Loading...
HomeMy WebLinkAboutPR 14556: KB'S TOTAL LAWN - MOWING CONTRACTSCr~Yo~ ~o~',A~~~2 Parks and Recreation MEMORANDIIM TO: Stephen B. Fitzgibbons, City Manager FROM: Dr. Albert T. Thigpen, Interim Director Parks & Recreation DATE: March 5, 2008 ' RE: P. R. # 14556-Award of Mowing Contracts (2008) for the Mowing of Groups II AND V COMMENTS RECOMMENDATION: It is recommended that the City Council approve Proposed Resolution No. 14556, authorizing the City.Manager of the City of Port Arthur to execute a contract with KB's Total Lawn as shown on the attached bid tabulation forthe mowing of Groups II and V in the City of Port Arthur in an amount not to exceed $16,920. BACKGROUND: The Parks and Recreation Department is responsible for the mowing of various Ciry parks and right-of-ways year round in the City of Port Arthur. The City.Council and the City Manager have made the appropriate maintenance of City Parks and right- of-ways a priority. In keeping with this mandate, the Parks & Recreation Department '~ has strengthened contract specification enforcement for mowing vendors; renewals are only offered to vendors who have satisfactory evaluations as determined by Parks & Recreation staff. BUDETARY/FISCAL EFFECT: The estimated cost of this contract is $16,920. Funding is available in the FY 2008 budget, Account No..001-1207-531.31-00. EMPLOYEE/STAFF EFFECT: Acceptance of this recommendation will not affect the staffing levels at this time. SUMMARY: It is recommended that the City Council approve Proposed Resolution No. 14556, authorizing the City Manager of the City of Port Arthur to execute a contract with KB's Total Lawn as shown on the attached bid tabulation for the mowing of Groups II and V in the City of Port Arthur in an amount not to exceed $16,920. z.pr14556 P. R. #14556 03/5/2008/ca RESOLUTION NO. A RESOLUTION AWARDING AND AUTHORIZING THE EXECUTION OF A MOWING CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND KB'S TOTAL LAWN FOR GROUPS °iII" AND °°V" NOT TO EXCEED $16;920; SAID ANNUAL CONTRACT IS FOR MOWING VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS IN THE CITY; ESTIMATED ANNUAL COST $16,920 'PROPOSED FUNDING: PARKS DIVISION, FY 2008 BUDGET ACCOUNT NO. 001-1207-531.31-00. WHEREAS, on February 28, 2008, 'informal bids from four companies were received for mowing services; WHEREAS, the informal bids have been evaluated by the City staff and Purchasing Manager; and, WHEREAS, the lowest and most responsible bidder was KB's Total Lawn at $395 per cut for Group "II" and $545 per cut for Group "V", a copy of the bid tabulation is attached hereto as Exhibit "A" NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT the City Council of, the City of Port Arthur hereby awards a mowing contract, based on a mowing frequency as follows: Zero/None in .January or Februazy; and two (2) per month in Mazch, April, May, June, July, August, September, and October: one (1) cut, in November and December for a total of eighteen cuts, to the lowest and most responsible bidder in accordance with Exhibit "A", KB's Total Lawn for Groups "II" and "V" in the amount not to exceed $16,920. THAT the City Manager of the City of Port Arthur be and is hereby authorized to execute on behalf of the City, a contract between the City of Port Arthurand KB's Total z.pd4556 P. R. 14556 03/OS/2008/ca Lawn for $16,920 for mowing for the Parks Division on various City properties, pazks and right-of--ways in the City of Port Arthur, Texas, a copy of said contract being incorporated by reference as Exhibit "B". THAT said Contract is an exact duplicate of a City standard form contract, a copy of which is hereby incorporated by reference, except for the changes described in the Certificate of Standard Form, a copy of which is attached hereto and made a part hereof as Exhibit "C", and said changes are hereby approved.. THAT funding is or will be made available in the Pazks & Recreation Division FY 2008 Budget Account No. 001-1207-531.31-00. 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 A.D., 2008; at a Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: Ayes: Mayor ATTEST: Acting City Secretary z.pd4556 P. R. 14556 03/OS/2008/ca APPROVED AS TO /~~ / City Attorney c c-~ APPROVED FOR ADMINISTRATION: %~-- ~~~' City Manager Director of Parks and Recreation P ROVED AS,_T'O AVAILABILITY OF FUNDS: Rebecca Underhill- Director of Finance z.prI4556 EXHIBIT` "A" CITY OF PORT ARTHUR TEXA5 BID SHEET DESCRIPTION: MOWING OF VARIOUS CITY PROPERTIES, PARK5 AND RIGHT-OF-WAYS IN GROUPS II and V IN THE CITY OF PORT ARTHUR BID OPENING DATE: FEBRUARY 28, 2008 NAME OF BIDDER NAME OF BIDDER NAME OF BIDDER NAME OF BIDDER YARDS R US AFFORDABLE GRASSHOPPER KB'S TOTAL LAWN CARE LAWNSERVICE LAWN ITEM UOM ITEM UNIT COST UNIT COST UN[T COST UNIT COST t CUTS MOWING GROUP II $$50.00 NO BID $675.00 $395.00 2 CUTS MOWING GROUP V ~ NO B[D $1,750.00 NO BiD $$45.00 PLACE OF BUSINESS PORT ARTHUR BEAUMONT PORT ARTHUR PORT ARTHUR Page 1 of 1 ~XHI~iIT "B99 ~~ r ONE YEAR. CONTRACT MOWING OF VARIOUS CITY PROPERTIES PARKS, RIGHT-OF -WAYS IN THE CITY OF PORT ARTHUR FY 2008 zpr14556 CONTRACT FOR THE MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS IN THE CITY OF PORT ARTHUR THIS AGREEMENT, made this day of , 2008, by and between the City of Port Arthur, a municipal corporation organized under the-laws of the State of Texas, hereinafter called "OWNER" or "CITY" and KB'S TOTAL. LAWN. (Individual, firm, partnership or corporation) by and through WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein ,OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be from Mazch 2008 to March 2009. 2. The Contractor will perform mowing and trimming and removal of litter and debris on City-Owned & Private-Owned properties in Group "II" and "V" as stated in the Contract Documents. 3. During the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the sum of $ 16,920. 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) General Information 3) Specification 4) Bid 5) Notice of Award 6. This Ageement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. hereinafter called "CONTRACTOR" z.pr14556 Signed on the day of ATTEST CITY SECRETARY Signed on the day of 2008 CITY OF PORT ARTHUR BY ATTEST , CITY SECRETARY CONTRACTOR BY 2008 ,. z.pr14556 Vendors: The award if made, shall be made to the responsible vendor(s) whose bid is determined to be the lowest offer; taking into consideration the relative importance of price, conformance to specifications and capability and experience of the contractor. CONFLICT OF INTEREST. No public official shall vote on this contract in violation of Chapter 171 Local Government Code. 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. Be otherwise qualified and eligible to receive an award. 3. Be engaged in a full time business, and can assume liabilities for any performance or warranty service required.. 4. The City Council shall not award a contract to a company that is in arrears in its ,obligations to the City. 5. No payments shall be made to any person of public moneys under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. BONA FIDE BUSINESS THAT CLAIMS THE CITY OF PORT ARTHUR AS ITS PRINCIPAL PLACE OF BUSINESS• The official business address (office location and office personnel) shall be a Port Arthur address, 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. 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.: Parks Deparhnent, P. O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of two (2) original invoices and verification by a City Parks and Recreation Superviosr the work has been done properly. 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. z.pr14556 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. Venue shall be in 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. . c,-~ ~,.- ~;;, b ., , f .INTEREST OF MEMBERS OF CITY• No member of the governing body of the City, and no other officer, temployee, or agent of; the City., who exercises any functions or responsibilities.in connection with the planning and carrying-out ofahe program, shall have any personal financial interest, direct .or indirect, in this Contract as provided by Chapter 573 Government Code; and, the~Contractor shall take appropriate steps to assure `compliance. ,F . ir.~ ,e : - ;, ,,..,,•, c ..: ~; DELINQUENT PAYMENTS DUE CITY• The City of Port Arthur Code of Ordinances sprohibits the City from granting any license, privilege or paying money to anyone owing delinquent taxes, paving assessments or any money to the City until such debts aze paid oruntil satisfactory arrangements for payment has.been made. -1..1a ~;,, .. ,CONTRACT; :The• following -will comprise the contract between the City and the successful bidder. o- r?lr ~:,,,' • .,ct of ~r •: .. ~ . , 1 r* ~~~ , . ~ ~., ~' .. it i.. ~r•' +,,,,1 tCtiTTr 3' .. C!, .L.~'t:D t~" ,1. -~. A Bement .~ :, • 2.. General Information " 3. Specifications ~ly'I2T:rii4• ::.,Bide r:#;;, ' :a;:r. 5. `Notice of Award ;.QUANTITIES: Quantitres shown are estimated, based on projected.use. It is'specifically a understood and agreed. that. these quantities are approximate arid any additional quantities will be paid for at the quoted price.,,It is further understood'that the contractor shall not have any .claim agarnst the Crty of yPort Arthur -for. quantities .less than the estimated ~. ..„ _ a, amount and that the contractor will'n_othave an exclusive mowingacontract: r All bids.will remain rn effect for one year~after the bid openingdate , '~., CY The vendor must be an authonzed dealer for all products offered. ,The vendor. must give the.manufacturers.name and product description of all items. Inferior products, products which perform at a substandard level, or poor quality products will be rejected. SHIPPING INFORMATION: -All bids are to be F.O.B., City of Port Arthur, Port Arthur, "Texas 77640'` `:.'~:'~ '--` „=: ,. .. ,. .INCORPORATION OF PROVISIONS R$OUIRED BY LAW~'~ Each provision and clause required by law~to lie inserted into tYfe'Contract shall $e°deemed to be enacted herein and the Contract shall b'e read and enfoiced as though each were included herein. If, through mistake or`otherwise, ariy such provision"is not' inserted' oi'is not "correctly • - ~ .. tr~Ye.. ._ e =9 z.pr14556 INSPECTIONS Unscheduled job-site inspections will be performed by the City of Port Arthur Parks Department Representative. Failure to ..abide by the City's specifications will be grounds for termination of the contract EXPERIENCE & CAPABILTTY: Bidder shall include the following information to describe the experience and capability factors of the company: 1. Numbet of yeazs in operation. 2. Largest dollar amount of contract currently in effect with a business 3. References of at least three (3) businesses with whom your company has completed similar type work within the last year. 4. Equipment currently owned or leased by your company. 5. Number of employees currently employed. RELEASES AND RECEIPTS. The City of Port Arthur before making payments, may require the Contractor to famish 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 necessazy 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): a. Bodily injury $SOQ,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of $100,000 or less; or z.pd4556 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 aggegate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $ 100,000. Commercial Automobile Liability Insurance (Including owned, non- owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. b. If individual limits aze 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. ' The Bidder to whom the award is made shall execute and return the formal Contract with the OWNER and required Insurance Documents within ten (10) days after the prescribed forms are presented to him for signature. Said period will be extended only upon written presentation to the OWNER, within said period, of reasons which the sole discretion of the OWNER, justify an extension. If said Contract, and insurance Documents aze not received by the OWNER within said period or if work has not been commenced within the time specified, the OWNER may proceed to have the work required by the Plans and z.pr14556 Specifications performed by any means at its command; and the bidder shall be liable to the CITY for any excess cost to the OWNER over bid amount. Further, the bid guazantee shall be forfeited to the CITY as reimbursement for damages that the City has incurred and the City may awazd the contract to another bidder.. JUNK AND LITTER If there are any problems encountered'on city-owned or privately-owned properties scheduled to be mowed, such as junk motor vehicles, additional structures, excessive litter, inability to access property, or inability to mow for any reason, the Contractor should bring these matters to the attention of the City's authorized agent, before attempting to mow. 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. z.pd 4556 CITY OF PORT ARTHUR, TEXAS TECHNICAL SPECIFICATIONS FOR GRASS MOWINGOF VARIOUS CITY PROPERTIES, PARKSAND RIGHT-OF -WAYS IN THE CITY 1. SCOPE I.1 These specifications concern the mowing of Bass, weeds and uncultured plants on various City properties, pazks, and.right-of--ways in the City, for mowing of property groups as noted in bid specifications. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, fuel, and served, to perform and complete all work in an efficient and workman-like manner as specified in the following. 2. WORK ASSIGNMENT 1.1 The Contractor will be given a schedule as to what week each area will be cut. Failure to contact City's representative as laid out in these specifications may result in the termination of this contract. Assignment shall begin within 48 hours as to the agreed upon date and completed within 24 hours of start. Time extension may be ganted due to inclement weather or other act of nature only when contractor request for such extension is submitted to the City's representative. The Schedule will have a start time and acut-off time, all invoices will be due the last week of mowing. 3. MOWING SPECIFICATIONS 3.1 Each area shall. be clean cut to a height of 2 inches using either a flail or a reel mower of sufficient size, and as approved by City's representative, with due consideration given to proven past performance of the equipment on similaz work to complete the task. 3.2 Are will be cleared of litter, debris prior to any mowing and all cuttings and clippings disposed of in a proper manner at the time maintenance is performed. 3.3 Ruts caused by contractor's equipment shall be filled at contractor's expense. z.pd4556 3.4 Limits of mowing are defined as the property lines of pazk right-of--way 8- 10 feet off pavement. Corners at intersections will be moved a 45 degree to intersection for cleaz field of vision. 3.5 Ditches shall be cut with slope mower to avoid rutting or by other means approved by City's representative. These azeas are noted on bid schedule «B,> 3.6 Along some Right-of--Ways it should be noted that they aze maintained by citizens in some azeas. 4. MONOFILAMENT TRIMMING 4.1 Contractor shall neatly trim along sidewalks, curbs, and abutting fences. Trim around poles, signs, park apparatus, tables and structures, etc. to a radius of three (3) feet. 4.2 Contractor shall collect and dispose of clippings. No clippings will be allowed in the street. 4.3 Frequency of trimming, shall be determined by City's representative but normal frequency is approximately every two (2) weeks for these areas ~ during growing season. 5. HEDGE/TREE TRIMMING 5.1 Hedges, stands of cane, oleander and other flowering/bushes, shall be maintained as requested by City's representative. (Approximately 2 times a yeaz). 5.2 Contractor will be responsible for collecting and disposal of cuttings. 6. PAYMENT 6.1 The Contractor will submit two (2) copies of an invoice in the amount as stipulated on Bid Schedule to the Parks and Recreation Department upon completion of work. Payment for completed work will be made only after verification by a City Representative that work was performed satisfactorily and within the time constraints allowed. 7. PROJECT AREAS PM=Park Maintenance See following page z.pr14556 GROUP II-South Griffing Park A. Hermann Park B. Rosedale at Date Street C. Glenwood at Date Street D. Evergreen at Forest Drive E. Evergreen at Glenwood F 9`h Avenue at Evergreen G. Las Palmas Boulevard Esplanade from Griffing Drive to south end of blvd. H. Oaklawn Right - of -Ways to Dryden Road GROUP V A. Bryan Park -1000 Gu~ay Drive, including inside train area B. Roosevelt Park-1900 Gu~ay Drive, including along ditch area. C. Hughen Park- 2700 Lakeshore Drive D. Civic Park- 220 Lakeshore Drive E. Flats on Lakeshore Drive z.pd4556 CITY OF PORT ARTE-IUR QUOTE FOR AIOWING OF PARKS & RIGHT OF WAYS GROUPS I[ AND V YHUNE: 409-983-8161 FAX: 409-983-8291 EiY1AIL: CWiLL[A1vzS@PORTAR'TUR.NE'1' DATE: FEBRUARY 26.208 SUBMIT QUOTE BACK BY' 4:00 P.N1 FEBRUARY 28, 2008 MOWERS NIUS'C USE THE SAME STANDARDS AS'PHE OTHER GROUPS FOR MOV4'IYG OF PARKS & RIGHT OFWavs_ IR Ci17 :C DiiRINR THF. VRaR CROUP II GROUP V A. HEILVI.4N PARK ~ A. BRY.~V PARK-1000 GULFl3:AY DR. i `INCLUDING INSIDE TR4IN AREA i A. ROSEDALE AT DALE STREET __ B. ROOSEVEL?PARK-1900 GULFWAY ~.__ DR. INCLUDING ALONG DITCH AREA C. GLEN WOOD AT DALE STREET C• HUGHEN PARK - 2'700 LAKESIIORE DR. D"EVERGREEN AT FOAESZ' DR. _ D. CIVIC P.ARI~-220 LAKESHORE DR. E. EVERGREEN Al' AT GLENWOOD E. FLATS ON L.AKESHOAE DRIVE F.9 AVENUE AT EVERGREEN G. LAS PALMAS BLVD ESPLANADE FROM GRIFFING DR. TO SOL%TH END OF BLYro. H. OAhZ,AVVN RIGHT OF WAY TO DRYDEN ROAD CROUP Ii UNIT COST $ ~ ~(~ J~. TOTAI, COST S / ~:~ 3 DG~ ~~~ GROUP V Ut~iIT/~COST S TOTAL COST COhIPANY N~1~tizE Y A ~ ~ S ~ V PRINTED NA3tE. 1~A J~ICC,~ ;;~~/~.(~ ~T3 ' }J SC~IJ SIGNATLR2E G~'YI w' ~ GL 7c,m~ ..liyt/JCs^ ADDRESS~~II.f/ S`~•57r Pa(~7 J~lzTfaU~z, Tx~-~~,~~ CITY,STA/TE,ZiP~\~(J~~ ~.~j )-) (~ Iz , 7X 7704 ~z Z'd' ZbIB-E86-60b uad2i41 1 S~a4IH '~0 dI0:E0 80 b0 ~eiy FROM :Affordable FAX N0. ~ Feb. 27 2008 05:56PM P7 CITY OF PORT ARTHUR QUO'CE FOR MOWING OF PARKS & RIGHT OF WAYS GROUPS 13 AND Y PHONEt 409-983-8161 FA7t:409-983-8291 EMA[L: CWILLIAMS~aPORTARTUR,NET DAT&:1 26, 208 QUOTE BACK BY 4;00 P.M FEBRUARY 28, 2008 MUST USE THE SAME STANDARDS AS THE OTHER GROUPS FOR AF PARKS & RiQHT AF We VS_ SR Ci7TR DttRiN(: THE YEAR GROUP IY GROUP V A. PARK A. BLIYAN PARK 1OOB GULFWAX DR 11MCLUDQ•TG BW4tD8 TRAIN AREA B. ALB AT DALE:ffRESI' B. ROOSEYEI.7 PAR&19AA GULFII+AY DR INCLUDllYG ALONG DiTC13[ AREA G DAT DAIS 37'R8B'6 C. HUGHFN PA><1C- 2700 LABESHORB DR D R.EPlI AT POR&9TDR. D. CIVIC PADK-2'DG LAKFJfB(OFB DR. E. G>tF.Kp1ATATGLENWOOD g FLATSONLAlCBSHOBEDRIYB: R! A ATRYSRGREpR G. LAS ALMAS IQ.YD PSPI.ANAD% FRODi C DR. TO SOU?H END OF BLVD. 8 WNIRIC,HTOF WAY TO _..---'-- DRYD ROAD II UNIT COST $ ~/{ V UNIT COST $ /'I~_ TOTAL COST s ~i Pr TOTAL COST $ ;1, SuD COMP Y ]RAMC ~/ Fto/~d ih9L£~~~ crt'zE PRIIVT DNAME Iv~tJ(n ~$d3 S1GNA ~ R07 t..~ ADD S ~ 73 r Ck ~<fra`j ~R~'v~ CITY, ATE,zIr' /otP Aklic.-a i~ ~~~vo PNON (yy9) '!Gv- o2o71y E'd 24T8-E86-604 uad9cys 1 z,aagiH '~Q dzO=ED 80 b0 J~'W ' ~ FRtlM :(i~~ordable ~ ~ FAS( N0. Feb. 27 2868 8::52PI'1 P3 DATE: i CITY OF FORT ARTHUR QUOTE FOR MOWING OF PARKS & RlCfi'!'OF WAYS GROUPS II AND V .PRUNE: 409-9x3-8161 FAX: <g9.983-8291 EMAIL: CWILLIAMSQPORTAR'fURNET z6,zox QUOTE BACK BY 4:00 P.rif FEBRUARY Z$, 2008 MUST GSE TAE SA1~iE STANDARDS AS THE OTRER GROUPS FOR OF`PARKCR~QTt~uTnnw~vc ~onrrrenneTVrrvsvc.n GROUP II,,,~•T' ~~~- - - _ - --~ - -GROUP V A. HER ~____ N PARK A BRYAN PARK-TWO CULF'WAY DR _ INCLUDING INSU)E TRAIN AREA I!. ROSE ALE A'1' DALk S'1'REEI' B. ROOSEVELT PARK-1900 GULFWAY DR UCLUDING ALONG DITCH AREA C GLEN OOD AT' DALE SITlF,Ef C. RUCHEN PARK-2700 LAKPSRORE DR D. EVER REEN AT FOREST' DR D. C1V1C PARK-2I0 LAKESHORE DR E. EVkR ETi A7' AT GLF;NWOOD E. FIATS ON LAKESHOBE DRIVE F.9 AV NUEATEVERCRE£N T'-~ G. LAS P Li-!AS BLVD ESPLANADE FROM G TEEING DR TO SOUTH LND OF BLVD. ' $. QA7KL iVN RIGHT OF WAY TO . _-. - -- - °-- ------ --. DRYDEN OAD GROUP ! GROUP COMP NAM}: PFIONi: ztr UNIT COST S~ TOTAL COST S 1~,~ /~yh •~ UNff COST S~_ TOTAL COST S~ b'd ZbiB-E88-606 uadRI41 1 ZJaQiN '~O dZO:E^ BO 40 JeW CITY Off' PORT' ARTHUR QUOTE FOR MOWING OF PARKS 8c RCCHT OF WAY'S CROUPS II AND V PHUNE: 4U9-983-8161 FAX: A09-983-8291 El2AIL: CWILLIANISQPORTARTUR.NET DATE: FEBRUARY 26, 208 SUBM1IIT QUOTE BACK BY 4:00 P.M FEBRUARY 28, 2008 NIO~YERS NTi75T USE THE SANfE STANDARDS AS THE OTHER GROUPS FOR MOWING OF PARKS 8 RIGHT OF WAYS. IS CUTS DURING THE YEAR. GROUP tl GROUP V A. HERMAN PARK A. BRYAN PARK=1000 CULFWAY DR. INCLUDING INSIDE TRAIN AREA B. ROSEDALE ,1T DALE STREET B. ROOSEVELT PARK-1900 GULFWAY ' DR. INCLUDING ALONG DITCH AREA C. GLENWOOD AT DALE STREET C. HUGIiEN PARK-2700I.AICESHORE __ DR. D. EVERGREEN AT FOREST DR. D. CrvIC PARK-22D LAKESHORE DR. E. EVERGREEN A1' AT GLENWOOD E. FLATS ON LAKESHORE DRIVE F. 9 AVENUE AT EVERGREEN G. LAS PALMAS BL,~'D ESPLANADE FROM GRIFFING DR. TO SOU1'I~I LND OF BLVD. H. OAKLAWN RIGHT OF WAY TO DRYDEN R0.4D GROUP II UNIT COST $ `395 ~ TOTAL COST S ~~~ i O ~ p e7 GROUP V UN[T COST $ " i -TOTAL COST $~~%ID ~^ COMPANY N 1ME ~~ ~ G //~f . (~ PRfNTED NAME C ~ ~ 5~~ f SIGNATURE r_~ ADDRESS ~~Z // ~ /UVSt~. T CI'T'Y, STATE, ZIP ~/~ ~G(.~~ ~ / ~C f~ PHONE_~ / ~~G~D <e // ,, ~~ dl~Y. / ~3~ r~X T'd dbTB-E66-60b uad2Tyl i ZuaglH 'uQ dT0~E0 BO b0 ~eW EXHIBIT "C" • .. 'r jcuy a PaI w0uq . (Low Drpafmdnq r (Feivlod Fomq ' [~nlaay . ~t43A9) (]ft5J09j (p.7 Ra~iactl fl/I9/99j , GEri7IF(CAYEOf @1.1xdAA0 fgRM CONFpAt7FOq cAW t OEPARTMENTAEI?~3YANO Cl7l'COUNCILRGdlDA J emd¢ drat IDa eonpoa pteroNanef r-a090 Sold c9nDae1~ e/9cotl to kro allatlted prop9:ed Cfh C9unci Re:vlvuan , hti~ k an dcel dyrACatc et on appRea9q uandxd lam ean9aet plic IAIa of N}dcD u :hrrWSi 6ekwJ P wryr 9pProMU by W Low dcMrlmanl Y,Id adoptatl a: a Slondor0 torm by Gty Cwnci Fksonr9on, oaapt for the D[ydtc tltal lw~e boon 60ed'n NRh Da nr9rsvy fnlomsadan ud etecpl la ft;c efiabos donaloed Deb+~. 7Dc 800 0l Na dppliw+le StorWmd lam CoMroCl is: I 1 FederaXy Fwded Cenavvedon Cnaeoe4 Rovs:cd USr9p, Yjd9, 9N0 - ' j l NenFadnoly FwtdW CencWedon CenDacl, Rsveod 115!00, T/09,•pppp , !) fward • Pm1e.JoYtd Swviccs. EnOineerin9 CanYaa licti:ed 715100: SN9 (y1C1 7/CS/i~ (] Nan•FWaa - Prote:ctenat Larkoc • tr'tl'^°c'^9 CoNtact, 7bvwod 7!5(a9, 9/99Utaf, ~f00f99j, y9t I1 CQOC • Prplam'onal LeM<os - Erglnccrln0 Can9aq, Rovkod 7/Srd0,W00 (S10(. 7I901p) i l ! Federd -PreiomiorW SorNew . Non.[au~lnaming {Cortsattorlij Lan4ac4 g0~liev V+M0. 0(99(519). >NOISr), 7 1 NanFadcrN. gotrclana Smricps. Nan£glnocring (CanavAWJ Co.arocl, gad:od /Y+lau„9r901519j. ' ~f99I59), f 1 COOG . Prek::tonol am+'cp: - Mon•Enpinewlnp (Con:tal9nlj ConlraeL Rcvi:a9 115/00.9fo0fyi9), 7(09(59), ~' Olhm Slardrfd Form Cdnlrad, dccnbe0 a: lollawc; ~ ' . 7rw choape; me. ai ro9ows: (PVl eh ~' in 0u approPlietn (p ~ . P7 Nona. ~. . (( fig fo0ewjng da:crifar pra~l9n Yem..afd'calvatt: : al the udlectod pa0q c9Non, etc, of Ste aandvdlwm new Doan Oeloled otta:noxs . Pope NumDCr Whwa E9epon or Pnr ~~' No• Subsce0an or Qokcee Pronelon end Ce WNcA Sv6paropraph Na tc iarM11 at Stendm[I Forts " Cenlainc Piawnion Wlwen Conla'vW~Proy~ion Oannlpden of QNmcd f om l m lk iacd kem F n PIMYi(In lpnininll , 1~ ~\. . 1 n 1 .. r' a~ bvkaa of Srprd¢ra Earn 4otWact, papax) ~ 1 ~° taCOrri~ daarnDad prtW,itons nl the inlllmlM psgo, :aelttiq atr; 01 Ih¢ ckndad (min haro bawl dlcrad, , , d5cd, r¢piocad or pp,atnyn ~~ , ~ aid: a(.mnariovs, ntaaFiCanoNg aenlA C . eatexrs, ~ ~ , • ~ Pa(lo¢Acnpllon f ~Ho, y or 9 No. R Gpdon tiub 6 ~ Snoo Nc. nR ¢W U «eopilon, ode; otadd hnMeat 1'rai;ten Found Stand J Far 9wcr]¢Aon of ' M~dreanldna on rr'n°~ m whirh Conlnbs PreN:b Slondo d Fonn WN<h ~ AraHBon •. •. N, ehaod, ole. • Arev6ten; n •-^-~-_._. • Contn_ kn qo~y Stnneord Farm - C°'i~mUan N , or n ale. t • f 1 Th¢ tnoodna R+°~'clons hav¢ boon addod b Sab Cono¢ec . . Pnge, Soct(orr end CapJon Suiaa!!m aqd C¢pllon, etc. at Said Con Co lens the AMCd Dro Is7on and a ~rio! Wfrieh n 7h r I turlhy cagy IAaI anid WlodtcE Rropo;od Gly Coun .i Ra:dNion c¢nWns 4tn Io9owlnP Rro'd:lon: ¢I:etd Mglr¢ct Is ert ¢oc[ dN+l4eto n! n C3y Standard Form Concoct oxGOpl for d,0 ~ehenpe: da-a1b¢d (n (hc. ~ •~ efcalo of Slandmd Fmm Conirael, n eepy al NNeh k tfYachad hor¢la nt ~i1.73' `~ >MCe, and :nld chongc no hCJteY npprovod.• and k 1lerrt,y incorpotakd by ! ~Qe~tO~ ~Na G1 ecrtifinyie rrlp 6e r¢°od M sy n,o 4w Ooparuneni M rovlen4g Md a Ions . to term Y Y!;?urr76n rariorM and p14)g (°frQkNtnul told flcrdrden arM Cenuacl 5, f ~, • 9 ado G AP rd (ot rukconpj 6ijiml drb T t oay cl~~ YY~O • WI City kAnpor . % • r _\ ' ~r