HomeMy WebLinkAboutPR 22639: SIDDONS-MARTIN EMERGENCY GROUP SERVICE CONTRACT � , I
City of
cam_
ort rthrrr
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: June 15, 2022
To: The Honorable Mayor and City Council
Through: Ron Burton, City Manager
From: Greg Benson, Fire Chief (O ;
RE: PR 22639 - Siddons-Martin Emergency Group Service Contract
Introduction:
The Fire Department recommends that the City Council approve Proposed Resolution 22639
authorizing the City Manager to execute a one-year agreement with Siddons-Martin Emergency
Group of Port Arthur and Houston, Texas, for preventative maintenance and repair to fire
department fire apparatus and other special response vehicles,with a projected budgetary impact
of$410,000; with renewal option for two (2) additional years. The current contract expires on
July 14, 2022. The vendor has agreed to renew for the terms outlined in the attached contract.
Background:
The Port Arthur Fire Department operates a number of fire apparatus and special service
response vehicles, the proper servicing and repair of these vehicles is necessary to ensure both
their performance dependability and their longevity. Siddons-Martin Emergency Group has
performed maintenance and repairs to the Fire Department's fleet with positive results for the
more than 10 years.
Budget Impact:
Funding is available in Fire/Motor Vehicle account number 001-19-047-5319-00-30-000.
Recommendation:
The Fire Department recommends approval of this resolution.
"Remember,we are here to serve the Citizens of Port Arthur"
P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743
P.R. No.22639
06/15/2022 rlh
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A
ONE YEAR AGREEMENT WITH SIDDONS-MARTIN EMERGENCY GROUP
OF PORT ARTHUR AND HOUSTON, TEXAS, FOR PREVENTATIVE
MAINTENANCE AND REPAIR TO FIRE DEPARTMENT FIRE APPARATUS
AND OTHER SPECIAL RESPONSE VEHICLES, WITH A PROJECTED
BUDGETARY IMPACT OF $410, 000; FUNDING IS AVAILABLE IN
FIRE DEPARTMENT MOTOR VEHICLE MAINTENANCE ACCOUNT NO.
001-19-047-5319-00-30-000 .
WHEREAS, the Port Arthur Fire Department operates a number of
fire apparatus and special service response vehicles; and
WHEREAS, these vehicles represent a substantial investment of
federal, state, and local money; and
WHEREAS, these vehicles are expected to have a service life
of fifteen (15) plus years; and
WHEREAS, the proper servicing and repair of these vehicles
are absolutely necessary to ensure both their longevity and their
performance dependability under situations which cannot abide
untimely failure; and
WHEREAS, for the last three years Siddons-Martin Emergency
Group, which specializes in emergency vehicle servicing, has
performed maintenance and repairs to the Fire Department' s fleet
with positive results; and
WHEREAS, the Fire Department is better served by a contract
with fixed pricing and performance parameters, rather than an ad
hoc arrangement; and
WHEREAS, pursuant to 252 . 042 of the Texas Local Government
Code, the Purchasing Division advertised for requests for
proposals for contracted fleet service for fire apparatus and
special service response vehicles in the Port Arthur News; and
WHEREAS, Siddons-Martin Emergency Group, headquartered in
Houston, Texas, and with a service facility in the Port Arthur
business Park, was the only responder to the RFP and quoted what
the Fire Department considers market rates for the desired fleet
services, and that Siddons-Martin has performed the requested
services dependably in the past; and
P.R. No.22639
06/15/2022 rlh
WHEREAS, Siddons-Martin Emergency Group and the City of Port
Arthur mutually agree to the terms of the contract outlined in the
in Exhibit "A" .
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PORT ARTHUR:
Section 1 . That the facts and opinions in the preamble
are true and correct .
Section 2 . That the City Manager is hereby authorized and
directed to execute a one (1) year contract, with the option to
renew for two (2) additional one-year periods, with Siddons-Martin
Emergency Group, in substantially the same form attached hereto as
Exhibit "A" , with a projected budgetary impact of $410, 000 .
Section 3 . That a copy of the caption of this Resolution
shall be spread upon the Minutes of the City Council .
READ, ADOPTED, AND APPROVED, this day of
2022 AD, at a Regular Meeting of the City Council of the City of
Port Arthur, Texas by the following vote: AYES :
Mayor:
Councilmembers :
NOES :
P.R. No.22639
06/15/2022 rlh
Thurman Bartie,
Mayor
ATTEST:
Sherri Bellard
City Secretary
APPROVED AS TO FORM:
(Ltd (4t, 6-e/14-7,/
Val Tiz no
City Attorney
APPROVED FOR ADMINISTRATION:
Ron Burton Greg Benson
City Manager Fire Chief
APPROVED AS TO AVAILABILITY OF FUNDS :
L
Kandy Daniel
Finance Director
Cli ton Williams, CPPB
Purchasing Manager
P.R. No.22639
06/15/2022 rlh
EXHIBIT "A"
CONTRACT FOR PREVENTATIVE MAINTENANCE AND REPAIRS
PORT ARTHUR FIRE DEPARTMENT FIRE APPARATUS AND SPECIAL
SERVICE RESPONSE VEHICLES
THIS AGREEMENT, made this day of , 2022, by and between
the City of Port Arthur, a municipal corporation organized under the laws of the State of
Texas, hereinafter called "Owner" or "City" and SIDDONS-MARTIN EMERGENCY
GROUP, a Corporation herein acting by and through its agent ,
hereinafter called "Contractor':
WITNESSETH: That for and in consideration of the payments, terms, conditions,
and agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1) The Port Arthur Fire Department operates a number of fire apparatus and special
response vehicles such as engines, hydraulic ladders, and hazardous materials units
which require semi-annual preventative maintenance and repairs when required.
2) The Contractor specializes in emergency vehicle servicing and repairs, which the
contractor agrees to perform as outlined in the Contract Documents.
3) The term of this Agreement shall be for one (1) year from the date stated on the
Notice to Proceed, with an option to renew for two (2) additional one-year periods,
unless sooner terminated under the provision hereof. The City can terminate this
contract at its convenience which includes, but is not limited to, funding not being
available in any budget cycle within thirty (30) days written notice.
4) The term "Contract Documents" means and includes the following:
1. Agreement
2. Specifications and other terms and conditions as outlined in the
Request for Proposals
3. Proposal
4. Addendum (1, 2 & 3)
5) This agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
6) IN WITNESS WHEREOF, the parties hereto have executed, or caused to be
executed by their duly authorized officials, this Agreement in (2 copies) each of
which shall be deemed an original on the date first written above.
Executed on the day of , 2022.
OWNER:
CITY OF PORT ARTHUR
BY:
Ronald Burton, City Manager
ATTEST:
Sherri Bellard, City Secretary
Executed on the day of , 2022.
CONTRACTOR:
SIDDONS-MARTIN EMERGENCY GROUP
By:
Print Name:
Title:
WITNESS:
Print Name:
Title:
THURMAN BILL BARTIE,MAYOR RONALD BURTON
DONALD FRANK,SR.,MAYOR PRO TEM En.rgy CITY MANAGER
City
f on
COUNCIL MEMBERS: SHERRI BELLARD,TRMC
INGRID HOLMES J CITY SECRETARY
CAL JONES u t f 1 t h tt r
THOMAS KINLAW,HI. VAL TIZENO
KENNETH MARKS Texas CITY ATTORNEY
CHARLOTTE MOSES
May 3,2022
REQUEST FOR PROPOSAL
FIRE APPARATUS PREVENTIVE MAINTENANCE AND REPAIR CONTRACT
DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m.,Central
Standard Time, Wednesday, May 4, 2022 (The clock located in the City Secretary's office will
be the official time.) All proposals received will be read aloud at 3:15p.m. on Wednesday, May
4, 2022 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. Proposals will be
opened in a manner to avoid public disclosure of contents; however, only the names of proposers
will be read aloud.
MARK ENVELOPE: P22-048
DELIVERY ADDRESS: Please submit one(1) original and three (3) exact duplicate copies of
your RFP to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET,4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Request for Proposal should be directed in 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,CPPB
P.O.Box 1089 1 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 J Fax 409.983.8291
The enclosed REQUEST FOR PROPOSAL (RFP) and accompanying General Instructions are for
your convenience in submitting proposals for the enclosed referenced services for the City of Port
Arthur.
Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall
be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner
of the envelope.
ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFP
submittal arrives at the above location by specified deadline regardless of delivery method chosen
by the firm. Faxed or electronically transmitted RFP submittals will not be accepted.
Clifton Williams, CPPB
Purchasing Manager
Page 2 of 23
REQUESTS FOR PROPOSALS
FIRE APPARATUS PREVENTIVE MAINTENANCE AND REPAIR CONTRACT
(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 23
City of Port Arthur
Request for Proposals
Fire Apparatus Preventive Maintenance and Repair
OBJECTIVE:
The intent of this Request for Proposal (RFP) is to obtain the services of a qualified contractor to
perform preventive maintenance (PM) and repairs to city-owned fire apparatus and other special
service response vehicles. Service rendered by the Proposer shall take place at either City or
worksite where the apparatus is assigned/located or at the Proposer's service facility. The contractor
shall be able to perform preventive maintenance (PM) and repairs as specified in this RFP to
specified city—owned fire apparatus, and special service response vehicles.
SCOPE OF SERVICE:
The Proposer shall provide scheduled preventive maintenance (PM), remedial repairs, parts
acquisition, and other associated services.
The Proposer will furnish all necessary supervision, labor, parts, supplies and, with prior approval
of an authorized fire department representative, sub-contract work,required to maintain the fleet in
a state-of-repair and service consistent with generally accepted fleet practices and as more
specifically defined in this RFP.
This is a one (1) year contract with the option to renew for two (2) additional one year periods,
subject to the approval of both parties.
PREVENTIVE MAINTENANCE:
A preventive maintenance(PM)program will be established for all Fire vehicles and equipment that are the
responsibility of the Proposer.
Although subject to change as agreed by the Proposer and the Port Arthur Fire Department the PM work
will meet the following minimum requirements:
As a minimum,the following items will be required during each PM.
Semi Annual PM Service for Aerials—Pumpers—Rescues
1. Change engine oil filter
2. Inspect engine air filter(a separate charge will apply only if filter is needed)
3. Complete chassis lubrication
4. Check and top off transmission fluid level
5. Check and top off differential fluid level(s)
6. Check and top off pump fluid level
7. Check and top off engine coolant level
8. Check and top off power steering fluid level
9. Check and top off brake fluid level (as applicable)
Page 4 of 23
10. Check and top off windshield washer fluid
11. Check and top off priming tank reservoir(as applicable)
12. Check and top off hydraulic ladder rack fluid
13. Check and adjust all tire pressures
14. Road test apparatus
15. Perform complete vehicle inspection per inspection list
16. Provide complete documents describing work performed, completed inspection
report which includes estimates for repairs needed other than described in the normal
maintenance listed above. (See required inspection guideline list)
17. Service Fuel Filters
18. Rotate Front Tires
Annual PM Service for Aerials-Pumpers-Rescues:
1. Change engine oil and filter
2. Inspect engine air filter(a separate charge will apply if filter is needed)
3. Change fuel filter(s)
4. Change coolant filter(s)
5. Change transmission fluid and filter(s)
6. Change pump fluid
7. Change differential fluid
8. Complete chassis lubrication
9. Check and top off power steering fluid level
10. Check and top off brake fluid level (as applicable)
11. Check and top off windshield washer fluid
12. Check and top off priming tank reservoir(as applicable)
13. Check and adjust all tire pressures
14. Check and replace hydraulic fluid and filter in CAFS compressor
15. Inspect all aerial hydraulic cylinders (as applicable)
16. Inspect and adjust aerial cables (as applicable)
17. Clean and lubricate all ladder points (as applicable)
18. Change hydraulic fluid and filters for aerial device (a separate charge will apply if
this service is needed)
19. Perform aerial drift test
20. Road test apparatus
21. Perform complete vehicle inspection per inspection list
22. Provide complete documents describing work performed,complete inspection report
which includes estimates for repairs needed other than described in the normal
maintenance listed above. (See required inspection guideline list)
23. Service Fuel Filters
24. Rotate Front Tires
Page 5 of 23
General Terms:
a. The majority of the Port Arthur Fire Department fleet subject to the services
associated with this RFP consists of Pierce fire apparatus. The Proposer must be
capable of providing Pierce authorized warranty work on those vehicles still subject
to warranty. The Proposer's mechanics who will be working on fire department
apparatus will be certified by a recognized certifying authority in the respective field.
b. When the Proposer must subcontract work,the Proposer will obtain permission from
an authorized representative of the Port Arthur Fire Department for such work, and
the Proposer will act as the agent for the department, securing qualified work at
appropriate pricing.
c. Proposer's facilities and equipment may be a factor in determining whether the
Proposer is capable of performing the requested services, therefore, Proposer's
facilities and equipment may be subject to inspection by the department.
d. Parts and materials used for service or repair shall be equal to or exceed the quality
of the original parts and materials.
e. Parts and materials furnished by the Proposer shall be subject to the manufacturer's
warranty.
f. The Proposer shall be responsible to replace parts or materials which fail or do not
perform during the warranty period at no additional cost.
g. The Proposer shall warranty the service component of the work for a period of ninety
days from the date of the original service.
Page 6 of 23
The City of Port Arthur requires comprehensive responses to every section within this RFP.
Conciseness and clarity of content are emphasized and encouraged. Vague and general
proposals will be considered non-responsive and will result in disqualification. To facilitate
the review of the responses, Firms shall follow the described proposal format. The intent of
the proposal format requirements is to expedite review and evaluation. It is not the intent to
constrain proposers with regard to content, but to assure that the specific requirements set
forth in this RFP are addressed in a uniform manner amenable to review and evaluation.
Failure to arrange the proposal as requested may result in the disqualification of the proposal.
It is requested that proposals be limited to no more than 50 pages, excluding resumes. All pages
of the proposal must be numbered and the proposal must contain an organized, paginated
table of contents corresponding to the sections and pages of the proposal.
EVALUATION CRITERIA:
The Proposer shall provide the following information:
EXPERIENCE:
1. Proposer's performance in fleet preventive maintenance and repair services for
governmental entities or other clients. Proposer should indicate the number of years
of experience the firm has in performing fleet preventive maintenance services and repairs
with fleets of comparable size to the City or other clients.
2. The mechanics assigned by the Proposer shall specialize in fire apparatus
maintenance and repair. This experience shall be documented in a resume for each
staff member of the organization that will be selected to provide service to the City.
REFERENCES:
Include three (3) business references for which similar services have been provided. Include the
following:
1. The period for which you have provided this service;
2. A brief description of the scope of work; and
3. Contact name, title, address, and telephone number.
The Proposer hereby authorizes and requests any person,firm,corporation and/or government entity
to furnish any information requested by the City in verification of the references provided and for
determining the quality and timeliness of providing the services.
PRICING:
Labor rates, parts mark-up, and materials mark-up competitive with service and repairs typical for
fire apparatus. See Appendix A
LOCATION:
Transporting fire apparatus by wrecker can be costly; therefore,qualified Proposers who are located
within a fifty mile distance from the City will be given greater consideration.
Page 7 of 23
QUALITY OF RESPONSE:
Completeness of the response to this RFP including submission of all checklist documents.
SELECTION PROCESS:
All applications will be screened by an evaluation committee and those applicants selected for a
short list may be invited to attend an interview, at the applicant's 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 business
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 ... 50 pts
b. References 20 pts
c. Pricing 20 pts
d. Location 10 pts
2. City staff shall recommend the most qualified business to the City Council and request
authority to enter into a contract.
3. When services and fees are agreed upon,the selected business 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 business. The process shall continue until an agreement is reached with
a qualified business.
5. This RFP 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 23
GENERAL INFORMATION:
Proposers are cautioned to read the information contained in this RFP carefully and to submit
a complete response to all requirements and questions as directed.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and
`Proposal" shall be equivalent.
AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance
with these specifications. The City reserves the right to award on the basis of the Lowest and Best
Offer in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject
any or all proposals.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration,or erasure made before opening time must be initialed by the signer of the
bid, guaranteeing authenticity.
WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting
written request, over the signature of an authorized individual, to the Purchasing Division any time
prior to the submission deadline. The proposer may thereafter submit a new proposal prior to the
deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be
considered if submitted after the deadline.
CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance
with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire
(Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the
Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information
concerning persons doing business or seeking to do business with the City of Port Arthur, including
affiliations and business and financial relationships such persons may have with City of Port Arthur
officers. The form can be can be located at the Texas Ethics Commission website:
https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a
response to this RFP, you acknowledge that you have been notified of the requirements of Chapter
176 of the Texas Local Government Code and you are representing that you in compliance with
them.
Any information provided by the City of Port Arthur is for information purposes only.If you
have concerns about whether Chapter 176 of the Texas Local Government Code applies to
you or the manner in which you must comply,you should consult an attorney.
ETHICS: Public employees must discharge their duties impartially so as to assure fair,competitive
access to governmental procurement by responsible contractors. Moreover, they should conduct
themselves in such a manner as to foster public confidence in the integrity of the City of Port
Arthur's procurement organization.
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.
Page 9 of 23
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective
bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the
following requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or warranty
service required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
7. No payments shall be made to any person of public monies under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no
later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing
authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City
assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum.
Failure to acknowledge and submit any addendum may be cause for the proposal to be rejected. It
is the vendor's responsibility to check for any addendums that might have been issued before bid
closing date and time. All addenda will be numbered consecutively,beginning with 1.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the
City of Port Arthur as its principal place of business must have an official business address (office
location and office personnel)in Port Arthur,the principal storage place or facility for the equipment
shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in
Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside
the City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics,the unit price
shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Fire, P.O. Box
1089, Port Arthur, Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the
goods or services by the City of Port Arthur,in accordance with the State of Texas Prompt Payment
Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30
days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax; therefore the proposal shall not include Sales Tax.
Page 10 of 23
VENUE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port
Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas
and the City Attorney concerning any portion of these requirements.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,ordinances,
rules, orders, regulations and codes of the federal, state and local governments relating to
performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any personal financial
interest,direct or indirect, in this Contract; and,the Contractor shall take appropriate steps to assure
compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits
the City from granting any license, privilege or paying money to any-one owing delinquent taxes,
paving assessments or any money to the City until such debts are paid or until satisfactory
arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT
included as part of this RFP.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX
77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract
shall be read and enforced as though each were included herein. If, through mistake or otherwise,
any such provision is not inserted or is not correctly inserted the Contract shall be amended to make
such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities
and means, except as herein otherwise expressly specified, necessary or proper to perform and
complete all the work required by this Contract, in accordance with the provisions of this Contract
and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a
detailed description concerning any point shall be regarded as meaning that only the best
commercial practices are to prevail.
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
Page 11 of 23
of Port Arthur the option of selecting goods which may be considered more suitable for the purpose
involved.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color,
or national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If,through any cause,the Contractor shall fail to fulfill in a timely
and proper manner his obligations under this contract, or if the Contractor shall violate any of the
covenants, agreements or stipulations of this contract, the City shall thereupon have the right to
terminate this contract by giving written notice to the Contractor of such termination and specifying
the effective date thereof, at least fifteen (15) days before the effective date of such termination.
Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages
sustained by the City by virtue of any breach of the contract by the Contractor, and the City may
withhold any payments to the Contractor for the purpose of set-off until such time as the exact
amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE:The City may terminate this contract at any time giving
at least thirty(30)days notice in writing to the Contractor. If the Contract is terminated by the City
as provided herein, the Contractor will be paid for the service that it has performed up to the
termination date. If this contract is terminated due to fault of the Contractor,the previous paragraph
hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the
Contractor to furnish releases or receipts for any or all persons performing work and supplying
material or service to the Contractor, or any sub-contractors for work under this contract, if this is
deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property that
occurs as a result of his fault or negligence in connection with the work performed until completion
and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or
permit any sub-contractor to perform any work included in this Contract until he has received from
the City of Port Arthur written approval of such agreement.
INSURANCE:All insurance must be written by an insurer licensed to conduct business in the State
of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase,
maintain and keep in force insurance that will protect against injury and/or damages which may
arise out of or result from operations under this contract,whether the operations be by himself or by
any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for
whose acts any of them may be liable, of the following types and limits
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury$1,000,000 single limit per occurrence or$1,000,000 each
person/$1,000,000 per occurrence; and,
Page 12 of 23
b. Property Damage $1,000,000 per occurrence regardless of contract amount; and,
c. Professional Liability: $1,000,000.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all information
required (including names of insurance agency, contractor and insurance companies, and policy
numbers, effective dates and expiration dates)and to date and sign and do all other things necessary
to complete and make into valid certificates of insurance and pertaining to the above listed items,
and before commencing any of the work and within the time otherwise specified, Contractor shall
file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect
except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain
a provision that coverage afforded under the policies will not be altered,modified or canceled unless
at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor
shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form
from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed
CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur
not more than ten(10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten(10)days of the execution
of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued
within such period, the time may be extended by mutual agreement between OWNER and
CONTRACTOR.
Page 13 of 23
P22-048
Fire Apparatus Preventative Maintenance &
Repair Contract
APIS-Iffitpfr
y
P . 0
Siddons Martin Emergency Group, LLC
9645 Jade Avenue
Port Arthur, TX 77640
(409) 736-9077
www.siddons-martin .com
OS-414k
EP\ P 0
to.
tg-
SIDDONS MARTIN EMERGENCY GROUP, LLC
Response for RFP P22-048
TABLE OF CONTENTS
Cover Letter
Table of Contents ii
Letter of Interest 1
Summary of Experience, Qualifications, & References 2
Charges for Services 4
Letter— Price Increase... 6
Non-Collusion Affidavit 7
Affidavit — Outstanding Debts 8
Conflict of Interest Questionnaire 9
House Bill 89 Verification 10
Chapter 2252 Certification 11
Addendum No. 1.. 12
Addendum No. 2 13
Addendum No. 3 18
I t
otiS� Mg9fry
f- ; , • O
\\\
FyteeI cr s%ttA
-
Summary of Experience, Qualifications, & References
P22-048
Technical Approach:
Siddons Martin Emergency Group, LLC will approach each opportunity in this project in line with the
following description. Whether the request is parts or service for fire apparatus, EMS vehicles or wild
land apparatus all items will be discussed with the preferred contact at the city and then estimated.After
the estimate is approved, we will either schedule the work requested and/or order the requested parts.
After all needed repairs are made there will be a quality assurance check made and it will be recorded
on the invoice. After the order or service is completed and fulfilled the invoice will be sent to the
necessary contacts in accounting, also a follow up will be made with requesting contact to confirm the
satisfaction of the service and/or parts provided.
Qualifications/Competence of Team Members:
Service Manager:Jerry Hanley
• 8 years of direct experience in the parts and service of fire apparatus. 13 years total experience
in heavy equipment and truck service.
• EVT Certified
• Pierce Master Technician
Assistant Manager: Chasetie Flowers
• 17 years of experience in the Industrial and Municipal fire industry.
• 20 years of experience in customer service.
Shop Foreman: Jose Torres
• 11 years of experience specialized in heavy truck and fire apparatus repair.
• EVT Certified
• Pierce Certified
Siddons Martin Emergency Group, LLC—Response to RFP P22-048
APPENDICES
Please include Appendix A—D when submitting proposal documents.
Page 14 of 23
APPENDIX A
C11ARGES FOR SERVICES
a. Provide total cost per 500 Engine Hour or 6 month PM service including
parts and labor 1795.00
b. Provide total cost per unit for annual pump testing including
parts and labor 425.00
c. Provide total cost per unit for foam system maintenance including parts and labor
$2000.00 per Industrial $1,000.00 per Municipal
d. Provide total cost per unit for annual foam discharge testing including parts and
labor $2,500.00 per Industrial Unit
e. Provide total cost per unit for CAFS system PM including parts and labor
$675.00
f. Provide total cost per unit for annual aerial PM and inspection
including parts and labor $2395.00
g. Proposer will be responsible for removal and proper disposal of all waste fluids and
filters and filters after completion of services. The fees for these services are to be
included in the cost of each maintenance price.
h. Synthetic fluids, if requested by the Fire Department, will require an additional fee
above the normal oil price rates listed in the prices above.
i. Hydraulic mounted generator services may require additional parts and labor that
will be quoted on a separate estimate at the time of service.
j. Provide total cost for a wheel's off brake inspection $425.00
Page 15 of 23
1
k. Provide normal business hourly labor rate at vendor's location of business
$127.50
1. Provide road service hourly rate during normal business hours $127.50
m. Provide road service after normal business hourly labor rate $137.50
n. Provide travel rates for road service (travel hours x hourly rate) $100.00
o. Specify normal operating business hours of your business M-F 0730-1630
p. Provide percent mark-up for parts and materials, over costs, for
repairs Cost x 1.67%
q. Provide percent mark-up for work which is subcontracted Cost x 1.30%
r. Lodging rates will be reimbursed to Proposer by customer if out of town overnight
travel is required. These rates will be reimbursed at the local and current average
lodging rates. Receipts for lodging must be provided by Proposer at time of invoicing
to seek reimbursement.
Page 16 of 23
GB 4
o
May 6, 2022
City of Port Arthur
PO Box 1089
Port Arthur, TX 77641
RE: RFP P22-048 — Price Increase
If awarded, Siddons Martin would like to respectfully request the ability to request a price increase,
if necessary, of up to 5% following the initial term of the contract.
We're confident that our prices remain competitive within our sector for the quality of the service
that we provide and as always, we're focused on the results we provide to customers.
Thank you for the opportunity to bid on this project.
Sincerely,
Troy Harrison
Vice President - Service
tharrisoncsiddons-martin.corn
1362 East Richey Road, Houston, Texas 77073 • (281) 606-4933
Page 1 of 1
(4
APPENDIX B
LETTER OF INTEREST
RFP— Fire Apparatus Preventative Maintenance & Repair
Deadline: May 4,2022
The undersigned firm submits the following information (this RFP submittal) in response to the
Request for Proposals (as amended by any Addenda), issued by the City of Port Arthur, TX (City)
to provide Access Control System for the City of Port Arthur,TX. Enclosed, and by this reference
incorporated herein and made a part of this RFP, are the following:
❖ Charges for Services
❖ Completed RFP Letter of Interest Form
❖ Completed Affidavit
• Non Collusion Affidavit
• Completed Conflict of Interest Form
• FIB 89
❖ SB 252
Firm understands that the City is not bound to select any firm for the final pre-qualified list and may
reject any responses submitted.
Firm also understands that all costs and expenses incurred by it in preparing this RFP and
participating in this process will be borne solely by the firm, and that the required materials to be
submitted will become the property of the City and will not be returned.
Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or
incomplete statements in this RFP. Firm accepts all terms of the RFP submittal process by signing
this letter of interest and making the RFP submittal.
This RFP shall be governed by and construed in all respects according to the laws of the State of
Texas.
Siddons Martin Emergency Group, LLC 5/6/2022
Firm Name Date
9645 Jade Avenue Port Arthur, TX 77640
Address City/State/Zip
Vice President of Service
Authorized Signature Title
Troy Harrison 281-606-4933
Name (please print) Telephone
tharrison@siddons-martin.com
siddons-martin.com
Email
Page 17 of 23
Field Technician: Rodney Champagne
• 14 years of heavy truck repair experience with 8 years specialized in fire apparatus.
• Pierce Certified
Field Technician: Michael Brandin
• 27 years of experience specialized in heavy truck repairs.
Shop Technician:Scott Wonders
• 34 years of service with fire department.
• 25 years of experience specialized in heavy truck repairs.
• 32 years of experience specialized in breathing air cascade systems.
• 5 years of experience specialized in fire apparatus repairs.
• Pierce Certified
Shop Technician:Todd Hillyer
• 18 years of experience specialized in heavy truck and equipment repairs.
• Pierce Certified
Competence and Capability:
Past and Current Contracts:
We currently hold multiple contracts throughout the State of Texas. Some of the contracts are with City
of Port Arthur, City of Austin, City of Cedar Hill, City of San Antonio and City of Midlothian. Multiple of
these contracts have been renewed for continued service. These all include parts and service of fire
apparatus, ambulances, wild land fire apparatus and heavy rescue vehicles.
Locations of Offices:
Our repair center is in Port Arthur, TX. We have multiple field service technicians in the area that are
mobile.
Siddons Martin Emergency Group
9645 Jade Avenue
Port Arthur, TX 77640
References:
1. City of Stafford - Contact: Chief Larry Di Camillo, Phone: 713-208-2569
2. City of Missouri City- Contact: Mike Tubbs, Phone:281-403-8583
3. City of La Marque - Contact: Gerald Grimm, Phone:409-938-9260
4. TEEX Maintenance - Contact:James Gwinn, Phone: 979-676-3595
5. City of Austin - Contact:Jason Pratt, Phone:512-974-1742
6. City of San Antonio - Contact: Anthony Gaytan, Phone: 210-206-2356
Siddons Martin Emergency Group, LLC—Response to RFP P22-048
APPENDIX C
CITY OF PORT ARTHUR,TEXAS
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS §
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for the
firm bidding this project has violated the antitrust laws of this State, codified at Section
15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor
communicated directly or indirectly the bid made to any competitor or any other person
engaged in the same line of business, nor has the signatory or anyone acting for the firm,
corporation or institution submitting a bid committed any other act of collusion related to
the development and submission of this bid proposal.
Signature: � f
Printed Name:
Printed
Name: Kathryn Williams
Title: Vice President & General Counsel
Company: Siddons Martin Emergency Group, LLC
Date: 5/4/2022
SUBSCRIBED and sworn to before me by the above named Kathryn Williams on this
the 4 day of May , 20 22
%'Notary Public in and for the
%,+u, LANDON MENDEZ State of Texas
`=��v P`QL=Notary Public,State of Texas
�-
" • xpires O1 O6 2025 !
'`��'• . �p 132853232 My commission expires: ! ( v I -L-3
Notary I I
Page 18 of 23
APPENDIX D
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
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.
Siddons Martin Emermencv Group,LLC 5/6/2022
Firm Name Date
1362 E.Richey Road Houston, TX 77073
Address City/State/Zip
Vice President of Service
Au`t prized Signature Title
Troy Harrison 281-606-4933
Name (please print) Telephone
tan son@siddons-martin.com
Email
STATE: Texas
COUNTY: Harris
SUBSCRIBED AND SWORN to before me by the above named Troy Harrison
on this the .6 _ day of May , 20-22 .
,.. .- ...—. — /1
Y p4� LANDON MENDEZ
- ...�s , -' Notary Public
`?:•. .Notary Public,State of Texas
W
. Comm. Expires 01-06-2025
Notary ID 132853232
1'tlj"fUltl�l THIS AFFIDAVIT AS PART OF THE PROPOSAL
Page 19 of 23
I.
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.
Siddons Martin Emergency Group, LLC
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.
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.
n/a
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Yes No
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.
n/a
Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
TT as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
•
5/4/2022
Signa((fu f vendor dbing 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 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 21 of 23
APPENDIX F
House Bill 89 Verification
Kathryn Williams (Person name), the undersigned representative
(hereafter referred to as "Representative") of
Siddons Martin Emergency Group. 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.
SI . NATURE OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this
4 day of May , 20 22 .
`'�111lf' LANDON MENDEZ
r°' :c=Notary Public,State of Texas
Comm.Expires 01-06-2025
Notary ID 132853232
l 11 l t:c <
Notary Public
Page 22 of 23
APPENDIX G
SB 252
CHAPTER 2252 CERTIFICATION
1, Kathryn Williams, Vice President& General Counsel , the undersigned and
Representative of Siddons Martin Emergency Group,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.
Kathryn Williams, Vice President& General Counsel
Name of Company Representative (Print)
Si nature of Company Representative
5/6/2022
Date
Page 23 of 23
"-v -CITY OF PORT ARTHUR,TEXAS
or! rfGrt ADDENDUM NO. ONE (1)
Tr...
May 4, 2022
BID FOR:FIRE APPARATUS PREVENTIVE MAINTENANCE AND REPAIR CONTRACT
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. DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central
Standard Time, Wednesday, May 11, 2022 (The clock located in the City Secretary's office will be the
official time.) All proposals received will be read aloud at 3:15p.m. on Wednesday, May 11, 2022 in
the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a
manner to avoid public disclosure of contents; however, only the names of proposers will be read aloud.
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.
l7 i ''Cli
Cli van Williams, CPPB
Purchasing Manager
5/6/2022
Sir attire of Proposer Date
Siddons Martin Emergency Group, LLC
Company Vendor Name
,-,
l -CITY OF PORT ARTHUR,TEXAS
1 1,40
*iru rt rth a ADDENDUM NO. TWO (2)
n.ms
May 4, 2022
BID FOR: Fire Apparatus Preventive Maintenance and Repair
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. Attached is the revised specifications
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.
Clif1441 Williams, CPPB
Purchasing Manager
5/6/2022
S i natte'of Proposer Date
g P
Siddons Martin Emergency Group, LLC
Company Vendor Name
Ciry of -CITY OF PORT ARTHUR, TEXAS
r(ltur
ADDENDUM NO. THREE (3)
ort
f: rc
May 5,2022
BID FOR: Fire Apparatus Preventive Maintenance and Repair
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. Attached is the revised Price Sheet(Appendix"A")
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.
C 1 i ftai Williams, CPPB
Purchasing Manager
5/6/2022
Signature of Proposer Date
Siddons Martin Emergency Group, LLC
Company Vendor Name
IP