HomeMy WebLinkAboutPR 15895: AGREEMENT WITH SAFETY ASSOCIATES - CALIBRATION OF AIR MONITORING EQUIPMENTPORT ARTHUR FIRE DEPARTMENT
MEMORANDUM
To: Steve Fitzgibbons, City Manager
From: John Avery ~~'~~ _
~~Yr
~ ~~
Re: Proposed Ij,ctsolution 15895
Late: June 1, 2010
COMMENT
RECOMMENDATION
"1'he Fire Department recommends adoption of Proposed Resolution No. 15895 authorizing the
City Manager t:o execute an Agreement with Safety Associates of Nederland, Texas for the
calibration of air monitoring equipment. The Purchasing Division mailed or emailed bid
packages to eight vendors. Safety Associates was the only vendor to submit a proposal. Safety
E\ssociates has been performing calibration of the Fire Department's air monitoring equipment
for several years and their performance has been satisfactory. The bid proposal is attached to the
F'R as ``Exhibit .A."
BACKGROUND
"ll'he Fire Department operates a number of gas detectors for the purpose of monitoring the air at
potential hazardous materials release incidents. These detectors require regular calibration in
order he reliable.
BUDGET/FISCAL EFFECT
funds are provided in the FY 2010 budget for calibration of air monitoring equipment.
STAFFING/EMPLOYEE EFFECT
None
SUMMARY
"I'he Fire Department recommends adoption of Proposed Resolution No. 15895.
"REMEMBER, WE ARE HERE TO SERVE THE CITIZENS OF PORT ARTHUR
~' P. R.15895
06/01/2010 jda
RESOLUTION NO.
~"
A RESOLUTION AUTHORI-ZING THE CITY MANAGER TO
EXECUTE AN AGREEMENT WITH SAFETY ASSOCIATES OF
NEDERLAND, TEXAS FOR THE CALIBRATION OF AIR
MONITORING EQUIPMENT FOR THE FIRE DEPARTMENT.
WHEREAS, the Port Arthur Fire Department operates a
number of gas detectors for the purpose of monitoring and
sampling the air at potential hazardous materials release
incidents; and
WHEREAS, the detectors require regular calibration in
order to be reliable; and
WHEREAS, the Purchasing Division mailed or emailed bid
packages to eight vendors; and
WHEREAS, Safety Associates of Nederland, Texas was the
only vendor to submit a proposal; and
WHEREAS, the proposed charges for calibration outlined
irl Exhibit "A" are reasonable;
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF
THE CITY OF PORT ARTHUR:
Section 1. The facts and opinions in the preamble are
true and correct.
Section 2. The City Manager is hereby authorized and
directed to execute an Agreement in substantially the same
form as attached hereto as Exhibit "A".
Section 3. That, a copy of the caption of this
resolution
Council.
shall be spread upon the Minutes of the City
READ, ADOPTED AND APPROVED on this day of ,
A.D., 2010, at a Regular Meeting of the City Council of the
C:i.ty of Port Arthur, Texas, by the following vote:
AYES:
NOES:
Deloris Prince, Mayor
AT'PEST :
Te.rr:i Hanks, City Secretary
APP~/tjO~VED TO FORM:
~l'~l //~L/'~ V -~
~~ .
Val Tizeno, ity Attorney
APPROVED FOR ADMINISTRATION:
Steve Fitzgibbons, City Manager
EXHIBIT "A"
CONTRACT FOR THE CALIBRATION OF
AIR MONTIORING EQUIPMENT
THIS AGREEMENT, made this day of June, 2010 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 Safety Associates, a Corporation herein acting by and through its
President, Richard M. Harley, hereinafter called "CONTRACTOR ".
WITNESSETH: That for and in consideration of the payments, terms, conditions, and
agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1) The Port Arthur Fire Department operates a number of gas detectors for the purpose of
monitoring and sampling the air at potential hazardous materials release incidents.
2) The Contractor agrees to provide calibration services for PAFD gas detectors as specified in
the attached specifications at the unit costs specified in the contract documents.
3) The term of the Contract is for a one year period with the option to renew for two additional
one year period.
4) The term "Contract Documents" means and includes the following:
1. Agreement
2. Specifications
3. Bid
4. Bid Bond
5. Payment and Performance Bond
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 written above.
Executed on 'the day of June, 2010.
ATTEST
CITY SECRETARY
Signed on the day of June , 2010.
ATTEST
CITY OF PORT ARTHUR
BY
CONTRACTOR
BY
CITY SECRITARY
~'
c
-,~, %~_
~ n~ --_
~. - ~ ~ ---
-=~- ~~~
~ ~~~.~<'..,c
y
a~
L.~-=
~___.
~.
~ .
~,
b
..
}
~~1 ...,
3
v
0
,--~
~.. ,
v~
~~,
~l
I CI
Vi ~ W N r-r ~
77
r~
~
`,~
~ ~ a ~ ~
• cv ~ c~ c~
~ n .~
~ ~ ~
~
~ ~ ~ ~
o ~ ~. ~. ~ d
~
~
a ~ ~ ~ ~.
~
~. ~ ~ ~ ~ _
~ ~ ~
o ~ d
~ ~ ~ o
o
~'
z~ z
o ~ ~ ~~ ~
~~
~ p
~~
b b b b b
a ~
~
' ~ o
n c
~ n n n ~ ~ ~• ~
~ ~ ~ ~ ~
~ ~ ~' ~ ~'
' ' ~ ~ '
o o o o o
~ ~ ~ ~ ~
~-- --~ N ~-' ~ ~
~..
69 69 69 69 f~3
Oo W Q1 00 J
c.n v~ N v~ v, p
O O c.li O O ~'
~
O O O O O
p
b9 b4 b9 b9 bA
00
W ~--~
N
00 O~
J ~*
~
"
v, v~ to v, v~ "
O O O O O 0
O O O O O
~
C~
C'
a~
o°
~~
r~
~ ~
~a
0
q~
''' o
~.
~ ~
~ ~
~~
o "a
~ ~
o~
~ ~
c
~;
a o
n
y
O
0
y
x
7~
y
t~J
~,
SPECIFICATIONS FOR MONTHLY CALIBRATION OF FIRE DEPARTMENT
AIR MONITORING EQUIPMENT
This Contract: will terminate approximately one (1) year from date of execution with the
option to renew for two (2) additional one (1) year periods. The City can terminate this
contract at its convenience which includes, but is not limited to, funding not being available
in any budget cycle with thirty (30) days written notice.
The Port Arthur Fire Department currently has nine (9)Drager MiniWarn # 4 Gas Detectors, one
(1) Drager Mu.ltiWarn # 5 Gas Detector, two (2) Industrial Scientific #3 Gas Detectors, one (1)
Drager Pac III H2S Detector and one (1) Multi-Rae Photo Ionization Detector. These Detectors
are located at eight (8) different locations throughout the city.
The successful. bidder must comply with the following, any exceptions must be noted.
1. Technician- minimum five (5) years experience.
~. Service Manager- Certified Safety Professional or four (4) year degree & ten (10) years
experience in NFPA, ANSI, DOT, and Hazmat, CBRN, & Fire w/ direct oversight of
calibration and repair program.
3. Free loaner program for instrument, chargers, etc.
4. Calibration gas- NIST traceable analysis, certificate provided, no older than one (1) year.
~. C'alibration on site, no callout fees or travel expense.
6. Reports include post calibration and current calibration, certificate of analysis & alarm
point, as well as gas lot number and concentrations.
7. No additional charge for after hours or weekends.
8. No additional charge if equipment is not available for calibration.
Comply
Yes No
The calibrations will be done monthly, quarterly, or yearly as determined by the Fire
Department. Because of the nature of Fire Department response it cannot be guaranteed that
equipment will be available for calibration at any specific time or place. Any repairs to the
above equiprent will be approved by the Fire Department on a case-by-case basis.~~
Page 10 of 14
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: Calibration of Air Monitoring Eguipment
E3ID OPENIN+v DATE: May 5, 2010
nFSCRIPTION QTY UNIT COST PER CALIBRATION
Drager MiniWam #4 Gas Detector
Drager Multiwarn #5 Gas Detector
Industrial Scientific #3 Gas Detectors
Drager Pac IIl H2S Detector
Multi-Rae Photo Ionization Detector
Receipt of addenda is acknowledged:
~ 1) g ~ S . `" `~
~2, $ 6 a . SD
{,) $ 3S . ~
~1) $ S. W
No. :l Dated ~ . ~- . ~ ~ Received ~ • ~- • ~
COMP ~'
~y / ~ .
SIGNATURE OF BIDDER
i n STREET ADDRESS
MGI~awQ~
(PRINT OR 'TYPE NAME)
TITLE
P.O. BOX
CITY .STATE ZIP
AREA CODE TELEPHONE NO.
C~ ~ ~ L, l~ bbl ~19~1 ~~1 ~ %~ 2~ ~
l~MAII, FAX
Page 11 of 14
BID OPENING DATE: Mav 5, 2010
CITY OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
$idciers are requested to furnish their complete REMIT TO ADDRESS and
TAX IDENTIFICATION NUMBER as indicated below:
REMIT PAYMENT TO:
COMPANY
~~ ~~~ ~~
~v I
ADDRESS L 6'O 6 ~ '~ ~~f.~ ~~ ~~~
CITY/STA'TE/ZIP ~ ~.,L~C (~ ,N
p~ .
~~~a ~
SEND PURCHASE ORDER TO:
CC-MPAN Y
ADDRESS
CITY/STATE/ZIP
tM
TAX IDENTIFICATION NUMBER _~ ~ ~ S ~ S ~ S
Page 12 of 14
AFFIDAVIT
All pages in I~fferor's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
I hereby certify that I do not have outstanding debts with the City of Port Arthur. I
further agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree
to pay said d~;bts 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
me b the above named ~~11!?~.~~L~
RIBED AND SWORN to before y ~~
SUBSC
on this the day of _ 1~~~~-2A.~~
,~/L(\ I _
Nota Publl~ic~C.
:~ ~~""°^<•~ STEPHANIE LYNN SHEPHERD
• rp. ,.....,. ~'.
* r PJOTARY PUBLIC
' ~ State of Texas
~`'''^;~F~`''y`••Corr,m.Z~T4U-R1S7R~dI AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 1:3 of 14
STATE: `
COUNTY:, ~l ~~"~~
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For Vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 1491, 80" Leg., Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship
as defined by Section 176.001 (1-a) with a local governmental entity and the person meets requirements under Section 176.006 (a).
By law I his questionnaire must be filed with the records administrator of the local governmental entity not later than the 7`n business
day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government
Code.
A person commits an offense if the person knowingly violates Section. 176.006, Local Government Code. An offense under this
section Is a Class C misdemeanor.
1. Name of person who has a business relationship with local governmental entity.
2. ~ Check this box if you are filing an update to a previously filed questionnaire.
(The law requir~.s that you file an updated completed questionnaire with the appropriate filing authority not later than
7tn business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)
3. Name of local a government officer with whom filer has employment or business relationship.
Name of Officer
This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has an employment
or other business relationship as defined by Section 176.001 (l-a), Local Government Code. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment
income, from the filer of the questionnaire?
Yes ~ No
B. Is the filer of th~° questionnaire receiving or likely to receive taxable income, other than investment income, from or at the
direction of the local government officer named in this section AND the taxable income is not received from the local
governmental entity?
~ N
Y
o
es
C [s the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government
Oftcer serves as an officer or director, or holds an ownership of 10 percent or more?
Yes ~ No
D. Describe each f;mplovment or business relationship with the local government officer named in this section.
4.
l Cirr.,oti~ra nfnarcnn rlnina t111C111PCC with the onvernmental entity Date
Page 14 of 14
rt llrtltu
7`ea~~~s
Purchasing Division
444 4th Street 2"d Floor
Port Arthur, Texas
(409)983-8160
Today's Date: May 13, 2010
Advertisement Dates: No Advertise dates (Project under $50,000.00)
Eight (8) Bid Packages were mailed or e-mailed.
Purchasing was unaware of any Port Arthur vendors that were able to do the job.
Attached is the bid tabulation & copies of the bids for:
Fire Department
Calibration of Air Monitoring Equipment
Bid Opening Date: May 5, 2010
Shawna Tubbs, shawna(a~,portarthur.net (409) 983-8160
Purchasing Manager
Clifton 'Williams, cwilliams(a~portarthur.net (409) 983-8161
Senior Purchasing Assistant
Yolanda Scypion, yolanda(a~portarthur.net (409) 983-8177
Purchasing Assistant
Carolyn Kimball, purchasin~(a~portarthur.net (409) 983-8160
Purchasing Secretary
DELORIS "BOBBIE" PRINCE, MAYOR
ELIl.ABETH "LIZ" SECLER, MAYOR PRO TEM
COUNCIL MEMBERS:
JACK CHATMA,N, JR.
MORRIS .~LBRIGHT, III
N'IARTIN FLOOD
JOHN BEARD, JR.
ROBERT E. WU~L[ANISON
D. KAY WISE
THOMAS J. HENDERSON
APRIL 26, 2010
STEPHEN FITZGIBBONS
CITY MANAGER
TERRI HANKS
C[TY SECRETARY
VAL TIZENO
CITY ATTORNEY
INVITATION TO BID
CALIBRATION OF AIR MONITORING EQUIPMENT
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:OOp.m., Central
Standard Time, Wednesday, May 5, 2010. (T'he clock located in the City Secretary's office
will be the official time.) All bids received will be read aloud at 3:15p.m. on Wednesday, May
~, ZO10 in th~° City Council Chambers, City Hall; 5th Floor, Port Arthur, TX. You are invited to
attend.
MARK ENVELOPE: Air Monitoring
DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to:
CITY" OF PORT ARTHUR
CITY" SECRETARY
P.O. BOX 1089
PORT ARTHUR, TEXAS 77641
POINTS OF CONTACT:
CITY OF PORT ARTHUR
CITY SECRETARY
444 4TH STREET, 4th Floor
PORT ARTHUR, TEXAS 77640
Questions concerning the Invitation to Bid should be directed to:
City of Port Arthur, TX
Yolanda Scypion-Goudeaux, Purchasing Assistant
P.(J. Box 1089
Port Arthur, TX 77641
409.983.8160
Yo landanportarthur.net
Questions concerning the Scone of Work should be directed to:
City of Port Arthur, TX
John Avery, Fire Department, Deputy Chief
P.O. Box 1089
Port Arthur, TX 77641
4019.983.8734
j avery(a~portarthur. com
Page 1 of l4
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS 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 1N 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.
'j
Shawna Tubbs
Purchasing Manager
Page 2 of 14
INVITATION TO BID
CALIBRATION OF AIR MONITORING EQUIPMENT
FAILURE TO RESPOND TO BID SOLICITA"LIONS 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
(To be Completed ONLY IF YOU DO NOT BID.)
Yes No
Does our cam an rovide this roduct or services?
Were the s ecifications clear?
Were the s ecifications too restrictive?
Does the Ci a its bills on time?
Do ou desire to remain on the bid list for this roduct or service?
Does our resent 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 14
CITY OF PORT ARTHUR
GENERAL I]~1FORMATION:
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.
The intent of this INVITATION TO BID (ITB) is to provide bidders with sufficient information
to prepare SF;ACED BIDS IN DUPLICATE for furnishing:
CALIBRATION OF AIR MONITORING EQUIPMENT
All bids meeting the intent of this request for bid will be considered far award. BIDDERS
TAKING E:KCEPTION 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)i 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
interlineatioais, 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. F;eject 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
2.71.905 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.
Pale 4 of 14
CONFLICT OF INTEREST: No public official shall have interest in this contract, in
~:~ccordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C,
~:~hapter 171.
:ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any
'business arrangement with any employee, official ar agent of the City of Port Arthur.
!VIINIMtiM 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 moneys 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.
Any interpretations, corrections or changes to the ITB and Specifications will be made by
addenda. Sole: issuing authority of addenda shall he vested in the City of Port Arthur Purchasing
Manager. Addenda will be mailed to all who are known to have received a copy of the ITB.
Offeror's shall acknowledge receipt of all addenda.
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 prf;vail.
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.: Fire
Department, P. O. Box 1089, Port Arthur, Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of
the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt
Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment
is due 30 days from the date of the invoice.
Page 5 of 14
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 z~rrangements 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,
Texas 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 shalll 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 rnake such insertion on application by either party.
CONTRAC'TOR'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
Pale 6 of 14
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 Titae VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color,
or national ol-igin, 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
an} of the covenants, agreements or stipulations of this contract, the City shall thereupon have
the right to terminate this contract by giving written notice to the Contractor of such termination
and specifying the effective date thereof, at least fifteen (15) days before the effective date of
such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to
the City for damages sustained by the City by virtue of any breach of the contract by the
Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off
until such time as the exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: 'the City may terminate this contract at any time
giving at least thirty (30) days notice in writing ~to the Contractor. If the Contract is terminated
by the City as provided herein, the Contractor will be paid for the service that it has performed
up to the termination date. If this contract is terminated due to fault of the Contractor, the
previous paragraph hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to furnish releases or receipts for any or all persons performing work and
supplying material or service to the Contractor, or any sub-contractors for work under this
contract, if this is deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property
that occurs as a result of his fault or negligence in connection with the work performed until
completion and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor
or permit an,y sub-contractor to perform any work included in this Contract until he has received
from. the Cit;y of Port Arthur written approval of such agreement.
Page 7 of l4
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense,
purchase, maintain and keep in force insurance that will protect against injury and/or damages
which may arise out of or result from operations under this contract, whether the operations be
by himself or by any subcontractor or by anyone directly or indirectly employed by any of them,
or by anyone for whose acts any of them may be liable, of the following types and limits
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 $SOU,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.
?. 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 :;hall 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 OI~ 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 (:ity 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.
Page H of 14
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 he 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 9 of l4