HomeMy WebLinkAboutPR 22927: WATER PURIFICATION PLANT RESERVOIR SLUDGE REMOVAL SERVICE nrt rtltu
T r
INTEROFFICE MEMORANDUM
Date: March 31, 2023
To: The Honorable Mayor and City Council
Through: Ronald Burton, City Manager
From: Calvin Matthews, P.E., Water Utilities Director
RE: PR 22927—Water Purification Plant Reservoir Sludge Removal Service
Introduction:
The intent of this agenda item is to seek Council's approval for the City Manager to enter into a
contract with American Process Group, LLC from Tacoma, Washington. The project was
advertised as Request for Proposals for Sludge Removal. The most qualified, responsive bidder
is American Process Group, LLC from Tacoma, Washington with a total budgetary impact of
$1,045,415.00 which is budgeted for in Capital Account No. 405-40-000-8516-00-00-000,
Project No. WS0018-CON.
Background:
Excess sediment and sludge build up at the Water Purification Plant reservoir for over 20 years
is causing a reduction of raw water storage.
Budget Impact:
The total budgetary impact,$1,045,415.00,of this proposed resolution is budgeted for in Capital
Account No. 405-40-000-8516-00-00-000, Project No. WS0018-CON.
Recommendation:
It is recommended that Council approve Proposed Resolution No. 22927 to award the contract
of Water Purification Plant Reservoir Sludge Removal Service as described/outlined above.
"Remember,we are here to serve the Citizens of Port Arthur"
PR No. 22927
3/17/23 bw
Page 1 of 3
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER
TO ENTER INTO A CONTRACT WITH AMERICAN
PROCESS GROUP, LLC OF TACOMA, WASHINGTON
FOR SLUDGE REMOVAL SERVICE AT THE WATER
PURIFICATION PLANT RESERVOIR WITH A
PROJECTED BUDGETARY IMPACT OF $1,045,415.00;
FUNDING AVAILABLE IN ACCOUNT NO. 405-40-000-8516-
00-00-000,PROJECT NO. WS0018-CON.
WHEREAS,excess sediment and sludge build up at the Water Purification Plant for over
twenty(20) years at 1101 H.O. Mills Boulevard is causing a reduction of raw water storage; and,
WHEREAS,the project was advertised in the Port Arthur News on January 21 and January
28, 2023 as Request for Proposals for Sludge Removal Service; and,
WHEREAS, a total of seven (7) proposals were received and evaluated by staff with
American Process Group, LLC of Tacoma, Washington being deemed as the most qualified and
responsive; and
WHEREAS, American Process Group, LLC from Tacoma, Washington submitted a
proposal with a total budgetary impact of$1,045,415.00.
NOW THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PORT ARTHUR:
THAT,the facts and opinions in the preamble are true and correct; and,
THAT, the City Manager is authorized to enter into a contract with American Process
Group, LLC of Tacoma, Washington for the Water Purification Plant Reservoir sludge removal
with a total projected budgetary impact of$1,045,415.00 (Exhibit"B"); and,
THAT, the funding is budgeted and available in Account No. 405-40-000-8516-00-00-
000, Project No. WS0018-CON; and,
PR No. 22927
3/17/23 bw
Page 2 of 3
THAT, a copy of the caption of this Resolution shall be spread upon the Minutes of the
Meeting of the City Council.
READ, ADOPTED, AND APPROVED this day of , 2023
at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following vote:
AYES: Mayor
Councilmembers:
NOES:
Thurman Bill Bartie
Mayor
ATTEST:
Sherri Bellard
City Secretary
APPROVED AS TO FORM:
yVaij/UtAX7V� �Jlecia Tizo
City Attorney
PR No. 22927
3/17/23 bw
Page 3 of 3
APPROVED FOR ADMINISTRATION:
Ronald Burton Calvin Matthews, P.E.
City Manager Water Utilities Director
APPROVED AS TO THE AVAILABILITY
OF FUNDS:
/ 6,4 (4. /'
Kandy Daniel Williams,Clifton CPP$
Finance Director Purchasing Manager
•
I
I
I
I
Exhibit "A"
\ ®
/ 4.
Q o CZ OC- § fn
■ < ®
/ /
/ );."'e 1
2 ®
\ -
'( La
4
\ .
ƒ \ \ \ % 7 7 2
(
� C..)
§ Ci
¢
{ ON
ƒ tt\ Q /
N k Z %
k •t ® ƒ k
° % - § t N el
o § ƒ / /
7 k
U &
i t t E.,
= k \ i. 7 2 \-
/
/ § °
Z: C
"0 -4. z
\ § cz Fa m m D
( 7 ( F.
fs4 C.
N
01. Zt _
.
i \
p en k N.
2
: ]
.
Z /
t CD
■ . .
S
.
_
( -
'� V
■ _ 7i
( V §
km Q4 k >-
Exhibit "B"
SLUDGE REMOVAL AT THE WATER PURIFICATION PLANT RESERVOIR
THIS AGREEMENT,made this day of ,2023,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 American Process Group,
LLC of Tacoma, Washington hereinafter called "CONTRACTOR"
WITNESSETH: That for and in consideration of the payment terms, conditions and
agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1. This contract shall be for 120 days after the date of the issuance of the Notice to
Proceed. The City can terminate this contract at its convenience which includes, but is
not limited to, funding not being available in any budget cycle with thirty (30) days
written notice.
2. The Contractor will perform work as stated in the Contract Documents.
3. During the term of this Contract, the Contractor will furnish at his own expense all of
the materials, supplies, tools, equipment, labor and other services necessary to
connection therewith, excepting those supplies specifically not required of Contractor
in the Specifications.
4. The CONTRACTOR agrees to perform all the work described in the specifications and
contract documents and to comply with the terms therein for the following cost:
Sludge Removal at the Water Purification Plant Reservoir: $1,045,415.00
5. The term "Contract Documents"means and includes the following:
a. Agreement
b. Addenda
c. General Information
d. Specifications
e. Bid
f. Notice of Award
g. Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
7. 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 above written.
Signed on the day of , 2023.
ATTEST: CITY OF PORT ARTHUR
BY:
Sherri Bellard Ronald Burton
City Secretary City Manager
Signed on the day of , 2023.
WITNESS: AMERICAN PROCESS GROUP,LLC
BY:
Print Name:
Title:
THURMAN BILL BARTIE,MAYOR I RONALD BURTON
INGRID HOLMES,MAYOR PRO TEM / CITY MANAGER
ners
COUNCIL MEMBERS: City of SHERRI SHERRI BELLARD,TRMC
CAL JONES CITY SECRETARY
THOMAS KINLAW III �` ���
KENNETH MARKS c _ VAL TIZENO
CHARLOTTE MOSES o r t r t h tc r CITY ATTORNEY
DONALD FRANK,SR.
Texas
FEBRUARY 2, 2023
REQUEST FOR PROPOSAL
WASTEWATER SLUDGE REMOVAL SERVICES
DEADLINE: Sealed Proposal submittals must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, February 8, 2023. (The clock located in the City Secretary's office will
be the official time.) All proposals received will be read aloud at 3:15 p.m. on Wednesday, February
8, 2023 in the City Council Chambers,City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE: P23-024
DELIVERY ADDRESS: Please submit one(1) original and one(1) copy of your proposal 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 or Scope of Work should be directed in writing to:
City of Port Arthur, TX
Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur,TX 77641
clifton.williamsAportarthurtx.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,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting proposal 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 ITB submittals will not be accepted.
Clifton Williams
Purchasing Manager
REQUEST FOR PROPOSAL
WASTEWATER SLUDGE REMOVAL SERVICES
(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:
City of Port Arthur Water Purification Plant Reservoir Sludge removal
The city of Port Arthur's Water Purification Plant uses the reservoir for raw water storage.Throughout the years of usage,
the debits and minerals build up around the reservoir which decreases the capacity of the reservoir which is located Northeast
of the Water Purification Plant at 1101 H 0 Mills Blvd.There are approximately 7,500 tons of wet sludge in need of
removal.
SCOPE OF WORK
The purpose of this project is to dredge and dewater non-hazardous sludge from the City of Port Arthur Water
Purification Reservoir to restore capacity without interfering with the city's operation.The project area is
approximately eight acres on the Southwestern portion of the reservoir,roughly 800 x 480 square feet with 2.5 feet
of sludge(Appendix G).The work to be performed will consist of the removal,hauling,and disposal of
accumulated materials in the reservoir.The dredging process should start from the East side of High Way 73(8+00
ft)of the project area(Appendix A)toward Savannah Avenue.The contractor shall provide all labor,
material,equipment,chemical,tools,permits, insurance,and all other associated material and
services to dredge, de-water, load, and transport material to the City landfill.
SERVICE REOUIREMENTS
1. Provide the equipment to dredge the sludge but not to degrade the levees,side slopes,or bottom of the
reservoir. Provide all the equipment for the sludge dewatering process, including the belt
press/centrifuge/screw press,pumps,conveyance system,etc.,
2. Provide aluminum watertight end dump trailers with permanent bolt-in plastic liners and tarps.
3. Mobilization/demobilization of personnel and equipment to the City of Port Arthur Water Treatment
Reservoir.
4. Provide restroom facilities for on-site personnel.
5. The sludge filtrate needs to be discharged to the approved location.
6. Actual tonnage may vary in proportion to the moisture content. The dry sludge needs to pass the paint
filter test for disposal in the city landfill. The contractor shall keep the landfill weight tickets for the
calculation of total disposal.
7. Contractor shall not dredge the clay liner at the bottom of the pond.
8. The City has the right to stop the process anytime when it is in danger of public safety.
9. The contractor shall be responsible for verifying the sludge blanket,the type of polymer for
dewatering,and the complete restoration of all disturbed site topography to the original,pre-
contract condition.
THE CITY WILL PROVIDE THE FOLLOWING:
1. A Hydrographic Survey of the reservoir(Appendix A).
2. An adequate workspace area to conduct removal activities.
3. Uninterrupted access to the work area 12 hours per day,5 days per week.
4. All material will be disposed of in the City of Port Arthur landfill,201 H.O.Mills Boulevard,at The
City's cost.
5. 230v,3-phase power is available near the lagoon entry point at the city's expense.If the contractor
requires different power,it shall be at the contractor's cost.
Fir
MEASUREMENT AND PAYMENT
1. The work performed under this project will be paid for unit quantity measurements by City landfill
tickets.All sludge and other residual matter as previously described shall be removed down to the top of
the clay line of the reservoir.
CONTRACTOR QUALIFICATIONS:
1. Contractor has been in business for a minimum of five years
2. Completed three jobs of similar size/scope within the past five years
3. Maintain a local permanent place of business within the City of PA
4. Maintain a general liability insurance policy with a general aggregate of at least$20,000,000.
CONTRACTOR VEHICLES AND EQUIPMENT
1. Contractor's vehicles shall maintain current State inspection stickers,and license plate registrations at all
times.
2. Contractor's vehicles shall be conspicuously marked as transporting waste products.
3. Contractor's containers shall be in good condition without noticeable rust or damage and shall be such
that no liquids will permeate the bottom or sides.
4. Contractor's containers shall be replaced if material defects in the stability,appearance,function,or odor
are brought to the contractor's attention,or if the dumpster fails to perform the intent of the design.
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.) FIRM INTRODUCTION AND ORGANIZATION (15 POINTS)
Briefly introduce your company including the number of years in business
$.l PAST PERFORMANCE.EXPERIENCE.AND REFERENCE(35 POINTS)
1) Please provide at least three comparable projects with details you have served in the past five
years. Include the following; the term (beginning and ending dates) of your contract
agreement(s); a brief description of the scope of work; and contact name and telephone
number.
2) Please provide if you have past and or present experience with the City of Port Arthur
C.l COST
Please include the expected amount your firm would be compensated for services provided to
the City of Port Arthur. The City will consider per dry ton of residuals, and percentage over cost.
While price is an important factor, it will be considered as just one factor in the evaluation and
selection process. The proposer must utilize the form provided in Appendix A in its submission
of a cost proposal in response to this RFP. The cost proposal must be included in each copy of
the proposal.
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 proposers' 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 Vendor 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. Firm Introduction (15 points)
b. Past experience and References (35 points)
c. Cost(50 points)
2 City staff shall recommend the most qualified Vendor to the City Council and request
authority to enter into contract negotiations.
3. When services and fees are agreed upon, the selected Vendor 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 Vendor. The process shall continue until an agreement is reached
with a qualified Vendor.
5. This RFP does not commit the City to pay for any direct and/or indirect costs incurred
in the preparation and presentation of response. All fmalist(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 result.
APPENDICES
A. Hydrographic Survey
B. Cost Proposal
C. Vendor References
D. Letter of Interest
E. Affidavit
F. Conflict of Interest Questionnaire
G. Project Locations
H. HB 89
I. SB 252
J. Non-Collusion Affidavit
K. House Bill 89 Verification
L. Chapter 2252 Certification
M. Information to Bidders
x we WKa�-uq W»�e-ita»Nr�1're v®nw-Kfina\Mwv�i\vM�T'+\+vM\
I Hiliii
[L AM ON 1LMS
= as
ES
9 Y a
6�&
C )
I\\
' ,j '
) 1 '
/ 4
iJ//// 5II1 I 1 IV( L
1 1 V v 1 J -1
3 / --., v ., 6 1
t 1 o !
0 E ______cj_ _,,Cs\v. _ _ 6 _ _ N.---Th I
L \Q\ \ Ti
‘ss :
iI\\,_\---._>,...____________„, _._....)
s),..._.
•
Ell
4\ ( — ''—‘-'7 — oo+. fA -
ko
' (Jo: OP 8 i
g ' Ili 1
9
6
6® 3
,.. 00+91 I
\\:\ ‘).)
‘eV
z 1`,�
w
a.
y.......a�-u«w.....:.w-�n m.�..-.an�.e-uluon,r...,�$n•.w-- -nwle��
R 'IS 'd t
o N 1fl i
ga
P
. . . 9 9 4 # #1 9 9 9 9 9 4 4 41 9 9 9 9 9 # 4 #1 9 9 9 9 9 # 4 41
! ,� II B a
C I t I
V, 1 ; sI 1 I I II 1 B ° 2 w�w�
' rt i 'A + A �-ai �'
6
.. I I 1 II I i I l fl
IIII I M
�I 1 1 '1 4 I A ° 8
I 1 II .1 I. .1 I B 'J
a f I 1 I
' .a I, i It 1 M I c� f
g ` i
_.L
i -I--ij '
_ g ( 'J
A 1 i
I i —1 3 I 1 0 E
Trez,
r t I
I
! VC/
B
• I ! t le ! I B
1 It
t t t- t o
II
ll
I t 4 t I t 4 9 40
I
•
n,..ruva i } it...uin , i f y a1:
9 9 9 9 9 ; , ; ! 99 9 9 9 4 4 41 7 7 9 9 9 # 4 #t 9 9 9 9 9 4 4 ## v�° e
�■ l'ig g I
2 9 9 9 9 4 4 #1 9 9 9 9 9 ; ; 41 9 9 9 9 9 # 4 #1 9 I 9 9 9 4 4 41 Alf
f
i if ix-
0
1 r I .1 1 "0E
111
I ! II ! Mt: i
t
1 I i I I I r l I ilia A a
+ I i f a II I I I' I
ok
i R
Q I 1 ` 1 I I ! gag!
1 I 1 1 A I 1 I .1
NI 1 -1 ' 1 1 .1 I 1
, .1 I : I
. ..( 1 I
1 11_ I , 1 1 BI .1
II 3 f ! - 1,J--+--g-1 I g I 1
I I I .1 Q I a t 1
8 � ' l I $ � Q g 5 i Y If ill �
.S f i a $ I i • I a I 1 I A $ 1 a Q 1
t �I I ! f' 1 N J €1_
: B
, I I I _ 11w 1
e 1 t ! I
wit
' 1 .t I i B ya
\t i t 1 t ; I t ■ P
j i 1 t dim
■ •
a ■ P HI_ 1 roamI 1�
TM � `f .. rr.vulva Ft I
1'� I n —I no
I �II I i 4 I it
3 3 3 3 3 4 3 #f 3 3 9 2 3 9 4 44 3 3 3 3 ! 4 3 # 3 9 9 2 3 , 7 #
�....moo,-,eu m.r r.,.,o-, �r.-.m,...-:n,ron•.r...z n.m--��vymn�
- 7
4 4 . c
''SmB y
o e e A 3 t i i !1 1 1 0 3 1 ^ i i !1 A 9 e > > ! ! i it
I !
J ! J
1 ! u9 p
9
1 1 1 it Ili i,,
P.
t - 1 'i !
a .! 1 1 II g�
1 �1 1 (I S
1 1 1I
1 ! 4 + 6
- 1 1 I 1 P
gp
1 I .i 7 1 • ! i A
I ! I y I 1 •
g j g g 1
I ! ;1 A II l f l
1 1 11
I 1 jt 1 1 g
t
1 !
! I 7
i
i 1 I ! 1
i I I. ! "�
1 9 1 O 4
1 1 I 1 i4 i
i 1
9 it 9 t� . C/ GI/1
It 9 i 9
1 9 1 9
4 A A it
t 1 n A 1I
it ! i 1 '
j A j A f
L A I. A I I
i - A 4 '9 11 • .�i I
f q 1 3 I' ,g i ! r p
9 i A A i II ! o Y 9 3!y -
8 L 9 L1 .!A I 1 IF
9 f r1
x I. .; !A :; h 9
:... I 1 .. 11
, §6pgz
M v. .r..+o.va ( +r.enru,v. 111 A
1 t ( 4 "11 1 T 1 t I ? p; Egg
1 I } ' t €
! ; ! !
A 1 •1 M
! f !
1 '! I !
! 1 .! '
it pp
r
1 Ifh ! I 15 E
! ! /1' A
A
1, 1 ! 81 i
1' ! ! di q
! ! y
! !
! I 1
1
1 I !
! i!
I ,
n I !
5 I
9 7 7 9 7 9 7 7 '! 9 9 7 7 7 7 7 7 71 i 7 ! ! 9 i i i i
xour.m wur.a. xmugo
.�.•-.w a«m .e.e-u�am.•+...®ne-num,�w..�n.w�wngrcnl
7
oec d, g
F; . R K u m
VI;i1 t
tit
him 5
8
hill
a
1 7 a 7 # # # # s 7 7 1 7 # # ; # 7 7 7 7 7 # # # # 3 7 7 i 1 # # # # 4 ,& ! 1
y 1 ,� $.gg
I 1 1 •1
`) 1 , 1 „ , ,1 i r✓—
\� 1 �� 1 �� 1 ‘A A . 2
A A A 1r A
,, ,A I I
1 1
0/ 1 ;f %f A it A z
i A 1 i •A I/ 1 z c
r 1 1 i ,it1 1 I i 'i
'- A 1 1- . 1 i O 1
H • A 1 1 11 1 1 1 T
1 0 I 1 i' 1 1 1 0 g 9 11 ; 1 '1
IJ a I 1 II 1 1
1 ri 0 Irl 1 4
0 I 0 ( I s
0 0 L t 3
r 41 r I . li: r •
: 7 0 F 4 1 0 : 8 S 9 # #
no mom vs I rur
F f i ! n f h ! f
g i f gg # i ! f r t f
I i f 3 f f F ! f
f r, f f 'f f 01n i
1 N A 1 N 1 ! ! s Y : ! 1 4 el gg
3 ; ;,,) 1 4 1 1 1 4/J 1 1 1,) a 4 a
a, F I # IN ! ; F .1 ril s
1 1 i 1 1 1. I 1 LL ER
ik
—
i� / 1 1 1
1 ol
I' k .1 y� p o gg
o
f a y ! ) E 4
i4
4 ! / 11 4 rc' 1 By � .5
F • 1 I 1il F N i
' # 1 ;
i
1 11 ili
j ' 1 1 i
' ; ' I ;
� 1 1 1
> > e I# # # 71 1 e ?6 # # # #1 a e a s 9 ? # 1 1 e 1 # # # # 1 1 s # # # #1 16, 1
oximml
IhJ
1 ''
#
I
APPENDIX B
BID
TO: CITY OF PORT ARTHUR py
444 4TH STREET Ci6f—N
P.O. BOX 1089 -
CITY OF PORT ARTHUR, TEXAS 77640
Proposal of(hereinafter called "BIDDER"), organized and existing under the laws of the State of
Texas, doing business as American Process Group LLC and acting by and through to the CITY OF
PORT ARTHUR, Port Arthur, Texas (hereinafter called "OWNER").
In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all
work for the construction of Water Purification Plant Reservoir Sludge removal, in strict
accordance with the Contract Documents, within the time set forth in the Notice to Proceed, and
at the prices stated below, and Bidder shall enter into Contract for same within the time specified
in Contract Documents.
By submission of this BID, each BIDDER certifies, and in the case of a joint BID, each party
thereto certifies as to his own organization, that this BID has been arrived at independently,
without consultation, communication, or agreement as to any matter relating to this BID with any
other BIDDER or with any competitor.
BIDDER hereby agrees to commence WORK under this Contract on or before a date to be
specified in the Notice to Proceed and to fully complete the PROJECT within 12Q consecutive
calendar days specified in the Notice to Proceed, including, but not limited to, all Saturdays,
Sundays, and Federal, State, and City holidays thereafter. BIDDER further agrees to pay as
liquidated damages, the sum of 55 IQ for each consecutive calendar day thereafter including, but
not limited to, all Saturdays, Sundays, and Federal, State and City holidays as provided in
Section 51 of the General Conditions.
Enclosed is bid security as required.
BIDDER acknowledges receipt of the following ADDENDUM:
1, 2, 3 ,4
*Insert"a corporation," "a partnership," or "an individual" as applicable.
BIDDER agrees to perform all the work described in the Contract Documents for the following
unit prices or lump sum:
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BASE BID ITEMS
Mobilization & Demobilization, including
payment bond, performance bond,
1. 1 E.A. insurance, all necessary equipment,
appurtenances,etc. for
dredge/dewatering/transport, Complete in $ 136,340.00 $ 136,340.00
Place. Per Lump Sum
Sludge Disposal at the City landfill as
specified in the contract documents,
2. 7,500 TON including dredging, sludge dewatering,
testing, transporting to landfill,and
necessary appurtenances. $ 121.21 $ 909,075.00
$ $
$ $
$ $
TOTAL AMOUNT BID $ 1,045,415.00
Unit prices are to be expressed in both words and figures. In case of a discrepancy, the amount shown
in words shall govern. The above unit prices shall include all labor, materials, equipment, bailing,
shoring, removal, overhead, profit, insurance, etc. to cover the finished work of the several kinds called
for.
The quantities of work or material stated in unit price items of the Bid are supplied only to give an
indication of the general scope of Work; the Owner does not expressly or by implication agree that the
actual amount of work or material will correspond therewith, and reserves the right afterward to
increase or decrease the quantity of any unit price item of the Work by any amount up to and including
twenty percent (20%) of any Bid Item, without a change in the unit price, and shall have the right to
delete any Bid Item in its entirety, or to add additional Bid Items up to and including an aggregate total
amount not to exceed twenty percent(20%)of the Contract Price.
BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive any
informalities in the bidding. In addition, the OWNER reserves the right to award the Contract on the
basis of TOTAL AMOUNT BID or TOTAL AMOUNT BID with Substitution(s) or TOTAL
AMOUNT BID plus any Alternate(s)described above which is most advantageous to the OWNER.
The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of sixty (60)
calendar days after the scheduled closing time for receiving bids.
The undersigned BIDDER hereby declares that he agrees to do the work, and that no representations
made by the Owner are in any sense a warranty, but are mere estimates for the guidance of the
Contractor.
Upon receipt of the notice of acceptance of the bid, the BIDDER will execute the formal Contract
attached within ten (10) working days and will deliver a Performance and a Payment Bond to insure
payment for all labor and materials. The bid security attached, without endorsement, in the sum of no
less than five percent (5%) of the amount bid, is to become the property of THE CITY OF PORT
ARTHUR, TEXAS, in the event the contract and bonds are not executed within the time above set
forth, as liquidated damages without limitation.
Respectfully submitted:
American Process Group LLC
(NAME OF COTRACTOR) (LICENSE NUMBER IF APPLICABLE)
1201 Pacific Ave.. Suite 600 Tacoma WA 98402 (780) 963-1484
(ADDRESS) (TELEPHONE NUMBER)
, Doug Van der Veen
ta
'Q�
c 06.4 ! ,;;f�- - . ;.nager DATE: February 27, 2023
r-)
et. OFaI
_-
(ATTEST)
(SEAL,IF: 0D) •A CORPORATION) / , • J
APPENDIX C
VENDOR REFERENCES
Please list at least three (3) Projects 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
Project/Company: Bachman WTP Residuals Disposal Lagoon 1 &2/City of Dallas, TX
Project Detail: This project was to perform some permanent site infrastructure improvements (concrete pads,
electrical service, etc.)to support a dewatering operation, and the removal of residuals from 2 Dallas Water Utility
water treatment lagoons. Even while managing through some delays due to COVID, the project was
substantially complete 3 months ahead of schedule milestones.
Contact Person/Title/Phone Number: Eva Gorgi, PE Project Manager 214-671-9559
REFERENCE ONE
Project/Company: Townsend WTP Ferric Sludge Lagoon Cleaning/City of Greensboro, NC
Project Detail: The scope of work for this proiect was to dredge, dewater, haul and dispose a total of solids from
the ferric sludge lagoon. In 2021 the contract was to remove 1500 dry tons. Due to operational efficiencies the project
was completed ahead of schedule. In 2019 the contract was to remove of 900 dry tons APG sent a second machine
and was able to double our daily production and complete the project in less than the anticipated operating days
required. The client was extremely satisfied with our team and the execution of both contracts.
Contact Person/Title/Phone Number: Brian Boyd Project Manager(336) 373-2055
REFERENCE ONE
Project/Company: ON Stevens WTP Sludge Removal Project I City Corpus Christi, TX
Project Detail: These projects were to dredge. dewater and haul water treatment alum sludge from lagoon #7.
In the first contract in 2017, we assisted the city in the tie in of the permanent transformer located near the lagoons,
were responsible for the subcontractor who was on site for the removal of the cattails from the pond before the
dredging operations commenced, we dredged over 18,400 dry tons of material from the lagoon. In the second
contract we removed an additional 18,643 dry tons from lagoon #7. Both projects were contracted directly by the
City of Corpus Christi, and LNV was the engineering firm on the project.
Contact Person/Title/Phone Number: Logan Burton Project Engineer LNV Inc. (361) 883-1984
APPENDIX D
LETTER OF INTEREST
RFP—Electrical Maintenance & Repairs
Deadline: January 31, 2018
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 supply Electrical Maintenance & Repairs for City of Port Arthur. Enclosed, and by this
reference incorporated herein and made a part of this RFP, are the following:
❖ Completed RFQ Letter of Interest Form
❖ Completed Affidavit
❖ Completed Conflict of Interest Form
+ Completed Non-Collusion Affidavit
❖ HB 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.
American Process Group LLC February 27, 2023
Firm Name Date
y
')/ General Manager
Author'>zed Signature Title
Doug Van der Veen (780) 963-1484
Name (please print) Telephone
dvanderveen@amprocessgroup.com
Email
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:
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 j 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 j 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.
American Process Group LLC.
Firm Name Date
General Manager
Authorized Signature Title
Doug Van der Veen (780) 963-1484
Name (please print) Telephone
dvanderveen@amprocessgroup.com
Email
PROVINCE
---STATE: Alberta, Canada
COUNTY: Parkland
SUBSCRIBED AND SWORN to before me by the above named Doug Van der Veen
on this the (b day of FED-4142'( , 20 93 .
Nota Pub I\
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
JUSTIN DANZO
Barrister&Solicitor
A Commissioner for Oaths and Notary Public
in and for the Province of Alberta
My Commission Expires at His Majesty's Pleasure
APPENDIX F
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the taw by H.B.23,84th Leg.,Regular Session. OFFICE USE ONLY
This questionnaire is baing filed in accordance with Chapter 175 Local Gevemmant Code.by a vendor who Date Recaerad
has a business relationship as defined ay Section 175.001li-a)oath a local governmental entity and the
senior meets requirements under Section 176.006(ai
By law this questionnaire must be tied with t e records administrator of the local governmental arty 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 175 006(a•t).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.
1.1 Name of vendor who has a business relationship with local governmental entity.
American Process Group LLC
J I 1 Check this box if you are fill anto a previouslyfiled questionnaire.(The law
f 7 n9 update requires that you file an updated
completed questionnaire with the appropriate fling authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
,J Name of local government officer about whom the information is being disclosed.
None
Name of Officer
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(ax2XA).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,born the vendor?
Yes No
8. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a amity member of the officer AND the taxable income is not received from the
local governmental entity?
nYes n No
Al 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.
J
Check this box It the vendor has given the focal government officer or a family member of the officer one or more gifts
as described in Section 176 Do3(a)(2)(8) excluding gifts described in Section 176 003(a•I)
J )� Doug Van der Veen February 27, 2023
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics state ts.us Revised i 1:302015
APPENDIX G
PROJECT LOCATION
i i
J
c of
t� r
. , ..- . , i
7, ..„
, , e 1 -,
' 44-41
..
APPENDIX H
House Bill 89 Verification
I, Doug Van der Veen (Person name), the undersigned representative
(hereafter referred to as "Representative")of American Process 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.
7Y\'
SIGNATURE OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this
(CD day of *E9R.UM#'{ , 20 9 3
0) to Public
rrister
JUSTIN DANZO
Commi sione8a &Solicitor
A sr for oaths and ry
In and for the Province of Alberta
Public
My Commission Expires at His Majesty's Pleasure
APPENDIX I
SB 252
CHAPTER 2252 CERTIFICATION
1, Doug Van der Veen the
undersigned and Representative of American Process 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.
Doug Van der Veen
Name of Company Representative (Print)
Signature of Company Representative
February 27, 2023
Date
Page 18 of 27
APPENDIX J
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: Doug Van der Veen
Title: General Manager
Company: American Process Group LLC
Date:
SUBSCRIBED and sworn to before me by the above named Doug Van der Veen on
this the t(o day of $(aL `E, 20 R3 .
Not Pu lic ni an• or the
State of T-e*as ENV() CAN d0�
My commission expires: Nf 14
JUSTIN DANZC
Banister&Solicitor
A Commissioner for Oaths and Notary Public
In and for the Province of Alberta
My Commission Expires at His Majesty's Pleasure
Page 19 of 27
By doing business or seeking to do business with the City of Port Arthur including submitting a
response to this ITB, you acknowledge that you have been notified of the requirements of
Chapter 176 of the Texas Local Government Code and you are representing that you in
compliance with them.
Any information provided by the City of Port Arthur is for information purposes only. If
you have concerns about whether Chapter 176 of the Texas Local Government Code
applies to you or the manner in which you must comply,you should consult an attorney.
ETHICS: Public employees must discharge their duties impartially so as to assure fair,
competitive access to governmental procurement by responsible contractors. Moreover, they
should conduct themselves in such a manner as to foster public confidence in the integrity of the
City of Port Arthur's procurement organization.
Any employee that makes purchases for the City is an agent of the City and is required to follow
the City's Code of Ethics.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A
prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder
must meet the following requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or
warranty service required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
7. No payments shall be made to any person of public monies under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be
made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur
Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or
properly submit any addendum. Failure to acknowledge and submit any addendum may be
cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that
might have been issued before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims
the City of Port Arthur as its principal place of business must have an official business address
(office location and office personnel) in Port Arthur, the principal storage place or facility for the
equipment shall be in Port Arthur and/or the place of domicile for the principal business
owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state
law. Contractors outside the City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit
price shall prevail.
Page 23 of 27
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.:
Accounts Payable,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.
VENUE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Port Arthur, Texas, Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulations and codes of the federal, state and local governments
relating to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any personal financial
interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to
assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances
prohibits the City from granting any license, privilege or paying money to any-one owing
delinquent taxes, paving assessments or any money to the City until such debts are paid or until
satisfactory arrangements for payment has been made. Bidders must complete and sign the
AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX
77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the
Contract shall be read and enforced as though each were included herein. If, through mistake or
otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be
amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner,perform all work and furnish all supplies and materials, machinery, equipment, facilities
and means, except as herein otherwise expressly specified, necessary or proper to perform and
complete all the work required by this Contract, in accordance with the provisions of this
Contract and said specifications.
Page 24 of 27
The apparent silence of these specifications as to any detail or to the apparent omission from it of
a detailed description concerning any point shall be regarded as meaning that only the best
commercial practices are to prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of
capability,performance, construction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be considered more suitable for the
purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of
the successful bidder.
Under the Title VI of the Civil Rights Act of 1964,no person shall, on the grounds of race, color,
or national origin, be excluded from participation in,be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate
any of the covenants, agreements or stipulations of this contract, the City shall thereupon have
the right to terminate this contract by giving written notice to the Contractor of such termination
and specifying the effective date thereof, at least fifteen (15) days before the effective date of
such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to
the City for damages sustained by the City by virtue of any breach of the contract by the
Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off
until such time as the exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated
by the City as provided herein, the Contractor will be paid for the service that it has performed
up to the termination date. If this contract is terminated due to fault of the Contractor, the
previous paragraph hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to furnish releases or receipts for any or all persons performing work and
supplying material or service to the Contractor, or any sub-contractors for work under this
contract, if this is deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property
that occurs as a result of his fault or negligence in connection with the work performed until
completion and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor
or permit any sub-contractor to perform any work included in this Contract until he has received
from the City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The Contractor shall, at his own expense,
purchase, maintain and keep in force insurance that will protect against injury and/or damages
which may arise out of or result from operations under this contract, whether the operations be
Page 25 of 27
by himself or by any subcontractor or by anyone directly or indirectly employed by any of them,
or by anyone for whose acts any of them may be liable, of the following types and limits
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury$500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned, non-owned and
hired vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person,
$500,000 per occurrence for bodily injury and $100,000 per occurrence for
property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all
information required(including names of insurance agency, contractor and insurance companies,
and policy numbers, effective dates and expiration dates) and to date and sign and do all other
things necessary to complete and make into valid certificates of insurance and pertaining to the
above listed items, and before commencing any of the work and within the time otherwise
specified, Contractor shall file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any
respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form
should contain a provision that coverage afforded under the policies will not be altered, modified
or canceled unless at least fifteen(15) days prior written notice has been given to the City of Port
Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF
INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as
the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be
filed with the City of Port Arthur not more than ten(10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the
execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed
cannot be issued within such period, the time may be extended by mutual agreement between
OWNER and CONTRACTOR.
Page 26 of 27
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager
available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to
contact the contractor.
Page 27 of 27
BID BOND Atlantic Specialty Insurance Company
Bid No. 904202333-23-002
CONTRACTOR: SURETY:
(Name, legal status and address) (Name, legal status and principal place of business)
American Process Group,LLC Atlantic Specialty Insurance Company
946 Boulder Blvd. One State Street Plaza,Floor 31
Stony Plain,AB T7Z 0E6 New York,NY 10004
OWNER:
(Name, legal status and address)
City of Port Arthur
444-4th Street,P.O.Box 1089
City of Port Arthur,TX 77640
BOND AMOUNT: Five Perecent of Tender Price(5%of Tender Price)
PROJECT:
(Name, location or address, and Project number, if any)
Water Purification Plant Reservoir Sludge Removal.
1101 H O Mills Blvd,Port Arthur,TX
The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and
Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.
The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid
documents, or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I) enters
into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in
the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the
Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the
prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount
specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the
work covered by said bid,then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety
hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may
accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate
beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's
consent for an extension beyond sixty(60)days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be
deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any
provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions
conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is
that this Bond shall be construed as a statutory bond and not as a common law bond.
The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310,2010
edition 1
[intact]
INSURANCE PokJver of Attorney
KNOW ALL MEN BY THESE PRESENTS,that ATLANTIC SPECIALTY INSURANCE COMPANY,a New York corporation with its principal office in Plymouth,
Minnesota,does hereby constitute and appoint: Paul Hollingworth,Greg Forsythe,Theresa Hedberg,Chelsea Fish,Irene LeBlanc,Kari Morton,Megan Quinlan,
Theresa Newton,Sandra Dey,Cam Forbes,Ron Fraser,Branislav Ivica,Niki Jalali,Brian Logan,Cheryl Morglnn,Peter Panufnik,Scott Peberdy,Trent
Percy,Betty Shellnutt,Hafis Ligali,Sheila San Diego,Kimberly Basaraba,each individually if there be more than one named,its true and lawful Attorney-in-Fact,to
make,execute,seal and deliver,for and on its behalf as surety,any and all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof;
provided that no bond or undertaking executed under this authority shall exceed in amount the sum of:unlimited and the execution of such bonds,recognizances,contracts of
indemnity,and all other writings obligatory in the nature thereof in pursuance of these presents,shall be as binding upon said Company as if they had been fully signed by an
authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the
Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012:
Resolved: That the President,any Senior Vice President or Vice-President(each an"Authorized Officer")may execute for and in behalf of the Company any and
all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and affix the seal of the Company thereto:and that the
Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company
seal thereto;and that the Authorized Officer may at any time remove any such Attorney-in-Fact and revoke all power and authority given to any such Attorney-in-
FacL
Resolved: That the Attorney-in-Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds,
recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and any such instrument executed by any such Attorney-in-Fact shall
be as binding upon the Company as if signed and sealed by an Authorized Officer and,further,the Attorney-in-Fact is hereby authorized to verify any affidavit
required to be attached to bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereoL
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY
INSURANCE COMPANY on the twenty-fifth day of September,2012:
Resolved: That the signature of an Authorized Officer,the signature of the Secretary or the Assistant Secretary,and the Company seal may be affixed by
facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fact for purposes only of executing and sealing arty bond,
undertaking,recognizance or other written obligation in the nature thereof,and any such signature and seal where so used,being hereby adopted by the Company
as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though
manually affixed.
IN WITNESS WHEREOF,ATLANTIC SPECIALTY INSURANCE COMPANY has caused disc presents to be signed by an Authorized Officer and the seal of the Company
to be affixed this twenty-seventh day of April,2020.
{
a pNDON, Z
14 SEAL m: 7141‘(fridek" .°`-' 1986 0 By
STATE OF MINNESOTA l;aF•N YON� � Paul J.Brehm,Senice President
HENNEPIN COUNTY �.
4pM»xw.»•�
On this twenty-seventh day of April,2020,before me personally came Paul J.Brehm,Senior Vice President of ATLANTIC SPECIALTY INSURANCE COMPANY,to me
personally known to he the individual and officer described in and who executed the preceding instrument,and he acknowledged the execution of the same,and being by me
duly sworn,that he is the said officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the
signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company.
�n►r.
4^ ALISON DWAN NASH•TROUT
1 ;i` '{c- NOTARY PUBLIC•iIYNNESOTA
t My Commission Expires § iSn i/4C'Gt{
January 31,2025 r No ry Public
I,the undersigned,Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY,a New York Corporation,do hereby certify that the foregoing power of attorney is in full
force and has not been revoked,and the resolutions set forth above are now in force.
Signed and sealed. Dated 16 day of February 2022
/k' ot1P0n, 'e, s
it* SEAL '
yo`" 19860€
This Power of Attorney expires ';2L-tlr, eti a�o
January 31,2025 y?t r~
Kara Barrow,Secretary
Please direct bond verifications to tat ewelituakti!rlurtnc,r,wrn