Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 24328: APPROVING A CONTRACT WITH CONSTRUCTION MANAGERS FOR FLOORING REPLACEMENT IN THE ANNEX
fl CV 4-4 r ',I ON ji A W N H+ Ai = ems oo "� n 1-3C p 0 3 0 g A Y A m• r teil ct a C c. n 00 E. s 0 0 rr Y„! B. co G .y tie It i0 IC r1. 0 ^• 20 a A'+ " A 07 y = cro a G. o 5. O , >< 0 10 E. 10 ccro 0 0 TO ICA tCI n o ; is: c 0 H ..abs bs bs 6s 9 �_ 0 �• C M. 00o v --I v A i—+ ° U p cga 0 V) w oo LAN 00 O ° 000 n000 CkI "' 7 °' � eD 0 d ,`fix 0' y N Cr•• A. VI = r Knox 69 69 69 6s 6s 69 p A 0 �, /b J ,_, �-, ... Is) `i g r VD © d 0\ 0 Ul o 0 * y A d .., 0IN) 0 0 0 0 0 0 0 0 R a CNlt p C1.0 vj owl Rpcl - ... ^e n -- S E Cr c bs 69 69 EA 6s EA ox °•� 2. .A 00 N w C . 0 d O . 0, N W N y y y n k< O 01 00 00 00 ..' ,` • N O O O O 0 0 r k5lic-- !�i �``YV�i ., • da, th ii W N 1-, rn to • y 4 O rir O 0Q• O 0"i : y C 1 tiO. _ 0 3 0 = to 0' .D 0 A P! z A C �, �--, fJQ n 3y = w. 10 O 0 N dp d ,�_, CIO A Rt ... O O�Q l 0 ,-' A r D. A r.. A by w el> co .T2 3 bd 6 0. a< tG O a CIO n o toIio ►-, a 0„, 0 0 N N V 1 00 00 N n �,r (� O'rms. O dN p 0000 00 cil p rel ...S (el 1-. ►`_ - o 0 0 0 o o X c CIO nc . 10 - d o. '� ��] = Cr 0 G w _ n . at ' x A o b9 bs sus 69 Eli 69 G til = 1 . 0 �, O o 0 0 v, ,0 LA v, C� - ° r0 = y ti d N O 0\ N O m- 0. - 0 0 X cn p o O O o O y c is: cn yC , 0. -. fp .. .. "n n = Bcc 11> N Ef3 b9 E!3 b9 69 69 `s to — .-, / 1 to N vi - v CA VD n `= C `o O p O n N O O O O 0 O m O S C h y , • d i C" y O\ V1 A W N rg ro 4 O - � © O. ►r ►r O ts O 4 O n c A Y A .y. A A ,� = y o' Y E. 2 t a , c K -, c A d 14 G. O G .-. IA A W a r1. O 2. O Ito "q .d A y A W o 5. CZ vo a cro p °81 n 69 64 69 69 69 69 ,.* O n r. ►C 00 O �l �1 J A "� py O , r•cQ O o�vi >. WO00NcWwS et y o _, v oo 10 O � OO C . O p O O A "b W q n. y 7d C •• C _r W (JI * y Pt S ►r. 69 64 69 64 69 69 Yy��y O A w O ►r• 20 I� d J 00 rA d N VI VI C O rn CD LA o CD y ftE. ►»e O O N b 0 0 0 0 0 0 0 t1 p x CA ►.. r ►: l l r S Cr v) B `` 64 64 69 69 kA 69 0 3. O O N W N Co y A r). O a, t!i O0 00 ^'r ""3 ti 0 O 0 o O 0 n k4(1.- --....----N..\ `�. r d r q 1--- y0\ � A W N r+ * CCD n O $ O n, o 4toari 1n a m 4 A ZS to 0 u 4 0 el • ri, O.0. ffDD n 2 a to:21 yt'l fD - o roa Ya �. O o d Q, rn -s as f•, .. CD CD Z ao '4- CO to y -J A o Ma • f ) to O 2 A O y •y '. RP tCfD 3 A eo A CO r.)i 0 . a ]ro 4. a O. Ow re by Et 0 eD i . n = R ONO 00 N V 1 N N ,-- C '! a+ A 2c�D d Do �. A w N O pn p �' ✓ O�'o 00 A O CID O'cm O y v J N `a N J y ,a a. •• t ,- bd b fD CA e = C y o co pp 77 C _ w . s9 s9 ss s9 0 a UJ1 y ,C O „,, _, _ o . n 2 G n .-1 I .s e, p� ►�i EA d CA ? 4) ? .p o\ W a 0 y n it W ►� y�y W ~ y 0En 00 J CA A CA J e) r.. ? W `1 0 .-: C' W _ 2 Nnntll NQ � to ¢ � mx r 69 EA s5 EA ER 69 0 = 0 — n W N n r� a w d LA W vim, J vOi O n o C � M v W A 01 ..► Cr O00 CTDD O CA a• "! �C X b EA yj cis c v3 s9 c ti. w .,., a a .. cn os O W Ln N n y ' .0 t-y "� fD V or y O O O O O O m• 0 n = ' ti O O O O O O 'S O O� 0 a ' Z „ Y•1. 2 • . . ilLay4rti • • • • • • i• . a/tAl I a-t4k • • I • • • . . • • . •If -• •` • I. -,,,• ' • • •. •• .• • • . • • • • • • . .a YYY-Y • • •-•• .e• •• . . • • A ; , • • 4 • • • • • • , . . .• • • • .• •• • • • • THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM DONEANE BECKCOM, CITY MANAGER MAYOR PRO TEM City of " \ t SHERRI BELLARD,TRMC COUNCIL MEMBERS: / CITY SECRETARY WILLIE BAE LEWIS,JR. TIFFANY L.HAMILTON EVERFIELD 0 rt rthur ROXANN PAIS COTRONEO HAROLD L.DOUCET,SR. CITY ATTORNEY THOMAS KINLAW,III Texas DONALD FRANK,SR. JANUARY 15,2025 INVITATION TO BID FLOORING FOR VARIOUS OFFICES IN CITY HALL DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, February 12, 2025. (The clock located in the City Secretary's office will be the official time.) All bids received will, be read aloud at 3:15 p.m. on Wednesday, February 12, 2025 in the City Council Chambers, City Hall, 5th Floor,Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P25-016 DELIVERY ADDRESS: Please submit one (1)original and one(1) copy of your bid 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 Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Acting Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.wil liams(21 portarthurtx.gov • Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams, P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed Invitation to Bid (ITB) and•accornpanying General Instructions, Conditions and Specifications are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to.bind the firm in a contract. Bids,shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS 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 ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Clifton Williams, CPPB Purchasing Manager • t , • Page 2 of 16 CONTRACT FOR FLOORING FOR VARIOUS OFFICES IN CITY HALL 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 Construction Managers of Southeast Texas of Beaumont, Texas, herein acting by and through , 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 Contract shall be from 45 days from start date on Notice to Proceed. The City can terminate this contract at its convenience which includes,but is not limited to, finding not being available in any budget cycle within thirty(30) days written notice. 2. 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. 3. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with terms therein for the amount of$34,754.00 4. The term "Contract Documents" means and includes the following: a) Agreement b) Advertisement for Bid c) Information to Bidders d) Bid e) Specifications f) Addendums g) Insurance h) Notice of Award i) Notice to Proceed j) Non-Collusion Affidavit k) Affidavit 1) Conflict of Interest m) SB 252 Chapter 2252 Certification n) House Bill 89 Verification 5. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 6. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed by their duly authorized officials,this Agreement in(2 copies)each of which shall be deemed an original on the date first above written 11Page Signed on the day of , 2025. OWNER City Of Port Arthur By: Ronald Burton, CPM City Manager Signed on the day of , 2025. CONTRACTOR Construction Managers of Southeast Texas By: Print Name: Title: - - - - Wage CITY OF PORT ARTHUR Request for Bids Flooring for various offices in City Hall January 18, 2025 January 25, 2025 I PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS otice is hereby given that sealed bids,addressed to the City of Port Arthur,will be received at the )ffice of the City Secretary,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no &ter than 3:00 p.m.,Wednesday,January 29,2025 and all bids received will thereafter be opened ind read aloud at 3:15 p.m.,on Wednesday,January 29,2026 in the City Council Chambers,5th , floor,City Hall,Port Arthur,Texas for certain services briefly described as: FLOORING FOR VARIOUS OFFICES IN CITY HALL lids received after the deadline stated above,regardless of method of delivery,will not be considered Ind returned unopened. • copies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 rth Street,City of Port Arthur,and are open for public inspection without charge.They can also be , ietri eve d from the City's website at www.portarthurtx.govIbids.aspx.or www.publicpurchase.com. iON MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAY.JANUARY 30.2025 kT 10:00A.M.AT CITY HALL LOCATED AT 444 4TH STREET.PORT ARTHUR,TEXAS. , t?er 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 illiams PUBLIC NOTICE Purchasing Manager ; CITY OF PORT ARTHUR,TEXAS __ w. _-_ ADVERTISEMENT FOR SIDS i 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.ni.,Wednesday,February 12,2026 and all bids received will thereafter be opened and read•aloud at 3:16 p.m.,on Wednesday,February 12,20261n the City Council Chambers,5th i Floor,City Hall,Port Arthur,Texas for certain services briefly described as: r FLOORING FOR VARIOUS OFFICES IN CITY HALL _ PBids received after the deadline stated above,regardless of method of delivery,will not be considered and returned unopened. 4Copies of the Specifications and other Contract Documents are on file in the.Purchasing Office,444 th Street,City of Port Arthur,and are open for public inspection without charge.They can also be 1`retrieved from the City's website at www.portarthurbc,govibids.aspx or www.pubiicpurchase.com. 40N MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAYJANUARY 30.2025 AT 10:00 A.M:AT CITY HALL LOCATED AT 444 4TH STREET PORT ARTHUR, TEXAS. 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. • e4. LAB . Clifton Williams ' Purchasing Manager CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT 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, January 29, 2025 and all bids received will thereafter be opened and read aloud at 3:15 p.m., on Wednesday, January 29, 2025 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: FLOORING FOR VARIOUS OFFICES IN CITY HALL 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 City's website at www.portarthurtx.gov/bids.aspx or www.publicpurchase.com. NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAY, JANUARY 30, 2025 AT 10:00 A.M. AT CITY HALL LOCATED AT 444 4TH STREET,PORT ARTHUR,TEXAS. 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. n. � & Cli n Williams Purchasing Manager FIRST PUBLICATION: January 18,2025 SECOND PUBLICATION: January 25,2025 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 exception(s)/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. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, 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: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. 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 Page 12 of 16 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.: Accounts Payable, P.O. Box 1089,Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas,Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and,the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license,privilege or paying money to any-one owing delinquent taxes,paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. Page 13 of 16 SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur,Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor,the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. Page 14 of 16 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. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and$100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten(10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. • CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. Page 16 of 16 I I CITY OF PORT ARTHUR,TEXAS BID SHEET BID FOR: FLOORING FOR VARIOUS OFFICES IN CITY HALL IBID DUE DATE: JANUARY 29, 2025 _ IITEM# DESCRIPTION COST 1 Finance/Accounting Offices (Main Bldg.) $ tV1'('r.50 2 Purchasing Offices (Main Bldg.) $ /1i'7/' 4$ 3 IT Offices (Main Bldg.) $ 14, 7 • 64 s II 4 ACM-Administration Office (Annex Bldg.) $ 3,,Z40 a 4(0 I 5 IT Office (Annex Bldg.) $ j/ iv 13 ' 3g I $ 34 ?'7~1. oo 6 TOTAL COST I �] Work will be complete in 428 calendar days. Construction Managers of Southeast Texas LLC 5520 Gorman Road ICOMPANY NAME STREET.ADDRESS ISIGNAct 1 t OF BIDDER P.O.BOX 1 Bruce Reyes • Beaumont, TX 77705 PRINT OR TYPE NAME CITY STATE ZIP , I CEO 409-736-9010 TITLE AREA CODE TELEPHONE NO. 1 breyes@cmosetx.com EMAIL FAX NO. L; SPECIFICATIONS FOR FLOORING FOR VARIOUS OFFICES IN CITY HALL General Information 1. Contract will be for flooring on the 2nd Floor ofthe main and annex buildings of City Hall. • Finance/Accounting Offices (Main Bldg.) • Purchasing Offices (Main Bldg.) • ITOffices (Main Bldg.) • ACM-Administration Office(Annex Bldg.) • ITOffice(Annex Bldg.) 2. Contractor must provide their own measurements for the locations: 3. Contractor will schedule with authorized rep to work after 5 pm and weekends. Scope of Work 1. Demo the existing carpet. 2. Prep subfloor. 3. Replace the existing cover base with new vinyl cover base. 4. The new floor will be LVP tile flooring. 5. Contractor will be responsible for moving and replacing furniture. 6. The area must be clean when completed. NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAY, JANUARY 30, 2025 AT 10:00 A.M. AT CITY HALL LOCATED AT 444 4TH STREET, PORT ARTHUR, TEXAS. CONTRACTOR WILL BE ABLE TO MEASURE AFTER THE MEETING, Page 4 of 16 -CITY OF PORT ARTHUR, TEXAS Vi?-t rtb�c ADDENDUM NO. ONE (1) r:ar FEBRUARY 6 2025 BID FOR: FLOORING FOR VARIOUS OFFICES IN CITY HALL BID: P25-016 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. Replace with 4" coat base except the brick walls in Accounting Office. The base on brick walls cut to 2" under ledge like it currently is. 2. The LVP flooring is Earthwerks Chassis. 3. Contractor will unhook computers and move furniture, and IT will hook computers back up once work is complete. 4. Replace the panel base board with regular 4" base cover in Accounting office. 5. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard Time, Wednesday, February 19, 2025. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday,February 19, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Clittbn Williams Purchasin anager 3/18/2025 Signa Proposer Date Construction Managers of Southeast Texas LLC Company Vendor Name rl -CITY OF PORT ARTHUR,TEXAS City of are 7i tit ADDENDUM NO. TWO (2) rmtdiFEBRUARY 18, 2025 BID FOR: FLOORING FOR VARIOUS OFFICES IN CITY HALL BID: P25-016 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. The LVP flooring is Earthwerks Chassis SKU is CPR261 7x48 Plank Color is Motorcoach 2. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard Time,Wednesday,March 5,2025. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, March 5, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID IDOCUMENTS. I Cl..Ta n Williams I Purchasin ager 3/18/2025. Signature of roposer Date Construction Managers of Southeast Texas LLC I Company Vendor Name I r I I t_,t..,'n1 f - . -CITY OF PORT ARTHUR,TEXAS afro/ - 1 '. ADDENDUM NO. THREE (3) qi:t a rfltu Texas MARCH 2,2025 BID FOR: FLOORING FOR VARIOUS OFFICES IN CITY HALL BID: P25-016 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows ., 1. The City will accept an equivalent to the LVP flooring stated in Addendum#2. Color and quality must be equivalent. 2. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard Time,Wednesday,March 19,2025. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, March 19, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. 3. Asbestos was discovered in flooring. City is waiting for response on abatement. I If you have any questions,please contact the Purchasing Division at 409-983-8160. iNOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. IC.0 B{-i (,1)11.0 1.� Cl'0�:n Williams IPurchasin a er 3/18/2025 Signature of Proposer Date ` Construction Managers of Southeast Texas LLC ICompany Vendor Name I I I -CITY OF PORT ARTHUR,TEXAS arvqf r r �i n ram""''" ADDENDUM NO. FOUR(4) IrV011 r`°' MARCH 10,2025 BID FOR: FLOORING FOR VARIOUS OFFICES IN CITY HALL BID: P25-016 I The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. The City will have the floors abated. 2. Flooring contractor will have to coordinate with abatement company, so it will have to be done in phases. 3. Flooring contractor will not have to remove furniture,but will have to place the furniture back. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID IDOCUMENTS. �il rL Gt G E I Cl' n Williams Purchasin anager 3/18/2025 Signa of Proposer Date IConstruction Managers of Southeast Texas LLC Company Vendor Name I I I • r u • • • o f . INK: • SO ,. % • ,,/ . .....7"."4'e'e'''''7/'P'\4:\.. 41.rLdelC\I 0.4 Op 7 A ,....,. . ; `. ...IV • : .' $ a ,..,. --- ___:..„,....."- .'"v.::-,....z. .... .......,. .....:::* :......., 4.:.. ",.. . • .44 r � ii ee At \, 00"...,..- ."- , i/ ,.._-:''':-:- 7 - s-.41411 .111011‘ I,, .. • .�� �;/� �p�O�yC!r r'y400010 ` 41,1. :111111.- dr.- f-P ...'.7s'... •••• ..-.. • i� .ee I { .....".".".***"......":/ '. ''' . 4 f i' r i i y R. • CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) ACCORD THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE FAX(A/C, (A/C.No.Ext): No): E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: INSURED INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPEOFINSURANCE ADDL SUBR POLICY POLICY EFF POLICY EXP LIMITS LTRINSR WVD (MM/DD/YYYY) (MM/DDIYYYY) GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ —I POLICY PRO- -I LOC $ JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULE BODILY INJURY(Per accident) $ AUTOS D AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS _ AUTOS (Per accident) UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESSLIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY UMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE n N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) 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. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM DONEANE BECKCOM, CITY MANAGER MAYOR PRO TEM City / . COUNCIL MEMBERS: � / SHE SECRETARY TRMC WILLIE BAE LEWIS,JR. r-��,.._ TIFFANY L.HAMILTON EVERFIELD or t r rt u r ROXANN PAIS COTRONEO HAROLD L.DOUCET,SR. CITY ATTORNEY THOMAS KINLAW,III Texas DONALD FRANK,SR. NOTICE OF AWARD Date Contractor Name Attn: Address City, State Zip Re: You are notified that on , 2025,the City of Port Arthur City Council awarded above referenced contract. Within ten(10)days after you comply with the conditions listed below,the Purchasing Manager will issue to you a written Notice to Proceed and Purchase Order. Work must not begin until these documents have been issued to you. Two (2) original Contract Documents and one (1) copy of Resolution No. accompany this Notice of Award. You must comply with the following conditions precedent within ten (10) days of the date of this Notice of Award that is by or by the first working day thereafter. You must deliver to the Purchasing Manager: 1. One (1) fully executed Contract. 2. One (1) signed, original Notice of Award. 3. One (1) original Certificate of Insurance, naming the Owner (City of Port Arthur) and their respective agents and employees, to be expressly named as additional insurers, in accordance with the General Conditions. 4. One (1) HB 1295 Form filled out completely. For more information go to the following website. https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. 5. Payment and Performance Bonds. Please return all requested documents to: City of Port Arthur, TX Attn: Clifton Williams,Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 Page 1 of 2 Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 1089 1 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM DONEANE BECKCOM, CITY MANAGER MAYOR PRO TEM City of ,.-- SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. _,_ TIFFANY L.HAMILTON EVERFIELD O 1"t 1'1 it u ROXANN PAIS COTRONEO HAROLD L.DOUCET,SR. CITY ATTORNEY THOMAS KINLAW,III Texas DONALD FRANK,SR. NOTICE OF AWARD Contractor Name Date Page 2 Failure to comply with these conditions within the time specified will entitle Owner to consider your bid in default and to annul this Notice of Award. OWNER: CITY OF PORT ARTHUR,TEXAS BY: Clifton Williams, CPPB,Purchasing Manager ACCEPTANCE OF AWARD: Contractor: Signature: Print: Title: Date: CC: Darlene Thomas-Pierre, Code compliance Manager Page 2 of 2 • Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM DONEANE BECKCOM CITY MANAGER MAYOR PRO TEM City of r c, COUNCIL MEMBERS: i SHERRI BELLARD,TRMC WILLIE BAE LEWIS,JR. - /III !I CITY SECRETARY TIFFANY L.HAMILTON EVERFIELD 'MI � HAROLD L.DOUCET,SR. ort rth u r THOMAS KINLAW III Texas ROXANN PAIS COTRONEO DONALD FRANK,SR. INTERIM CITY ATTORNEY NOTICE TO PROCEED Date Company Name Attn: Address City, State Zip Re: You are notified that the Contract Times under the above contract will begin to run on by that date, you are to start performing your obligations under the Contract Documents The date of Contract Termination will be It is the responsibility of the contractor to meet the schedule as set forth and in accordance with the terms and conditions of the contract. Before you may start any work, you must deliver to the Purchasing Manager all required documents as listed in your Notice of Award and a signed original of this Notice to Proceed. Invoices for payment must be submitted to PO Box 1089, Attn: Accounting, Port Arthur, TX 7,7641. Contract# must appear on all related invoices. Should you have any questions regarding this project, you may contact me at 409.983.8160 or Calvin Matthews thank you for partnering with the City of Port Arthur. Respectfully, ACCEPTANCE OF NOTICE TO PROCEED Company: Clifton Williams, Signature: Purchasing Manager Print: Title: Date: CC: Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams, P.O.Box 1089 1 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 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: Bruce Reyes Sr. Title: CEO Company: Construction Managers of Southeast Texas LLC Date: 3/18/2025 SUBSCRIBED and sworn to before me the undersigned authority by \n the IP* of, aer on behalf of said bidder. Notary Public irnd for the State of Texas o� v?ue4, cHRISTiNA RED 2.-!, * WY COMMISSION" Mycommission expires:jj$/)/?and( *¢ OW16/2026 Ni NOTARY ID: 13168506-9 AFFIDAVIT -I All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay Isucceeding debts as they become due. I herebycertifythat I do have outstandingdebts with the City of Port Arthur and agree to pay said I 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. i Construction Managers of Southeast Texas LLC 3/18/2025 I Firm Name Date CEO Authorized Signature Title IBruce Reyes 409-736-9010 Name (please print) ;Telephone 1 Ibreyes@cmosetx.com Email trgY P�s�� CHRISTINA REYES STATE: Texas MY COMMISSION EXPIRES 1 ie , 08/16/2026 ID: 1316$506 I COUNTY: Jefferson ; NOTARY i SUBSCRIBED AND SWORN to before me by the above named&-OCe & if� Jr, on this the ig day of McuNkfk ,,20 . 30-4-414;1- Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL I n r,. CONFLICT OF INTEREST QUESTIONNAIRE . FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.S. 23, Both Lag., Regular Session. t3FRCEUSEONLY 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 governrnentai 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 alter the date the vendor becomes aware of facts that require the statement to be fled'. 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. 2.1 Name of vendor who has a business relationship with local governmental entity. N/A EiCheck this box if you are filing an update to a previously flied 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.) Li Name of local government officer about whom the information is being disclosed. N/A Name of Officer 1J Describe each employment or other business relationship with the local government officer,or a family member of the officer as described by Secfion i 76.00 3(a)(2)(A). Also describe any family relationship with the local government officer. Complete srthparts A and D 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? ED Yes ED 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 metrr of the officer AND the taxable income is not received from the local governmental entity? fJ Yes r No J 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 mere. J . . Check this box if the vendor has given the local government officer ar afamily member of the officer one or more gifts as described in Section 176.t303(a)(2)(B), excluding gifts described in Section 176.003(a-1). 3/18/2025 Signature of vend g business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 I I CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity IAcomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs1LG/htm/LG.176.htm.For easy reference;below are some of the sections cited on this form. ILocal 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 subjeetto rate or fee regulation by a federal,state,or local governmental entity or an I 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. ILocal GoVernment Code§176.003(a)(2)(A)and(S): (a) A local government officer shall file a conflicts disclosure staternent with respect to a vendor if; I (2) the vendor: (A) has an employment or other business relatlonshrp with the local government officer or a family member of the•Officer that results in the officer or family member receiving taxable incomb, other than investment income; that exceeds$2,500 during the 12-month period I 1 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; (13)has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the, officer becomes aware that: I (r a contract between the local governmental entity and vendor has been executed;or � (ii) the local governmgntalentity is considering entering into a contract with the vendor Local Government Code§i76.006(e and(a-1) (a) Avendor shall file a completed conflict of interest questionnaire.li the Vendor:has a business relationship I with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,pr a family member of the officer,deecdbed by ecti-ori 176.003(40(A); (2)`has given a local government officer of that local governmental entity,or a family member of the I officer,.one or rnore 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 I not later,tiftan the seventh business day after the later of (1) the date that the vendor: (i9) begins discussions or negotiations to enter into a contractwith the local governmental entity;or If 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: I (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. I IForm provided by Texas Ethics Commiestori wWw,ethids.state.tx.ds Revised 1 t/3012015 • SECTION M SB 252 CHAPTER 2252 CERTIFICATION • House Bill 89 Verification. I, Bruce Reyes (Person name), the undersigned representative (hereafter referred to as "Representative") of Construction Managers of Southeast Texas 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 Iby the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; I2. 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 I3. 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 Iwith, 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 IIsraeli-controlled territory, but does not include an action made for ordinary business purposes. I SIGNATURE F REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this IR' day of av-c\r. , 20 9 c. yutCHRISTINA a�i�� I' a�`tr o , Ar COMMISSION 1 Notary Public 7fAr 08/16/2026 ••le NOTARY ID: 13168.506.9 House Bill 89 Verification I1, Bruce Reyes (Person name), the undersigned representative (hereafter referred to as "Representative") of IConstruction Managers of Southeast Texas 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; f2. 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 , 1 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 Iwith, 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 IIsraeli-controlled territory, but does not include an action made for ordinary business purposes. SIGNATURE F REPRESENTATIVE r` SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this le% day of " a-A\ , 20 9 I o� `Y_PC1e� CHA RCS S 2 ; r�Yco�RISTINt ��SION IR�s Notary Public 0 , c� * 08/16/2026 ' NOTARY ID: 13168506-9 I I