Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 23672: WATER/SEWER SERVICE FOR WATER UTILITIES DEPARTMENT
F.nrrx'.. orl INTEROFFICE MEMORANDUM Date: March 12, 2024 To: The Honorable Mayor and City Council Through: Ronald Burton, CPM, City Manager From: Calvin Matthews, P.E., Water Utilities Director RE: PR No. 23672—Water/Sewer Service for Water Utilities Department Introduction: This Agenda Item intends to seek the City Council's approval for Jet Aeration, LLC to provide water/sewer line services to the Water Utilities Department. Background: There is the possibility of excessive water and sewer main breaks during particular times of the year. In addition to the water/sewer calls and work orders,the water/sewer line service contract is needed 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. The RFP was advertised on January 23, 2024, and 4 proposals were received on February 7, 2024. After the city staff evaluated the qualifications, Jet Aeration, LLC. was selected. The contract is to be for one year,with services rendered on an as-needed basis with a projected budgetary impact amount of$200,000.00. Budget Impact: This contract has a projected budgetary impact of$200,000.00. Estimated the budgetary impact are $50,000.00 in Account No. 410-40-215-5315-00-00-000, Water System Maintenance, and $150,000.00 in Account No. 410-40-220-5313-00-00-000, Sewer System Maintenance. Recommendation: It is recommended that City Council approve PR 23672, to execute a contract for water/sewer services as discussed/outlined above. "Remember,we are here to serve the Citizens of Port Arthur" PR No. 23672 3/19/2024 JL Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A ONE-YEAR CONTRACT WITH JET AERATION OF TEXAS, LLC OF VIDOR, TEXAS FOR WATER/SEWER LINE SERVICES SUPPORT,WITH A PROJECTED BUDGETARY AMOUNT OF $200,000.00. FUNDING IS AVAILABLE IN UTILITIES ACCOUNT NUMBERS 410-40-215-5315-00-00-000 ($50,000.00), WATER SYSTEM MAINTENANCE AND 410-40-220-5313-00-00-000 ($150,000.00), 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 on January 23, 2024,the Purchasing Department advertised for Request for Proposals (RFPs)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, four RFPs were received on February 7, 2024, and the proposals were evaluated by staff as delineated in Exhibit"A"; and, WHEREAS, it is deemed in the best interest of the City to have a one-year as-needed contract with Jet Aeration of Texas, LLC for water/sewer line services support to assist the Water Utilities Department in case of unexpected sewer line and manhole repairs, including water and wastewater taps; and, WHEREAS, the total projected budgetary impact is estimated amount of $200,000.00 with approximately $50,000 in Account No. 410-40-215-5315-00-00-000, Water System Maintenance, and $150,000 in Account No. 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: PR No. 23672 3/19/2024 JL Page 2 of 3 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 of Texas, LLC, in substantially the same form attached hereto as Exhibit `B", to provide one-year services,on an as-needed basis,for water/sewer line repairs and/or installations and appurtenances, with an approximately projected budgetary impact of$50,000.00, from Account No. 410-40-215- 5315-00-00-000, Water System Maintenance, and $150,000.00 Account No. 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. 2024 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 PR No.23672 3/19/2024 JL Page 3 of 3 APPROVED AS TO FORM: Ts)L-L- Jamel M. Black In e m City Attorney APPROVED FOR ADMINISTRATION: Ronald Burton, CPM Ci a r alvin Matthews, P.E. Water Utilities Director APPROVED AS TO AVAILABILITY OF FUNDS: XC69,3 lelk-1--tP ynn Boswell, MA, ICMA-CM Finance Director ELK Clifton Williams, CPPB Purchasing Manager EXHIBIT "A" i1 ,1 O r Z.:C i S O h O h i'- v., r Q C; i E W c r r L •y V C-41i11% F. Z QC en 4. V• v cJ _J Q L. o Q . Z Q q c °` •, >G O • y 4-1 dr C N q •" �" N y 4 fi �C b N O .�� CV �O Q cO V czt a)v V M y L w v _ >< a a `' to c ct s L V O. • a I. °�` o ---- v i a U u o 0) Q w a ti •' ct ct C� [r W 4 >- I EXHIBIT "B" THURMAN BILL BARTIE,MAYOR RONALD BURTON TIFFANY HAMILTON,MAYOR PRO TEM CITY MANAGER City of COUNCIL MEMBERS: SHERRI BELLARD,TRMC WILLIE BAE LEWIS CITY SECRETARY DONEANE BECKCOM �—�.�' HAROLD L.DOUCET,SR O T t r t h u r VAL TIZENO THOMAS KINLAW III Texas CITY ATTORNEY DONALD FRANK,SR. January 23,2024 REQUEST FOR PROPOSAL ANNUAL CONTRACT TO REPAIR DAMAGED SEWER LINES DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m.,Central Standard Time, Wednesday, February 7, 2024 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, February 7, 2024 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: P24-019 DELIVERY ADDRESS: Please submit one (1) original and three (3) exact duplicate copies & USB of your RFP to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Request for Proposal should be directed in writing to: City of Port Arthur, TX Clifton Williams,Purchasing Manager P.O. Box 1089 Port Arthur,TX 77641 clifton.williams;u portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 1089 444 4th Street I Port Arthur,Texas 77 409.983.8160 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. aidiziand- Clifton Williams Purchasing Manager Page 2 of 24 REQUEST FOR PROPOSALS ANNUAL CONTRACT TO REPAIR DAMAGED SEWER LINES he City of Port Arthur Water Utilities Department maintains about 800 miles of water main and 450 sewer lines ranging from 48"to 2", and needs over 10,000 tap services annually. The City of Port Arthur is seeking a qualified contractor,that provides on-demand responses to the Request for Proposals (RFP) to furnish all labor/equipment to repair or install water/sewer taps,pipes,manholes,and appurtenances for the City of Port Arthur Water Utility department. This service consists of repair, maintenance, installation, and refurbishment of various taps,pipes,valves,and manholes,within the City of Port Arthur operated by the Water Utilities Department. All materials for the repair(clamps, fittings,couplings,pipe,manhole,valve, 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 Utility Operation Manager or designee before obtaining the items from the Warehouse. Items will be signed out and accounted for by Warehouse Personnel, with the approval of the Utility Operation Manager or the designee. L 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.An emergency repair will be responded to within 2-hours. 3. Utility locates will be coordinated by the Contractor. 4. The Contractor is expected to perform all work competently and professionally. 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. 5. 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 an authorized Work Order and Contract numbers identified on the invoice. 6. Vendor shall provide a written estimate of job cost prior to the commencement of work. 7. 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 Page 4 of 24 further instructions. & 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 Contractor's 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. 1Q Contractor will only perform work when called by an authorized City representative. 1L 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. 12. No minimum or maximum quantities of work are guaranteed. 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. FROJECT 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.1 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. 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 Page 6 of 24 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(25-points) c. Cost/Rates (44-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 TABLE OF CONTENTS A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. GENERAL INFORMATION D. NOTICE OF AWARD E. NOTICE TO PROCEED F. BID APPENDICES a. COST PROPOSAL b. LETTER OF INTEREST c. VENDOR REFERENCES d. AFFIDAVIT e. NON-COLLUSION AFFIDAVIT f. CONFLICT OF INTEREST QUESTIONARE g. HOUSE BILL 89 VERIFICATION h. SB 252 CHAPTER 2252 CERTIFICATION i. INSURANCE SECTION A CONSTRUCTION CONTRACT AGREEMENT CONSTRUCTION CONTRACT AGREEMENT [Non-Federally Funded Projects] THIS AGREEMENT, entered into as of this day of , 2024, by and between the CITY OF PORT ARTHUR, Port Arthur, Texas (hereinafter called the "CITY") acting herein by its CITY MANAGER, hereunto duly authorized, and JET AERATION, LLC., hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payments, terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence and complete the emergency repairs as deemed necessary by the Utilities Department Director or his assignee. Including but not limited to, sanitary sewer main, repairs to adjacent storm sewers, embankment replacement, and appurtenant work, as described in the design drawings and specifications prepared by City Engineers. 2. The CONTRACTOR will furnish at his own expense all of the materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the Project described herein. 3. The CONTRACTOR will commence the work required by the Contract Documents on a date to be specified in the Notice to Proceed and will complete the same within consecutive calendar days as specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays and Federal, State, and City holidays unless the period for completion is extended otherwise by the Contract Documents. 4. The CONTRACTOR agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the not-to-exceed amount of $200,000.00 or as shown in the Bid Schedule. 5. The term "CONTRACT DOCUMENTS" means and includes the following: A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. GENERAL INFORMATION D. NOTICE OF AWARD E. NOTICE TO PROCEED F. BID APPENDICES a. COST PROPOSAL b. LETTER OF INTEREST c. VENDOR REFERENCES d. AFFIDAVIT e. NON-COLLUSION AFFIDAVIT f. CONFLICT OF INTEREST QUESTIONARE g. HOUSE BILL 89 VERIFICATION h. SB 252 CHAPTER 2252 CERTIFICATION i. INSURANCE The OWNER will pay to the CONTRACTOR in the manner and at such times as outlined in the General Conditions such amounts as required by the Contract Documents. 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. IN WITNESS WHEREOF, the Parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first above written. APPROVED AS TO FORM: CITY OF PORT ARTHUR JAM S M.BLACK, INTERIM CITY ATTORNEY RONALD BURTON, CPM, CITY MANAGER ATTEST: CITY SECRETARY CONTRACTOR: BY: NAME: TITLE: [CORPORATE SEAL] ATTEST: NAME: SECTION B ADVERTISEMENT FOR BIDS SECTION C GENERAL INFORMATION TO BIDDERS CITY OF PORT ARTHUR Request for Bids Skid Steer, Root Grapple, Skid Grader, Pallet Forks, Batwing, Trailer, and Pressure Washer for Pleasure Island March 2, 2024 March 9, 2024 • •1 : C NOTICE CITY OF PORT ARTHUR,TEXAS INVITATION FOR BIDS NOTICE IS HEREBY GIVEN THAT sealed Bids,addressed to the City of Port Arthur,will be received at the Office of the City Secretary, City Hall 444 4th Street or P.O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 P.M.,Wednesday, March 27,2024.Applicant names will be read aloud beginning at 3:15 P.M.,Wednesday, March 27, 2024 on this date in the City Council Chambers, City Hall,5th Floor for certain services briefly described as: SKID STEER,ROOT GRAPPLE,SKID GRADER,PALLET FORKS,BATWING,TRAILER,AND PRESSURE WASHER FOR PLEASURE ISLAND Bids received after the deadline stated above,regardless of method of delivery,will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 4th Street, City of Port Arthur,and are open for public inspection without charge.They can also be I retrieved from the from the City's website at www.portarthurtx.govibids.aspx www.publicpurchase. corn The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not PUBLIC NOTICE award a contract to a company that is in arrears in its obligations to the City. I CITY OF PORT ARTHUR,TEXAS INVITATION FOR BIDS 1AT sealed Bids,addressed tothe City of PortArthur will be received • ,."tary, City Hall 444 4th Street or P.O. Box 1089, Port Arthur, Texas Wednesday,March 27,2024.Applicant names will be read aloud isday, March 27,2024 on this date in the City Council Chambers, �,•, .. w., ,,,Services briefly described as: SKID STEER,ROOT GRAPPLE,SKID GRADER,PALLET FORKS,BATWING,TRAILER,AND PRESSURE WASHER FOR PLEASURE ISLAND Bids received after the deadline stated above,regardless of method of delivery,will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 4th Street, City of Port Arthur,and are open for public inspection without charge.They can also be retrieved from the from the City's website at www.portarthurtx.govibids.aspx www.publicpurchase. corn The City of Port Arthur reserves the right to reject any and ail bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. 124, Clifton i illiams Purchasing Manager 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 Vemon'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/fihnginfo/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. TERNIINATION 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 CER1'1FICATE 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 3 SECTION NOTICE OF AWARD NOTICE OF AWARD DATED: TO: ADDRESS: PROJECT OWNER: CITY OF PORT ARTHUR OWNER'S CONTRACT NO.: CONTRACT FOR CONSTRUCTION OF: ******************************************************************************* You are notified that your Bid dated ,2024 for the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a contract for The The Contract Price of your contract is $( ). Work to be performed under this contract is to be completed within calendar days. copies of each of the proposed Contract Documents(except Drawings)accompany this Notice of Award. sets of Working Documents(Contract Documents,Technical Specifications and Drawings) will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) Calendar days of the date of this Notice of Award,that is by ,or by the first working day thereafter. 1. You must deliver to the ENGINEER fully executed counterparts of the Agreement including all the Contract Documents and Certifications included with the Contract Documents. 2. You must deliver with the executed Agreement the Contract Security(Bonds)as specified in the Advertisement for Bids, General Conditions and Supplemental Conditions. 3. You must deliver to the ENGINEER 2 original Certificates of Insurance,naming the Owner (City of Port Arthur) and their respective agents and employees,to be expressly named as additional insureds,in accordance with the General Conditions. NOTICE OF AWARD 1/2 Failure to comply with these conditions within the time specified will entitle OWNER to consider your bid in default,to annul this Notice of Award,and to declare your Bid Security forfeited. Within fifteen (15) calendar days after you comply with the above conditions, OWNER will return to you two (2) fully signed counterparts of the Agreement with the Contract Documents attached. OWNER: CITY OF PORT ARTHUR,TEXAS BY: TITLE: ACCEPTANCE OF AWARD: CONTRACTOR: BY: TITLE: DATE: 2/2 SECTION E NOTICE TO PROCEED NOTICE TO PROCEED DATED: TO: ADDRESS: PROJECT OWNER: City of Port Arthur OWNER'S CONTRACT NO. CONTRACT FOR: **************************************************************************************************** Work to be performed under this contract is to be completed within calendar days. You are notified that the Contract Times under the above contract will commence to run on . By that date,you are to start performing your obligations under the Contract Documents. The date of Final Completion will be Before you may start any Work at the site, Section C, Paragraph 5 of the Contract Documents provides that you must deliver to the OWNER Certificates of Insurance which you are required to purchase and maintain in accordance with the Contract Documents. (OwnerlEngineer) BY: (Authorized Signature) (Title) ACCEPTANCE OF NOTICE TO PROCEED: (Contractor) BY: (Title) (Date) SECTION F BID AEAAr7 ON OF TEXAS P.O. Box 458 Vidor, IX 77670 Phone:409-769-1500 Fax:409-769-3577 License##: OSSF-OS002939711P0001867 TABLE OF CONTENTS I) EXPERIENCE & KNOWLEDGE A. Qualification B. Relationship with City C. Past Jobs 2) PROJECT APPROACH A. Response Time B. Equipment C. Personnel 3) COST IOW .0..111111111.00.0. 4.447 AERATION OF TEXAS P.O. Box 458 Vidor, TX 77662 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,motors and 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 breakdowns. 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 Port Arthur- Water Distribution and Wastewater Conveyance Contractor Jefferson County- Sewer Improvements • • s s AERATION OF TEXAS P.O.Box 458 Vidor, TX 77670 Phone:409-769-1500 Fax:409-769-3577 License#:OSSF-0S0029397/MP0041867 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. R. 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. • • AainA A.E RAT70N OF TEY. c 21232 IH-10 Vidor, TX 77662 Phone:409-769-1500 Fax:409-769-3577 Lieen se#: OSSF-OS0029397/MP0001867 Equipment Rates Equipment Dav Week Month Rubber Tire Back hoe $400.00 >1,200.00 $3,600.00 Mini—Excavator $400.00 $1.200.00 $3,900.0 Cat Excavator 18,000 ib. $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 `i=ton Truck $110.00 $330.00 $990.00 3/ To Truck $125.00 S375.00 $1,125.00 1 Ton Truck $150.0 $450.00 $1,350.00 Crane Truck $816.00 $2,448.00 57,344.00 Tractor Truck $480.00 $1,440.00 $4,320.00 Vacuum Truck Liquid 66 bbi. $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 52,475 00 $7,425.00 • Alin/ W AERAT7OI4 OF TEXAS 21232 IH-10 Vidor, TX 77662 Phone: 409-769-1500 Fax:409-769-3577 License#.OSSF OS0029397/M1P0001867 Equipment Rates Equipment Day Week Month Light Tower $125.00 $375.00 $1,125.00 Small Generator 545.00 S135.00 $405.00 2"Gas Pump $45.00 $135.00 $405.00 3"Gas Pump 550.00 $150.00 $450.00 Shoring 8X10 $178.00 $530.00 $1,584.00 Mobile Feld 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 tc offset overhead expenses. • • •••••=••••• _ SIM — a a AERATION OF TEXAS 21232 IH-10 Vidor, IX 77662 Phone:409-769-1500 Fax:409-769-3577 License#:OSSF-0S00293 9 7/bIP000I86 7 Labor Rates Labor Classification Straight Time Overtime Project Manager $91.00 S136.50 Superintendent $68.50 $102.75 General Foreman $55.00 $82.50 Foreman S48.00 c 72.00 Operator $44.00 $66.00 Skilled Technician $40.00 S60.00 General Laborer/Helper $35.00 $52.50 CDC Truck Driver $38.00 557.00 Welder $50.00 $75.00 Welder Helper $32.00 $48.00 Carpenter $38.00 $57.00 Electrician $60.00 S90 00 Master Plumber $60.00 $90.00 Journeyman Plumber $50.00 $75 00 Apprentice Plumber $38.00 $57 00 • • AERATION OF TEXAS 212321F1--10 Vidor, IX 77662 Phone:409-769-1500 Fax:409-769-3577 License#:OSSF-OS0029397/114P0001867 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 Cha ; e $62.50 Service Calls-All Service Calls are$1.25.00 and$100.00 for each additional hour. Every ticket should consist of equipment, labor, material,and consumables. Sales Tax-8.25% Residential Customers-Materias only Commercial Customers-Everything tax unless customer provides a tax-exempt form Consumables-3% Multiply equipment,labor,and material by 3% 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 400 Hrs. $ 'l� rd $3,3,(pt ,a) 2 Field Helper 400 Hrs. $ '7o. $a$Oo.00 Equipment operator 400 Hrs. $ !7 Od $17, &a. Mini excavator 400 Hrs. $ 50.00 $ OM.00 Field truck 400 Hrs. $ /S 6.,A $ a ©t7 1 or 2 Hp trash pump 400 Hrs. $ 4 ,��" $03, S..x 00 Trench Box 8x16 400 Hrs. $RR. d $ e, *two Mobilization 100 times 49 /times $AS,coop{7 Description Est.Value GOOF STRAIGHT TIME AND EQUIPMENT FOR BID S,j , MOO ADDITIONAL EQUIPMENT 7' (Includes the mobilization fee) Description Price/Hr. Description Price/Hr. Excavator $ (35<x) Vacuum Truck $ f,00 Trench Box 8x16 $ � as- Jet Machine $ 7q Qd Rubber-tired backhoe $ $ ©O Light Tower $ Pavement Saw $ q5 pp Dump Truck $/05.00 Skid Steer Track Loader $ .QO $ 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 100 Hrs. $ v,(� $I ( t�. oo 2 Field Helper 100 Hrs. $ (0 5.00 $ (0 Sx.0 0 Equipment operator 100 Hrs. $ 661. 00 , $ 6600.00 Mini excavator 100 Hrs. $ j� $ Zio9 00. 00 Field truck 100 Hrs. $ LS. a1 $ I S6,1 .00 1 or 2 Hp trash pump 100 Hrs. $ j $ t2015-00 Trench Box 8x16 100 Hrs. $ �d a 5 $ ct 5.a Mobilization 25 times $3 7/times $ 9 37 UO Description Est.Value SUM OF OVERTIME AND EQUIPMENT FOR BID AMOUNT $44;5' vD ADDITIONAL EQUIPMENT (Includes the mobilization fee) Description Price/Hr. Description Price/Hr. Excavator $ 1 coo Vacuum Truck $ qe, 0 0 Trench Box 8x 16 $ a a Jet Machine $f 0.0 0 Rubber-tired backhoe $ 54,00 Light Tower $ 15. { Pavement Saw $ a5.00 Dump Truck $/©S.00 Skid Steer Track Loader $ .60 $ I I 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.P! Page 15 of 24 j.e4 (tera4,.on oc Toc4s 1 La. 3rlUO \iA3c ►t31 VicAc-,-(y 'l'lJ (- COMPANY NAME STREET ADD SS P. v Lx 1458 SIGNATURE OF BIDDER P.O.BOX rm 5 z V;dcrr —TX rii L09 c PRINT OR TYPE NAME CITY ( STATE ZIP QtJnPr 4Oq • fl j. 15OO TITLE AREA CODE TELEPHONE NO Sam.5 04eCim `j P 4-. Len-) '-{oCt -16c Ct - 3 Sri/ EMAIL FAX NO. Page 16 of 24 APPENDIX B LETTER OF INTEREST RFP—Water Distribution and Wastewater Conveyance Contractor Deadline: February 7,2024 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 ❖ 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. \f k; cc 7.exci ,Q11\ q<-1 Firm Name Date - 4;58 VidOr f TY_ r77 Le'7O Address City/StatelZip 11e,7' Authorized Signature Title 541}'j Sin ' ik q- ij 9-/.-2 Name(please print) Telephone 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 Govemment/Company Name: C I+y 0-C -3Y, C Address: PO iJchc gzi (7 € C 4V 77. '7 7b /1 Contact Person and Title: m ; lie L an! - Pu ti t l e (corks U 1 reth r Phone: 1409 . — 9,61349, Fax: Contract Period: ja ( a k Scope of Work: �.rt i ,ry &e u)e rs.e{W- L rtc rc-placemcn,t REFERENCE TWO Govemment/Company Name: cif of -Poy AY-{7 tit r y Address: 114144 ,£-h- et r{-' 1Lk-fhc r 77 Contact Person and Title: ..rre11 kkorrr i t"l-1 es Opera-60A, `�-0`c'' 9 S)/' 5�5 Fax: ma-note r Phone: (O3-4* .r r+ b k.116 r1 Contract Period: p a / - g944V. Scope of Work: cl Ca.S e✓r i-er Con yev Co rttr--t.-fa r REFERENCE THREE Govemment/Company Name: .c-e-YS,On goo..flr( Address: j l -Pear/ 3ea mon-1 , 7 7 7( I Contact Person and Title: ievice c Fr uviGIa Eiji ne esr Phone: 4o9-- g.33.' 334'3 Fax: Contract Period: AO01l — fl A ... Scope of Work: Se i er imp rd 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: Sam sir Printed Name: Title: )e Ir. Company: Date: a' i 124 SUBSCRIBED and sworn to before me by the above named , )i h Str.:1,01. on this the ' day of L Arti(:,4t / , 20 �t sr r� DEBORAH SUE MILLER Notary Public in and for the Notary ID#125860521 01 �„ My Commission Expires State of Texas 1 October 5,2026 1 My commission expires: /5- 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. J2 f a\ TP\La4 l Lt1 l aLl Firm Name Dade x 145 S �', cL�� L r 7 rc'70 Address City/State/Zip �+ A11 Authorized Signature Title u'_ 1 4'0 •'I1'G q • /5. Name(please print) Telephone Xrn . 5 i m Email STATE: 1 11 COUNTY: ,NGSp-Pr SUBSCRIBED AND SWORN to before me by the above named on this the day of tA1rt2?'j ,20 • ,1�itY PCB DEBORAH SUE MILLER 11.. Notary ID#125860521 ` NotaryPublic yea My Commission Expires , F� October 5, 2026 FIDAVIT AS PART OF THE PROPOSAL Page 20 of 24 APPENDIX G House Bill 89 Verification I, " 6m ,S frl (Person name), the undersigned representative (hereafter referred to as "Representative") of j 4 ge rct F,ar O -C TQ�LgS 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. ..t SIC ( r"E IESI=NTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this day of ,,' ) ' ft.' , 20 ' DEBORAH SUE MILLER ai ', Notary ID#125860521 r -: „: My Commission Expires 0 „fit October 5,2026 Notary Public Page 23 of 24 A APPENDIX H SB 252 CHAPTER 2252 CERTIFICATION I, /1.1 , the undersigned and Representative of J F 4 NI in , c -17T x,, 5 LC— (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above- named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. Name of Company Representative (Print) Signature of Company Representative i \ct4 Date Page 24 of 24 Act7RC) CERTIFICATE OF LIABILITY INSURANCE 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). 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. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD