Loading...
HomeMy WebLinkAboutRES 20-067RESOLUTION NO. 20-067 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the City Manager be, and he is hereby, authorized to execute a Request for Proposal with Public Management, Inc., of Cleveland, Texas, for grant management consulting services relating to tropical storms Harvey and Imelda. The Request for Proposal is substantially in the form attached hereto as Exhibit "A" and made a part hereof for all purposes. The meeting at which this resolution was approved was in all things conducted in+ strict compliance with the Texas Open Meetings Act, Texas Government Code, Chapter 551. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 17th day of March, 2020. ®®- 11t!.o�� 6� - Mayor Becky Ames - TEXAS FORMAL RFP REQUEST FOR PROPOSAL: . `.RFP FOR GRANT MANAGEMENT SERVICES RFP NUMBER: PF0220-07 RFP D-VIE. THURSDAY,'MARCH 5, 2020 AT 2 00 P.M.., (CST) PRE -BID MEETING: N/A PRE-RFP The deadline for submittal of QUESTIONS QUESTIONS: pertaining to this RFP is Monday, February 24, 2020 at 10:00 A.M. (CST). SUBMIT RFP TO: This is a FORMAL RFP and must be submitted to: City Clerk's Office / City Hall City of Beaumont 801 Main St., Suite 125 Beaumont, TX 77701 You may submit your RFP by MAIL, in PERSON or by COURIER. RFPs will NOT be accepted via fax or e-mail. PURCHASING DIVISION For bid results Monday -Friday, 8:00 a.m. to 5:00 p.m., call 409-880-3720 or visit our web site at https://beaumonttexas.gov/departments/purchasing/bid-information/ -1- EXHIBIT "A" REQUEST FOR PROPOSALS Sealed Request for Proposals (RFPs) will be received by the City Clerk of the City of Beaumont, 801 Main Street, Room 125, Beaumont, Texas 77701, until 2:00 PM (CST) , THURSDAY, MARCH 5, 2020 and all bids will be opened and publicly read in the City Council Chambers on that date for: REQUEST FOR PROPOSALS (RFP) FOR GRANT MANAGEMENT SERVICES PRE -BID MEETING: None. SUBMITTAL OF QUESTIONS: The deadline for submittal of questions pertaining to this RFP is Monday, February 24, 2020 by 10:00 AM (CST). Questions will be answered by Addendum. RFPs shall be submitted to the City Clerk's Office, 801 Main, Room 125, Beaumont, Texas, prior to the above stated time. RFP forms, specifications and all necessary information may be obtained from the Purchasing Division, City Hall, 801 Main, Room 315, Beaumont, Texas 77701. Vendors requesting RFP packets should call the Purchasing Division at (409) 880-3720 or you may download the specifications from our website at: https:/Ibeaumonttexas.2ov/departments/purchasinL/bid-information/ The City reserves the right to reject any or all RFPs, or to accept any RFP or combination of RFPs deemed advantageous to it. Please make reference to RFP Number: PF0220-07 RFP Closing Date: MARCH 5, 2020 Tina Broussard City Clerk First Legal Notice Publication: FEBRUARY 13, 2020 Second Legal Notice Publication: FEBRUARY 20, 2020 -2- 1. 2. 3. 4. GENERAL RFP INFORMATION INTENT The City of Beaumont (City), through this Request for Proposal (RFP), is seeking to enter into an Agreement with a qualified consulting firm for disaster recovery, alternative funding pursuits and grant management services to address damages incurred during tropical storm Harvey and Imelda. Services to include: 1.1 assistance with the processes involved in applying for and submitting claims, 1.2 receiving and managing public assistance, 1.3 developing cost effective mitigation solutions, and 1.4 securing hazard mitigation assistance grant funding. CONTRACT TERM 2.1 Contract shall be in effect for a period of one (1) year from the date of award of RFP. 2.2 This contract may be canceled by either party by providing written notice at least thirty (30) days in advance. BID DUE DATE Bids are due no later than 2:00 P.M. (CST), THURSDAY, MARCH 5, 2020 to: Physical Address: City of Beaumont City Clerk's Office 801 Main St., Suite 125 Beaumont, TX 77701 Phone No.: 409-880-3745 PRE -BID MEETING None. - OR - Mailing Address: City of Beaumont City Clerk's Office P.O. Box 3827 Beaumont, TX 77704 -3- s. QUESTIONS DEADLINE 51 Questions will be accepted, by e-mail at Patrick.bardwellAbeanmonttexas:gov until 1000 AM (CST). on Monday, February 24, 2020. 5.2 Answers will be posted through an Addendum: 6. REQUIRED DOCUMENTS FOR RESPONSES 6.1 RFP Response information provided for Evaluation Criteria, Section III, page 13. 6.2 RFP Sheet, pages 15 through 34, including: 6.2.1 RFP Sheet/Proposer Information - requiring signature, 6.2.2 RFP Pricing Sheet, 6.2.3 House Bill 1295 (HB1295) fonn, 6.2.4 House Bill 89 (HB89) fonn, 6.2.5 Bid Sheet Continued, 6.2.6 Conflict of Interest fonn, 6.2.7 Statement of City Charter Provision of Conflict of Interest, 6.2.8 Insurance Affidavit, page 35, MUST be submitted with RFP. 6.2.9 Insurance forms, pages 36 - 39 MUST be completed upon award of this contract. 6.3 RFP sheets CANNOT be altered. If respondent needs to include additional information, it is to be provided on a separate sheet, with the number of the bid included, as well as the respondent's company name. 6.4 All documents listed above MUST be submitted for RFP to be considered. 6.5 Bids are to be submitted on the enclosed forms only. Oral, telegraphic, e-mail or telephone bids or modifications will not be considered. 6.6 Certifications, where required shall accompany the bid submission. 6.7 Failure to comply with information requested on any items will result in disqualification of the bid. 6.8 All portions of this bid requiring data or information must be filled in completely. Failure to do so may result in bid rejection due to non -response. 6.9 Signatures, where required, must,be original; facsimile stamp or:computer- generated signatures will NOT be accepted. 6.10 Proposer must provide the following for review: -,one (1) complete Proposal marked as ORIGINAL, submitted in a three=ring binder; two (2) complete Proposals marked as COPY, submitted in a three-ring binder; and one (1) electronic copy in-pdf format on a US9, drive: 7. CHANGES TO THE RFP The City reserves the right to amend, at any time, any part of this RFP upon written notification to vendors; and to change any of the scheduled dates, including the proposal due date. All changes will become part of this RFP and will be incorporated into the contract entered between the City and the vendor. 8. NO PERSON has the authority to verbally alter these specifications. Any changes to specifications will be made in the form of an Addendum which will be made available online at https://beaumonttexas.gov/departments/purchasing/bid-information/ and will be faxed to the vendors on the bid announcement list. 9. All mathematical calculations will be verified. In the event of an error by bidder, City calculation shall be considered correct. In the event of discrepancies, the unit price stated by vendor shall be considered the bid price. 10. The City reserves the right to accept or reject any response or combination of responses deemed advantageous to it. The City reserves the right to waive any and all formalities contained within this RFP. The City reserves the right to negotiate with any and all firms and individuals that submit a response. 11. STATEMENT OF BILLS PAID Responder may not be more than sixty (60) days past due on any debt to the City, including but not limited to: water bills, licenses, permits or fees, or more than ninety (90) days past due on property taxes. 12. EQUAL OPPORTUNITY EMPLOYER The successful bidder shall warrant and agree that he/she is an Equal Opportunity Employer. Should complaints of any form of discrimination, either in dispensation of the service, or within company hiring policies be substantiated, this contract may be terminated immediately. -5- 13. H.B. 1295 COMPLIANCE — Texas Ethics Commission Certificate Number The Awarded Vendor for the contract shall comply with the requirements of Section 2252.908 of the Texas Government Code as adopted in 2015 as House Bill 1295. The law requires that a governmental entity may not enter in certain contracts with a business entity unless the business entity submits a Disclosure of Interested Parties to the governmental entity. The law applies only to a contract that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or (2) has a value of at least $1 million. Compliance with the law requires that the awarded Vendor utilize the Texas Ethics Commission website to enter the required information on Form 1295 and print a copy of the complete form. The form must be signed, notarized and submitted to the contracting government entity. The City of Beaumont, in the case of contracts formalized by Purchase Order or by other written contract, will notify the Vendor of Award by Council and request the completed Fonn 1295 within five (5) working days thereafter. H.B. 1295 SIGNATURE FORM - See page 20 for form requiring signature. 14. H.B. 89 COMPLIANCE — Verification — The Awarded Vendor for the contract shall comply with the requirements of Senate Bill 252 Ch. 2252 Certification: Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153 of the Texas Government Code as adopted in 2017 as House Bill 89 (HB89). The law requires that a governmental entity may not enter in certain contracts with a business entity unless the business entity submits an executed HB89 Compliance form'to the governmental entity. Compliance with the law requires that the awarded Vendor complete the form and submit with bid or proposal. The form inust be signed, notarized and submitted to the contracting government entity. H.B. 89 SIGNATURE FORM - See page 21 for form requiring signature. a Me 15. AWARD 15.1 The RFP will be awarded to the Proposer having sufficient ability to perform this Contract as stated in conjunction with the best value to the City. Factors used to detennine the award are through using the Evaluation Criteria in Section III, page 13. 15.2 RFP may be awarded to one (1) contractor. 15.3 The Contractor may not assign (subcontract) all or part of this contract without prior consent in writing by the City. 15.4 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides goods or services at the best value for the municipality. 15.5 In determining the best value for the municipality, the municipality may consider: 15.5.1 the purchase price; 15.5.2 the reputation of the bidder and of the bidder's goods or services; 15.5.3 the quality of the bidder's goods or services; 15.5.4 the extent to which the goods or services meet the municipality's needs; 15.5.5 the bidder's past relationship with the municipality; 15.5.6 the impact on the ability of the municipality to comply with laws and rules relating to contracting with historically underutilized businesses and nonprofit organizations employing persons with disabilities; 15.5.7 the total long-term cost to the municipality to acquire the bidder's goods or services; and 15.5.8 any relevant criteria specifically listed in the request for bids or proposals. 16. BID TABULATION Criteria Evaluation Sheet will be available on the Purchasing web page at https:Hbeaumonttexas.gov/departments/purchasing/bid-information/ following award of contract by City Council. Criteria Evaluation Sheets will not be provided via any other means. -7- 17. LIABILITY THE CONTRACTOR AGREES TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY OF BEAUMONT AND ITS OFFICERS, AGENTS, AND EMPLOYEES FROM ANY AND ALL CLAIMS, CAUSES OR ACTION, AND DAMAGES OF EVERY HIND, FOR INJURY TO OR DEATH OF ANY PERSON AND DAMAGES TO PROPERTY ARISING OUT OF OR IN CONNECTION WITH THE WORK DONE BY THE CONTRACTOR UNDER THIS CONTRACT, AND INCLUDING ACTS OR OMISSIONS OF THE CITY OF BEAUMONT OR ITS OFFICERS, AGENTS OR EMPLOYEES IN CONNECTION WITH SAID CONTRACT. THE PARTIES INTEND THIS INDEMNIFICATION TO APPLY REGARDLESS OF WHETHER THE CLAIM, DAMAGE, LOSS, OR EXPENSE IS CAUSED, OR ALLEGED TO BE CAUSED, IN WHOLE OR IN PART BY THE NEGLIGENCE OF THE SUBCONTRACTOR OR ANY INDEMNITEE. Contractor waives all rights of recovery, and its insurers also waive all right of subrogation of damages against the City and its agents, officers, directors and employees for damages covered by the workers' compensation and employers liability or commercial umbrella or excess liability or business automobile coverage obtained by Contractor required in this Agreement, where permitted by law. This waiver must be stated on the City's approved Certificate of Insurance. The fact that insurance is obtained by Contractor on behalf of City will not be deemed to release or diminish the liability of Contractor, including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by City from Contractor or any third party will not be limited by the amount of the required insurance coverage. 18. INVOICES 18.1 Payment by City to Vendor shall be made in accordance with the requirements of Texas Government Code §2251.021. 18.2 Invoices must reference a Purchase Order number and the Department or Division for which goods or services are provided. 18.3 The Contractor shall submit an accurate invoice within five (5) working days from the date of delivery. 18.4 Invoices may be submitted via email to: invoicesgbeaumonttexas.gov 18.5 Invoices may be submitted via U.S. Mail to: ATTN: Accounting Division City of Beaumont P. O. Box 3827 Beaumont, TX 77704-3827 18.6 Faxed invoices will not be accepted. 19. FUNDING FOR PAYMENTS Funds for payments are provided by the City of Beaumont budget approved by City Council for the current budget year only. The State of Texas statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Obligations beyond the end of the current City of Beaumont fiscal year will be subject to budget approval. 20. CONTRACT TERMINATION The City, besides all other rights or remedies it may have, shall have the right to terminate this Agreement upon thirty (30) days' written notice from the City Manager or his designee, of its election to do so, or if the successful bidder fails to perform the services or breaches this Agreement, including the following: 20.1 By failing to pay insurance premiums, liens, claims or other charges. 20.2 By failing to pay any payments due the City, State, or Federal Government from the successful bidder or its principals, including, but not limited to, payments identified in this Agreement or any taxes, fees, assessments, or liens. 20.3 Upon the institution of voluntary or involuntary bankruptcy proceedings against the successful bidder or upon dissolution of the firm or business. 20.4 By violation of any provision or non-performance of the Agreement. 21. CONTACT INFORMATION If any information is needed concerning specifications, please contact: Patrick Bardwell, Purchasing Manager Purchasing Division / Finance Department City of Beaumont Physical Address: 801 Main St., Suite 315, Beaumont, TX 77701 Mailing Address: P.O. Box 3827, Beaumont, TX 77704-3827 Phone # (409) 880-3175 ♦ Fax # (409) 880-3747 E-mail: Patrick.bardwellna,beaumonttexas.gov -10- RFP SPECIFICATIONS I. PURPOSE AND GENERAL INFORMATION The City of Beaumont (City) seeks responses to this Request for Proposal (RFP) from qualified and experienced individuals interested in providing services as a consultant for disaster recovery and grant management services for new funding opportunities and grant applications not already submitted. Firms should have prior experience in grant solicitation and management, US Army Corps of Engineers (USACE) coordination, post storm event infrastructure, storm water/waste water mitigation and design/rehabilitation. 2. The City of Beaumont incurred major damages resulting from tropical storms Harvey and Imelda. During these incidents, there was significant residential damage and damage to City facilities. The City performed emergency protective measures to eliminate or lessen immediate threats to lives, public health or safety and eliminate or lessen immediate threats of significant additional damage to public and private property. The City is responsible for addressing disaster impacts to the roadways, utilities, storm water, water and wastewater infrastructure and facilities within the City limits. The impacts from these events include significant flood damage to the City assets. The City is seeking the services of a consultant for disaster recovery and grant management services to respond to the effects of these major storms and flood events. Services to include assistance with the processes involved in applying for and submitting claims, receiving and managing hazard mitigation grant funding from the Federal Emergency Management Agency (FEMA), funding opportunities of interest include USACE partnership, grant funding such as the hazard mitigation grant program, community block grant disaster program (CDBG-DR) and other finding pursuits. Services may also include coordination with State and Federal Administrators of the various disaster recovery funds made available. 3. Strategic Grant Pursuit and Grant Management: The City will be challenged with identification and pursuit of the multiple disaster recovery grant partnerships available following these disasters. 3.1 Consultant will be responsible for the identification and preparation of the competitive grant applications and mitigation project partnerships. 3.2 Consultant will work with the State and Federal grant administration offices to ensure applications meet the requirements of the various programs available to fund disaster recovery and mitigation. - 11 - 3.3 Consultant will prepare grant applications, administer grants and perform project close out. Respondents should demonstrate familiarity in State and Federal grant administrators, ability to recommend strategic grant solicitations, development of competitive grant applications, as well as capability of pursuing mitigation funding relief for damaged residences and public infrastructure. 4. Planning: Consultant will be responsible for providing advice and oversight in the development of cost effective, timely and eligible project scopes. Respondents should demonstrate that they can recommend cost effective engineering solutions, develop solutions that meet codes and standards and provide hazard mitigation from future disasters. Respondents to highlight experience with USACE, HUD and FEMA partnership and coordination on mitigation projects. 11 PREPARATION OF PROPOSAL 1. The City is asking qualified firms to prepare a statement of qualifications that addresses the Scope of Work found in numbers 3 — 4 of RFP Specifications, and conforms to the following instructions. The statement of qualifications shall include the following: 1.1 Statement of Qualifications (SOQ) of the submitting respondents. 1.2 One (1) page cover letter introducing the firm and indicate the principal in charge for the contract. 1.3 Up to five (5) projects completed within the last ten (10) years demonstrating the firm's experience with similar projects and shall include references with current contact name and phone numbers. 1.4 Organization chart clearly identifying project roles, names, and reporting structure/lines of authority. Include a resume for each individual shown on organization chart. Resumes should include education, certification(s), years of experience and specific project experience including role on each project. 2. Responses should provide a straightforward, concise description of the contractor's capabilities to satisfy the requirements of this RFP. 3. Contractors submitting responses should be aware that the contents of the successful response will become part of the contract documents. The City reserves the right to negotiate all elements to ensure that the best possible consideration is provided for all parties. Contractor fees should be -12- in compliance with the rules and regulations of the funding source and pursued, and caps should be negotiated before application is submitted and be assessed toward the awarded amount. 4. If the Contractor would like to provide information in addition to the specific information requested in this RFP, such information shall be provided as a separate appendix to the bound response. 5. REQUIRED DOCUMENTS: Contractor must provide the following for review: 1 complete Proposal m_a_rked as'OR_IGINAL,_sub mitted m a three -wring binder; - two (2) complete Proposals marked as COPY, submitted in a three-ring binder; and - one. (1) electronic copy in pdf format on a USB drive: Vendors shall provide responses at their own expense. III. EVALUATION CRITERIA DESCRIPTION` ' POINTS ` Relationship/Past Experience 20 Firm Qualifications 20 Staff Qualifications 20 Project Approach 20 Cost 20 TOTAL POINTS 100 - 13 - ' k T� TEXAS RFP SHEET RFP OPENING DATE:. Thursday, March 5, 2020 RFP OPENING TIME:. 2:00 P.M. (CST) CITY RFP NUMBER: PF0220-07 `FOR FURNISHING. RFP for Grant Management Services (AS PER SPECIFICATIONS) SUBMIT RFP TO: This is a FORMAL RFP and must be submitted in a SEALED ENVELOPE with the RFP NUMBER written on the outside of the envelope to: Office of the City Clerk / City Hall City of Beaumont 801 Main St., Room 125 Beaumont, TX 77701 You may submit your RFP by MAIL, in PERSON, FEDEX or UPS. RFPs will not be accepted via email of Fax. OUTLINE OF REQUIRED RFP DOCUMENTS: For RFPs to be considered valid, Proposers MUST complete and submit the following: 1. Bid Sheet, pages 15 through 25. 2. Insurance Affidavit, page 34. (Certificate of Insurance, pages 35 - 38 must be completed and provided to the City upon award of the contract.) 3. Provide a valid signature at -the appropriate locations within these RFQ documents. -14- PROPOSER INFORMATION SHEET GRANT MANAGEMENT SERVICES RFP NO: PF0220-07 PROPOSER INFORMATION: Company Name Proposer's Name In Printed Form PROPOSER'S SIGNATURE (Signature REQVIRED'for RFP to be accepted.) Proposer's Title Company Physical Address Street City State Zip Code Company Mailing Address Street or P.O. Box City State Zip Code Company Telephone Number Alternate Phone Number Company Fax Number E-mail Address -15- PROPOSER'S INFORMATION SHEET RFP NO. PF0220-07 INSERT PROPOSER'S INDIVIDUAL AND/OR COMPANY NAME: 1. Kind of Company (check one): ❑ Corporation ❑ Partnership ❑ Sole Proprietor If corporation, please list names and addresses of three (3) top corporation officers. If partnership, please list names and addresses of partners. Include Federal Tax I.D. Number. Name Address Name Address Name Address 2. Number of years in operation: 3. Current number of employees: 4. Number of employees to be assigned to this service: 5. Telephone number answered Monday —Friday, 8:00 A.M. — 5:00 P.M.: -16- 6. IN CASE OF EMERGENCY: Contact Name(s): Contact Phone Number(s): 7. Provide information concerning any judgments, claims arbitration proceedings or suits filed as a result of veterinary services performed. 8. Has your organization (including owners, partners, and or officers) ever been put on probation or disbarred from doing business with ANY governmental agency? If so, please list organization, time, and length of disbarment or probation. (Failure to provide this information may result in the City not awarding the contract to your company). Yes No If marked Yes, please list required information below: -17- REFERENCES 9. REFERENCES: List four (4) businesses for whom your company has successfully provided similar services. List a contact name, address and phone number for each project. REFERENCE NO. 1 Company Name: Address: Contact Name: REFERENCE NO.2 Company Name: Address: Contact Name: REFERENCE NO.3 Company Name: Address: Contact Name: REFERENCE NO.4 Company Name: Address: Contact Name: Telephone: Telephone: Telephone: Telephone: PROPOSER PRICING SHEET GRANT MANAGEMENT SERVICES RFP NO.`PF0220-07 "` :PROPOSAL PRICING In your response, provide pricing on an additional sheet on your company letterhead. NOTE: Place Pricing Sheet in ,this location when assembling yoµur response: -19- RFP?FOR GRANT, MANAGEMENT SERVICES RFP NO:,PF0220 07 Texas Ethics Commission Certificate Number HB 1295 -- Section 2252.098 of the Government Code states "a contract that requires an action or vote by the governing body of the entity or agency, or the value of the contract is at least one million dollars ($1,000,000), must provide a Disclosure of Interested Parties Form on the Texas Ethics Commission website". Within five (5) working days after the award of contract by Beaumont City Council, the awarded vendor must complete the information -requested on the Texas Ethics Commission website and provide the certificate number to the Purchasing Department. The Texas Ethics Commission website is: www.ethics.state.tx.us At the home page, click on Form 1295 Filing Application, and follow the instructions. Upon completion of the information on the website, provide the completed form and certificate number to the following Purchasing e-mail addresses: Patrick. bardwell(a)-beaumonttexas.gov terry.welch(a)beaumonttexas.gov I understand the requirement as stated above and will comply within five (5) working days after the award of contract by Beaumont City Council. Signature Printed Name Title Revised 4/29/16 /bd -20- Company Name Date Signed RFP for Grant Management Services RFP No. PF0220-07,, House Bill 89 (HB89) Verification the undersigned representative of (Company or Business Name) (hereafter referred to as "Company"), being an adult over the age of eighteen (18) years of age, verify that the company named - above, under the provisions of Subtitle F, Title 10, Government Code Chapter 2270: 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract the above -named Company, business or individual with the City of Beaumont, Texas. Pursuant to Section 2270.001, Texas Government Code: 1. "Boycott Israel" means 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; and 2. "Company" means a for profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly- owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. DATE SIGNATURE OF COMPANY REPRESENTATIVE ON THIS THE day of , 20 , personally appeared , the above -named person, who after by me being duly sworn, did swear and confirm that the above is true and correct. NOTARY SEAL NOTARY SIGNATURE Senate Bill 252 Ch. 2252 Certification 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 2252.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website to the Comptroller of the State of Texas which do business with Iran, Sudan or any foreign terrorist organization, I will immediately notify the City ofBeaumont's Purchasing Department. Date Signed Signature of Company Representative Name in Printed Form [ THIS FORM MUST BE RETURNED WITH YOUR BID. ] -21 - BID SHEET CONTINUED DATE OF DELIVERY AFTER RECEIPT OF ORDER: WARRANTY: Receipt is hereby acknowledged of the following addenda to the Specifications: Addendum No. 1 dated Received Addendum No. 2 dated Received Addendum No. 3 dated Received Addendum No. 4 dated Received DOES YOUR BID MEET SPECIFICATIONS? YES NO IF NO IS INDICATED, ATTACH SHEET INDICATING EXCEPTIONS. PLEASE CHECK THE FOLLOWING THAT WILL APPLY TO YOUR COMPANY: Ownership of Firm (51 % or more) Non -Minority Hispanic Black Other Minority (please specify) Female Owned Handicapped Owned Small Business (less than $1,000,000 annual receipts or 100 employees) CERTIFICATE OF CORPORATE BIDDER I, , CERTIFY THAT I AM . (title) OF THE CORPORATION NAMED AS BIDDER HEREIN; THAT WHO SIGNED THIS BID ON BEHALF OF THE BIDDER, WAS THEN (title) OF SAID CORPORATION; THAT SAID BID WAS DULY SIGNED FOR AND ON BEHALF OF SAID CORPORATION BY AUTHORITY OF ITS GOVERNING BODY AND IS WITHIN THE SCOPE OF ITS CORPORATE POWERS. SIGNATURE OF OFFICER TYPE OR PRINT NAME TITLE OF OFFICER -22- BIDDERS The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid. Vendo. Addre; Bidder Bidder (Signature) (Print Name) Position With Company (Title) 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. OFFICE USE This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a Date Received vendor who 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. 1 Name of vendor 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 requires that you file an updated completed JF 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.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer 4 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 CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes ❑ No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? ❑ Yes ❑ No 5 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. 6 ❑ 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). 7 Signature of vendor doing business with the govemment entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 - 23 - CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code & 176.0010-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code 4 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 -24- STATEMENT OF CITY CHARTER PROVISION ON CONFLICT OF INTEREST The following provisions were adopted in an effort to avoid potential conflict of interest with prospective bidders and City employees or officers in the awarding of City contracts: No officer, elected or appointed, or other employee of the City shall have a financial interest, direct or indirect, or by reason of ownership of stock or share exceeding one percent (I%) in a business entity contracting with the City. Nor shall such officer or employee be financially interested, directly or indirectly, in the sale to the City of any land, materials, supplies or services from such business entity, except on behalf of the City in his official capacity as an officer or employee. 2. Any willful violation of this provision shall constitute malfeasance in office and any officer or employee guilty thereof shall thereby forfeit their office or position. '—'3. Any violation of this section with the knowledge expressed or implied of the person or business entity contracting with the City shall render the contract involved null and void. (Beaumont City Charter, Article XVII, Section 9.) I, (name) have read and hereby understand the aforementioned Beaumont City Charter provision prohibiting conflict of interest between City employees or officers and prospective bidders in the award of City contracts. I affirm, to the best of my knowledge and belief, that there is no conflict of interest between the herein stated person or business entity and any City officer or employee if a City contract is awarded. I further state that I have no outside interests that conflict or suggest a potential conflict of interest with the City. I understand that knowledge, express or implied, or concealment of such material fact could nullify and void any such City contract awarded. If I am awarded this contract, I herein agree to report promptly any further situation that might involve or appear to involve me in any conflict of interest with the City. SIGNED this the day of .120 Name Title - 25 - GENERAL CONDITIONS OF BIDDING (Revised 2/13/19) FAILURE TO COMPLY WITH THESE GENERAL CONDITIONS OF BIDDING MAY RESULT IN THE BID BEING DISQUALIFIED. 1. BIDDING: A. All bids must be on blank forms furnished by the Purchasing Division, and must be written in ink or by typewriter. Pencil quotations will not be considered. The bid must be executed personally by the bidder, or if executed by an agent, a power of attorney or other evidence of his authority to act on behalf of the bidder must accompany the bid. If the bidder is a corporation, the certificate of corporate bidder must be executed under the corporate seal by some duly authorized officer of the corporation other than the officers signing the bid. By execution of the bid, the bidder accepts all general and special conditions of the contract and the specifications. B. TIME & DATE: Formal bids must be in the office of the City Clerk by 2:00 P.M., local time, on the day bids are due, unless otherwise specified; an early postmark will not suffice. Be sure you have allowed ample time for postal delivery. The City will not be responsible for the delivery of your bid to the office of the City Clerk. If you choose to send your bid by postal delivery then it is recommended that you call the City Clerk's office to verify receipt of your bid prior the bid opening. Formal bids may NOT be faxed or e-mailed. Informal bids are due at the date and time stated in the bid document. Informal bids may be faxed. C. WITHDRAWAL OF BID: A bidder may withdraw his proposal before Council acceptance of his bid without prejudice to himself, by submitting a written request for its withdrawal to the City Clerk. D. Bids should show net prices, extensions and net total. In case of conflict between unit price and extensions, the unit price will govern. E. No change in price will be considered after bids have been opened. F. Unless otherwise specified, any catalog or manufacturer's reference or brand name used in describing an item is merely descriptive, and not restrictive, and is used only to indicate type, style or quality of material desired. If a bidder quotes on an article other than the one specified, which he considers comparable, the name and grade of said article must be specified in the bid and sufficient specifications and descriptive data must accompany same to permit thorough evaluation. In the absence of these qualifications, he will be expected to furnish the article called for. G. If this bid is altered, any erasure or alteration of figures on the item on which the erasure or alteration is made must be initialed by signee of this bid. H. Bids will not be considered in cases in which bidder quotes an item price and also an alternate price on the proposed substitute item, except in cases in which alternate bids are called for. I. All bids are to be delivered not later than the time stated in the specifications, F.O.B. Beaumont, Texas unless otherwise stated in the specifications and/or bid form. Bidders are invited to be present at the opening of bids. After opening, bids may be inspected in the Purchasing Division offices. K. If there is an honest mistake in the bid, due to clerical errors, and the bidder calls attention thereto promptly, he will not be bound by the bid. L. Where the mistake was a result of bidder's negligence, and City has no knowledge of the mistake when bids were opened, and contract awarded, he will not be released and shall be bound by the bid. M. If a mistake is not discoverable and verifiable by the City, bidder's incorrect interpretation of Engineering specifications set forth in a construction contract will not release him from his obligations, once a contract has been awarded by City Council and bidder has received notice of such award. N. Sealed formal bids due in the City Clerk's office will not be accepted through facsimile equipment. 2. TAXES: A. The City is exempt from the Federal Excise and Transportation Tax, and the Limited Sales and Use Tax. Unless the bid form or specification specifically indicates otherwise, the price bid must be net exclusive of the above mentioned taxes, and will be so construed. A vendor desiring refunds of, or exemptions from taxes paid on merchandise accepted by the City must submit the proper forms. The Purchasing Manager, if satisfied as to the facts, will approve or issue the necessary certificates. -26- 3. AWARD: A. The City reserves the right to. consider and make awards of bids on articles of similar nature that in all respects will serve the purpose for which the purchase is being made. The City reserves the right to be the sole judge as to whether such articles will serve the purpose. B. Unless otherwise specified, the City reserves the right to accept or reject in whole or in part any bid submitted or to waive any informalities in the best interest of the City. C. Contractor is an independent contractor. Award of a contract does not create a joint venture between Contractor and the City. 4. BID DEPOSIT: A. No bid deposit will be expected of bidder. unless specifications expressly provide otherwise. B. When specifications expressly call for a bid deposit, the deposit may be in the form of a cashier's check, cash, a certified check made payable to the City of Beaumont or a bond. The bond shall be executed by a surety authorized by the Texas State Insurance Commission and must be signed by both the surety and the bidder. C. When specifications call for a bid deposit, it should be placed in a separate bid envelope and enclosed with your bid. Should your bid deposit not be acceptable to the City, your bid will be returned. 5. DELIVERIES: A. Unless otherwise stated in the bid form or specification, deliveries must consist only of new and unused merchandise. B. Full fare must be allowed and no charge made for packages. C. In the event that deliveries of the supplies covered in the proposal are not made within the number of days specified, or in the event that the supplies delivered are rejected, and are not removed and replaced within the number of days specified in the official notice of rejection, the City reserves the right to purchase said supplied in the open market. Upon any such breach of contract, the City reserves the right to proceed against the successful bidder and/or the surety on this bond for any and all damages occasioned by the breach. 6. REJECTIONS: A. Articles not in accordance with samples and specifications must be removed by the bidder at his expense. All disputes concerning quality of supplies delivered under this proposal will be determined by the City Purchasing Manager or his/her designated representative. B. All articles enumerated in the proposal shall be subject to inspection or delivery by an officer designated for the purpose and if found inferior to the quality called for, or not equal in value to the department's samples, or deficient in weight, measurements, workmanship or otherwise, this fact shall be certified to the Purchasing Manager who shall have the right to reject the whole or any part of the same. 7. BILLING: A. All bills are subject to approval by the Purchasing Manager. 8. PATENTS: A. The contractor agrees to indemnify and hold harmless the City, the Purchasing Manager, and his/her assistants from all suits and actions of every nature and description brought against it or any of them, for or on account of the use of patented appliances, products or processes, and he shall pay all royalties and charges which are legal and equitable. Evidence of such payment or satisfaction shall be submitted, upon request of the Purchasing Manager, as a necessary requirement in connection with the final estimate for payment in which such patented appliances, products or processes are used. 9. CONDITIONS PART OF BID: A. The general conditions of bidding defined herein shall be a part of the attached bid. 10. CONTRACT: A. No formal contract will be executed. The following will comprise the contract between the City and the successful bidder: i. Notice to Bidders, ii. General Specifications, iii. General conditions of bidding, iv. The Bid Sheet(s), v. Resolution awarding the bid. -27- B. In case of conflict, the specifications shall be controlling. 11. OSHA REQUIREMENTS: A. The vendor or contractor hereby guarantees to the City of Beaumont, Texas, that all material, supplies and equipment as listed on the proposal, contract or Purchase Order meets the requirements, specifications and standards as provided for under the Federal Occupational Safety and Health Act of 1970, as amended and in force at the date hereof. 12. BIDS: A. Bids must remain film for thirty (30) days from the bid opening date to allow for award by Council, unless otherwise specified. 13. DISCOUNTS: A. Prompt payment discounts will be considered in making the award provided the period of the discount offered is sufficient to permit payment within such period in the regular course of business (minimum 10 days). Prompt payment discounts will not be considered for contract purchases. B. In connection with any discount offered, time will be computed from the date of receipt of supplies or services or from the date a correct invoice is received, whichever is the later date. Payment is deemed to be made on the date of mailing of the check. 14. DISCLOSURE FORMS: A. All forms must be signed and returned with your bid sheet. 15. EXCEPTIONS: A. If exceptions are being taken to any part of specifications, have them listed separately on your letterhead and manually sign it. 16. LOCAL BIDDER CONSIDERATION: A. Should bids for goods and/or commodities be received from a local vendor and an out of town vendor, a sales tax impact analysis formula shall be applied to the local vendor's bid. If it is determined by its formula that the local vendor's bid generates more sales tax revenue to the City than the difference between the two bids, award may be made to the local vendor. 17. PROTEST PROCEDURES — Any actual or prospective bidder or proposer who believes they are aggrieved in connection with or pertaining to a bid or proposal may file a protest. The protest must be delivered in writing to the Purchasing Manager, in person or by certified mail, return receipt requested, prior to award. The written protest must include: A. Name, mailing address, and business phone number the protesting party; B. Appropriate identification of the bid or proposal being protested; C. A precise statement of the reasons for the protest; and D. Any documentation or other evidence supporting the protest and any alleged claims. The Purchasing Division will attempt to resolve the protest, including at the Purchasing Manager's option, meeting with the protesting party. If the protest is successfully resolved by mutual agreement, written verification of the resolution, with specifics on each point addressed in the protest, will be forwarded to the Chief Financial Officer (CFO). B. To request information from this governmental body, please contact: Tina Broussard, City Clerk City Hall Physical Address: 801 Main Street, Suite 125 Beaumont, TX 77701 Mailing Address: P.O. Box 3827 Beaumont, TX 77704-3827 409-880-3740 Fax 409-880-3745 Phone openrecordsna,beaumonttexas. gov 19. WEBSITE — Vendors are responsible for verifying all addendum to specifications_ downloaded from the City website. 20. INTERLOCAL AGREEMENT — Successful bidder If the Purchasing Division is not successful in resolving agrees to extend prices to all entities who have entered the protest, the protesting party may request, in writing, into or will enter into joint purchasing inter -local that the protest be considered by the CFO. Applicable cooperation agreements with the City of Beaumont. The documentation and other information applying to the City of Beaumont is a participating member of several protest will be forwarded to the CFO, who will promptly inter -local cooperative purchasing agreements, as review such documentation and information. If additional permitted under Chapter 791 of the Texas Government information is desired, the CFO may notify the necessary Code, with certain other political subdivision, authorizing party or parties to the protest to provide such information. participation in a cooperative purchasing program. The successful vendor may be asked to provide If the CFO is not successful in resolving the protest, the products/services based upon the bid price, to any other CFO may forward to the City Manager a request for participant. review. The decision of the City Manager will be final. 21. FORCE MAJEURE - Neither the City nor the 18. PUBLIC INFORMATION ACT: Contractor shall be required to perform any term, condition or covenant of this .contact so long as A. Texas Government Code, Chapter 552, gives you the performance is delayed or prevented by force umajeure. right to access government records; and an officer for public information and the officer's agent may not ask 22. FUNDING OUT — The State of Texas statutes prohibit why you want them. All government information is the obligation and expenditure of public funds beyond the presumed to be available to the public. Certain fiscal year for which a budget has been approved. Should, exceptions may apply to the disclosure of the during the term of this contract, funds be withdrawn by the information. Governmental bodies shall promptly funding authority, a Force Majeure shall be deemed to release requested information that is not confidential exist, and this contract may be terminated without penalty by law, either constitutional, statutory, or by judicial or recourse by either party. decision, or information for which an exception to disclosure has not been sought. 23. TERMINATION — This contract may be terminated by either party upon thirty (30) days' written notice. Insurance Information -29- ATTACHMENT "A" (Revised 2/5/2019) INSURANCE SECTION A. Prior to the approval of this contract by the City, CONTRACTOR shall furnish a completed Insurance Certificate to the Purchasing office. The certificate shall be completed by an agent authorized to bind the named underwriter(s) to the coverages, limits (on a form approved and provided by the City), and termination provisions shown thereon, and shall furnish and contain all required information referenced or indicated thereon. CITY SHALL HAVE NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH CERTIFICATE IS RECEIVED BY THE CITY OF BEAUMONT'S PURCHASING DIVISION, and no officer or employee of the City shall have authority to waive this requirement. INSURANCE COVERAGE REQUIRED SECTION B. CITY reserves the right to review the insurance requirements of this section during the effective period of the contract and to adjust insurance coverages and their limits when deemed necessary and prudent by CITY, based upon changes in statutory law, court decisions, or the claims history of the industry as well as the CONTRACTOR. SECTION C. Subject to CONTRACTOR'S right to maintain reasonable deductibles in such amounts as are approved by CITY, CONTRACTOR shall obtain and maintain in full force and effect for the duration of this contract, and any extension hereof, at CONTRACTOR'S sole expense, insurance coverage written by companies approved by the State of Texas and acceptable to CITY, in the following type(s) and amount(s): 2. TYPE AMOUNT Workers' Compensation and Statutory Employer's Liability NOTE: For building or construction projects, and services provided at City -owned facilities, the successful Contractor shall meet the minimum requirements defined in the Texas Workers' Compensation Commission Rule 28 TAC §110.110 which follows this insurance attachment. Commercial General (public) Liability including coverage for the following: a. Premises operations b. Independent contractors C. Products/completed operations d. Personal injury e. Advertising injury f. Contractual liability g. Medical payments h. Professional liability* i. Underground hazard* j. Explosion and collapse hazard* k. Liquor liability* 1. Fire legal liability* M. City's property in Contractor's* care, custody, or control n. Asbestos specific liability* * Not required for this contract Comprehensive Automobile Liability insurance, including coverage for loading and unloading hazards, for: Combined single limit for bodily injury and and property damage of $500,000 per occurrence or its equivalent with an aggregate limit of $1,000,000. Combined single limit for bodily injury and property damage of $500,000 per occurrence or equivalent. -30- a. Owned/leased vehicles b. Non -owned vehicles C. Hired vehicles 4. Errors and Omissions Provide a prudent amount of coverage for the insurance policy willful or negligent acts or omissions of any (when applicable) officers, employees or agents thereof. ADDITIONAL POLICY ENDORSEMENTS CITY shall be entitled, upon request, and without expense, to receive copies of the policies and all endorsements thereto and may make any reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any of such policies). Upon such request by CITY, CONTRACTOR shall exercise reasonable efforts to accomplish such changes in policy coverages, and shall pay the cost thereof. REQUIRED PROVISIONS CONTRACTOR agrees with respect to the above required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following required provisions. a. Name, the City of Beaumont and its officers, employees, and elected representatives as additional insured(s), (as the interest of each insured may appear) to all applicable coverage. b. Provide for thirty (30) days' notice to City for cancellation, non -renewal, or material change. c. Provide for notice to City at the address shown below by registered mail. d. CONTRACTOR agrees to waive subrogation against the City of Beaumont, its officers, employees, and elected representatives for injuries, including death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance. e. Provide that all provisions of this agreement concerning liability, duty, and standard of care together shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. f. For coverages that are only available with claims made policies, the required period of coverage will be determined by the following formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period) and an extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. NOTICES CONTRACTOR shall notify CITY in the event of any change in coverage and shall give such notices not less than thirty (30) days prior to the change, which notice must be accompanied by a replacement CERTIFICATE OF INSURANCE. All notices shall be given to CITY at the following address: Purchasing Division City of Beaumont P.O. Box 3827 Beaumont, Texas 77704 SECTION D. Approval, disapproval, or failure to act by CITY regarding any insurance supplied by CONTRACTOR shall not relieve CONTRACTOR of full responsibility or liability for damages and accidents as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance company exonerate CONTRACTOR from liability. -31- WORKERS COMPENSATION INSURANCE for Building or Construction Projects and Services Provided at City -Owned Facilities TEXAS WORKERS' COMPENSATION COMMISSION RULE 28, §110.110 As required by the Texas Workers' Compensation Rule 28, §110.110, the Contractor shall accept the following definitions and comply with the following provisions: Workers' Compensation Insurance Coverage A. Definitions: Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the City of Beaumont. 3. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the City of Beaumont prior to being awarded the contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor inust, prior to the end of the coverage period, file a new certificate of coverage with the City of Beaumont showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the City of Beaumont: A certificate of coverage, prior to that person beginning work on the project, so the City of Beaumont will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. No later than seven (7) days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The Contractor shall retain all required certificates of coverage for the duration of the project and for one (1) year thereafter. G. The Contractor shall notify the City of Beaumont in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. -32- The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project. 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning work on the project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one (1) year thereafter; 6. Notify the City of Beaumont in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the City of Beaumont that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the City of Beaumont to declare the contract void if the Contractor does not remedy the breach within ten (10) days after receipt of notice of breach from the City of Beaumont. As defined by the Texas Labor Code, Chapter 269, Section 406.096(e), building or construction is defined as: 1. Erecting or preparing to erect a structure, including a building, bridge, roadway, public utility facility, or related appurtenance; 2. Remodeling, extending, repairing, or demolishing a structure; or 3. Otherwise improving real property or an appurtenance to real property through similar activities. The employment of a maintenance employee who is not engaging in building or construction as the employer's primary business does not constitute engaging in building or construction. - 33 - CITY OF BEAUMONT INSURANCE REQUIREMENT AFFIDAVIT To be Completed By Appropriate Insurance Agent and.submitted.with bid proposal. . I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of Beaumont, I will be able to, within ten (10) days after being notified of such award, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. Agent (Signature) Name of Agency/Broker: _ Address of Agent/Broker: City/State/Zip: Agent/Broker Telephone #: CONTRACTOR'S NAME: Agent (Print) (Print or Type) NOTE TO AGENT/BROKER If this time requirement is not met, the City has the right to invalidate the bid award and award the contract to the next lowest bidder meeting specifications. Should an awarded bid be invalidated the Contractor may be liable for breach of contract. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Beaumont at (409) 880-3720. -34- UAW' Form No. C0131 CERTIFICATE OF INSURANCE Edition Date: 12/1212018 Page 1 of 4 This form is for informational purposes only and certifies that policies of insurance listed below have been issued to insured named below and are in force at this time. Notwithstanding any requirements, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, insurance afforded by policies described herein is subject to all terms, exclusions and conditions of such policies. Prior to the beginning of work, the vendor shall obtain the minimum insurance and endorsements specified. Agents must complete the form providing all requested information and submit by fax, U.S. mail or e-mail as requested by the City of Beaumont ("COB"). The endorsements listed below are required as attachments to this certificate; copies of the endorsements are also acceptable. PLEASE ATTACH ALL ENDORSEMENTS TO THIS FORM AND INCLUDE THE MATCHING POLICY NUMBER ON THE ENDORSEMENT. Only City of Beaumont certificates of insurance are acceptable; commercial carriers' certificates are not. This certificate shall be completed by a licensed insurance agent: Name and Address of Agency: Phone: / Name and Address of Insured: Phone: / Prime or Sub -Contractor?: Name of Prime Contractor, if different from Insured: City of Beaumont Reference: Project Name: Project Location: Managing Dept.: Project Mgr.: Insurers Affording Coverages: Insurer A Insurer B Insurer C Insurer D -35- UAW Form No. 1 U R CERTIFICATE OF INSURANCE Edition Date:te: 2/12/2018 W Page 2 of 4 INSR TYPE OF INSURANCE* :_ .: POLICY 'POLICY EFF;;= • 'POLICY EXP. -LIMITS OF LIABILITY- LTR NO. DATE : DATE (MM/DD/YYYY) {MM/DD/YYYY) Commercial General Each Occurrence $ Liability Policy As defined in the Policy, does the Policy General Aggregate $ provide: Completed ❑ Yes ❑ No — Completed Operations/Products Operations/ $ Products Aggregate ❑ Yes ❑ No — Contractual Liability Personal & $ Advertising Injury ❑ Yes ❑ No — Explosion Deductible or Self $ Insured Retention ❑ Yes ❑ No — Collapse ❑ Yes ❑ No — Underground ❑ Yes ❑ No — Contractors / Subcontractors Work ❑ Yes ❑ No — Aggregate Limits per Project Form - CG 2503 0509 or Equivalent ❑ Yes ❑ Yes ❑ No — Additional Insured Form (not construction) - CG 2010 1001 or Equivalent ❑ Yes ❑ Yes ❑ No — Completed Operations Additional Insured Form (construction only) - CG2037 1001 or Equivalent ❑ Yes ❑ Yes ❑ No — 30 Day Notice of Cancellation Form - CG 2804 1093 or Equivalent ❑ Yes ❑ Yes ❑ No — Waiver of Subrogation Form - CG 2404 0509 or Equivalent ❑ Yes INSR TYPE'OF INSURANCE POLICY ',POLICYEFF.-DATE. ,POLICY-EXP.' LIMITS OF,LIABILITY LTR ' - NO.(MM/DD/YYYY). DATE , (MM/DD1YYYY) Pollution / Occurrence $ Environmental Impairment Policy Aggregate $ INSR TYPE OHNSURANCE POLICY POLICY EFF. DATE POLICY'EXP. DATE (MM/DD/YYYY) LIMITS OF LIABILITY LTR NO: `. (MM/DD/YYYY) Commercial Auto CSL $ Liability Policy As defined in the Policy, Bodily Injury $ does the Policy provide: Per Incident - ❑ Yes ❑ No — Any Auto Bodily Injury $ Per Person Property $ ❑ Yes ❑ No — All Owned Autos Damage Per Accident -36- Form No. C0131 � CERTIFICATE OF INSURANCE Edition Date: 12/12/2018 Page 3 of 4 ❑ Yes ❑ No — Non -Owned Autos ❑ Yes ❑ No — Hired Autos ❑ Yes ❑ No — Waiver of Subrogation - CA0444 0410 or Equivalent ❑ Yes ❑ Yes ❑ No — 30 Day Notice of Cancellation - CA0244 or Equivalent ❑ Yes ❑ Yes ❑ No — Additional Insured - CA2048 or Equivalent ❑ Yes ❑ Yes ❑ No — MCS 90 INSR TYPE °001NSURANCE�` ;;.. POLICY :POLICY EFF. POLICY EXP.. _ 'LIMITS OF LTR NO. 'DATE , " DATE• LIABILITY . (MM/DD/YYYY). �(MMIDD/YYYY) Excess Liability Occurrence $ ❑ Umbrella Form Aggregate $ ❑ Excess Liability Follow Form Workers ❑ Statutory Compensation & Each Accident $ Employers Liability As defined in the Policy, does the Policy provide ❑ Yes ❑ No — Waiver of Subrogation - WC420304 Disease - $ Policy Limit ❑ Yes ❑ No — 30 Day Notice of Cancellation - WC420601 Disease - $ Each Employee Is a Builders Risk or $ Installation Insurance Policy provided? ❑ Yes ❑ No ❑ Yes ❑ No — Is the City shown as loss payee/mortgagee? Professional Liability Each Claim $ As defined in the Policy, does the Policy provide: ❑ Yes ❑ No — 30 Day Notice of Cancellation Deductible or $ Retroactive Date: Self Insured Retention -37- Form C0B1 n CERTIFICATE OF INSURANCE Edition Date: 12/12/12/2018 �� Page 4 of 4 AGENT CERTIFICATION: THIS IS TO CERTIFY TO THE CITY OF BEAUMONT that the insurance policies above are in full force and effect. Name of Insurance Company: Name of Authorized Agent: Company Address: Agent's Address: City: State: Zip: City: State: Zip: Authorized Agent's Phone Number (including Area Code): Original signature of Authorized Agent: X Date: CERTIFICATE HOLDER: City of Beaumont P. O. Box 3827 Beaumont, Texas 77704-3827 DATE ISSUED: AUTHORIZED REPRESENTATIVE SIGNATURE Licensed Insurance Agent Printed Nam -38- END OF SPECIFICATIONS -39- BEAUMONT TEXAS February 27, 2020 ADDENDUM NO. 1 RFP FOR: Grant Management Services RFP NO.: PF0220-07 Please be advised of the following updated information pertaining to the referenced RFP: Via Fax: 2 pages Via Email 1. Question: Will there be a Consultant agreement to be negotiated after award? Answer: Yes. 2. Question: Does the contractor have the right to refuse entering in an Interlocal agreement with other agencies as a result of this contract? Answer: Yes. 3. Question: If written consent is required by the City for the approval of a subcontractor, is consent required prior to the submission date or performed afterward? Answer: Approval is required after award of contract to the Primary contractor. Primary must list any subcontractors in the RFP response. 4. Question: Can travel expenses be a pass through with no mark up? Answer: Yes. When submitting RFP responses, proposers MUST acknowledge this Addendum No. 1 on page 22 of the RFP specifications. If we can be of further service, please do not hesitate to call Patrick Bardwell at 409-880-3175 or 409-880-3720. Since ely, Patrick J. Bardwell cc: Todd Simoneaux, Finance Purchasing Manager Tim Ocnaschek, Police PB:bd G:\BIDS - DO NOT MOVE OR DELETEI\Pu20\Pu-F-20\PF0220-07_Add l.docx PURCHASING T 409.880.3720 F 409.880.3747 PO Box 3827 Beaumont, TX 77704 801 Main St. I Suite 315 Beaumont, TX 77701 beaumonttexas.gov