HomeMy WebLinkAboutPR 17738: CONTRACT WITH BASCO CONSTRUCTION FOR ARMORY RENOVATIONS PHASE 1 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. #17738 — P. A. Armory Renovations Ph 1— Basco Construction
DATE 18 June 2013
RECOMMENDATION:
It is recommended that the City Council approve Proposed Resolution No. 17738,
approving a contract with Basco Construction Inc. for Port Arthur Armory Renovations
Phase 1 for the property located at 3451 57 Street for a not to exceed amount of
$122,897.
BACKGROUND:
Last fall, the Texas National Guard released the lease of the armory building located at
3451 57 Street. Since then, the Council approved (in Resolution 12 -164) a grant
agreement with the Economic Development Administration (EDA) for the renovation
and redevelopment of the property, and authorized (in Resolution 12 -275) a lease of
that property with Climate Controlled Containers Manufacturing, LLC.
•
Based on the requirements of Climate Controlled Containers, Purchasing advertised for
bids for renovations to the existing building to provide the improvements as provided
for in the EDA grant. Four (4) bids were received on 05 June, with Basco Construction
Inc. of Nederland, Texas submitting the lowest in the amount of $122,897. No Port
Arthur vendors submitted a bid for this project.
BUDGETARY /FISCAL EFFECT:
Funding is available in 306 - 1606 - 591.59 -00.
EMPLOYEE /STAFF EFFECT:
None.
SUMMARY:
It is recommended that the City Council approve Proposed Resolution No. 17738,
approving a contract with Basco Construction Inc. for Port Arthur Armory Renovations
Phase 1 for the property located at 3451 57 Street for a not to exceed amount of
$122,897.
e
Ross E. Blackketter, P.E.
Director of Public Works
REB /reb
S: \engineer \Documents \EDA Grant - Armory\Basco Const -Armory Renovations Ph 1.docx
P.R. 17738
06/18/13 reb
RESOLUTION NO.
A RESOLUTION AUTHORIZING A CONTRACT BETWEEN THE CITY
OF PORT ARTHUR AND BASCO CONSTRUCTION INC. OF
NEDERLAND, TEXAS FOR PORT ARTHUR ARMORY RENOVATIONS
PHASE 1 FOR THE PROPERTY LOCATED AT 3451 57 STREET IN
THE NOT TO EXCEED AMOUNT OF $122,897. ACCOUNT 306-
1606- 591.59 -00.
WHEREAS, the Texas National Guard has released the lease and vacated the
premises of the building owned by the City of Port Arthur and located at 3451 57
Street; and,
WHEREAS, in Resolution 12 -164, the Council approved a grant agreement with
the Economic Development Administration (EDA) for the renovation and redevelopment
of said property at 3451 57 Street; and,
WHEREAS, in Resolution 12 -275, the Council approved a lease agreement with
Climate Controlled Containers Manufacturing, LLC for the use of said property at 3451
57 Street as a manufacturing facility; and,
WHEREAS, Purchasing advertised for bids for Port Arthur Armory Renovations
Phase 1 for the property located at 3451 57 Street in accordance with the EDA grant;
and,
WHEREAS, four (4) bids were received as shown in Exhibit "A ", with Basco
Construction Inc. of Nederland, Texas submitting the lowest bid in the not to exceed
amount of $122,897; now, therefore,
P.R. 17738
Page 2
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT
ARTHUR:
THAT, the facts and opinions in the preamble are true and correct; and,
THAT, the City Manager is hereby authorized to execute a contract with Basco
Construction Inc. for Port Arthur Armory Renovations Phase 1 for the property located
at 3451 57 Street for a not to exceed amount of $122,897, funding being available in
306 - 1606 - 591.59 -00, said contract being attached hereto and made a part hereof 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. 2013
at a meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
Council members:
Noes:
Mayor
Attest: APPROVED AS TO FORM:
//AI
Sherri Bellard Valecia Tiz° - •
City Secretary City Attorney
P.R. 17738
Page 3
APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY OF
FUNDS:
Floyd T. Johnson Deborah Echols, C.P.A.
City Manager Director of Finance
_ _ ■ /
Ross E. Blackketter, P.E. Shawna Tubbs, CPPO
Director of Public Works Purchasing Manager
S: \ engineer\ Documents \Resolutions \PR17738.docx
EXHIBIT A
1
V
Z 'a
a)
d as
ts
z H d O as fig
_1 d 0 0. csi
T
m T Q ER
N a+
0 z
J
V O
"a
d G CV p N
2 ix } T
O N r T
U z T Q 0).
0 V z
H 0 a)
W 0 >. 3 ao
0 m co as
I CA Q :i >- Y N co
M CO Z co Q ca
O N 0 o
H z
5 T o
as up
1
D t N
Q N
E V co N
a) 0 05 m a"
a _1 >" co T ti
CO MEM o Q
C Cl
CD
W o
Z N
0 ` 0
E L 1 5
L
= O N O E 0 o c N
ty
a
r Lo < a a C 2 a
O w 0 w c
p M 7° - ° H V a 3
a N U "7 M Q R a w
0 ms
- w i _' Z Q O Q U m m
X Ce O w m ° `
a a p p o a
cn
z
0 w
m 0
0
Q
EXHIBIT B
CONTRACT FOR:
PORT ARTHUR ARMORY RENOVATIONS PHASE 1
LOCATED AT 3451 57 STREET
THIS AGREEMENT, made this 9 day of July , 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
Basco Construction Inc. a(n) Corporation herein acting
Individual, firm, partnership, or corporation
by and through Irby W. Basco 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 term of this Contract shall be for a term of 68 calendar days from the date of
execution.
2. During the term of this Contract, the CONTRACTOR will furnish at his 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.
3. The CONTRACTOR agrees to perform all the work described in the Specifications
and Contract Documents attached proposal and comply with the terms therein for
the prices as stated in the attached bid in the amount of $122,897.00.
4. The term "Contract Documents" means and includes the following:
(A) Agreement
(B) Invitation to Bid
(C) General Information
(D) Specifications (not attached to resolution)
(E) Bid
(F) Bidder's Information Sheet
(G) Notice to Proceed
5. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns.
S: \engineer \Documents \EDA Grant - Armory\Basco Const -Armory Contract- 13.dooc Page 1
6. 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 written above.
OWNER CONTRACTOR
Basco Construction Inc.
BY: BY:
Floyd T. Johnson Irby W. Basco
City Manager President
S: \engineer \Documents \EDA Grant - Armory\Basco Const -Armory Contract- 13.docx Page 2
„..., i , , \ ..t 'S /4 ."":` - :., _ ..,, _„,„, 1. , t
M
III
# ”: ,. I. ! f ,
'V J �i Any �' 4 � I r I ,,Am,', *, � 4f
#'' g
t + i# k
. ....... _L - mot 7i - ..... c` �f ? IL
-
i
•
Port Arthur Armory Renovation
PORT ARTHUR, TEXAS
BRW PROJECT NO. 213045.00
May 13, 2013
CITY OF PORT ARTHUR OWNER
444 4TH STREET
PORT ARTHUR, TEXAS 77641 -1089
r
'` �i ," •6)Y r'ttt' � yy4 44 � +, : •mot!
,� `; W 6, , 7
BROWN REYNOLDS WATFORD ARCHITECTS, INC. 1 , ` ; *- A o c , 0 ARCHITECT
2700 EARL RUDDER FWAY SOUTH, SUITE 2900 NOT F Ri - . .tf T� ti ) N
COLLEGE STATION, TEXAS 77845 S; Rif,
r
(979) 694 -1791, FAX (979) 694 -8293 1 � q 9 2 4 1 -!
. p p t 1 05/13/2013
4 ",.... 4 .. '' ,
HIRSCH & ASSOCIATES, INC. 1 '?` "!r4�►"'=* y' IONME /ELECTRICAL /
6161 SAVOY DRIVE, SUITE 1135 "f / PLUMBING /
+� M. F. HIRSCH I
HOUSTON, TEXAS 77036 5 ENGINEER
816th 1 4.
I .
� � :.... ....,N .r
05/08/13
DELORIS "BOBBIE" PRINCE, MAYOR FLOYD T. JOHNSON
WILLIE "BAE" LEWIS, MAYOR PRO TEM CITY MANAGER
COUNCIL MEMBERS:
City of x SHERRI BELLARD
\ CITY SECRETARY
RAYMOND SCOTT, JR. } '
ELIZABETH SEGLER 1 10.1
MORRIS ALBRIGHT HI �, h VAL TIZENO
HAROLD L. DOUCET, SR CITY ATTORNEY
ROBERT E. WILLIAMSON Texas
DERRICK FREEMAN
KERRY "TWIN" THOMAS
MAY 13, 2013
INVITATION TO BID
Port Arthur Armory Renovation Phase 1
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, June 5, 2013. (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, June 5, 2013 in
the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE: Port Arthur Armory Renovation Phase 1
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 and Scope of Work should be directed in writing to:
Brown Reynolds Watford Architects, Inc.
Nicole Story, Project Coordinator
2700 Earl Rudder Freeway South, Suite 4000
College Station, TX 77845
nstory@brwarch.com
telephone: (979) 694 — 1791.
fax: (979) 694 - 8293
Purchasing Division /Finance Department 1 Purchasing Manager, Shawna Tubbs, CPPO, CPPB
P.O. Box 10891444 4th Street' Port Arthur, Texas 776411 409.983.8160 1 Fax 409.983.8291
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL 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, CPPO, CPPB
Purchasing Manager
Page 2 of 14
MANDATORY
PRE -BID CONFERENCE
A Mandatory Pre -Bid Conference between Representatives of the City of Port Arthur, Texas and
prospective bidders for the Armory Renovations Phase 1 will be held on Thursday May 23, 2013
at 2:00 p.m. in the 5 floor conference room at Port Arthur City Hall, 444 4 Street . Port
Arthur, Texas.
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, Brown Reynolds Watford Architects Inc., 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 Mandato ry Pre -Bid
Conference will be rejected and returned unopened to the bidder.
Page 3 of 14
INVITATION TO BID
PORT ARTHUR ARMORY RENOVATION PHASE 1
(To be Completed ONLY IF YOU DO NOT BID.)
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
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 4 of 14
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: ort IAliTs? I mom J' eno , a ion Il
BID DUE DATE: 'J'une75tr241l3
QUANTITY DESCRIPTION UNIT COST TOTAL COST
COMPANY NAME STREET ADDRESS
SIGNATURE OF BIDDER P.O. BOX
PRINT OR TYPE NAME CITY STATE ZIP
TITLE AREA CODE TELEPHONE NO
EMAIL FAX NO.
Page 5 of 14
BID OPENING DATE: gun 2013.
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 6 of 14
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 7 of 14
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 a local 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?
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 8 of 14
GENERAL INFORMATION:
NOTE: It is extremely important that the Vendor, Bidder, and /or Contractor furnish the City of
Port Arthur the required information specified in Bid or Proposal Specifications listed 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.
Page 9 of 14
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.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
7. No payments shall be made to any person of public 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 Brown Reynolds Watford Architects,
g Y
Inc. Every request for such interpretation should be in writing addressed to Brown Reynolds Watford
Architects, 2700 Earl Rudder Freeway South, Suite #4000, College Station, Texas 77845 and to be
given consideration must be received at least 72 hours prior to the time fixed for the opening of bids.
Questions may also be emailed to Nicole Story at nstoryabrwarch.com or faxed to (979) 694 -8293.
Any and all such interpretations and any supplemental instructions which, if issued, will be posted on
the web and all prospective bidders will be notified. The City and Architect 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.
Page 10 of 14
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.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits
the City from granting any license, privilege or paying money to any -one owing delinquent taxes,
paving assessments or any money to the City until such debts are paid or until satisfactory
arrangements for payment has been made. Bidders must 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.
Page 11 of 14
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.
TERMINATION FOR CONVENIENCE: The City may terminate 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
Page 12 of 14
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. Standard Worker's Compensation Insurance:
2. 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 $1.00,000 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.
3. Commercial Automobile Liability Insurance (Including owned, 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 ) g g ry 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.
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.
Page 13 of 14
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.
WAGES & SALARIES: Attention is particularly called to the requirement of not paying less than the
prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These
rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the
Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that
employees and applicants for employment are not discriminated against because of race, color,
religion, sex, age or national origin.
PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code Chapter
2253. 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.
Page 14 of 14
BR
// , 1;/ i�: =5� BROWN REYNOLDS WATFORD + ARCHITECTS
1 E. • WA/. !At
,^� x} 2700 EARL RUDDER FWY. S.
/) \ C'i; SUITE 4000
COLLEGE STATION, TEXAS 77845
979 - 694 -1791
FAX 694 -8293
WWW.BRWARCH.COM
5/30/2013
ADDENDUM NO. 1
PORT ARTHUR ARMORY BUILDING RENOVATION PHASE 1
PORT ARTHUR, TEXAS
DATE: May 30, 2013
BRW PROJECT NO: 213045.00
The Construction Documents on the above referenced project, dated 05/13/2013, shall be revised as
follows:
DRAWINGS
Item No.1 (RE: Invitation to Bid) General Information. The following has been added:
LIQUIDATED DAMAGES: Liquidated damages will be $150.00 per day.
BID SECURITY: Bids shall be accompanied by a bid guarantee of not less than five percent (5 %) of
the amount of the total bid which shall be a Certified Check or Cashier's check payable without
recourse to the City of Port Arthur, or a bid bond with corporate surety authorized to conduct business
in Texas. Said security shall be submitted with the understanding that it shall guarantee that the
Bidder will not withdraw his bid within thirty (30) days after the date of the opening of the bids; that if a
bid is accepted, the bidder will enter into a formal Contract with the OWNER, furnish bonds and
insurance as may be required and commence work at the specified time, and that in the event of the
withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds
and insurance and commence work within the time specified, the Bidder shall be liable to the OWNER
for the difference between the amount specified in the bid in the amount for which the OWNER may
otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be
returned when award is made; when the Contract is executed, the checks of the two remaining
unsuccessful bidders will be returned; that of the successful Bidder be returned when formal Contract,
bonds and insurance are approved, and work has commenced within the time specified.
PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Govemment Code Chapter 2253.
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.
WAGES & SALARIES: Attention is particularly called to the requirement of not paying Tess than the
prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These
rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the
Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that
employees and applicants for employment are not discriminated against because of race, color,
religion, sex, age or national origin.
Item No.2 (RE: Sheet T1.1) Revise the Index of Drawings to add the following: " A8.1 - Door Schedule,
A8.2 - Door Types, A8.3 - Head Detail, A8.4 - Jamb Detail, A8.5 - Sill Detail, A8.6 - Head Detail, A8.7 -
Jamb Detail, A8.8 - Head and Jamb Detail "
Item No.3 (RE: Sheet T1.1) Revise the Index of Drawings to remove the following: " E1.2 - Second Floor
Electrical Plan "
Item No.4 (RE: Drawing Sheets) Add sheets A8.1, A8.2, A8.3, A8.4, A8.5, A8.6, A8.7, A8.8 to the
construction documents. RE: as attached.
Item No.5 (RE: Sheet A5.1) 1st Floor Reflected Ceiling Plan 1. Revise the reflected ceiling plan as per AD
1.01 attached.
SPECIFICATIONS
Item No.6 (RE: Specifications Division 00) Revise Specification Section 000150, List of Drawings as per
Specification Section 000150 attached.
Item No.7 (RE: Specifications Division 00) Specification Section 000820. Remove paragraph 1.07
"Construction Cameras" from the section.
Item No.8 (RE: Specifications Division 01) Specification Section 017419. Remove "Construction Waste
Management and Disposal' from the specifications.
Item No.9 (RE: Specifications Division 01) Specification Section 017900. Remove paragraph 3.03
"Demonstration and Training Videos" from the section.
Item No.10 (RE: Specifications Division 08) Specification Section 084113, add 2.08 as follows:
" 2.08 Exterior Entrances
A. Kawneer Company Inc. Series: 350IR Entrance The door stile and rail face dimensions of
the 350IR entrance door will be as follows:
1. Door: 350
2.Vertical Stiles: 6"
3. Top Rail: 6"
4. Bottom Rail: 10"
B. Major portions of the door members to be 0.125" nominal in thickness and glazing
molding to be 0.05" thick.
C. Glazing gaskets shall be either EPDM elastomeric extrusions or a thermoplastic
elastomer. Structural silicone sealant to be Dow Corning 983, 995, or Tremco Proglaze
SSG."
CLARIFICATIONS
Item No.11 Modifications to the restrooms are in Phase 2 of the project.
Attachments: AD1.01, A8.1, A8.2, A8.3, A8.4, A8.5, A8.6, A8.7, A8.8, Specification Section 000150, Pre -Bid
Meeting Agenda (dated 05 -23- 2013), List of Attendees of Pre -Bid Meeting (dated 05 -23 -2013)
END OF ADDENDUM NO. 1********* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
B RW
/0 "' BROWN REYNOLDS WATFORD - -Z ARCHITECTS
E - • Wql ,-)t
" % 2700 EARL RUDDER FWY. S.
I ++ � c+ i ce'
COLLEGE 979-694-1791 S STATION, TEXAS 77845
FAX 694 -8293
WWW.BRWARCH.COM
6/03/2013
ADDENDUM NO. 2
PORT ARTHUR ARMORY BUILDING RENOVATION PHASE 1
PORT ARTHUR, TEXAS
DATE: June 3, 2013
BRW PROJECT NO: 213045.00
The Construction Documents on the above referenced project, dated 05/13/2013, shall be revised as
follows:
SPECIFICATIONS
Item No.1 (RE: Invitation to Bid) General Information. Revise "City of Port Arthur, Texas Bid Sheet" as
attached.
Item No.2 (RE: Invitation to Bid) General Information. The following has been added:
CONTRACT PAYMENT RETAINAGE: City will hold 5% retainage.
Attachments: City of Port Arthur Texas Bid Sheet
END OF ADDENDUM NO. 2********* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Port Arthur Armory Renovation Phase 1
BID DUE DATE: June 5, 2013
DESCRIPTION TOTAL COST
Port Arthur Armory Renovation Phase 1 $
Work will be complete in calendar days.
� I
COMPANY NAME STREET ADDRESS
SIGNATURE OF BIDDER P.O. BOX
PRINT OR TYPE NAME CITY STATE ZIP
TITLE AREA CODE TELEPHONE NO
EMAIL FAX NO.
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Port Arthur Armory Renovation Phase 1
BID DUE DATE: June 5, 2013
DESCRIPTION TOTAL COST
Port Arthur Armory Renovation Phase 1 $ 122, 897.00
Work will be complete in 68 calendar days.
Basco Construction Inc. 1120 Hwy 69 North
COMPANY NAME STREET ADDRESS
1025
SIG OF BIDDER P.O. BOX
Irby W. Basco Nederland, Texas 77627
PRINT OR TYPE NAME CITY STATE ZIP
President 409 - 722 -4434
TITLE AREA CODE TELEPHONE NO
BCI1025 @aol.com 409 - 722 -6428
EMAIL FAX NO.
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:
g 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.
Basco Construction Inc. June 5, 2013
Firm me Date
President
uthorized 'gnature Title
Irby W. Basco 409 - 722 - 4434
Name (please print) Telephone
Irbybasco @aol.com
Email
STATE: Texas
COUNTY: Jefferson
SUBSCRIBED AND SWORN to before me by the above named Irby W. Basco
on this the 5 day of June 20 13 .
Notary Public
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 7 of 14
MERCHA[ T
BONDING COMPANY,.
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies "),
and that the Companies do hereby make, constitute and appoint, individually,
Catherine Sue Moss, Binnie B. Stevison, Douglas N. McElveen, George A. McElveen, Jr.,
J. Cory Williams, Molly Painter
of Lake Charles and State of Louisiana their true and lawful Attomey -in -Fact, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
SIX MILLION ($6,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are
hereby ratified and confirmed.
This Power -of- Attomey is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of
Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National
Bonding, Inc., on October 24, 2011.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attomeys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the
seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in
the nature thereof.
The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,
or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and
effect as though manually fixed."
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of March , 2013 .
.,` �AC�O hf4� •• ; • �1 O � N ,,, ••• . • MERCHANTS BONDING COMPANY (MUTUAL)
� y' 4 p4ORg • �p : 44 ..0 0 9 .1 MERCHANTS NATIONAL BONDING, INC.
•-•; te r— -o- m o
Zi 2003 �i. • � 1933 c • By 67 ,Ze.,z 7 7
••
STATE OF IOWA •fl' ..•.. '-c ••
COUNTY OF POLK ss. �,,• ",,,,,,• " "," President
On this 1st day of March , 2013 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year
first above written.
MARANDA GREENWALT ,d' T t c
C ommission Num 7 70312
My Commission Expires
ON. October28,2014
Notary Public, Polk County, Iowa
STATE OF IOWA
COUNTY OF POLK ss.
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies,
which is still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on
this 5th day of June , 2013 .
,"uu,"• .......
_0_ tits •f •— -o- o:
,. 2003 .n
• �' 1933 Secretary
. = • ti • : c
' . ; ti.
•
POA 0014 (11111) : a"yy '.... . ••••••C � • � W ' ' 1'�:
...... •
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 f the local governmental entity not later than the 7 business
day after the date the person becomes aware of facts that require the s tement to be filed. See Section 176.006, Local Government
Code.
A person commits an offense if the person knowingly iolates Sectio 176.006, Local Government Code. An offense under this
section is a Class C misdemeanor.
P
1. Name of person who has a busihe• relationshi with local go entity.
2. Check this box if you a e fili : an upda . to a previo ly filed questionnaire.
(The law requires that yqu file a updated completed q stionnaire with the appropriate filing authority not later than
7th business day after t date the irigina ly filed quest onnaire becomes incomplete or inaccurate.)
3. Name of a local government fficer with o filer has e ployment or business relationship.
Name of Offi • • r V
This section (item 3 including bparts A, B, C, & D) must b: completed for each officer with whom the filer has an employment
or other business relationship a defined by Section 176.001 -a), Local Gove ent . ode. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer named in this sectio receiving or li el to recei .e taxable income, other than investment
income, from the filer of the questionnaire?
Yes No
B. Is the filer of the g
uestionnaire receiving or likel to receive tax. 61 income, other than investment income, from or at the
q
direction of the local government officer named i this section A II the taxable int. me is not received from the local
governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a c f rporation or other business entity with respect to which the local government
Officer serves as an officer or director, or holds .t ownership of 10 percent or more?
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 8 of 14
BID OPENING DATE: June 5, 2013
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 Basco Construction Inc.
ADDRESS P • 0. Box 1025
Nederland, Texas 77627
CITY /STATE /ZIP
SEND PURCHASE ORDER TO:
COMPANY Basco Construction Inc
ADDRESS P.O. Box 1025
Nederland, Texas 77627
CITY /STATE /ZIP
TAX IDENTIFICATION NUMBER 76- 0295060
Page 6 of 14
L