
SEND PURCHASE ORDER TO:
COMPANY APAC -Texas , ' Inc .
•
ADDRESS PO BOX 20779
Beaumont, TX 77720
CITY /STATE/ZIP
TAX IDENTIFICATION NUMBER 1- 58- 1 -6
Page9ofl6
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
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. 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 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. ---
A PAL7TXcLS, tr.c. s-2.5-2-0)o
Firm N am 1 Date
( Assistant Secretary
Authorized Signature Title
Scott Blanchard 409 -866 -1444
Name (please print) Telephone
snblanchard @apac.corn
Email
STATE: ! X
COUNTY: :Se -er'S 0tNi
SUBSCRIBED AND SWORN to before me by the above named 1 6- 4N
on this the 2.5 day of 4 uQ uAt 2 t J C7 .
,J
_kW k 1 ILL
otary ' ' blic
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
;i;;"�;�s ANGELAM. KVAHME
i MY COMMISSION EXPIRES
W. ,.os February 2012
Page 10 of 16
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 busin s relationship
as defined by Section 176.001 (1 -a) with a local governmental entity and the person meets requirements under Section 6.006 (a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later th• the 7 business
day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006 a cal Government
Code.
A person commits an offense if the person knowingly violates Section 176.006, Local Government Cod=. An offense under this
section is a Class C misdemeanor.
1. Name of person who has a business relationship with local governmental entity.
2. n 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 later than
7 business day after the date the originally filed questionnaire becomes • complete or inaccurate.)
3. Name of local a government officer with whom filer has employment o business relationship.
Name of Officer
This section (item 3 including subparts A, B, C, & D) must be c• pleted for each officer with whom the filer has an employment
or other business relationship as defined by Section 176.001 a), Local Government Code. Attach additional pages to this Form
CIQ as necessary.
A. is the local government officer named in this ction receiving or likely to receive taxable income, other than investment
income, from the filer of the questionnaire'
Yes r i No
B. Is the filer of the questionnaire r. eiving or likely to receive taxable income, other than investment income, from or at the
direction of the local govern nt officer named in this section AND the taxable income is not received from the local
governmental entity?
Yes No
C. Is the filer of thi a uestionnaire employed by a corporation or other business entity with respect to which the local government
Officer serves .s an officer or director, or holds an ownership of 10 percent or more?
es L I No
D. De ibe each employment or business relationship with the local government officer named in this section.
4. 8/25/10
Signature of person doing business with the governmental entity Date
Page 1 l of 16
' CITY OF PORT ARTHUR, TEXAS
urr r1Lu 1
. ADDENDUM NO. ONE (1)
DATE: AUGUST 17, 2010
Bid Proposal For: Reconstruction of S Sgt Lucian Adams Drive
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:
The date of the Bid Opening has changed to August 25, 2010. Bids are still due at 3:00 p.m.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR
BID DOCUMENTS.
; ) t, c /
..�.
Shawna Tubbs, Purchasing Manager
8/25/10
Signature of Proposer Date
Scott Blanchard,
Assistant Secretary
APAC- Texas, Inc.
• CITY OF PORT ARTHUR, TEXAS
City of 41 COPY
\ ,�
ADDENDUM NO. TWO (2)
nrf r tht tr •
Ter °s DATE: AUGUST 20, 2010
Bid Proposal For: Reconstruction of S Sgt Lucian Adams Drive
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:
1.0 Replace page 7 and with 8 with the attached pages.
Asphalt Paving:
1.0 Omit SS -1H Tack Coat
2.0 Under "Incidental Items ", add the following sentence: "Contractor shaft close the entire project
limits to the traveling pu6lu. "
3.0 Add Specification 7.0: Mere shall be thirty foot radius' (30' V constructed at the S /SGTLucian
Adams — 7)5 69 north6oundfrontage road intersection.
4.0 Add Specification 8: Temporary Payout /dump site location is ( ocated on 60t Street approximate) 0.32
mites east from the VS. 69 'Frontage intersection.
5.0 Pre - existing trash within the project limits and the temporary dump site will be removed prior
to construction by the City of Port Arthur. •
Concrete Paving:
1.0 Under Specification 4.0, change last sentence to °Sawcut concrete slab to a depth of T/3 across the
full of the concrete structure (stab and beam).
2.0 Under "Incidental Items ", add the following sentence: "Contractor shad dose the entire project
limits to the traveling public."
3.0 Add Specification 8.0: There shaft be thirty foot radius' (30' '1i) constructed at the S /SGT Lucian
Adams — VS 69 north6oundfrontage road intersection.
4.0 Add Specification 9: Temporary layout /dump site location is located on 60th Street appro 0.32
mites east from the VS. 69 'Frontage Road intersection.
5.0 Pre - existing trash within the project limits and the temporary dump site will be removed prior
to construction by the City of Port Arthur..
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR •
BID DOCUMENTS. r
2Z.. n Shawna Tubbs, Purchasing Manager
l 6,�GR / /' 8/25/10
Signature of Proposer Date
Scott Blanchard •
Assistant Secretary
APAC- Texas, Inc. •