HomeMy WebLinkAboutPR 20688: HAULING MATERIALS TO LANDFILL City of
f-t
r t h u texas
INTEROFFICE MEMORANDUM
Public Works Department — Administrative Division
Date: February 11, 2019
To: The Honorable Mayor and City Council
Through: Harvey Robinson, Interim City Manager
From: Hani Tohme, Director of Public Services
RE: P. R. 20688—Hauling Materials to Landfill
Introduction:
Approval of Proposed Resolution No. 20688 authorizing a contract with Gulf Coast Circle
Ent., LLC. of Port Arthur, Texas and Lake City Trucking of Lake Charles, Louisiana for
hauling clay materials to the Landfill. To acquire sufficient funds a budget amendment to add
$300,000.00 to the Landfill Construction Account number 403-1274-533.59.02 has been
requested and to be executed March 19, 2019.
Background:
The City entered into a the third and final year of an agreement for excavating and hauling of
materials to the landfill on September 25, 2018. These contractors could not perform the
hauling portion of the contract and are in default of their contract. The City intends to pursue
legal recourse to recover its additional costs. Failure of clay to be delivered to the landfill can
jeopardize the landfill's permit to operate as a landfill. Staff has determined it necessary to
seek a hauling only contract. See also attached Emergency Hauling Memorandum attached.
Three bids were reviewed. The contractor is not guaranteed any minimum amount of work
under this contract.
Budget Impact:
All the required funds are not yet available in the Public Works Landfill—Landfill
Construction Account No. 403-1274-533.59-02. To acquire sufficient funds a budget
amendment has been requested and to be executed on March 19, 2019.
"The vocation of Public Works is to serve the Public"
Recommendation:
It is recommended that City Council authorize the City Manager to approve P. R. 20688, as
discussed and/or outlined above.
"The vocation of Public Works is to serve the Public"
INTEROFFICE MEMORANDUM
Date: March 14, 2019
To: Harvey Robinson, Interim City Manager
From: Alberto Elefano, City Engineer
RE: Budget Amendment needed for Clay in the City of Port Arthur Landfill for
three months
3000 CY of clay per week for three months. Starting from March 4 to May 27, 2019.
Which breaks down to 12 weeks.
3000 x 12 =36,000 CY needed for three months.
The price of clay to be picked up is $3.23/CY. 36.000 x 3.23 = $116,280.00
Contracted Dirt to be hauled is 36,000 CY x $5.72/CY = $205,920.00
Budget:
Budget needed is Dirt Material+Hauling=
$116,280+ $205,920 =$322,200
Unencumbered remaining in the budget is 148,000
S322,200-$148,000 = $174,200
A cushion of S125,800.00 for contingencies
$174,200 +$125,800 = $300,000
City of ,° \ 1
()II rlf -.r `�
Texas
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: March 14, 2019
To: Harvey Robinson, Interim City Manager
From: Alberto Elefano, City Engineer
RE: Emergency Hauling of Clay to the City of Port Arthur Landfill
The City of Port Arthur entered into the third and final year of an agreement with J.M.
Kaufman, Redwine Enterprises and Mid County, Ltd. of Port Arthur, Texas and Ross Ridge
Sand Company, LP of Vidor, Texas for excavating and hauling of materials to the landfill on
September 25th 2018. The contractors could not perform the hauling portion of their contract.
The legal department of Port Arthur is examining legal recourse towards the contractors.
For clay materials, Kaufman and Redwine are the two contractors able to provide clay
at $3.23/CY to be collected from their location. The landfill needs 3000 CY per week of clay
to be delivered to the landfill to cover the solid waste materials in the landfill. The cost to pick
up 3000 CY of dirt per week is $9,690.00. It is imperative for the landfill to get clay to cover
the solid wastes of Port Arthur. The landfill produces foul smells if not covered up with clay.
Without the clay the landfill can pollute the surrounding air and can seriously affect the health
of humans, wildlife and our environment. The Texas Commission on Environmental Quality
(TCEQ) is monitoring the landfill's treatment of the solid waste. Failure of clay to be
delivered to the landfill can jeopardize the landfill's permit to operate as a landfill. In house
crew of four employees and equipment(4 Trucks) from the Drainage Division, Street Division
and Landfill Division has been used to collect and deliver the clay to the landfill from Monday
to Friday for three to four hours a day after they have performed their regular duties. Plus,
these crews would work Saturdays for 8 to 10 hours to deliver clay to the landfill. The city
cost for overtime and equipment use is $10,700.00 per week. It is important to note that in
house crew was only able to deliver 1600 CY per week to the landfill. 1400 CY is still needed.
To bring the correct amount of clay to the landfill,the in house crew of four must be doubled
to eight employees and trucks which the city does not have. To budget for a hauling crew that
can haul 3000 CY of clay to the landfill during a work week, the city will need four Tandem
Dump Trucks and an additional four employees to drive the dump trucks. A new Tandem
"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
,,
Ciro of
41
nrr rthu ^
Texas
www.PortArthurTx.gov
Dump Truck will cost $126,429.00 per truck. Employees will roughly earn $25 an hour to
drive the dump trucks. The cost of four new dump trucks is $505,716.00. And the cost of four
new employees is $4,000.00 per week. If the city were to invest in a hauling crew this fiscal
year it will cost$621,716.00. Investing on new dump trucks and employees will eventually
pay for itself and needs to be carefully considered in the next budget year. But the landfill
needs clay now and without it the city can lose the use of its landfill. In conclusion, the
landfill is an essential service that the city provides for the citizens of Port Arthur and to
continue to function must receive clay every day.
Three bids were received for hauling clay. Gulf Coast Circle Enterprise, LLC of Port
Arthur, Texas and Lake City Trucking of Lake Charles, Louisiana were the two most
responsible bids. The City will use Gulf Coast Circle as the primary hauler at$4.50/CY and
Lake City Trucking as the secondary at$6.94/CY. On average of the two bidders the cost will
be $5.72/CY. Calculating weekly expense, it is $5.72/CY x 3000 CY= $17,160.00 per week.
The City expects to receive a significant donation of dirt within the next three months. So, we
are requesting to amend the budget for the landfill to last three months. Which calculates to 12
weeks X $17,160 equals $205,920.00 for haul the clay to the landfill.
The landfill budget account will need enough funds to pay for the price of clay and to
haul it. $9,690 x 12 weeks for clay is $116,280.00 added to $205,920.00 to haul which brings
the total remaining budget increase request in the landfill to be $322,200.00
There is an unencumbered amount remaining in the budget of$148,000.00. $322,200
minus $148,000 leaves $174,200.00 needed. But contingencies must be added to the
amendment. $125,800 contingency should be sufficient for three months. Bringing the total to
$300,000 to be added to the Landfill Construction Account No. 403-1274-533.59-02 for
buying and hauling dirt to the landfill in three months. We are requesting approval to proceed
with an emergency hauling of clay to the landfill until a contract is presented to City Council
on March 26, 2019 along with a budget amendment to purchase and haul clay to the landfill.
Clay is a necessary for the conti ed operation and maintenance of the City's waste
management system.
APPROVED:
ey Robinson
Interim City Manager
cc: Clifton Williams, Purchasing Manager
"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. 20688
2/11/19 - aw
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONTRACT WITH GULF COAST FULL CIRCLE
ENT., LLC OF PORT ARTHUR, TEXAS, AND JAMES G
GOBERT INC. DBA LAKE CITY TRUCKING OF LAKE
CHARLES, LOUISIANA, FOR THE HAULING OF MATERIALS
TO THE LANDFILL WITH A PROJECTED BUDGETARY
IMPACT OF $205,920.00 FOR THREE MONTHS. PUBLIC
WORKS DEPARTMENT LANDFILL DIVISION — LANDFILL
CONSTRUCTION ACCOUNT NO. 403-1274-533.59-02 -
PENDING BUDGET AMENDMENT
WHEREAS, the City requires the services of a contractor to provide hauling of materials
to the Landfill; and,
WHEREAS, three bids were received and opened on January 30, 2019, for the above
referenced service and have been evaluated by Public Works and Purchasing as shown in the Bid
Tabulation attached as Exhibit"A"; 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; and,
THAT, the City Manager is hereby authorized to execute a one year non-exclusive
contract for hauling materials for the Landfill with Gulf Coast Full Circle Ent., LLC of Port
Arthur, Texas, in substantially the same form as attached hereto as Exhibit "B", and James G
Golbert Inc. dba Lake City Trucking of Lake Charles, Louisiana, in substantially the same form
as attached hereto as Exhibit "C", with a projected budgetary impact in the amount of$205,920;
and,
THAT, for the Port Arthur Landfill to function for three months, clay material must be
acquired then hauled to the landfill for a projected budgetary impact of$322,200.00; and,
P. R. 20688
2/11/19 - aw
THAT, $148,000.00 is available in the Public Works Department Landfill Division —
Landfill Construction Account No. 403-1274-533.59-02, therefore a budget amendment in the
amount of$300,000 is required; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City
Council.
READ, ADOPTED,AND APPROVED this the day of March, A.D. 2019 at a
Special Meeting of the City of Port Arthur, Texas by the following vote:
AYES: Mayor:
Councilmembers:
NOES:
Derrick Ford Freeman, Mayor
ATTEST:
Sherri Bellard
City Secretary
APPROVED AS TO FORM:
Valecia Tizeno
City Attorney
P. R. 20688
• 2/11/19 - aw
APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY
OF UNDS:
Harvey Robinson Rebecca Underhill
Interim City Manager • cting Director of Finance 9 67.5-/
/ - •/ • /'
, ,, . WY,2.,oi 9/4
i
Hani Tohme, P.E. Clifton Williams
Director of Public Works Purchasing Manager
P. R. 20688
2/11/19 - aw
Exhibit A
0
1(...
0c. c CD '2.=4 c n x CI
n C r► C 't .0 . . 9
`� S O O C , ,! t • . 0
, ;
:1-. 2....tir-_.___
m imOi
Cid IQ e�rD 0�Q �.
0 4 A 0 e. M < ¢ 1
Q.CD 42.
AD 0, a D "1 E. G, ft,
X O
C e 9 O. C ..
Oa C
O! .0C a .•►.f
S
S (4 Nr eo -s
A 5-
E •-15S
CIO0
• k �'S y
cl.
co
cnr
`° a `f' _ c arc O
n > o 1:1
z- � r �
xP Om- c rt" O D m ci,
a X '� d arca a.
cro m. co to
cra
—
o d O N r.j �� c C
? _ r_T.
o � e, x r
AD C AD
z....3 p a -, O z d
N �= C eytA co v• .C�. d AD s W il
rniir 0 0 o LA t'' 0 CD Il 0
(0 v, n O Tz
c-3 -, BteoX 0 a. a
CM n 0. ^ c
• CD ..1
9 P:
0
.0 -0 O n
O
b4
Cy- o Q n o n
sr= O ..< rD
,3 -3 os. Cii
X X O 0
`C1
r
n
P. R. 20688
2/11/19 - aw
Exhibit B
P. R. 20688
2/11/19 - aw
CONTRACT FOR HAULING MATERIALS TO LANDFILL
THIS AGREEMENT, made this the of , 2019, 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 Gulf Coast Full Circle Ent., 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 term of this Agreement shall be for one (1) year from the date stated on the Notice to
Proceed, unless sooner terminated under the provision hereof. The City can terminate
this contract at its convenience which includes, but is not limited to, funding not being
available in any budget cycle within fifteen (15) days written notice.
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 his own expense all
of the materials, supplies,tools, equipment, labor, and other services necessary to
connection therewith, excepting those supplies specifically not required on
CONTRACTOR in the Specifications.
4. The CONTRACTOR agrees to supply the materials described in the specifications and
contract documents at the unit prices shown in the attached bid, and will be primary or
secondary vendor as indicated.
5. This is not an exclusive contract, and the City reserves the right to purchase those
materials from any of the vendors awarded this contract based firstly, on price and
secondly, on availability, according to the needs of the City.
6. The term "Contract Documents" means and includes the following:
1) Agreement
2) Invitation to Bid
3) General Information
4) Specifications
5) Bid
6) Bidder's Information Sheet
7. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns.
P. R. 20688
2/11/19 - aw
8. IN WITNESS WHEREOF, the parties here to have executed, or caused to be executed by
their duly authorized officials, this Agreement in two (2) copies, each of which shall be
deemed an original of the date first written above.
OWNER CONTRACTOR
CITY OF PORT ARTHUR GULF COAST FULL CIRCLE
ENT., LLC
BY: BY:
Harvey Robinson
Interim City Manager Print Name:
Title:
ATTEST: WITNESSED:
Print Name: Print Name:
Title: Title:
DERRICK FORD FREEMAN,MAYOR • HARVEY ROBINSON
THOMAS J.KINLAW IH,MAYOR PRO TEM City of - INTERIM CITY MANAGER
COUNCIL MEMBERS: SHERRI BELLARD,TRMC
RAYMOND SCOTT,JR. ort rt h u _ CITY SECRETARY
CAL J.JONES
HAROLD DOUCET,SR. Texas VAL TIZENO
CHARLOTTE MOSES CITY ATTORNEY
KAPRINA FRANK
JANUARY 15, 2019
INVITATION TO BID
HAULING TO THE CITY LANDFILL
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard
Time, Wednesday, January 30, 2019. (The clock located in the City Secretary's office will be the official
time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, January 30,2019 in the City Council
Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE: P19-025
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 writing to:
City of Port Arthur, TX
Clifton Williams,Purchasing Manager
P.O. Box 1089
Port Arthur,TX 77641
clifton.williamsaportarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I 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.
Clitem. GtAlizi'amter-,
Clifton Williams, CPPB
Purchasing Manager
Page 2 of 16
INVITATION TO BID
HAULING TO THE CITY LANDFILL
(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 16
SPECIFICATIONS FOR
HAULING OF CLAY
1. Bidder shall provide services to the City on an AS-NEEDED basis at the rates stated on bid.
2. Bidder shall supply all necessary equipment complete with operators, and inclusive of all fuel,
maintenance and all other charges.
3. If the awarded contractor is unable to meet the City's required delivery schedule, depending on urgency
of need,the City reserves the right to use an alternate vendor.
4. The City reserves the right to use its own trucks for hauling materials when it is advantageous to the
City.
5. Dump trucks provided by Bidder shall not be less than 12 cubic yard capacity. Trailers loaded with clay
and hauled behind a loaded 12 or more cubic yard truck (pup trailers) are acceptable. The vendor is
responsible for determining the correct axle to weight ratio allowed by the Texas Department of
Transportation.
6. Estimated 800 cy of clay daily the Landfill. Monday—Friday.
7. Clay materials from the pits below will be hauled to the City's landfill on Highway 73 west of Taylor's
Bayou.
CONTRACTOR FOR CLAY PRIMARY BORROW PIT SECONDARY BORROW PIT
MID COUNTY LAND COMPANY 8700 INDUSTRIAL CIRCLE 7882 HWY 365
PORT ARTHUR, TX 77640 BEAUMONT, TX 7705
JM KAUFMAN DD7 PIT ON HWY 73 2060 HWY 73
8. This contract shall be one year. The City may renew this contract for a period of one additional year for
the next two years at the original bid amount. Prices quoted for the first year of the contract shall be
firm, and shall be indexed for the next two (2) years using the Consumer Price Index category
"Transportation". It will be necessary for the City to secure a letter from the vendor agreeing to renew
the award for each additional year.
Pagc 4 of 16
•
CITY OF PORT ARTHUR,TEXAS
BID SHEET
BID FOR: Hauling to the Landfill
BID DUE DATE: January 30,2019
A. HAULING OF MATERIALS FULL LOAD
Clay $ 4,5Z5 CY
Equipment and drivers/operators will be made available -( hours or 5- days after receipt of request for
hauling services.
B. HOURLY CHARGE FOR WAITING TIME FOR PICK-UP OR DELIVERY
First 30 minutes after arrival will be at no charge if truck is loaded or unloaded within that time period. If the
truck is not loaded or unloaded within the first 30 minutes of arrival at plant or jobsite, waiting will be paid
from time of arrival, the first 30 minutes waiting time being charged at $6.1 /hr. and waiting time thereafter
being charged at the same rate in 15 minute increments. /�,
LOCATION OF HAULING EQUIPMENT: et�d L../1 IJ r im e re, 'a RT t'Krl PL
C J-Prx -- (i reie &t, LLC ,4403
COMPANY NAME STREET ADDRESS
(L '
/ 4/(7 -
SIGNATURE IF BID'. ' P.O.BOX
j i Ce lam!41E-V6512; r) PDe � �X 776PL
P OR TYPE NCITY STATE' ZIP
1/011P t- /1Y)01 e r (74517k _/ �1
TITLEJ AREA ODE TELEPHONE NO.
Ad&L,1-BIZ 631(16/ear)
E FAX NO.
Page 5 of 16
CITY OF PORT ARTHUR,TEXAS
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
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 de -lopment and su missi. of this bid proposal.
Signature- kat) I
Printed Name: hic_e_ Li od s -WQ sL o t)
Title:
603 I e-r 1 rt Cd Cr
Company: -1{ CtOlja fsC e. 11 j >LL
Date: 1,0 1 /9
zziASUBS RIBED and sworn to before me by the above namedA/ W r this the 2V----h
day of , 20 ie1 .
drA
_ Notary P •lic in and for the
"1 ., Becky Ann Cormier State of Texas
Notary Public,State cf Tenn
,74f ID 0 12503022.3
My Com Exc a1-16-2021 My commission expires: I f
Page 6of16
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.
Thedersigned offers and agrees to one of the following:
otpt)
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.
071.11 eoa&!- PPI 1[ C t rGv
Ert-i.eriorisesle� lido
Firm Name Ot14
Date
Via)OV
i/tAZI61,4-f CLIWA)
Authorized ignature Title ililaiktifki
IIi Ids — Vl4s1 i n 6-id , —/60
Name(please print) Telephone
f—tiruh i A 6/ ahoo,com
Email
STATE: 1 QA(,a.S
COUNTY: Q ,(
SUBSCRIBED AND SWORN to before me by the above named ,A ) (gip , L•L . Y U c�Li i f�
on this the 29 -1-h day of�Giliti A(}�( ,2U i q .
(-)____________„
, 1 .I
Notary ' die
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
et::nbeN Becky Ann Cormier
* = Naryp Pt50S022t-
a,::,- 3T
®ms
My Com Exo 01-16-2021
Page 7 of 16
•
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by li.B_ 2 ,84tli Leg., 67teguter Sesser OFFICE USE ONLY
This questionnaire is being flied Jn accordance nith Chapt 176,Loaid Gwerrmant Come,by a vendor who late Rocnived
has a business relationstap as&Fined by Sewn 176.001(1-a) with a !oral gave vnental entity and the
vendor meets requirements ender
law this quas5oraease must ba Sad with dna rerrarfs actlinisbutps of tai Icr:211 govern-am-3a!a-61y not€'e
than the 7th busness day after the date the vendor becomes aware of facts that require the statement to be
fried See Section 176.006(a_1 t.aca4 Government Code.
A vendor commits an offense 1 the vendor violates Seen 176.0 S.ire-Gomarr meat Code_An
offense ender this secini s a rrisderneanor
J tare of vendor who hasa business relationship with local governmental entity.
!v �
• nChedt this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
corrpleted questionnaire wth the appmpnale filing at :ty nal tater than the 7th bus3iess day after the date on which
you became aware that the or4ira~g fifed questi ainare irrasit om fete or gate.)
J Name of local government officer abut whom the information is being dfisdosed.
1V
Name cif Officer
.J Descri}se 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)(2XA). 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 focal gcwremrnem officer or a farcy member of the officer receitfing or fceiy to receive taxable income,
other than investment ktcoim., from the vendor?
Yes �No
B. Is the vend=recesvmg ed licefy to rec-e;ve taut&tee,other than testment .tcome,from or at the&`.rection
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
n Yeso
- Describe each employment or business relationship that the 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.
flCheck this box if 1 vendor has gen the beat government officer or a family member of the officer one or mare gifts
` t as deserted in Section 176.oa3(a.)(2}(3), excluding grits deserted g1 Section 176.003(a-1).
zj
Signaaue of vendor doing bus less with the aovernmenta1 entity 111 VVV Data
Form provided by Texas Etkos Carr. shin vmv.etaics state.tat.us Revised 11/3022'2015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code may be found at http-/'www statutes legis state tx us/
Doc sILwhtrn,LG 176.htm.For easy reference.below are some of the sections cited on this form
Local Government Coda;176.001(1-a):'Business relationship'means a connection between two or more parties
based on commercial activity of one of the parties. The tttmr does not include a connection based on
(A) a transaction that is subject to rate or fee regulation by a federal.state.or local governmental entity or an
agency of a federal.state,or local governmental entity.
(B) a transaction conducted at a price and subfect 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 Codes 176_003(a)(2HA)and(B):
(a) A total government°f xer shall tile a contacts disclosure statement with respect to a vendor it
(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 Me officer or family member receiving taxable
income. other than investment income that exceeds$2.500 during the 12-month period
preceding the date that 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
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the t 2-month period precedng the dale 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§176.006(a)and(a-11
(a) A vendor shall tide 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 of 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 or 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
(B) submits to the total 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 of other business relationship with a local government officer,or a
family 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
Form provided by Texas Ettres Commtsswn ewn ethics state t.us RavIYid i i 30 2015
Page 9 of 16
House Bill 89 Verification
I, 411 Ce fell nd 5ey- tis 1 t ?�t'1 (Person name), the undersigned representative
`
(hereafter referred to as "Representative") of e-titc C061 FLU �1rd Err!'
) !�
(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.
au) l tI l)L_-)
SIGNATURE •F REP,SENTATIVE
SUBSCRIBED AND SWO N TO BEFORE ME, the undersigned authority, on this 2� day
C,E
of . .nt,oc,�r , , 20 (1.
,.��:����°4 Becky Ann Cormier
• ` Notary Public,State o1 Texas Notary Publi
v. € IO# 12503022-3
;n or �• My Com Exa01-16-2021
Page 10 of 16
SB 252
CHAPTER 2252 CERTIFICATION
1, a:C..r(. i I I .l / , the undersigned n
representative of _ i `rath . / OfiL) ��r✓
(Company or Business Nam )
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. l 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.
Wa4 ;O -60
Name of Com Represent t'
Company Y P a (Print)
aket)
Signature of Corn•/ny Represen tive
/701_0/8
Date
Page 11 of 16
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.
Excluding Federal Funds
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: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ).
The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local
Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing
business or seeking to do business with the City of Port Arthur, including affiliations and business and financial
relationships such persons may have with City of Port Arthur officers. The form can be can be located at the
Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a response to this
RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local
Government Code and you are representing that you in compliance with them.
Any information provided by the City of Port Arthur is for information purposes only. If you have
concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner
in which you must comply,you should consult an attorney.
Page 12 of 16
ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to
governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a
manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization.
Any employee that makes purchases for the City is an agent of the City and is required to follow the City's
Code of Ethics.
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
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.: Landfill, P.O. Box 1089,
Port Arthur,Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or
services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f
V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the
invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise
Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This
agreement is performable in Port Arthur, Texas, Jefferson County.
Page 13 of 16
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules,
orders, regulations and codes of the federal, state and local governments relating to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer,
employee or agent of the City who exercises any functions or responsibilities in connection with the planning
and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract;
and, the Contractor shall take appropriate steps to assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City
from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or
any money to the City until such debts are paid or until satisfactory arrangements for payment has been made.
Bidders must complete and sign the AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and
agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It
is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities
less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law
to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced
as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is
not correctly inserted the Contract shall be amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,perform all
work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein
otherwise expressly specified, necessary or proper to perform and complete all the work required by this
Contract, in accordance with the provisions of this Contract and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed
description concerning any point shall be regarded as meaning that only the best commercial practices are to
prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option
of selecting goods which may be considered more suitable for the purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is
specifically advised that the written bid proposal will prevail in the determination of the successful bidder.
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
Page 14 of 16
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 Contractor 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. 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.
Page 15 of 16
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 16 of 16
CITY OF PORT ARTHUR,TEXAS
fr ADDENDUM NO. ONE (1)
January 16,2019
Quotes For: Hauling to City Landfill
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. The estimated quantity to deliver is 3,000 cy daily from Monday-Friday.
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 BID DOCUMENTS.
e. 0)4
Clift Williams, CPPB
Purchasing Manager
.11 . /7* ity
Signature of ' oposer ' Date
P. R. 20688
2/11/19 - aw
Exhibit C
P. R. 20688
2/11/19 - aw
CONTRACT FOR HAULING MATERIALS TO LANDFILL
THIS AGREEMENT, made this the of , 2019, 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 James G Golbert Inc. dba Lake City Trucking, herein-
after 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 term of this Agreement shall be for one (1) year from the date stated on the Notice to
Proceed, unless sooner terminated under the provision hereof. The City can terminate
this contract at its convenience which includes, but is not limited to, funding not being
available in any budget cycle within fifteen(15) days written notice.
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 his own expense all
of the materials, supplies, tools, equipment, labor, and other services necessary to
connection therewith, excepting those supplies specifically not required on
CONTRACTOR in the Specifications.
4. The CONTRACTOR agrees to supply the materials described in the specifications and
contract documents at the unit prices shown in the attached bid, and will be primary or
secondary vendor as indicated.
5. This is not an exclusive contract, and the City reserves the right to purchase those
materials from any of the vendors awarded this contract based firstly, on price and
secondly, on availability, according to the needs of the City.
6. The term"Contract Documents"means and includes the following:
1) Agreement
2) Invitation to )3id
3) General Information
4) Specifications
5) Bid
6) Bidder's Information Sheet
7. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns.
P. R. 20688
2/11/19 - aw
8. IN WITNESS WHEREOF, the parties here to have executed, or caused to be executed by
their duly authorized officials, this Agreement in two (2) copies, each of which shall be
deemed an original of the date first written above.
OWNER CONTRACTOR
CITY OF PORT ARTHUR JAMES G GOLBERT INC.
DBA LAKE CITY TRUCKING
BY: BY:
Harvey Robinson
Interim City Manager Print Name:
Title:
ATTEST: WITNESSED:
Print Name: Print Name:
Title: Title:
I/
DERRICK FORD FREEMAN,MAYOR • HARVEY ROBINSON
THOMAS J.KINLAW III,MAYOR PRO TEM City of -. INTERIM CITY MANAGER
,A
COUNCIL MEMBERS: •' SHERRI BELLARD,TRMC
RAYMOND SCOTT,JR. .t ,.t it u r CITY SECRETARY
CAL J.JONES
HAROLD DOUCET,SR. Texas VAL TIZENO
CHARLOTTE MOSES CITY ATTORNEY
KAPRINA FRANK
JANUARY 15, 2019
INVITATION TO BID
HAULING TO THE CITY LANDFILL
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard
Time, Wednesday, January 30, 2019. (The clock located in the City Secretary's office will be the official
time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, January 30,2019 in the City Council
Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE: P19-025
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 writing to:
City of Port Arthur, TX
Clifton Williams,Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641
clifton.williamsaportarthurtx.gov
Purchasing Division/Finance Department ► Purchasing Manager,Clifton Williams,CPPB
P.O.Box 10891444 4th Street1 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.
Clifton Williams, CPPB
Purchasing Manager
Page 2 of 16
INVITATION TO BID
HAULING TO THE CITY LANDFILL
(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:
Pan 3 of 16
SPECIFICATIONS FOR
HAULING OF CLAY
1. Bidder shall provide services to the City on an AS-NEEDED basis at the rates stated on bid.
2. Bidder shall supply all necessary equipment complete with operators, and inclusive of all fuel,
maintenance and all other charges.
3. If the awarded contractor is unable to meet the City's required delivery schedule, depending on urgency
of need,the City reserves the right to use an alternate vendor.
4. The City reserves the right to use its own trucks for hauling materials when it is advantageous to the
City.
5. Dump trucks provided by Bidder shall not be less than 12 cubic yard capacity. Trailers loaded with clay
and hauled behind a loaded 12 or more cubic yard truck (pup trailers) are acceptable. The vendor is
responsible for determining the correct axle to weight ratio allowed by the Texas Department of
Transportation.
6. Estimated 800 cy of clay daily the Landfill. Monday—Friday.
7. Clay materials from the pits below will be hauled to the City's landfill on Highway 73 west of Taylor's
Bayou.
CONTRACTOR FOR CLAY PRIMARY BORROW PIT SECONDARY BORROW PIT
MID COUNTY LAND COMPANY 8700 INDUSTRIAL CIRCLE 7882 HWY 365
PORT ARTHUR, TX 77640 BEAUMONT, TX X 7705
JM KAUFMAN DD7 PIT ON HWY 73 2060 HWY 73
8. This contract shall be one year. The City may renew this contract for a period of one additional year for
the next two years at the original bid amount. Prices quoted for the first year of the contract shall be
firm, and shall be indexed for the next two (2) years using the Consumer Price Index category
"Transportation". It will be necessary for the City to secure a letter from the vendor agreeing to renew
the award for each additional year.
Page 4 of 16
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Hauling to the Landfill
BID DUE DATE: January 30,2019
A. HAULING OF MATERIALS FULL LOAD
Clay $ 6.94 CY
Equipment and drivers/operators will be made available 24 hours or days after receipt of request for
hauling services.
B. HOURLY CHARGE FOR WAITING TIME FOR PICK-UP OR DELIVERY
First 30 minutes after arrival will be at no charge if truck is loaded or unloaded within that time period. If the
truck is not loaded or unloaded within the first 30 minutes of arrival at plant or jobsite, waiting will be paid
from time of arrival, the first 30 minutes waiting time being charged at $ 102 /hr. and waiting time thereafter
being charged at the same rate in 15 minute increments.
LOCATION OF HAULING EQUIPMENT: Port Arthur Tx
James G Gobert Inc.dba Lake City Trucking 5700 B J Cement Road
COMPANY NAME STREET ADDRESS
. .Liait44
ATURE OF BIDDER P.O.BOX
James G Gobert Lake Charles,LA 70615
PRINT OR TYPE NAME CITY STATE ZIP
President 337-494-6900
TITLE AREA CODE TELEPHONE NO.
gary@lakecitytrucking.com 337-436-4606
EMAIL FAX NO.
Page 5 of 16
CITY OF PORT ARTHUR.TEXAS
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
§
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:
If
. 11
Printed Name:
lames G Gobert
Title:
President
Company:
James G Gobert Inc., dba Lake City Trucking
Date: Jan 28, 2019
SUBSCRIBED and sworn to before me by the above named J/-x.f e.r (20 bei 7 n this the 1
day of�rt,vv,f.re7 , 20 /91 . /
X
Not Public in and for the
to of Tates Lo-,'J,:r�� `%
My commission expires: /!}_ =- .
. -
--
Page 6 of 16
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:
x 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.
James G Gobert Inc.,dba Lake City Trucking January 25,2019
Firm Name /� Date
g ��I-�A4L President
orized Signature Title
James G Gobert 337-494-6900
Name(please print) Telephone
gary@lakecitytrucking.com
Email
STATE: LA
COUNTY: Calcasieu Parish,LA
SUBSCRIBED AND SWORN to before me by the above named o1 fitr.
•
on this the 8 = day of 7- v11 'r ,20
Not Public S5/i7
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL/.
, :
_ 1.=
�;
Page 7 of 16
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. OFACEUSEONLY
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.
Name of vendor who has a business relationship with local governmental entity.
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 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.
Name of Officer
J 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?
nYes n 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 that the 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.
'f Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
t as described in Section 176.003(a)(2)(B). excluding gifts described in Section 176.003(a-1).
.J
Signature of vendor doing 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'
DocsiLG/htmiLG.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 Iwo 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 fee regulation by a federal.state.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 it
(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$2.500 during the 12-month period
preceding the date that 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:
(B) has given to the focal government officer or a family member of the officer one or more gifts
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 entenng into a contract with the vendor.
Local Government Code 4 176.006(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 of 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 or 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
(B) 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
family 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.
Form provided by Texas Ethics Commission www.athics slate.tx.us Revised it 302015
Page 9 of 16
House Bill 89 Verification
I, Tames G Gobert (Person name), the undersigned representative
(hereafter referred to as "Representative") of Iames G Gobert Inc., dba Lake City Trucking
(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.
0111!MATURE ..A�-�'
OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this ,-r day
of Trfwwf7 , 2Off.
(- -------77'Xi.7‘--7 --- _STY.-1,
Nota/Public = - -
"-
Page I0 of 16
SB 252
CHAPTER 2252 CERTIFICATION
1, James G Gobert , the undersigned n
representative of James G Gobert Inc., dba Lake City Trucking
(Company 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.
James G Gobert
Name of Company Representative (Print)
ffature of Company Representative
January 25, 2019
Date
Page 11 of 16
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.
Excluding Federal Funds
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: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ).
The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local
Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing
business or seeking to do business with the City of Port Arthur, including affiliations and business and financial
relationships such persons may have with City of Port Arthur officers. The form can be can be located at the
Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a response to this
RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local
Government Code and you are representing that you in compliance with them.
Any information provided by the City of Port Arthur is for information purposes only. If you have
concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner
in which you must comply,you should consult an attorney.
Page 12 of 16
ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to
governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a
manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization.
Any employee that makes purchases for the City is an agent of the City and is required to follow the City's
Code of Ethics.
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
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.: Landfill, 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 601 f
V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the
invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise
Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This
agreement is performable in Port Arthur, Texas, Jefferson County.
Page 13 of 16
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules,
orders,regulations and codes of the federal, state and local governments relating to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer,
employee or agent of the City who exercises any functions or responsibilities in connection with the planning
and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract;
and,the Contractor shall take appropriate steps to assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City
from granting any license,privilege or paying money to any-one owing delinquent taxes, paving assessments or
any money to the City until such debts are paid or until satisfactory arrangements for payment has been made.
Bidders must complete and sign the AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and
agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It
is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities
less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law
to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced
as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is
not correctly inserted the Contract shall be amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,perform all
work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein
otherwise expressly specified, necessary or proper to perform and complete all the work required by this
Contract, in accordance with the provisions of this Contract and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed
description concerning any point shall be regarded as meaning that only the best commercial practices are to
prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option
of selecting goods which may be considered more suitable for the purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is
specifically advised that the written bid proposal will prevail in the determination of the successful bidder.
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
Page 14 of 16
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 Contractor 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. 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.
Page 15 of 16
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 16 of 16
tl,•
['try of CITY OF PORT ARTHUR, TEXAS
I
ort rth` '"^ ADDENDUM NO. ONE (1)
Terur
January 16,2019
Quotes For: Hauling to City Landfill
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. The estimated quantity to deliver is 3,000 cy daily from Monday-Friday.
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 BID DOCUMENTS.
Ciro. (�(leigCt.l'YLG�
Cliilliams, CPPB
Purchasing Manager
1 2 4 4Jan 29,2019
ature of Proposer Date