HomeMy WebLinkAboutPR 22590: PORT ARTHUR TRANSIT'S TERMINAL BUILDING EXPANSION P.R. 22590
5/24/2022 IM
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO NEGOTIATE A
CONTRACT WITH THE SOLCO GROUP, LLC OF BEAUMONT, TEXAS FOR
ENGINEERING AND DESIGN SERVICES FOR PORT ARTHUR TRANSIT'S (PAT)
TERMINAL BUILDING EXPANSION LOCATED AT 322 PROCTER STREET, PORT
ARTHUR, TEXAS. FUNDING IS AVAILABLE IN ACCOUNT 401-70-530-8512-00-60-
000. PROJECT TR11430
WHEREAS, Port Arthur Transit (PAT) has received funding from the FTA to design an
extension to the terminal building at 322 Procter St., Port Arthur, TX; and,
WHEREAS, PAT issued a Request for Qualifications (RFQ) from engineering firms for
engineering and design services for the expansion; and,
WHEREAS, five (5) qualification packages were received, and have been evaluated by
the Purchasing, Engineering and PAT, a copy of the qualifications tabulation is attached hereto
as Exhibit"A"; and,
WHEREAS, the Solco Group, LLC was selected based on the evaluation of the
qualifications packages.
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 is hereby authorized to enter into contract negotiations with the
Solco Group, LLC of Beaumont, TX for engineering and design services to design PAT's
terminal building expansion.
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 June, 2022 at a Regular
Meeting of the City of Port Arthur, Texas by the following vote: AYES:
Mayor:
Councilmembers:
P.R. 22590
5/24/2022 IM
NOES: .
Thurman "Bill" Bartie, Mayor
ATTEST:
Sherri Bellard, City Secretary
APPROVE 0 • d FORM:
kwi ts..Ir.1._A .-1,.&ii1
ze Attorney
APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY
OF FUNDS:
401-70-530-8512-00-60-000
-,,— c___ ____ kyr) ,
Ronald Burton Kandy Daniel
City Manager Interim Director of Finance
) li's ,A}PIL d\— -----
Clifton Williams, CPPB Ivan M chell
Purchasing Manger Transit Director
P.R. 22590
5/24/2022 IM
Exhibit "A"
City of Port Arthur
Professional Services for Design of Port Arthur Transit Fuel Station Building Expansion
Agenda Totals
P21-034
Weight Fittz and Shipman The Goodman Corporation The Solco Group, LLC. The LaBiche Group Sigma Engineers
Beaumont, TX Houston, TX Beaumont, TX Beaumont, TX Beaumont, TX
Experience 60 40 50 50 45 45
Past Performance 60 35 47 55 40 35
Project Approach 80 S0 50 55 33 25
Total 200 125 147 160 118 105
Ye,Coda ScUp on-Gor�ulemx 5/27/22
Yolanda Scypion-Goudeaux, Purchasing Assistant Date:
City of
*Vrt rt)tur
Texas
THURMAN BILL BARTIE,MAYOR RONALD BURTON
CHARLOTTE MOSES,MAYOR PRO TEM CITY MANAGER
City of
COUNCIL MEMBERS: SHERRI BELLARD,TRMC
INGRID HOLMES CITY SECRETARY
CAL JONES �'
THOMAS KINLAW,III rr r 1 r f Ir u r VAL TIZENO
KENNETH MARKS cots CITY ATTORNEY
DONALD FRANK,SR.
April 13, 2021
REQUEST FOR QUALIFICATIONS
FOR DESIGN OF PORT ARTHUR TRANSIT'S TERMINAL BUILDING EXPANSION
DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central
Standard Time, Wednesday, April 21, 2021. (The clock located in the City Secretary's office will be
the official time.) Applicant names will be read aloud beginning at 3:15 p.m. on Wednesday, April 21,
2021 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend.
MARK ENVELOPE: P21-036
DELIVERY ADDRESS: Please submit one (1) original and three (3) exact duplicate copies and
USB of your RFQ,to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning this Request for Qualifications and Scope of Work should be directed in writing
to:
City of Port Arthur, TX
Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641
clifton.williams@portarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 'Fax 409.983.8291
City of Port Arthur
Transit Department
Memorandum
To: Ron Burton,City Manager
From: Ivan Mitchell,Transit Director ,,\
Date: May 24,2022
Re: P.R.22590—Design of Port Arthur Transit's Parking Lot Expansion
Nature of Request: Authorize the City Manager to negotiate a contract with the Solco Group,LLC.,
for the engineering and design of Port Arthur Transit's(PAT)terminal building expansion.
Background: PAT operates its administrative and operations divisions from a 4,353 square foot
building located at 344 Procter Street. Approximately,25 employees are employed in both divisions.
Recent service expansions have created the need for additional office space due to new employee
hirings. Currently,PAT has a terminal building located at 322 Procter Street that has adjacent land to
expand the building. PAT in in the process of securing funds to construct an expansion of the terminal
building which would provide the increased space to for employees.
Recommendation: It is recommended the City Council approve proposed P.R.22590 for engineering
and design services of Port Arthur Transit's(PAT)terminal building expansion.
Budgetary/Fiscal Effect: Funding to pay for the engineering and design services is available in
account 401-70-530-8512-00-60-000.Project TR11430.
REQUEST FOR QUALIFICATIONS
FOR DESIGN OF PORT ARTHUR TRANSIT'S TERMINAL BUILDING EXPANSION
Purpose:
Port Arthur Transit (PAT) seeks to obtain statements of qualifications from Engineering firms
interested in the preparation of plans and specifications for the expansion of its terminal building
located at 322 Procter Street, Port Arthur, Texas.
Project Description:
Port Arthur Transit (PAT) intends to retain a qualified professional firm (Engineer) to provide
architectural/engineering (A/E) design services for the expansion of its terminal building at 322 Procter
Street, Port Arthur, Texas. The construction is being completed to accommodate growth that requires
additional space for administrative and operational cohesiveness. This project is a transit project, so the
Engineer will need to be knowledgeable of Federal Transit Administration (FTA) procurement
procedures and regulations including but not limited to Buy America and Davis-Bacon.
PAT's newly renovated transit terminal is approximately 2,800 square feet. The renovated terminal has
new electrical components, restrooms, light fixtures, tiling, roof, and other design elements. The transit
terminal sits on a lot that has an open area of approximately 1,800 square feet. PAT wishes to utilize
this area to construct a building that would be an extension of the terminal building. The extension will
be required to be around 1,400 to 1,600 square feet to accommodate an operator breakroom for
approximately 40 transit operators. The extension would also contain 2 supervisor offices. PAT will
not require the same exterior materials that currently exist on the transit terminal. Instead it will require
the same exterior colors and materials that are on its administration (344 Procter Street) and
maintenance (347 4th Street) buildings. PAT will also request the design team include supplemental bid
items for the installation of new stone and metal panels on the transit terminal.
The building extension design and any adjacent sidewalk will be ADA compliant. This contract will be
subject to the requirements of FTA DBE guidelines with a required 4% DBE participation. It is up to
the design team to verify certification as a certified DBE firm.
The design team's responsibilities include, but are not limited to:
A. Prepare design of terminal building expansion compliant with all applicable federal, state, and local
codes and ordinances.
B. Provide a preliminary and final detailed engineering report on project to include construction cost
estimates.
C. Coordinate with local utilities to ensure that design adheres to utility requirements.
D. Provide design phase services to include detailed engineering plans and specifications (30%, 60%,
Page 4 of 32
and 100%) for construction of the recommended project. Design phase to include all services through
recommendation of the award for the construction contract including bid development support and
request for information(RFI)review and responses.
E. The selected design team will work closely with PAT's Maintenance Manager and other PAT staff to
complete this project.
F. Have an Engineer present at the Construction Pre-Bid Meeting.
G. Provide design services during construction
H. Final design(100%) of the project must be completed within 9 weeks of NTP issuance.
I. The following services must be provided:
• Topographic survey
• Civil engineering
• Geotechnical engineering
• Drainage design of existing terminal building and how it ties into the new extension
• Analysis of drainage impact
• Low Impact Development
• Landscaping and irrigation design
• Structural design
• Utility coordination
• Development of Plans/Documents that meet FTA bid requirements
• Construction administration services
• Estimate of probable cost
Design Contract Conditions:
• The successful submittal and consultant team will be expected to sign a City of Port Arthur
contract on a lump sum basis.
Format/Content of Proposals:
• Format - Submittals should be on 8 'h x 11 sheets (fold-out sheets permitted) contained in one
loose-leaf binder. Five (5) copies shall be submitted. Proposals will not be returned. Proposals
not conforming to the required format will not be considered.
• Firms submitting qualifications are not expected to include cost information at this time.
Page 5 of 32
The City of Port Arthur requires comprehensive responses to every section within this RFQ. To
facilitate the review of the responses, Firms shall follow the described qualification format. The
intent of the qualification format requirements is to expedite review and evaluation. It is not the
intent to constrain Vendors with regard to content, but to assure that the specific requirements
set forth in this RFQ are addressed in a uniform manner amenable to review and evaluation.jai
requested that qualification packets be limited to no more than 50 pages. excluding resumes.
A. EXPERIENCE
1. Provide a profile of experience for the Engineer and all members of the firm. This section shall
include, but not be limited to, the following:
a Experience of team — number of years in field, number of Registered (Texas) Engineers in
firm. Include a brief description of responsibilities and summary resumes of key
professional personnel emphasizing experience directly related to responsibilities of this
project. Include any specialty certification, which demonstrates special qualification as it
relates to this project. State any federal projects. Indicate any additional personnel your firm
would anticipate needing to hire, as required, to take on the work for which this response is
requested.
b. Experience of firm — number of years in existence and number of employees. Include a
brief overview of the accomplishments of the firm. Included the number of federal
procurement jobs and duties. Provide office location where each phase of this work will be
accomplished. Include names, titles, work addresses, and work telephone numbers of the
responsible corporate officer(s) in the proposed office location.
B. PAST PERFORMANCE
1. Identify and describe the proposed Team's past experience for providing services that are most
related to this project within the past ten (10) years. For each project, provide the following
information:
a Project name, location, contract delivery method, and description
b Initial project and projected time for completion
c Final project cost and time for completion
d The nature of material change orders
e The nature of adverse claims or litigation
f Final project size in gross square feet
g Names of Engineering and Technical consultants
h The Architect/Engineer's name and representative who served as the day-to-day liaison
during each phase of the project(include telephone number)
i Length of business relationship with the Owner
2. Identify and describe the proposed Team's past experience on constructing parking facilities.
3. Identify and describe the proposed Team's past experience working with municipalities.
4. Identify and describe the proposed Team's past experience working in Port Arthur or
surrounding areas.
Page 6 of 32
5. Provide past experience of completed FTA or other federally funded projects.
6. List any current projects that would impact your firm's ability to handle additional work for
which this response is requested.
C. FROJECT APPROACH
1. Provide a brief description of the firm's plan for accomplishing the work and services to be
provided to the City including, but not limited to:
a Bar schedule of activities for the entire project
b Technical approach to each phase of work.
c Indicate which team member will participate in each area of the work for both the lead firm
and any sub-contractors.
2. Briefly describe the firm's approach to anticipating, recognizing and controlling safety risks.
3. Provide any other details regarding special services,products, advantages or other benefits
offered to the Owner by your firm.
4. Describe your plan for communicating constructability,phasing,value engineering, and other
issues requiring decision-making by the Owner.
Page 7 of 32
$ELECTION PROCESS
All applications will be screened by an evaluation committee and those applicants selected for a short
list may be invited to attend an interview, at the applicants own expense. The City shall not incur any
costs for applicant preparation and/or submittal of qualifications.
The City will evaluate all responses based on the qualifications, past performance and project approach.
The City reserves the right to negotiate the final fee prior to recommending any Firm for a contract.
The City's process is as follows:
1. The evaluation committee shall screen and rate all of the responses that are submitted.
Evaluation ratings will be on a 100 point scale and shall be based on the following criteria:
a. Experience 30 pts
b. Past Performance 30 pts
c. Project Approach 40 pts
2. City staff shall recommend the most qualified Architectural/Engineering firm to the City
Council and request authority to enter into contract negotiations.
3. When services and fees are agreed upon, the selected firm shall be offered a contract subject
to City Council approval.
4. Should negotiations be unsuccessful, the City shall enter into negotiations with the next,
highest ranked firm. The process shall continue until an agreement is reached with a
qualified firm.
5. This RFQ does not commit the City to pay for any direct and/or indirect costs incurred in the
preparation and presentation of a response. All finalist(s) shall pay their own costs incurred
in preparing for,traveling to and attending interviews.
Page 8 of 32
LETTER OF INTEREST
RFQ—Design of Port Arthur's Transit Terminal Building Expansion Deadline: April 21, 2021
The undersigned firm submits the following information (this RFQ submittal) in response to the Request
for Qualifications (as amended by any Addenda), issued by the City of Port Arthur, TX (City) for Civil
Engineers for the City of Port Arthur
Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following:
❖ COMPLETED RFQ LETTER OF INTEREST FORM
❖ BUY AMERICA CERTIFICATION
❖ CERTIFICATION REGARDING LOBBYING
❖ NON-COLLUSION AFFIDAVIT (MUST BE NOTARIZED)
❖ AFFIDAVIT (MUST BE NOTARIZED)
❖ CONFLICT OF INTEREST
❖ HOUSE BILL 89 VERIFICATION
❖ SB 252CHAPTER 2252 CERTIFICATION
❖ DBE DOCUMENT
Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject
any responses submitted.
Firm also understands that all costs and expenses incurred by it in preparing this RFQ and participating in
this process will be borne solely by the firm, and that the required materials to be submitted will become
the property of the City and will not be returned.
Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete
statements in this RFQ. Firm accepts all terms of the RFQ submittal process by signing this letter of
interest and making the RFQ submittal.
This RFQ shall be governed by and construed in all respects according to the laws of the State of Texas.
Firm Name Date
Authorized Signature Title
Name(please print) Telephone
Address City/State/Zip
Email
Page 9 of 32
BUY AMERICA CERTIFICATION
Buy America - The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which
provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in
FTA funded projects are produced in the United States, unless a waiver has been granted by FTA or the
product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final
assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler
Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set
out at 49 U.S.C. 53230(2)(C)and 49 C.P.R. 661.11. Rolling stock must be assembled in the United
States and have a 60 percent domestic content.
A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below)
with all bids or offers on FTA funded contracts, except those subject to a general waiver. Bids or offers
that are not accompanied by a completed Buy America certification must be rejected as nonresponsive.
This requirement does not apply to lower tier subcontractors.
Certification requirement for procurement of steel, iron, or manufactured products.
Certificate of Compliance with 49 U.S.C. 53230(1)
The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 5323W(1) and the
applicable regulations in 49 CFR Part 661.5.
Date
Signature
Company Name
Title
Certificate of Non-Compliance with 49 U.S.C. 53230(1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230(1)
and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C. 53230(2)(A),
53230(2)(B), or 5323(j)(2)(D), and 49 C.F.R. 661.7.
Date
Signature
Company Name
Title
Page 10 of 32
CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding$100,000)
The undersigned[Contractor]certifies, to the best of his or her knowledge and belief that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,
to any person for influencing or attempting to influence an officer or employee of an agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any Federal contract, the making of any Federal grant, the
making of any Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or
cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person
for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form--LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions [as
amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413
(1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10
of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq .)]
3. The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under
grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act
of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not
less than $10,000 and not more than $100,000 for each such failure.
[Note:Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails
to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less
than $10,000 and not more than $100,000 for each such expenditure or failure.]
The Contractor, , certifies or affirms the truthfulness and accuracy of each
statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees
that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any.
Signature of Contractor's Authorized Official
Name and Title of Contractor's Authorized Official
Date
Page 11 of 32
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:
Company:
Date:
SUBSCRIBED and sworn to before me the undersigned authority by the of, on behalf
of said bidder.
Notary Public in and for the
State of Texas
My commission expires:
Page 12 of 32
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized
officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree
to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay
said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become
due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter
into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become
due.
Firm Name Date
Authorized Signature Title
Name (please print) Telephone
Email
STATE:
COUNTY:
SUBSCRIBED AND SWORN to before me by the above named
on this the day of , 20
Notary Public
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 13 of 32
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.
J n
Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
I I 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.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
n Yes n No
B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
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.
1.1
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).
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx,us/
Docs/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,ora 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 15 of 32
SB 252
CHAPTER 2252 CERTIFICATION
I, , the undersigned an representative
of
(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.
Name of Company Representative(Print)
Signature of Company Representative
Date
Page 16 of 32
House Bill 89 Verification
I, (Person name), the undersigned representative
(hereafter referred to as "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.
SIGNATURE OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME,the undersigned authority, on this day of
, 20
Notary Public
Page 17 of 32
THURMAN BILL BARTIE,MAYOR RONALD BURTON
CHARLOTTE MOSES,MAYOR PRO TEM CITY MANAGER
City of
COUNCIL MEMBERS: SHERRI BELLARD,TRMC
INGRID HOLMES CITY SECRETARY
THOMAS KINLAW,III CAL JONES
t>r 1 r t It l� vAL TIZENO
KENNETH MARKS lexus CITY ATTORNEY
DONALD FRANK,SR.
DBE DOCUMENT
FOR DESIGN OF PORT ARTHUR TRANSIT'S TERMINAL BUILDING EXPANSION
By signing this document the contractor is acknowledging that if a subcontractor is required the following
will be done to make a good faith effort to hire a minority business goal of 4%(DBE).
1. Solicitation Lists. Must place small and minority businesses and women's business enterprises on
solicitation lists. 2 C.F.R. § 200.321(b)(1).
2. Solicitations. Must assure that it solicits small and minority businesses and women's business
enterprises whenever they are potential sources. 2 C.F.R. § 200.321(b)(2).
3. Dividing Requirements. Must divide total requirements, when economically feasible, into smaller
tasks or quantities to permit maximum participation by small and minority businesses and women's
business enterprises. 2 C.F.R. § 200.321(b)(3).
4. Delivery Schedules. Must establish delivery schedules, where the requirement permits, which
encourage participation by small and minority businesses and women's business enterprises. 2 C.F.R. §
200.321(b)(4).
5. Obtaining Assistance. Must use the services and assistance, as appropriate, of such organizations as
the Small Business Administration and the Minority Business Development Agency of the Department of
Commerce. 2 C.F.R. § 200.321(b)(5).
(printed name of signatory)
(signature and date)
Page 18 of 32