HomeMy WebLinkAboutPR 21077: HAULING OF MATERIAL (CLAY) TO THE LANDFILL 4‘,11111//
City of
r„ r rtltitr
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: September 17, 2019
To: The Honorable Mayor and City Council
Through: Ron Burton, Interim City Manager
From: Alberto Elefano, Director of Public Works
RE: PR 21077—Hauling of Material (Clay)to the Landfill
Introduction:
The intent of this agenda item is to seek approval of Proposed Resolution Number 21077
authorizing the city manager to execute contracts for the hauling of clay to the landfill.
Background:
Four bids were received on August 28, 2019 and of those PC Trucking has been selected as
primary, C J Express Inc as secondary and Lake City Trucking as an alternate. Having a
secondary and alternate business to rely on is necessary in the event that the primary business
can not facilitate the daily need. Failure to deliver clay to the landfill can jeopardize the
landfill's permit to operate.
Budget Impact:
Funds are available in the Landfill Construction Account No. 403-1274-533.59-02 in an
amount not to exceed $775,000.
Recommendation:
It is recommended that City Council approve PR 21077 authorizing the City Manager to
execute contracts as outlined above.
"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. 21077
9/17/19—ace, anw
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
EXECUTE CONTRACTS WITH PC TRUCKING CO. OF PORT
ARTHUR, TEXAS, C J EXPRESS INC. OF BEAUMONT, TEXAS,
AND LAKE CITY TRUCKING OF LAKE CHARLES,
LOUISIANA FOR THE HAULING OF MATERIALS (CLAY) TO
THE LANDFILL IN AN AMOUNT NOT TO EXCEED $775,000.
FUNDS ARE AVAILABLE IN LANDFILL ACCOUNT 403-1274-
533.59-02
WHEREAS, the City requires the services of a contractor to provide hauling of materials
to the landfill; and,
WHEREAS, four bids were received and opened on August 28, 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"; and,
WHEREAS, PC Trucking Co. of Port Arthur, Texas, was the lowest bidder, CJ Express
Inc. of Beaumont, Texas, was the next lowest bidder, and Lake City Trucking of Lake Charles,
Louisiana, was the third lowest bidder; and,
WHEREAS,it is deemed necessary to award a contract to PC Trucking Co.as the primary,
CJ Express Inc. as secondary,and Lake City Trucking as the alternate,in order to ensure that there
is no lapse in the services provided; 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 PC Trucking of Port Arthur, Texas as primary,
in substantially the same form as attached hereto as Exhibit"B", CJ Express Inc. of Beaumont,
P. R. 21077
9/17/19 — ace, anw
Texas as secondary, in substantially the same form as attached hereto as Exhibit "C" and Lake
City Trucking of Lake Charles, Louisiana as alternate, in substantially the same form as attached
hereto as Exhibit"D"; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City
Council.
READ, ADOPTED, AND APPROVED this the day of , A.D. 2019 at
a meeting of the City of Port Arthur, Texas by the following vote:
AYES: Mayor
Councilmembers:
Noes:
Thurman "Bill" Bartie
Mayor
ATTEST:
Sherri Bellard
City Secretary
APPROVE I AS TO FORM:
l////
� v
Valecia izene
City Attorney
P. R. 21077
9/17/19—ace, anw
APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY OF
FUNDS:
Ron Burton Kandy Daniel
Interim City Manager Interim Director of Finance
/ Lii,j;,
Alberto Elefano, P.E. Clifton Williams
Director of Public Works Purchasing Manager
P. R. 21077
9/17/19—ace, anw
Exhibit A
U H
CA
F. s .n Q
E. w9s r
U o
a a.
Q
.4"' tx 'ny.
U 2 ° v '
r. 'C a o°Oo
= c 6 = �O
0 cci
ral
C 0
N -
N5 C L X co
5
0)OpD - - Vb
cr, 'S
a cc; co .2 v,
N —
.. a; ' GC -
o
NAM '1.404at 0 '*) U0 W4
0.1)A C a4.
a a
.0 Cw
x as
'O ,= C X c
= vt 0 U
:O W o ct =
w
U s
e.
a
o 03
CD c)
1 .
4IP CD
r � 's�.
e'i.i cil - ct uMS
A xCI U � `t
0
P. R. 21077
9/17/19—ace, anw
Exhibit B
P. R. 21077
9/17/19—ace, anw
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 PC Trucking Co., 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, with an option to renew for two additional one-year periods, 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 thirty (30) days written notice. Prices quoted shall be indexed for the next
year using the Consumer Price Index category "Transportation". Each subsequent yearly
contract renewal shall require approval of the City Council.
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. The contractor agrees to perform all the work described in the specifications and contract
documents and to comply with the terms therein for the cost of$5.25CY.
6. This is not an exclusive contract, and the City reserves the right to use an alternate vendor
from any of the vendors awarded this contract based firstly, on price and secondly, on
availability, according to the needs of the City.
7. 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
P. R. 21077
9/17/19—ace, anw
7) Notice to Proceed
8. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns.
9. 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 PC TRUCKING CO.
BY: BY:
Ron Burton Print Name:
Interim City Manager Title:
ATTEST: WITNESSED:
Print Name: Print Name:
Title: Title:
THURMAN BILL BARTIE,MAYOR RONALD BURTON
HAROLD DOUCET,SR.MAYOR PRO TEM INTERIM CITY MANAGER
COUNCIL MEMBERS: City of SHERRI BELLARD,TRMC
RAYMOND SCOTT,JR. CITY SECRETARY
CAL J.JONES
THOMAS J.KINLAW III ort rth u — VAL TIZENO
CHARLOTTE MOSES CITY ATTORNEY
KAPRINA FRANK Texas
AUGUST 17,2019
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, August 28, 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, August 28, 2019 in the City Council
Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE:P19-095
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 Inm itation 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.williams@portarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB
P.O.Box 10891444 4th Street l 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.
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 Ioaded 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 3,000 cy of clay daily the Landfill. Monday—Friday.
7. Clay materials from the pit of contracted pit supplier will be hauled to the City's landfill on Highway 73
west of Taylor's Bayou.
CURRENT CONTRACTOR FOR CLAY PRIMARY BORROW PIT SECONDARY BORROW PIT
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
BLD DUE DATE: August 28, 2019
A. HAULING OF MATERIALS FULL LOAD
Clay $ £La5 CY
Equipment and drivers/operators will be made available Li' 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 $ hr. and waiting time thereafter
being charged at the same rate in 15 minute increments.
LOCATION OF HAULING EQUIPMENT: 300 ) coni rn fie C GSJ_AR/ 1 TTc',
PC lku c/M 3 o 1 Pohl In-ie.0_ce..
COMPANY NAME STREET ADDRESS
SIGNATURE OF BIDDER P.O_BOX
�1 1c/i.0v Co )v t J� Po RT AR`-1#U z, t: I {1
PRINT OR TYPE NAME CITY STATE ZIP
tAi - (130 - ) 1 '? J
TITLE AREA CODE TELEPHONE NO
CAD )v/r� t�� koa, cbwl
EMAIL J FAX NO.
Page 5of 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 institutiori submitting. a bid committed any other act of
collusion related to the development and submission of this bid proposal.
Signature: �t _
Printed Name: L ;c� Co IVt WTitle: f 1ow&e
Company: Thu C 1 t) ' _
Date:
I - S
SUBSCR BED nd sworn to efore me by the above named 1t UCk- vI on this the )0-
day of , 20 f-
"41AAA1_51/6 -
Notary P blic in and for the
t• ;. � PUBOANG M. TRAM State of Texas
%� + NOTARY AU811C.$vATE OF TEXAS
` COMMAl kEXP.07,02?2020 2V
My commission expires: L
Page 6 of 16
- AFFIDAVIT
All pages in Offeror's Responses containing statements, letters,etc., shall be signed by a duly authorized officer
of the company whose signature is binding. _.
The undersigned offers and agrees to one of the following:
/I I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay
succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said
debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an
agreement for the payment of said debts. I further agree to pay succeeding debts as they become due.
Pc Thu KiAil, i YJ ,1 aoil
Firm Name Date
~ : C.61" ,--.. _ pWN6R
Authorized Signature • Title
Til-e,flCiCLI £)i.vll+) X3) - 7(0D -N11I
Name(please print) Telephone
?VCO\vIrt) .yAhOc7 corn
Erna?' �l
STATE: , vV
COUNTY: It ,IcALA 0
{
SUBSCRIBED AND$WORN to before me by the above named 19hv u G ILCf.)1 Vi VI
on this the /0 day of 74 ,201 9
3.%F.' 't.� TRANG M. TRAN 511/1 11.)141----
CNOTARY PUBLIC•STATE Of TEXAS Notary4P Itc
R ID#12904643.2
�� 7
s.7;;;Ne COMM. £XP.07-02.2020
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
•
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. OFRCEUSE ONLY
This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who owe 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.
J 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.)
►� 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
CIO 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?
n Yes 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?
r---1 Yes n No
Describe each employment or business relationshipthat 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.
•
aCheck this box if the vendor has given the local government officer or a family 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).
2
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 hitp://www.statutes.legis.state.tx.usi
Docs/LGlhlm/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 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)fA)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(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 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 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 4176.006(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 specired 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 Subseclion(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.
kin provided byTexas Ethics Commission www.ethlcs.state.tx.us Revised 11/30/2015
Page 9 of 16
House Bill 89 Verification
I, the/ hatcv Co ( yin/ (Person name), the undersigned representative
(hereafter referred to as "Representative") of P C Tp c,j y j0 c- Co.
(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
UBSCRIBED AND SW N TO BEFORE ME, the undersigned authority, on this 2�ida
Y
ofTRA, 20
YPU Gi M. IRANEOI NOTARY PUEt1lC•STATE Of TEXASIM#12944643.2 4#441c-x_JAA---
,,.e „„-N--
� COMM. EXP.07.02.2020 .1otary Public
Page 10 of 16
_
a9A re 41°T:
CHAPTER 2252 CERTIFICATION
4
it I �► ! V I the undersigned n
representative of P f h Li Lk
(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. 1 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, l will immediately notify the City of Port Arthur Purchasing
Department.
Name of Company Representative (Print)
`tel, r
Signature of Company Representative
'7 /
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
P. R. 21077
9/17/19—ace, anw
Exhibit C
P. R. 21077
9/17/19—ace, anw
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 CJ Express Inc., 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, with an option to renew for two additional one-year periods, 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 thirty (30) days written notice. Prices quoted shall be indexed for the next
year using the Consumer Price Index category "Transportation". Each subsequent yearly
contract renewal shall require approval of the City Council.
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. The contractor agrees to perform all the work described in the specifications and contract
documents and to comply with the terms therein for the cost of$6.13CY.
6. This is not an exclusive contract, and the City reserves the right to use an alternate vendor
from any of the vendors awarded this contract based firstly, on price and secondly, on
availability, according to the needs of the City.
7. 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
P. R. 21077
9/17/19 —ace, anw
7) Notice to Proceed
8. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns.
9. 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 CJ EXPRESS INC.
BY: BY:
Ron Burton Print Name:
Interim City Manager Title:
ATTEST: WITNESSED:
Print Name: Print Name:
Title: Title:
THURMAN BILL BARTIE,MAYOR RONALD BURTON
HAROLD DOUCET,SR.MAYOR PRO TEM INTERIM CITY MANAGER
COUNCIL MEMBERS: City of
SHERRI BELLARD,TRMC
RAYMOND SCOTT,JR.
+1 CITY SECRETARY
CAL J.JONES
THOMAS J.KINLAW III u r t r f h t VAL TIZENO
CHARLOTTE MOSES CITY ATTORNEY
KAPRINA FRANK
AUGUST 17,2019
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, August 28, 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, August 28, 2019 in the City Council
Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend.
MARK ENVELOPE:P19-095
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 1 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.
r!'�e rL
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 3,000 cy of clay daily the Landfill. Monday—Friday.
7. Clay materials from the pit of contracted pit supplier will be hauled to the City's landfill on Highway 73
west of Taylor's Bayou.
CURRENT CONTRACTOR FOR CLAY PRIMARY BORROW PIT SECONDARY BORROW PIT
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
ALg 20 19 04:02p C J Expre<- Inc ' '91-999-1095 p.2
CITY OF PORT ARTHUR,TEXAS
BID SHEET
BID FOR: Hauling to the Landfill
BID DUE DATE: August 28, 2019
A. HAULING OF MATERIALS FULL LOAD
Clay $ (a . 13 CY
Equipment and drivers/operators will be made available a4 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$15 J/hr. and waiting time thereafter
being charged at the same rate in 15 minute increments. /�
LOCATION OF HAULING EQUIPMENT: of I iD VV. CA-o -k tt 1r4 177 o f
C 3 Exprtss
COMPANY NAME STREET ADDRESS
[GNAT E OF BIDDER P.O. BOX
Sep� E, c-L1r j X 777D1
PRINT OR TYPE NAME Crt Y STAVE ZIP
D 14-0 - 55-3 - 3 73
TITLE AREA CODE TELEPHONE NO.
C eXpressrriG yooCao NIA
EMNIL / FAX NO.
Page 5 of[6
Aug 20 19 04:02p C J Expre-- inc ' ^R1-999-1095 p.3
CITY OF PORT ARTHUR, TEXAS
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS §
g
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 ether act of
collusion related to the development and submission of this bid proposal.
Signature:
et-14°4jav:Printed Name: os
Title, O wry
Company: C J L- )( D P 5.5 -
Date: /2.2 1 c::20
l 9
SUBSCRIBED and sworn to before me by the above named io5.2,01 E 0.411.-r Les on this the c2a
day of 1L f . 201q
Nn.r'.Q
Nota ublic in and for the
„„ GWENDOLYN F THOMAS State o Texas
NOTARY PUBUC
` STATE OF TEXAS My commission expires: 081//0 kola,
s���OFSE4�y MY COMM.EXP 08/16/2020
NOTARY ID# 1202478-4
Pagc6cf16
Aug 20 19 04.02p C J Express Inc 281-999-1095 p.5
AFFIDAVIT
All pages in Offerors 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.
C 7 EX?re.5 5 .Z./C__
Firm Na e Date
frs agdikof294 * N ,
Author' ed Signature Title
75-05e-to k t—. C--Le les 01.4.).4.)e_i'.-
Name(please print) Telephone
f✓ 1 e.-X.fres S 1k/C.- 6)vel oo, C✓O vrt 409- ,5-53"es-13
Email
_r
STATE: f i-c p.S
_1-
COW TY: _le-P-4.4.6W
)
SUBSCRIBED AND SWORN to before me by the above named J o SLp k C J,,p,f It..s
on this the oda pet day of 0 - . 20 iq .
4 0
al■.. ,a a • ,A
Notary Pubi 6
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
GWENDOLYN F THOMAS
VAY OflB
4NOTARY PUBLIC
` STATE OF TEXAS
`1.'''4.OFtE`'y MY COMM.EXP 08/16/2020
NOTARY ID# 1202478-4
Page 7 of 16
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONLY
This questionnaire is being filed in accordance with Chapter 176,Local Government Code,bya vendor who
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the Date Received
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.
J Name of vendor who has a business relationship with local governmental entity.
NM
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.)
▪ 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
CIO 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 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 nNo
411 Describe each employment pf yment 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.
6J
flCheck this box if the vendor has given the local government officer or a family 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).
2J
• C361413-449
-ignature of endor 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/htm/L6.176.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 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 if:
(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 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 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§176.006(a)and(a-1)
•
(a)Avendor shall file a completed conflict of interest questionnaire if the vendor hasa 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 descri bed by Subsection(a);or
(C) of a family relationship with a local government officer.
Fam provided by Texas Ethics Commission www.ethics.state.ax.us Revised 11130/2015
Page 9 of 16
A'ug 2019 04:02p C J Express Inc /81-999-1095
• p.4
House Bill 89 Verification
° 5e11 (Person name), the undersigned representative
(hereafter referred to as "Representative") of L j z p r-e.5 5 AJ C
(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 wilt 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.
G.
SIGNA RE OF REPRESENTATIVE
(SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this a.A day
of X�"" , 2019 .
GWENDOLYN F THOMAS
• * NOTARY PUBLIC r Notary P b c
5 STATE OF TEXAS
4,to,;e*� MY COMM. EXP 08/16/2020
NOTARY ID# 1202478-4
Page 10 of 16
Aug 2019 04:02p C J Express Inc ''R1-999-1095 p.6
SB 252
CHAPTER 2252 CERTIFICATION
I J n S ea k g CLr(e S , the undersigned n
representative of e J Ex r ss c_
(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 1 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.
J v s .P 1, !
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 S500,000 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 15of16
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
P. R. 21077
9/17/19—ace, anw
Exhibit D
P. R. 21077
9/17/19—ace, anw
CONTRACT FOR HAULING MATERIALS TO LANDFILL
THIS AGREEMENT, made this the day 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 Lake City Trucking, 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, with an option to renew for two additional one-year periods, 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 thirty (30) days written notice. Prices quoted shall be indexed for the next
year using the Consumer Price Index category "Transportation". Each subsequent yearly
contract renewal shall require approval of the City Council.
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. The contractor agrees to perform all the work described in the specifications and contract
documents and to comply with the terms therein for the cost of$6.88CY.
6. This is not an exclusive contract, and the City reserves the right to use an alternate vendor
from any of the vendors awarded this contract based firstly, on price and secondly, on
availability, according to the ne
eds of the City.
7. The term"Contract Documents"means and includes the following:
1) Agreement
2) Invitation to Bid
3) General Information
P. R. 21077
9/17/19— ace, anw
4) Specifications
5) Bid
6) Bidder's Information Sheet
7) Notice to Proceed
8. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns.
9. 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 Lake City Trucking
BY: BY:
Ron Burton Print Name:
Interim City Manager Title:
ATTEST: WITNESSED:
Print Name: Print Name:
Title: Title:
THURMAN BILL BARTIE,MAYOR RONALD BURTON
HAROLD DOUCET,SR.MAYOR PRO TEM INTERIM CITY MANAGER
COUNCIL MEMBERS: City of SHERRI BELLARD,TRMC
RAYMOND SCOTT,JR. \� �il CITY SECRETARY
CAL J.JONES
THOMAS J.KINLAW III ort r t h u r VAL TIZENO
CHARLOTTE MOSES CITY ATTORNEY
KAPRINA FRANK texas
AUGUST 17,2019
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, August 28, 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, August 28, 2019 in the City Council
Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE: P19-095
DELIVERY ADDRESS: Please submit one (1)original and one (I) 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.williams@portarthurtx.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.
Cle:34.frfi WLaizota,
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
i. 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 3,000 cy of clay daily the Landfill. Monday—Friday.
7. Clay materials from the pit of contracted pit supplier will be hauled to the City's landfill on Highway 73
west of Taylor's Bayou.
CURRENT CONTRACTOR FOR CLAY PRIMARY BORROW PIT SECONDARY BORROW PIT
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: August 28, 2019
A. HAULING OF MATERIALS FULL LOAD
Clay $ 6.88 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 $ 101.06/ 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 Rd.
COMPANY NAME STREET ADDRESS •
ArAlf 41
OF :117 R 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 5of16
onow
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:
Printed Name: 114---A4all-1(Af
James G Gobert
Title: President
Company:
James G Gobert Inc.dba Lake City Trucking
Date:
SUBSCRIBED and sworn to before me by the above named James G Gobert on this the 27
day of August , 20 19
'.?--
r .. 'UI !'
• si
-„.....,..
Notary Public in and for th9':
State of Louisiana t c'
4 - `,.
My commission expires: ! t
•
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.
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
Firm Name Date
IlIA/311°bZ— President
thorized Signature Title
James G Gobert 337-494-6900
Name(please print) Telephone
gary@lakecitytrucking.com
Email
STATE:
PARISH:
SUBSCRIBED AND SWORN to before me by the above named
on this the 4g 7 I`' day of August 6---9
(1;2—
otary Public :' _
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
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, Both Leg., Regular Session.
OFRCEUSEONLY
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.
Jn
I I 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.)
/I 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
CIO 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?
F-7 Yes I I 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?
nYes 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.
J
ElCheck this box if the vendor has given the local government officer or a family 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 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/
Docs/LGlhtm/L6.176.htm.For easy reference,below are some of the sections cited on this torn.
Local Government Code_§176.001(1-AI:"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,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 nr 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§176.003fa}(2)(A)and(B):
(a)A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(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 focal 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 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§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 othor 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 gills with the aggregate value speci red 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-I) 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.et ics.state.tx.us Revised 11130/2015
Page 9 of 16
•
Nouse Bill 89 Verification
I James G Gobert (Person name). the undersigned representative
(hereafter referred to as "Representative") of James 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.
NATURE OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this .27 day
of August , 20 19 _
Notary Public •
Page ID of to
SB 252
CHAPTER 2252 CERTIFICATION
I 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)
ALIO . Alf 411•41
S g . ure of Company 'epresentative
August 27 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 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