HomeMy WebLinkAboutPR 20117: OPERATIONS VEHICLE (UNIT 4) ,, ,. 1
City of
14
API
ort
TE'.YGS
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: February 15, 2018
To: The Honorable Mayor and City Council
Through: Harvey Robinson, Interim City Manager
From: Larry D. Richard, Fire Chief
RE: PR 20117, Operations Vehicle (Unit 4)
Introduction:
The intent of this Agenda Item is to seek the City Council's approval of Proposed Resolution
20117 authorizing the purchase of one (1) 2018 Ram 1500 SSV Crew Cab Pickup for the Fire
Department's Training Division from Grapevine DCI, LLC of Grapevine, Texas in the amount
of$37,772.
Background:
This vehicle is used by the Operations Division and is assigned to the Training Battalion Chief.
This vehicle will replace equipment# (1865) a 2010 Ford Expedition with 100,000+miles on
it that was flooded during Hurricane Harvey. This vehicle was operational at the time of loss.
The Fire Department is requesting to replace an Expedition with a 1/2 ton crew cab pickup. The
truck as specified will be a ''/2 ton crew cab Special Service Vehicle including graphics,
emergency lights, and two way radio installations. TML insurance is expected to cover
$3,856.07 of the cost of this vehicle. In addition TML paid $6,187 on a claim for equipment#
1618 (2009 Expedition)that we will not replace. A FEMA claim will have to be filed for the
remainder of the cost.
Budget Impact:
Funds available in Hurricane Harvey Account No. 147-2300-901.92-00, Project 082617.
Recommendation:
The Fire Department recommends approval of this resolution.
"Remember,we are here to serve the Citizens of Port Arthur"
P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743
P.R. No. 20117
2/15/18 idr
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1)
2018 DODGE RAM 1500 SSV CREW CAB PICKUP FROM
GRAPEVINE DCI, LLC, OF GRAPEVINE, TEXAS, IN THE
AMOUNT OF $37 , 772 FOR THE FIRE DEPARTMENT' S TRAINING
DIVISION; FUNDING AVAILABLE IN HURRICANE HARVEY
ACCOUNT NO. 147-2300-901. 92-00, Project 082617
WHEREAS, the Fire Department' s Training Battalion
Chief' s vehicle was damaged and declared a total loss by Texas
Municipal League - Intergovernmental Risk Pool (TML-IRP) ; and
WHEREAS, TML-IRP has indicated that it will pay
$3 , 856 . 07 for the settlement of the claim; and
WHEREAS, the Purchasing Department advertised for sealed
bids on the listed vehicle; and
WHEREAS, the bids were received and opened on January
31, 2017; and
WHEREAS, Grapevine DCI, LLC was the lowest responsive bid
(see bid tabulation attached hereto as Exhibit "A" ) ; and
WHEREAS, a copy of the bid packet and bid are attached
hereto as Exhibit "B" ; and
WHEREAS, funds are available for this purchase in
Hurricane Harvey Account Number 147-2300-901 . 92-00, Project
082617 .
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF PORT ARTHUR:
Section 1. That the facts and opinions in the preamble
are true and correct .
Section 2 . That the City Council authorizes the purchase
of one (1) 2018 Dodge Ram 1500 SSV Crew Cab Pickup from
Grapevine DCI, LLC of Grapevine, Texas, in the amount of
$37, 772 for the Fire Department Training Division.
Section 3 . That a copy of the Resolution shall be spread
upon the Minutes of the City Council .
READ, ADOPTED AND APPROVED on this day of ,
A.D. , 2018 , at a Regular Meeting of the City Council of the
City of Port Arthur, Texas, by the following vote :
AYES:
Mayor: ,
Councilmembers : ,
NOES : .
Derrick Freeman, Mayor
ATTEST:
Sherri Bellard, City Secretary
APPROVED AS TO FORM:
Val Tizeno ,
City Attorney
APPROVED FOR ADMINISTRATION:
Harvey Robinson
Interim City Manager
Larry D Richard
Fire Chief
APPROVED AS TO AVAILABILITY OF FUNDS :
11
1)11
Andr"ew Vas q ez
Director of Finance
Clifton Williams
Purchasing Manager
EXHIBIT "A"
City of Port Arthur, Fleet Maintenance Division
Request for Vehicle/Equipment Justification Form
Requested By Department Division or Unit Agency Number Date of Request
2/14/18
Larry Richard Fire Operations Cost Center or Account Number Date Needed
ASAP
Classification of Request
[] Passenger Vehicle [x] Pickup or Truck [ ] Police Vehicle [ ] Operational Equipment [ ] Other
Will this be a [ ] New addition or a [x] Replacement
If a replacement unit(complete this section pertaining to existing unit):
Existing Make Existing Model Year Odometer/Hours
Ford Expedition 2010 90,000+Miles
Condition of unit In service LI yes Date Parked Salvage or Trade-In Value
Total Loss [x]no 9/1/17 Unknown
Can Unit be repair [J yes Repairs Needed Anticipated Cost of Repairs
[x]no Flooded NA
Is replacement essential to city operations [x]yes Have alternatives been considered Reason for request
[]no [x]yes no
How will this Unit be used: This unit will replace(1865)and used to by the Fire Department Training Chief The existing Expedition(1823)was flooded during Hurricane
Harvey Flooding and a TML claim is pending. We request to replace a SUV with a% ton extended cab pickup that will we more efficient use for the operations.
If a New Addition(complete this section):
Describe,in detail,the primary function for this vehicle/equipment.
Will the unit be used to[J add a new service to the city What is the primary benefit to the city for adding this unit How often will unit be used
Or[J expand an existing service
Does the city have comparable units [J yes if yes,number of units Condition of existing units
[Ino
Can the requested service be provided with the existing units Have alternative options been considered Are alternatives available
[]yes [Ino [)yes [Jno [J yes [J no
Are there consequences to not providing the service If yes, what are the not consequences
[I yes [Jno
Preferred Type of Vehicle:
Sedan (] Standard Gas FWD []Gas/Electric Hybrid FWD [ ] Natural Gas FWD [] Police Package RWD
SUV [] Compact AWD(Ford Escape []Intermediate AWD(Ford [ ]Carryall 4x4(Chev [] Police Package 4x4
size) Explorer size) Suburban size)
Vans [] 7 Passenger Mini [] 12 Passenger Full Size []Cargo Van: [] Mini [] 3/4 Ton [] 1 Ton
Pickup [ ]Compact [ ] 3/4 Ton []Standard Cab [x]Crew Cab [x] Short Box []4x2
[x] 1/2 Ton [ ] 1 Ton [] Extended Cab []Cab-Chassis [] Long Box [x]4x4
Truck
Tractor
Cost information:
Cost of Unit: If New Addition what is impact to operations
$37,772 including SSV Package,Emergency Lights, Graphics, Installation or Start Up Cost $
Console,Radio Installation. TML has paid$3,856.07 to settle this Personnel Cost $ number of new personnel needed
claim with additional damages pending. TML also paid$6,187 for Maintenance Cost $
Equipment,fe 1610(2007 Expedition)that was totaled but we Other $
n will not replace. Both vehicles were operational at time of loss. TOTAL $
What is the frequency of use(days/week)? How many miles is this vehicle estimated to travel What is the expected life of What is the expected Salvage
Daily 7 days a week, 24 each month? unit?4 years frontline,4 years value of this unit?
hours a day reserve. Unknown
How many employees will use this unit? 1 Are they trained on use and maintenance?[x]yes I Type of training offered?
[]no
REQUESTING AGENCY APPROVAL(AGENCY HEAD/DIRECTOR APPROVAL REQUIRED FOR SUV) -
Type or Print Name Title Signatu
Larry D. Richard Fire Chief //
MOTOR POOL USE ONLY
Vehicle License= Assignment Dale Date to Pending Manager Approva',
Form DRAFT 01 Rev.11/17/2016
Send to: City Manager,444 4th Street,Port Arthur,TX 77641
Phone:409-983-8101 Fax:409-982-6743
O o
o
L.,-, In
U o r a
.a z
VI a o
Ca
UI
X
•Q„ 0 0 o F"
G r0 c, (' `?
U o —
M
v 69 L
V
V ��i. V
CA G.
Cl.:
i w
E x O 3 3 (Y
-C _
O G ,� ,' C
- is U M Z I e5 V') V) el
5�.1 G ii 4..ses anO
Q .0 u U U C) r+
:. O U U G)
Q OC
i.r E- LTA C > ca
In U a.
a ko
C.) M = `
V �., cd
O O vy �c n
O
V OW . ''v;
F,? S9 U_ _-. ,_.
no' ` L
rI�
a.
G
,v
}O.' > —
C, 0 __
0 in
I` O C 0o,3
,---.
.ate __ 2
, 44 F.
Ile>>,rlie
EXHIBIT "B"
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Trucks for Fire
BID DUE DATE: January 31, 2018
DESCRIPTION COST MODEL NO. OF DAYS
TRUCK FOR FIRE $ I//O q 1-7 `d �c.w. tj oo S tD
TRUCK FOR FIRE $ 37, 7 2.0 l 8 l�a t co o -S-S V /Sb - rho
SUPPLYING EQUIVALENT ✓YES NO
STATE THE EQUIVALENTS
if 0444 ,S;cio_c Ska,,k 2s( 75-00
d ha (J 2-0 s foci( - :s %ao kers o., s
110 / /? c.r 36 972 So -20 demes
c (
COMPANY NAME STREET ADDRESS
SIGNATURE OF BIDDER P.O.BOX
PRINT OR TYPE NAME CITY STA'L`E ZIP
r'�e<r `E k o_--2 5 cf-i
TITLE AREA CODE TELEPHONE NO
c.,‘..--1/4-KA ow.aQ a) t•o-{3iz,a: .>4 c.7.,
EMAIL \ FAX NO.
Page 8 of 20
Cd
pci
DERRICK FREEMAN,MAYOR / BRIAN MCDOUGAL
CAL JONES.,MAYOR PRO TEM CITY MANAGER
_ 8ai1lY '-
COUNCIL MEMBERS: City of r.--- C1ry: SHERRI BELLARD,TRMC
I�} CITY SECRETARY
RAYMOND SCOTT JR. 0f ®�
THOMAS KINLAW
HAROLD DOUCET SR. %Vrt rth u �
WILLIE"BAE"LEWIS JR. VAL TJZENO
OSMAN SWATI Trxas CITY ATTORNEY
CHARLOTTE MOSES
KAPRINA RICHARDSON FRANK
JANUARY 16, 2018
INVITATION TO BID
TRUCKS FOR FIRE DEPARTMENT
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard
Time, Wednesday, January 31, 2018. (The clock located in the City Secretary's office willbe the official
time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, January 31, 2018 in the City Council
Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE: P18-031
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,4th Floor
PORT ARTHUR,TEXAS 77641 PORT ARTHUR,TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid should be directed in writin,i to:
City of Port Arthur,TX
Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641
clifton.williams(@,,portarthurtx.gov
Purchasing Division/Finance Department LActing Purchasing Manager,Clifton Williams,CPPB
P.O.Box 10891444 4th Street 1 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.
Cie-o;tfa).t, Gt9dA'ailts-
Clifton Williams, CPPB
Purchasing Manager
•
Page 2 of 20
INVITATION TO BID
TRUCKS FOR FIRE DEPARTMENT
(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 3 of 20
GP 'S
SPECIFICATIONS
TRUCK FOR FIRE MARSHALL
VEHICLE:
• CREW CAB
• V8 ENGINE
• 5.0 L
• AXLE DIFFERENTIAL
• 40-20-40 VINYL SEATS FRONT&REAR C(o r$w e° e� v ss‘ck
• RUBBER FLOOR
• 170 AMP ALTERNATOR -z..c.p •
-
• AUXILIARY BATTERY '-1 I-\
• RADIO WITH BLUETOOTH
• AIR CONDITIONING
• POWER LOCKS
• RED IN COLOR
• SHORT BED 5.75 S c
• AUTOMATIC TRANSMISSION
• POWER WINDOWS
• TILT
• CRUISE CONTROL
• POWER MIRRORS
• KEYLESS ENTRY
• BACK UP CAMERA
• REMOTE LOCKING TAILGATE
• 110-VOLT AC POWER OUTLET
• ASSIST BOARDS
• REAR STEP BUMPER(SHORT BOX)
• CHROME BUMPER APPEARANCE
• TRAILER TOW PACKAGE
WARRANTY:
• 5YR/100,000 MILES POWERTRAIN
LIGHTING:
ALTHOUGH CERTAIN NAME BRANDS ARE STATED,THE CITY WILL ACCEPT BRAND THAT
IS CONSIDERED EQUIVALENT. PLEASE SUBMIT INFO ON ANY EQUIVALENT ITEMS THAT
1S INCLUDED IN YOUR BID.
• SIDDONS#2402660
• LEGACY 55 R/W
• ROOF MOUNT
• CENCOM SAPPHIRE SIREN SYSTEM
• FRONT CONSOLE
• SPEAKER-BLACK PLASTIC
• SA315 MOUNT KIT UNIVERSAL
• FRONT GRILLE SPEAKER INSTALL
• ION LIGHT RED/WHITE
• 2-GRILLE-4R/B
• FULL SIZE CENTER CONSOLE
• UHF2150A HEADLIGHT FLASHER
Page 6 of 20
Cr ek-
• FRONT HEAD LIGHTS
• NMO KIT WITH CONNECTOR AND 25 RG58 CABLE
• ROOF MOUNT XTL 2500
• 800-866-PHANTOM BLACK ANTENNA
• 800 MHZ,AA CIGARETTE LIGHTER
• GRAPHICS OSD I-4 STRIPE—Z SHAPE—NFPA REAR CHEVRON
• SWING ARM WITH MOTION ADAPTER
• 8.5"HEAVY DUT TELESCOPING POLE
• SIDE MOUNT TO CONSOLE
• TONNEAU VOER JGT-RED
• DASH MOUNT RADIO INSTALL ONLY
• HAND HELD CHARGER XTS-2500—NWR
• INSTALL HH CHARGER REAR OF CONSOLE-HOT
• SURFACE MT MICRON R/W BLAKC
• MICRONS UNDER REAR TAIL GATE
• WHELEN LIGHT BAR STRAP KIT
• WIRE, LOOM FUSES
• BREAKERS,RELAYS
• HEAT SHRINK, (CUSTOMER SUPPLIED GETAC DOCKING STATION)
• VERTEX SUPER-LED LIGHT RED
• VERTEX REAR TAIL LIGHT
Page 7 of 20
• Date 1/23/2018
DEFENDER SUPPLY Ramon Goheen
ti Estimate ramon@dcfcndersupply.com1
By y
(817)946-7946
Bill To i:: Customer Contact
Grapevine Dodge-Port Arthur FD Customer Phone
Dennis Thomas Customer E-mail
Estimate#_:.. .,.. . 20685
RAM 1500 •
Description Location
2018 RAM 1500 Crew Cab(2nd Unit)
Whelen Legacy 54'Light Bar Package with Cencom Sapphire Siren,Siren Speaker,Speaker Bracket&Strap Kits.Light Bar
indudes Take Downs,Alleys and R/W/BIW Front Configuration with Red/Amber/Blue/Amber Rear Configuration.
Whelen IONTM Series LED,Red White Split Head with Universal Clip Mounts Front Grill
Whelan IONTM Series LED,Red/Blue Split Head with Universal Clip Mounts Grill
Full Size Center Console with File Extension,Arm Rest,Cuo Holders,Mic Clip Holders
Swing Arm w/Mction Adaptor
Side Mount to Console
Micron,Red/Clear Under Tail Gate
Whelen Universal Solid State Headlight Flasher Head Light Flasher
Two Way 800 MHZ Radio Antenna&Coax Cable
Design&Installaton of Graphics for Customer's Department
Whelen Vertex Hide-Away LED,Red In Brake Lights
Defender Supply Wiring Harness,Power Distribution Block and Battery Management System
Misc.Shop Supplies
Shipping of Above Emergency Parts for Upfit
Installation of Above Emergency Equipment
Labor to Install Cusotmer Supplied,Radio(XTL2500 2 pc)and assorted Chargers,Getac Computer Dock and Power supply
Vehicle and Emergency Equipment Total $9,725.00
Final sale amount may be subject to state and local sales tax. Quantity Ordered
PLEASE NOTE:Once this estimate has been approved,either by
signature on this form,written approval referencing the estimate
number or the issuance of purchase order,any changes or Total Vehicle Order Cost $9725.00
cancellations of parts made by the customer are subject to a 25%
restocking fee. Any addtional customer-requested parts/services will
be added to the total amount of the sale.
SIGNATURE
CITY OF PORT ARTHUR,TEXAS
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
I §
STATE OF TEXAS
By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation,
partnership or institution represented by the signatory or anyone acting for the firm bidding this project
has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and
Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made
to any competitor or any other person engaged in the same line of business, nor has the signatory or
anyone acting for the firm, corporation or institution submitting a bid committed any other act of
collusion related to the development and submission of this bid proposal.
Signature:
Printed Name: ' l�a o-7
Title:
Company:
c.,1 �Lc
Date: `
t �z4 _�e
SUBSCRIBED and sworn to before me by the above named on this the a*
day o jin„toz5- , 20 f J. n
fi
YVONNEPAGOMEZ Ni Public Ina d forth he
r4:44i,„,
NotaryDF131225538
� y ission ( St- a of Texas
.40, MCommJuly 27,201Expires
My commission expires:
Page 9 of 20
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.
G C-.Z �`C 1 -c4
Firm Name Date
Authorized`\Signature Title
Name(please print) Telephone
o r ;w C- Ltd
Email
STATE: I /4 YVONNEPAGOMEZ
Notary IO p131225538
COUNTY: l ° r' 7!! MyCommissionExpires
July 2 7.2027
SUBSCRIBED AND SWORN to before me by the above named
on this the 3L1 day ofj,s4,12i1.0 , 20 10 S .
`€f_ U Q 4• G�ie�J
of ry Public
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 10 of 20
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor 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 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An
offense under this section is a misdemeanor.
?I Name of vendor who has a business relationship with local governmental entity.
C S l
zJ �l
heck 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 the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed,
1.1
ante of Officer •
LI Describe each employment or other business relationship with the local government officer, or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
Yes n No
Describe each employment or business relationship thatthe vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
LI
Check this box if the vendor has given the local government officer or afamily member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
Signature of vendor doin business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs'LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-a):"Business relationship'means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or tee regulation by a federal,stale,or local governmental entity or an
agency of a federal,state,or local governmental entity:
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
01.
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds$2500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entityand vendor has been executed:
or
(ii) the local governmental entity is considering entering into a contract with the
vendor:
(B) has given to the local government officer or a family memberot the officer one or more gills
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed;or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code Q 176.006(a)and(a-1)
(a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer a1 that local
governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A):
(2) has given a local government officer of that local governmental entity,or a family member of the
officer,one cr more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any
gift described by Section 176.003(a-1);or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity;or
(9.) submits to the local governmental entity an application,response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity;or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer,or a
lamily member of the officer,described by Subsection(a);
(B) that the vendor has given one or more gifts described by Subsection(a);or
(C) of a family relationship with a local government officer.
Ferro provided by Texas Ethics Commission www.othIcs.state.tx.us Ravisnd 11130 2015
Page 12 of 20
House Bill 89 Verification
I, s. (Person name), the undersigned representative
(hereafter referred to as "Representative") of s
1
(company or business
name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years
of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following:
1. That Representative is authorized to execute this verification on behalf of Business Entity;
2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any
contract that will be entered into between Business Entity and the City of Port Arthur; and
3. That Representative understands that the term "boycott Israel" is defined by Texas
Government Code Section 2270.001 to mean refusing to deal with, terminating business activities
with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit
commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an
Israeli-controlled territory, but does not include an action made for ordinary business purposes.
SIGNATURE OF REPRESENTATIVE
31
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this day
of <_ JAY , 20
Nota ublic
ONP A NotaryIDyVNE=13122538GOMEz y�
-r My Commission Expires
July 27,2021
Page 13 of 20
SB 252
CHAPTER 2252 CERTIFICATION
0 0.4 , the undersigned n
representative of Ct-d
(Compan4 or Business Name)
being an adult over the age of eighteen (18) years of age, pursuant to Texas
Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that
the company named above is not listed on the website of the Comptroller of the State
of Texas concerning the listing of companies that are identified under Section 806.051,
Section 807.051 or Section 2253.153. I further certify that should the above-named
company enter into a contract that is on said listing of companies on the website of the
Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign
Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing
Department.
Name of Company Representative (Print)
Signature of Company Representative
Date
Page 14 of 20
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
exceptions)/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.
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.
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
Page 15 of 20
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.
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. :Fire 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 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
Page 16 of 20
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 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.
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
Page 17 of 20
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$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.
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 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.
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.
Page 18 of 20
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.
INDEMNIFICATION: The CONTRACTOR shall defend, indemnify, and hold harmless the OWNER and
the Engineer and their respective officers, agents, and employees, from and against all damages, claims, losses,
demands, suits, judgments, and costs, including reasonable attorney's fees and expenses arising out of or
resulting from the performance of the work, provided that any such damages, claim, loss, demand, suit,
judgment, cost or expense:
Is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property
(other than the work itself) including the loss of use resulting there from.
Is caused in whole or in part by any negligent act or omission of the CONTRACTOR, or Subcontractor, anyone
directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable,
regardless of whether or not it is caused in part by a party indemnified hereunder.
The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the Engineer, his
agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change
Orders, designs or Specifications, or the giving of or the failure to give directions or instructions by the
Engineer, his agents or employees, provided such giving or failure to give is the primary cause of the injury or
damage.
DELAYS: The CONTRACTOR shall receive no compensation for delays or hindrances to the work, except
when direct and unavoidable extra cost to the CONTRACTOR is caused by the failure of the CITY to provide
information or material, if any, which is to be furnished by the CITY. When such extra compensation is
claimed, a written statement thereof shall be presented by the CONTRACTOR to the Engineer and, if by him
found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the
action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the
Engineers to stop work, of by the performance of extra work, or by the failure of the CITY to provide material
or necessary instructions for carrying on the work, then such delay will entitle the CONTRACTOR to an
equivalent extension of time, his application for which shall, however, be subject to the approval of the City
Council; and no such extension of time shall release the CONTRACTOR or the Surety on his performance bond
from all his obligations hereunder which shall remain in full force until the discharge of the Contract.
MAINTENANCE OF WORK: After approval of final payment and prior to expiration of one (1) year after
date of Substantial Completion or such longer period as may be prescribed by law or by any applicable special
guarantee required by the Contract Documents, any work is found to be defective, CONTRACTOR shall
promptly, without cost to OWNER and in accordance with the OWNER'S written instructions, correct such
defective work. If CONTRACTOR does not promptly comply with such instructions, OWNER may have such
defective work corrected and all direct and indirect costs of such removal and replacement, including
compensation for additional professional services, shall be paid by CONTRACTOR.
ANTITRUST: CONTRACTOR hereby assigns to OWNER any and all claims for overcharges associated with
this Contract which arise under the anti-trust laws of the United States, 15 U.S.C.A. Sec. 1, et seq. (1973).
DELAY, DISRUPTION OR OTHER CLAIMS: Any claim by the CONTRACTOR for delay, disruption or
any other claim shall be based on a written notice delivered to the CITY and to the ENGINEER promptly (but
in no case later than ten (10) calendar days) after the occurrence of the event giving rise to the claim and stating
the general nature of the claim. Within ten (10) calendar days of delivering said notice, the CONTRACTOR
shall deliver to the CITY and to the ENGINEER notice of the amount of the claim and specific and detailed
support documentation and data on the impact claimed. Further, the CONTRACTOR shall furnish on a
continuing basis all of the documents that in any way are purported to support the damages, costs, expenses and
Page 19 of 20
r _
I
impact of the claim event. The CONTRACTOR'S failure to fully comply with any of these requirements with
respect to any claim shall constitute a complete and final waiver of said claim.
MUTUAL RESPONSIBILITY OF CONTRACTOR'S: If, through acts of neglect on the part of the
CONTRACTOR, any other CONTRACTOR or any Subcontractor shall suffer loss or damage on the work, the
CONTRACTOR agrees to settle with such other CONTRACTOR or Subcontractor by agreement or arbitration
if such other CONTRACTOR Subcontractor will so settle. If such other CONTRACTOR or Subcontractor
shall assert any claim against the OWNER on account of any damage alleged to have been sustained, the
OWNER shall notify the CONTRACTOR, who shall indemnify and safe harmless the OWNER against any
such claim.
SB 252 AND HB 89: Contract must the requirements of these bills. Contractor will have to sign agreement
before NTP or PO are generated.
Page 20 of 20.