HomeMy WebLinkAboutPR 24009: AGREEMENT WITH ROB PELTIER CONSTRUCTION, INC. REPLACEMENT OF MOVABLE WALL MOTOR AND TRACK, CIVIC CENTER, $96,559.00 Memorandum
City of Port Arthur, Texas
Robert A. "Bob"Bowers Civic Center
To: The Honorable Mayor and City Council
Through: Ron Burton, CPM City Manager
From: Adam J Saunders, Civic Center Director
RE: Proposed Resolution No. P.R. 24009
REQUEST:
The Civic Center has several movable wall partitions. The motor and track of the movable wall
partition between Halls B &C has failed and needs replacement. Rob Peltier Construction, Inc of
Dayton, Texas will perform this work for$96,559.00.
ANALYSIS/CONSIDERATION:
The motor and track of the movable wall partition between Halls B & C has failed and needs
replacement.
The Purchasing Division advertised for the bids on December 21 and 28, 2024.
One quote was received:
• Rob Peltier Construction, Inc $96,559.00
RECOMMENDATION:
It is recommended that the City Manager to enter into an agreement with Rob Peltier Construction,
Inc of Dayton, Texas for replacement of the movable wall motor and track at the Civic Center for
a total amount of$96,559.00.
BUDGETARY AND FISCAL EFFECT:
Funds are available in Civic Center Account No. 001-15-043-5312-00-20-000
STAFFING EFFECT:
None
4
4 Pr24009
P.R. No. 24009
10/30/2024 AJS
PAGE 1 of 3
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER
INTO AN AGREEMENT WITH ROB PELTIER CONSTRUCTION, INC
OF DAYTON,TEXAS FOR REPLACEMENT OF THE MOVABLE WALL
MOTOR AND TRACK AT THE ROBERT A. "BOB" BOWERS CIVIC
CENTER IN THE TOTAL AMOUNT OF $96,559.00. FUNDS ARE
AVAILABLE IN CIVIC CENTER ACCOUNT NO. 001-15-043-5312-00-20-
000
WHEREAS,the Civic Center has several movable wall partitions,and the motor and track
of the partition between Halls B and C have failed and need replacement; and
WHEREAS, the Purchasing Division advertised for bids on December 21 and 28, 2024,
for the replacement of the motor and track for a movable wall at the Civic Center; and
WHEREAS, the City received one bid from Rob Peltier Construction, Inc of Dayton,
Texas, in the amount of$$96,559.00, as delineated in Exhibit"A"; and
WHEREAS,it is recommended that the City Manager to enter into an agreement with Rob
Peltier Construction, Inc of Dayton, Texas to replace the motor and track of the movable wall.
NOW THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PORT ARTHUR,TEXAS:
Section 1. That the facts and opinions in the preamble are true and correct.
Section 2. That,the City Manager is hereby authorized to enter into an agreement with
Rob Peltier Construction, Inc of Dayton, Texas, in substantially the same form as attached hereto
as Exhibit`B".
Section 3. That, a copy of the caption of this Resolution be spread upon the Minutes
of the City Council.
READ, ADOPTED, AND APPROVED, this day of , 2025, A.D., at a
Regular Meeting of the City Council of the City of Port Arthur, Texas by the following vote:
AYES:
Mayor:
Councilmembers:
Pr24009
NOES:
Thurman"Bill"Bartie, Mayor
ATTEST:
Sherri Bellard, City Secretary
APPROVE S
Roxann Pais Cotroneo, City Attorney
APPROVED 44, ) 1 INISTRATION:
gu•P-'
Ronald Burton ' *ity Manager
APPRO ' 1 AS TO FUND AVAILABILITY:
Cee. te6d-C,Wei,
Lyn a swell, M.A., ICMA-CM Director of Finance
014110A
An ,
Clifton Williams, CPPB,Purchasing Manager
Pr24009
EXHIBIT "A"
Pr24009
1(..
n +
0� ----'' -":„.. 0
_� , o on zv
e'D et
Q' ,•r n to '! ...
O.
C O
-e II.
SG. So O in
et e,n y 1 O eD
c• r+ j
a , CL
d C O N "'
�r
0' UPI " n' ^�S OC t
ro z C n n C�
C I 'II AD A C
rt.. Z C O
et
aj o 0 to
C N 3
L o
o
k y o ft c CI
P
etro
I
EXHIBIT "B"
Pr24009
CONTRACT FOR THE REPLACEMENT OF THE MOVABLE WALL MOTOR
AND TRACK SERVICES FOR THE CIVIC CENTER DEPARTMENT IN THE
CITY OF PORT ARTHUR
THIS AGREEMENT, made this day of , 2025, 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 Rob Peltier Construction,
Inc. a(n)
herein acting by and through
Individual,firm,partnership or corporation
Rob Peltier Construction,Inc., 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. The term of this Agreement shall be from Notice to Award to 21 working days after
an agreed upon start date between the Civic Center Department and Contractor,
unless sooner terminated under the provision hereof. The City can terminate this
contract at its convenience which includes, but is not limited to, funding not being
available in any budget cycle within fifteen(15) days written notice.
2. The Contractor will perform replacement of the movable wall motor and track
services at the Civic Center 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 unit prices
shown in the original bid attached hereto.
5. The term "Contract Documents" means and includes the following:
1) Agreement
2) General Information
3) Specification
4) Bid
5) Notice of Award
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 this the day of ,2025.
OWNER:
CITY OF PORT ARTHUR
By:
Ron Burton
City Manager
P.O. Box 1089
Port Arthur, TX 77641-1089
Signed and agreed on the day of , 2025.
CONTRACTOR:
Rob Peltier Construction,Inc.
By:
Print Name:
Print Title:
CITY OF PORT ARTHUR
Request for Bids
Replacing the motor and track for a moveable
wall at the Civic Center
December 21, 2024 December 28, 2024
PUBLIC NOTICE
CiTY OF PORT ARTHUR,TEXAS
INVITATION TO BiD
)TICE IS HEREBY GIVEN THAT sealed Bids,addressed to the City of Port Arthur.wit be received
the Office of the City Secretary. City Hat 444 4th Street or P.O. Box 1089, Port Arthur, Texas
'641 no later than 3:00 P.M.,Wednesday,January 15,2025.Applicant names will be read aloud
ginning at 3:15 P.M.,Wednesday,January 15,2025 on this date in the City Council Chambers,
`y Hall,5th Floor for certain services briefly described as:
REPLACING THE MOTOR AND TRACK FOR A MOVEABLE WALL AT THE CIVIC CENTER
is received after the deadline stated above.regardless of method of delivery.will not be considered
d returned unopened.
pies of the Specifications and other Contract Documents are on file in the Purchasing Office,444
I Street. City of Port Arthur,and are open for public inspection without charge.They can also be
rieved from the City's website at www.portarthutx.gpv or www.publicpurchase.com PUBLIC NOTICE
CITY OF PORT ARTHUR,TEXAS •
IN MANDATORY PRE-BID MEETING IS SCHEDULED FOR FRIDAY, JANUARY 10, 2025 INVITATION TO BID
10:00 A.M.AT THE CIVIC CENTER LOCATED AT 3401 CULTURAL CENTER DRIVE, PORT
THUR.TX 77640 !EN THAT sealed Bids,addressed to the City of Port Arthur,will be received
Secretary. City Hall 444 4th Street or P.O. Box 1089, Port Arthur, Texas
Chapter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinance,the City Council shall not P.M.,Wednesday,January 15,2025.Applicant names will be read aloud
3rd a contract to a company that is in arrears in its obligations to the City. Wednesday,January 15,2025 on this date in the City Council Chambers,
irtain services briefly described as:
.T.,r. I r,ig TOR AND TRACK FOR A MOVEABLE WALL AT THE CIVIC CENTER
Purchasing Manager
adline stated above,regardless of method of delivery,will not be considered
ano returnee erupt,lee.
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 canalso be
retrieved from the City's website at www.portarthutx.gov or www.publicpurchase.com
NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR FRIDAY, JANUARY 10, 2025
AT 10:00 A.M.AT THE CIVIC CENTER LOCATED AT 3401 CULTURAL CENTER DRIVE, PORT
ARTHUR,TX 77640
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.
Clifton Wittarns
urctrasing Manager
CITY OF PORT ARTHUR,TEXAS
BID SHEET
Page l of 6
BID FOR: REPLACING THE MOTOR AND TRACK FOR A MOVEABLE WALL AT THE
CIVIC CENTER
BID DUE DATE: JANUARY 15, 2025
TOTAL !�
REPLACING THE MOTOR AND TRACK FOR A ,// S `Q
MOVEABLE WALL AT THE CIVIC CENTER $ (p J
Work will be complete in - days
3 weer-5
ROh PP11t ier LOT ueiier\ he INN N 4- tGUL)
COMPANY NAME STREET ADDRESS
SIGNATURE OF BIDDER P.O.BOX
Chc l UD tfCN Lk *;x -1153'3
PRINT OR TYPE NXME CITY STATE ZIP
\J1 Cie_?r..es ieh4 ;DD—I • `)1,
TITLE AREA CODE TELEPHONE NO
CkCkxtt 6 rpCoc .0
EMAIL FAX NO.
Page 7 of 18
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 deveiopme tand submission of this bid proposal.
Signature:
Printed Name: ` ice Oytech
Title: V 1 ce Orisi ci ft14
Company: 1ZebPe(\t er 0,01-6( U(t)o- lhi
Date: TrA,h Ir ,Q0
SUBSCRIBED and sworn to before me the undersigned authority bye )CJijheV P of,P,GYon
behalf of said bidder. \I(JOU\—)
, itom)4,j
No ary Public in and for the
State of Texas
0N`Eg �, My commission expires:)• I� . G
Ct-
F OF Op..
.1253•.. `(1,
Paee 8 of 18
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:
V I hereby certify that I do not have outstanding debts with the City of Port Arthur. 1 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.
1
QU- Pe 1 -( er LtAmt\ , �%C .
Firm Name Date
t Ct,W.Q \66'14
Authorized Signature Title
C1 grits I(?�r17) 1 .OD-1 3 511
Name(please prlift) Telephone
(;hlti l- qx the . CUM
Email
STATE: I C)CC.SS
COUNTY: t1bC'r
SUBSCRIBED AND SWORN to before me by the above named (jhx k2 .17l ye(k
on this the 15 day oK S
G�
"V.� �. ,LPL
Notary Public
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Q` PRY -53
�' 4
'. \=
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONLY
This questionnaire is being filed in accordance with Chapter 176,Local Government Code, by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1). Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An
offense under this section is a misdemeanor.
Name of vendor who has a business relationship with local governmental entity.
Ph Pe-1\' \Cc (ICi U( O- . \re-
Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
Name of local government officer about whom the information is being disclosed.
Name of Officer
41 Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Yes V. No
B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
Yes No
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
El
Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B). excluding gifts described in Section 176.003(a-1)
• 15- 5
Signature of vendor doing business with the emmentai entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
Page 10 of 18
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http:i/www.statutes.legis.state.tx.us'
Docs/LG/htm/LG.176.htm.For easy reference.below are some of the sections cited on this form.
Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal.state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds$2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed:
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local govemment officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed;or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code§176.006(a)and(a-1)
(a) A vendor shall tile a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity,or a family member of the
officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any
gift described by Section 176.003(a-1);or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity:or
(B) submits to the local governmental entity an application,response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity;or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer,or a
family member of the officer,described by Subsection(a);
(B) that the vendor has given one or more gifts described by Subsection(a);or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission awe ethics state.tx us Revised 11'30:2015
Page 11 of 18
SB 252
CHAPTER 2252 CERTIFICATION
0j-I, At) V CiTh , the undersigned and representative
of Rob P-t1 aU) -\-ivit-ilDt,
(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 7753.153. 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.
\[6
Name of Co y ReOres (Print)
Signature of Company Representativ
IJAAMtACA 3 \ 1 QLacc
Date
Page 12 of 18
House Bill 89 Verification
1, 1 - rk 0 eck (Person name), the undersigned representative
(hereafter referred to as "Representative") of
l-�ti�x ()hS Uk al O h
� , I
(company or business name, hereafter referred to as
"Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn
by the undersigned notary, do hereby depose and affirm the following:
1. That Representative is authorized to execute this verification on behalf of Business Entity;
2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any
contract that will be entered into between Business Entity and the City of Port Arthur; and
3. That Representative understands that the term "boycott Israel" is defined by Texas
Government Code Section 2270.001 to mean refusing to deal with, terminating business activities
with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit
commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an
Israeli-controlled territory, but does not include an action made for ordinary business purposes.
SIGNATURE OF REPRESENTAT
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this I`_`7 day
of`i(In u()J(( , 20
NJ.
o ary Public
Q` .•;SPRY p•
G,
P
"i,,,/�09.
9 I I 112 010\\\\�
Page 13 of 18
Pelletier Construction, Inc
10189 FM 1960
RPC Dayton,9 TXM 77535
281-227-3577
E X C E E D HUB CERTIFIED • WBE CERTIFIED
www.rpci nc.com
PROPOSAL
To: City of Port Arthur, TX Date: January 15, 2025
Attn: Clifton Williams, Purchasing Manager
Ph:
Email: clifton.williams@portarthurtx.gov
Project: REPLACING THE MOTOR AND TRACK FOR A MOVEABLE WALL AT THE CIVIC CENTER
Ref: Track & Motor Replacement
Quote Summary (Basis of Design)
Item# Qty Model Size and Scope
A 1 Advanced Equipment Electric New Track and Motor for(1) Existing Partition: 55'-4" long x
20'tall
Existing panels to be reused
Furnish and Install the above items for the sum of $96,559.00
Sales tax NOT included
Special Notes and Qualifications
Our proposal to remove and replace track and motors includes:
1. Take down old panel and stage in location approved by City staff
2. Remove current track& motor(disposal of old track and motor included)
3. Install new track and motor similar to current equipment.
4. Measurement by RPC
5. Reinstall the panels that are staged.
6. Replace/Reinstall ceiling grids
Acceptance of Proposal and Terms of Sale
Signature: Date:
PRICING IS VALID FOR 45 CALENDAR DAYS
We acknowledge 0 addenda.
Prepared by: Charles Vojtech charles@rpcinc.com (832) 527-7175 4J
For execution on this proposal. If other agreement is used, RPC will review and there may be m r ups, to be submitted for
review.
Project:REPLACING THE MOTOR AND TRACK FOR A Page 1 of 2 Quote Date: 1/15/2025
MOVEABLE WALL AT THE CIVIC CENTER
Item A Advanced Equipment Ele( Qty: 1 Scope NE 'ack and Motor for(1) Existing Partition:
55'-,4 long x 20'tall
Existing panels to be reused
Track Anodized Aluminum-Clear
Motor 208/240V/3 ph or 115/230v 1 ph
LIABILITY INSURANCE COVERAGE:General-$1M/$2M,Auto-$1M, Umbrella-$5M,Worker Comp-$1M,Pollution-$2M,Leased Equip-
$200K
1) **PROFESSIONAL LIABILITY INSURANCE IS SPECIFICALLY EXCLUDED AND NOT AVAILABLE.
2) Builders risk insurance must be provided by Customer.
3) ISO Forms CG7193.1/CG7578.3/CG7174.3 blanket waiver of subrogation&additional insured(Primary&Non-Contributory basis)
included when required by contract. Pre 4-13(April 2013)editions of endorsements may be available at an additional cost.
Terms: Net 30 days, No retainage. For Credit Card Payments,Add 3.5%to the total amount.
**For Payment&Performance Bond...ADD 3%to the total contract price**
Unless specifically included in above description,THIS PRICE EXCLUDES:the cost of sales taxes, new panels or repairs to existing
panels, structural supports,all films or decorative overlays,signage,**For Electrical Walls-new electrical conduit&boxes&wiring for
switches and safety sensors, access doors to controls&limit switches**, Delegated Design/Structural Calculations, NIC Testing and
certification,NRC rating&certificate, mock ups,bonds,permits,multiple shipments,offsite storage,field-testing,leveling of the floor,
Access Doors/Panels,blocking in ceiling&walls,dumpsters,trash hauling and final cleaning.This price excludes the cost of consequential
or liquidated damages and the cost of delays due to natural or manmade disasters,strikes,actions of civil or military authorities.
***RPC is a factory certified installer.
Project: REPLACING THE MOTOR AND TRACK FOR A Page 2 of 2 Quote Date: 1/15/2025
MOVEABLE WALL AT THE CIVIC CENTER
SPECIFICATIONS FOR
REPLACING THE MOTOR AND TRACK FOR A MOVEABLE WALL AT THE
CIVIC CENTER
SCOPE OF WORK
I. Contractor must take down old panel and stage in location approved by City staff
2. Remove current track&motor.
3. Install new track and motor similar to current equipment.
4. Contractor is responsible for measurement
5. Reinstall the panels that are staged.
6. Contract must replace ceiling grids or sheet rock and paint.
7. Wood blocking may be needed.
Page 6 of 18
ROB PELLET 1c;R CONSTRUCTION, INC.
RIPE 10189 FM 1960
Dayton,Texas 77535
281.227.3577 • 281-227-3621 fx
HUB CERTIFIED •WBE CERTIFIED
www.rpcinc.com
REPLACING THE MOTOR AND TRACK FOR A MOVEABLE WALL AT THE CIVIC CENTER
Equipment List:
Fork Lifts
Scissor Lifts
A-Frames or Pallets to stage panels
GENERAL INFORMATION:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port
Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING
EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE
EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the
bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance
with the specifications of the invitation. The City reserves the right to accept any and all or none of the
exceptions)/substitutions(s)deemed to be in the best interest of the City of Port Arthur.
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.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these
specifications. The award shall be made to the responsive,responsible bidder who submits the best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best interest.
2. Award bids on the lump sum or unit price basis,whichever is in the best interest of the City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall
deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid
is within 5%of the lowest bid price, as provided by Section 271.905 of the Texas Government Code.
Excluding Federal Funds
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this FIB, the terms "Bid" and Proposal" shall be
equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response
to all requirements and questions as directed.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire(Form CIQ).
The Texas Iegislature 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: httns://ww-vv.ethics.state.tx.usitilinginfo/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.
Page 14 of 18
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.
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.: Civic Center, 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 601 f
V.T.CS. 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.
Page 15 of 18
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 I_NFORMATION: All bids are to be F.O.B.,City of Port Arthur. Port Arthur,TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law
to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced
as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is
not correctly inserted the Contract shall be amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,perform all
work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein
otherwise expressly specified, necessary or proper to perform and complete all the work required by this
Contract,in accordance with the provisions of this Contract and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed
description concerning any point shall be regarded as meaning that only the best commercial practices are to
prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance,construction,and other details, its use is not intended to deprive the City 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
Page 16 of 18
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 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.
Page 17 of 18
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 r 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.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday
through Friday from 8:00 am.to 5:00 p.m. so that the City will be able to contact the contractor.
Page 18 of 18