Loading...
HomeMy WebLinkAboutPR 17632: CONTRACT WITH NVT CONSTRUCTION FOR THE NINTH AVENUE & PROCTER STREET ADA PUBLIC WORKS DEPARTMENT COUNCIL ACTION MEMO TO Floyd T. Johnson, City Manager FROM Ross E. Blackketter, P.E., Director of Public Works SUBJECT P.R. #17632 — Contract with NVT Construction, for the Ninth Avenue & Procter Street ADA DATE 05 April 2013 RECOMMENDATION: I recommend that the City Council approve Proposed Resolution No. 17632, approving a contract with NVT Construction, LLC for the Phase 2 Ninth Avenue and Procter Street ADA Project for the not to exceed amount of $9,978.45. BACKGROUND: The City of Port Arthur, Texas is currently working to be in compliance with the Americans with Disabilities Act (ADA) and the City of Port Arthur sidewalk and street ordinances. Accordingly, the City contacted five (5) contractors on 15 March 2013 for the Pre -bid Meeting at the site. We received three (3) quotes, with the bid from NVT Construction, LLC determined to be the lowest, most responsible quote. Even though the bid from O's Concrete Construction was lower, there were errors in that quote, and it has since been retracted. BUDGETARY /FISCAL EFFECT: Funds are available in account 001 - 1203 - 531.87 -00. EMPLOYEE /STAFF EFFECT: None SUMMARY I recommend that the City Council approve Proposed Resolution No. 17632, approving a contract with NVT Construction, LLC for the Phase 2 Ninth Avenue and Procter Street ADA Project for the not to exceed amount of $9,978.45. g Ross E. Blackketter, P.E. Director of Public Works REB /rtb S: \electrical_sec \ROE\ADA Projects \9th Ave. & Procter St \9th Ave. & Procter St. -Ph. 2 P. R.17632 03/28/13 rtb RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH NVT CONSTRUCTION, LLC OF PORT ARTHUR, TEXAS FOR THE CONSTRUCTION OF THE PHASE 2 NINTH AVENUE AND PROCTER STREET A.D.A. FOR THE NOT TO EXCEED AMOUNT OF $9,978.45; FUNDING BEING AVAILABLE IN ACCOUNT 001 -1203- 531.87 -00. WHEREAS, the City of Port Arthur, Texas is currently working to be in compliance with the Americans Disabilities Act Accessibilities Standards (ADAAG) and the City of Port Arthur Sidewalk and Street ordinances; and, WHEREAS, the City contacted five (5) vendors on 15 March 2013 and three (3) quotes were received on 22 March 2013 for the construction of curb ramps and sidewalks and, WHEREAS, the three (3) quotes received were evaluated by Public Works and Purchasing (see exhibit "A ") with the quote from NVT Construction, LLC of Port Arthur, Texas found to be the lowest and most responsible, even though one lower quote was initially submitted, there were errors in that quote, and it has since been retracted; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the City Manager is hereby authorized to execute an agreement with NVT Construction, LLC of Port Arthur, Texas (attached as Exhibit "B ") for the construction of curb ramps and sidewalks at the Ninth Avenue and Procter Street intersection for the S: \electrical_sec \ROE \ADA Projects \9th Ave. & Procter St \9th Ave. & Procter St. -Ph. 2 \PR17632 P.R. 17632 Page 2 not to exceed amount of $9,978.45, funding being available in 001 - 1203 - 531.87 -00; 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. 2013 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Mayor Attest: APPROVED FOR ADMINISTRATION: Sherri Bellard Floyd T. Johnson City Secretary City Manager APPROVED AS TO FORM: am. / /// Tizeno Ross E. Blackketter, P.E. City Attorney ` Director of Public Works APPROVED AS TO AVAILABILITY OF FUNDS: Deborah Echols, CPA Shawna Tubbs, CPPB Director of Finance Purchasing Director EXHIBIT A 0 . s Irb.D ii ,,,,....i ___- r — rnIa .._,: k: o � N o' o 8 ogPO <R 0 CD � �a) rl y ¢ CD A g CD ¢ , Q -o '2 q � b a 2 . p E n 0 0 z I= b el) co C c H 2. ... p' a 0 CIO CD O 0- 0 H 4 n Q- ,b m go p O = h-i oq N ~ 7t C d o E N rD , rm �. cn to E N v 0 .0 n c n M C ) 1:1 ( ,r1 0 1-3 Pp CA vn AD co ..t eD N C Or r a g 69 ,,n o P Z.,� P n ' g g v O �`� N r N n v) H .� (D n R° EXHIBIT B CONSTRUCTION SERVICES AGREEMENT Construction of Handicap Ramps and Sidewalks at 9 Avenue and Procter Street, Phase 2 THIS AGREEMENT, made this 30th day of April 2013, 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 NVT Construction, LLC hereinafter called "CONTRACTOR ". WITNESSED: That, for and in consideration of, the payment terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence the work required by the Contract Documents upon Receipt of a Notice to Proceed. The work to be performed under this Contract will be completed within 5 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. The amount of this contract is $9,978.45. 5. The term "Contract Documents" means and includes the following" a. Agreement b. Specifications c. Bid d. Notice to Proceed upon all parties respective hereto and their res 6. This Agreement shall be binding upo a pa p heirs, executors, administrators, successors and assigns. 7. 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. Signed on the day of , 20 OWNER: BY: Floyd T. Johnson City Manager Signed on the day of , 20 CONTRACTOR: NVT Construction, LLC Dinh Nguyen, Chief Financial Officer PORT ARTHUR PUBLIC WORKS DEPARTMENT CONSTRUCTION OF HANDICAP RAMPS AND SIDEWALK AT 9 AVENUE AND PROCTER STREET, PHASE II Project Limits: 9 Avenue and Procter Street intersection. The specifications described below shall apply to all construction locations and are referenced from 2012 Texas Accessibility Standards (TAS), Sections 405 through 406 and the City of Port Arthur, Texas Sidewalk/Driveway and Paving Detail Sheets. 1.0 Demolition: Saw -cut and remove the existing concrete to neat lines. Avoid damaging concrete that will remain in place. Contractor is responsible for disposal of all demolished material on a daily basis and to pay required landfill tipping fees. 2.0 Excavation: Cut and remove tree roots four inches (4 ") outside of proposed sidewalk location or other types of vegetation when necessary. Contractor shall acquire stormwater permit (MS4) and implement Best Management Practices (BMP's) throughout the duration of the project including non - tracking of any soil on the streets. BMP shall be subsidiary to Item 7: Excavation. 3.0 Sidewalks: Sidewalk dimensions shall be five feet (5') wide at a 1.5% cross slope, maximum 5% longitudinal slope and four inches (4 ") thick. Shape and compact subgrade in accordance to the City's Sidewalk Details Sheet. Use #6 gauge - 6" by 6" welded wire mesh for slab reinforcement. Expansion joints shall be Type `B" in accordance with City Standards: no more than 60'apart with 3 /4" redwood and #3 size smooth dowels with expansion caps spaced 12 inches on center. Contraction joints shall be saw cut and spaced maximum five feet (5') apart. Concrete surface must have broom finish. Contractor is responsible for establishing proper elevation congruent to existing topography. 4.0 Curb Ramps: Curb ramp shall be a minimum of 4 feet wide and a 12H to 1V (8.3 %) slope. Flared sides shall be constructed when there is an existing adjoining slab of at least 5 feet and shall be constructed at a 10H to 1V (10 %) slope (unless otherwise specified by the Public Works personnel). Curb ramps with return curbs shall be used where there is no adjoining existing slab or when there is an obstruction (fire hydrant, utility pole, etc.). Landing Pads will be 5 feet by 5 feet (5'x 5') if right -of -way area permits. Ramps shall be rough surfaced with truncated domes (dimples). 5.0 Post Relocation: Contractor shall be responsible for safely relocating the Lane Directional and Truck Route sign posts. Post shall be reinstalled with ground sleeves, no concrete foundation. Relocation will be determined by the City. Page 1 of 3 6.0 All concrete shall be Class A with 28 day design strength of 3,000 psi. 7.0 Contractor shall barricade construction area during non - activity hours with colored fence. 8.0 Contractor shall implement the Traffic Control Plan and present it to City Engineer for acceptance before construction. 9.0 Forms and steel reinforcement must be inspected by the Public Works Department personnel prior to placing concrete. 10.0 Any contractor submitting a bid that is $50,000 or greater must submit a Payment Bond prior to the awarding of the contract. 11.0 Liquidated damages will be $100 per day. Note: Drainage work may be performed in the project area by the City in which case there will be coordination between the City and the awarding contractor. Should you have any questions please feel free to contact Rawetts Baaheth, (409) 983 -8184. Page 2 of 3 BID FORM CONSTRUCTION OF HANDICAP RAMPS AND SIDEWALKS AT 9 AVENUE AND PROCTER STREET, PHASE II Description Unit Unit Price Quantity Amount Item 1: Type 1 Curb Ramp EA $ 1 $ -SE Corner Item 2: Type 2 Curb Ramp EA $ 1 $ - NW Comer Item 3: Type 7 Curb Ramp EA $ 1 $ - SW Corner Item 4: Sidewalk, 4" Depth SY $ 127 $ Item 5: Conc. Rem. (sdwk) SY $ 82 $ Item 6: Conc. Rem. (curb) LF $ 28 $ Item 7: Excavation CY $ 10 $ Item 8: Tree Removal EA $ 1 $ Item 9: Relocate Sign Post EA $ 2 $ Item 10: Post Removal EA $ 1 $ TOTAL BID $ Work will be complete in working days. Bid Date Due: March 22, 2012 at 12:00 pm COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER P.O. BOX PRINT OR TYPE NAME CITY STATE ZIP TITLE AREA CODE TELEPHONE NO. E -MAIL FAX NUMBER Page 3 of 3 RECEIVED 03/22/2013 11:17 4099838294 PUBLIC WORKS Mar 22 13 10:22a NVT CONSTRUCTION LLC 4099827501 p.2 DELORIS "BOBBIE" PRINCE, MAYOR C _ FT T. JOI NSO'N WILLIE "RAE" LEWIS, JR. MAYOR PRO TEAM ' j'•' ('1 - CITY MANAGER COUNCIL 'MEMBERS: "' + I<< • SHERRI BELLARD RAYMOND SCOTT, JR. 1. C '-- C111' SECRETARY ELIZABETH "LW' SEGLER }ORRIS .BRIGHT ,,.t O F 11 It 1 r VAL TI'l.EVQ L HAROLD L. DOUCE'r. SR. f .4' us CITY ATTORNEY ROBERT E. WILLIAMSON DERRK;K FREEMAN MERRY "TWIN" THOMAS ADDENDUM NO. ONE (1) March 15, 2013 Bid Proposal For: Quote for Construction of Handicap Ramps and Sidewalk at 9 Avenue and Procter Street, Phase D. The following clarifications, amendments, deletions, additions, revision and /or modifications are made in 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: See Attached Sheet Faxed submittals must be received and time stamped by 12:00 p.m., Central Standard Time, Friday 22, 2013. (The clock located in the Public Works Secretary' s office will be the official time.) If you have any questions, please contact Rawetts Baaheth, Sr. at (409) 983 -8184. Public Works fax number is (409) 983 - 8294. NOTE: ALL PAGE(S) OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Ra 'etts Baaheth, Sr. Assistant City Engineer 1 / d-o( !fir�5,co :stR�ty Date Si_� . P.0 BOX 1089 • PORT ARTHUR, TEXAS 7764 1 -1 08 9 •409/983 -8184 • FAX 409/9834294 RECEIVED 03/22/2013 11:17 4099838294 PUBLIC WORKS Mar 22 13 10:23a NVT CONSTRUCTION LLC 4099827501 p.3 CITY OF PORT ARTHUR PUBLIC WORKS DEPARTMENT QUOTE FOR CONSTRUCTION OF HANDICAP RAMPS AND SIDEWALKS AT 9 AVENUE AND PROCTER STREET, PHASE 11 ADDENDUM NO. ONE (1) PLEASE FAX QUOTES BY FRIDAY, MARCH 22, 2013 AT 12:00 P-M. TO RAWETTS BAAHETH AT CITY HALL, 3 RD FLOOR. MANDATORY PRE -BID ON FRIDAY, MARCH 15, 2013 AT 10:OOA.M. CONTRACTORS WILL MEET ON THE INTERRSECTION OF 9" AVENUE AND PROCTER STREET. Description Unit tint Price Quantity Amount Item 1: Type 1 Curb Ramp EA $ `c °`. 1 $ , " - - -- -SE Comer Item 2: Type 3 CWt 4lgmp Vf $ ' �/ q $ "f" 5Vodrfud5V°W Comer Item 3: Type 7 Curb Ramp EA $ YS C- t70 1 $ zirCaD -SW Comer Item 4: Sidewalk, 4" Depth SY $ 553 127 S7 t o a9 • c ► Item 5: Conc. Rem. (sdwk) SY $ fa , _. 82 $ I St.i.ro ._._._. Item 6: Conc. Rem. (curb) LF $ /O. e'0 28 $ a' Item 7: Excavation CY $3a-e' 10 $381). item 8: Tree Removal. EA $ MO 1 $ WO. Item 9: Relocate Sign Post EA $ c, �• OD 2 $ Si Item 10: Post Removal EA $C‘4 <747° i' 1 S A TOTAL :BID $ r 71 . Work will be complete in • 5 working days. Bid Date Due: March 22, 2012 at 12:00 pm Aldi_coosTtwcrro 0 L l•c_. 'k-`�--`'� b - i 6 • ANY NAME STREET ADDRESS ► -- Iir>r.. ' _ 'i SI —' ' r OF 13 5 ■ 11' P.O. - WS,L�)S�� . L PRIN � OR TYPE NAME C ITY STATE ZIP. TITLE e c A COD ETEI.EPI-{ONE N O. EE-MA FAX N R I Page 1 of 1