HomeMy WebLinkAboutPR 24350: RESILIENT SEAT VALVES F,ne,g
City of Cu
40,
ort rthu1r
Texas
INTEROFFICE MEMORANDUM
WATER UTILITIES DEPARTMENT-ADMINISTRATION DIV.
DATE: May 21, 2025
TO: The Honorable Mayor and City Council
THROUGH: Ronald Burton, CPM, City Manager
FROM: Calvin Matthews, PE, Water Utilities Director
RE: PR No.24350—Resilient Seat Valves
Introduction:
The intent of this Agenda Item is to seek the City Council's approval authorizing the City Manager
to sign a contract for six(6)months with Midwest Flow Control of Olathe, Kansas with an option
to do two (2) 1-year renewals for the purchase of Resilient Seat Valves.
Background:
Water valves are used to isolate relatively small portions of our water system in order to minimize
service disruption to larger areas during maintenance and/or expansion. Valves are also used to
isolate piping throughout our treatment plants, lift stations, and pump stations. All Resilient Seat
Valves shall be American Control Flow Series 2500, or Engineer approved equal. The Purchasing
Division of the Finance Department advertised for bids that were opened on March 5, 2025.
Midwest Flow Control of Olathe, Kansas was the lowest bid that met the specifications with a
projected budgetary impact of$173,345.00. Funds are budgeted and available in Account Nos.
410-40-215-5315-00-00-000 ($86,672.50) Water System and 410-40-220-5313-00-00-000
($86,672.50) Sanitary Sewer System.
Budget Impact:
This equipment will be maintained in our Warehouse inventory and charged to the appropriate
account, i.e., Account Nos. 410-40-215-5315-00-00-000 ($86,672.50) Water System and 410-40-
220-5313-00-00-000 ($86,672.50) Sanitary Sewer System for routine valve
installation/replacement.
Recommendation:
I recommend that the City Council approve Proposed Resolution No. 24350, authorizing the City
Manager to sign a contract for six(6)months with an option to do two (2) 1-year renewals for the
purchase of Resilient Seat Valves as described/outlined above.
PR No. 24350
5/21/25 cv
Page 1 of 3
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER
TO ENTER INTO A CONTRACT WITH MIDWEST
FLOW CONTROL PRODUCTS OF OLATHE, KANSAS
FOR THE PURCHASE OF RESILIENT SEAT VALVES
FOR THE WATER UTILITIES DEPARTMENT WITH AN
ANNUAL PROJECTED BUDGETARY IMPACT OF
$173,345.00. FUNDS ARE AVAILABLE IN ACCOUNT
NOS. 410-40-215-5315-00-00-000 ($86,672.50) WATER
SYSTEM & 410-40-220-5313-00-00-000 ($86,672.50)
SANITARY SEWER SYSTEM.
WHEREAS, the Water Utilities Department routinely uses Resilient Seat Valves to
maintain the Water and Wastewater systems throughout the City, valves are purchased on an as
needed basis; and,
WHEREAS, on February 12, 2025 and February 19, 2025, the City of Port Arthur
advertised for bids for Resilient Seat Valves and received a total of five bids(Exhibit A)on March
5, 2025; and,
WHEREAS,the bids have been evaluated by Water Utilities Department and Purchasing
Division and Midwest Flow Control Products of Olathe. Kansas had the lowest and most
responsive bid of$173,345.00.
NOW THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PORT ARTHUR,TEXAS:
THAT,the facts and recitals in the preamble are true and correct; and
THAT, the City Council hereby authorizes the City Manager to enter into a contract,
insubstantially the same form, attached as Exhibit "B", with Midwest Flow Control Products of
Olathe,Kansas,for six(6)months with the option to renew for two(2)additional one-year periods
with a projected annual budgetary impact of$173,345.00 per year; and,
PR No. 24350
5/21/25 cv
Page 2 of 3
THAT,the City can terminate this contract at its convenience with thirty(30)days written
notice; and,
THAT, funding for this material is provided for in the Water Utilities budget in Account
Nos. 410-40-215-5315-00-00-000 ($86,672.50) Water System & 410-40-220-5313-00-00-000
$86,672.50) Sanitary Sewer System; and,
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 at a Regular Meeting of the City Council of the City of Port Arthur, Texas. by the following
vote:
AYES: Mayor •
Councilmembers:
NOES:
CITY OF PORT ARTHUR:
Thurman Bill Bartie
Mayor
ATTEST: APPROVE I S R ADMINISTRATION:
Vfrr'
Sherri Bellard Ronald Burto• s' M
City Secretary City M. • ._er
PR No. 24350
5/21/25 cv
Page 3 of 3
APPROVED AS TO FORM:
t
Y
Roxann Pais Cotroneo Calvin Matthews, P.E.
City Attorney Water Utilities Director
APPROVED AS TO AVAILABILITY OF
FUNDS:
yn a(Lyn)Boswell, MA,ICMA-CM Clifton illiams, CPPB
Finance Director Purchasing Manager
Exhibit A
(Bid Tabulation)
-< ►� 4 r 2a t ` OoCt.1 bbb
0 t0 00 J 0+ to A W N — OVD 00 J 0 n A w N — O
Oo O+ A w 00 O+ A N N — — 00 0, A C�7 z b
p 00 C+ A N O _ _ _ N _ . _ A O 0' N _ _
b
G) 'bt� b
n
00 00 00 00 00 00 Oo f00 00 00 n cti+) O a
CD cp F F F F F F F F F .4 -n -n ^n 2 C0 a
X ? 333333333�c�cfc,0•0 2 '3
n.• 0. aaaaaan. �. .- �" . �- �- n ti
OC F F F F F F F i
s � Ts = s = .- .- � n
7� 2 n
tG It....)y — — — NJ NI 0, 0, 0, to Al ' 00 — — NJ ND LA C to ,. O N
H
N
7 CU N — — 69
6969696969 696969 N 6-96969 69 n t+ 4
A v0:-.l W N 99 — 6!69 A .9 69 A to VD N '-• 69 lA 02
=• 1 111
O to A Ot J 00 tJ A W - N :D O0 to w�O A 0O J �.r C �` C
N 0t ,4 N v N w ,D 0 )D ,-' A J N U' tJn J 000 'O 00 •'3 3 O C
LA O LaiD LaLO O N La0' CD NJJ NJ 0' in 00 W CDC• ,
O A J A A to W O '0 00 00 00 - - - J 0 00 'O J n
A �' O
W 6'9 69 69 69 fn 69 69 fn 69 y "� ^' n N N 69 69 — 69 69 69 69 — 69 N — 69 69 69 69 n k f0
'p A VD J W to — J In A o0'0 N J A to 00 to J VD W O O A
N O U A N cn N W Ot C+J - ,O W 0+ N J 00 W lJ 0' fA m
C1 0+ N O W lJ '0 O t0 O to A W '0 O to W VD VD A 0. cn O n
lJ NJ ,4 NJ A -.400 to — C0 CD00 -.4 NJto AAto A L.., O -, r 4 a.
0t to CD Lain 0t J «- ,4 VDW 00 00 0' v N W O A '0 W y O
CD A -.4 LA 00 CD 00 A to CA CD CD00 - - A CD CD O LA0
C) W 05
f 69 viva 2 2 0
— ,DW Nc="'6f69� fA6-969W0+WN='694, 4 !� n y
•0'W —A 0'0 00 J O J+-9 00 W'0 to C'A 00 0' n ` Q,
N 00 N 00 CO W O' 00 W W — CA 00 A O 0' N -4 O 00
0 J A — Ct to — �1 -1 0 N — 0+ '0 00 N J 0 to N — C n O
C O W A 0+ in to W 00 to cn 0A 't W U U) A J C` Ot -4 m 4 I„ !9r
O A W O N N 0+ A 1D O W J A N u W to W O 0+ "3 O •Z kf w61
• -- .— 69 69 69 69 69 69 69 69 6.9 69 9'E9 N .9 =69 69 69 69 9i 691
J W v'-- a ? Ot U W 00 J — OC W C'VD LA J oo W n O 'p "r to
'0 o aww 00\Dinoa oa 00 -iaCOOwo00A C .3 A , ti ~
W 00 N OO J J 0` N N to N — 01 CO O 0' in A N N to V1 a 0 1V 4• J A — N — '0 to A A to to CC J 00 N to O 00 T 00 ►j y b
W - O W 00 A N - W O A O W J - W U N O W .. CZ
w O N + A A 0 to O O O N N Cn 04 O O O O +]
69 [
2
69=' a b �7 b CD O , O W W N 69 69 ?69 69 NJ 0\ W N 6-9 f0 Ir
-0' 00 w C+ oo CO N W'0 A'0 w '0 O to 00 CO in J n t O /17
0'. N J J N - to 0. W CC to N W A w O J O A A 0 4
T JAw — ,D -1 ,100 ,0O -- ,, ,0ooO A v Na a fo y y y
0' J A W A J — 00 W N — LA, 'VD A CO 0 to J to W 0.3 O
J CO to CA W A W LA CO J 00 J J 0' VD O W VD 0h — 4 O
N yv
A •3 fy p h y
A N N -- 69 69 99 69 69 69 69-'W 69 N -- 6-9 69 69 69 69 n �t
A to O 00 ,4 to —�l V1 A 00 V O w �I CA CC VD to-3,,,VD w O 0 • 15
N -a 0o i.l w C+in tr 00 CC'0 to N A O in CC'0 to A J y y A •7
144
A ^ N J A A — A O VD W O — CO A W 0 A w J y y 5 C
J A CA N 00 N J — CO W J O 00 O VD 00 to /�
O 000 U'i JN 0 A o0 O O A 0 ....4
....4
CC 'O 0 60' CCn 0 to
I.
69 69 Z
—. 69 69 69 69 69 69 69 69 69 N 69 69 69
-'1 's N W N — — 69 69 W -' —— 69 Q' 00 CO N 69 69 "' 4
7` J"CA IA J 00'NJ CC CO 00 0\ 00 In C\U VI N 00 0\ n S C
N 00 to W 01 0 W — W 00 W O N to A to CD — W a ti
,400 W CD LA ..4 '4O NJ W W N — NJ 00 CD NJ NJ CA O
N U) 00 Ln N in 00 OO O — J N w to U) Cn CA b qii-
.0A A A w ,b O — A 0o J J to to N pt w J A W O — ', 1
DE
04 'mil R.
A - 6-9c�6969 `9-'69696969�'.-'69 N='='69696,69 n 0 a 'Q
tJ • to N J to — J to A J CA — 0' 0C 00 J,LA Ch 00 W 0 •q
O J CA —A —NJ C+ O 00 W A to Ct O 99 A --' — CA 9
CA .0 N 00 — CA CT W N VD CA W W N N CA VD O CA N 00 J, F. t
• :Z.', — ...4 ,4 ....4 — w O+ VD A — — — — NJO� — A In NJ `C
CD
W A A w O40 O CA A O00 tr A 0LA 0LA 01 01 w A 000 to 0 toil
69
Cn N'0N N6'— — 69b969 N -6969VD T69 --N6-'6969 " 3
CT O'O 00 tJ A O J 0` W N J 0+ W — J W tJ J 0t n O
's — 'D t0 O 00 — A O J A to 0' CC O J J A LA CC a n C'. to — A N 00 A J 0\ LA to Co to 00 to N to to to to Q
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ^• O
0 0 0 0 0 0 0 0 O O 0 0 0 O 0 O O O 0 O •-3 ft ... 0
r .. 4 '.. •
tN 69 6— 69 69 69 69 69 V6ry9 69 69 49 69 69 69 69 69 69 69 69 69 n -4 �'
iN to N VD to A 00 Ot A W A N J to VO O' to A OC V 1 W 0 .
A C' O J A CO O A 0 J A to W W — to J IJ U w v "]
Ul 'CM — '0 00 O n) co 00 la., LA LA LA N 'O O to N to N
C .^ to — 00 A 00 A NJ CD 0 0 0 0 00 to A O to O to .7 t"
cD C0000000000000000000
Exhibit B
(Contract)
PURCHASING CONTRACT AGREEMENT
FOR RESILIENT SEAT VALVES
THIS AGREEMENT, made this the day of , 2025,
by an individual, firm partnership or corporation, Midwest Flow Control Products, of Olathe,
Kansas, hereinafter called"Vendor", and the City of Port Arthur, a municipal corporation
organized under the laws of the State of Texas, hereinafter called the "Owner"or"City".
WITNESSETH: That for and in consideration of the payments,terms, conditions
and agreements set forth herein, Owner and Vendor agree as follows:
1. The term of this Contract shall be six(6) months from the date that it is signed by the
City, with the option to renew for two (2) additional one-year periods. The City can
terminate this contract at its convenience which includes, but not limited to, funding not
being available in any budget cycle with thirty (30)days written notice.
2. The Vendor will provide Resilient Seat Valves, as delineated and submitted in their bid
dated March 5, 2025.
3. During the term of this Contract, the Vendor will furnish all of the materials and supplies,
as stated in the advertised bid specifications, described as:
Resilient Seat Valves
4. The Vendor agrees to deliver all materials on an as-needed basis during the term of this
contract, in a not-to-exceed maximum amount of$173,345.00 as shown in the Bid
schedule.
5. The term "Contract Documents" means and includes the following:
a) Agreement
b) Invitation to Bid
c) Specifications
d) General Information
e) Bid
f) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
A- 1
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by
their duly authorized officials,this Agreement in two (2) copies each of which shall be
deemed an original on the date first above written.
SIGNED AND AGREED on the day of , 2025.
ATTEST CITY OF PORT ARTHUR
BY
CITY SECRETARY CITY MANAGER
Signed on the day of 2025
WITNESS MIDWEST FLOW CONTROL PRODUCTS
BY
A- 2
CITY OF PORT ARTHUR
Request for Bids
Resilient Seat Valves for Utility Operations
February 12, 2025 February 19, 2025
PUBLIC NOTICE
CITY OF PORT ARTHUR,TEXAS
ADVERTISEMENT FOR BIDS
hereby given that sealed bids,addressed to the City of Port Arthur,will be received at the
the City Secretary,City Hall 444 4th Street or P.O.Box 1089.Port Arthur,Texas 77641 no I
Z 3:00 p.m.,Wednesday,February 26,2025 and all bids received will thereafter be opened
I aloud at 3:15 P.M.,on Wednesday,February 26,2025 in the City Council Chambers,5th
ty Hall,Port Arthur,Texas for certain services briefly described as:
RESILIENT SEAT VALVES FOR UTILITY OPERATIONS
lived after the deadline stated above,regardless of method of delivery,will not be considered
med unopened.
>f the Specifications and other Contract Documents are on file in the Purchasing Office,444
at,City of Port Arthur,and are open for public inspection without charge.They can also be
I from the City's website at www.portarthurtx.gov/bids.aspx or www.publicpurchase.com.
Y OF PORT ARTHUR RESERVES THE RIGHT TO REJECT ANY AND/OR ALL BIDS AND
dE FORMALITIES.
.pter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinan PUBLIC NOTICE
contract to a company that is in arrears in its obligations to th CITY OF PORT ARTHUR,TEXAS
ADVERTISEMENT FOR BIDS
nF
Clifton ittia Notice is hereby given that sealed bids,addressed to the City of Port Arthur,will be received at the
Purchasing 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,February 26,2025 and all bids received will thereafter be opened
and read aloud at 3:15 P.M.,on Wednesday,February 26,2025 in the City Council Chambers,5th
Floor,City Hall, Port Arthur,Texas for certain services briefly described as:
RESILIENT SEAT VALVES FOR UTILITY OPERATIONS
Bids received after the deadline stated above,regardless of method of delivery,will not be considered
and returned unopened.
ICopies 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.
THE CITY OF PORT ARTHUR RESERVES THE RIGHT TO REJECT ANY AND/OR ALL BIDS AND
I TO WAIVE FORMALITIES.
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 V�(itliams
Purchasing Manager
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 n r t r t h u r ROXANN PAIS COTRONEO
HAROLD L.DOUCET,SR. CITY ATTORNEY
THOMAS KINLAW,III I'vas
DONALD FRANK,SR.
FEBRUARY 24,2025
INVITATION TO BID
Resilient Seat Valves for Utility Operations
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard
Time, Wednesday, February 26, 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 26, 2025 in the City
Council Chambers, City Hall, 5th Floor,Port Arthur,TX. You are invited to attend.
MARK ENVELOPE: P25-027
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, Purchasing Manager
P.O. Box 1089
Port Arthur,TX 77641
clifton.williams(aportarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams
P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291
The enclosed Invitation to Bid (ITB) and accompanying 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.
CidoOm, Gtidg;a0tet-
Clifton Williams
Purchasing Manager
Page 2 of 18
INVITATION TO BID
Resilient Seat Valves for Utility Operations
(To be Completed ONLY IF YOU DO NOT BID)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN
REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request.
In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s).
Your assistance in completing and returning this form in an envelope marked with the enclosed bid
would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments/Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City, State, Zip Code: Date:
Page 3 of 18
SUBMIT THE FOLLOWING.
A. BID SHEETS-PAGE 6 & 7.
B. NON-COLLUSION AFFIDAVIT-PAGE 8(MUST BE NOTARIZED)
C. AFFIDAVIT-PAGE 9 (MUST BE NOTARIZED)
D. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE
1 AND SIGN&DATE ON LINE 7-PAGE 10
E. CHAPTER 2252 CERTIFICATION-PAGE 12
F. HOUSE BILL 89 VERIFICATION-PAGE 13
Page 4 of 18
THE CITY OF PORT ARTHUR UTILITY OPERATIONS DEPARTMENT
SPECIFICATIONS FOR RESILIENT SEAT VALVES:
General Information
These specifications are for the furnishing of Resilient Seat Valves for the City of Port Arthur Water Utilities
Department, delivered F.O.B., City of Port Arthur, Water Utilities Service Center, 111 H.O. Mills Blvd., Port
Arthur, Texas 77640. The City will take delivery of valves during the life of the contract per written request
stating the quantity, size, type, and expected delivery date. The supplier shall deliver all valves no later than
3:00 p.m. during normal business days unless otherwise specified by the City.
The term of this contract shall be for a period of six months. However, the City reserves the right to
extend the contract in its exact same terms at the original bid amount for two additional one year periods
with both parties' consent. The City reserves the right to reject any or all bids and waive formalities. The City
reserves the right to award the bid by item or award all items to one supplier. The City may, at any time during
the life of the contract,terminate this contract/purchase order with 30 days prior written notice.
Technical Specifications
All valves shall be constructed with a high strength cast iron body and bonnet and coated with a corrosion
resistant finish. All bolts will be of corrosion proof steel. Flange dimensions and drilling shall comply with
ANSI B16.1, class 125. Mechanical joint type valve dimensions shall comply with the latest revision of ANSI
A21.11 and AWWA C-111. Operating nuts for all valves shall be square, two (2) inches, face-to-face unless
otherwise noted. All valves shall be "open left" or open counter-clockwise. The bid quantities specified are
approximate and are used as a basis for bidding only. These quantities were determined from past experience,
and do not obligate the City to purchase these amounts. Products must be American made.
Resilient Seat Gate Valves
All Resilient Seat valves shall meet or exceed AWWA Standard C509, as manufactured by American Flow
Control or approved equal. Valves shall be finished, inside and outside,with an epoxy coating. The solid bronze
stem shall have two 0-ring stem seals; one above and one below the thrust collar. The area between these seals
shall be filled with lubricant to provide permanent lubrication for the thrust collar and 0-rings.
Valve stems for all gate valves in this section shall be of the non-rising stem type (unless otherwise noted),
machined from a solid bronze rod.
Page 5 of 18
4
Pr
CITY OF PORT ARTHUR, TEXAS
BID SHEET
Page 1 of 2
BID FOR: Resilient Seat Valves for Water Utilities Department
BID OPENING DATE: February 26, 2025
Item Size Type Connection Qty. Unit Price Total Price
Resilient Gate Valve-MJ ONLY ��
1 1 4" MJ 5 $(p 00 $ 330�' OD
2 6" MJ 10 $ ? '1V $ 7550i IV
3 8" MJ 5 $lo2T5'fV $ �[7�O-5. az)
4 12" MJ 2 $(4375' P $47,0 01)
5 16" MJ 2 $ 777 i x $ j55-0
6 20" MJ 1 $A/051 lV $ /4/
7 24" MJ 1 $/M V $ / , 91'0
Tapping Valves
8 4" Fig. x MJ 8 $t 1 tV $ Jc 2 i LD
9 6" Flg. x MJ 10 $l5-Gh $ 7550, 00
10 8" Flg. x MJ 10 $t 0-(15'/t) $ /o?j 415d'eD
II 12" Flg. x MJ 2 $;3 7 eV $ 4 750, 73
Rising Stem - OS & Y
12 3" Flg. w/handwheel 5 $ 6 a 0 CO $3 630 L
13 4" Flg.w/handwheel 6 $ 747 lb $ /421 00
14 6" Flg. w/handwheel 6 $/OM Lb $ 60g0(D
15 8" Flg. w/handwheel 6 $NWT $ KA OD
16 10" Flg. w/handwheel 2 0-,007,0Z) $ 9/O6 (iv
17 12" Flg. w/handwheel 2 $aZF'/'t i '.� $ 5-7W lb
Bidders Signature:
Page 6 of 18
CITY OF PORT ARTHUR, TEXAS
BID SHEET
Page 2 of 2
Item Size Type Connection Qty Unit Price Total Price
Rising Stem- OS& Y con't
18 14" Flg. w/handwheel 1 $ 7(i' 107 $ 1'1 91-09
19 16" Fig. w/handwheel 1 $/olO/5: $ /oVY5C.7
20 18" Flg. w/handwheel 1 $/56%a $ /5656, C
Grand Total S / 73/ 3'1 5 07)
g Z st 1 6 ; b •u s //?3/ Odni4- 5t . #16;ia A 6-
COMPANY NAME STREET ADDRESS WO
toi5ox 03s..
IGNA URE OF BIDDER P.O. BOX
M, eK l ? &V 0-,l F) / S. ‘&fJ-e-/.35.3
PRINT OR TYPE NAME CITY STATE ZIP
atiee, 7/5 957' 74
TITLE AREA CODE TELEPHONE NO
0, u}eArlt4-. Ati.. kvb
EMAIL ; FAX NO.
Page 7 of 18
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TES 1( N9P6 §
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: 1,1a)Al _i
Printed Name: 4/.4,, t(A
Title: 060A
Company: /nt G0 CU � ,G.t�.) P Gte
Date: ",/204
SUBSCRIBED and sworn to before me the undersigned authority by 2' the G6-5 of,( on
behalf of said bidder.
si;Lex,
Notary Public in and for the
State of Texas KA-t45P
My commission expires: ("(lot 207.-C
Edna Iveth Linares
Notary Public State of Kansas
My Appt Expires Ott °tr/262-5
Page 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:
XI hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay
succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said
debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an
agreement for the payment of said debts. I further agree to pay succeeding debts as they become due.
M/ d iiiiei lau) 67A)-M4ki ADOtre
pow..
Firm Nam ate
4/ 2
-4/ /Oat..."
Authorized Signature Title
MüL 111 7/3-9 7-O
Name (please print) Telephone
Make Lu 6 A,I1al1 ' Covvi
Email
STATE: kNSIkS
COUNTY: apNlSoti
SUBSCRIBED AND SWORN to before me by the above named STfarEu iN)pq2x. i.k39,et,A
on this the Z S I J4 day of k$RM , 20 IS .
EA/Y‘ Yae-Vt'adt- fdnaivethL '
inares
Notary Pubitc.State of Kansas
Notary Public My Appt Expires °y)°8-12-4LS
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 9 of 18
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. OFRCE USE ONLY
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.
J Name of vendor who has a siness relationship with local governmental entity.
Ai A
J n
I I Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
I ' 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.)
J Name of local government officer about whom the information is being disclosed,
Name of Officer
J Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
n Yes 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?
n Yes n 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 more.
eJ
fl Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
LI
,_//4 a-,—J"ki
Signature of v ndor doing business with the governmental entity ate
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/3012015
Page 10 of 18
SB 252
CHAPTER 2252 CERTIFICATION
I, /1/Joel< al , the undersigned and representative
of ! LE T iz) Cent,Aii-geaucts
(Company or Business Name)
being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252,
Section 2252.152 and Section 2252.153,certify that the company named above is not listed on the website of the
Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051,
Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a
contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do
business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port
Arthur Purchasing Department.
Name of Company Representative (Print) g(;6\a. / <
Edna Iveth Linares
Notary Public State of Kansas
Signature of Company Representative My Appt Expires CAI)d6(20v-c
Da
Page 12 of 18
House Bill 89 Verification
/ A?F t? C") (Person name), the undersigned representative
(hereafter referred to as "Representative") of e
(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.
SIGNAT F REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 2Th day
of 41IS , 202c.
--d4;y1;
Notary Public
Edna Iveth Linares
Notary Public State of Kansas
My Appt Expires ec{ O/29Z-1--
Page 13 of 18
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.
Excluding Federal Funds
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: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ).
The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local
Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing
business or seeking to do business with the City of Port Arthur, including affiliations and business and financial
relationships such persons may have with City of Port Arthur officers. The form can be can be located at the
Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a response to this
RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local
Government Code and you are representing that you in compliance with them.
Any information provided by the City of Port Arthur is for information purposes only. If you have
concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner
in which you must comply,you should consult an attorney.
Page 14 of 18
iT
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.: 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.
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 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
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 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 18 of 18
• -CITY OF PORT ARTHUR,TEXAS
62)
Tt rth .'-- ADDENDUM NO. ONE (1)
titiur
FEBRUARY 24,2025
BID FOR: RESILIENT SEAT VALVES
BID: P25-027
The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter stated
and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
1. DEADLINE: Sealed 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
DOCUMENTS.
J,.�Q.i
Clittion Williams
Purchasing Manager
da) dtz,I.J
Signature of roposer D 0
(/ (1,4cotv
Company Vendor Name