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it has since been retracted.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