Loading...
HomeMy WebLinkAboutPR 11613 HEALTH DEPT. FURNITURETO: FROM: SUBJECT: DATE: PUBLIC WORKS DEPARTMENT COUNCIL ACTION MEMO Steve Fitzgibbons, City Manager Leslie E. McMahen, P.E., Director of Public Works P.R. # 11613 December 20, 2001 RECOMMENDATION: It is recommended that the City Council approve Proposed Resolution No. 11613, authorizing the execution of a contract between the City of Port Arthur and SeTEX Construction Corporation of Beaumont, Texas for furniture & furnishings for the City of Port Arthur Health Department, in the contract amount of $79,000, funding being available in FY 2002 Capital Improvement Program Account No. 301-1601-591.82-00, ClP 170 and other accounts in which balances exist. BACKGROUND: Bids were advertised on November 18, 2001 and November 25, 2001. Eight (8) prospective bidders picked up/were mailed bid documents and four (4) bids were received and opened on December 17, 2001. The bids are as follows: GROUP SeTEX BOISE- HERNANDEZ AMERICAN CONSTRUCTION CASCADE SUPPLY SUPPLY 1 $49,892.54 $64,101.80 $63,132.47 $68,686.20 2 1,024.80 1,012.50 1,080.00 1,124.25 3 7,432.00 5,802.82 9,455.00 9,801.80 4 2,055.06 2,385.42 2,459.50 2,524.78 5 4,541.09 5,045.03 5,128.80 4,333.14 6 89.10 89.00 50.00 149.50 7(Installation) 13,965.41 6,700.00 6,440.00 8,950.00 TOTAL $79,000.00 $85,136.57 $87,745.77 $95,569.67 BID BOND Yes No No No STORAGE FEE $640 (one time) 75¢/SF/MO NONE $500/MONTH AFTER 30 DAYS APPROVED NONE REQUESTED FOUR (4) NONE REQUESTED TWO (2) ALTERNATES After reviewing the bids, it was recommended that the contract in the amount of $79,000 be awarded to SeTEX Construction Corporation of Beaumont, Texas as the best value to the City for the project. SeTEX was Iow bidder even before the next three (3) bidders were eliminated due to failure to include bid bonds with their bid. BUDGETARY/FISCAL EFFECT: Funds for the work were originally budgeted in the Capital Improvement Program, Account #301-1601-591.82-00, CIP 170, in the amount of $960,000, with an unencumbered balance of $576,404.11. Additional funding required for this project must be appropriated by action of the City Council. continued P.R. No. 11613 Page #2 EMPLOYEE/STAFF EFFECT: Acceptance of this recommendation will have no effect on staffing levels at this time. SUMMARY: It is r~=comme,~eea that the City Council approve Proposed Resolution No. 11613, authoriz~,.g the execution of a contract between the City of Port Adhur and SETEX Construction Corporation of Beaumont, Texas for furniture & furnishings for the City of Port Arthur Health Depadment, in the contract amount of $79,000, funding being available in FY 2002 Capital Improvement Program Account No. 301-1601-591.82-00, ClP 170 and other accounts in which balances exist. Leslie E. McMahen, P.E. Director of Public Works LEM/vkl c:\word~cams~ealthdept furnishings P.R. 11613 12/19/01 vkl RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT BETVVEEN THE CITY OF PORT ARTHUR AND SETEX CONSTRUCTION CORPORATION OF BEAUMONT, TEXAS FOR FURNITURE & FURNISHINGS FOR THE CITY OF PORT ARTHUR HEALTH FACILITY IN THE AMOUNT OF $79,000; FUNDING AVAILABLE IN FY 2002, ACCOUNT NO. 301- '1601-591.82-00, CIP 170 AND IN OTHER ACCOUNTS IN WHICH BALANCES EXIST. WHEREAS, on November 18, 2001 and November 25, 2001 the City advertised for the furniture and furnishings for the City of Port Arthur Health Department; and, WHEREAS, bids were received and opened on December 17, 2001 with four (4) bids being submitted; and, WHEREAS, SeTEX Construction Corporation of Beaumont, Texas, was determined to be the best value for the City of Port Adhur with a bid of $79,000 for Groups 1 - 7, a copy of their complete bid being attached hereto and made a part here of as Exhibit "A"; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT the Mayor and City Manager of the City of Port Arthur are hereby authorized and directed to execute on behalf of the City, a Contract between the City of Port Arthur and SeTEX Construction Corporation for furniture and fixtures for the City of Port Arthur Health Department, a copy of which is attached hereto and made a part hereof as Exhibit "B"; THAT said Contract is an exact duplicate of a standard form Contract previously P.R. No. 11613 Page #2 approved by the City Law Department except for the provisions as shown in the Certificate of Standard Form Contract, a copy of which is attached hereto and is hereby incorporated by reference as Exhibit "C"; and, THAT the above listed deletions and alterations or modifications shown in the Certificate of Standard Form Contract are hereby approved; and, THAT the total contract amount is $79,000 for Groups 1-7; and, THAT funding for the contract is provided for in FY 2002 Capital Improvement Program, Account No. 301-1601-591.82-00, CIP 170 which has an unencumbered balance of $576,404.11, and in other accounts in which balances exist; and, THAT a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this__ day of A.D., 2001, at a by the following vote: Ayes: Councilmembers Meeting of the City Council of the City of Port Arthur, Texas, Mayor: , Noes: Mayor P.R. No. 11613 Page #3 ATTEST: City Secretary APPROVED AS TO FORM: City' Attorney APPROVED FOR ADMINISTRATION: Steve Fitzgibbons City Manager Leslie E. McMahen, P.E. Director of Public Works APPROVED AS TO AVAILABILITY OF FUNDS: Rebecca Underhill Finance Director file c:\word\healthdeptfurnishings CITY OF PORT ARTHUR, TEXAS BID PROPOSAL BID OPENING DATE: December.~, 200I Exhibit "A" P.R. No. 11613 TO: City Secretary P.O. Box 1089 Port Arthnr, TX 77641 PROPOSAL FOR FURNISHl'NG:.Furnitore and Furnishin_osTor the Chv of Port Arthur Health ,, Department. Thc undersigned :SeTEX Construction Corp: doing business in the City/Town of Beaumont, Texas , having caref,ully read the General Conditions of'the Contract, and the applicable detailed sped fications governing the supplying, delivery and installation of,Fornitore and Furnishings for the above captioned project, submit herewith our proposal. V/e propose to supply and deliver all o£ the items desc~:ibed in thc detailed specifications f,or the following Groups: l. 2.3.4.5.6. and 7 all in strict accordance xvith the conditions of the contract, and the applicable detailed s ecifications P which are attached hereto dui>' signed and made apart hereof`, and at the prices as set forth in the said attachments, and within the deliver5' date therein given. Upon receipt o£notice of acceptance ofour bid, in ~vtlote or parts, we agree to execute tile contract within ten (I0) days after such notice. Once thc contract is executed, we will field verify ali dimensions, obstructions, locations, crc, with the City's builcling contractor to insure that hissxo~,-.' "' svil[ be in the proper locations f,or our items furnished herein. We agree to receive, inspect, install and adjust all furniture and/or i-i~rnishings on a sc,Scdule mutually agreed on between the Cit.'.', its building contractor and us. In event ora delay in the construction of the new Health Department, we agree to warehouse furniture and/or furnishings for a period not to exceed £orty-five (45) calendar days commencing on tile first da)' past the expected completion date based on the mutually agreed to schedule. If furniture and/or furnishings are stored beyond this d'~t;J owner shall be notified in s~q-iting a minimum often (10) days prior to the commencement date of additionaI storage charges. We agree to provide additional items of furniture and/or furnishings at tile same unk cost as stated the attached schedule. The equipment furrtisbcd shall be the latest improved model in current production, as offered to tile commercial trade, and shall be of the best quality '.vorMnansifip m~d material, and ail equipment shall be nexv. Any variation from these requirements are indicated on the bid and on a separate attachment to the bid using the EXCEPTION/APPROVED EQUAL REQUEST form. 26 FURNITURE & FURNISHINGS FOR GROUP 1 GROUP 2 GROUP 3 GROUP d GROUP 5 GROUP 6 GROUP 7 ALLSTEEL TENNSCO FIXTURES FURNITURE NON/BEVIS INDIANA DESK DROEMER INDUSTRIES INSTALLATION THE CITY OF FORT ARTHUR ttt~A~A~LiNiC P.A. No. ll§13 Spec SASE BID $ BASE BID SASE sis $...qq52.oO BASE BI0 $ SASE BID $ BASE BID $ 13,965.41 SPECIFICATIONS ON FLrp, NITUP. E AND EQUIPMENT GROUP 1 ALLSTEEL: : 64 ITEMS GROUP 2 TENNSCO: ! ITEM GROUP 3 FIXTURES: 3 ITEMS GROUP 4 HON/BEVIS: 3 ITEMS GROUP 5 INDIANA DESK: 11 ITEMS GROUP 6 DROEMER IND: ! ITEM GROUP 7 INSTALLATION: 1 ITEM STATE ADDITIONAL STORAGE CHARGE RATE: /day /month PROPOSAL FORM 41 FURNITURE AND ~TrR/qlSHINGS FOR THE CITY OF PORT ARTHUR fr~.~,~' CLINIc P.R. No. 11613 We have also read the Form of Contracts as set forth in the General Conditions, and if awarded the work covered by our proposal, are prepared enter promptly into contract with the City of Port Arthur in the form prescribed. (Seal, if bid by a corporation) Respectfully ubmluted, o° SeTEX Construction Corp. Official Name of Business P. O. Box 20678 Address Beaumont, Texas 77720-0678 City/State/Zip SeTEX Con~j~ction Corp. Comple~r//Name of Firm Bidding James R. Shell, President Telephone No. Date: Tzule 409-842-8181 December 17, 2001 We acknowledge receipt of the following Addendums: Addendum No. 1 dated November 28, 2001 Addendum No. 2 dated December 7, 2001 PROPOSAL FO.~: I ~2 Exhibit "A" P.R. No. 11613 ' TheStPaul ST. PAUL FIRE AI~D MARINE INSURANCE COMPANY St. Paul, Minnesota A Capital Stock Company BID BOND Approved by Thc American Institute of Architects, A. I. A. Docmncnt A 310 Feb. 1970 Edition KNOW ALL MEN BY THESE PRESENTS, that we SeTEX CONSTRUCTION CORP. as Principal, hereinafter called the Principal, and the ST. PAUL FIRE AND MAR1NE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Minnesota as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF PORT ARTHUR as Obligee, hereinafter callcd thc Obligee, in the sum of FIVE PER CENT OF THE GREATEST AMOUNT BID - Dollars ($ 5% GAB), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Health Clinic Furniture & Furnislfings for The City of Port Arthur NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt paymcnt of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contact and give such bond or bonds, if the Principal shall pay to thc Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for wish the Obligee may io good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 12m day of December A.D. 2001, (Witness) Lisa L. Braneff SeTEX,.,CONSTRUCTION CORP. pal) /~es R. Shell, PresidenT (Seal) (Title) ST. PAUL FIRE AND MARINE INSURANCE COMPANY J,~M. ~H~t, Attorney-in-Fact (Title) Power of AItorney No. 22336 Cc.,,ie,,,e No. O $ ,7 ii. 00 KNOW ^LL I~IEN BY TIII']SE PIIESENTS: Thai Seaboard Surely Compafly is a corporation duly org;mlzed trader die blws of lilt' Slate ill N~:W 'Yolk, slid Ihal J.F. Spence, Jr., Darlene Voss and Judy M. Dold of the City of_ Houston Texas __, ti c r In:c aud htwful Altomcy(s)-il -Ftch each b~ their separate capacity if more than one is named above, to sign ils name as surety to, and to execmc, sea] and acknowledge any and al bonds undertakings, contracts and otber written instruments in the nature thereof on behalf of the Companies in their business of guaraulecing the fidelity of pcrsons, guaranteeblg the S.Pa Mercnr hlsur, State of blaryland City of Bahimore Tbomas E. Huibr~glse, who acknowledged themselves Io be ~001 , before :ne, lhe undersigned officer, personally appeared Johu F. Pbimmy aud the Vice President and Assistant Secreta~. respectively, of Seaboard Surety Company, SI. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercu~ Insurance Company, United Stoles Fidelity and Guaraut7 Company, Fidelily and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters. Inc.; and that the seals affixed to In Witness Whereof, 1 bereunto SCl my hand and official seal. My Commission expires tile 13th day of July, 2002. 86203 Rev. 7-2000 Printed in U.S.A. IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: P O BOX 149104 AUSTIN, TX 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES: SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE. ATTACH THIS NOTICE TO YOUR POLICY: THIS NOTICE IS FOR .YOUR INFORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THE ATTACHED DOCUMENT. A~F1DA~IT Exhibit "A" P.R. NO. 11613 All pages in offer's bid proposal containing statements, letters, etc., shall be signed by a duly authorized officer or the company, whose signature is binding on the bid proposal. Thc undersigned offers and agrees to one of the following: xx I hereby certify that _I do not have outstanding debts with the City of:Port Arthur. Further, I agree to pay succeeding debts as they become due during th/s agreement. __ I hereby certify that I do have outstanding debts with thc City of Port Arthur and agree to pay said debts prior to execution of this agreement. __ I hcreby 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. N,~M.E OF OFFICER: James R. Shell TITLE:. President ADDRESS: P. O. Box 20678 CITY/STATE/ZEP: Beaumont, Texas 77720-0678 NUM~BER./~-842-8181 TELEPt IONE NLIMJ3 ER;,// SUBSC/R//~ED~ SWOR~q'~///to before me by the named__James R.__ Shell onthisthe '171~h dayof December ..,20_0'~ Notary Public in and for the State of' Texas % i~.~ 5~ ~ MY COMMISSION. EXPIRES I~TURN T]/IS AFFZDAVIT AS PART OF TIKE BI/) PRO:POSAL. 46 CITY OF POttT ARTtHJ~ INSTRUCTIONS TO B]gPDEII Exhibit "A" P.R. No. 11613 Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTFFICATION NUMBER as indicated below. REMIT PAYMENT TO: COiviP;~NY ADDILESS CITY/STATE SeTEX Construction Corp. P. O. Box 20678 SEND ~URCIIASE OILDER TO: Same CO~ANY ADDtlESS CITY/STATE TzLX IDENTIFICATION NUMBER Beaumont, Texas 77720-0678 76-0309789 47 Exhibit "B" P.R, No. 11613 COPIES OF EXHIBIT "B" ARE AVAILABLE FOR REVIEW IN THE CITY SECRETARY'S OFFICE Exhibit"C" (City 0f P0rt Arlhur} (Law Department) (Required Form) (07/08/88) (10/05/89) (03/15/90) (p. ;l Revised 09/18/90) CERTIFICATE OF STANDARD FORM CONTRACT FOR LAW DEPARTMENT REVIEW AND CITY COUNCIL AGENDA I certify that the contract (hereinafter called "said contract") affixed to the attached proposed City Council Resolution No. 11613 is an exact duplicate of an applicable standard form cootract (the title of which is shown below) previously approved by the Law Department and adopted as a standard form by City Council Resolution, except for the blanks that have been filled in with all necessary information and except for the changes described below. The title of the applicable standard form contract is: [ ] Federally Funded Construction Contract, Revised 01/05/88, 07/89, 08/89 [ ] Non-Federally Funded Construction Contract, Revised 01/05/88, 07/89, 08/89 [] Federal - Professional Services - Engineering Contract, Revised 01/05/88, 05/89, 07/89, 04/91 [1 Non-Federal - Professional Services - Engineerhag Contract, Revised 01/05/88, 05/89(§10), 07/89(§8) [1 CDBG - Professional Services - Engineering Contract, Revised 01/05/88, 05/89,§ 07/89§ [1 Federal - Professional Services - Non-Engineering (Consultan0 contract, Revised 01/05/88, 05/89(§10), 07/89(§8) [] Non-Federal - Professional Services - Non-Engineering (Consultant) Contract Revised 01/05/88, 05/89 (§10), 07/89(§8) [1 CDBG - Professional Services - Non-Engineering (Consultant) Contract, Revised 01/05/88, 05/89(§10), 07/89(§8) [X] Other Stm~dard Form Contract, described as follows: Non-Federal, Non-Professional, minor services contract The changes are as follows: Put an 'X' in the appropriate [ ]). [X'] None. [ ] The following described provisions at the indicated page, section, etc. of the standard form have been deleted from said contract: DELETIONS Section or Section or Page Nmnber Paragraph No. Subparagraph No. Where Deleted and Caption and Caption Provision is Which Contains Which Contains Found On Provision Deleted Provision Standard Form From Form From Form Description of Deleted Provision Deleted [ ] The following described provisions at the indicated page, section, etc. of the standard form have been altered, modified, replaced or ofl~erwise ctumged: Exlfibit "C ' ALTERATIONS, MODIFICATIONS, REPLACEMENTS, ETC. Sub § or Page No. § or § No. Sub § No. Where & Caption of & Caption Provision Standard of Standard Description Found On Form wlfich form wlfich of Provision Standard Contains contains in Standard Form Provision Provision Form Page, § & caption; sub § & caption, etc. of said contract wlfich contains altered, etc. provision; & Description of Alteration [1 ADDITIONS The following provisions have been added to Said Contract: Page, Section and Caption Subsection and Caption, etc. of said Contract Which Contedns /be Added Provision and Description Thereef NONE I further certify that said attached proposed City Council Resolution contains the following provision: 'That said contract is an exact duplicate of a City Standard Form Contract except for the clmnges described in the Certificate of Standard Form Contract, a copy of which is attached hereto as Exhibit "B" and is hereby incorporated by reference, and said clumges are hereby approved." I understand tlmt tiffs certificate will be relied on by tile Law Department in reviewing and approving (or rejecting) as to form and by the City Council in reviewing and adopting (or rejecting) said Resolution and Contract. Signedtlfisl~4.k dayof ~C_..~_*,,,,~tY__{I-. ,20 O1 Department Head or City Manager