Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPR 22303: CONTRACT APPROVALS FOR VARIOUS TREATMENT CHEMICALS FOR THE WATER PURIFICATION & WASTEWATER TREATMENT PLANTS fool.J
„, , rthut_
Texas
INTEROFFICE MEMORANDUM
Date: December 20, 2021
To: The Honorable Mayor and City Council
Through: Ronald Burton, City Manager
From: Calvin Matthews, Water Utilities Director
RE: PR 22303 —Contract Approvals for Various Treatment Chemicals for the Water
Purification& Wastewater Treatment Plants
Introduction:
The intent of this Agenda Item is to seek City Council's approval for City Manager to enter into
contracts for various treatment chemicals for the Water Purification and Wastewater Treatment
Plants.
Background:
On November 23,2021,the Purchasing Department solicited bids from seven(7)companies for
seven(7)different treatment chemicals used in water purification and wastewater treatment.The
Bid Tabulation is attached as Exhibit A.
Budget Impact:
The total budgetary impact for these chemicals is $1,029,748.80. Funding for Treatment
Chemicals is available in Water Utilities Account Nos. 410-40-210-5217-00-00-000
(Purification)and 410-40-225-5217-00-00-000 (Wastewater Treatment).
Recommendation:
It is recommended that City Council adopt Proposed Resolution No. 22303, which authorizes
City Manager to enter into contracts for various treatment chemicals for the Water Purification
and Wastewater Treatment Plants.
"Remember,we are here to serve the Citizens of Port Arthur"
k, ,
'
P.R. No. 22303
12/20/21 bw
Page 1 of 3
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE EXECUTION OF CONTRACTS
FOR THE PURCHASE OF WATER AND WASTEWATER TREATMENT
CHEMICALS FOR THE WATER UTILITIES DEPARTMENT WITH
NAPCO CHEMICAL, UNIVAR SOLUTIONS USA, INC., DXI
INDUSTRIES, INC., AIRGAS SPECIALTY PRODUCTS, INC., TANNER
INDUSTRIES, INC., PENCCO, INC., AND CARUS, LLC WITH A
PROJECTED BUDGETARY IMPACT OF $1,029,748.80. BUDGETED
FUNDS ARE AVAILABLE IN WATER PURIFICATION AND
WASTEWATER TREATMENT DIVISIONS ACCOUNT NUMBERS 410-
40-210-5217-00-00-000 & 410-40-225-5217-00-00-000, TREATMENT
CHEMICALS.
WHEREAS, Water Utilities Department routinely utilizes various water and wastewater
treatment chemicals to treat drinking water and wastewater at various treatment facilities
throughout the City; and,
WHEREAS, Purchasing Division has solicited bids for such water and wastewater
treatment chemicals,as delineated in City of Port Arthur Purchasing Policy,and seven(7)vendors
submitted bids as of December 8, 2021; and,
WHEREAS, the bids have been evaluated by Water Utilities and Purchasing (bid
tabulation attached as Exhibit"A"); and,
WHEREAS, due to constant delivery issues with the Anhydrous Ammonia, staff is
recommending that this contract be awarded to both responsive bidders, (i.e., Airgas Specialty
Products and Tanner Industries).
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:
THAT, the City Manager of City of Port Arthur is hereby authorized and directed to
execute, in substantially the same form, one year contracts (with the option to renew for one
additional year) between City of Port Arthur and Napco Chemical, Univar Solutions USA, Inc.,
DXI Industries, Inc., Airgas Specialty Products, Inc., Tanner Industries, Inc., Pencco, Inc. and
P.R. No. 22303
12/20/21 bw
Page 2 of 3
Carus, LLC, for the unit prices shown in the Bid Tabulation (attached as Exhibit "A"), and as
shown in the individual contracts attached as Exhibit(s) "B", "C", "D", "E", "F", "G" and "H";
and,
THAT,City of Port Arthur can terminate any of these contracts at its convenience with ten
days' written notice; and,
THAT,funding for these chemicals is provided in Water Utilities budget; and,
THAT, a copy of the caption of this resolution be spread upon the minutes of the City
Council.
READ, ADOPTED, AND APPROVED THIS day of
2022 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following
vote:AYES: Mayor
Councilmembers:
NOES:
Thurman"Bill"Bartie
Mayor
ATTEST: APPROVED FOR ADMINISTRATION:
Sherri Bellard Ronald Burton
City Secretary City Manager
APPROVED AS TO FORM:
Calvin Matthews, P.E.
Water Utilities Director
,h_ku2/6-1.
Valecia Ti eno
City Attorney
P.R.No. 22303
12/20/21 bw
Page 3 of 3
APPROVED AS TO AVAILABILITY OF FUNDS:
Kandy Daniel
Interim Director or Finance
Clifton Williams, CPPB
Purchasing Manager
Exhibit "A"
(Bid Tabulation)
1
C
O
0
0
EL
0 H i.
70, 'O 7) 77 7-1 70 4t 4t T
• COCO COr_. c zzzzz M
,cr
Td
0 2
J
X
o en F
.C-i .. - V. -C 'O :0 .D ;O c0 Gi
c al CO co m CO CC a $'j ..
G U z z z z z N 0 w
a en
L. v)
N
13:1 Li
.o ,-1 '0'C b '� 'd -b 'b en>, "J
a) ..1 C CO C] al C CO CO = `d a)
j z z z z z z z a
L 0
N
g Pi E
W Ts 00
[r u s. U -1
a � � cu " o eCIO e C•O 0•o •01 CO CO 03 U
d •0 d L �i = V N 0 Z z z Z Z CN >4 .D
F• &-. e e °ON rn - E
L A w a v a
1 p2„ AO F oA; ;
I L .`'
O d O
E>"., C e o
U b 5 co >,
q 0 -a -d -o -b b C7
U CO CO CO C) Ca m d, Ca 0 .
E0 0 0 0 0 z ° N Z w
o ao
U ,".
U
a v 0) w
yX c
C .
O, O O 0 � C
0 F OQ x >, y y E U
y x C C E 0
A E = .O .O Q'
.� 7 O G)
0 o V 0 0 at
ao b b o
o Q a O
.,, Vl es) �l ..1 < X a.
1... E` V) V) F G
z z
�� ~ ►7 a4 c4 O Ca m co Ca a o
er
if ro•
o F
ti G N M 7 en D [--- 44 C ++
v
0
4
co
o
a 0 O 70 0 .O N 70 '. u.,
rip o o o CQ 'co f7L1 }°o Co a`ni a`i
Z z z 0 Z Q o
> E 3 0
c 0
o
0
tel
EA
H
S :v_ -v •v y `i
% H p 'n o M Co CO CO o a0i o
b N z z z Q >-
�, 0
X x
q
\ y
M :C
W 0
1
O
PMCe
d 6
Ei-.. C+
y N E
1 `ry N -Es 0
Cg• u U = o co CO 0.1 •CO co CO CI A , O
'� Q O O 0 0 0; 0 0 ,n ,>-.
• O C -- Z Z Z Z Z Z N• x
F e V y, 0 es1 i
OG 0 C A U o o 0
w
. L. i E=
O :I � Awa
CLAF oky
p u c o u ., 0 o . .-. o v_ 0 >, EX"
C C4 0 0..0 O 0 CO C] Ca CO 0 O 4
3 0 cl ui 00 0 0 0 0 0 0 0 z
U m z U U z z z Z `� in
Go
11 U
-
to N
♦+ .b 'C .d 'D .b .b >
0ri) U 0 CO CO CO CO 01 CO CO 0 0 a>i
rn U z z z z z z C? >"
a N w
Q 00
..l
a) UO .2
.n '
g 'x o O 0 b
O 'd O .. it,... 0 Q
to.
x x C F o
u 8 0 o Q
d :0 .0 0 0 N a 09
A 0 'd C.) U 0 0 i
o
v� ¢ .0 00
Q �.� 0 .
Q 64
j �
-'-- 1) i...
le
�.cn
Z o o o
.' -�- : O• E-, H cn a d '1
• z 0 a m a a ; e
z 0 A E- .a .a .a E- II 3 0 \��
C
It • q y O
cg
E .-. N M Tr h C U 0
y A Q a
Exhibit "B"
PURCHASING CONTRACT AGREEMENT
(Napco Chemical)
PURCHASING CONTRACT
AGREEMENT
THIS AGREEMENT is made this the of , 2022, by and
between an individual, firm partnership or corporation, Napco Chemical, of Spring,
Texas, hereinafter called "Vendor", and the City of Port Arthur, a municipal corporation
organized under the laws of the State of Texas, hereinafter called the "Owner" or "City".
WITNESSETH: That for and in consideration of the payments, terms,
conditions and agreements set forth herein, Owner and Vendor agree as follows:
1 . The term of this Contract shall be for one (1) year, with an option to renew for
one (1) additional year, from the date stated on the Notice to Proceed unless sooner
terminated under the provision hereof. The City can terminate this contract at its
convenience which includes, but not limited to, funding not being available in any budget
cycle, with ten (10) days written notice.
2. The Vendor will provide both 50% Sodium Hydroxide as delineated and
submitted in their bid on December 8, 2021.
3. During the term of this Contract, the Vendor will furnish all of the materials and
supplies, as stated in the advertised bid specifications, described as:
Water Treatment Chemicals
4. The Vendor agrees to deliver all materials on an as-needed basis during the
term of this contract. in the amount of$780.00/ton for 50% Sodium Hydroxide as shown
in the Bid schedule.
5. The term "Contract Documents" means and includes the following:
(A)Agreement
(B) Specifications
(C)General Information
(D)Bid
(E)Addendum
(F) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, administrators, successors and assigns.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed
by their duly authorized officials, this Agreement in two (2) copies each of which shall be
deemed an original on the date first above written.
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CONTRACTOR:
Napco Chemical.
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CITY OF PORT ARTHUR:
City Secretary City Manager
THURMAN BILL BARTIE,MAYOR RONALD BURTON
DONALD FRANK,SR.,MAYOR PRO TEM City of CITY MANAGER
COUNCIL MEMBERS: �j SHERRI BELLARD,
INCTRMC
ID HOLMES ort rth u CITY SECRETARY
CAL JONES
THOMAS KINLAW III Texas VAL TIZENO
KENNETH MARKS CITY ATTORNEY
CHARLOTTE MOSES
NOVEMBER 23,2021
INVITATION TO BID
WATER TREATMENT CHEMICALS
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, December 8, 2021. (The clock located in the City Secretary's
office will be the official time.) All bids received will be read aloud at 3:15 p.m. on
Wednesday, December 8,2021 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,
TX. You are invited to attend.
MARK ENVELOPE: P22-012
DELIVERY ADDRESS: Please submit one (1)original and one (1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4th Floor
PORT ARTHUR,TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid or Scope of Work should be directed in tiiririnz too:
City of Port Arthur, TX
Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641
clifton.williams(aportarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291
Page 1 of 19
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be
placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of
the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed
ITB submittal arrives at the above location by specified deadline regardless of delivery method
chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted.
Clifton Williams, CPPB
Purchasing Manager
Page 2 of 19
INVITATION TO BID
WATER TREATMENT CHEMICALS
(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
THE BIDDER MUST SUBMIT THE FOLLOWING.
A. BID SHEET-PAGE 7
B. NON-COLLUSION AFFIDAVIT-PAGE 8 (MUST BE NOTARIZED)
C. AFFIDAVIT-PAGE 9 (MUST BE NOTARIZED)
D. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT
APPLICABLE ON LINE 1 AND SIGN AT THE BOTTOM.- PAGE 10
E. CHAPTER 2252 CERTIFICATION -PAGE 12
F. HOUSE BILL 89 VERIFICATION -PAGE 13
Page 4 of 19
SPECIFICATIONS FOR WATER TREATMENT
CHEMICALS FOR THE CITY OF PORT
ARTHUR UTILITY OPERATIONS DEPARTMENT
GENERAL INFORMATION
All chemicals specified herein shall conform to Standard 60 of the American United Laboratory
National Standards Institute/National Sanitation Foundation/Underwriter's Laboratory
(ANSI/NSF/UL). Conformance with this Standard must be certified by an agency recognized by
the TCEQ. Each bidder shall provide such certification to the City, with their bid, along with a
current Material Safety Data Sheet(MSDS) for any chemicals supplied per these specifications.
All bids are to be F.O.B. at the specified City delivery location in Port Arthur, Texas. The
delivery points will include the Water Purification Plant at 1101 H.O. Mills Blvd., Main WWTP
at 6300 Procter St. Ext., and the Port Acres WWTP at 2901 W. Hwy. 365, and will be specified
on the order. The WWTP's will only receive shipments of liquid chlorine. The City of Port
Arthur will not accept demurral charges or freight bills. Shippers shall notify the appropriate
City personnel prior to unloading any of the above-mentioned items.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1)year, with the option to extend the contract
for one (1) additional one year period. Shipments are to be made as needed. No price increases
will be allowed for the first ninety (90) days during life of the contracts. The estimated
quantities stated below are supplied as a basis for bidding purposes only. These quantities were
estimated from past experience, and do not obligate the City to purchase these exact amounts
All chemical prices shall be firm for 90 days. Thirty (30) days prior written notice must be
submitted, along with market justification, for any price changes during the life of the contract.
The vendor is required to submit a letter from their supplier to the City of Port Arthur showing
any increase or decrease in price to the vendor by their supplier from the previous month.
Officers of each company must sign this letter. If there is a price decrease to the vendor by their
supplier the City will be given an equal decrease. The City reserves the right to cancel this
contract with fifteen(15)days prior written notice.
The City reserves the right to reject any or all bids, and to waive informalities. The City reserves
the right to award all items to one responsible bidder, or to award by item.
TECHNICAL SPECIFICATIONS
Item No. 1 100% Liquid Chlorine-325 tons (estimated) in one-ton containers
Shipments shall be made in lots of nine tons. Shipments are to be by truck and are to be unloaded
and drums placed in position on City racks, by successful bidder. Liquid Chlorine shall conform
to the latest revision of AWWA Standard B301. All ton cylinders shall be equipped with new or
newly reconditioned valves meeting the Chlorine Institute standard for new valves. All newly
reconditioned valves shall be reconditioned according to the Chlorine Institute's latest
publication. It shall be the sole responsibility of the successful bidder to immediately remove
any ton cylinder failing to meet any requirements of these specifications. The manufacturer or
vendor shall provide an affidavit (signed by an officer of the company) acknowledging that the
Liquid Chlorine to be furnished complies with all applicable requirements of AWWA Standards.
Page 5 of 19
Item No. 2 100% Liquid Chlorine-36,000 lbs. (estimated)in 150 lb. cylinders
Same condition as above Item No. 3, except shipments shall be in 20 cylinder lots, and shall be
unloaded by successful bidder.
Item No.3 23-25% (available fluoride) Hydrofluosilicic Acid - 190,000 lbs. (estimated)
Hydrofluorsilicic Acid shall be supplied by tank truck in 4,000 gallon loads, as ordered. Water
Plant storage connections consist of 2" PVC pipe with a 2" stainless steel female quick coupling.
Static lift required is 17 feet. Hydrofluosilicic Acid shall conform to AWWA Standard B703-89
or latest revision. The manufacturer or vendor shall provide an affidavit signed by an officer of
the company acknowledging that the Hydrofluosilicic Acid furnished complies with all
applicable requirements of AWWA Standards.
Item No. 4 Phosphates - 135,000 lbs (estimated)
Vendor shall furnish an estimated 135,000 pounds of a 50/50 ortho/polyphosphate blend, with
36-40% total phosphate. Each bidder shall provide, with their bid, certification that their
product meets these requirements. Successful bidder must provide water quality analysis to
monitor and verify performance of their product during the life of the contract as follows:
l. Two (2) lead samples and two (2) copper samples may be required for the vendor
to collect and analyze each month. Testing method must be one approved by the
TCEQ and the EPA. This is to monitor the distribution system if any
discrepancies arise.
2. This treatment system is currently in compliance and the successful bidder must
keep the system in compliance or this contract will be terminated.
Item No. 5 50% (by weight) Sodium Hydroxide— 145 dry tons(estimated)
Solution should contain approximately 6.4 lbs. of dry sodium hydroxide per gallon. It should
contain nothing injurious to the health of consumers of water treated. It shall be free of any
foreign material that may cause excessive clogging of strainer or flow control valve. Shipments
shall be made in 4,000 to 4,500 gallon loads as ordered, by tank truck. Supplier shall be
prepared to deliver under the following conditions. Water Plant storage connection consists of
2" PVC pipe with a 2" stainless steel female quick coupling. Static lift required is 20 feet, and
must be blown off with transporter's compressor. The sodium hydroxide to be supplied shall
conform to the American Water Works Association Standard B501-75, or the latest revision of
this standard. The manufacturer or vendor shall provide an affidavit (signed by an officer of the
company) acknowledging that the sodium hydroxide furnished, according to the City of Port
Arthur's order, complies with all applicable requirements of AWWA Standards.
Item No. 6 25% (by weight) Sodium Hydroxide-72 dry tons (estimated)
Same conditions as Item No.1, except solution should contain 3.2 lbs of dry Sodium Hydroxide
per gallon.
Page 6 of 19
Item No. 7 99.995% (by weight) Anhydrous Ammonia - 80,000 pounds(estimated)
Ammonia shall be refrigeration (R) grade, and shall contain nothing injurious to the health of
consumers of water treated. It shall be free of any foreign material that may cause excessive
clogging of strainers or flow regulating devices. The City has it's own 1,460 gallon tank.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1) year. Prices shall be firm for the life of the
contract. The City reserves the right to cancel this contract with (5) days prior written notice.
The term of this contract will he one year with the option to renew for one additional vear.
f'aLze7of19
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Water Treatment Chemicals for Utility Operations
BID DUE DATE: December 8,2021
ITEM# UOM DESCRIPTION UNIT COST
1 DRY TONS 50%SODIUM HYDROXIDE
2 DRY TONS 25% SODIUM HYDROXIDE $ / O/
3 TONS LIQUID CHLORINE(TON CYL.) $
4 LBS LIQUID CHLORINE(150LB CYL.) $
5 LBS ANHYDROUS AMMOINIA $
6 LBS HYDROFLUOSILICIC ACID $
7 LBS PHOSPHATE $ ' 80
Delivery will be made ...6---Days after Receipt of Order.
40,0 gi/ -/ �, 2 31� A/'COMPANY NAME STREET ADDRESS408 ,C5
NAT OF BIDDER P.O. BOX
_ ;.2/%(ef g
PRINT OR TYPE NAME CITY STATE ZIP
/VA . /—
TITLE AREA CODE TELEPHONE NO
ZWeegaid(WhIV/M/Ke9,09
EMAIL FAX NO.
•
Page 8 of 19
CITY OF PORT ARTHUR,TEXAS
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for
the firm bidding this project has violated the antitrust laws of this State, codified at
Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust
laws, nor communicated directly or indirectly the bid made to any competitor or any
other person engaged in the same line of business, nor has the signatory or anyone
acting for the firm, corporation or institution submitting a bid committed any other act of
collusion related to the development and submission of this bid proposal.
Signature:
Printed Name.
Title: c ! A-1
Company:
Date: / _
SUBSCRIBED and sworn to before me by the above named LOt \C.E 'D(Atkl on
this the Lp day of OeLe,i(Y1'x,e , 200- -
�-Ft
- Gabrielle Nicole Notary Public in and for the
�' My Commission E State of Texas
r 09l0212024
y'�g.pf . ID No 13265429,
My commission expires: 01\ - a 0 dui
i
Page 9 of 19
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:
1// 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.
AlltI 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.
y<% 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 beco4eo
„‘ (71-/e--/(7(/GL4 L ap. /2`� r 2/
Firm Name Date
orizeedd Signature Title , /
ge/--/..4--
Name (please print) Telephone
/ ne a ( 47/i/r7C '-'I. ��
Email F____,
STATE: dg 5
COUNTY:
SUBSCRIBED AND SWORN to before me by the above named L a C t, "12-0(L—
on this the Le day of Dec \W ,20a.I _
4# N Gabrielle Nicole Huff doCA C L VtLA
�(� My Commission Exp4res Notary Public
1 h,p 09'02/2024
1 oft`'. ID Ho 132654297
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 10 of 19
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23,84th Leg., Regular Session_
OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date peered
has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the
vendor meets requirements under Section 176.006(a)_ •
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1).Loral Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006.Local Government Code.An
offense under this section is a misdemeanor.
.J Nam of vendor who has a si'n^ess relationship wi governmental entity.
X INZ0 1 1(1e/it- .
this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the dale on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
,J Name of local government officer about whom the information is being disclosed.
Name of Officer
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(aX2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
A_ Is the local government officer or a family member of the officer receiving or likely to receive taxable income.
other than investment income, from the vendor?
Yes No
B. is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income not received tram the
local governmental entity?
Yes No
jj 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.
li
r-i Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(02)(B). excluding gifts described in Section 176.003(a-1).
LI
/ - ''
_ign-- re of vendor doing business with the governmental entity Date
Form provid•. .y Texas Ethics Commission www.ethics_state.tx.us Reiised 11:30.2015
Page 1 I of 19
House Bill 89 Verification
I, d e o4q" (Person name), the undersigned
represents 've (herea er referred to s "Representative") of
(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.
GNATURE OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority. on
this day of Dec9A- \'o* , 20 a1 .
P`4 cs`:rime Nicole Huff
. 1:; My Com^,ss:on Expo
oZ 091021202-
`- Z
:r ID No 532654 ?
NOf-( fy�l� 1h �l0�
Notary Public
Page 13 of 19
SB 252
CHAPTER 2252 CERTIFICATION
I /-44x.([° ,the undersigned an representative
of 1 C4L 0�
(Company or Business Name)
being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code,
Chapter 7252, Section 2252152 and Section 2952.153, certify that the company named above is
not listed on the website of the Comptroller of the State of Texas concerning the listing of
companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I
further certify that should the above-named company enter into a contract that is on said listing
of companies on the website of the Comptroller of the State of Texas which do business with
Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port
Arthur Purchasing Department.
/AA!cam- U.Q C/
Name of Company Representative 'nt)
ature of Company Representative
/2—Z,—2/
Date
Page 14 of 19
INFORMATION TO BIDDERS:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the
City of Port Arthur the required information specified in Bid or Proposal Specifications
listed in this Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS
TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS,
SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The
absence of such a list shall indicate that the bidder has not taken exceptions and the City shall
hold the bidder responsible to perform in strict accordance with the specifications of the
invitation. The City reserves the right to accept any and all or none of the
exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration, or erasure made before opening time must be initialed by the signer of
the bid, guaranteeing authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance
with these specifications. The award shall be made to the responsive, responsible bidder who
submits the best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the
City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such
bids as it shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur
and whose bid is within 5%of the lowest bid price, as provided by Section 271.905 of
the Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this [TB, the terms "Bid" and
Proposal" shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a
complete response to all requirements and questions as directed.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest
Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added
Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure
of certain information concerning persons doing business or seeking to do business with the City
of Port Arthur, including affiliations and business and financial relationships such persons may
have with City of Port Arthur officers. The form can be can be located at the Texas Ethics
Commission website: https://www.ethics.state.tx.us/filinginfo/conflict_forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a
response to this RFP, you acknowledge that you have been notified of the requirements of
Chapter 176 of the Texas Local Government Code and you are representing that you in
compliance with them.
Page 15 of 19
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.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be
made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur
Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or
properly submit any addendum. Failure to acknowledge and submit any addendum may be
cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that
might have been issued before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims
the City of Port Arthur as its principal place of business must have an official business address
(office location and office personnel) in Port Arthur, the principal storage place or facility for the
equipment shall be in Port Arthur and/or the place of domicile for the principal business
owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state
law. Contractors outside the City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit
price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility
Operations, P.O. Box 1089, Port Arthur, Texas 77641.
Page 16 of 19
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of
the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt
Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment
is due 30 days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Port Arthur, Texas, Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulations and codes of the federal, state and local governments
relating to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any personal financial
interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to
assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances
prohibits the City from granting any license, privilege or paying money to any-one owing
delinquent taxes, paving assessments or any money to the City until such debts are paid or until
satisfactory arrangements for payment has been made. Bidders must complete and sign the
AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX
77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the
Contract shall be read and enforced as though each were included herein. If, through mistake or
otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be
amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities
and means, except as herein 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 17 of 19
While the purpose of the specifications is to indicate minimum requirements in the way of
capability,performance, construction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be considered more suitable for the
purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of
the successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color,
or national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate
any of the covenants, agreements or stipulations of this contract, the City shall thereupon have
the right to terminate this contract by giving written notice to the Contractor of such termination
and specifying the effective date thereof, at least fifteen (15) days before the effective date of
such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to
the City for damages sustained by the City by virtue of any breach of the contract by the
Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off
until such time as the exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated
by the City as provided herein, the Contractor will be paid for the service that it has performed
up to the termination date. If this contract is terminated due to fault of the Contractor, the
previous paragraph hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to furnish releases or receipts for any or all persons performing work and
supplying material or service to the Contractor, or any sub-contractors for work under this
contract, if this is deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property
that occurs as a result of his fault or negligence in connection with the work performed until
completion and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor
or permit any sub-contractor to perform any work included in this Contract until he has received
from the City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The 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:
Page 18 of 19
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury $500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less;or
Bodily injury $1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned, non-owned and
hired vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person,
$500,000 per occurrence for bodily injury and $100,000 per occurrence for
property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all
information required (including names of insurance agency, contractor and insurance companies,
and policy numbers, effective dates and expiration dates) and to date and sign and do all other
things necessary to complete and make into valid certificates of insurance and pertaining to the
above listed items, and before commencing any of the work and within the time otherwise
specified, Contractor shall file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any
respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form
should contain a provision that coverage afforded under the policies will not be altered, modified
or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port
Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF
INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as
the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be
filed with the City of Port Arthur not more than ten (10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the
execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed
cannot be issued within such period, the time may be extended by mutual agreement between
OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager
available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to
contact the contractor.
Page 19 of 19
Exhibit "C"
PURCHASING CONTRACT AGREEMENT
(Univar Solutions USA, Inc.)
PURCHASING CONTRACT
AGREEMENT
THIS AGREEMENT is made this the of , 2022, by and
between an individual, firm partnership or corporation, Univar Solutions USA, Inc., of
Dover, Florida, hereinafter called "Vendor", and the City of Port Arthur, a municipal
corporation organized under the laws of the State of Texas, hereinafter called the "Owner"
or "City".
WITNESSETH: That for and in consideration of the payments, terms,
conditions and agreements set forth herein, Owner and Vendor agree as follows:
1. The term of this Contract shall be for one (1) year, with an option to renew for
one (1) additional year, from the date stated on the Notice to Proceed unless sooner
terminated under the provision hereof. The City can terminate this contract at its
convenience which includes, but not limited to, funding not being available in any budget
cycle, with ten (10) days written notice.
2. The Vendor will provide both 25% Sodium Hydroxide as delineated and
submitted in their bid on December 8, 2021 .
3. During the term of this Contract, the Vendor will furnish all of the materials and
supplies, as stated in the advertised bid specifications, described as:
Water Treatment Chemicals
4. The Vendor agrees to deliver all materials on an as-needed basis during the
term of this contract, in the amount of $1,000.00/ton for 25% Sodium Hydroxide, as
shown in the Bid schedule.
5. The term "Contract Documents" means and includes the following:
(A)Agreement
(B)Specifications
(C)General Information
(D)Bid
(E)Addendum
(F) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, administrators, successors and assigns.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed
by their duly authorized officials, this Agreement in two (2) copies each of which shall be
deemed an original on the date first above written.
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CONTRACTOR:
Univar Solutions USA, Inc.
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CITY OF PORT ARTHUR:
City Secretary City Manager
fir.
r•
City of -CITY OF PORT ARTHUR, TEXAS
nrt r►hn ""-` ADDENDUM NO, ONE (I)
tr/ r«x,.
November 30,2021
BID FOR: WATER TREATMENT CHEMICALS
The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter
stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
1. On page 7 the ammonia tank size has changed to 1,000 gal as we replaced it with a new one.
If you have any questions, please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
� Gtie d-
Cl, n Williams,CPPB
Purchasing Manager
4:7 Signature of roposer Date t I
(,,nlyci,/, Aden' S
ompany Vendor Name
THURMAN BILL BARTIE,MAYOR
DONALD FRANK,SR.,MAYOR PRO TF,M1I r x RONALD BURTON
Cih of CITY MANAGER
COUNCIL MEMBERS: SHERRI BELLARD,
TRMC
INGRID HOLMES ZLJ7r!r !r n CITY SECRETARY CAL JONES ��
THOMAS KINLAW III /ctrru -AL TIZENO
KENNETH MARKS
CHARLOTTE MOSES CITY ATTORNEY
NOVEMBER 23,2021
INVITATION TO BID
WATER TREATMENT CHEMICALS
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, December 8, 2021. (The clock located in the City Secretary's
office will be the official time.) All bids received will be read aloud at 3:15 p.m. on
Wednesday, December 8, 2021 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,
TX. You are invited to attend.
MARK ENVELOPE: P22-012
DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET. 4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid or 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
cl ifton.wi ll iamsAportarthurtx.gov
Purchasing Division/Finance Department 1 Purchasing Manager,Clifton Williams,CPPB
P.O.Box 1G89 1444 41h Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291
Page 1 of 19
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be
placed in a sealed envelope. with the Vendor's name and address in the upper left-hand corner of
the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed
ITB submittal arrives at the above location by specified deadline regardless of delivery method
chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted.
0)
Clifton Williams, CPPB
Purchasing Manager
Page 2 of 19
INVITATION TO BID
WATER TREATMENT CHEMICALS
(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 yourpresent work load permit additional work?
Comments/Other SL:ggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City, State, Zip Code: Date:
Page 3 of 19
THE BIDDER MUST SUBMIT THE FOLLOWING.
A. BID SHEET-PAGE 7
B. NON-COLLUSION AFFIDAVIT-PAGE 8(MUST BE NOTARIZED)
C. AFFIDAVIT-PAGE 9 (MUST BE NOTARIZED)
D. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT
APPLICABLE ON LINE I AND SIGN AT THE BOTTOM.- PAGE 10
E. CHAPTER 2252 CERTIFICATION-PAGE 12
F. HOUSE BILL 89 VERIFICATION -PAGE 13
Pan 4of19
SPECIFICATIONS FOR WATER TREATMENT
CHEMICALS FOR THE CITY OF PORT
ARTHUR UTILITY OPERATIONS DEPARTMENT
GENERAL INFORMATION
All chemicals specified herein shall conform to Standard 60 of the American United Laboratory
National Standards Institute/National Sanitation Foundation/Underwriter's Laboratory
(ANSI/NSF/UL). Conformance with this Standard must be certified by an agency recognized by
the TCEQ. Each bidder shall provide such certification to the City. with their bid. along with a
current Material Safety Data Sheet(MSDS) for any chemicals supplied per these specifications.
All bids are to be F.O.B. at the specified City delivery location in Port Arthur, Texas. The
delivery points will include the Water Purification Plant at 1 101 H.O. Mills Blvd., Main WWTP
at 6300 Procter St. Ext., and the Port Acres WWTP at 2901 W. Hwy. 365, and will be specified
on the order. The WWTP's will only receive shipments of liquid chlorine. The City of Port
Arthur will not accept demurral charges or freight bills. Shippers shall notify the appropriate
City personnel prior to unloading any of the above-mentioned items.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1)year, with the option to extend the contract
for one (1) additional one year period. Shipments are to be made as needed. No price increases
will be allowed for the first ninety (90) days during life of the contracts. The estimated
quantities stated below are supplied as a basis for bidding purposes only. These quantities were
estimated from past experience, and do not obligate the City to purchase these exact amounts
All chemical prices shall be firm for 90 days. Thirty (30) days prior written notice must be
submitted, along witli market justification, for any price changes during the life of the contract.
The vendor is required to submit a letter from their supplier to the City of Port Arthur showing
any increase or decrease in price to the vendor by their supplier from the previous month.
Officers of each company must sign this letter. If there is a price decrease to the vendor by their
supplier the City will be Riven an equal decrease. The City reserves the right to cancel this
contract with fifteen (15) days prior written notice.
The City reserves the right to reject any or all bids, and to waive informalities. The City reserves
the right to award all items to one responsible bidder, or to award by item.
TECHNICAL SPECIFICATIONS
Item No. 1 100% Liquid Chlorine- 325 tons (estimated) in one-ton containers
Shipments shall be made in lots of nine tons. Shipments are to be by truck and are to be unloaded
and drums placed in position on City racks, by successful bidder. Liquid Chlorine shall conform
to the latest revision of AWWA Standard B301. All ton cylinders shall be equipped with new or
newly reconditioned valves meeting the Chlorine Institute standard for new valves. All newly
reconditioned valves shall be reconditioned according to the Chlorine Institute's latest
publication. It shall be the sole responsibility of the successful bidder to immediately remove
any ton cylinder failing to meet any requirements of these specifications. The manufacturer or
vendor shall provide an affidavit (signed by an officer of the company) acknowledging that the
Liquid Chlorine to be furnished complies with all applicable requirements of AWWA Standards.
Page 5 of 19
Item No. 2 100% Liquid Chlorine-36,000 lbs. (estimated) in 150 lb. cylinders
Same condition as above Item No. 3. except shipments shall be in 20 cylinder lots, and shall be
unloaded by successful bidder.
Item No. 3 23-25% (available fluoride) Hydrofluosilicic Acid - 190,000 lbs. (estimated)
Hydrofluorsilicic Acid shall be supplied by tank truck in 4,000 gallon loads, as ordered. Water
Plant storage connections consist of 2" PVC pipe with a 2" stainless steel female quick coupling.
Static lift required is 17 feet. Hydrofluosilicic Acid shall conform to AWWA Standard B703-89
or latest revision. The manufacturer or vendor shall provide an affidavit signed by an officer of
the company acknowledging that the Hydrofluosilicic Acid furnished complies with all
applicable requirements of AWWA Standards.
Item No. 4 Phosphates - 135.000 lbs (estimated)
Vendor shall furnish an estimated 135.000 pounds of a 50/50 ortho/polyphosphate blend, with
36-40% total phosphate. Each bidder shall provide, with their bid. certification that their
product meets these requirements. Successful bidder must provide water quality analysis to
monitor and verify performance of their product during the life of the contract as follows:
1. Two (2) lead samples and two (2) copper samples may be required for the vendor
to collect and analyze each month. Testing method must be one approved by the
TCEQ and the EPA. This is to monitor the distribution system if any
discrepancies arise.
2. This treatment system is currently in compliance and the successful bidder must
keep the system in compliance or this contract will be terminated.
Item No. 5 50% (by weight)Sodium Hydroxide— 145 dry tons(estimated)
Solution should contain approximately 6.4 lbs. of dry sodium hydroxide per gallon. It should
contain nothing injurious to the health of consumers of water treated. It shall be free of any
foreign material that may cause excessive clogging of strainer or flow control valve. Shipments
shall be made in 4,000 to 4,500 gallon loads as ordered. by tank truck. Supplier shall be
prepared to deliver under the following conditions. Water Plant storage connection consists of
2" PVC pipe with a 2" stainless steel female quick coupling. Static lift required is 20 feet. and
must be blown off with transporter's compressor. The sodium hydroxide to be supplied shall
conform to the American Water Works Association Standard B501-75. or the latest revision of
this standard. The manufacturer or vendor shall provide an affidavit (signed by an officer of the
company) acknowledging that the sodium hydroxide furnished, according to the City of Port
Arthur's order, complies with all applicable requirements of AWWA Standards.
Item No. 6 25% (by weight) Sodium Hydroxide- 72 dry tons (estimated)
Same conditions as Item No.1. except solution should contain 3.2 lbs of dry Sodium Hydroxide
per gallon.
Page 6 of 19
Item No. 7 99.995% (by weight)Anhydrous Ammonia - 80,000 pounds (estimated)
Ammonia shall be refrigeration (R) grade. and shall contain nothing injurious to the health of
consumers of water treated. It shall be free of any foreign material that may cause excessive
clogging of strainers or flow regulating devices. The City has it's own 1.460 gallon tank.
Successful bidder. or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1) year. Prices shall be firm for the life of the
contract. The City reserves the right to cancel this contract with (5) days prior written notice.
The term of this contract will he one year with the option to renew for one additional year.
Page 7 of 19
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Water Treatment Chemicals for Utility Operations
BID DUE DATE: December 8, 2021
ITEM# UOM DESCRIPTION UNIT COST
1 DRY TONS 50% SODIUM HYDROXIDE $ 880.00/dry ton
2 DRY TONS 25% SODIUM HYDROXIDE $ 1.000.00/dry ton
3 TONS LIQUID CHLORINE (TON CYL.) $ No Bid
4 LBS LIQUID CHLORINE (150LB CYL.) $ No Bid
5 LBS ANHYDROUS AMMOINIA $ No Bid
6 LBS HYDROFLUOSILICIC ACID $550.00/wet ton 23% basis
7 LBS PHOSPHATE S No Bid
Delivery will be made 5 Days after Receipt of Order.
Business days from order placement
Univar Solutions USA Inc. 12720 E US Hwy 92, trl: 427
COMPANY NAM { STREET ADDRESS
SIGNATUR F BIDDE P.O. BOX
Roise Holiday Dover FL 33527
PRINT OR TYPE NAME CITY STATE ZIP
Municipal Specialist 206 653-5075
TITLE AREA CODE TELEPHONE NO
muniteam-westO.univarsolutions.com -0-
EMAIL FAX NO.
Page 8of19
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: /AN ,
/ , ').___.::
Printed Name: `'
Roise Holiday
Title:
Municipal Specialist
Company. Univar Solutions USA Inc.
Date:
11/30/2021
SUBSCRIBED and sworn to before me by the above named Roise Holiday on
this the 30th day of November 20 21
otary Pubii/and for the (-/-
State of-cxo3 .-�'/7i o
My commission expires: "~-/ '- &Lt7 4
`` tiiiiiii,,
`�,0c\GGLE, ,vpT,ii
%iJo`Niy OF80,, y9�i:i
•j „Si, .Erv'XP 8" \O ��
s°,'��;0`y 0,``N�
Page 9 cif 19
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:
V I hereby certify that I do not have outstanding debts with the City of Port Arthur. 1
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.
Univar Solutions USA Inc. 11/3012021
Firm me Date
at."
/ Municipal Specialist
Authorized Signature J Title
Roise Holiday 206-653-5075
Name (please print) Telephone
muniteam-west@univarsolutions.com
Email •
STATE: (C Lo'
COUNTY:yg �,'
SUBSCRIBED AND SWORN to before me by the above named Roise Holiday _
on this the 30th --- day of. November _ 20 21
)26z.e. ,
•
Notary Pub ' 14
\4P\GGLF, N° i,,` '
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL ��`,�\\kjY OF e�T. g9�''
Page 10 of 19 ',0/1 tr►Ot1oto�```•
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects ch?nges made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176,Local Government Code. by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006,Local Government Code.An
offense under this section is a misdemeanor.
J Name of vendor who has a business relationship with local governmental entity.
Univar Solutions USA Inc.
?1
Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
Name of local government officer about whom the information is being disclosed.
City of Port Arthur
Name of Officer
J Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income.
other than Investment income, from the vendor?
EjYes ElNo
B. Is the vendor receiving or likely to receive taxable income,other than investment income:from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
nYes n No
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
n/a
f l Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
l as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
J
11/30/2021
gnature o v dor doi g business th emmentai entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
Page 11 of 19
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:Iiwww,statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-a):'Business relationship"means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal.state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a)A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
;2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds$2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed.
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed:or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code§176.006(a)and(a-1)
(a) A vendor 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 11;30/2015
Pane 12 of 19
House Bill 89 Verification
I, Roise Holiday (Person name), the undersigned
representative (hereafter referred to as '`Representative") of
Univar Solutions USA 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.
S GNATURE F REPRESENtATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on
this 30th day of November . 20 21
\_Iwittittl,,' ,
`�" ,\GGLE, No!,,,
de_Le. ``�y o�l'i OF 80)•/C9,9'ice
d
Notary Public 'ey _
_ '"""",.
=_1 ti
p osi S 'N.EXP. e\o 4.`
i'fi"I P& OF O```‘�
iitltt1110
Page 13 of 19
SB 252
CHAPTER 2252 CERTIFICATION
Roise Holiday the undersigned an representative
of Univar Solutions USA 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 2252.152 and Section 2252.153, certify that the company named above is
not listed on the website of the Comptroller of the State of Texas concerning the listing of
companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I
further certify that should the above-named company enter into a contract that is on said listing
of companies on the website of the Comptroller of the State of Texas which do business with
Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port
Arthur Purchasing Department.
Roise Holiday
Name of Company Representative (Print)
\.
Signature of ompany Re ntative
11/30/2021
Date
Page 14 of 19
INFORMATION TO BIDDERS:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the
City of Port Arthur the required information specified in Bid or Proposal Specifications
listed in this Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS
TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS,
SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The
absence of such a list shall indicate that the bidder has not taken exceptions and the City shall
hold the bidder responsible to perform in strict accordance with the specifications of the
invitation. The City reserves the right to accept any and all or none of the
exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration, or erasure made before opening time must be initialed by the signer of
the bid, guaranteeing authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance
with these specifications. The award shall be made to the responsive, responsible bidder who
submits the best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the
City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such
bids as it shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur
and whose bid is within 5%of the lowest bid price, as provided by Section 271.905 of
the Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and
Proposal" shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a
complete response to all requirements and questions as directed.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest
Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added
Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure
of certain information concerning persons doing business or seeking to do business with the City
of Port Arthur, including affiliations and business and financial relationships such persons may
have with City of Port Arthur officers. The form can be can be located at the Texas Ethics
Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a
response to this RFP, you acknowledge that you have been notified of the requirements of
Chapter 176 of the Texas Local Government Code and you are representing that you in
compliance with them.
Page 15 of 19
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.
ADDENDA: Any interpretations. corrections or changes to the ITB and Specifications will be
made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur
Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or
properly submit any addendum. Failure to acknowledge and submit any addendum may be
cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that
might have been issued before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims
the City of Port Arthur as its principal place of business must have an official business address
(office location and office personnel) in Port Arthur, the principal storage place or facility for the
equipment shall be in Port Arthur and/or the place of domicile for the principal business
owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state
law. Contractors outside the City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics. the unit
price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur. Attn.: Utility
Operations, P.O. Box 1089, Port Arthur. Texas 77641.
Page 16 of 19
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of
the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt
Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment
is due 30 days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Port Arthur, Texas, Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulations and codes of the federal, state and local governments
relating to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program. shall have any personal financial
interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to
assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances
prohibits the City from granting any license, privilege or paying money to any-one owing
delinquent taxes, paving assessments or any money to the City until such debts are paid or until
satisfactory arrangements for payment has been made. Bidders must complete and sign the
AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B.. City of Port Arthur, Port Arthur, TX
77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the
Contract shall be read and enforced as though each were included herein. If. through mistake or
otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be
amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner, perform all work and furnish all supplies and materials, machinery. equipment. facilities
and means, except as herein 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 17 of 19
While the purpose of the specifications is to indicate minimum requirements in the way of
capability, performance, construction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be considered more suitable for the
purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of
the successful bidder.
Under the Title VI of the Civil Rights Act of 1964. no person shall, on the grounds of race, color.
or national origin, be excluded from participation in. be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If. through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate
any of the covenants, agreements or stipulations of this contract, the City shall thereupon have
the right to terminate this contract by giving written notice to the Contractor of such termination
and specifying the effective date thereof, at least fifteen (15) days before the effective date of
such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to
the City for damages sustained by the City by virtue of any breach of the contract by the
Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off
until such time as the exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated
by the City as provided herein, the Contractor will be paid for the service that it has performed
up to the termination date. If this contract is terminated due to fault of the Contractor, the
previous paragraph hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to furnish releases or receipts for any or all persons performing work and
supplying material or service to the Contractor, or any sub-contractors for work under this
contract, if this is deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property
that occurs as a result of his fault or negligence in connection with the work performed until
completion and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor
or permit any sub-contractor to perform any work included in this Contract until he has received
from the City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The 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 thi3 contract, whether the operations be
by himself or by any subcontractor or by anyone directly of 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:
Page 18 of 19
2. Commercial General Liability occurrence type insurance City of Port Arthur. its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury $500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury $1,000.000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount: and.
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned, non-owned and
hired vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence. for bodil\
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
Exhibit "D"
PURCHASING CONTRACT AGREEMENT
(DXI Industries, Inc.)
PURCHASING CONTRACT
AGREEMENT
THIS AGREEMENT is made this the of , 2022, by
and between an individual, firm partnership or corporation, DXI Industries, Inc., of
Houston, Texas, hereinafter called "Vendor", and the City of Port Arthur, a municipal
corporation organized under the laws of the State of Texas, hereinafter called the "Owner"
or "City".
WITNESSETH: That for and in consideration of the payments, terms, conditions
and agreements set forth herein, Owner and Vendor agree as follows:
1 . The term of this Contract shall be for one (1) year, with an option to renew for one
(1) additional year, from the date stated on the Notice to Proceed unless sooner
terminated under the provision hereof. The City can terminate this contract at its
convenience which includes, but not limited to, funding not being available in any budget
cycle with ten (10) days written notice.
2. The Vendor will provide 1 ton Liquid Chlorine Cylinders and 150 lbs. Chlorine
Tablets, as delineated and submitted in their bid on December 8, 2021.
3. During the term of this Contract, the Vendor will furnish all of the materials and
supplies, as stated in the advertised bid specifications, described as:
Water Treatment Chemicals
4. The Vendor agrees to deliver all materials on an as-needed basis during the term
of this contract, in a not-to-exceed maximum amount of
$1,776/ton) for 1 ton Chlorine Cylinders
$1.2733/Ib) for 150 lb Chlorine Cylinders
as shown in the Bid schedule.
5. The term "Contract Documents" means and includes the following:
(A)Agreement
(B) Specifications
(C)General Information
(D)Bid
(E)Addendum
(F) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by
their duly authorized officials, this Agreement in two (2) copies each of which shall be
deemed an original on the date first above written.
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CONTRACTOR:
DXI Industries, Inc.
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CITY OF PORT ARTHUR:
City Secretary City Manager
;,,.of -CITY OF PORT ARTHUR,TEXAS
orf rrhur'r~ ADDENDUM NO. ONE (1)
Teuis
November 30, 2021
BID FOR: WATER TREATMENT CHEMICALS
The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter
stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
1. On page 7 the ammonia tank size has changed to 1,000 gal as we replaced it with a new one.
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
CIA Williams. CPPB
Purchasing Manager
November 30, 2021
ignature of Pro ser Date
DXI Industries, Inc.
Company Vendor Name
•
,THURMAN BILL BARTIE,MAYOR RONALD BURTON
DONALD FRANK,SR.,MAYOR PRO TEM City of CITY MANAGER
COUNCIL MEMBERS: � . SHERRI BELLARD,
TRMC T�
INGRID HOLMES u r t r i It tt r CITY SECRETARY
CAL JONES
THOMAS KINLAW III I`..U'� VAL TIZENO
KENNETH MARKS CITY ATTORNEY
CHARLOTTE MOSES
NOVEMBER 23, 2021
INVITATION TO BID
WATER TREATMENT CHEMICALS
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, December 8, 2021. (The clock located in the City Secretary's
office will be the official time.) All bids received will be read aloud at 3:15 p.m. on
Wednesday, December 8, 2021 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,
TX. You are invited to attend.
MARK ENVELOPE: P22-012
DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET,4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid or 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 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291
Page 1 of 19
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be
placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of
the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed
ITB submittal arrives at the above location by specified deadline regardless of delivery method
chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted.
Clifton Williams, CPPB
Purchasing Manager
Page 2 of 19
INVITATION TO BID
WATER TREATMENT CHEMICALS
(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
THE BIDDER MUST SUBMIT THE FOLLOWING.
A. BID SHEET—PAGE 7
B. NON-COLLUSION AFFIDAVIT—PAGE 8 (MUST BE NOTARIZED)
C. AFFIDAVIT—PAGE 9 (MUST BE NOTARIZED)
D. CONFLICT OF INTEREST—(IF NO CONFLICT WRITE N/A OR NOT
APPLICABLE ON LINE 1 AND SIGN AT THE BOTTOM.- PAGE 10
E. CHAPTER 2252 CERTIFICATION—PAGE 12
F. HOUSE BILL 89 VERIFICATION—PAGE 13
Page 4 of 19
SPECIFICATIONS FOR WATER TREATMENT
CHEMICALS FOR THE CITY OF PORT
ARTHUR UTILITY OPERATIONS DEPARTMENT
GENERAL INFORMATION
All chemicals specified herein shall conform to Standard 60 of the American United Laboratory
National Standards Institute/National Sanitation Foundation/Underwriter's Laboratory
(ANSI/NSF/UL). Conformance with this Standard must be certified by an agency recognized by
the TCEQ. Each bidder shall provide such certification to the City, with their bid, along with a
current Material Safety Data Sheet(MSDS) for any chemicals supplied per these specifications.
All bids are to be F.O.B. at the specified City delivery location in Port Arthur, Texas. The
delivery points will include the Water Purification Plant at 1101 H.O. Mills Blvd., Main WWTP
at 6300 Procter St. Ext., and the Port Acres WWTP at 2901 W. Hwy. 365, and will be specified
on the order. The WWTP's will only receive shipments of liquid chlorine. The City of Port
Arthur will not accept demurral charges or freight bills. Shippers shall notify the appropriate
City personnel prior to unloading any of the above-mentioned items.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one(1) year, with the option to extend the contract
for one (1) additional one year period. Shipments are to be made as needed. No price increases
will be allowed for the first ninety (90) days durinr life of the contracts. The estimated
quantities stated below are supplied as a basis for bidding purposes only. These quantities were
estimated from past experience, and do not obligate the City to purchase these exact amounts
All chemical prices shall be firm for 90 days. Thirty (30) days prior written notice must be
submitted, along with market justification, for my price changes during the life of the contract.
The vendor is required to submit a letter from their supplier to the City of Port Arthur showing
any increase or decrease in price to the vendor by their supplier from the previous month.
Officers of each company must sign this letter. If there is a price decrease to the vendor by their
supplier the City will be riven an equal decrease. The City reserves the right to cancel this
contract with fifteen (15) days prior written notice.
The City reserves the right to reject any or all bids, and to waive informalities. The City reserves
the right to award all items to one responsible bidder, or to award by item.
TECHNICAL SPECIFICATIONS
Item No. 1 100% Liquid Chlorine-325 tons (estimated) in one-ton containers
Shipments shall be made in lots of nine tons. Shipments are to be by truck and are to be unloaded
and drums placed in position on City racks, by successful bidder. Liquid Chlorine shall conform
to the latest revision of AWWA Standard B301. All ton cylinders shall be equipped with new or
newly reconditioned valves meeting the Chlorine Institute standard for new valves. All newly
reconditioned valves shall be reconditioned according to the Chlorine Institute's latest
publication. It shall be the sole responsibility of the successful bidder to immediately remove
any ton cylinder failing to meet any requirements of these specifications. The manufacturer or
vendor shall provide an affidavit (signed by an officer of the company) acknowledging that the
Liquid Chlorine to be furnished complies with all applicable requirements of AWWA Standards.
Page 5 of 19
Item No. 2 100% Liquid Chlorine-36,000 lbs. (estimated) in 150 lb. cylinders
Same condition as above Item No. 3, except shipments shall be in 20 cylinder lots, and shall be
unloaded by successful bidder.
Item No. 3 23-25% (available fluoride) Hydrofluosilicic Acid - 190,000 lbs. (estimated)
Hydrofluorsilicic Acid shall be supplied by tank truck in 4,000 gallon loads, as ordered. Water
Plant storage connections consist of 2" PVC pipe with a 2" stainless steel female quick coupling.
Static lift required is 17 feet. Hydrofluosilicic Acid shall conform to AWWA Standard B703-89
or latest revision. The manufacturer or vendor shall provide an affidavit signed by an officer of
the company acknowledging that the Hydrofluosilicic Acid furnished complies with all
applicable requirements of AWWA Standards.
Item No.4 Phosphates- 135,000 lbs (estimated)
Vendor shall furnish an estimated 135,000 pounds of a 50/50 ortho/polyphosphate blend, with
36-40% total phosphate. Each bidder shall provide, with their bid, certification that their
product meets these requirements. Successful bidder must provide water quality analysis to
monitor and verify performance of their product during the life of the contract as follows:
1. Two (2) lead samples and two (2) copper samples may be required for the vendor
to collect and analyze each month. Testing method must be one approved by the
TCEQ and the EPA. This is to monitor the distribution system if any
discrepancies arise.
2. This treatment system is currently in compliance and the successful bidder must
keep the system in compliance or this contract will be terminated.
Item No. 5 50% (by weight) Sodium Hydroxide—145 dry tons (estimated)
Solution should contain approximately 6.4 lbs. of dry sodium hydroxide per gallon. It should
contain nothing injurious to the health of consumers of water treated. It shall be free of any
foreign material that may cause excessive clogging of strainer or flow control valve. Shipments
shall be made in 4,000 to 4,500 gallon loads as ordered, by tank truck. Supplier shall be
prepared to deliver under the following conditions. Water Plant storage connection consists of
2" PVC pipe with a 2" stainless steel female quick coupling. Static lift required is 20 feet, and
must be blown off with transporter's compressor. The sodium hydroxide to be supplied shall
conform to the American Water Works Association Standard B501-75, or the latest revision of
this standard. The manufacturer or vendor shall provide an affidavit (signed by an officer of the
company) acknowledging that the sodium hydroxide furnished, according to the City of Port
Arthur's order, complies with all applicable requirements of AWWA Standards.
Item No. 6 25% (by weight) Sodium Hydroxide-72 dry tons (estimated)
Same conditions as Item No.1, except solution should contain 3.2 lbs of dry Sodium Hydroxide
per gallon.
Page 6 of 19
Item No. 7 99.995% (by weight)Anhydrous Ammonia -80,000 pounds (estimated)
Ammonia shall be refrigeration (R) grade, and shall contain nothing injurious to the health of
consumers of water treated. It shall be free of any foreign material that may cause excessive
clogging of strainers or flow regulating devices. The City has it's own 1,460 gallon tank.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1)year. Prices shall be firm for the life of the
contract. The City reserves the right to cancel this contract with (5)days prior written notice.
The term of this contract will be one year with the option to renew for one additional year.
Page 7 of 19
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Water Treatment Chemicals for Utility Operations
BID DUE DATE: December 8, 2021
ITEM# UOM DESCRIPTION UNIT COST
1 DRY TONS 50% SODIUM HYDROXIDE $ 950.00/ DST
2 DRY TONS 25% SODIUM HYDROXIDE $ 1025.00 DST
3 TONS LIQUID CHLORINE (TON CYL.) S thESS 1 -4-6 14-o'\
4 LBS LIQUID CHLORINE (150LB CYL.) $ 1.2733
N/A
5 LBS ANHYDROUS AMMOINIA $
6 LBS HYDROFLUOSILICIC ACID $ N/A
7 LBS PHOSPHATE $ N/A
Delivery will be made 3 Days after Receipt of Order.
DXI Industries,Inc. 1919 Jacintoport Blvd/
COMPANY NAME STREET ADDRESS
24600
SI ATU OF BID P.O.BOX
Joseph E Johnston Houston TX 77229
PRINT OR TYPE NAME CITY STATE ZIP
Territory Manager (218) 457-4828
TITLE AREA CODE TELEPHONE NO
johnston@dxgroup.com (281)457 4807
EMAIL FAX NO.
Page 8 of 19
CITY OF PORT ARTHUR,TEXAS
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
§
STATE OF TEXAS §
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for
the firm bidding this project has violated the antitrust laws of this State, codified at
Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust
laws, nor communicated directly or indirectly the bid made to any competitor or any
other person engaged in the same line of business, nor has the signatory or anyone
acting for the firm, corporation or institution submitting a bid committed any other act of
collusion related to the development and submission of this bid proposal.
Signature:
Printed Name: R. C. Karm
Title:
President
Company: DXI Industries, Inc.
Date: 12/01/2021
SUBSCRIBED and sworn to before me by the above named R. C. Karm on
this the 1st day of December , 20 21 .
2aJey,6 "art6
Notary Publ. in and for the
State of Te s
My commission expires: 02/06/2023
\��pyp���, BEVERL S BATES
..?,:pi!.
. :Notary Public,EY State. of Texas
?'9':*rQi Comm. Expires 02-06-2023
'',4, � Notary ID 12446160-0
Page 9 of 19
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:
XX 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.
DXI Industries, Inc. 12/01/2021
Firm Name Date
President
Authorized Signature Title
R. C. Karm 713-863-1947
Name(please print) Telephone
rkarm@dxgroup.com
Email
STATE: Texas
COUNTY: Harris
SUBSCRIBED AND SWORN to before me by the above named R. C. Karm
on this the 1st day of December , 2021 .
hz
Notary Pu
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
iJtAn:,fiaio� BEVERLEY S. BATES
::°� ; :Notary Public,State of Texas
Page 10 of 19 Comm.Expires 02-06-2023
'o.,;;,.. Notary ID 12446160-0
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg-, Regular Session. OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An
offense under this section is a misdemeanor.
,J Name of vendor who has a business relationship with local governmental entity.
DXI Industries, Inc.
J
Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
None
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
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Yes n No
B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
nYes n No
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director,or holds an
ownership interest of one percent or more.
Ti Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(8), excluding gifts described in Section 176.003(a-1).
R C.Karm,President
DXI Industries,Inc. 12 01/2021
ignature o ven or ing business with e governmental entity Date
Form provided by Texas Ethics Commission www ethics.state.tx.us Revised 11/30/2015
Page 11 of 19
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-al:"Business relationship"means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds$2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed;or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code§176.006(a)and(a-1)
(a) A vendor 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 11/30/2015
Page 12 of 19
House Bill 89 Verification
I, R. C. Karm (Person name), the undersigned
representative (hereafter referred to as "Representative") of
DXI Industries, 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.
SIGNATURE OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on
this 1st day of December , 20 21
./ . /50h-J
Notary Public
°um', BEVERLEY S. BATES
NipAr•PL9
r?;' ��=Notary Public, State of Texas
': .•P Comm. Expires 02-06-2023
i9jp OF�.`�
,,,rr���,.� Notary ID 12446160-0 Page 13 of 19
SB 252
CHAPTER 2252 CERTIFICATION
I, R. C. Karm , the undersigned an representative
of DXI Industries, 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 2252.152 and Section 2252.153, certify that the company named above is
not listed on the website of the Comptroller of the State of Texas concerning the listing of
companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I
further certify that should the above-named company enter into a contract that is on said listing
of companies on the website of the Comptroller of the State of Texas which do business with
Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port
Arthur Purchasing Department.
R. C. Karm, President, DXI Industries, Inc.
Name of Company Representative(Print)
Signature of Company Representative
12/01/2021
Date
Page 14 of 19
INFORMATION TO BIDDERS:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the
City of Port Arthur the required information specified in Bid or Proposal Specifications
listed in this Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS
TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS,
SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The
absence of such a list shall indicate that the bidder has not taken exceptions and the City shall
hold the bidder responsible to perform in strict accordance with the specifications of the
invitation. The City reserves the right to accept any and all or none of the
exception(s)/substitutions(s)deemed to be in the best interest of the City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration, or erasure made before opening time must be initialed by the signer of
the bid, guaranteeing authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance
with these specifications. The award shall be made to the responsive, responsible bidder who
submits the best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the
City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such
bids as it shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur
and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of
the Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and
Proposal" shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a
complete response to all requirements and questions as directed.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest
Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added
Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure
of certain information concerning persons doing business or seeking to do business with the City
of Port Arthur, including affiliations and business and financial relationships such persons may
have with City of Port Arthur officers. The form can be can be located at the Texas Ethics
Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a
response to this RFP, you acknowledge that you have been notified of the requirements of
Chapter 176 of the Texas Local Government Code and you are representing that you in
compliance with them.
Page 15 of 19
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.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be
made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur
Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or
properly submit any addendum. Failure to acknowledge and submit any addendum may be
cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that
might have been issued before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims
the City of Port Arthur as its principal place of business must have an official business address
(office location and office personnel) in Port Arthur, the principal storage place or facility for the
equipment shall be in Port Arthur and/or the place of domicile for the principal business
owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state
law. Contractors outside the City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit
price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility
Operations,P.O. Box 1089, Port Arthur,Texas 77641.
Page 16 of 19
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of
the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt
Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment
is due 30 days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Port Arthur, Texas, Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulations and codes of the federal, state and local governments
relating to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any personal financial
interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to
assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances
prohibits the City from granting any license, privilege or paying money to any-one owing
delinquent taxes, paving assessments or any money to the City until such debts are paid or until
satisfactory arrangements for payment has been made. Bidders must complete and sign the
AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX
77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the
Contract shall be read and enforced as though each were included herein. If, through mistake or
otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be
amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities
and means, except as herein 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 17 of 19
While the purpose of the specifications is to indicate minimum requirements in the way of
capability,performance, construction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be considered more suitable for the
purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of
the successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color,
or national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate
any of the covenants, agreements or stipulations of this contract, the City shall thereupon have
the right to terminate this contract by giving written notice to the Contractor of such termination
and specifying the effective date thereof, at least fifteen (15) days before the effective date of
such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to
the City for damages sustained by the City by virtue of any breach of the contract by the
Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off
until such time as the exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated
by the City as provided herein, the Contractor will be paid for the service that it has performed
up to the termination date. If this contract is terminated due to fault of the Contractor, the
previous paragraph hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to furnish releases or receipts for any or all persons performing work and
supplying material or service to the Contractor, or any sub-contractors for work under this
contract, if this is deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property
that occurs as a result of his fault or negligence in connection with the work performed until
completion and fmal 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:
Page 18 of 19
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury $500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury $1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage$100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned, non-owned and
hired vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person,
$500,000 per occurrence for bodily injury and $100,000 per occurrence for
property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all
information required(including names of insurance agency, contractor and insurance companies,
and policy numbers, effective dates and expiration dates) and to date and sign and do all other
things necessary to complete and make into valid certificates of insurance and pertaining to the
above listed items, and before commencing any of the work and within the time otherwise
specified, Contractor shall file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any
respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form
should contain a provision that coverage afforded under the policies will not be altered, modified
or canceled unless at least fifteen(15) days prior written notice has been given to the City of Port
Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF
INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as
the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be
filed with the City of Port Arthur not more than ten (10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the
execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed
cannot be issued within such period, the time may be extended by mutual agreement between
OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager
available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to
contact the contractor.
Page 19 of 19
Exhibit "E"
PURCHASING CONTRACT AGREEMENT
(Airgas Specialty Products, Inc.)
PURCHASING CONTRACT
AGREEMENT
THIS AGREEMENT is made this the of , 2022, by
and between an individual, firm partnership or corporation, Airgas Specialty Products,
Inc., of Southampton, Pennsylvania, hereinafter called "Vendor", and the City of Port
Arthur, a municipal corporation organized under the laws of the State of Texas,
hereinafter called the "Owner" or "City".
WITNESSETH: That for and in consideration of the payments, terms, conditions
and agreements set forth herein, Owner and Vendor agree as follows:
1 . The term of this Contract shall be for one (1) year, with an option to renew for one
(1) additional year, from the date stated on the Notice to Proceed unless sooner
terminated under the provision hereof. The City can terminate this contract at its
convenience which includes, but not limited to, funding not being available in any budget
cycle with ten (10) days written notice.
2. The Vendor will be the primary provider of Anhydrous Ammonia, as delineated
and submitted in their bid on December 8, 2021 .
3. During the term of this Contract, the Vendor will furnish all of the materials and
supplies, as stated in the advertised bid specifications, described as:
Water Treatment Chemicals
4. The Vendor agrees to deliver all materials on an as-needed basis during the term
of this contract, in the amount of $0.92/Ibs for Anhydrous Ammonia as shown in the
Bid schedule.
5. The term "Contract Documents" means and includes the following:
(A)Agreement
(B) Specifications
(C)General Information
(D)Bid
(E)Addendum
(F) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by
their duly authorized officials, this Agreement in two (2) copies each of which shall be
deemed an original on the date first above written.
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CONTRACTOR:
Airgas Specialty Products, Inc.
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CITY OF PORT ARTHUR:
City Secretary City Manager
DocuSign Envelope ID.54ADCA9B-546C-4D00-A3AS-7 568C0779
-CITY OF PORT ARTHUR,TEXAS
ADDENDUM NO. ONE (1)
November 30,2021
BID FOR: WATER TREATMENT CHEMICALS
The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter
stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
1. On page 7 the ammonia tank size has changed to 1,000 gal as we replaced it with a new one.
If you have any questions, please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
(i AH. A-
Clif(Sn Williams, CPPB
Purchasing Manager
t , (49 12/3/2021
Signature of Proposer Date
Airgas Specialty Products, Inc.
Company Vendor Name
THURMAN BILL BARTIE,MAYOR ` 6� RONALD BURTON
DONALD FRANK,SR.,MAYOR PRO TEM City of _; CITY MANAGER
COUNCIL MEMBERS: SHERRI BELLARD,
TRMC
INGRID HOLMES V?T't r t h u r CITY SECRETARY
CAL JONES
THOMAS KINLAW III Texas VAL TIZENO
KENNETH MARKS CITY ATTORNEY
CHARLOTTE MOSES
NOVEMBER 23,2021
INVITATION TO BID
WATER TREATMENT CHEMICALS
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, December 8, 2021. (The clock located in the City Secretary's
office will be the official time.) All bids received will be read aloud at 3:15 p.m. on
Wednesday, December 8, 2021 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,
TX. You are invited to attend.
MARK ENVELOPE: P22-012
DELIVERY ADDRESS: Please submit one (1)original and one (1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET,4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid or Scope of Work should be directed in ►rr•itiir " 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
Page 1 of 19
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be
placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of
the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed
ITB submittal arrives at the above location by specified deadline regardless of delivery method
chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted.
C.6, c} Eca-x-d-
Clifton Williams, CPPB
Purchasing Manager
Page 2 of 19
INVITATION TO BID
WATER TREATMENT CHEMICALS
(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:
Paze 3 of 19
THE BIDDER MUST SUBMIT THE FOLLOWING.
A. BID SHEET-PAGE 7
B. NON-COLLUSION AFFIDAVIT-PAGE 8 (MUST BE NOTARIZED)
C. AFFIDAVIT-PAGE 9 (MUST BE NOTARIZED)
D. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT
APPLICABLE ON LINE I AND SIGN AT THE BOTTOM.-PAGE 10
E. CHAPTER 2252 CERTIFICATION-PAGE 12
F. HOUSE BILL 89 VERIFICATION-PAGE 13
Page 4 of 19
SPECIFICATIONS FOR WATER TREATMENT
CHEMICALS FOR THE CITY OF PORT
ARTHUR UTILITY OPERATIONS DEPARTMENT
GENERAL INFORMATION
All chemicals specified herein shall conform to Standard 60 of the American United Laboratory
National Standards Institute/National Sanitation Foundation/Underwriter's Laboratory
(ANSI/NSF/UL). Conformance with this Standard must be certified by an agency recognized by
the TCEQ. Each bidder shall provide such certification to the City, with their bid, along with a
current Material Safety Data Sheet(MSDS) for any chemicals supplied per these specifications.
All bids are to be F.O.B. at the specified City delivery location in Port Arthur, Texas. The
delivery points will include the Water Purification Plant at 1101 H.O. Mills Blvd., Main WWTP
at 6300 Procter St. Ext., and the Port Acres WWTP at 2901 W. Hwy. 365, and will be specified
on the order. The WWTP's will only receive shipments of liquid chlorine. The City of Port
Arthur will not accept demurral charges or freight bills. Shippers shall notify the appropriate
City personnel prior to unloading any of the above-mentioned items.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1) year, with the option to extend the contract
for one (1) additional one year period. Shipments are to be made as needed. No price increases
will be allowed for the first ninety (90) days during life of the contracts. The estimated
quantities stated below are supplied as a basis for bidding purposes only. These quantities were
estimated from past experience, and do not obligate the City to purchase these exact amounts
All chemical prices shall be firm for 90 days. Thirty (30) days prior written notice must be
submitted, along with market justification, for any price changes during the life of the contract.
The vendor is required to submit a letter from their supplier to the City of Port Arthur showing
any increase or decrease in price to the vendor by their supplier from the previous month.
Officers of each company must sign this letter. If there is a price decrease to the vendor by their
supplier the City will be given an equal decrease. The City reserves the right to cancel this
contract with fifteen(15) days prior written notice.
The City reserves the right to reject any or all bids, and to waive informalities. The City reserves
the right to award all items to one responsible bidder, or to award by item.
TECHNICAL SPECIFICATIONS
Item No. 1 100% Liquid Chlorine-325 tons (estimated) in one-ton containers
Shipments shall be made in lots of nine tons. Shipments are to be by truck and are to be unloaded
and drums placed in position on City racks, by successful bidder. Liquid Chlorine shall conform
to the latest revision of AWWA Standard B301. All ton cylinders shall be equipped with new or
newly reconditioned valves meeting the Chlorine Institute standard for new valves. All newly
reconditioned valves shall be reconditioned according to the Chlorine Institute's latest
publication. It shall be the sole responsibility of the successful bidder to immediately remove
any ton cylinder failing to meet any requirements of these specifications. The manufacturer or
vendor shall provide an affidavit (signed by an officer of the company) acknowledging that the
Liquid Chlorine to be furnished complies with all applicable requirements of AWWA Standards.
Page 5 of 19
Item No. 2 100% Liquid Chlorine-36,000 lbs. (estimated) in 150 lb. cylinders
Same condition as above Item No. 3, except shipments shall be in 20 cylinder lots, and shall be
unloaded by successful bidder.
Item No.3 23-25% (available fluoride) Hydrofluosilicic Acid - 190,000 lbs. (estimated)
Hydrofluorsilicic Acid shall be supplied by tank truck in 4,000 gallon loads, as ordered. Water
Plant storage connections consist of 2" PVC pipe with a 2" stainless steel female quick coupling.
Static lift required is 17 feet. Hydrofluosilicic Acid shall conform to AWWA Standard B703-89
or latest revision. The manufacturer or vendor shall provide an affidavit signed by an officer of
the company acknowledging that the Hydrofluosilicic Acid furnished complies with all
applicable requirements of AWWA Standards.
Item No. 4 Phosphates - 135,000 lbs (estimated)
Vendor shall furnish an estimated 135,000 pounds of a 50/50 ortho/polyphosphate blend, with
36-40% total phosphate. Each bidder shall provide, with their bid, certification that their
product meets these requirements. Successful bidder must provide water quality analysis to
monitor and verify performance of their product during the life of the contract as follows:
1. Two (2) lead samples and two (2) copper samples may be required for the vendor
to collect and analyze each month. Testing method must be one approved by the
TCEQ and the EPA. This is to monitor the distribution system if any
discrepancies arise.
2. This treatment system is currently in compliance and the successful bidder must
keep the system in compliance or this contract will be terminated.
Item No. 5 50% (by weight) Sodium Hydroxide—145 dry tons (estimated)
Solution should contain approximately 6.4 lbs. of dry sodium hydroxide per gallon. It should
contain nothing injurious to the health of consumers of water treated. It shall be free of any
foreign material that may cause excessive clogging of strainer or flow control valve. Shipments
shall be made in 4,000 to 4,500 gallon loads as ordered, by tank truck. Supplier shall be
prepared to deliver under the following conditions. Water Plant storage connection consists of
2" PVC pipe with a 2" stainless steel female quick coupling. Static lift required is 20 feet, and
must be blown off with transporter's compressor. The sodium hydroxide to be supplied shall
conform to the American Water Works Association Standard B501-75, or the latest revision of
this standard. The manufacturer or vendor shall provide an affidavit (signed by an officer of the
company) acknowledging that the sodium hydroxide furnished, according to the City of Port
Arthur's order, complies with all applicable requirements of AWWA Standards.
Item No. 6 25% (by weight) Sodium Hydroxide-72 dry tons (estimated)
Same conditions as Item No.1, except solution should contain 3.2 lbs of dry Sodium Hydroxide
per gallon.
Page 6 of 19
Item No. 7 99.995% (by weight) Anhydrous Ammonia - 80,000 pounds (estimated)
Ammonia shall be refrigeration (R) grade, and shall contain nothing injurious to the health of
consumers of water treated. It shall be free of any foreign material that may cause excessive
clogging of strainers or flow regulating devices. The City has it's own 1,460 gallon tank.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1)year. Prices shall be firm for the life of the
contract. The City reserves the right to cancel this contract with(5) days prior written notice.
The term of this contract will he one year with the option to renew for one additional year.
Page 7 of 19
DocuSign Envelope ID:3380B22E-5BB0-4161-A318-D7253800DC63
CITY OF PORT ARTHUR. TEXAS
BID SHEET
BID FOR: Water Treatment Chemicals for Utility Operations
BID DUE DATE: December 8, 2021
ITEM# UOM DESCRIPTION UNIT COST
1 DRY TONS 50% SODIUM HYDROXIDE $ No Bid
2 DRY TONS 25% SODIUM HYDROXIDE $ No Bid
3 TONS LIQUID CHLORINE(TON CYL.) $ No Bid
4 LBS LIQUID CHLORINE(150LB CYL.) $ No Bid
5 LBS ANHYDROUS AMMOINIA $ 0.92
6 LBS HYDROFLUOSILICIC ACID $ No Bid
7 LBS PHOSPHATE $ No Bid
Delivery will be made 2-3 Days after Receipt of Order.
Airgas Specialty Products, Inc. 2530 Sever Road. Suite 300
COMPANY NAME STREET ADDRESS
FV'aln jc 1/utYicU4
SIGNATURE OF BIDDER P.O. BOX
Frank Burkus Lawrenceville, GA 30043
PRINT OR TYPE NAME CITY STATE ZIP
Vice President of Sales 470 701 0446
TITLE AREA CODE TELEPHONE NO
Michele.Coley@Airgas.com (Manager of Contracts 866-689-3382
EMAIL FAX NO.
Page 8 of 19
DocuSign Envelope ID:3380822E-5BB0-4161-A318-D7253B00DC63
CITY OF PORT ARTHUR.TEXAS
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for
the firm bidding this project has violated the antitrust laws of this State, codified at
Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust
laws, nor communicated directly or indirectly the bid made to any competitor or any
other person engaged in the same line of business, nor has the signatory or anyone
acting for the firm, corporation or institution submitting a bid committed any other act of
collusion related to the development and submission of this bid proposal.
Signature:
Printed Name: Frank Burkus
Title: Vice President of Sales
Company: Airgas Specialty Products, Inc.
Date:
SUBSCRIBED and sworn to before me by the above named Frank Burkus on
this the 2nd day of December , 20 21
SLUA,I,rS
p l SAN�'4i
068"4.,;N% Notary Public in and for the
„oTAtt . = State of Tcxs Georgia
s..t °k.8i. ' jr cc
1;34.I,,,IF3 gyp • (`, My commission expires: June 3, 2023
2193.1N111511 / V VU1V 1.0%
Page 9 of 19
DocuSign Envelope ID 3380B22E-5BB0-4161-A318-07253800DC63
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:
V 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.
Airgas Specialty Products, Inc. 12/2/2021
Firm Name Date
'r US VP Sales
Authorized Signature Title
Frank Burkus 470-701-0446
Name(please print) Telephone
Michele.Coley©Airgas.com (Manager of Contracts)
Email
STATE: Georgia
COUNTY: Gwinnett
SUBSCRIBED AND SWORN to before me by the above named Frank Burkus
on this the 2nd day of December , 20 21 +`,,p,l,BgN
Notary Public = • pueu� ;
. i� COUN,, '
''
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 10 of 19
DocuSign Envelope ID:3380622E-5BB0-4161-A318-D7253B00DC63
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. OFRCE USE ONLY
This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1). Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An
offense under this section is a misdemeanor.
J Name of vendor who has a business relationship with local governmental entity.
Airgas Specialty Products, Inc.
J Iv l�
Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
Iv ' completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
Name of Officer
J Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income.
other than investment income, from the vendor?
nYes El No
B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
El YesnNo
Describe each employment or business relationshipthat the vendor named in Section 1 maintains with a corporation
or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
Ti Check this box if the vendor has given the local government officer or afamily member of the officer one or more gifts
as described in Section 176.003(a)(2)(B). excluding gifts described in Section 176.0O3(a-1).
Fra.t4 bvidd.s 12/2/2 021
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11,30/2015
Page 11 of 19
DocuSign Envelope ID:3380B22E-5BB0-4161-A318-D7253B00DC63
House Bill 89 Verification
I, Frank Burkus (Person name), the undersigned
representative (hereafter referred to as "Representative") of
Airgas Specialty Products, 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 thefollowing:
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 AND SWORN TO BEFORE ME, the undersigned authority, on
this 2nd day of December , 20 21 .
otba441 tei
,44.\P SANQ
S
MN1E itt SA1A,1,V'$ /a ?• Y a S
pueL
Notary Public y .41;* . o..
Page 13 of 19
DocuSign Envelope ID:3380B22E-5B80-4161-A318-D7253BOODC63
SB 252
CHAPTER 2252 CERTIFICATION
I Frank Burkus ,the undersigned an representative
of Airgas Specialty Products. 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 2252.152 and Section 2252.153, certify that the company named above is
not listed on the website of the Comptroller of the State of Texas concerning the listing of
companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I
further certify that should the above-named company enter into a contract that is on said listing
of companies on the website of the Comptroller of the State of Texas which do business with
Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port
Arthur Purchasing Department.
Frank Burkus
Name of Company Representative(Print)
Frtuitk. bt&VC.uS
Signature of Company Representative
12/2/2021
Date
Page 14 of 19
DocuSign Envelope ID.54ADCA9B-54BC-4D00-A3AB-2DF5668C0779
Lily of0
-CITY OF PORT ARTHUR,TEXAS
r���u` •-- ADDENDUM NO. ONE (1)
r�
November 30,2021
BID FOR: WATER TREATMENT CHEMICALS
The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter
stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
1. On page 7 the ammonia tank size has changed to 1,000 gal as we replaced it with a new one.
If you have any questions, please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
I.I I/L�D�1iH A.
Clifin Williams, CPPB
Purchasing Manager
(U (,oLu1 12/3/2021
Signature of Proposer Date
Airgas Specialty Products. Inc.
Company Vendor Name
DocuSrgn Envelope ID:3380B22E-5BB0-4161-A318-D7253B00DC63
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury $500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000;and,
b. Property Damage $100,000 per occurrence regardless of contract amount;and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned. non-owned and
hired vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person,
$500,000 per occurrence for bodily injury and $100,000 per occurrence for
property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all
information required (including names of insurance agency, contractor and insurance companies,
and policy numbers, effective dates and expiration dates) and to date and sign and do all other
things necessary to complete and make into valid certificates of insurance and pertaining to the
above listed items, and before commencing any of the work and within the time otherwise
specified, Contractor shall file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any
respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form
should contain a provision that coverage afforded under the policies will not be altered, modified
or canceled unless at least fifteen (15)days prior written notice has been given to the City of Port
Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF
INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as
the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be
filed with the City of Port Arthur not more than ten (10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the
execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed
cannot be issued within such period, the time may be extended by mutual agreement between
OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager
available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to
contact the contractor.
Page 19of19
INFORMATION TO BIDDERS:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the
City of Port Arthur the required information specified in Bid or Proposal Specifications
listed in this Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS
TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS,
SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The
absence of such a list shall indicate that the bidder has not taken exceptions and the City shall
hold the bidder responsible to perform in strict accordance with the specifications of the
invitation. The City reserves the right to accept any and all or none of the
exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration, or erasure made before opening time must be initialed by the signer of
the bid, guaranteeing authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance
with these specifications. The award shall be made to the responsive, responsible bidder who
submits the best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the
City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such
bids as it shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur
and whose bid is within 5%of the lowest bid price, as provided by Section 271.905 of
the Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and
Proposal" shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a
complete response to all requirements and questions as directed.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest
Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added
Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure
of certain information concerning persons doing business or seeking to do business with the City
of Port Arthur, including affiliations and business and financial relationships such persons may
have with City of Port Arthur officers. The form can be can be located at the Texas Ethics
Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a
response to this RFP, you acknowledge that you have been notified of the requirements of
Chapter 176 of the Texas Local Government Code and you are representing that you in
compliance with them.
Page 15 of 19
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.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be
made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur
Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or
properly submit any addendum. Failure to acknowledge and submit any addendum may be
cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that
might have been issued before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims
the City of Port Arthur as its principal place of business must have an official business address
(office location and office personnel) in Port Arthur, the principal storage place or facility for the
equipment shall be in Port Arthur and/or the place of domicile for the principal business
owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state
law. Contractors outside the City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit
price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility
Operations, P.O. Box 1089, Port Arthur, Texas 77641.
Page 16 of 19
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of
the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt
Payment Act, Article 601 f V.T.C.S. The City's standard payment terms are net 30, i.e. payment
is due 30 days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax;therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Port Arthur,Texas, Jefferson County.
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.
Page 17 of 19
While the purpose of the specifications is to indicate minimum requirements in the way of
capability, performance, construction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be considered more suitable for the
purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of
the successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color,
or national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate
any of the covenants, agreements or stipulations of this contract, the City shall thereupon have
the right to terminate this contract by giving written notice to the Contractor of such termination
and specifying the effective date thereof, at least fifteen (15) days before the effective date of
such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to
the City for damages sustained by the City by virtue of any breach of the contract by the
Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off
until such time as the exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated
by the City as provided herein, the Contractor will be paid for the service that it has performed
up to the termination date. If this contract is terminated due to fault of the Contractor, the
previous paragraph hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to furnish releases or receipts for any or all persons performing work and
supplying material or service to the Contractor, or any sub-contractors for work under this
contract, if this is deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property
that occurs as a result of his fault or negligence in connection with the work performed until
completion and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor
or permit any sub-contractor to perform any work included in this Contract until he has received
from the City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The 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:
Page 18 of 19
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury $500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury $1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned, non-owned and
hired vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person,
$500,000 per occurrence for bodily injury and $100,000 per occurrence for
property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all
information required (including names of insurance agency, contractor and insurance companies,
and policy numbers, effective dates and expiration dates) and to date and sign and do all other
things necessary to complete and make into valid certificates of insurance and pertaining to the
above listed items, and before commencing any of the work and within the time otherwise
specified, Contractor shall file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any
respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form
should contain a provision that coverage afforded under the policies will not be altered, modified
or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port
Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF
INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as
the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be
filed with the City of Port Arthur not more than ten (10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the
execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed
cannot be issued within such period, the time may be extended by mutual agreement between
OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager
available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to
contact the contractor.
Page 19 of 19
Exhibit "F"
PURCHASING CONTRACT AGREEMENT
(Tanner Industries, Inc.)
PURCHASING CONTRACT
AGREEMENT
THIS AGREEMENT is made this the of . 2022, by
and between an individual. firm partnership or corporation. Tanner Industries, Inc. of
Southampton, Pennsylvania, hereinafter called "Vendor", and the City of Port Arthur. a
municipal corporation organized under the laws of the State of Texas, hereinafter called
the "Owner" or "City".
WITNESSETH: That for and in consideration of the payments, terms, conditions
and agreements set forth herein, Owner and Vendor agree as follows:
1 . The term of this Contract shall be for one (1) year. with an option to renew for one
(1) additional year. from the date issued on the Notice to Proceed unless sooner
terminated under the provision hereof. The City can terminate this contract at its
convenience which includes, but not limited to. funding not being available in any budget
cycle with ten (10) days written notice.
2. The Vendor will be the secondary provider of Anhydrous Ammonia, as delineated
and submitted in their bid on December 8. 2021 .
3. During the term of this Contract, the Vendor will furnish all of the materials and
supplies, as stated in the advertised bid specifications, described as:
Water Treatment Chemicals
4. The Vendor agrees to deliver all materials on an as-needed basis during the term
of this contract, in the amount of $0.985/lbs) for Anhydrous Ammonia as shown in the
Bid schedule.
5. The term "Contract Documents" means and includes the following:
(A)Agreement
(B) Specifications
(C)General Information
(D)Bid
(E)Addendum
(F) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by
their duly authorized officials, this Agreement in two (2) copies each of which shall be
deemed an original on the date first above written.
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CONTRACTOR:
Tanner Industries, Inc.
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CITY OF PORT ARTHUR:
City Secretary City Manager
-CITY OF PORT ARTHUR,TEXAS
tip2 �r r,� -- ADDENDUM NO. ONE (1)
1November 30,2021
BID FOR: WATER TREATMENT CHEMICALS
The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter
stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
1. On page 7 the ammonia tank size has changed to 1,000 gal as we replaced it with a new one.
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
Cliftdn Williams, CPPB
Purchasing Manager
I l / 3 o /z
Signature of Proposer Date
Rtnvier ,Juc(v l iC 5, Jvtlt
Company Vendor Name
�-
• THURMAN BILL BARTIE,MAYOR RONALD BURTON
DONALD FRANK,SR.,MAYOR PRO TEM City of CITY MANAGER
COUNCIL MEMBERS: /;,t IP,��� ) SHERRI BELLARD,
TRMC
INGRID HOLMES O r t rt h u _ CITY SECRETARY
CAL JONES
THOMAS KINLAW III TeirLv VAL TIZENO
KENNETH MARKS CITY ATTORNEY
CHARLOTTE MOSES
NOVEMBER 23,2021
INVITATION TO BID
WATER TREATMENT CHEMICALS
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, December 8, 2021. (The clock located in the City Secretary's
office will be the official time.) All bids received will be read aloud at 3:15 p.m. on
Wednesday,December 8, 2021 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,
TX. You are invited to attend.
MARK ENVELOPE: P22-012
DELIVERY ADDRESS: Please submit one(1)original and one(1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or . CITY SECRETARY
P.O.BOX 1089 444 4TH STREET,4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR,TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid or 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
cifton.williams(a,portarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291
Page 1 of 19
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be
placed in a sealed envelope,with the Vendor's name and address in the upper left-hand corner of
the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed
ITB submittal arrives at the above location by specified deadline regardless of delivery method
chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted.
Clifton Williams, CPPB
Purchasing Manager
Page 2of19
THE BIDDER MUST SUBMIT THE FOLLOWING.
A. BID SHEET-PAGE 7
B. NON-COLLUSION AFFIDAVIT-PAGE 8 (MUST BE NOTARIZED)
C. AFFIDAVIT-PAGE 9 (MUST BE NOTARIZED)
D. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT
APPLICABLE ON LINE 1 AND SIGN AT THE BOTTOM.- PAGE 10
E. CHAPTER 2252 CERTIFICATION-PAGE 12
F. HOUSE BILL 89 VERIFICATION-PAGE 13
Page 4 of 19
•
SPECIFICATIONS FOR WATER TREATMENT
CHEMICALS FOR THE CITY OF PORT
ARTHUR UTILITY OPERATIONS DEPARTMENT
GENERAL INFORMATION
All chemicals specified herein shall conform to Standard 60 of the American United Laboratory
National Standards Institute/National Sanitation Foundation/Underwriter's Laboratory
(ANSUNSF/UL). Conformance with this Standard must be certified by an agency recognized by
the TCEQ. Each bidder shall provide such certification to the City, with their bid, along with a
current Material Safety Data Sheet(MSDS)for any chemicals supplied per these specifications.
All bids are to be F.O.B. at the specified City delivery location in Port Arthur, Texas. The
delivery points will include the Water Purification Plant at 1101 H.O. Mills Blvd., Main WWTP
at 6300 Procter St. Ext., and the Port Acres WWTP at 2901 W. Hwy. 365, and will be specified
on the order. The WWTP's will only receive shipments of liquid chlorine. The City of Port
Arthur will not accept demurral charges or freight bills. Shippers shall notify the appropriate
City personnel prior to unloading any of the above-mentioned items.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1)year,with the option to extend the contract
for one (1) additional one year period. Shipments are to be made as needed. No price increases
will be allowed for the first ninety (90) days during life of the contracts. The estimated
quantities stated below are supplied as a basis for bidding purposes only. These quantities were
estimated from past experience, and do not obligate the City to purchase these exact amounts
All chemical prices shall be firm for 90 days. Thirty (30) days prior written notice must be
submitted, along with market justification, for any price changes during the life of the contract.
The vendor is required to submit a letter from their supplier to the City of Port Arthur showing
any increase or decrease in price to the vendor by their supplier from the previous month.
Officers of each company must sign this letter. If there is a price decrease to the vendor by their
supplier the City will be Riven an equal decrease. The City reserves the right to cancel this
contract with fifteen (15)days prior written notice.
The City reserves the right to reject any or all bids, and to waive informalities. The City reserves
the right to award all items to one responsible bidder, or to award by item.
TECHNICAL SPECIFICATIONS
Item No. 1 100%Liquid Chlorine-325 tons (estimated) in one-ton containers
Shipments shall be made in lots of nine tons. Shipments are to be by truck and are to be unloaded
and drums placed in position on City racks, by successful bidder. Liquid Chlorine shall conform
to the latest revision of AWWA Standard B301. All ton cylinders shall be equipped with new or
newly reconditioned valves meeting the Chlorine Institute standard for new valves. All newly
reconditioned valves shall be reconditioned according to the Chlorine Institute's latest
publication. It shall be the sole responsibility of the successful bidder to immediately remove
any ton cylinder failing to meet any requirements of these specifications. The manufacturer or
vendor shall provide an affidavit (signed by an officer of the company) acknowledging that the
Liquid Chlorine to be furnished complies with all applicable requirements of AWWA Standards.
Page 5 of 19
•
Item No. 2 100%Liquid Chlorine-36,000 lbs. (estimated) in 150 lb. cylinders
Same condition as above Item No. 3, except shipments shall be in 20 cylinder lots, and shall be
unloaded by successful bidder.
Item No.3 23-25% (available fluoride)Hydrofluosilicic Acid - 190,000 lbs. (estimated)
Hydrofluorsilicic Acid shall be supplied by tank truck in 4,000 gallon loads, as ordered. Water
Plant storage connections consist of 2" PVC pipe with a 2" stainless steel female quick coupling.
Static lift required is 17 feet. Hydrofluosilicic Acid shall conform to AWWA Standard B703-89
or latest revision. The manufacturer or vendor shall provide an affidavit signed by an officer of
the company acknowledging that the Hydrofluosilicic Acid furnished complies with all
applicable requirements of AWWA Standards.
Item No. 4 Phosphates - 135,000 lbs (estimated)
Vendor shall furnish an estimated 135,000 pounds of a 50/50 ortho/polyphosphate blend, with
36-40% total phosphate. Each bidder shall provide, with their bid, certification that their
product meets these requirements. Successful bidder must provide water quality analysis to
monitor and verify performance of their product during the life of the contract as follows:
1. Two (2) lead samples and two (2) copper samples may be required for the vendor
to collect and analyze each month. Testing method must be one approved by the
TCEQ and the EPA. This is to monitor the distribution system if any
discrepancies arise.
2. This treatment system is currently in compliance and the successful bidder must
keep the system in compliance or this contract will be terminated.
Item No. 5 50% (by weight)Sodium Hydroxide—145 dry tons(estimated)
Solution should contain approximately 6.4 lbs. of dry sodium hydroxide per gallon. It should
contain nothing injurious to the health of consumers of water treated. It shall be free of any
foreign material that may cause excessive clogging of strainer or flow control valve. Shipments
shall be made in 4,000 to 4,500 gallon loads as ordered, by tank truck. Supplier shall be
prepared to deliver under the following conditions. Water Plant storage connection consists of
2" PVC pipe with a 2" stainless steel female quick coupling. Static lift required is 20 feet, and
must be blown off with transporter's compressor. The sodium hydroxide to be supplied shall
conform to the American Water Works Association Standard B501-75, or the latest revision of
this standard. The manufacturer or vendor shall provide an affidavit (signed by an officer of the
company) acknowledging that the sodium hydroxide furnished, according to the City of Port
Arthur's order, complies with all applicable requirements of AWWA Standards.
Item No. 6 25% (by weight) Sodium Hydroxide-72 dry tons(estimated)
Same conditions as Item No.1, except solution should contain 3.2 lbs of dry Sodium Hydroxide
per gallon.
Page 6 of 19
Item No. 7 99.995% (by weight) Anhydrous Ammonia - 80,000 pounds (estimated)
Ammonia shall be refrigeration (R) grade, and shall contain nothing injurious to the health of
consumers of water treated. It shall be free of any foreign material that may cause excessive
clogging of strainers or flow regulating devices. The City has it's own 1,460 gallon tank.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1)year. Prices shall be firm for the life of the
contract. The City reserves the right to cancel this contract with (5) days prior written notice.
The term of this contract will be one year with the option to renew for one additional year.
Page 7 of 19
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Water Treatment Chemicals for Utility Operations
BID DUE DATE: December 8, 2021
ITEM# UOM DESCRIPTION UNIT COST
1 DRY TONS 50% SODIUM HYDROXIDE $ IJd R;%
2 DRY TONS 25% SODIUM HYDROXIDE $ Nc <k
3 TONS LIQUID CHLORINE(TON CYL.) $ -lb (3 4
4 LBS LIQUID CHLORINE(150LB CYL.) $ V'E) �
5 LBS ANHYDROUS AMMOINIA 8SC
6 LBS HYDROFLUOSILICIC ACID $ ° 3
7 LBS PHOSPHATE $ .N a t3:ci
Delivery will be made 2.- S Days after Receipt of Order.
1 aHNcr DinCL-J-r;c5, ay.c. 735 t ; .:tit Road
COMPANY NAME STREET ADDRESS
SIGNATURE OF BIDDER P.O. BOX
% f
PRINT OR TYPE NAME CITY �p�N STATE [8 ZIP
�
catk dwl s a4/ (2If� 322 I21'
TITLE AREA CODE TELEPHONE NO
50.1PS t /f1-ettAvc1 r CCy✓l (2($ ) 3 2 2 r 7 7 4/
EMAIL FAX NO.
Page 8 of 19
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: _4
Printed Name: Mai /m doer
Title: Satre s .�d w►;c,:s��c+�a
Company: }Rl,tle/ d us-7tf,'C5! -tic .
Date: jZ / , l21
SUBSCRIBED and swfb rn to before me by the a ove named T�TLL 1006 on
this the 1S" day of Wem61 , 20 LI .
aretit 'lava
Commonwealth of Pennsylvania-Notary Seal Notary Public id for the
Samantha Tanner,Notary Public ry n an AI
Bucks County State of l/t►�NISGOnNIA
My commission expires July 19,2023
Commission number 1349030 Ir iL��
Member,Pennsylvania Association of Notaries My commission expires: I
Page 9 of 19
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:
K 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.
Toi1wei /A01(45.1( l'e5/ -7v0C. 12I r 12t
Firm Name Date
Authorized Signature Title
7,,,n4er (2 ,5`) 322 -
Name (please print) Telephone
See d-niAtAci I'm of icoo4
Email
Commonwealth of Pennsylvania-Notary Seal
Samantha Tanner,Notary Public
Bucks County
STATE: �i'i sS� U rr� (� My commission expires July 19,2023
COUNTY: bucKJ(1 Commission number 1349030
Member,Pennsylvania Association of Notaries
SUBSCRIBED AND SWORN to before me by the above named fllrIU Uh1r\iN( .
on this the day of i'iL &1 :4011Lo.1
AvQ law;
Notary Public
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 10 of 19
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.R. 23, 84th Leg., Regular Session. OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code.by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be pled with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code An
offense under this section is a misdemeanor
J Name of vendor who has a business relationship with local governmental entity.
.A //A
Jn
I I Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
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.
Name of Officer
Describe each employment or other business relationship with the local government officer, or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary. JA
A Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income. from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income,other than investment income.from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
Yes 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. //A
Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11;30i2015
Page 11 of 19
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form.
Local Government Code 176.001(1-a):"Business relationship"means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds$2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
a
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or afamily 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 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 11/30/2015
Page 12 of 19
House Bill 89 Verification
I, M -i-4 Tct w,fr (Person name), the undersigned
representative —TA
referred to as "Representative") of
1 A Nc1er OAi t't c ZviG
r
•
(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 AND SWORN TO BEFORE ME, the undersigned authority, on
this I day of I C�mi(J. , 20 2-1 .
Commonwealth of Pennsylvania-Notary Seat
nn r !
/y i ' Samantha Tanner,Notary Public i
�f r l (/'xL,() Bucks County
My commission expires July 19,2023
Notary Public Commission number1349030
Member,Pennsylvania Association of Nate;- s:
Page 13 of 19
SB 252
CHAPTER 2252 CERTIFICATION
Atcr,4 )40.er ,the undersigned an representative
of 1;li►vief c, 3,1c,
(Company or Business Name)
being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code,
Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is
not listed on the website of the Comptroller of the State of Texas concerning the listing of
companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I
further certify that should the above-named company enter into a contract that is on said listing
of companies on the website of the Comptroller of the State of Texas which do business with
Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port
Arthur Purchasing Department.
Md f a tiller
Name of Company Representative (Print)
Signature of Company Representative
2-
Date
Page 14 of 19
INFORMATION TO BIDDERS:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the
City of Port Arthur the required information specified in Bid or Proposal Specifications
listed in this Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS
TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS,
SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The
absence of such a list shall indicate that the bidder has not taken exceptions and the City shall
hold the bidder responsible to perform in strict accordance with the specifications of the
invitation. The City reserves the right to accept any and all or none of the
exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration, or erasure made before opening time must be initialed by the signer of
the bid, guaranteeing authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance
with these specifications. The award shall be made to the responsive, responsible bidder who
submits the best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the
City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such
bids as it shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur
and whose bid is within 5%of the lowest bid price, as provided by Section 271.905 of
the Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and
Proposal" shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a
complete response to all requirements and questions as directed.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest
Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added
Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure
of certain information concerning persons doing business or seeking to do business with the City
of Port Arthur, including affiliations and business and financial relationships such persons may
have with City of Port Arthur officers. The form can be can be located at the Texas Ethics
Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forrns.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.
Page 15 of 19
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.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be
made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur
Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or
properly submit any addendum. Failure to acknowledge and submit any addendum may be
cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that
might have been issued before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims
the City of Port Arthur as its principal place of business must have an official business address
(office location and office personnel) in Port Arthur,the principal storage place or facility for the
equipment shall be in Port Arthur and/or the place of domicile for the principal business
owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state
law. Contractors outside the City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit
price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility
Operations, P.O.Box 1089,Port Arthur,Texas 77641.
Page 16 of 19
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of
the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt
Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment
is due 30 days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax;therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Port Arthur, Texas,Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulations and codes of the federal, state and local governments
relating to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any personal financial
interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to
assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances
prohibits the City from granting any license, privilege or paying money to any-one owing
delinquent taxes, paving assessments or any money to the City until such debts are paid or until
satisfactory arrangements for payment has been made. Bidders must complete and sign the
AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX
77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the
Contract shall be read and enforced as though each were included herein. If, through mistake or
otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be
amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner,perform all work and furnish all supplies and materials,machinery, equipment, facilities
and means, except as herein 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 17 of 19
While the purpose of the specifications is to indicate minimum requirements in the way of
capability,performance, construction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be considered more suitable for the
purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of
the successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall,on the grounds of race, color,
or national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause,the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate
any of the covenants, agreements or stipulations of this contract, the City shall thereupon have
the right to terminate this contract by giving written notice to the Contractor of such termination
and specifying the effective date thereof, at least fifteen (15) days before the effective date of
such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to
the City for damages sustained by the City by virtue of any breach of the contract by the
Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off
until such time as the exact amount of damages due the City from the Contractor is determined.
TERMNATION 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:
Page 18 of 19
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents,and employees must be named as an additional insured):
a. Bodily injury$500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or,Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned, non-owned and
hired vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person,
$500,000 per occurrence for bodily injury and $100,000 per occurrence for
property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all
information required (including names of insurance agency, contractor and insurance companies,
and policy numbers, effective dates and expiration dates) and to date and sign and do all other
things necessary to complete and make into valid certificates of insurance and pertaining to the
above listed items, and before commencing any of the work and within the time otherwise
specified, Contractor shall file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any
respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form
should contain a provision that coverage afforded under the policies will not be altered, modified
or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port
Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF
INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as
the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be
filed with the City of Port Arthur not more than ten(10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the
execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed
cannot be issued within such period, the time may be extended by mutual agreement between
OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager
available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to
contact the contractor.
Page 19 of 19
Exhibit "G"
PURCHASING CONTRACT AGREEMENT
(Carus, LLC)
PURCHASING CONTRACT
AGREEMENT
THIS AGREEMENT is made this the of , 2022, by
and between an individual, firm partnership or corporation, Carus, LLC, of Peru, Illinois,
hereinafter called "Vendor", and the City of Port Arthur, a municipal corporation organized
under the laws of the State of Texas, hereinafter called the "Owner" or "City".
WITNESSETH: That for and in consideration of the payments, terms, conditions
and agreements set forth herein, Owner and Vendor agree as follows:
1. The term of this Contract shall be for one (1) year, with an option to renew for one
(1) additional year, from the date stated on the Notice to Proceed unless sooner
terminated under the provision hereof. The City can terminate this contract at its
convenience which includes, but not limited to, funding not being available in any budget
cycle with ten (10) days written notice.
2. The Vendor will provide Phosphate, as delineated and submitted in their bid on
December 8, 2021.
3. During the term of this Contract, the Vendor will furnish all of the materials and
supplies, as stated in the advertised bid specifications, described as:
Water Treatment Chemicals
4. The Vendor agrees to deliver all materials on an as-needed basis during the term
of this contract, in the amount of $0.60/lbs for Phosphate as shown in the Bid schedule.
5. The term "Contract Documents" means and includes the following:
(A)Agreement
(B)Specifications
(C)General Information
(D)Bid
(E)Addendum
(F) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by
their duly authorized officials, this Agreement in two (2) copies each of which shall be
deemed an original on the date first above written.
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CONTRACTOR:
Carus, LLC
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CITY OF PORT ARTHUR:
City Secretary City Manager
u
City offtd -CITY OF PORT ARTHUR,TEXAS
ort rth« '— ADDENDUM NO. ONE (1)
Texas
November 30,2021 © J
[-PY
BID FOR: WATER TREATMENT CHEMICALS
The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter
stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
1. On page 7 the ammonia tank size has changed to 1,000 gal as we replaced it with a new one.
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
('
CliMnW� a.),Iilliams, CPPB
Purchasing Manager
.ii p4A , i December 2, 2021
Signature of ,.
PPrposer Date
Kelly Frasco/Product Management Director
Carus LLC _
Company Vendor Name
•
MAYOR RONALD BURTON
THURMAN BILL BARTIE, :1sr j c . CITY MANAGER
DONALD FRANK,SR.,MAYOR PRO TEM City of ��
COUNCIL MEMBERS: 1 SHERRI BELLARD,
TRMC INGRID HOLMES o t t r 11t tt r CITY SECRETARY
CAL JONES rc' VAL TIZENO
THOMAS KINLAW III VAL ATTORNEY
KENNETH MARKS CITY
CHARLOTTE MOSES
NOVEMBER 23,2021
INVITATION TO BID
WATER TREATMENT CHEMICALS
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, December 8, 2021. (The clock located in the City Secretary's
office will be the official time.) All bids received will be read aloud at 3:15 p.m. on
Wednesday, December 8,2021 in the City Council Chambers, City Hall, 5th Floor,Port Arthur,
TX. You are invited to attend.
MARK ENVELOPE:P22-012
DELIVERY ADDRESS:Please submit one(1)original and one(1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET,4th Floor
PORT ARTHUR,TEXAS 77641 PORT ARTHUR,TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid or 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 a( portarthurtx.gov
Purchasing Division/Finance Department 1 Purchasing Manager,Clifton Williams,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 1 Fax 409.983.8291
Page 1 of 19
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be
placed in a sealed envelope,with the Vendor's name and address in the upper left-hand corner of
the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed
ITB submittal arrives at the above location by specified deadline regardless of delivery method
chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted.
Clifton Williams, CPPB
Purchasing Manager
Page 2 of 19
INVITATION TO BID
WATER TREATMENT CHEMICALS
(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
THE BIDDER MUST SUBMIT THE FOLLOWING.
A. BID SHEET-PAGE 7
B. NON-COLLUSION AFFIDAVIT-PAGE 8 (MUST BE NOTARIZED)
C. AFFIDAVIT-PAGE 9 (MUST BE NOTARIZED)
D. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT
APPLICABLE ON LINE 1 AND SIGN AT THE BOTTOM.-PAGE 10
E. CHAPTER 2252 CERTIFICATION-PAGE 12
F. HOUSE BILL 89 VERIFICATION-PAGE 13
Page 4 of 19
SPECIFICATIONS FOR WATER TREATMENT
CHEMICALS FOR THE CITY OF PORT
ARTHUR UTILITY OPERATIONS DEPARTMENT
GENERAL INFORMATION
All chemicals specified herein shall conform to Standard 60 of the American United Laboratory
National Standards Institute/National Sanitation Foundation/Underwriter's Laboratory
(ANSI/NSF/UL). Conformance with this Standard must be certified by an agency recognized by
the TCEQ. Each bidder shall provide such certification to the City, with their bid, along with a
current Material Safety Data Sheet(MSDS) for any chemicals supplied per these specifications.
All bids are to be F.O.B. at the specified City delivery location in Port Arthur, Texas. The
delivery points will include the Water Purification Plant at 1101 H.O. Mills Blvd., Main WWTP
at 6300 Procter St. Ext., and the Port Acres WWTP at 2901 W. Hwy. 365, and will be specified
on the order. The WWTP's will only receive shipments of liquid chlorine. The City of Port
Arthur will not accept demurral charges or freight bills. Shippers shall notify the appropriate
City personnel prior to unloading any of the above-mentioned items.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1)year,with the option to extend the contract
for one (1) additional one year period. Shipments are to be made as needed. No price increases
will be allowed for the first ninety (90) days during life of the contracts. The estimated
quantities stated below are supplied as a basis for bidding purposes only. These quantities were
estimated from past experience, and do not obligate the City to purchase these exact amounts
All chemical prices shall be firm for 90 days. Thirty (30) days prior written notice must be
submitted, along with market justification, for any price changes during the life of the contract.
The vendor is required to submit a letter from their supplier to the City of Port Arthur showing
any increase or decrease in price to the vendor by their supplier from the previous month.
Officers of each company must sign this letter. If there is a price decrease to the vendor by their
supplier the City will be given an equal decrease. The City reserves the right to cancel this
contract with fifteen(15)days prior written notice.
The City reserves the right to reject any or all bids, and to waive informalities. The City reserves
the right to award all items to one responsible bidder, or to award by item.
TECHNICAL SPECIFICATIONS
Item No. 1 100% Liquid Chlorine-325 tons (estimated) in one-ton containers
Shipments shall be made in lots of nine tons. Shipments are to be by truck and are to be unloaded
and drums placed in position on City racks,by successful bidder. Liquid Chlorine shall conform
to the latest revision of AWWA Standard B301. All ton cylinders shall be equipped with new or
newly reconditioned valves meeting the Chlorine Institute standard for new valves. All newly
reconditioned valves shall be reconditioned according to the Chlorine Institute's latest
publication. It shall be the sole responsibility of the successful bidder to immediately remove
any ton cylinder failing to meet any requirements of these specifications. The manufacturer or
vendor shall provide an affidavit (signed by an officer of the company) acknowledging that the
Liquid Chlorine to be furnished complies with all applicable requirements of AWWA Standards.
Page 5 of 19
Item No. 2 100%Liquid Chlorine-36,000 lbs. (estimated) in 150 lb. cylinders
Same condition as above Item No. 3, except shipments shall be in 20 cylinder lots, and shall be
unloaded by successful bidder.
Item No.3 23-25% (available fluoride)Hydrofluosilicic Acid - 190,000 lbs. (estimated)
Hydrofluorsilicic Acid shall be supplied by tank truck in 4,000 gallon loads, as ordered. Water
Plant storage connections consist of 2" PVC pipe with a 2" stainless steel female quick coupling.
Static lift required is 17 feet. Hydrofluosilicic Acid shall conform to AWWA Standard B703-89
or latest revision. The manufacturer or vendor shall provide an affidavit signed by an officer of
the company acknowledging that the Hydrofluosilicic Acid furnished complies with all
applicable requirements of AWWA Standards.
Item No.4 Phosphates- 135,000 lbs(estimated)
Vendor shall furnish an estimated 135,000 pounds of a 50/50 ortho/polyphosphate blend, with
36-40% total phosphate. Each bidder shall provide, with their bid, certification that their
product meets these requirements. Successful bidder must provide water quality analysis to
monitor and verify performance of their product during the life of the contract as follows:
1. Two (2) lead samples and two (2) copper samples may be required for the vendor
to collect and analyze each month. Testing method must be one approved by the
TCEQ and the EPA. This is to monitor the distribution system if any
discrepancies arise.
2. This treatment system is currently in compliance and the successful bidder must
keep the system in compliance or this contract will be terminated.
Item No. 5 50% (by weight)Sodium Hydroxide— 145 dry tons (estimated)
Solution should contain approximately 6.4 lbs. of dry sodium hydroxide per gallon. It should
contain nothing injurious to the health of consumers of water treated. It shall be free of any
foreign material that may cause excessive clogging of strainer or flow control valve. Shipments
shall be made in 4,000 to 4,500 gallon loads as ordered, by tank truck. Supplier shall be
prepared to deliver under the following conditions. Water Plant storage connection consists of
2" PVC pipe with a 2" stainless steel female quick coupling. Static lift required is 20 feet, and
must be blown off with transporter's compressor. The sodium hydroxide to be supplied shall
conform to the American Water Works Association Standard B501-75, or the latest revision of
this standard. The manufacturer or vendor shall provide an affidavit (signed by an officer of the
company) acknowledging that the sodium hydroxide furnished, according to the City of Port
Arthur's order, complies with all applicable requirements of AWWA Standards.
Item No.6 25% (by weight) Sodium Hydroxide-72 dry tons (estimated)
Same conditions as Item No.1,except solution should contain 3.2 lbs of dry Sodium Hydroxide
per gallon.
Page 6 of 19
Item No. 7 99.995% (by weight)Anhydrous Ammonia-80,000 pounds (estimated)
Ammonia shall be refrigeration (R) grade, and shall contain nothing injurious to the health of
consumers of water treated. It shall be free of any foreign material that may cause excessive
clogging of strainers or flow regulating devices. The City has it's own 1,460 gallon tank.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1)year. Prices shall be firm for the life of the
contract. The City reserves the right to cancel this contract with(5) days prior written notice.
The term of this contract will be one year with the option to renew for one additional year.
Page 7 of 19
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Water Treatment Chemicals for Utility Operations
BID DUE DATE: December 8, 2021
ITEM# UOM DESCRIPTION UNIT COST
1 DRY TONS 50% SODIUM HYDROXIDE $ NO B I D
2 DRY TONS 25% SODIUM HYDROXIDE $ NO B I D
3 TONS LIQUID CHLORINE(TON CYL.) $ NO B I D
4 LBS LIQUID CHLORINE(150LB CYL.) $ NO B I D
5 LBS ANHYDROUS AMMOINIA $ NO B I D
6 LBS HYDROFLUOSILICIC ACID $ NO B I D
7 LBS PHOSPHATE $ 0.60
Delivery will be made 10 Days after Receipt of Order.
Carus LLC 315 Fifth Street
COMPANY NAME STREET ADDRESS
O PO Box 599
SIGNA OF BIDDER P.O.BOX
Kelly Frasco Peru, IL 61354
PRINT OR TYPE NAME CITY STATE ZIP
Product Management Director 800-435-6856
TITLE AREA CODE TELEPHONE NO
bids@carusllc.com 815-224-6697
EMAIL FAX NO.
Page 8 of 19
CITY OF PORT ARTHUR,TEXAS
NON-COLLUSION AFFIDAVIT
CITY OF MIRVAAVINISEK PERU §
STATE OF XEXAS ILLINOIS
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: Kelly Frasco
Title:
prndiict ManagPmPnt llirPr.tnr
Company: Carus LLC
Date: December 2, 2021
SUBSCRIBED and sworn to before me by the above named _ 2SUo on
this the,-V"' day of beelrrnha_ , 20 .
-r 1)i 2 (9)K 4 67
Notary Public in and for he
OFFICIAL SEAL I State of Tcxa3._rN1'JOS
MARIA L BERGAGNA
I NOTARY PUBLIC,STATE OF ILLINOIS My commission expires: 10I/a D---
MY COMMISSION EXPIRES 10/16/2025
Page 9 of 19
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:
V 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.
Carus LLC December 2, 2021
Firm Name Date
Product Management Director
Authorized S nature Title
Kelly Fiasco 800-435-6856
Name (please print) Telephone
bids@carusllc.com
Email
STATE: ILLINOIS
COUNTY: LASALLE
SUBSCRIBED AND SWORN to before me by the above named p�; lso&3
on this the A" day of Dee e_mlx,ti , 20c' .
q
OFFICIAL SEAL Notary Public
MARIA L BERGAGNA
I NOTARY PUBLIC,STATE OF ILLINOIS
MY COMMISSION EXPI A PART OF THE BID PROPOSAL
Page 10 of 19
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.
OFFlCE USE ONLY
This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An
offense under this section is a misdemeanor.
11 Name of vendor who has a business relationship with local governmental entity.
None
J IT
Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
Name of Officer
J Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Yes n No
B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
nYes n No
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
Check this box if the vendor has given the local government officer or afamity member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
�,Q�t December 2, 2021
rS' nahr of vents doing b iness with the vemmental entity Date
lly rasco/ oduct lanaaementg hector
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
Page 11 of 19
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationshipwith 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 bySubsection(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 v ww ethics.state.tx.us Revised 11130/2015
Page 12 of 19
House Bill 89 Verification
I, Kelly Frasco (Person name), the undersigned
representative (hereafter referred to as "Representative") of
Carus LLC
(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'bF REPRESENTATIVE
Kelly Frasco/Product Management Director
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on
this Rui) day of De-Orenit & , 2001 .
Notary Public
OFFICIAL SEAL
MARIA L BERGAGNA
1 NOTARY PUBLIC,STATE OF ILLINOIS 0
MY COMMISSION EXPIRES 10/1612025
Page 13 of 19
SB 252
CHAPTER 2252 CERTIFICATION
I, Kelly Frasco ,the undersigned an representative
of Carus LLC
(Company or Business Name)
being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code,
Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is
not listed on the website of the Comptroller of the State of Texas concerning the listing of
companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I
further certify that should the above-named company enter into a contract that is on said listing
of companies on the website of the Comptroller of the State of Texas which do business with
Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port
Arthur Purchasing Department.
Kelly Frasco/Product Management Director
Name of Company Representative (Print)
(--/%0
Signature oVCompany Representative
December 2, 2021
Date
Page 14 of 19
INFORMATION TO BIDDERS:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the
City of Port Arthur the required information specified in Bid or Proposal Specifications
listed in this Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS
TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS,
SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The
absence of such a list shall indicate that the bidder has not taken exceptions and the City shall
hold the bidder responsible to perform in strict accordance with the specifications of the
invitation. The City reserves the right to accept any and all or none of the
exception(s)/substitutions(s)deemed to be in the best interest of the City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration, or erasure made before opening time must be initialed by the signer of
the bid, guaranteeing authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance
with these specifications. The award shall be made to the responsive, responsible bidder who
submits the best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis,whichever is in the best interest of the
City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such
bids as it shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur
and whose bid is within 5%of the lowest bid price, as provided by Section 271.905 of
the Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and
Proposal" shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a
complete response to all requirements and questions as directed.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest
Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added
Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure
of certain information concerning persons doing business or seeking to do business with the City
of Port Arthur, including affiliations and business and financial relationships such persons may
have with City of Port Arthur officers. The form can be can be located at the Texas Ethics
Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a
response to this RFP, you acknowledge that you have been notified of the requirements of
Chapter 176 of the Texas Local Government Code and you are representing that you in
compliance with them.
Page 15 of 19
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.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be
made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur
Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or
properly submit any addendum. Failure to acknowledge and submit any addendum may be
cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that
might have been issued before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims
the City of Port Arthur as its principal place of business must have an official business address
(office location and office personnel) in Port Arthur,the principal storage place or facility for the
equipment shall be in Port Arthur and/or the place of domicile for the principal business
owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state
law. Contractors outside the City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit
price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility
Operations,P.O. Box 1089,Port Arthur,Texas 77641.
Page 16 of 19
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of
the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt
Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment
is due 30 days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Port Arthur,Texas,Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulations and codes of the federal, state and local governments
relating to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any personal financial
interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to
assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances
prohibits the City from granting any license, privilege or paying money to any-one owing
delinquent taxes, paving assessments or any money to the City until such debts are paid or until
satisfactory arrangements for payment has been made. Bidders must complete and sign the
AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX
77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the
Contract shall be read and enforced as though each were included herein. If, through mistake or
otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be
amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner,perform all work and furnish all supplies and materials,machinery, equipment, facilities
and means, except as herein 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 17 of 19
While the purpose of the specifications is to indicate minimum requirements in the way of
capability,performance, construction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be considered more suitable for the
purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of
the successful bidder.
Under the Title VI of the Civil Rights Act of 1964,no person shall, on the grounds of race, color,
or national origin,be excluded from participation in,be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause,the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate
any of the covenants, agreements or stipulations of this contract, the City shall thereupon have
the right to terminate this contract by giving written notice to the Contractor of such termination
and specifying the effective date thereof, at least fifteen (15) days before the effective date of
such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to
the City for damages sustained by the City by virtue of any breach of the contract by the
Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off
until such time as the exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated
by the City as provided herein, the Contractor will be paid for the service that it has performed
up to the termination date. If this contract is terminated due to fault of the Contractor, the
previous paragraph hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to furnish releases or receipts for any or all persons performing work and
supplying material or service to the Contractor, or any sub-contractors for work under this
contract,if this is deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property
that occurs as a result of his fault or negligence in connection with the work performed until
completion and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor
or permit any sub-contractor to perform any work included in this Contract until he has received
from the City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The 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:
Page 18 of 19
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents,and employees must be named as an additional insured):
a.Bodily injury$500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or,Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned, non-owned and
hired vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person,
$500,000 per occurrence for bodily injury and $100,000 per occurrence for
property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all
information required(including names of insurance agency, contractor and insurance companies,
and policy numbers, effective dates and expiration dates) and to date and sign and do all other
things necessary to complete and make into valid certificates of insurance and pertaining to the
above listed items, and before commencing any of the work and within the time otherwise
specified, Contractor shall file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any
respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form
should contain a provision that coverage afforded under the policies will not be altered, modified
or canceled unless at least fifteen(15) days prior written notice has been given to the City of Port
Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF
INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as
the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be
filed with the City of Port Arthur not more than ten(10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the
execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed
cannot be issued within such period, the time may be extended by mutual agreement between
OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager
available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to
contact the contractor.
Page 19 of 19
cs+Fxus�
Carus LLC certifies that CARUSTM 8500 water treatment chemical meets the
requirements that are set forth in the bid.
4„.
Kelly FraSco/Product Management Director
Carus LLC
315 Fifth Street
Peru,IL 61354
815/223-1500 Telephone
815/224-6655 Fax
CARDS®
Due to recent constraints with the logistics/transportation industry, additional lead times may
temporarily be required.
Cartes I.I.(
315 Fifth Street
rent,J I.61354
S I5/223-I50D Telephone
815/224-665S Fug
Exhibit "H"
PURCHASING CONTRACT AGREEMENT
(Pencco, Inc.)
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by
their duly authorized officials, this Agreement in two (2) copies each of which shall be
deemed an original on the date first above written.
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CONTRACTOR:
Pencco, Inc.
SIGNED AND AGREED to on the day of , 2022.
WITNESS: CITY OF PORT ARTHUR:
City Secretary City Manager
PURCHASING CONTRACT
AGREEMENT
THIS AGREEMENT is made this the of 2022, by
and between an individual, firm partnership or corporation, Pencco, Inc., of San Felipe,
Texas, hereinafter called "Vendor", and the City of Port Arthur, a municipal corporation
organized under the laws of the State of Texas, hereinafter called the "Owner or "City".
WITNESSETH: That for and in consideration of the payments, terms, conditions
and agreements set forth herein, Owner and Vendor agree as follows:
1. The term of this Contract shall be for one (1) year, with an option to renew for one
(1) additional year, from the date stated on the Notice to Proceed unless sooner
terminated under the provision hereof. The City can terminate this contract at its
convenience which includes, but not limited to, funding not being available in any budget
cycle with ten (10) days written notice.
2. The Vendor will be the primary provider of Hydrofluosilicic Acid, as delineated
and submitted in their bid on December 8, 2021.
3. During the term of this Contract, the Vendor will furnish all of the materials and
supplies, as stated in the advertised bid specifications, described as:
Water Treatment Chemicals
4. The Vendor agrees to deliver all materials on an as-needed basis during the term
of this contract, in the amount of $0.241/Ib for Hydrofluosilicic Acid as shown in the Bid
schedule.
5. The term "Contract Documents" means and includes the following:
(A)Agreement
(B)Specifications
(C)General Information
(D)Bid
(E)Addendum
(F) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
THURMAN BILL BARTIE,MAYOR RONALD BURTON
DONALD FRANK,SR.,MAYOR PRO TEM City of CITY MANAGER
COUNCIL MEMBERS: SHERRI BELLARD,
TFtMC
INGRID HOLMES n r 1 r 1 h u r CITY SECRETARY
CAL JONES
THOMAS KINLAW III ` "' VAL TIZENO
KENNETH MARKS CITY ATTORNEY
CHARLOTTE MOSES
NOVEMBER 23, 2021
INVITATION TO BID
WATER TREATMENT CHEMICALS
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, December 8, 2021. (The clock located in the City Secretary's
office will be the official time.) All bids received will be read aloud at 3:15 p.m. on
Wednesday, December 8, 2021 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,
TX. You are invited to attend.
MARK ENVELOPE: P22-012
DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET,4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR,TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid or 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@a,portarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291
Page 1 of 19
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be
placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of
the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed
ITB submittal arrives at the above location by specified deadline regardless of delivery method
chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted.
Clifton Williams, CPPB
Purchasing Manager
Page 2 of 19
INVITATION TO BID
WATER TREATMENT CHEMICALS
(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 sere ice?
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
THE BIDDER MUST SUBMIT THE FOLLOWING.
A. BID SHEET—PAGE 7
B. NON-COLLUSION AFFIDAVIT—PAGE 8 (MUST BE NOTARIZED)
C. AFFIDAVIT—PAGE 9 (MUST BE NOTARIZED)
D. CONFLICT OF INTEREST—(IF NO CONFLICT WRITE N/A OR NOT
APPLICABLE ON LINE I AND SIGN AT THE BOTTOM.-PAGE 10
E. CHAPTER 2252 CERTIFICATION—PAGE 12
F. HOUSE BILL 89 VERIFICATION—PAGE 13
Page 4 of 19
SPECIFICATIONS FOR WATER TREATMENT
CHEMICALS FOR THE CITY OF PORT
ARTHUR UTILITY OPERATIONS DEPARTMENT
GENERAL INFORMATION
All chemicals specified herein shall conform to Standard 60 of the American United Laboratory
National Standards Institute/National Sanitation Foundation/Underwriter's Laboratory
(ANSI/NSF/UL). Conformance with this Standard must be certified by an agency recognized by
the TCEQ. Each bidder shall provide such certification to the City, with their bid, along with a
current Material Safety Data Sheet(MSDS) for any chemicals supplied per these specifications.
All bids are to be F.O.B. at the specified City delivery location in Port Arthur, Texas. The
delivery points will include the Water Purification Plant at 1101 H.O. Mills Blvd., Main WWTP
at 6300 Procter St. Ext., and the Port Acres WWTP at 2901 W. Hwy. 365, and will be specified
on the order. The WWTP's will only receive shipments of liquid chlorine. The City of Port
Arthur will not accept demurral charges or freight bills. Shippers shall notify the appropriate
City personnel prior to unloading any of the above-mentioned items.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1)year, with the option to extend the contract
for one (1) additional one year period. Shipments are to be made as needed. No price increases
will be allowed for the first ninety (90) days during life of the contracts. The estimated
quantities stated below are supplied as a basis for bidding purposes only. These quantities were
estimated from past experience, and do not obligate the City to purchase these exact amounts
All chemical prices shall be firm for 90 days. Thirty (30) days prior written notice must be
submitted, along with market justification, for any price changes during the life of the contract.
The vendor is required to submit a letter from their supplier to the City of Port Arthur showing
any increase or decrease in price to the vendor by their supplier from the previous month.
Officers of each company must sign this letter. If there is a price decrease to the vendor by their
supplier the City will be j'iven an equal decrease. The City reserves the right to cancel this
contract with fifteen (15) days prior written notice.
The City reserves the right to reject any or all bids, and to waive informalities. The City reserves
the right to award all items to one responsible bidder, or to award by item.
TECHNICAL SPECIFICATIONS
Item No. 1 100% Liquid Chlorine-325 tons (estimated) in one-ton containers
Shipments shall be made in lots of nine tons. Shipments are to be by truck and are to be unloaded
and drums placed in position on City racks, by successful bidder. Liquid Chlorine shall conform
to the latest revision of AWWA Standard B301. All ton cylinders shall be equipped with new or
newly reconditioned valves meeting the Chlorine Institute standard for new valves. All newly
reconditioned valves shall be reconditioned according to the Chlorine Institute's latest
publication. It shall be the sole responsibility of the successful bidder to immediately remove
any ton cylinder failing to meet any requirements of these specifications. The manufacturer or
vendor shall provide an affidavit (signed by an officer of the company) acknowledging that the
Liquid Chlorine to be furnished complies with all applicable requirements of AWWA Standards.
Page 5 of 19
Item No. 2 100% Liquid Chlorine-36,000 lbs. (estimated)in 150 lb. cylinders
Same condition as above Item No. 3, except shipments shall be in 20 cylinder lots, and shall be
unloaded by successful bidder.
Item No.3 23-25% (available fluoride)Hydrofluosilicic Acid - 190,000 lbs. (estimated)
Hydrofluorsilicic Acid shall be supplied by tank truck in 4,000 gallon loads, as ordered. Water
Plant storage connections consist of 2" PVC pipe with a 2" stainless steel female quick coupling.
Static lift required is 17 feet. Hydrofluosilicic Acid shall conform to AWWA Standard B703-89
or latest revision. The manufacturer or vendor shall provide an affidavit signed by an officer of
the company acknowledging that the Hydrofluosilicic Acid furnished complies with all
applicable requirements of AWWA Standards.
Item No. 4 Phosphates- 135,000 lbs (estimated)
Vendor shall furnish an estimated 135,000 pounds of a 50/50 ortho/polyphosphate blend, with
36-40% total phosphate. Each bidder shall provide, with their bid, certification that their
product meets these requirements. Successful bidder must provide water quality analysis to
monitor and verify performance of their product during the life of the contract as follows:
1. Two (2) lead samples and two (2) copper samples may be required for the vendor
to collect and analyze each month. Testing method must be one approved by the
TCEQ and the EPA. This is to monitor the distribution system if any
discrepancies arise.
2. This treatment system is currently in compliance and the successful bidder must
keep the system in compliance or this contract will be terminated.
Item No. 5 50% (by weight) Sodium Hydroxide—145 dry tons (estimated)
Solution should contain approximately 6.4 lbs. of dry sodium hydroxide per gallon. It should
contain nothing injurious to the health of consumers of water treated. It shall be free of any
foreign material that may cause excessive clogging of strainer or flow control valve. Shipments
shall be made in 4,000 to 4,500 gallon loads as ordered, by tank truck. Supplier shall be
prepared to deliver under the following conditions. Water Plant storage connection consists of
2" PVC pipe with a 2" stainless steel female quick coupling. Static lift required is 20 feet, and
must be blown off with transporter's compressor. The sodium hydroxide to be supplied shall
conform to the American Water Works Association Standard B501-75, or the latest revision of
this standard. The manufacturer or vendor shall provide an affidavit (signed by an officer of the
company) acknowledging that the sodium hydroxide furnished, according to the City of Port
Arthur's order, complies with all applicable requirements of AWWA Standards.
Item No. 6 25% (by weight) Sodium Hydroxide-72 dry tons (estimated)
Same conditions as Item No.1,except solution should contain 3.2 lbs of dry Sodium Hydroxide
per gallon.
Page 6 of 19
Item No. 7 99.995% (by weight) Anhydrous Ammonia - 80,000 pounds (estimated)
Ammonia shall be refrigeration (R) grade, and shall contain nothing injurious to the health of
consumers of water treated. It shall be free of any foreign material that may cause excessive
clogging of strainers or flow regulating devices. The City has it's own 1,460 gallon tank.
Successful bidder, or bidders, must agree to enter into a contract with the City of Port Arthur.
The life of the contract is to be approximately one (1)year. Prices shall be firm for the life of the
contract. The City reserves the right to cancel this contract with (5)days prior written notice.
The term of this contract will be one year with the option to renew for one additional year.
Page 7 of 19
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BII) FOR: Water Treatment Chemicals for Utility Operations
BID DUE DATE: December 8, 2021
ITEM# UOM DESCRIPTION UNIT COST
1 DRY TONS 50% SODIUM HYDROXIDE $ No Bid
2 DRY TONS 25% SODIUM HYDROXIDE $No Bid
3 TONS LIQUID CHLORINE (TON CYL.) $No Bid
4 LBS LIQUID CHLORINE(150LB CYL.) $No Bid
5 LBS ANHYDROUS AMMOINIA $No Bid
6 LBS HYDROFLUOSILICIC ACID $0.241/lb
7 LBS PHOSPHATE $No Bid
Delivery will be made 7-14 Days after Receipt of Order.
Pencco, Inc. 831 Bartlett Rd
COMPANY NAME STREET ADDRESS
PO Box 600
SIGNATURE OF BIDDER + iJ P.O. BOX
Sarah Duffy San Felipe, Tx 77473
PRINT OR TYPE NAME CITY STATE ZIP
Bid Sec. 979.885.0005
TITLE AREA CODE TELEPHONE NO
sarah@pencco.com 979.885.3208
EMAIL FAX NO.
Page 8 of 19
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: Nal\ bl1/4V
Printed Name: Sarah Duffy
Title: Bid Sec.
Company: Pencco, Inc.
Date: 12/1/2021
SUBSCRIBED and sworn to before me by the above named Sarah Duffy on
this the 1 day of December , 2021
CVAWiC i a VA./XJ(9
Ndtary Puqc in and for the'
State of Texas
My commission expires: 1 1 (II Z3
=o"`��� JENNIFER GUAJARDO
)4 COMM.EXPIRES 2-06-2023
q4� NOTARY ID 13188228-4
Page 9 of 19
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I
further agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree
to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as
they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree
to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts
as they become due.
Pencco, Inc. 12/1/21
Fir .ame Date
Bid Sec.
Authorized Signature I Title
Sarah Duffy 979.885.0005
Name(please print) Telephone
sarah@pencco.com
Email
STATE: TEXAS
COUNTY: AUSTIN
SUBSCRIBED AND SWORN to before me by the above named Sarah Duffy
on this the 1 day of December , 20 21 .
1104(164114
roe*%;,� JENNIFER GUAJARDO N ary Pu is
COMM.EXPIRES 2-OB-2023
t4c,t, NOTARY ID 13188228-4
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 10 of 19
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176,Local Government Code.by a vendor who Data Received
has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An
offense under this section is a misdemeanor.
J Name of vendor who has a business relationship with local governmental entity.
Pencco, Inc.
nCheck this box if you are filing an update to a previously tiled questionnaire.(The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
N/A
Name of Officer
J Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
El Yes n No
B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
Yes n No
Describe each employment or business relationship that the vendor named in Section I 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
6J
Check this box if the vendor has given the local government officer or afamily member of the officer one or more gifts
as described in Section 176.003(a)(2)(2), excluding gifts described in Section 176.003(a-1)
Ir\ \c- `_P ' Sarah Duffy Bid Sec 12/1/21
nature of vendor doing buss a the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
Page 11 of 19
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm. For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds$2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
ar
(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 11,30/2015
Page 12 of 19
SB 252
CHAPTER 2252 CERTIFICATION
1 Sarah Duffy ,the undersigned an representative
of Pencco, 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 2252.152 and Section 2252.153, certify that the company named above is
not listed on the website of the Comptroller of the State of Texas concerning the listing of
companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I
further certify that should the above-named company enter into a contract that is on said listing
of companies on the website of the Comptroller of the State of Texas which do business with
Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port
Arthur Purchasing Department.
Sarah Duffy
Name of Company Representative (Print)
ature of Company Repr s nit ' e
12/1/2021
Da to
Page 14 of 19
House Bill 89 Verification
I, Sarah Duffy (Person name), the undersigned
representative (hereafter referred to as "Representative") of
Pencco, 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.
Il 111 n.ti 1/\ n / Sarah Duffy Bid Sec
S1G`NATUkE OF REPRE. 'NTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on
this 1 day of December , 2021
Y5Ail\A-1-1 )
Notary Public
JENNIFER GUAJARDC
COMM.EXPIRES 2-06-2O2
?q�Y NOTARY ID 13188228-'
Page 13 of 19
INFORMATION TO BIDDERS:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the
City of Port Arthur the required information specified in Bid or Proposal Specifications
listed in this Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS
TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS,
SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The
absence of such a list shall indicate that the bidder has not taken exceptions and the City shall
hold the bidder responsible to perform in strict accordance with the specifications of the
invitation. The City reserves the right to accept any and all or none of the
exception(s)/substitutions(s)deemed to be in the best interest of the City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration, or erasure made before opening time must be initialed by the signer of
the bid, guaranteeing authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance
with these specifications. The award shall be made to the responsive, responsible bidder who
submits the best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best
interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the
City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such
bids as it shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur
and whose bid is within 5%of the lowest bid price, as provided by Section 271.905 of
the Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and
Proposal" shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a
complete response to all requirements and questions as directed.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest
Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added
Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure
of certain information concerning persons doing business or seeking to do business with the City
of Port Arthur, including affiliations and business and financial relationships such persons may
have with City of Port Arthur officers. The form can be can be located at the Texas Ethics
Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a
response to this RFP, you acknowledge that you have been notified of the requirements of
Chapter 176 of the Texas Local Government Code and you are representing that you in
compliance with them.
Page 15 of 19
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.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be
made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur
Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or
properly submit any addendum. Failure to acknowledge and submit any addendum may be
cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that
might have been issued before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims
the City of Port Arthur as its principal place of business must have an official business address
(office location and office personnel) in Port Arthur, the principal storage place or facility for the
equipment shall be in Port Arthur and/or the place of domicile for the principal business
owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state
law. Contractors outside the City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit
price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility
Operations, P.O. Box 1089, Port Arthur, Texas 77641.
Page 16 of 19
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of
the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt
Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment
is due 30 days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Port Arthur, Texas,Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulations and codes of the federal, state and local governments
relating to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any personal financial
interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to
assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances
prohibits the City from granting any license, privilege or paying money to any-one owing
delinquent taxes, paving assessments or any money to the City until such debts are paid or until
satisfactory arrangements for payment has been made. Bidders must complete and sign the
AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX
77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the
Contract shall be read and enforced as though each were included herein. If, through mistake or
otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be
amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities
and means, except as herein 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 17 of 19
While the purpose of the specifications is to indicate minimum requirements in the way of
capability, performance, construction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be considered more suitable for the
purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of
the successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color,
or national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate
any of the covenants, agreements or stipulations of this contract, the City shall thereupon have
the right to terminate this contract by giving written notice to the Contractor of such termination
and specifying the effective date thereof, at least fifteen (15) days before the effective date of
such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to
the City for damages sustained by the City by virtue of any breach of the contract by the
Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off
until such time as the exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated
by the City as provided herein, the Contractor will be paid for the service that it has performed
up to the termination date. If this contract is terminated due to fault of the Contractor, the
previous paragraph hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to furnish releases or receipts for any or all persons performing work and
supplying material or service to the Contractor, or any sub-contractors for work under this
contract, if this is deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property
that occurs as a result of his fault or negligence in connection with the work performed until
completion and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor
or permit any sub-contractor to perform any work included in this Contract until he has received
from the City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The 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:
Page 18 of 19
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury $500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury $1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned, non-owned and
hired vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person,
$500,000 per occurrence for bodily injury and $100,000 per occurrence for
property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all
information required (including names of insurance agency, contractor and insurance companies,
and policy numbers, effective dates and expiration dates) and to date and sign and do all other
things necessary to complete and make into valid certificates of insurance and pertaining to the
above listed items, and before commencing any of the work and within the time otherwise
specified, Contractor shall file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any
respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form
should contain a provision that coverage afforded under the policies will not be altered, modified
or canceled unless at least fifteen (15)days prior written notice has been given to the City of Port
Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF
INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as
the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be
filed with the City of Port Arthur not more than ten (10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the
execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed
cannot be issued within such period, the time may be extended by mutual agreement between
OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager
available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to
• contact the contractor.
Page 19 of 19
1