Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 21848: AUTHORIZING THE CITY MANAGER TO NEGOTIATE A CONTRACT WITH ERGONOMIC TRANSPORTATION SOLUTION FOR TRAFFIC ENGINEERING DESIGN SERVICES
4 _..._. ... City of urr rtltu � www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: March 12, 2021 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager From: Alberto Elefafo, P.E.,Public Works Director RE: P.R. 21848—Authorization of the City Manager to negotiate a contract with Ergonomic Transportation Solutions, Inc. (ETSI) of Houston,Texas,for traffic engineering design services for the Traffic Division Introduction: This agenda item requests Council's approval for the City Manger to negotiate a contract with Ergonomic Transportation Solutions, Inc. (ETSI) of Houston, Texas, for traffic engineering design services for the Traffic Division. Background: The intersection of Bluebonnet Avenue at Gulfway Drive was recently rendered inoperable during a traffic accident, which removed traffic signals and underground wiring and severely damaged other related appurtenances. The severity of the damages requires the employment of specialized consultants to assist the City in returning the intersection to its pre-accident state. The City issued a request for qualifications from engineering firms qualified to design and specify the needed equipment. Two engineering firms submitted their qualifications for review. A committee consisting of City staff reviewed and evaluated the qualifications of the responders and determined Ergonomic Transportation Solutions, Inc. (ETSI) of Houston, Texas, to be the most qualified responder. Budget Impact: There is no budgetary impact for the negotiation. "Remember,we are here to serve the Citizens of Port Arthur" 444 4th Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 Recommendation: It is recommended that the City of Port Arthur City Council authorize the City Manager to negotiate a contract with Ergonomic Transportation Solutions, Inc. (ETSI) of Houston, Texas, for traffic engineering design services for the Traffic Division. /fcr "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 ?C FAX 409.982.6743 PR No.21848 03/12/2021 FCR Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO NEGOTIATE A CONTRACT WITH ERGONOMIC TRANSPORTATION SOLUTIONS, INC. (ETSI) OF HOUSTON, TEXAS, FOR TRAFFIC ENGINEERING DESIGN SERVICES. WHEREAS, the City of Port Arthur's Traffic Division is responsible for the installation and maintenance of traffic signals and the cabinets containing the equipment that controls the signals throughout the City; and, WHEREAS, the traffic signals located at the intersection of Bluebonnet Avenue at Gulfway Drive were recently rendered inoperable during a traffic accident; and, WHEREAS,the severity of the damages sustained requires the employment of specialized consultants to assist the City in returning the intersection to its pre-accident state; and, WHEREAS, the City issued a request for qualifications from engineering firms as evidenced in Exhibit A; and, WHEREAS,two engineering firms submitted their qualifications for review; and, WHEREAS, City staff determined that, upon review and evaluation of qualifications, Ergonomic Transportation Solutions, Inc. (ETSI) of Houston, Texas, is the most qualified responder as indicated in Exhibit B; 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 of the City of Port Arthur is hereby authorized and directed to negotiate a contract with Ergonomic Transportation Solutions, Inc. (ETSI) of Houston, Texas, to provide traffic engineering design services for the Traffic Division; and, PR No.21848 03/12/2021 FCR Page 2 of 3 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. 2021 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 APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: Valecia Tizeno Ron Burton City Attorney City Manager PR No.21848 03/12/2021 FCR Page 3 of 3 APPROVED AS FOR AVAILABILITY OF FUNDS: Kandy Daniel Interim Director of Finance Alberto Elefailo, P.E. Director of Public Works Clifton illiams, CPP Purchasing Manager EXHIBIT A THURMAN BILL BARTIE,MAYOR RONALD BURTON CHARLOTTE MOSES,MAYOR PRO TEM City of CITY MANAGER D hl COUNCIL MEMBERS: s+/ SHERRI BELLARD,TRMC INGRID HOLMES CITY SECRETARY CAL JONES ort r t It rt r THOMAS KINLAW,III. VAL TIZENO KENNETH MARKS ��ts CITY ATTORNEY DONALD FRANK,SR. February 14,2021 REQUEST FOR QUALIFICATIONS ENGINEERING SERVICES FOR SURVEY AND SIGNAL DESIGN FOR BLUEBONNET AVENUE AND GULFWAY DRIVE INTERSECTION DEADLINE: Sealed qualification submittals must be received and time stamped by 3:00p.m., Central DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central Standard Time, Friday, February 26, 2021. (The clock located in the City Secretary's office will be the official time.) Applicant names will be read aloud beginning at 3:15 p.m. on Friday, February 26, 2021 in the City Council Chambers,City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P21-025 DELIVERY ADDRESS: Please submit one (1) original and three (3) exact duplicate copies of your RFQ 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 this Request for Qualifications and Scope of Work 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 4w Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 The enclosed REQUEST FOR QUALIFICATIONS (RFQ) and accompanying GENERAL INSTRUCTIONS, CONDITIONS and SPECIFICATIONS are for your convenience in submitting qualifications for the enclosed referenced services for the City of Port Arthur. Qualifications must be signed by a person having authority to bind the firm in a contract. Qualifications shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL QUALIFICATIONS 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 RFQ submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted RFQ submittals will not be accepted. Clifton Williams, CPPB Purchasing Manager Page 2 of 19 REQUESTS FOR QUALIFICATIONS ENGINEERING SERVICES FOR SURVEY AND SIGNAL DESIGN FOR BLUEBONNET AVENUE AND GULFWAY DRIVE INTERSECTION (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 19 SPECIFICATIONS ENGINEERING SERVICES FOR SURVEY AND SIGNAL DESIGN FOR BLUEBONNET AVENUE AND GULFWAY DRIVE INTERSECTION PROJECT BACKGROUND The City of Port Arthur (City) intends to engage your firm for professional survey and signal design engineering services to return the Bluebonnet Avenue/Gulfway Drive (SH 87) intersection, a signalized intersection within City limits that was damaged in a traffic accident, to its pre-disaster state. The signals at this intersection were supported via wooden poles and span wire. The signals were powered and controlled by underground wiring, which was maintained in a nearby controller cabinet. In addition to demolishing at least one wooden pole, the traffic incident removed and/or damaged overhead and underground wiring and damaged equipment maintained in the controller cabinet. The City wishes to return the intersection to a signalized state with new metal poles and mast arms that meet TxDOT design criteria and AASHTO specifications. To minimize potential conflicts with existing overhead and underground utilities and to reduce the potential for similar damages, the City proposes combination mast arm poles, where feasible. Additionally, the City proposes the installation of underground wiring to control and power the signals and the controller cabinet and all associated appurtenances. This intersection is not currently connected to a computerized signal system; however, the City reserves the right to request the ability to do so in the future. The intersection is currently controlled by stop signs, and it will be temporarily controlled by portable traffic signals until the intersection is returned to a permanent state. Between January 2021 and June 2021, TxDOT will change the traffic pattern along Gulfway Drive (SH 87). The proposed plans are attached for your reference. The traffic control plan for construction should anticipate a construction sequence as follows: • Maintain existing signal operations while new poles, mast arms, and signal heads are installed; • Install new controller cabinet; • Install new conduit to run new signal wire between the controller and the new signal heads; • Activate new signal heads and deactivate portable traffic signals; and • Remove existing poles used solely for traffic signals, traffic controller, and associated appurtenances. SCOPE OF WORK Work on this project will include, but is not limited to, project planning, surveying, field equipment inventories, intersection base mapping, development of construction documents and estimates, and assisting the City with bidding, inspection during construction, responding to contractor RFIs, and contract closeout. The survey for this project will be conducted using conventional field surveying methods. The engineer will be responsible for determining the survey limits necessary for the design. Page 4 of 19 The plans for the above work shall be prepared in electronic (AutoCAD) format and submitted to the City upon design completion. The designer will be required to identify and attain the permits needed to accomplish the project, provide topographic surveys necessary to prepare construction documents, and, if necessary, boundary surveys (width and dimensions) to acquire any remaining property rights. The designer will be expected to coordinate the input/review of plans with staff, TxDOT, and other pertinent agencies. PROJECT SCHEDULE The City expects the designer to begin work on the design immediately following contract award. The designer will then have a maximum of two months from the date of contract signature to complete its design. The City reserves the right to modify the schedule, as needed Page 5 of 19 The City of Port Arthur requires comprehensive responses to every section within this RFQ. To facilitate the review of the responses, Firms shall follow the described qualification format. The intent of the qualification format requirements is to expedite review and evaluation. It is not the intent to constrain Vendors with regard to content, but to assure that the specific requirements set forth in this RFQ are addressed in a uniform manner amenable to review and evaluation. It is requested that qualification packets be limited to no more than 50 pages, excluding resumes. A. EXPERIENCE 1. Provide a profile of experience for the Engineer and all members of the firm. This section shall include, but not be limited to,the following: a. Experience of team with Traffic Signal Projects — number of years in field, number of Registered (Texas) Engineers in firm. Include a brief description of responsibilities and summary resumes of key professional personnel. Include any specialty certification, which demonstrates special qualification. State any projects. Indicate any additional personnel your firm would anticipate needing to hire, as required, to take on the work for which this response is requested. b. Experience of firm with Traffic Signal Projects—number of years in existence and number of employees. Include a brief overview of the accomplishments of the firm. Included the number of government procurement jobs and duties. Provide office location where each phase of this work will be accomplished. Include names,titles, work addresses, and work telephone numbers of the responsible corporate officer(s) in the proposed office location. c. Knowledge of City of Port Arthur Traffic Signals — Include a brief overview of the Firm's knowledge of the traffic signal systems. State any knowledge of the current condition of the systems. State any previous experience with the City's traffic signal. State any experience with similar size projects in other areas. B. PAST PERFORMANCE 1. Identify and describe the proposed Team's past experience for providing services that are most related to Traffic Signal within the past ten (10) years. For each project, provide the following information. a. Project name, location, and description b. Initial project and projected time for completion c. Final project cost and time for completion d. The Engineer's name and representative who served as the day-to-day liaison during each phase of the project(include telephone number) 2. Identify and describe the proposed Team's past experience on drainage projects 3. Identify and describe the proposed Team's past experience working with municipalities on federal projects. 4. Identify and describe the proposed Team's past experience working in Port Arthur or surrounding areas. 5. Good standing with the Texas Board of Professional Engineers and Land Surveyors Page 6 of 19 C. PROJECT APPROACH 1. Provide a brief description of the firm's plan for accomplishing the v‘ork and services to be provided to the City including, but not limited to: a. Bar schedule of activities for the entire project b. Timeline for completion of project. State ability to meet the two the month timeline. c. Firm availability to begin immediately. d. Staff availability to begin immediately. e. Technical approach to each phase of work. f. Indicate which team member will participate in each area of the work for both the lead firm and any sub-contractors. 2. Briefly describe the firm's approach to anticipating,recognizing and controlling safety risks. 3. Provide any other details regarding special services, products, advantages or other benefits offered to the Owner by your firm. 4. Describe your plan for communicating constructability, phasing, value engineering, and other issues requiring decision-making by the Owner. Page 7 of 19 SELECTION PROCESS All applications will be screened by an evaluation committee and those applicants selected for a short list may be invited to attend an interview, at the applicants own expense. The City shall not incur any costs for applicant preparation and/or submittal of qualifications. The City will evaluate all responses based on the qualifications, past performance and project approach. The City reserves the right to negotiate the final fee prior to recommending any Firm for a contract. The City's process is as follows: 1. 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(Total) 50 pts a-1. Experience of Firm and Personnel 30 pts • Experience with similar Traffic Signal systems of this size • Knowledge and credentials of the personnel assign to this project • Three Reference of Previous Projects • Good standing with the Texas Board of Professional Engineers and Land Surveyors a-2. Knowledge& Experience of Port Arthur Traffic Signal System 20 pts b. Project Approach .40 pts • Ability to meet timeline • Experience of Firm and Personnel • Firm availability • Staff availability • Methodology for completing the requested work c. Complete Submittals 10 pts • Submission of all required documents& information Total ....100 pts 2. City staff shall recommend the most qualified Engineering firm. 3. When services and fees are agreed upon, the selected firm shall be offered a contract subject to City Council approval. 4. This RFQ does not commit the City to pay for any direct and/or indirect costs incurred in the preparation and presentation of a response. All finalist(s) shall pay their own costs incurred in preparing for, traveling to and attending interviews. Page 8 of 19 LETTER OF INTEREST . RFQ—Engineer for Traffic Signal at Bluebonnet&Gulfway Deadline: February 26, 2021 The undersigned firm submits the following information (this RFQ submittal) in response to the Request for Qualifications (as amended by any Addenda), issued by the City of Port Arthur, TX (City) for Engineer for Traffic Signal at Bluebonnet&Gulfway for the City of Port Arthur Enclosed,and by this reference incorporated herein and made a part of this RFP, are the following: ❖ COMPLETED RFQ LETTER OF INTEREST FORM •:• NON-COLLUSION AFFIDAVIT(MUST BE NOTARIZED) •:• AFFIDAVIT(MUST BE NOTARIZED) •:• CONFLICT OF INTEREST ❖ HOUSE BILL 89 VERIFICATION ❖ SB 252CHAPTER 2252 CERTIFICATION 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 RFQ 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 RFQ. Firm accepts all terms of the RFQ submittal process by signing this letter of interest and making the RFQ submittal. This RFQ shall be governed by and construed in all respects according to the laws of the State of Texas. Ergonomic Transportation Solutions, Inc. 2-22-2021 Firm Nam Date 2-22-2021 Autho ized Signat re Title Harry C. Simeonidis, P.E. 713-956-9601 Name(please print) Telephone 5300 Hollister St.,Suite 220, Houston, Texas 77040 Address City/State/Zip hsimeon@etsiteam.com Email . Page 9of19 , Page 19 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: Harry C. Simeonidis, P.E. Title: President Company: Ergonomic Transportation Solutions, Inc. • Date: 2_22-2021 SUBSCRIBED and sworn to before me-the undersigned authority by-Wsa .the� � of,_2o? j on behalf of said bidder. r 4.4„..4..., 4 _Qr.& Not Public in and er� e MELISSA AYALA Sta of Texas +� Ln NOTARY PtJBUC•STATF Of TEXAS i IDA 13203961.7 <� J ` � COMM. EXP.06.12.2023 My commission expires: t�t 12+2.-- , • Page 10 of 19 Page 20 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: C-.5 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. Ergonomic Transportation Solutions, inc. 2-22-2021 Firm Name Date President Authorized Signature Title Harry C. Simeonidis, P.E. 713-956-9601 Name(please print) Telephone hsimeon@etsiteam.com Email STATE: Texas • COUNTY: Harris SUBSCRIBED AND SWORN to before me by the above named Harry C. Simeonidis, P.E. on this the (9; ►v\ day of • ,20 ,A . � MELISSA AYAIA Lid, a e ��..:•�_r e� 0. NOTARY RUSLK•STATE OF TEXAS No at,Public , 10#13205961-7 '_e os 11.i" COMM. EXP.06.12.2023 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 11 of 19 Page 21 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. OFFICEUSEONLY 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 178.001(1-a) with a local governmental entity and the vendor meets requirements under Section 178.006(a). By law this questiormairo must be riled 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 178.008(a-1),Local Government Code. A vendor commits an offense If the vendor knowingly violates Section 178.006, Local.Government Code.An offense under this section Is a misdemeanor. j l Name of vendor who has a business relationship with local governmental entity. Ergonomic Transportation Solutions, Inc. or its staff have no business _Gplationthip with the City of Port Arthur nr any Wits staff -� z l l Check this box If you are filing an update to a previously filed questionnaire.(The law requires that you file an updated ` 1 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. N/A Name of Officer Al 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. • N/A A. Is the local government officer or a family member of the officer receiving or likely to receive taxable Income, other than investment Income,from the vendor? Yes No 8. 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? Ti Yes n No Describe each employment or business relationship that the vendor named In Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. N/A I fl Check this box It the vendor has given the local government officer or a family member of the officer one or more gilts as described In Section 176.003(a)(2)(B), excluding gifts described in Section 176.O03(a-1). Harry C. Simeonidis, P.E. 2-22-2021 Signature of vendor doing business with ne government entity Data Form provided by Texas Ethics Commission www.ethlcs.state.tx.us Revised 11/30."2015 Page 12 of 19 Page 22 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.usi DocslLG/htm/LG.176.htm.For easy reference.below are some of the sections cited on this form. Local Government Code 4 176.001(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 4 176.003(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 has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer.described by Section 176.003(a)(2)(A): (2) has given a local government officer of that local governmental entity.or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1):or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity:or (B) submits to the local governmental entity an application.response to a request for proposals or bids. correspondence. or another writing related to a potential contract with the local governmental entity:or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer.or a family member of the officer.described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a):or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics state tx.us Revised 1/302015 Page 13 of 19 SB 252 CHAPTER 2252 CERTIFICATION I, Harry C. Simeonidis, P.E. ,the undersigned an representative of Ergonomic Transportation Solutions, Inc. (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.1 52 and Section 2252.1 53, 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, 1 will immediately notify the City of Port Arthur Purchasing Department. Harry C. Simeonidis, P.E. Name of Company Representative(Print) Signature of Company Representative 2-22-2021 Date Page 14 of 19 Page 24 House Bill 89 Verification • I, Harry C. Simeonidis, P.E. (Person name), the undersigned representative (hereafter referred to as "Representative") of Ergonomic Transportation Solutions, Inc. _ (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. �nar°uo MEiISSA AYALA NOTARY PUB IC.STATE Os TEXAS ,9 /a+"„ COMM, 05961.7 SIGNATURE OFATURE—,41(OF REPR SE�oe�E EXP.06.12.2023 SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this2204 day of Eeb(k)Ct rt.. , 2011. Nota Public Page 15 of 19 Page 25 GENERAL INFORMATION: 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. 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. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Public Works, 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, Chapter 2251 of Texas Government Code, as amended. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. Page 16 of 19 SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur,Texas,Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and,the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur,TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If,through mistake or otherwise,any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein 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. Page 17 of 19 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 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, Page 18 of 19 b. Property Damage$100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less;or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and$100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15)days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10)days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m.to 5:00 p.m. so that the City will be able to contact the contractor. Page 19 of 19 • r _ mu - -.- t a 3 W .�— ^ " P YL ._ a -, • LY ujW It a . 0 Z n.. (CZ CI 0a O r • `\. 00 i is U U , J ty03 • a i ‘l". . . ‘.. Ot 1 IN 1. .. . ,./.4.. —, •- 4' - . : ...._,.....,... "..„.., ___. . i., ri: -).. .-. . , " ._. . .. •, ~ litf . -' -- . ,,- i...:4.6 : F. - R v- Y i , Li .c. \_, .. - �' 4 qr d • • ,73 , . . 1• R, m C ,N C �'$4 _ 3 t.-,i, c m a , . F. . we WTI-T262 w;LD'fl41 4 ��- �.. o s,��•'ti�ll d o 3 I-i aaaaW. jjjjjjjjj _- ? �y �9 CO _§ 1h.01 Qo— i ZL•111 34111430tH •3AV V019013— c1•.1II 1111 ■ .•111 1,15 -\ •011 'r11 I 10.001 •110 3911 1471tl1 t —09*ZZ1 —' 3AV 3911SnOnv ':5- .4`.{ 111;421. 71 I •U1 '015 o o 1/ IC.20i •rl ' ■r 1.001 •,il — —• 00.901—•—•—•—•--- -3AV OSVd 13— — Ag,I 1.121 Y15 09.101 1,115l � •001 YLS 0.121 -,15,I •l►2•L00I '•0►1SS �� I 56•S01 *ILL . 11l.6l 11 'VIiJ — — C.—.—.—'AAI—B 04N33ftO3 os-sot •r10 ► . '— — I 1C: 1 ►t•01l •r1S 111 L•0L1 -viz-....1. D_ 1 • • rot i i us 50.1,01r { . Ali N1000N TA16 oM0 — — - r7 — 69 5n — — — :•Lul Zit: -�- �„ ••Lt �r — -— •c01 ...is li p..!A;i 0.201 '015 10.101 '1,15 50.511 "al. - 'f. .511 •r1S — — 9vS11 — — — —•— —•'3AV 11VHSNYNI— — u © 11.511 Yl II •511 'CA H%‘.i0 •101 •015 -5 S 2.4 O01 ••.1.150.001 '015 •C11 ',NS •clt MS Y V Peg ON 11 20.011 111 'l, .111 1115 — — SS•96 — ----- - — — - •3A0 0NOC3S— Z4•lll — '31, Vll9O14— 3N11 NO1VH - -i J •.10.100.,'5.111.01 1513A.aw90•0wuW LY'0 001 t0.L 0L054x10....05201.115,4 .3111 1e 1.011,15 0202.42,2 .31 r0 LeaL a _.� .. >s 'Q J�¢w e = d`y3Jt11 d 111 aaaaW CZ O Wx=er �: U =* 5 : . . _a7!i 2,`;® I c� 31113 X71171X11 3l •3Ar JaflBs7t3tA— l6•££t '3ntl NOL53A1r3— lo•sYl / I 'RS ""1 715 L4KCl 7f •ccEL.P1.1 71 I 1/ St• 'r15 •1 00.2[2[t 1 'rls /1 •CK 'US •1.01 ',LS ' I i 11 N•OCI 71 wmp -.00I ',LS 14.1►1 'r15 ipp •UI 'rlS 02.0£I—•—•—.—•---�•--3Ar UNos131a — — I£•101 —•---•—•—••'3Ar S338VH3 DIV 1— IK•4zl •.1S`• •''O11 MS m•MI / 1•LPI 73s .16.1 `_` 11.,- * , ..•k 1714 •e.e, •4, 1 K•$LI 1Ls - - .K1 IIS •tn .Vas 1 1—Se.: ►fs •4111 N.1.11las — — — — 04.1[1 7f /p f•Lcl 'US 4.921 19•1.£1£t — • '3Ar 30Nrtl0 — — '3Ar ALtl38tl .AZ.921 ',IS fC 71 / 'Ki '11.5Y _ _fat •91s ? 0 0 . -u•s21 las 4 1 14421 714 I6,-9a•u1 •"S r % \ , .i.„, was I �z \ \ —4421 ',IS •SCI 'u5 SS•KI 7I 114■1 ��\•• � •sc1 •ras 42•KI •r{ „111. • LI•KI Its itA. ' 44•[21 714 - H•czl 71 i,. rt•cat 71 ; .], 21.czt 71 , -I Wail 'US •/ ta•KI 71 '/I ..Kt •ras —08.251 ' 3413 N�Lg1 3nr 3N lil'OI1' '1S- t6-££l 3413 NJ1r11 •3Ar NOLS3A1VO •rl .I •ul _I OW 11104,7 Callum UI ]AV I O O1+.M a0 115 4.1.30-LOc0,910.IUMM5101n9.,I :71111 t1A IILLI•S 0202/62/1 .310 . 1: nm o • :, • .q _i _ g i .... } {ii - i',17 !• 1111 ..... 4'" _.. _.113. Rte:. Z W • , y Ce Z B� ce Z i:.. m D ; r; 'e 'y ^ a 6 :mak . {' I.- \ ' I ... v ,.... _ . ,, ,,_:,,i." . , _. _ �': 11.per .57-Ar $ y • _. �. • -�_ • .vim- � . .i 'l1 i xr �-} - is _ .^ e p .::...: y 1 .., - _ . - . s ' Or> _ - ; E _ r r•s g m w.s,,i-ZiOZ••140'^W1 -CITY OF PORT ARTHUR,TEXAS r)rt rf ft, ADDENDUM NO. ONE (1) rt February 20,2021 BID FOR: Engineering Services for Survey and Signal Design for Bluebonnet Avenue and Gulfway Drive Intersection The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows Two corrections under the Past Performance heading on page six: • Identify and describe the proposed Team's past experience on "drainage projects " -Please change to "traffic signal projects." • Identify and describe the proposed Team's past experience working with municipalities on federal projects." -This is not a federally-funded project. This project will use City funds only. Correction under the Selection Process header on page eight: • "a-2. Knowledge & Experience of Port Arthur Traffic Signal System 20 pts" - The City does not commonly complete intersection design. With the exception of one intersection, the City's signalized intersections were designed long ago. I am concerned that this weighting will give an unfair advantage to the firm that completed the City's most recent signalization project, which is the exception mentioned in my previous statement. If you have any questions,please contact the Purchasing Division at 409-983-8160. 1. 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(Total) 35 pts a-1. Experience of Firm and Personnel 30 pts • Experience with similar Traffic Signal systems of this size • Knowledge and credentials of the personnel assign to this project • Three Reference of Previous Projects • Good standing with the Texas Board of Professional Engineers and Land Surveyors a-2. Knowledge& Experience of Port Arthur Traffic Signal System 05 pts Page 1 of 2 b. Project Approach .. .55 pts • Ability to meet timeline • Experience of Firm and Personnel • Firm availability • Staff availability • Methodology for completing the requested work c. Complete Submittals 10 pts • Submission of all required documents & information Total ........100 pts NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. C4 aidEetd- ClifWn Williams, CPPB Purchasing Manager Harry C. Simeonidis, P.E. 2-24-2021 • Signature of Proposer Date Ergonomic Transportation Solutions, Inc. Company Vendor Name Page 2 of 2 Page 27 b. Project Approach 55 pts • Ability to meet timeline • Experience of Firm and Personnel • Firm availability • Staff availability • Methodology for completing the requested work c. Complete Submittals 10 pts • Submission of all required documents& information Total ....100 pts NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Cli n Williams, CPPB Purchasing Manager Signature of Proposer Date Company Vendor Name Page 2 of 2 EXHIBIT B i .\ � •2fT = WIIIV)L,� v k E rzt // ~ 2 4. § = ƒ c o w - ^ - , j coei:)111'6. 2 / s - 2 < / \ / — 2 w t / 32eq 2 o E 44 = < .- \ Cnk — — f q ' & _ A 3 L. k ƒ . a / ( ] '( 73 .o 0 7 - v _a. C \ J . C } @ § 2 C m W '/ _ Q %/ w