Loading...
HomeMy WebLinkAboutPR 18369: PURCHASE OF RESILIENT SEAT VALVES, FOR UTILITY OPS. MDN ENTERPRISES MEMORANDUM CITY OF PORT ARTHUR UTILITY OPERATIONS DEPARTMENT TO: John Comeaux, P.E. City Manager FROM: John A. Tomplait, Assistant Director of Utility Operations DATE: May 29, 2014 RE: Proposed Resolution No. 18369 RECOMMENDATION I recommend that the City Council approve Proposed Resolution No. 18369 authorizing the execution of a contract for the purchase of Resilient Seat Valves with MDN Enterprises, of New Caney, Texas in the total estimated annual amount of $126,877.98, with the option to renew for two additional years. BACKGROUND Most 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. Nineteen (19) bid packets were sent out and two (2) bids were received on May 14, 2014. BUDGET/FISCAL EFFECT This equipment will be maintained in our Warehouse inventory and charged to the appropriate account when used; #410-1253-532.35-00 (Water System), and #410-1255- 532.33-00 (Sanitary Sewer Systems) for routine valve installation/replacement. STAFFING/EMPLOYEE EFFECT Existing staff will maintain these valves in our Warehouse inventory. SUMMARY The Utility Operations Department recommends that the City Council award the bid for Resilient Seat Valves to MDN Enterprises, of New Caney, Texas, for a maximum total not to exceed $126,887.98. P.R.No. 18369 05/29/14 jt RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT FOR THE PURCHASE OF RESILIENT SEAT VALVES, FOR THE UTILITY OPERATIONS DEPARTMENT WITH MDN ENTERPRISES OF NEW CANEY, TEXAS, IN THE AMOUNT NOT TO EXCEED $126,887.98. FUNDS ARE AVAILABLE IN ACCOUNT NO. 410-1253-532.35-00& 410-1255-532.33-00. WHEREAS, the Utility Operations Department routinely uses Resilient Seat Valves to maintain the Water and Wastewater systems throughout the City; and, WHEREAS, the Purchasing Division has solicited bids for such resilient seat valves, as delineated in our Purchasing Policy,and two (2)bids were received on May 14,2014; and, WHEREAS, the bids have been evaluated by Utility Operations and Purchasing (bid tabulation attached as Exhibit A); and, WHEREAS, the lowest bidder is MDN Enterprises of New Caney, Texas; NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City of Port Arthur a one year contract for the purchase of Resilient Seat Valves between the CITY OF PORT ARTHUR and MDN Enterprises, of New Caney, Texas, for the not to exceed contract amount of$126,877.98, with an option to renew for two (2) additional one year periods; and, 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 Utility Operations O&M budget; and, P.R.No. 18369 5/29/14 jt Page 2 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 , 2014 at a Regular Meeting of the City Council of the City of Port Arthur,Texas, by the following vote: AYES: Mayor Councilmembers: NOES: Deloris Prince Mayor ATTEST: APPROVED FOR ADMINISTRATION: Sherri Bellard John A. Comeaux,P.E. City Secretary City Manager APPROVED AS TO FORM: Valeci. Ti o John A. Tomplait -. • ttorney Assistant Director of Utilities APPROVED AS TO AVAILABILITY OF FUNDS: Alt441fd ,//tVA7 Deborah Echols Director of Finance #410-1253-532.35-00 #410-1255-532.33-00 l' ),A A Shawna Tubbs,CPPB Purchasing Manager • EXHIBIT "A" it . i /, (lF ' or! rthrar Purchasing Division 444 4th Street 2"d Floor Port Arthur,Texas (409)983-8160 Today's Date: May 21,2014 Bids were advertised on April 27, 2014 and May 4, 2014 Nineteen (19) Bids were mailed, e-mailed or downloaded. Two (2) Bids were received. There were zero (0) bids received from Port Arthur Vendors. Attached is the bid tabulation & copies of the bids for: Resilient Seat Valves for Water Utilities Bid Opening Date: May 14, 2014 Shawna Tubbs, shave ua(a portarthur.net (409)983-8160 Purchasing Manager Clifton Williams, CNN illiams c.portarthur.net (409) 983-8161 Senior Purchasing Assistant Yolanda Scypion, volanda(c portarthur.net (409) 983-8177 Purchasing Assistant Carolyn Hale, purchasing(z portarthur.net (409) 983-8160 Purchasing Secretary DELORIS"BOBBIE"PRINCE,MAYOR JOHN.COMEAUX ROBERT E."BOB"WILLIAMSON,MAYOR PRO TEM ACTING CITY MANAGER COUNCIL MEMBERS: City of ;64) SHERRI BELLARD RAYMOND SCOTT,JR. ` CITY SECRETARY ELIZABETH SEGLER MORRIS ALBRIGHT III o j ( t'1 IT if VALECIA R.TIZENO ROBERT E.WILLIAMSON CITY ATTORNEY DERRICK FREEMAN km/A KERRY"TWIN"THOMAS May 22, 2014 John Tomplait Assistant Director Utility Operations RE: Bid— Resilient Valves On May 14, 2014, we received two (2) bids for the above referenced bid. The lowest and most responsive bid was submitted by MDN Enterprises in the amount of $126,877.98 for the total cost of all Resilient Seat valves. Our evaluation of the experience and reputation of MDN Enterprises indicates that they are capable of completing the work required. Therefore, we recommend the award of a contract for Resilient Seat valves for Utility Operations to MDN Enterprises in the amount of 126,877.98 for the total cost of all Resilient Seat valves. The original bid document, copies of the bids, advertisements and bid tabulation are included for your review. 4.(xvriffixt" )4ezitele,y) 7,64.07Adx_o_uit ) Yolanda Scypion-Goudeaux Purchasing Assistant Purchasing Division/Finance Department 1 Purchasing Manager,Shawna Tubbs,CPPO,CPPB P.O.Box 10891944 4th Street 1 Port Arthur,Texas 776411 409.983.8160 1 Fax 409.983.8291 U r x v / 1 v u CJ r Cd f■ x Ct z ° CO L L Ln n U TO Li i '� "l u n o a O ,° x r. - VI u Y Co) r 0 r v 4. r V) VI tj, C3 n77 . r � 1 CJ �. U 1 N C U �\ J r I C C f .0 7 U V C CJ ( v o na � 3 C)14- EXHIBIT "B" PURCHASING CONTRACT AGREEMENT THIS AGREEMENT is made this the of , 2014,by and between an individual, firm partnership or corporation, MDN Enterprises, of New Caney, Texas, 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 for one(1)year 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 ten(10) days written notice. 2. The Vendor will provide Resilient Seat Valves, as delineated and submitted in their bid on May 14, 2014. 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$126,877.98 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. 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 to on the day of , 2014. WITNESS: CONTRACTOR: MDN Enterprises SIGNED AND AGREED to on the day of , 2014. WITNESS: CITY OF PORT ARTHUR City Secretary City Manager DELORIS"BOBBIE"PRINCE,MAYOR V I : JOHN A.COMEAUX,P.E. ROBERT E."BOB"WILLIAMSON,MAYOR PRO TEM ACTING CITY MANAGER COUNCIL MEMBERS: City of or, ` SHERRI BELLARD )4 CITY SECRETARY RAYMOND SCOTT,JR. ELIZABETH"LIZ"SEGLER MORRIS ALBRIGHT,III rt r t r t It tt VAL TIZENO WILLIE`RAE"LEWIS,JR. CITY ATTORNEY DERRICK FREEMAN It 1I, KERRY"TWIN"THOMAS APRIL 15,2014 INVITATION TO BID RESILIENT SEAT VALVES FOR WATER UTILITIES DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, May 14,2014. (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, May 14, 2014 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend. MARK ENVELOPE: VALVES 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 and Technical Specifications should be directed in writing to: City of Port Arthur, TX Yolanda Scypion-Goudeaux, Purchasing Assistant P.O. Box 1089 Port Arthur, TX 77641 Yolanda(c portarthur.net Purchasing Division/Finance Department I Purchasing Manager,Shawna Tubbs,CPPO,CPPB P.O.Box 10891444 4th Street] Port Arthur,Texas 776411 409.983.8160 'Fax 409.983.8291 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 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. Shawna Tubbs, CPPO, CPPB Purchasing Manager Page 2 of 14 INVITATION TO BID Resilient Seat Valves for Water Utilities Department (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 14 SPECIFICATIONS FOR RESILIENT SEAT VALVES FOR THE CITY OF PORT ARTHUR DEPARTMENT OF WATER UTILITIES 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 one year. 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. 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 stern type (unless otherwise noted), machined from a solid bronze rod. Butterfly Valves All valves in this section shall be designed, manufactured, and tested in accordance with AWWA C504, latest revision. Valves shall be rated and tested for absolute zero leakage shut-off. Valve body shall be ductile iron (ASTM A536 Grade 65-45-12) with flanged ends drilled per ANSI B16.1. Valve disc shall be solid type ductile iron with resilient seat with 360° uninterrupted contact. Valve shaft shall be per AWWA stainless steel. Bearings shall be self lubricating. Manual actuators shall be directly mounted to the valve by the valve manufacturer. Actuator shall have field adjustable stops and be capable of holding disc stationary in any position under full rated pressure. Stop limiting devices must withstand 300 ft-lbs of input torque without failure. Page 4 of 14 CITY OF PORT ARTHUR,TEXAS BID SHEET Page 1 of 2 BID FOR: Resilient Seat Valves for Water Utilities Department BID OPENING DATE: May 14, 2014 Item Size Type Connection Qty. Unit Price Total Price 1 4" MJ 5 $ 40 ett 9$ 11. .CZ 2 6" MJ 10 $4t7..oto $ `''1 t 142° . '.c 3 8" MJ 5 $1LJV.'11'$ 3 , 6-51 - "X.3 4 12" MJ 2 $ I . .00 $ 21i"Cb .ciC, 5 16" MJ 2 $452 .'IZ $ c ,as/ . 4 6 20" MJ 1 $C -14 j.kfli$ Q q WIG,.0`.1 7 24" MJ 1 $ 12-kg.-21- $ 12, 106.n. Tapping Valves 8 4" Flg. xMJ 5 $.360,a) $ 1 (I-60. 0:2) 9 6" Flg. x MJ 10 $1442.,6 ' $ 0 e L .w • COO 10 8" Flg. x MJ 10 $19b:ii $ 1- 4.6n '1O 11 12" FIg. x MJ 2 $ 9 °4eb $ .'n 'x .60 Rising Stem- OS& Y 12 3" Flg. w/handwheel 5 $Z'1 .fib $ 1 i IA , 13 4" Flg. w/handwheel 6 $3`) +'Z7 $ 1`VS .OD 14 6" Flg. w/handwheel 6 $ IQ( `b.53 $ 3t 161% I 15 8" Flg. w/handwheel 6 $g751.& $14 fill_ ,i1 16 10" FIg. w/handwheel 2 $ 15W ID $ 3p 0o .00 17 12" FIg. w/handwheel 2 $)t9Z$.L0 $ 31260,0° Bidders Signature: -6 us2 /r/te,i Page 5 of 14 . 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 bb � 18 14" Flg. w/handwheel 2 $` •143 $ S 1 Ci(j°*g(a 19 16" Flg. w/handwheel 2 $16122 $ i Z 10''5 .. 20 18" Flg. w/handwheel 2 $W). '$ 14 A5 i Butterfly Valves �y 21 4" Flanged 4 $� "r- $ 1 1/S) 22 6" Flanged 4 $4/1 .5q. $ I l eZ&IP. 3^L 23 8" Flanged 2 s5g2• Up $ t l t(o(p • 5-i 24 12" Flanged 2 $(16t to. 'S $ l 1 cl 3. 25 16" Flanged 1 0;1066' 24$ 1)tvLO5 •"al- Grand Total $ 1 2 a j " .0 City will receive items in ,J - t "I calendar days. cpe. Servit 3 I c thcr 1'JthM C�14,r `ems V31-1 \.S. 1A,D9 Sc11.t COMPANY NAME STREET ADDRESS 61-. L•tLc,4/1 .(,k-i . 0 , 112>ov \\ 41? SIGNATURE OF BIDDER P.O. BOX p eituei • Norr D s New ctrl -50 143f PRINT OR TYPE NAME CITY STATE ZIP V iCe (eSOStli b Srje3 7,25i - 3Sq ' 6i021 ITLE AREA CODE TELEPHONE NO mc(n t)rr;5 G r ( n 4er,�Y S s. cer "�EMA '4 (c)yr)An z"l ■i J .!•o m 1 35� - i to ari'' FAX NO. Page 6 of 14 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: Rt L¢ -kZ oA (<f Title: t� O � - , Company: Date: S. 1 G Z '20U4 L• SUBSCRIBED and sworn to before me the undersigned authority by the A of, col n behalf of said bidder. V a e )?(1) t � "• JENNIFER ANN FI IWERY t;otar �� in and f _ '" �9� '11`� �'"a ° '` (I MY COMMISSION EXPIRES V State of Te •s Octobers,2016 My commission expires: 1* 1 Zoltp Page 7 of 14 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. . C16: kw im.,- -,p-i -s 51-2126) ,--ii Firm Name Date • • ,A7Artit-2 V ,IPS-iag,f) V.- ale% • Authorized Signature y / Title Ill Ci-f -C-4- it 7∎4 A/L t i' V) - �,7 cS LA -(2)1021 Name(please print) Telephone mdfl err isQ.. meknetlea-"Ji-)°7 . ( c.yN lmail STATE: letz COUNTY: 1\110:--kWJ.r SUBSCRIBED AND SWORN to before me by the above named M }`� ne � )s on this the 1 Z ` day of 1 , 20 1 4 . a .0.0. . �_'�'P's ;; JENNIFER ANN FLANERY /_�,��> tll��` *: "` MY COMMISSION EXPIRES �� j:, �-- 4„ x October 5,2016 V RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 8 of 14 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`h 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 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 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 pers n who has a bu ines elatio s p with local governmental entity. 1 i ha' Err 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3.Name of a local government o ricer 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 (1-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 o he questionnaire? Yes No B. Is the filer of the 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? Yes Lill No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an office or director,or holds an ownership of 10 percent or more? Yes No D. Describe each employment orr buusiness relationship with the local government officer named in this section. Lt../‘—'-'{ 5� 204 Signature of person doing business with the governmental entity Date Page 9 of 14 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. Page 10 of 14 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.: Utility Operations P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. 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. Page 1 1 of 14 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 Page 12 of 14 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. EXPERIENCE & CAPABILITY: Successful bidder may be required to submit the following information to describe the experience and capability factors of the company: 1. Number of years in operation. 2. Largest project currently in effect with a business. 3. Number of employees currently employed, their job titles, and their job descriptions. 4. Equipment currently owned or leased by your company. 5. Be otherwise qualified and eligible to receive an award. 6. Other companies that you contracted with. 7. If a company wants to receive the award for more than one group, the company must show that it has the equipment and employees to handle more than one group. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable,of the following types and limits 1. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): Page 13 of 14 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. 2. 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 14 of 14