Loading...
HomeMy WebLinkAboutPR 21456: MACHINE SHOP SERVICES FOR WASTEWATER TREATMENT PLANT .._ 4 City of -nrt rthu Texa s INTEROFFICE MEMORANDUM Date: October 30, 2020 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager From: Donald Stanton, Interim Director of Water Utilities RE: PR 21456—Machine Shop Services for Wastewater Treatment Plant Introduction: The intent of this Agenda Item is to seek City Council's approval for Jet Aeration to provide machine shop services for repairs to the equipment at the wastewater treatment plants. The contract is to be for a one-year period, with services rendered on an as-needed basis in the not to exceed amount of $75,000.00. Purchasing advertised for proposals on October 2nd and October 9th for machine shop services at the request of the Utilities Department. Efforts were made to receive proposals from other companies for this service, however, Jet Aeration was the only company to provide a proposal, which was opened on October 21 St Background: Various pieces of equipment at the main wastewater plant are in need of maintenance, and in an effort to streamline repairs and reduce downtime, Purchasing solicited bids for machine shop services at the request of the Utilities Department. Efforts were made to receive proposals from other companies for this service, however, Jet Aeration was the only company to provide a proposal. The City of Port Arthur's Water Utilities Department previously utilized the services of Jet Aeration for a different scope of work than that of this request, and was satisfied with their service. Budget Impact: Utilization of the services of Jet Aeration for a one-year period totals $75,000.00. Funds are available in Account No. 410-1256-532.42-00, Equipment Maintenance. Recommendation: It is recommended that City Council approve PR 21456, to execute an agreement for machine shop services of Jet Aeration for a one-year period, in the not-to-exceed amount of$75,000.00. Funds are available in the Utilities Account No. 410-1256-532.42-00, Equipment Maintenance. "Remember,we are here to serve the Citizens of Port Arthur" P.R. No. 21456 10/30/20 bw Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT FOR MACHINE SHOP SERVICES BETWEEN THE CITY OF PORT ARTHUR AND JET AERATION OF VIDOR, TEXAS FOR THE UTILITIES DEPARTMENT FOR A ONE-YEAR PERIOD, FOR WASTEWATER OPERATIONS IN A NOT-TO-EXCEED AMOUNT OF $75,000.00. FUNDING IS AVAILABLE IN THE UTILITIES ACCOUNT NUMBER 410-1256-532.42-00, EQUIPMENT SERVICES. WHEREAS,the Main Wastewater Treatment Plant is in need of overhaul; and, WHEREAS,the Port Acres and Sabine Pass Treatment Plants are in need of repairs; and, WHEREAS, maintenance is frequently required until such time the Main Wastewater Plant can be overhauled; and, WHEREAS,timely repairs are needed to maintain the Port Acres and Sabine Pass Plants to prevent regulatory penalties; and, WHEREAS, the Purchasing Department, at the request of the Utilities Department, solicited quotes for aforementioned maintenance services on October 2,2020 and October 9,2020; and, WHEREAS,the Purchasing Department only received one(1)proposal on the bid opening day, October 21, 2020; and, WHEREAS,the Utilities Department recommends contracting with Jet Aeration of Vidor, Texas, as the machine shop service contractor for a one-year period; and.. WHEREAS, the Utilities Department deems Jet Aeration to possess the necessary knowledge to ensure effective repairs as needed; and, WHEREAS,the Utilities Department wishes to sign a contract in an amount not-to-exceed $75,000.00, which can be taken from Account No. 410-1256-532.42-00 (see Exhibit"A"). P.R. No. 21456 10/30/20 bw Page 2 of 3 NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: Section 1. That the facts and opinions of the preamble are true and correct. Section 2. That the City Manager is hereby authorized to execute an Agreement with Jet Aeration to provide machine shop services in a not-to-exceed amount of$75,000.00 for one year, from Account No. 1256-532.42-00, in substantially the same form as the attached Exhibit "A» Section 3. That a copy of the caption of the Resolution be spread upon the Minutes of the City Council. READ, ADOPTED, AND APPROVED this the day of , A.D. 2020 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 P.R. No. 21456 10/30/20 bw Page 3 of 3 APPROVED AS TO FORM: U� & k-u-LA 4 al Tizeno City Attorney APPROVED FOR ADMINISTRATION: Ronald Burton City Manager 1_0,5 ,-.0.-,—.L-_r.e*: Donald Stanton Interim Director of Water Utilities APPROVED AS TO AVAILABILITY OF FUNDS: (R C' Kandy Daniel Interim Director of Finance uti-J LA).(6„, Clifton illiams, CPPB Purchasing Manager EXHIBIT "A" MACHINE SHOP SERVICES FOR WASTEWATER TREATMENT PLANT THIS AGREEMENT, made this day of , 2020, 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 Jet Aeration of Texas, LLC hereinafter called "CONTRACTOR" WITNESSETH: 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 Contract shall be from 365 days after the start date on the Notice to Proceed. The City can terminate this contract at its convenience which includes,but is not limited to, funding not being available in any budget cycle with ten (10) days written notice. 2. The Contractor will perform work as stated in the Contract Documents. 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 of Contractor in the Specifications. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the following cost: Machine Shop Services per hourly rate schedule as Appendix B,not to exceed$75,000.00 for Wastewater Treatment Plant 5. The term "Contract Documents"means and includes the following: a. Agreement b. General Information c. Specifications d. Bid Forms e. Notice of Award f. Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in(2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of , 2020. ATTEST: CITY OF PORT ARTHUR BY: Sherri Bellard Ron Burton City Secretary City Manager Signed on the day of , 2020. ATTEST JET AERATION OF TEXAS,LLC BY: Print Name: Title: THURMAN BARTIE,MAYOR RON BURTON CHARLOTTE MOSES,MAYOR PRO TEM city of CITY MANAGER COUNCIL MEMBERS: o r t r t h u r SHERRI BELLARD,TRMC CAL JONES CITY SECRETARY RAYMOND SCOTT JR. Texas THOMAS KINLAW VAL TIZENO HAROLD DOUCET SR. CITY ATTORNEY KAPRINA RICHARDSON FRANK October 9, 2020 REQUEST FOR PROPOSAL MECHANICAL SERVICES AT WASTEWATER PLANT DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central Standard Time, Wednesday, October 21, 2020. (The clock located in the City Secretary's office will be the official time.) All proposals received will be read aloud at 3:15p.m. on Wednesday, October 21, 2020 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public disclosure of contents; however, only the names of proposers will be read aloud. MARK ENVELOPE: P21-002 DELIVERY ADDRESS: Please submit one (1) original and three (3) exact duplicate copies of your RFP 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 Request for Proposal should be directed in writinj'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 1089 1 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed REQUEST FOR PROPOSAL (RFP) and accompanying General Instructions are for your convenience in submitting proposals for the enclosed referenced services for the City of Port Arthur. Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL PROPOSALS 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 RFP submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted RFP submittals will not be accepted. Clifton Williams, CPPB Purchasing Manager Page 2 of 21 REQUESTS FOR PROPOSALS MECHANICAL SERVICES AT WASTEWATER PLANT (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 21 GENERAL SPECIFICATIONS For Machine Shop Repair Services 1. SCOPE OF WORK • The maintenance shall include both field work and shop work, as necessary to restore equipment to operation in the event of a breakdown, failure or inability to operate in an acceptable manner. • The repairs shall be defined by a scope of work, generated for each job. In general consisting of mechanical repairs, parts replacement, welding (onsite or in shop) and when required machine work to restore various equipment. Each job shall be billed separately including required replacement material invoices. Each invoice provided for the work shall bear the City's Purchase Order and related work order number. No invoice will be paid without authorized Purchase Order numbers identified on the invoice. • Vendor shall provide a written NOT TO EXCEED estimate of job cost prior to commencement of work. • During the progress of the work, if it becomes evident that the actual cost of the job will exceed the estimate by ten percent (10%) or more, the vendor shall immediately notify the originator of the work, making them aware of the situation and request further instructions. • Each job shall be warranted for at least a twelve (12) month period. Vendor shall extend Manufacturer warranties to the City on parts provided by vendor. 2. The City of Port Arthur or its authorized agent shall have the right to inspect the work at all times and upon completion thereof. The Contractor may not assign all or part of this contract without prior consent in writing by the City. An insurance Certificate must also be provided prior to the performance of work by any Subcontractor showing coverage as per Attachment A either under the Contractors policies or as separate policies held by the Subcontractor. The City, through its authorized agents, shall have the right to refuse payment for work not performed to specifications, if such work was represented by Contractor as completed and within compliance. 2. INSURANCE • Contractor shall at all times during the Contract maintain in full force and effect insurance. • The City shall be named as additional insured on all policies. Should any insurance required by this contract lapse, the Contractor shall immediately cease all operations until authorized in writing by the City. If the lapse period exceeds fifteen Page 4 of 21 (15)days, the Contractor shall be in breach of this contract and City may terminate the contract. • Should the City of Port Arthur receive notices of insurance cancellation three (3) or more times within a twelve(12)month period, the City may cancel this Contract. 3. The Contractor shall exercise proper precautions at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his execution of the work. Page 5 of 21 The City of Port Arthur requires comprehensive responses to every section within this RFP. Conciseness and clarity of content are emphasized and encouraged. Vague and general proposals will be considered non-responsive and will result in disqualification. To facilitate the review of the responses, Firms shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain proposers with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Failure to arrange the proposal as requested may result in the disqualification of the proposal. It is requested that proposals be limited to no more than 50 pages, excluding resumes. All pages of the proposal must be numbered and the proposal must contain an organized, paginated table of contents corresponding to the sections and pages of the proposal. SELECTION PROCESS: The City's process is as follows: A. The evaluation committee shall screen and rate all of the responses that are submitted. Evaluation ratings will be on a 100 point scale and shall be based on the following criteria: a) Experience—30 b) Project Approach—30 c) Rates—40 EXPERIENCE & KNOWLEDGE • List any similar work done in the past. • List any experience or knowledge of the areas in Port Arthur • List experience and qualification of team PROJECT APPROACH • State your response time to begin work. • State personnel that are available to provide the work • State your ability to work in the field Page 6 of 21 GENERAL INFORMATION: Proposers are cautioned to read the information contained in this RFP carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Best Offer in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. 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. WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The proposer may thereafter submit a new proposal prior to the deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. 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. 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. Page 7 of 21 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 RFP will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the proposal 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. All addenda will be numbered consecutively, beginning with 1. 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.: Utility Operations,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. Page 8 of 21 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. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. 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 RFP. 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. Page 9 of 21 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. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty(30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 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): Page 10 of 21 a. Bodily injury$1,000,000 single limit per occurrence or$1,000,000 each person/$1,000,000 per occurrence; and, b. Property Damage $1,000,000 per occurrence regardless of contract amount; and, c. Professional Liability: $1,000,000. 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. Page 11 of 21 APPENDICES RETURN WITH PROPOSAL A. Letter of Interest Yes ✓ B. Bid Sheet Yes C. Affidavit Yes V D. Non Collusion Affidavit Yes E. Conflict of Interest Questionnaire If It Applies ✓ F. HB 89 Yes ✓ G. SB 252 Yes V Page 12 of 21 APPENDIX A LETTER OF INTEREST RFP—Mechanical Services for Wastewater Plant Deadline: October 21,2020 The undersigned firm submits the following information (this RFP submittal) in response to the Request for Proposals (as amended by any Addenda), issued by the City of Port Arthur, TX (City) to provide Mechanical Services for Wastewater Plant for City of Port Arthur, TX. Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: . ❖ Bid Sheet ❖ Completed RFP Letter of Interest Form ❖ Completed Affidavit • ❖ Non Collusion Affidavit ❖ Completed Conflict of Interest Form ❖ IIB 89 ❖ SB 252 Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. Firm also understands that all costs and expenses incurred by it in preparing this RFP and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFP. Firm accepts all terms of the RFP submittal process by signing this letter of interest and making the RFP submittal. This RFP shall be governed by and construed in all respects according to the laws of the State of Texas. Ae_r :cp- oL IlL- Ag/z0,1zc7 Firm Name Date 2/Z 3 Z_ i o V °, —j,c. `77 64-L Address City/State/Zip uthorized Sign ure Title PILL cl1 Q�L,., 'o- L/09- 761 —1Jo0 Name (please print) Telephone Email Page 13 of 21 APPENDIX B CITY OF PORT AR THUR, TEXAS BID SHEET PAGE 1 OF2 BID FOR: Mechanical Services at Wastewater Plant BID DUE DATE: October 21, 2020 STRAIGHT TIME HOURLY RATES — (7:00 AM to 4:00 PM Mon—Fri) Description Est. Usage Price/Hr. Total _ Field Mechanic with 100 Hrs $ $ Truck o0 Field Helper 100 Hrs $ 3S aD $ Shop Mechanic 200 Hrs $ AO Qo $ Shop Helper 200 Hrs $ 35 oa $ Skilled Machinist 100 Hrs $ I1 S 00 $ Welder(Shop) 50 Hrs $ 'j;0 0`) $ TOTAL BID AMOUNT $x OVERTIME HOURLY RATES (After 4:00 PM weekdays, weekends,and holidays) Description Est. Usage Price/Hr. Total Field Mechanic with 50 Hrs $ $ Truck I V f SO Field Helper 50 Hrs $ SZ SO $ Shop Mechanic 25 Hrs $ 150• °O $ Shop Helper 25 Hrs $ S Z SO $ Skilled Machinist 10 Hrs $ )$7 S o $ Welder(Shop) 10 His $ 16s, 00 $ TOTAL BID AMOUNT $ OVERTIME HOURLY RATES (After 4:00 PM weekdays, weekends,and holidays) Description Est. Usage Price/Hr. Total Welder with truck&equipment for field work (per/hr,) j 0 7/ S O $ Field Helper SZ • S'o :;,02.#,:s4 " SIGNATURE DATE Page 14 of 21 CITY OF PORT ARTHUR, TEXAS BID SHEET PAGE 2OF2 Th—eA" 1 ,(4.ma;40.-‘ 0S-`��� 11 c.. Z/ZJZ 2-7-1/0 COMPANY NAME STREET ADDRESS IGNATURE OF BIDDER P.O. BOX • tj;jar 7;c. 776ta PRINT OR TYPE NAME CITY STATE ZIP 6e,-tr�1 µc. .a�,� UPC/ 7 (7' J-SoO TITLE AREA CODE TELEPHONE NO f,A-1 . Teo.- --yer .cow 1401 769 - 3577 EMAIL FAX NO. • Page 15 of 21 APPENDIX C 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 N Rus�clti Qo�,,,ip„ Title: c ercA ROJA Company: -- �p .��. W crf :o... 0C f 1( - Date: l,� Ze /Zc-) SUBSCRIBED and sworn to before me by the above named �,A.,'z�� r-db'h'"\ on this the 1.-0 day of , 20 Za . ,a.P Notary Public in and for the 31 ;, DESORAH SUE MILLER State of Texas '>rhNotary M JJ12586021 My Commission Expires Fc tc September 29, 2022 My commission expires: Z. Page 16 of 21 APPENDIX D AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they becomedue. �1+✓t Ace r o-.. p 1 elcu i/c• /01 a/Zb Firm Name Date- , Z i Z3 2- 1-1 JU V; d o' 17t . 77 Z Address City/State/Zip Authorized Signature Title QL4J)cll {�eb..-✓a-` c(a4. .769 - /s a° Name (please print) Telephone Email STATE: �►� COUNTY: Orc. . SUBSCRIBED AND SWORN to before me by the above named 1AJ-3d k 00 1:^f on this the 7 day of W , 20 Z'J . ?' of DEBORAH SUE MILLER Notary 1D#125860521 I ��""� •i -�` `� My Commission Expires ► Notary Public '- September 29, 2022 RETURN THIS AFFIDAVIT AS PART OF THE PROPOSAL Page 17 of 21 APPENDIX E 9.7 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This quastlonnstre reflects changes made to the low by H.B.23,Seth Leg.,Regular Session. OfRCEUSEONLY This questionnaire is being Cod in accordance with Chapter 178,Local Government Code,by a vendor who 0„.Rktrh,al has a business relationship as defined by Section 176.001(1-a)with a local govern natal entity and the vendor meets requirements under Section 176.006(n). By low this ouestionndre must be filed with the records administrator of she local governmental entity not tater then the 7th business day alter the dale the vendor t,o..JRfls aware of facts that require the statement to be fled. See Section 176.006(a-1),Local Government Code. A candor commits an offense ft the vendor knowingly violates Section 176.006,Local Government Code.An offense under this section Is a misdemeanor. Li Name of vendor who has a business relationship with local governmental entity. J Check this box If you are filing an update to a previously filed questionnaire.(The law requires that you file all updated completed questionnaire with the appropriate tiling authority not inter than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete cc oacctrate.) Name of local government officer about whom the information is being afitsdosid. da Name of Officer ,J Describe each employment or other business relationship with the local goreen oretrt officer,or a family member of the officer,as described by Section 176.003(ax2xA).Also describe any family relationship with the local government officer. Complete subparts A and Et for each employment or business relationship described.Attach additional pages to this Form CIO as necessary. II 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 No B. Is the vendor receiving or likely to receive taxable Income,other than investment Income,from or at the direction of the focal government officer or a family member of the officer AND the taxable income is not received tram the local governmental entity? nYes n No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation other business entity with respect to which the local government officer serves as an officer or diirectorhds an ownership Interest of one percent or more. I l Check this box if the vendor has given the local government officer or a family member of the officer one Or more gifts 1 as described In Section 176.003(a)(2)(13),excluding gifts described in Section 176.003(a-1). J Signature of vendor doing business with the governmental entity Dote Form provided by Texas Ethics Commission www.ethics-state.tx.us Revised 11r3a2015 rjo- A Page 18 of 21 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at htip://www.statutes.legis.stale.tx.us/ DocsILGPu1m/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 chaffered 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)f2)(A)and(B): (a) A local government officer shall file a conflicts disclosufe 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 dale that the officer becomes aware that (i)a contract between the local governmental entity and vendor has been executed; (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) A vendor shall file a completed conflict of interest questionnaire it the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that focal 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 gilts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 Page 19 of 21 APPENDIX F House Bill 89 Verification I. ��33e11 l'-uo— (Person name), the undersigned representative (hereafter referred to as "Representative") of T3,1t- Aero\o... Ds, �`CYef..r I/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 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 SUBSCRIBED ND SWORN TO BEFORE ME, the undersigned authority, on this Z-0 day of Q , 20 Z.Z. ck 0,, DEBORAH SUE MILLER = Notary ID#125860521 My Commission Expires t 4 f c September 29,2022 piiimpigromipiimmumapik Notary Public Page 20 of 21 APPENDIX G SB 252 CHAPTER 2252 CERTIFICATION 1\ , undersigned and Representative of �t� A�,.o a,.� 04 e • (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. 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. „Put Name of Company Representative (Print) Signature of Company Representative /00 0 Date Page 21 of 21 ACORO® CERTIFICATE OF LIABILITY INSURANCEDATE(MMIDDfYYYY) �� 10/20/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Mark Aldrich Aldrich Insurance Agency, Inc. PHONE (409)287-2755 FAX (409)287-3888 P.O.Box 727 tA�J+�I F"�l' (pfC No). E-MAIL mark@aldrich-insurance.com Sour Lake TX 77659- ADDRFS1. INSURER(S)AFFORDING COVERAGE NAIC# INSURER RER A:Nautilus Insurance Company 17370 INSURED INSURER B;Great American Insurance Co. 16691 Jet Aeration of Texas,LLC INSURER c:Progressive County Mutual 29203 21232 IH 10 INSURER D:Texas Mutual Insurance Company 22945 Vidor TX 77662- INSURER E; INSU RFR F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUeR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE rucn min POLICY NUMBER )rdMlnnIYYYVI 4IHMInnNYYY1 LIMITS A X COMMERCIAL GENERAL UABIUTY X X ECP201723814 02/13/2020 02/13/2021 EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED - 50,000 PRFMISFS(Fa.ovnrrence) $ MED EXP(Any one person) $ 5,000 PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X PE� LOC PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY I I OTHER' $ C AUTOMOBILE LIABILITY X X 03105536-6 05/19/2020 05/19/2021 (Ca0 B8I dent]INGLE LIMIT $ 1,000,000 ANY AUTO BODILY INJURY(Per person) $ X ALL OWNED X SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS /Per nrrident) $ A UMBRELLA LIAR X OCCUR X X FFX201723914 02/13/2020 02/13/2021 1,000,000 EACH OCCURRENCE $ X EXCESSLIAB CLAIMS-MADE, AGGREGATE $ 1,000,000 DFD X RETENTIONS 10,000 $ D WORKERS COMPENSATION X 0001255113 07/10/2020 07/10/2021 X PER OTH- AND EMPLOYERS'LIABIUTY STATUTE ER ANY PROPRIETORJPARTNERIEXECUTIVE NI 'N NIA E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Contractor's Pollution Liability X ECP201723814 02/13/2020 02/13/2021 Per Occurence 1,000,000 B Contractor's Equipment Policy IMP153859704 10/02/2020 10/02/2021 Limit per item 325,000 Rented/Leased Aggregate limit 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additions)Remarks Schedule,may be attached If more space Is required) CERTIFICATE HOLDER CANCELLATION Al 271 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Port Arthur ACCORDANCE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. P.O.Box1089 Port Arthur TX 77641-1089 AUTHORIZED REPRESENTATIVE flt 4 az L I (El1QAR-2f11L Ar`f1RIl(:f1RPORATIAN All rinhtc rncorvorl