Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 16076: REVONATION OF ROOM 151 ON 2ND FLOOR OF CITY HEALTH DEPT. BUILDING
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. #16076 — Contract to Stonewater, Inc. for the Renovation of Room 151 on the Second Floor in the City Health Department Building DATE 30 August 2010 RECOMMENDATION: I recommend that the City Council approve Proposed Resolution No. 16076, authorizing a contract with Stonewater, Inc. of Port Neches, Texas in the amount of $12,344 for the renovation of Room 151 on the second floor in the City Health Department Building. BACKGROUND: A mandatory bid meeting was held on 27 August 2010 for the renovation of Room 151 on the second floor of the City Health Department. Four (4) vendors were contacted and one (1) quote was received. BUDGETARY /FISCAL EFFECT: Funds are available in account 133 - 1021- 555.54 -00, SSBG -1. EMPLOYEE /STAFF EFFECT: None SUMMARY I recommend that the City Council approve Proposed Resolution No. 16076, authorizing a contract with Stonewater, Inc. of Port Neches, Texas in the amount of $12,344 for the renovation of Room 151 on the second floor in the City Health Department Building. 14,_a kai• Ross E. Blackketter, P.E. eshi Alexander Director of Public Works 'D rector of Health Department REB /rtb S: \Roe \Health Department \Room 150 \Council Action Memo - Agreement Rm 150 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH STONEWATER, INC. OF PORT NECHES, TEXAS FOR THE RENOVATION OF ROOM 151 ON THE SECOND FLOOR OF THE CITY OF PORT ARTHUR HEALTH DEPARTMENT FOR THE AMOUNT OF $12,344; FUNDING AVAILABLE IN ACCOUNT NO. 133 - 1021- 555.54 -00, SSBG -1. WHEREAS, the City of Port Arthur has received Social Service Block Grant funding to renovate Room 151 on the second floor of the Health Department located at 449 Austin Avenue; and, WHEREAS, a mandatory pre -bid meeting was held on 27 August 2010 for the renovation of office space in Room 151 on the second floor of the Health Department; and, WHEREAS, four (4) vendors were contacted and one (1) quote was received and opened on 31 August 2010 for the above referenced contract and was evaluated by Public Works and Purchasing (see Exhibit "A "); Whereas, due to grant funding requirements, this project must be completed by September 24, 2010; now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the City Manager is hereby authorized to execute a contract with Stonewater, Inc. of Port Neches, Texas (attached as Exhibit "B ") for Labor and Materials for the renovation of Room 151 on the second floor of the City Health Department Building located at 449 Austin Avenue in the amount of $12,344, funding being available in 133 -1021- 555.54 -00, SSBG -1; 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 Attest: City Secretary APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY OF FUNDS: iii / , , 4 / -','/ / Stephen B. Fitzgibbons Deborah Echols, CPA City Manager Director of Finance C am-- ' C � •+ Ross E. Blackketter, P.E. Shawna Tubbs Director of Public Works Purchasing Manager 6S, f 1 i Y shi Alexander Director of Health Department APPROVED AS TO FORM: CITY AT •RNE EXHIBIT A City of - , '1. .'� pi, CITY OF PORT ARTHUR � ._ QUOTE SHEET ort rtitur (Specifications are attached) rem, Date of Request: August 26, 2010 Department Reque ting Quote: Public Works Services Needed: Renovation on the 2 " Floor of Health Building Quote Due Date & Time: Tuesday, August 31, 2010 by 10:00 A.M. Mandatory Pre -Bid Date: Friday, August 27, 2010 @ 9:00 A.M. @ Health Department, 449 Austin, Port Arthur, TX 77640 Delivery: Quotes are to be faxed to (409) 983 -8291, E- mailed to cwiltiamseportarthur.net Delivered to the Purchasing Div., 2n floor, City Hall. • Questions, Please eiontact: Clifton Wi.11iams, Senior Purchasing Assistant, (409) 983 -8160 Rawetts Baaheth, Assistant City Engineer, (409) 983 -8184 Item # ,Description Room 150 Room 1.51 p r �� $ (3C 7(`6 S l�LlY 1 Cost for labor 2 Estimated cost for materials $ / -L 2'69 E $ Li 16 3 Estimated time for completion / ` f CalendarEys / Calendar days S i'vnGWR � �.e -1,1c • al-))-1j/ Company Name Signature l I l 4, i' -fc rCr! 9 1• �MQS C�J- Jl� � Prin.ted Name pp E -mail 91L1 C2 nr,� 1.]� ,, Rd. adx ! 0 1 1.2 6 y ) Address t Phone City, State, Zip Fax • Shawna Tubbs, iurchasing Manager Date • Aug 31 10 07:00a NVTCONSTRUCTION 4099827501 p.1 i Cflv - 'tit:" C t '.i ‘` ' si CITY OF PORT ARTHUR r- •-- QUOTE SHEET ort r (Specifications are attached) Texan Date of Request: August 26, 2010 Department Requesting Quote: Public Works Services Needed: Renovation on the 2nd Floor of Health Building Quote Due Date & Time: Tuesday, August 31, 2010 by 1.0:00 A.M. Mandatory Pre-Bill Date: y 449 Austin, t Department, in, Por Arthur, TX 77640 Delivery: Quotes are to be faxed to (409) 983 -8291, E- mailed to cwilliams@portarthur.net Delivered to the Purchasing Div., 2 floor, City Hall. Questions, Please contact: Clifton Williams, Senior Purchasing Assistant, (409) 983 -8160 Rawetts Baab.etb, Assistant City Engineer, (409) 983 -8384 Item # Description Room 150 Room 151, ! Cost for Labor - , $ t, l ex9-0 $ U ( 2 Estimated cost for materials $ J 5- 1 CD-D-?) $ A.] 0 - ,,,,ri 3 j Estimated time for completion 0 Calendar days Calendar days l LI iT C O Qu(7 (o 1 1 I r • .i Company Name Sig A .' 1) tf7H- psdye NI vre...0 NY5 R. ocr-{01\)609,_k_cot Printed Name E -mail Address Phone ity, State, zip . Fax .r C3tc Shawna Tubbs, '13,.. chasing Manager Date SIGN -IN SHEET FOR PRE -BID MEETING Renovation on the 2 Floor of Health Building August 27, 2010 — 9:00 a.m. PLEASE PRINT CLEARLY 1) Name: ,3 �! /� /�' //� /� Phone: 0 J G'GS Address: J�1 /7/41-75t0/0 /W/_• Fax: 75 - 73 City /State /Zip: PDJC1 /172:77 ///t, % % 7 G Cell: ,�W1� Company: J /)-N6y /� 13 eT7 /5/i5 Z/ G Email: � 1 3R- ,774 / 5 4 & 'r 2) Name: 2 3ekit/ t/ .S v lei Y� Y 2( /\-/ Phone: t-{ ) g 7Z l� Address: � / i )227-,'d Fax: Lje9 - 7 y 7 ° City /State /Zip: , o2 Jk/ Cell: 4 40 /G.' 9 Company: S ToNei g 7`z't /4/ C Email: fC C v v7�a�l �P%J%ho , %Cc�� 3) Name: ot- --p� j Phone: 6t1 q Address: 2L1 t ( �'I G � .�-� ti Fax: a© /a f 9 i /) 7v City /State /Zip: A0 �T �� �/`� y Z Cell: (io 4 11/ . Company: ! v V r ^ l Em ail: A/UI 7)S, IGlT &yAM -e 4) Name: 40 u1 $. �' J � 50 14 Phone: ,.. Address: 7 W� t! p � " Fax: S r City /State /Zip: ,j N ..,[ /� r ti t Cell: Company: p [- l/ jj JJJJ �/l�` /\ein0�illi� /�oaT iK 5) Name: v Email: Phone: Address: Fax: City /State /Zip: Cell: Company: Email: 6) Name: Phone: Address: Fax: City /State /Zip: Cell: Company: Email: pg. 1 EXHIBIT B CONTRACT FOR RENOVATION OF ROMM 151 ON THE 2 FLOOR AT HEALTH DEPARTMENT THIS AGREEMENT, made this 31 day of August, 2010, 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 by and through Stonewater, Inc. hereinafter called "CONTRACTOR ". WITNESSETH: That, for and in consideration of, the payment terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The Contract shall commence within one (1) day of the execution of the Contract by the OWNER . The work to be performed under this Contract will be completed within 14 days of commencement. 2. The CONTRACTOR will perform the work as delineated in the Scope of Work and Specifications attached hereto. 3. During the term of this Contract, the Contractor will furnish at this own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications and Scope of Work. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the following LUMP SUM of $12,344. 5. The CONTRACTOR will commence the work required by the Contract Documents upon Receipt of a Notice to Proceed 6. The term "Contract Documents" means and includes the following" a. Agreement b. Specifications c. Quote d. Notice to proceed 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 8. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written OWNER: BY: Stephen B. Fitzgibbons City Manager CONTRACTOR: BY: Stonewater, Inc. 0, CITY OF PORT ARTHUR . £;,,R QUOTE SHEET V \ l (Specifications are attached) ort rthu� Teras Date of Request: August 26, 2010 Department Requesting Quote: Public Works Services Needed: Renovation on the 2nd Floor of Health Building Quote Due Date & Time: Tuesday, August 31, 2010 by 10:00 A.M. Mandatory Pre -Bid Date: Friday, August 27, 2010 @ 9:00 A.M. @ Health Department, 449 Austin, Port Arthur, TX 77640 Delivery: Quotes are to be faxed to (409) 983 -8291, E- mailed to cilliams@portarthur.net Delivered to the Purchasing Div., 2nd floor, City Hall. Questions, Please contact: Clifton Williams, Senior Purchasing Assistant, (409) 983 -8160 Rawetts Baaheth, Assistant City Engineer, (409) 983 -8184 1. Cost for Labor $ 2. Estimated cost for materials $ 3. Estimated time for completion Calendar Days 4. Cost for Ceiling Tile Installation in Storage Room 151 $ Company Name Signature Printed Name E -mail Address Phone City State, Zip Fax q d J.L ,( 21.I to Shawna Tubbs, Purchasing Manager Date Port Arthur Public Works Department SPECIFICATIONS FOR OFFICE RENOVATIONS ON THE SECOND FLOOR OF THE CITY HEALTH For this project contractor shall provide the "Material Takeoff" and approximate cost for materials. A City representative shall accompany the contractor representative to the building supplier (to be chosen by the City) and pay for the construction materials. All remaining unused building materials shall be turned over to the City. The contractor is responsible for the transportation of building materials to the job site. The contractor shall complete this project by September 24, 2010. General Construction Notes: a) Contractor shall be responsible for removal of all debris and cleaning of worksite on a daily basis. Do not leave any materials, tools, or equipment in corridor. b) Contractor shall vacuum dust on a daily basis to prevent tracking throughout the building. c) Contractor shall work whatever hours are necessary (nights, weekends, etc.) to meet the deadline given. Access to and any usage of the building shall be coordinated with the Public Works Department personnel and Director of Health Department. d) Contractor shall not use any sinks for cleaning tools. For larger water consumptions, use the exterior faucets. e) All work to be in accordance with the current appropriate building, fire, and ADA codes. f) Final bid must include: 1) Cost for labor 2) Estimated cost for materials (for tracking purposes) 3) Estimated completion time for project 4) Provide separate bid for the ceiling tile installation in Storage Room 151. Room 150: Office 1.0 Remove existing walls as shown on plans. 2.0 Construct new dividing wall as shown on plans: a) Framing to consist of metal studs. b) Walls to extend 9'6" from the floor. c) Walls to be clad in 5/8" drywall. d) Walls to be insulated with R -11 sound deadening insulation. e) Drywall to be taped, floated, and orange pealed textured. fl Walls to be primed and painted with two (2) coats of latex paint; color to be selected by the City personnel. Walls shall be completely painted before drop ceiling installed. g) Paint color for the walls and door framing shall be selected by City personnel. 3.0 Install six (6) wooden door frames with 3' -0" by 8' -0 "solid wood doors: a) Hardware to be commercial grade, b) Latch mechanisms to be lev handles with key locks compatible with existing Health Department doors. Contractor shall rovi three (3) keys for each lock and shall be keyed to Health Department c) Contractor shall coordinate with same personnel finish doors. the new doors. The new doors shall ha ve the d) Style of hardware, doors and door finish to be approved by the appropriate City personnel. 4.0 Suspended ceiling shall be an acoustic tile the ceiling with 2'x 4'panels and shall be installed at 9' -0" from the floor throughout entire 5.0 City personnel will install all electrical items, telephone, data lines ith the City's throughout construction phases. Contractor must coordinate Electrical Department for installations. 6.0 Flooring: a) Carpeting shall be commercial grade and installed throughout the entire room. Carpet shall be chosen by City Health Department personnel and installed by the contractor. b) Contractor shall install Vinyl Wall base selected by City personnel. 7.0 HVAC: a) Contractor shall install new air duct Ve d ceiling shall be compatible with with ith the latest specifications and codes. type vents throughout the building. Room 151: Storage 1.0 Suspended ceiling shall be an acoustic tile ceiling with 2'x 4'panels and shall be installed at 9' -0" from the floor throughout the entire room. 2.0 Contractor shall install new air ducts and ceiling vents in accordance with the latest specifications and codes. Vent type shall be compatible with the existing vents throughout the building. nes and boxes 3.0 City personnel will install all electrical, telephone, the City's throughout construction phases. C ontractor shall Electrical Department for installations. CIN of f9,y, I 4 , CITY OF PORT ARTHUR ,_ QUOTE SHEET Q4r 17 (Specifications are attached) Texas Date of Request: August 26, 2010 Department Requesting Quote: Public Works Services Needed: Renovation on the 2 " Floor of. Health Building Quote Due Date & Time: Tuesday, August 31, 2010 by 10:00 A.M. Mandatory Pre -Bid Date: Friday, August 27, 2010 @ 9:00 A.M. @ Health Department, 449 Austin, Port Arthur, TX 77640 Delivery: Quotes are to be faxed to (409) 983 -8291, E- mailed to cwilliams@portarthur.net Delivered to the Purchasing Div., 2 floor, City Hall. Questions, Please contact: Clifton Williams, Senior Purchasing Assistant, (409) 983 -8160 Rawetts Baaheth, Assistant City Engineer, (409) 983 -8184 Item # Description Room 150 Room 151 1 Cost for Labor $ $ 2 Estimated cost for materials $ $ 3 Estimated time for completion Calendar days Calendar days Company Name Signature Printed Name E -mail Address Phone City, State, Zip Fax dr" .. q ( 4$C)A t Q Shawna Tubbs, Purchasing Manager Date CITY OF PORT ARTHUR, TEXAS • City of ',/ V :rt rthn ADDENDUM NO. ONE (1) Texas DATE: AUGUST 30, 2010 Bid Proposal For: Renovation on the 2 Floor of Health Building 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. For this project contractor shall provide the "Material Takeoff' and approximate cost for materials. A City representative shall accompany the contractor's representative to the building supplier (chosen by the City) and pay for the construction materials. All remaining unused building materials shall be turned over to the City. The contractor is responsible for the transportation of building materials to the job site. The contractor shall complete this project by September 24, 2010. 2. Replace bid sheet with the attached bid sheet. 3. Room 150: Office a) Add to 2.0 a) (20 gauge metal) b) Add to 2.0 h) Install 1 'h" Hat Channels and 5/8" Geoboard on outside walls. c) Change Specification 3.0 to Install six (6) 3' -0 "x 7' -0 ", One (1) Hour Rating Solid Laminated Plastic Clad Doors with Hollow Metal Frames." d) Omit Specification 3.0 c). e) Add 3.0 e) Replace existing corridor doors to One (1) hour fire rated doors of same type. f) Ceiling Tiles and Grids shall not be fire rated. (shall be standard tiles and grids) g) Install dampers in AC Duct through east side wall. . 1 4. Room 151: Storage a) Patch all breaches in brick wall leading into the mechanical room to maintain one hour rating. b) Install wall in small hallway at phone room area with two (2) sheets of 5/8" Type X sheetrock from floor to ceiling. c) Replace existing corridor doors to One (1) hour fire rated doors of same type. If you have any questions, please contact the Purchasing Division at 409- 983 -8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. 1 _ • Shawna Tubbs, Purchasing Manager Signature of Proposer Date