Loading...
HomeMy WebLinkAboutPR 22405: AUTHORIZING A 3 MONTH EMERGENCY CONTRACT WITH JET AERATION, LLC • 111///# City of �r of rtltri Texas INTEROFFICE MEMORANDUM Date: July 8, 2022 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager From: Calvin Matthews, P.E.,Water Utilities Director RE: PR 22405—Construction Services for Water Utilities Department Introduction: The intent of this Agenda Item is to seek City Council's approval for Jet Aeration, LLC to provide construction services to the Water Utilities Department concerning Water Distribution and Wastewater Conveyance repairs. Contracts for these construction services are needed due to the possibility of excessive water and sewer main breaks, including taps as needed for water and sewer. The contract is to be for a three-month period, with services rendered on an as- needed basis with a projected budgetary impact of$75,000. Background: There is the possibility of excessive water and sewer main breaks during particular times of the year, and emergency contracts are needed in place to ensure the integrity of the water and sewer systems are maintained,and that quality service is provided to the citizens and customers of Port Arthur, which also includes taps as needed for water and sewer. Budget Impact: These contracts have a projected budgetary impact of$75,000 for a three-month period. Funds are available in Account Nos. 410-40-215-5315-00-00-000, Water System Maintenance and 410-40-220-5313-00-00-000, Sewer System Maintenance. Recommendation: It is recommended that City Council approve PR 22405, to execute a contract for construction services as discussed/outlined above. "Remember,we are here to serve the Citizens of Port Arthur" PR No. 22405 7/8/2022 bw Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A THREE-MONTH CONTRACT WITH JET AERATION, LLC OF VIDOR, TEXAS FOR EMERGENCY WATER UTILITIES AND CONSTRUCTION SERVICES SUPPORT, WITH A PROJECTED BUDGETARY AMOUNT OF $75,000.00. FUNDING IS AVAILABLE IN UTILITIES ACCOUNT NUMBERS 410-40-215-5315-00-00-000, WATER SYSTEM MAINTENANCE AND 410-40-220-5313-00-00-000, SEWER SYSTEM MAINTENANCE. WHEREAS, there is the possibility for excessive water and sewer main breaks in the City's system during particular times of the year in which additional assistance is required to support operations in maintaining the quality of the system; and, WHEREAS, pursuant to Section 252.042 of the Texas Local Government Code, the Purchasing Department advertised for proposal to seek qualified contractors to provide on demand response to repair or install water distribution and wastewater conveyance pipes and appurtenances for the City of Port Arthur; and, WHEREAS, two proposals were received on May 11, 2022 and evaluated by staff as delineated in Exhibit"A"; and, WHEREAS,it is deemed it the best interest of the City to contract with Jet Aeration as for emergency water utilities and construction services support for a three-month period to assist the Water Utilities Department in case of unexpected water and sewer line repairs,including taps; and, WHEREAS, total projected budgetary impact is $75,000.00 with funds available in Account Nos.410-40-215-5315-00-00-000,Water System Maintenance and 410-40-220-5313-00- 00-000, Sewer System Maintenance. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions of the preamble are true and correct. THAT, the City Manager is hereby authorized to execute a contract with Jet Aeration, in substantially the same form attached hereto as Exhibit "B", for the purpose of providing construction services, on an as needed basis, for emergency repairs and/or installations of water distribution and wastewater conveyance pipes and appurtenances, with a projected budgetary impact of$75,000.00 for three months, from Account Nos. 410-40-215-5315-00-00-000, Water PR No. 22405 7/8/2022 bw Page 2 of 3 System Maintenance and 410-40-220-5313-00-00-000, Sewer System Maintenance, in substantially the same form as the attached Exhibit"B". THAT, a copy of the caption of the Resolution be spread upon the Minutes of the City Council. READ, ADOPTED, AND APPROVED this the day of , A.D. 2022 at a meeting of the City of Port Arthur, Texas by the following vote: AYES: Mayor: Councilmembers: NOES: Thurman"Bill"Bartie Mayor ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: Val Tizeno City Attorney PR No. 22405 7/8/2022 bw Page 3 of 3 APPROVED FOR ADMINISTRATION: Ronald Burton City ana r i...7 alvin Matthews, P.E. Water Utilities Director APPROVED AS TO AVAILABILITY OF FUNDS: k CA_, n ,„,,,6 Kandy Daniel Y Interim Finance Director 1 , „IL C ifton Williams, CPPB Purchasing Manager EXHIBIT "A" City of Port Arthur Water Distribution and Wastewater Conveyance Contractor Agenda Totals P22-065 Weight Allco,LLC. Jet Aeration of Texas, LLC. Beaumont, TX Vidor, TX Experience 90 88 78 Project Approach 90 88 72 Cost/Rates 120 78 107 Total 300 254 257 Yon Scyion—Goaoleaw 7/7/2022 Yolanda Scypion-Goudeaux, Purchasing Assistant Date: Enrrx City of ort rthur� EXHIBIT "B" AGREEMENT FOR CONSTRUCTION SERVICES That this Agreement is made between the City of Port Arthur, Texas hereinafter referred to as "City" and Jet Aeration, LLC hereinafter referred to as the "Contractor." I. DURATION AND TERMINATION That this Agreement shall be for a three-month period beginning , 2022 and shall remain in effect until September 30, 2022. Either party may terminate this Agreement upon thirty (30) days written notice without cause, or for cause by giving the other notice in writing five (5) days prior to termination. It is understood and agreed that if Contractor is incapable of performing the services described herein, all rights to further compensation under this Agreement are to be invalid. II. CONSTRUCTION SERVICES TO BE PERFORMED Contractor shall perform repairs to water and sewer lines as deemed necessary by the Utilities Department Director or his assignee. The Contractor agrees to perform all the work described in the proposal and contract documents and to comply with the terms therein. The Contractor shall comply with the ethical and professional code of the profession and the policies of the City of Port Arthur. (See scope of work and specific duties attached hereto). III. COMPENSATION Contractor shall be compensated for a sum of up to $75,000.00. Appropriate work related expenses, computer and facility access, as necessary for the effective performance of the required job duties, may be provided and/or reimbursed as determined appropriate by the City Manager. The Contractor shall safeguard all records,and maintain confidentiality of records and information encountered in the course and scope of his job duties. OTHER BENEFITS That all benefits resultant from this contract are delineated herein, and no other benefits promised by any City officer shall be binding on the City. IV. INDEMNITY It is understood and agreed that Contractor is independent contractor. The CITY hereby agrees to indemnify CONTRACTOR,to the extent permitted by law or the extent to which such coverage is available to CITY employees and officials, against any liability, claim, cause of action, damage, personal injury or death rising out of or in connection with the services performed or to be performed by CONTRACTOR pursuant to this Agreement when CONTRACTOR is acting within the scope of his employment. V. PROFESSIONAL LIABILITY INSURANCE The City will provide legal services or pay a judgment rendered against Contractor for any suit or claim arising out of the performance of the Contractor's duties as outlined herein unless it is determined that said performance was the result of malfeasance or negligence. VI. NONDISCRIMINATION The Contractor hereby agrees that no person shall, on the grounds of race, creed, color, handicap, national origin, sex, political affiliation, or beliefs, be excluded from, be denied the benefits of, or be otherwise subjected to discrimination as regards to any services or activity under this contract; and hereby gives assurance the Contractor will immediately take any measure necessary to effectuate Agreement. SIGNED AND AGREED TO on the day of 2022. CONTRACTOR Jet Aeration CITY OF PORT ARTHUR Ronald Burton, City Manager 1(/W////, THURMAN BILL BARTIE,MAYOR ` s - RON BURTON DONALD FRANK SR,MAYOR PRO TEM City of �%'; CITY MANAGER COUNCIL MEMBERS: Ay2 SHERRI BELLARD,TRMC RAYMOND SCOTT,JR �-t r t h u _ CITY SECRETARY CAL J.JONES THOMAS J.KINLAW III VAL TIZENO KENNETH MARKS Texas CITY ATTORNEY CHARLOTTE MOSES May 9,2022 REQUEST FOR PROPOSAL WATER DISTRIBUTION AND WASTEWATER CONVEYANCE CONTRACTOR 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. MARK ENVELOPE: P22-065 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.williamsga,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 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 24 REQUESTS FOR PROPOSALS WATER DISTRIBUTION AND WASTEWATER CONVEYANCE CONTRACTOR (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 24 REQUEST FOR PROPOSALS WATER DISTRIBUTION AND WASTEWATER CONVEYANCE CONTRACTOR OBJECTIVE The City of Port Arthur is seeking a qualified contractor,which provides on-demand response to the Request for Proposals (RFP) to furnish all labor to repair or install water distribution and wastewater conveyance pipe and appurtenances for the City of Port Arthur. This service is consisting of repair,maintenance,and refurbishment of various pipes,valves,and manholes, within the City of Port Arthur operated by the Water Utilities Department. BACKGROUND 1. The contract will be valid until the end of Fiscal Year 2022 (September 30, 2022). 2. The City of Port Arthur Water Utilities Department services one Water Purification Plant, Water Distribution, Wastewater Conveyance, and three Wastewater Treatment Plants. 3. No minimum or maximum quantities of work are guaranteed SCOPE OF WORK The average water leak takes about 4 hours(on site)to repair,not counting travel time. It typically requires a supervisor, a mini excavator/rubber-tired backhoe, 3 additional crew members, small water,pumps,safety equipment,and approximately 2 vehicles to transport personnel,tools,safety equipment, and equipment to the site. A leak will be determined to be a Common Leak Repair or an Emergency Repair by the Assistant Utility Director or designee. During a common leak repair (non-emergency), the City Representative (Assistant Utility Director or designee) would contact the contractor and work out a schedule to repair the water leak, normal repairs will be scheduled by severity but usually within 48-72 hours. A City Representative will typically have marked the site in White Paint where the suspected leak needs to be located, but the Contractor will be responsible for calling in other utility locates. If the Contractor sees where the leak is going to take more than the 4-hour time to repair,the Assistant Utility Director (or designee) needs to approve the extra time needed. Acceptable approval methods include Text Messaging or email between Assistant Director or designee and Contractor representative. The City will coordinate extra pumping equipment with the Contractor if additional pumping capacity is needed(circumstance specific). Traffic Control and Traffic Safety (as set forth by the Texas Manual on Uniform Traffic Control Devices(TMUTCD)—Revision 2) is the responsibility of the Contractor, extra personnel(approved by the Assistant Utility Director or designee, may be required where heavy traffic conditions are present. Trench Safety will be the ultimate responsibility of the Contractor. The Contractor may coordinate with the Assistant Utilities Director or designee to utilize City owned trench safety equipment if it is available. An emergency repair will be responded to within 2-hours, emergency utility locates will be coordinated by the Contractor and the Assistant Utility Director or designee to obtain the most efficient method of locates before excavation occurs. All other factors of the job will be the same as the process of a common leak repair. Page 4 of 24 All materials for the repair(clamps, fittings, couplings, pipe, etc.)will be made available at the Service Center Warehouse, located at 111 H.O. Mills Blvd, Port Arthur, Texas. The City is responsible for ordering and maintaining repair materials. The Contractor's Supervisor will be responsible for communicating the material needs of each job to the Assistant Utility Director or designee before obtaining the items from the Warehouse. Items will be signed out and accounted for by Warehouse Personnel,the Assistant Utilities Director or designee. 1. The work will be unscheduled, intermittent, and on an "as needed" basis. The contractor will be expected to have personnel and equipment available for repairs when required. 2. Contractor shall maintain an emergency"on-call"number,or answering service to answer all calls placed after normal working hours seven (7)days per week and during holidays. 3. The Contractor is expected to perform all work in a competent and professional manner. Any damage to a City building or facility, either direct or indirect, resulting from the Contractor or his employees, must be repaired fully and completely at the Contractor's cost, including work,materials, and any litigation fees that may be incurred to recover the cost of such damages not repaired in a workmanlike manner. 4. The City will issue a work order and scope of work for each job. Each job shall be billed separately including required replacement material invoices.Each invoice provided for the work shall bear the City's contract number and related work order number. No invoice will be paid without authorized Work Order and Contract numbers identified on the invoice. 5. Vendor shall provide a written estimate of job cost prior to commencement of work. 6. During the progress of the work, if it becomes evident that the actual cost of the job will exceed the estimate by ten percent(10%)or more,the vendor shall immediately notify the originator of the work,making them aware of the situation and request further instructions. 7. All hourly rates shall be from the time the contractor arrives at the job site until the time of completion of work. 88. All travel cost is to be included in the hourly rate. 9 The City of Port Arthur or its authorized agent shall have the right to inspect the work at all times and upon completion thereof. The Contractor may not assign all or part of this contract without prior consent in writing by the City. An Insurance Certificate must also be provided prior to the performance of work by any Subcontractor showing coverage as either under the Contractors policies or as separate policies held by the Subcontractor.The City, through its authorized agents, shall have the right to refuse payment for work not performed to specifications, if such work was represented by Contractor as completed and within compliance. 10. Contractor will only perform work when called by an authorized City representative. 11. The City reserves the right to utilize any Contractor to repair any system component or equipment and is not limited in any way to the sole use of this contract for repairs. Page 5 of 24 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 Vendors 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. A. EXPERIENCE & KNOWLEDGE The offeror shall provide the following information. 1. List of similar work done in the past 5 years. 2. Examples of recent (last 2 years) of similar projects 3. List any experience or knowledge of the areas in Port Arthur. 4. List experience and qualification of team. B. PROJECT APPROACH Contractor shall provide the following information 1. Response time to mobilize and begin work. 2. Personnel that are available to provide the work and state how long they have been on Contractor's payroll. 3. Equipment owned by Contractor available to provide the services. C. COST Contractor shall provide the following information 1. Cost to mobilize 2. Hourly cost of personnel 3. Percentage above cost for materials (if Contractor is requested to furnish any materials directly) 4. Any other fees required. C.) REFERENCES Include three (3) business references for which similar services have been provided. Include the following: 1) The term (beginning and ending dates) of your contract agreement(s); 2) A brief description of the scope of work;and 3) Contact name,title, address, email, and telephone number. Page 6 of 24 The offeror(s) hereby authorize(s) and request(s) any person, firm, corporation and/or government entity to furnish any information requested by the City in the verification of the references provided and for determining the quality and timeliness of providing the services. See Appendix C. EVALUATION AND SELECTION PROCESS All proposals will be screened by an evaluation committee and those proposers selected for a short list may be invited to attend an interview,at the proposer's own expense. Any invitation for an oral presentation will be solely for the purpose of clarifying proposals received from each qualifying proposer, and will not represent any decision on the part of the evaluation committee as to the selection of a successful proposer. The City will evaluate all responses based on the experience, personnel qualifications, references, methodology/strategy, cost, and quality of response.The City reserves the right to negotiate the final fee prior to recommending any Contractor 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-points) b. Project Approach (30-points) c. Cost/Rates (40-points) 2 City staff shall recommend the most qualified Contractor to the City Council and request authority to enter into contract negotiations. 3. When services and fees are agreed upon,the selected Contractor 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 Contractor. The process shall continue until an agreement is reached with a qualified Contractor. 5. This RFP does not commit the City to pay for any direct and/or indirect costs incurred in the preparation and presentation of the response. All finalist(s) shall pay their own costs incurred in preparing for,traveling to,and attending interviews. The City reserves the right to use all pertinent information (also learned from sources other than disclosed in the RFP process) that might affect the City's judgment as to the appropriateness of an award to the best-evaluated proposer.This information may be appended to the proposal evaluation process results. Page 7 of 24 GENERAL INFORMATION: Proposers are cautioned to read the information contained in this RFP carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Best Offer in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The proposer may thereafter submit a new proposal prior to the deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ).The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Page 8 of 24 Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the proposal to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively, beginning with 1. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel)in Port Arthur,the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics,the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility Operations,P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. Page 9 of 24 SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract;and,the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this RFP. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. Page 10 of 24 While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If,through any cause,the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE:The City may terminate this contract at any time giving at least thirty(30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor,the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: Page 11 of 24 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, 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 12 of 24 APPENDICES RETURN WITH PROPOSAL A. Cost Proposal Yes B. Letter of Interest Yes C. Vendor References Yes D. Affidavit Yes E. Non Collusion Affidavit Yes F. Conflict of Interest Questionnaire If It Applies G. HB 89 Yes H. SB 252 Yes Page 13 of 24 APPENDIX A COST PROPOSAL Using this form, each proposer must state its proposed project estimated charges. Each proposer's charges must include the entire cost of providing the services identified in this RFP. AVERAGE WATER LEAK REPAIR HOURLY RATE Description Est.Usage Price/Hr. Total Field Supervisor with truck 800 Hrs. $ 4v''f \ $ f) Q910 2 Field Helper 800 Hrs. $ 10.0so $tYth I bpi, 00 Equipment operator 800 Hrs. $ L,L\.O7 $35, a03 .pp Mini excavator 800 Hrs. $ $401 c Field truck 800 Hrs. $ 5 \Da $ \a',,I q to . 1 or 2 Hp trash pump 800 Hrs. $ a5 $ 15 o x• oo Trench Box 8x16 800 Hrs. $ aa.a5 $ I'1 •iU0.0D Mobilization 200 times $ a53/times $ '5O Description Est.Value SUM OF STRAIGHT TIME AND EQUIPMENT FOR BID $a85)1 Q a.C° AMOUNT ADDITIONAL EQUIPMENT (Includes the mobilization fee) Description Price/Hr. Description Price/Hr. Excavator $ I35 Vacuum Truck $q g M Trench Box 8x16 $ a-6 Jet Machine $7q (� Rubber-tired backhoe $5.1 Light Tower $ \`55 a Pavement Saw $a-5 p, Dump Truck $ ) �� Skid Steer Track Loader $5 o_no $ Page 14 of 24 AVERAGE WATER LEAK REPAIR OVERTIME HOURLY RATE (OVERTIME: Hours over 8 hrs in a day, Sat,Sun,and legal holidays) Description Est.Usage Price/Hr. Total Field Supervisor with truck 200 Hrs. $ I1� 3'7 $D15'1014.OD 2 Field Helper 200 Hrs. $ 1��j Ol7 $ate 011),O0 Equipment operator 200 Hrs. $ 43. m $ a too,o Mini excavator 200 Hrs. $ 5-b.Oc) $)O, om.e Field truck 200 Hrs. $ 5 ,p a $z)i\aL.\ 1 or 2 Hp trash pump 200 Hrs. $ l p as $\L a50 Trench Box 8x16 200 Hrs. $ (D.a.a j $)11 k 5 00 Mobilization 50 times *?5-/times $)$ r7go Do Description Est.Value SUM OF OVERTIME AND EQUIPMENT FOR BID AMOUNT SQL 0 Li S. a ADDITIONAL EQUIPMENT (Includes the mobilization fee) Description Price/Hr. Description Price/Hr. Excavator $ )'5 O Vacuum Truck $ q .)5 Trench Box 8x16 $`aa.a 5 Jet Machine $ Rubber-tired backhoe $5) ,00 Light Tower $ )5,L0Q Pavement Saw $a lJ bsD Dump Truck $ )CO Skid Steer Track Loader $Sb 1. The Estimated hours and materials costs in the above table are to provide a level and equal bid for all bidders and a contract value,but actual work under the contract will be charged at the Price/Hour for each position/equipment and the actual hours worked. Actual work will not be limited by any position or equipment to the hours listed in the above table. The contractor shall prepare for extra pump/equipment needed on different cases. 2. The contractor shall attach hourly rates for any additional equipment which was not on the bid table. 3. The successful bidder shall track the amount expended on the contract with each work order and shall notify the Water Utilities designated Contract coordinator when 90% of the funds have been expended or if an estimate for a task order will exceed the 90% level. Page 15 of 24 ik1- RlcCII-i3r1 aTP<gcj LLC . 31(61l 7k 1131 COMPANY NAME STREET ADDR—PSS -ram-- Po lox 1-1Q) SIGNATURE OF B DER P.O. BOX 3;,->-\ �rJ(/-6/ v d or iX rri Lo 7 PRINT OR TYPE NAME CITY STATE ZIP a n e,r- J--10q 'lug- 15t -3 TITLE AREA CODE TELEPHONE NO yarnC- S am 14- . u , 4109-rhaq-3 5'7� EMAIL FAX NO. Page 16 of 24 APPENDIX B LETTER OF INTEREST RFP—Water Distribution and Wastewater Conveyance Contractor Deadline: May 11, 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 RFP-Water Distribution and Wastewater Conveyance Contractor for City of Port Arthur, TX. Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: ❖ Cost Proposal ❖ Completed RFP Letter of Interest Form ❖ Vendor References ❖ Completed Affidavit ❖ Non Collusion Affidavit ❖ Completed Conflict of Interest Form ❖ HB89 ❖ 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. Firm Name Date Address City/State/Zip �'.r/�-e/ Authorized Signature Title Name (please print) Telephone aerN . sn a-ecm . -, Email Page 17 of 24 APPENDIX C VENDOR REFERENCES Please list at least three (3) companies or governmental agencies where the same or similar products and/or services as contained in this specification package were recently provided. THIS FORM MUST BE RETURNED WITH YOUR BID, REFERENCE ONE Government/Company Name: C,i 0r Ty,ctg.p U-kj Address: k t3oX 'ar rij L C�, "Ty r1'7 to I I Contact Person and Title: '(\,/, e l.bl; Phone: q-$5.3- Fax: Contract Period: ate\ Scope of Work: -xc\; tic Se(ax, Serv.142, I;AO lPela( emenk REFERENCE Two Government/Company Name: L)CabdX Address: 4LOD E ?o\i UCtc Victor,i • rlrluloQ Contact Person and Title: �nnnck NI y rs - Mr\NI slr,a-,ue.. A55', 4 Phone: LY 1 7(oCi - QUM e -� it,14 Fax: -4pgluG - 341 a1 Contract Period: Q.pao Scope of Work: Ap r 1'10.tokO tk- REFERENCE THREE Government/Company Name: dpC cc,o,-, ( ,,,\R3 Address: \4G -Peck i-rxrl')riol Contact Person and Title: ,,Clued -bezc-C,gc. L5 EK13',n4:. e'— Phone: ACC-1- 133 -3 0 3 Fax: Contract Period: gja.1 Scope of Work: 5PJ j o_f ADYkpro Lit m 014-5 OFFEROR MUST RETURN THIS PAGE WITH OFFER Page 18 of 24 APPENDIX D 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: Printed m ��ro T Name: Title: Der Company: JQ c4 f C \--k'or1 O T-Q_ilGcS I LLC. Date: SUBSCRIBED and s orn to before me by the above named on this the -9' day of , 200)Q . Libalak 6 li),(..11-0_"2 DEBORAHNotaryID SUE�125860521Notary MILLER Public in and for the jMy Commission Expires State of Texas c September 29, 2022 My commission expires:oefit c Page 19 of 24 APPENDIX E 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. Jed R-2rai cc- 12X(SJ LL( . 5 D4 JaD. Firm Name Date ''Q) l-nu. JIS Uid-' , X . g lo'er Address City/State/Zip Authorized Signature Title .531 /-ncc./ 4oq-r Nq- ISoo Name(please print) Telephone f-)n,M . c 4-Pam _3.12a-• ( )3rn Email STATE: ' \ COUNTY:, Ci, _y` SUBSCRIBED AND SWORN to before me by the above named 0..- - _,./4/rvi on this the ,1„444,, ,_ . f, , 20 a Q . �E DEBORAH SUE MILLER <�\ / lilt i i f'\` Notary ID:;1 25860521 5$ ry Y13a A k 1t ( �- My Commission Expires $ AC! �°`� �J / // ,- - ` September 29, 2022 w Notary Public RETURN THIS AFFIDAVIT AS PART OF THE PROPOSAL Page 20 of 24 APPENDIX F CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity II 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 P.eceived has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the vendor meets requirements under Section 178.006(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 178.008(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. 1 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. 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? nYes 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 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. I fl 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)(6).excluding gifts described in Section 176.003(a-1). J Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11130,2015 Page 21 of 24 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)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,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 22 of 24 APPENDIX G House Bill 89 Verification LS-2n4.6tT (Person name), the undersigned representative (hereafter referred to as "Representative") of J e 4eC'aa;Dn 7-Q_CO S 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. GNATURE OF REPRESENTATIVE SUBSCRD D SWORN TO BEFORE ME, the undersigned authority, on this day of , 20c)a. ' DEBORAH SUE MILLER Notary ID,r 125860521 • My Commission Expires E cr September 29, 2022 *::7 ,e13014/4_ 6 , -111,L&A) Notary Public Page 23 of 24 APPENDIX H SB 252 CHAPTER 2252 CERTIFICATION I, S�/'v y(I , the undersigned and Representative of �Q p���,��n q� T-p,XGS Li s , (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. 5,47 s--443". Name of Company Representative (Print) ignature of Company Representative Date Page 24 of 24 � 4 -CITY OF PORT ARTHUR,cm of ':qiilis \ UR, *IIort rtht"°— ADDENDUM NO. ONE (1) Texas May 9, 2022 BID FOR: WATER DISTRIBUTION AND WASTEWATER CONVEYANCE CONTRACTOR 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 25, 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 25, 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. 61)zigi-tta- Clittion Williams, CPPB Purchasing Manager 5 )aq) . )a Signature of Proposer Date - P� APfnkinil 1e n5 i LLC_ Company Vendor Name ACO/RD® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) .../ 05/24/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Mark Aldrich Aldrich Insurance Agency,Inc. NAME: P.O.Box 727 (A PHCONN Fat). (409)287-2755 FAX No):(409)287-3888 Sour Lake TX 77659- E-MAIL MAIILss• mark@aldrich-insurance.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Nautilus Insurance Company 17370 INSURED INSURER B:Great American Insurance Co. 16691 Jet Aeration of Texas,LLC INSURER C:Progressive County Mutual 29203 P.O.Box 458 INSURER D:Texas Mutual Insurance Company 22945 Vidor TX 77670- INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP I TR TYPE OF INSURANCE wsrL wvn POLICY NUMBER _(MM/nn/YYYYI (MM/nn/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY X X ECP201723816 02/13/2022 02/13/2023 EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED 50,000 PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY JECTO LOC PRODUCTS-COMP/OPAGG $ 2,000,000 X OTHER:Contractual Liabilit $ C AUTOMOBILE LIABILITY X X 03105536 05/19/2022 05/19/2023 (OaordpnI)INGLE LIMIT $ 1,000,000 ANY AUTO BODILY INJURY(Per person) $ X ALL OWNED X SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ X X NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS (Peracr•.ident) $ $ A UMBRELLA LIAB X OCCUR X X FFX201723916 02/13/2022 02/13/2023 1,000,000 EACH OCCURRENCE $ X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 1,000,000 DFD X RETENTION$ 10,000 $ D WORKERS COMPENSATION X 0001255113 07/10/2021 07/10/2022 X RTATIITE 0TH AND EMPLOYERS'LIABILITY D ANY PROPRIETOR/PARTNER/EXECUTIVE YIN 0001255113 07/10/2022 07/10/2023 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Contractor's Pollution Liability X ECP201723816 02/13/2022 02/13/2023 Per Occurence 1,000,000 B Contractor's Equipment Policy IMP153859705 10/02/2021 10/02/2022 Limit per item 325,000 Rented/Leased Aggregate limit 500,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) CERTIFICATE HOLDER CANCELLATION Al 271 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Port Arthur THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 444 4th Street Port Arthur TX 77641-1089 AUTHORIZED REPRESENTATIVE Mt/LA, age. : .. ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD _- - _M INV NNW AERATION OF TEXAS P.O. Box 458 Vidor, TX 77670 Phone: 409-769-1500 Fax:409-769-3577 License#: OSSF-0S0029397/MP0001867 TABLE OF CONTENTS 1) EXPERIENCE & KNOWLEDGE A. Qualification B. Relationship with City C. Past Jobs 2) PROJECT APPROACH A. Response Time B. Equipment C. Personnel 3) COST IOW JIM' rmr INV AERATION OFF TEXAS P.O. Box 458 Vidor, 7X 77670 Phone:409-769-1500 Fax: 409-769-3577 License#: OSSF-0S0029397/MP0001867 EXPERIENCE & KNOWLEDGE A. QUALIFICATION Jet Aeration of Texas is comprised of specialty trained professionals in the water and wastewater industry. Our staff consists of licensed plant operators, equipment operators, plumbers, lift station technicians, electrical, pump, and motors, mechanical specialists, as well as most crafts in the utility construction industry. Our organization sets the industry standard in 24/7 emergency response as well as maintenance programs to prevent untimely break downs. Our management team brings a wealth of experience in operational as well as innovative problem solving to bring efficient resolution to your emergency. B. RELATIONSHIP WITH CITY Jet Aeration of Texas has a proven track record of excellence with the City of Port Arthur. Our team has furnished the city with routine crews to perform service calls during hurricanes, performed meter change-out and repairs, directional boring, leak repairs, as well as mechanical repairs at the city's water and wastewater treatment facilities. C. PAST JOBS City of Bridge City—Sanitary Sewer Service Line Replacement City of Vidor WCID #1—Sewer Line Rehab Jefferson County—Sewer Improvements • AERATION OF TEXAS P.O. Box 458 Vidor, TX 77670 Phone: 409-769-1500 Fax:409-769-3577 License#:OSSF-0S0029397/MP0001867 PROJECT APPROACH A. RESPONSE TIME A supervisor/competent person will respond and be onsite to establish a scope of work, coordinate equipment, labor, and material within one hour of notification. Our team will then establish a plan of action to address the problem with contingency plans and communicate with city personnel. B. EQUIPMENT Jet Aeration of Texas has all the necessary equipment which enables our team to perform any task at any time or place. Vacuum trucks, dump truck, crane truck, boring rig, excavators, and general construction equipment. C. PERSONNEL Jet Aeration of Texas has highly trained professionals with on the job experience to perform any task presented to them in an innovative, efficient, and safe manner. COST A. Mobilization —Competent person responds to site for initial evaluation and dispatch needed resources - $250.00 B. Any associated material, rentals, etc. will be charged 15% over final invoice of goods purchased or rented. C. Please refer to our enclosed rate sheet for personnel and equipment rates for all other associated charges. D. All after hour jobs performed will be billed at 1.5 times for employee costs. Any equipment or materials dispatched after hours may be billed with expedite fees if it is required. I=II MI III AERATION OF TEXAS 21232 IH-10 Vidor, TX 77662 Phone: 409-769-1500 Fax: 409-769-3577 License#: OSSF-0S0029397/MP0001867 Equipment Rates Equipment Day Week Month Rubber Tire Backhoe $400.00 $1,200.00 $3,600.00 Mini—Excavator $400.00 $1,200.00 $3,900.0 Cat Excavator 18,000 lb. $416.00 $1,248.00 $3,944.00 Cat Excavator 30,000 lb. $920.00 $2,760.00 $8,280.00 Cat Excavator 50,000 lb. $1,080.00 $3,240.00 $9,720.00 Cat Excavator 64,000 lb. $1,760.00 $5,280.00 $15,840.00 Skid Steer Track Loader $400.00 $1,200.00 $3,528.00 1/2 ton Truck $110.00 $330.00 $990.00 3/Ton Truck $125.00 $375.00 $1,125.00 1 Ton Truck $150.0 $450.00 $1,350.00 Crane Truck $816.00 $2,448.00 $7,344.00 Tractor Truck $480.00 $1,440.00 $4,320.00 Vacuum Truck Liquid 66 bbl. $784.00 $2,352.00 $7,056.00 Jet Machine - Hydro Blast Unit $632.00 $1,896.00 $5,688.00 Dozer—D3 $635.00 $1,905.00 $5,715.00 Dozer—D4 $825.00 $2,475.00 $7,425.00 AEI IBM IMIlkssmismo. 411111111 AERATION OF TEXAS 21232 IH-10 Vidor, TX 77662 Phone: 409-769-1500 Fax:409-769-3577 License#:OSSF-050029397/MP0001867 Equipment Rates Equipment Day Week Month Light Tower $125.00 $375.00 $1,125.00 Small Generator $45.00 $135.00 $405.00 2" Gas Pump $45.00 $135.00 $405.00 3" Gas Pump $50.00 $150.00 $450.00 Shoring 8X10 $178.00 $530.00 $1,584.00 Mobile Field Office $6000.00 Notes: 1) These Rates are based upon 8-hour workdays,anything over will be billed at standard overtime rates of time and one half 2) All equipment will have delivery and pick up charges when applicable 3) Sub-Contractors, rental equipment, and any other associated cost to the contractor that is incurred will be billed with a 15% mark up to offset overhead expenses. AERATION OF TEXAS 21232 IH-10 Vidor, TX 77662 Phone: 409-769-1500 Fax:409-769-3577 License#:OSSF-0S0029397/MP0001867 Labor Rates Labor Classification Straight Time Overtime Project Manager $91.00 $136.50 Superintendent $68.50 $102.75 General Foreman $55.00 $82.50 Foreman $48.00 $72.00 Operator $44.00 $66.00 Skilled Technician $40.00 $60.00 General Laborer/Helper $35.00 $52.50 CDL Truck Driver $38.00 $57.00 Welder $50.00 $75.00 Welder Helper $32.00 $48.00 Carpenter $38.00 $57.00 Electrician $60.00 $90.00 Master Plumber $60.00 $90.00 Journeyman Plumber $50.00 $75.00 Apprentice Plumber $38.00 $57.00 AERATION OF TEXAS 21232 IH-10 Vidor, IX 77662 Phone:409-769-1500 Fax:409-769-3577 License#: OSSF-0S0029397/MP0001867 Labor Rates Labor Classification Straight Time Overtime Concrete Finisher $40.00 $60.00 Field Secretary/Timekeeper $28.50 $42.75 Service Call $125.00 $187.50 Hourly Rate $100.00 $150.00 Warranty-Trip Charge $62.50 Service Calls—All Service Calls are$125.00 and $100.00 for each additional hour. Every ticket should consist of equipment, labor, material,and consumables. Sales Tax—8.25% Residential Customers—Materials only Commercial Customers—Everything tax unless customer provides a tax-exempt form Consumables—3% Multiply equipment, labor, and material by 3%