Loading...
HomeMy WebLinkAboutPR 17898: LLB CONSTRUCTION, LLC FOR THE CONSTRUCTION OF HANDICAP RAMPS AND SIDEWALKS 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. #17898 —LLB Construction, LLC for the Construction of Handicap Ramps and Sidewalks on the West Side of Lee Avenue DATE 09 September 2013 RECOMMENDATION: I recommend that the City Council approve Proposed Resolution No. 17898, approving a contract with LLB Construction, LLC of Port Arthur, Texas for the construction of Handicap Ramps and Sidewalks on the West Side of Lee Avenue from 10 Street to Lewis Drive for the not to exceed amount of $19,216.60. BACKGROUND: The City of Port Arthur is continually working to upgrade sidewalks and handicap ramps throughout the City to be in compliance with the Americans with Disabilities Act (ADA). Accordingly, Purchasing solicited quotes for the construction of Handicap Ramps and Sidewalks along the west side of Lee Avenue between 10 Street and Lewis Drive. We received six (6) quotes on 05 September 2013, with LLB Construction, LLC being the lowest quote. 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. 17898, approving a contract with LLB Construction, LLC of Port Arthur, Texas for the construction of Handicap Ramps and Sidewalks on the West Side of Lee Avenue from 10 Street to Lewis Drive for the not to exceed amount of $19,216.60. Ross E. Blackketter, P.E. Director of Public Works REB /rtb S: \electrical_sec \ROE\ADA Projects \Lee Avenue ADA \West Side \CAM P.R. 17898 Page 1 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH LLB CONSTRUCTION, LLC OF PORT ARTHUR, TEXAS FOR THE CONSTRUCTION OF HANDICAP RAMPS AND SIDEWALKS ON THE WEST SIDE OF LEE AVENUE FROM 10 STREET TO LEWIS DRIVE FOR THE NOT TO EXCEED AMOUNT OF $19,216.60; 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 (ADA) and the City of Port Arthur Sidewalk and Street ordinances; and, WHEREAS, the City received quotes on 05 September 2013 for the construction of Handicap Ramps and Sidewalks on the West Side of Lee Avenue from 10 Street to Lewis Drive; and, WHEREAS, six (6) quotes were received and evaluated by Public Works and Purchasing (see Exhibit "A ") with the quote from LLB Construction, LLC of Port Arthur, Texas found to be the lowest and most responsive; now, therefore, 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. THAT, the City Manager is hereby authorized to execute a contract with LLB Construction, LLC of Port Arthur, Texas (attached as Exhibit "B ") for the construction of Handicap Ramps and Sidewalks on the West Side of Lee Avenue from 10 Street to Lewis Drive for the not to exceed amount of $19,216.60, funding being available in 001 - 1203 - 531.87 -00. S: \electrical_sec \ROE \ADA Projects \Lee Avenue ADA \West Side \PR17898 P.R. 17898 Page 2 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 AS TO FORM: \rcu2 Sherri Bellard Valecia Tize City Secretary City Attorney APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABLITY OF FUNDS: Floyd T. Johnson Deborah Echols, CPA City Manager Director of Finance (&)- /a. 01. e g, 4, Ross E. Blackketter, P.E. Shawna Tubbs, CPPO Director of Public Works Purchasing Manager S: \electrical_sec\ROE\ADA Projects\Lee Avenue ADA \West Side\PR17898 EXHIBIT A o c: F '" N T. co M ,L +�++ V p\ N N ,--I U s. 0 a o 1 g >) v ° O O O v 6, O ,.. © N O o g U O O.. r--1 4 a U 9 O � bi4 O U 69 : o 0 O 00 C M CI) O O N ki) a) ct C.) U N - a b Q v v ass s. `-'C .0 . > F-1 �' I. te 4A ° r) I v� c c � v � ct W a) O v O M O N U A 4G .. CA T�" 1-( U ei oc - b io al ao � ° o O :� 04 4w A -4.4 : C61 r4 et O Q • � o 44 0" U o cn x 0 a d Co) o c *4 CCH'd X •po 0 `O ° CJ �v1 r4 v U r °• M . 0 M4 E .4 ° t N N t a U �° `� a1 -- U 4. o ,. ° C a v �r v v y "O 'O 0 ---- --'1„ O ... .L:9 C.) • ^' CI e l ) h.; ` �� `p A 0 v i� /�i.,��� 4 a U E ---1 N d h 1 EXHIBIT B CONSTRUCTION SERVICES AGREEMENT Construction of Handicap Ramps and Sidewalks on the West Side of Lee Avenue. from 10 Street to Lewis Drive THIS AGREEMENT, made this 01 day of October, 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 LLB 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 10 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 $19,216.60. 5. The term "Contract Documents" means and includes the following" a. Agreement b. Specifications c. Addenda d. Quote e. Notice to Proceed S: \electrical_sec \ROE \ADA Projects \Lee Avenue ADA \West Side \CONTRACT 6. This Agreement shall be binding upon all parties hereto and their respective 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 October 2013 OWNER: BY: Floyd T. Johnson City Manager Signed on the day of October 2013 CONTRACTOR: LLB Construction, LLC BY: Dinh Nguyen, Owner S: \electrical_sec \ROE \ADA Projects \Lee Avenue ADA \West Side \CONTRACT 1 CITY OF PORT ARTHUR QUOTE SHEET cir� ,,f (o �, (Specifications are attached) ort rtftu� Texas Date of Request: August 23, 2013 Department Requesting Quote: Public Works Services Needed: Construction of Handicap Ramps and Sidewalks on the West Side of Lee Avenue from 10 Street to Lewis Drive Mandatory Pre -Bid Date: Thursday, August 29, 2013 @ 10:00 A.M. @ City Hall 5 Floor Conference Room, 444 4 Street, Port Arthur, TX 77640 Quote Due Date & Time: Thursday, September 4, 2010 by 3:00 P.M. 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, Sr. Purchasing Asst., cwilliams@portarthur.net DESCRIPTION TOTAL COST Base Bid $ Alternate #1 $ Work will be complete in calendar days. Company Name Signature Printed Name Phone Address Fax City, State, Zip E -mail Clifton Williams, CPPB, Sr. Purchasing Asst. Date Page 1 of 10 PORT ARTHUR PUBLIC WORKS DEPARTMENT CONSTRUCTION OF HANDICAP RAMPS AND SIDEWALKS ON THE WEST SIDE OF LEE AVENUE FROM 10 STREET TO LEWIS DRIVE The specifications described below shall apply to all construction locations and are referenced from the 2010 ADA Standards for Accessible Design and the City of Port Arthur 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. Remove tree stumps without damaging existing concrete curb and gutter. Remove trash and vegetation and replace with approximately two cubic yards of excavated soil into hole to grade located between lom Street and 11 Street. Contractor shall acquire storm water permit (MS4) and implement Best Management Practices (BMP's) throughout the duration of the project including non - tracking of any soil on streets. There shall be no cost for the MS4 Permit. 3.0 Sidewalks: Sidewalk dimensions shall be four feet (4') wide, one and one -half percent (1.5 %) cross slope, and a maximum five percent (5 %) longitudinal slope, and shall be constructed in accordance with the City of Port Arthur Sidewalk & Driveway Detail Sheet. Concrete surface must have brush finish. City shall coordinate with the contractor to establish proper elevation congruent to existing topography. 4.0 Driveways: Tie -ins shall be constructed in accordance to the City's Sidewalk & Driveway Detail and Paving Detail Sheets. Contractor is responsible for coordinating with the residents the construction phases at their properties. 5.0 Curb Ramps: Curb ramps shall be constructed in accordance with the City of Port Arthur Sidewalk & Driveway Detail Sheet and 2010 . ADA Standards for Accessible Design. Landing Pads will be 4' wide. Type 3 Curb Ramp shall be modified as a double curb instead on single curb on the drawing. Detectable warnings shall be grooves. Ramp surface shall be painted "Traffic Yellow ". Contractor must consider concrete curing time before applying paint. 6.0 Concrete Curb: Concrete curbs shall be constructed as Type "D" in accordance to the City's Curb & Gutter Street Improvements Detail Sheet. 7.0 Forms and steel reinforcement must be inspected by the Public Works Department personnel prior to placing concrete. Contractor shall give 24 hour notice before concrete pour. 8.0 Contractor shall provide a Temporary Traffic Control Plan prior to construction operations. 9.0 Contractor must pull all required permits. However, they will be at no cost. Page 2 of 10 CONSTRUCTION OF HANDICAP RAMPS AND SIDEWALKS ON THE WEST SIDE OF LEE AVENUE FROM 10 STREET TO LEWIS DRIVE BID BREAKDOWN Item # Base Bid Description UOM Quantity Unit Cost Total Cost Type 3 (Modified) Curb Ramp -SW Corner of 1 Lewis Drive and Lee Avenue EA 1 $ $ Type 7 Curb Ramp NW & SW corner of 2 intersection 11 Street and Lee Avenue EA 2 $ $ 3 Concrete Removal. (sidewalk) SY 235 $ $ 4 Concrete Removal (driveway) SY 51 $ $ 5 Sidewalk, 4" Depth SY 235 $ $ 6 Driveways, 6" Depth SY 51 $ $ 7 Concrete Curb Removal 15 $ $ 8 Erosion Control LS 1 $ $ 9 Temp. Traffic Control LS 1 $ $ 10 Excavation CY 30 $ $ 11 Remove & Replace Concrete Curb LF 34 $ $ 12 Concrete Curb LF 26 $ $ 13 Total Base Bid $ Alternate # 1 Type 3 (Modified) Curb Ramp -SE Corner of 14 Lewis Drive and Lee Avenue EA 1 $ $ 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 10 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 4 of 10 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 5of10 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. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. Page 6 of 10 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 the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and /or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Public Works Department P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with Page 7 of 10 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. 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 Page 8 of 10 • Contractor for the purpose of set -off until such time as the exact amount of damages due the City from the Contractor is determined. TERNIINATION 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. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub - contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB - CONTRACTS: The Contractor shall not execute an agreement with any sub - contractor or permit any sub - contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of $100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $100,000. 2. 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. Page 9 of 10 b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. Page 10 of 10 t .. tzt *111 • I , . , ,0 • k x v .., 1 R ... 9 -I .„- . . . / /`// 9 x n ti 5 6 .,.•‘ '2 z L,E I :: -:,',...,. a , I; ■i• i 2 0 ce S' - 4 !,,q 1 _ •.1 i, . co 0 u _ i: Z < C) . ..-, V) 8 1 4t° w • 1 w E m w . - . • :1 r. 0 N 0 r. L CI i w I -, z 9. 6 u) ii ' e - 2 Z Ln . ui w 0 : I 1 7 2 1 I CI 9 o m z cc oE z u : 1 11 1 g ; CL }- E W w 5< . 1 F 3 0 ..,-. Ili E ,7). 6 a i. .. wit..... ... ...„,...... @ 4-1 0 t," FA , ce z 3... c 8R6 1 u_ W 2 al 5 9 1 1 .1 M 13 ■`.:, < R. ill E 6 L i nr_ 6- rn A , , V z ill 101 _ y , E 6 . 6 - I i' 611 ifi a 6 .., Ll Z I - •-. X -I (9 N 0 LJ m I ' Z C I- PO 6 1.-•al LLI 1.j (f a- <I CZ 0 Z .8/571 - A I r I- � CK ,_ Ll Z 0 Z 0 LJ ..i. r;., L_ U r4 Z T, < LL 113 . ..... 0 ce z a,":› v) a ' >'' Z 14 0 6 re e0 < 0.2 ce w i a, 1 •rs p m til .r 0 iii - r4 Li, t I a, 1 < r rd go< rem 12to I it. . - . 1,,, E-• R N 6 _ ,,, • • , 1 - 8ait pw o oi.- w, A Ce UJ . yl >0 0a- z<w> 0 u _ .--. • u , en a 0 . / ° 0 5 ct I—I c e z —I t,;,1 Ai . ,. ,F 4. ,,4 c ,ce . zO4P Z t ilu , Ju" -- -6 1, ,2,- 1 4 ' I e 6 -Jill ...... CG ,- :i ■L'' ' T=.1 ■•I Zq Ui .e ›... 0_ , , ,.. 1,, <z,en,- 0 6 / 1 ,, ... .4 CL IP' al 1— e.) u, I— Zee ou'll-Fu-00 0 :2 Z_. ,-..i m ig L El! e0 g 1 P 1 .21 i a i 2§ z, .2 6 & 'I 9. '4 `8 ‘ N/ < ni ■.., .1R LJ i ' ii Stt) N 5 i -;; 1 Z ., Li 0 ■..I IX i S z a a 0 NW L... Z N o w r, 0 .13 VI U , . ■ 4 i ■ I - Z ' a . i .2 a. E I : — . - 'a: li \ Y 1 \ I "'"' 1 9:1 ) cc i F, D N oa �y .9 .9 ' ' • g A I 1 e : 5 o a Z Q o fi , �; e ° � i > I 4 6 S I & 5 ) : 3 Z Z If it s a . < II m Q ,I , i Iu X �:.. 1 s � u ma J W ` ti — A 3s i� I 'r o iii gi U s s r z WA ' I a O I s, I ��.�. F 5 '' 5 W 1 Al gi Iii t s , b A t 0 NORM Z 1 M r , U ve I. i z 4 0 I " W E LI 411k MIMI 1—•1111411111111hillII MM - 1 8 m ■ ■ ■ © ■ ■ ■ ■1 �, ■■■■■■ = K a -" miso■p�' Z Ire ■■a■ ■ 4; R = b somp > 3 N E 5 —LIME in N 111•1111111111 in ■■7■ ■§ 5 .L2 z R> �F Z a 11 ii■■ O . \ uari um 'au O a 4 t g C ■M■■I ,, F i! Eli I■■�■!■■ i - oy cc cr) N wt. ,, ^ �. q - IN IN g 7 -I R 4 _. m N g in 2 4 k m N o N cc 0 1,41 t Y a 8m .- > _ ° — - z — i-- 0,- a c + ~ x o m a J S <a m ° g U Q 7 V ne c ,. o$ Q Q N— b �� i ° r " '� w $ Q m W Ail! s E �' �IIII �i m w §11, S 2' z {. o W $ ¢¢ J/ a aa 'sm 1 -s " O ` v � @ 2 0 � � mty o W °mm. me $ Com _ l m� _ m ` am�_ a a ' - o om o c o8« r- a cm a coo: c - ati i ` f o o � W 8, B u n n o s ° g . \ 1111 w C ooccoo ! o 8 Q � t h y v _ I. ` S \ C N \ O gi TO il \ \ ...:% I \ ° \ 1 : ° E �' 3 0 it\ �\ _ 3 m n2-. no a. ,n a Q 33 '+ C C a i ?, a a t \i = 1 a * j i a j\ Z , cc o Z \ = o¢ O O jI g--- L m O _ d m \a s�� W om �1 mE L un . `3 Ti i..13= ' � U sta ` ` ` ao Z a \l L m oo c � j O PI , , s•mtn. W C J CC \ °— u K }� 8 E J • ,\ = g u ° cc 4. \ Y eo L N. ti� ` Z CI \ \ 9 `Oy �m ;77; = � c i j F ',\ D i er i W L \ \ N j` -1, \ 2 -- ' \ = 1 << 3 ' 4 al 3 S D �E a 5• mtn• a a = 8 a I t- m — • — 4 = ~ 6,'E C ° n E P S. j j n ` lL r- C o C m6 s m �C , O yyE 1l m v• ©© ©777777 4 5. V ..-"4 Omb l i } i 4 'ii � : . - -r ` 0 .c am ° m c a Q t� ay' m pp I _ n om, ,1= 1 1= a , , ti, �< � m Cr A = cc iri y d. \\ 1111 _ nE F s - 0 3 CITY OF PORT ARTHUR, TEXAS Ir nrr rrlru ADDENDUM NO. ONE (1) August 30, 2013 Bid Proposal For: Construction of Handicap Ramps and Sidewalks on the West Side of Lee Avenue from 10 "' Street to Lewis Drive The following clarifications, amendments, deletions, additions, revision and /or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE .REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: 1. Page 2 — 2.0 — Excavation Add the Following a) Tree stump removal shall be subsidiary to Item #10 Excavation. b) Contractor shall make the 811 call and call the City Utility dispatch at (409) 983 -8550 prior to construction operations. 2. Page 2 — 3.0 M Sidewalks Add the Following a) Nitrogen gas tanks shall be relocated by AT &T before construction begins. 3. Page 2 — 4.0 — Driveways Add the Following a) Contractor shall saw cut one foot (1') into concrete street per Driveway Standards. b) City will mark driveway construction limits. 4. Page 2 — 6.0 — Concrete Curb Add the Following a) Concrete curb placement shall be located at the hole between 1 1 °i and 10 Street connecting existing curb ends. 5. Page 2 — 8.0 - Add the Following a) Contractor shall barricade construction site area during non - working hours. Contractor shall be allowed to work on weekends. End of Addendum 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 QUOTE. ( / . , Shawna Tubbs, CPPO, CPPB Purchasing Manager Signature of Proposer Date tl CITY OF PORT ARTHUR, TEXAS t ' *0,L-� nrt rI ur ADDENDUM NO. TWO (2) Iris:: September 4, 2013 Bid Proposal For: Construction of Handicap Ramps and Sidewalks on the West Side of Lee Avenue from 10`" Street to Lewis Drive The following clarifications, amendments, deletions, additions, revision and /or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: Please remove Page 1 from the bid package and replace with the attached page. End of Addendum 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 QUOTE. Nitiatidit"f t ,(__ Shawna Tubbs, CPPO, (C 0 B Purchasing Manager Signature of Proposer Date V' + CITY OF PORT ARTHUR ,, QUOTE SHEET on- of , V FI + ^ A (Specifications are attached) orl rlh« -- 7exux Date of Request: August 23, 2013 Department Requesting Quote: Public Works Services Needed: Construction of Handicap Ramps and Sidewalks on the West Side of Lee Avenue from 10 Street to Lewis Drive Mandatory Pre -Bid Date: Thursday, August 29, 2013 @ 10:00 A.M. @ City Hall 5 FIoor Conference Room, 444 4 Street, Port Arthur, TX 77640 Quote Due Date & Time: Thursday, September 5, 2013 by 3:00 P.M. 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, Sr. Purchasing Asst., cwilliams@portarthur.net portarthur.net DESCRIPTION TOTAL COST Base Bid $ Alternate #1 $ Work will be complete in calendar days. Company Name Signature Printed Name Phone Address Fax City, State, Zip E -mail Clifton Williams, CPPB, Sr. Purchasing Asst. Date Page 1 of 10 r ,, v ,, t CITY OF PORT ARTHUR, TEXAS 1. or, rill r ADDENDUM NO. THREE (3) • r x;r> September 4, 2013 Bid Proposal For: Construction of Handicap Ramps and Sidewalks on the West Side of Lee Avenue from 10 Street to Lewis Drive The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: Please remove Page 3 from the bid package and replace with the attached page. End of Addendum 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 QUOTE. L Clifton Williams, CPPB Purchasing Manager Signature of Proposer Date CONSTRUCTION OF HANDICAP RAMPS AND SIDEWALKS ON THE WEST SIDE OF LEE AVENUE FROM 10 STREET TO LEWIS DRIVE BID BREAKDOWN Item # Base Bid Description UOM Quantity Unit Cost Total Cost Type 3 (Modified) Curb Ramp -SW Comer of 1 Lewis Drive and Lee Avenue EA 1 $ $ Type 7 Curb Ramp NW & SW comer of 2 intersection 11 Street and Lee Avenue EA 2 $ $ 3 Concrete Removal. (sidewalk) SY 235 $ $ 4 Concrete Removal (driveway) SY 51 $ $ 5 Sidewalk, 4" Depth SY 235 $ $ 6 Driveways, 6" Depth SY 51 $ $ 7 Concrete Curb Removal LF 15 $ $ 8 Erosion Control LS 1 $ $ 9 Temp. Traffic Control LS 1 $ $ 10 Excavation CY 30 $ $ 11 Remove & Replace Concrete Curb LF 34 $ $ 12 Concrete Curb LF 26 $ $ 13 Total Base Bid $ Alternate # 1 Type 3 (Modified) Curb Ramp -SE Corner of 14 Lewis Drive and Lee Avenue EA 1 $ $ 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 10 . ' 1 % CITY OF PORT ARTHUR ,1-204=i � QUOTE SHEET , j (Specifications are .attached) art rl7+ur '' /'r,ra Date of Request.: August 23, 2013 Department Requesting Quote: Public Works Services Needed: Construction of Handicap Ramps and Sidewalks on the West Side of I..ee Avenue from 10 Street to Lewis Drive Mandatory Pre -Bid Date: Thursday, August 29, 2013 ru 10:00 A.M. (ii. ? City Hall 5"' Floor Conference Room, 444 4 "' Street, Port Arthur, TX 7764() Quote -Due Date & Time: Thursday, September 5. 2013 by 3:00 P.M. Delivery: Quotes are to be faxed to (409) 983 -8291, E- mailed to cwittiams(apartart.hur.net Delivered to the Purchasing Div., 2 ' floor, City Hall. Questions, Please contact: Clifton Williams, Sr. Purchasing Asst., cwilliams((i7portart:hur.net DESCRIPTION TOTAL COST Base Bid $ -- f s (. 6 0 _ Alternate #1 s 4a-c- or Work will be complete in (e calendar days. Company Name S.ignat.iir�c;� - a, rte N� v V��. Printed Name Phone Address • Fax . - Pt rt fK. 4 n `~(7 LL-) C tom, . ` &A ■ C0 ':ity, State, Zip E -mail Selt‹,tAiJac-A- _, Clifton Williams, CPP13, Sr. Purchasing 'asst. Date Page 1 of 10 CONSTRUCTION OF HANDICAP RAMPS AND SIDEWALKS ON THE WEST SIDE OF LEE AVENUE FROM 10 STREET TO LEWIS DRIVE BID BREAKDOWN Item # Base Bid Description UOM Quantity Unit Cost Total Cost Type 3 (Modified) Curb Ramp -SW Comer of _ 1 Lewis Drive and Lee Avenue EA 1 $ ,.3 S ` ` $ 3? S- Type 7 Curb Ramp NW & SW corner of 2 intersection 11 Street and Lee Avenue EA 2 $ 3 • ` ° $ 3 8 • 3 Concrete Removal. (sidewalk) SY 235 $ (' 6-1) $ 0 1-1 f I • ' 4 Concrete Removal (driveway) SY 51 $ 7. ' ° $ ` 5 -' 5 Sidewalk, 4" Depth _ SY 235 $ 4k • 3 %-- $ t D 0 1 • s 6 Driveways, 6" Depth SY 51 $ 2 • <_5 $ s. 5 ' 3 ' � 7 Concrete Curb Removal LF 15 $ $ VC-- `V 8 Erosion Control LS 1 $ c7)--`` 0 ' &V $ a `( ' " 9 Temp. Traffic Control LS 1 $ 1 CT ' 6 $ ( 7 ' 10 Excavation CY 30 $ ( ' 6- " $ 4- - �? ' 11 Remove & Replace Concrete Curb LF 34 $ (7 IV $ 6 i 1 v - sip 12 Concrete Curb LF 26 $ ( - 0-1 $ 3(c ' E I) 13 Total Base Bid $ / � 1 71 . 6< - - ) Alternate # 1 _ Type 3 (Modified) Curb Ramp -SE Corner of 14 Lewis Drive and Lee Avenue EA 1 $ 440‘. 6° $ 1 c C- LL 6 Ca --h-u , 1- c 7--/- eizztrn. Lc COMPANY NAME STREET ADDRESS .:10 ,'1 lL.;1 1 SIGNATURE b BID'TR P.O. BOX ,, l - D' -- 1 rte 0 Y e A f •, - JR 77 ,-. PRINT OR TYPE NAME CITY STATE ZIP n C 'c. Il :'�..�I r al; C,t.1 4-V C c7 6 o 1 j TITLE to 1 AREA CODE TELEPRONE NO. E -MAIL 1 FAX NUMBER Page 3 of 10 CONFLICT OF INT:ER.EST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by 11.13. 1491. 80' Leg.. Regular Session. "I'his questionnaire is being tiled in accordance with Chapter 176. Local Government Codc 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 oldie local governmental entity not later than the 7' business day alter the date thc person becomes aware of facts that require the statement to be tiled. See Section 176.006. Local ( iovernment Code. A person commits an offense if the person knowingly violates Section 176.006. l..ocal Government Code. An offense under this section is a Class C misdemeanor. I. 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 tiling 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.13. C, R: D) must be completed for each officer xvith whom the tiler has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Codc. Attach additional paces 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 13. Is the 'tiler of the questionnaire recei\ ine or likely to receive taxable income, other than investment income. from or at die direction of the local government officer named in this section AND thc taxable income is not received from the local governmental entity? Yes No C. Is the tiler 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 1 percent or more'? Yes r i No D. Describe each employment or business relationship with the local government officer named in this section. Signature of perso doin,_ business \s h the governmental entity Date —_ Page 5of10 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: V 1 hereby certify that 1 do not have outstanding debts with the City of Port Arthur. 1 further agree to pay succeeding debts as they become due. __ I hereby certify that 1 do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. 1 further agree to pay succeeding debts as they become due. 1 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. fr .,P CtS\A_ ccletkL4 6, I LA • (,,. 01-o `-(-- do ( 3 Firm Name Date -- i CI:VC/Ur : lA / 7 , Authot %i=d ig naf tire Tit kA+ Q1- 10gF -.A 4°1 6 16 o (L19 Name (please print) Telephone 1 L- L.. . Cwt - cv. ) r'L.. , k4A4'-0 • C- 'IA Email STATE: i q's?-S COUNTY: it - b. nI; SUBSCRIBED AND SWORN to before me by the above named ��1 _ -' ; n, + 1 , 1,/ on this the - .. day of w) {' y ,o:1 , !" - A d ' .. -- „ ., C �; Nota ' fuhtic' T �, CHRISTOPHER SCOTT 1 MEY id My Coinm i Edna ► L RN '. HIS AFFIDAVIT AS PART 01" THE BID PROPOSAL Page 4 0110 • to '` CITE` OF PORT ARTHUR. '11 \. =1S ADDENDUM NO. ONE (1) August 3 0, 2013 131d Proposal For: Construction of Handicap Ramps and Sidewalks on the West Side of Lee Avenue from IOl Street to Lewis Drive The following, clarifications. amendments, deletions. additions. revision and!or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shalt he incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements or the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOW1 1 DGI? S d1) PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: 1. Page 2 — 2.0 — Excavation Add the Following - a) Tree stump removal shall be subsidiary to Item 410 Excavation. b) Contractor shall make the 811 call and call the City Utility dispatch at (409) 983 -8550 prior to construction operations. 2. Page 2 — 3.0 — SidewaIks Add the Following a) Nitrogen gas tanks shall be relocated by AT&T befiire construction begins. 3. Page 2 — 4.0 -- Driveways Add the Following a) Contractor shall saw cut one foot (1') into concrete street per Driveway Standards. b) City will mark driveway construction limits. 4. Page 2 — 6.0 — Concrete Curb Add the Following a) Concrete curb placement shall be located at the hole between 11''' and I0"' Street connecting existing curb ends. 5. Page 2 --- 8.0 Add the Following a) Contractor shall barricade construction site area during non - working hours. Contractor shalt be allowed to work on weekends. End of Addendum if you have any questions, please contact the Purchasing 1)ivision at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNET) AND SUBMITTED WITH YOUR QUOTE. Shawna Tubbs. CPPO, C:PPB Purchasing Manager Signature I t Proposer Date • • CITY OF PORT ARTHUR, TEXAS =�. ADDENDUM NO. TWO (2) o .rt rtkur September 4, 2013 Bid Proposal For: Construction of Handicap Ramps and Sidewalks on the West Side of Lee Avenue from 10 Street to Lewis Drive The following clarifications, amendments, deletions, additions, revision and /or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN TIIE SUBMISSION OF T1-IEIR BID. Addendum as follows: Please remove Page 1 from the bid package and replace with the attached page. End of Addendum If you have any questions, please contact the Purchasing :Division at 409 NOTE: ALL PAGES OI? ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR QUOTE. Shawna Tubbs, CPPO, CgPPB Purchasing Manager , - --- �_ . ` � Signaturc of poser Date CITY OF PORT ARTHUR, TEXAS ADDENDUM NO. THREE (3) ort September 4, 2013 Bid Proposal For; Construction of Handicap Ramps and Sidewalks on the West Side of Lcc Avenue from 10 ' Street to Lewis Drive The following clarifications, amendments, deletions. additions. revision and/or modifications arc made a pail of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall he 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 1311). Addendum as follows: Please remove Page 3 from the bid package and replace with the attached page. End of Addendum If you have any questions, please contact the Purchasing Division at 409- 983 -5160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR QUOTE. 4,, Clifton Williams, CPPB Purchasing Manager r. Sianature`o 'roposer L !Date