HomeMy WebLinkAboutPR 14778: TOMAHAWK LAWN SERVICE - GRASS CUTTINGMemorandum
City of Port Arthur, Texas
Finance Department '
TO: Stephen Fitzgibbons, City Manager ,
FROiVL Adam J. Saunders, Civic Center Directo
DATE: 6/11/08
- SUBJECT--: --Proposed-Resolution No.-14778 -- -- -- -- - - -- --- ---------- -- -
RECOMMENDATION
The Civic Center requests the Council's authorization for the City Manager. to execute a contract
with Tomahawk Lawn Service of Groves, Texas. This contract is for grass cutting services at the
Civic Center ($300 per cut) and the Willie Ryman Bldg. ($65 per cut).
The Purchasing Division advertised for bids in the Port Arthur News on May 25, 2008 and. June 1,
2008. Bids were also sent to 32 bidders and four bids were received. Tomahawk Lawn Service
provides grass cutting services with other departments and the City is very satisfied with the work.
The services will be grass cutting, trimming & edging, weeding all landscaped areas, and pruning
and trimring shrubbery. The bids provided are stated below.
Tomahawk Lawn Service $365.00
Grasshopper Lawn Service $460.00
Northstar Unlimited $777.00
KB's Total Lawn $475.00
BUDGETARY AND FISCAL EFFECT
Charge to Account Number 001-1061-518.31-00
STAFFING EFFECT
None
SUMMARY'
The Civic Center request the Council's authorization and approval for the City Manager to execute
a contract with Tomahawk Lawn Service of Groves, Texas for grass cutting services at Civic Center
and Willie Ryman Bldg for $300.00 per cut for the Civic Center and $65.00 per cut for the Willie
Ryman Bldg.
P. R. NO. 14778
06/11/08 AJS
PAGE 1
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER
TO ENTER INTO A CONTRACT FOR GRASS CUTTING
SERVICES FOR CIVIC CENTER AND WILLIE RYl\LAN
BLDG. WITH TOMAHAWK LAWN SERVICE OF
GROVES, TEYAS FOR $300.00 PER CUT FOR THE CIVIC
CENTER AND $65.00 PER CUT FOR THE WILLIE RYMAN
BLDG.
WHEREAS; the City of Port Arthur has received a bid from Tomahawk Lawn Service of
Groves, Texas to provide grass cutting services for the Civic Center and the Willie Ryman Bldg.
for $300.00 per cut for the Civic Center and $6>.00 per cut for the Willie Ryman.Bldg; and,
WHEREAS, the City Council deems it is in the best interest of the City to approve and
authorize the City Manager to execute a contract on behalf of the City of Port Arthur between
Tomahawk Lawn Service of Groves, Texas and the City as delineated in Exhibit ".4"; and,
WHEREAS, the City Council deems it is in the best interest of the City to award the grass
cutting services for the Civic Center and the Willie Ryman Bldg. to Tomahawk Lawn Service of
Groves, Texas for a term oftwo-years.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT
ARTHUR:
THAT, the facts and opinions in the preamble are true and correct.
THAT, the City Council of the City of Port Arthur hereby approves the contract between
the City of Port Arthur and Tomahawk Lawn Service of Groves, Texas for grass cutting services at
the Civic Center and the Willie Ryman Bldg. in the amount of three hundred dollars ($300.00) per
cut for the Civic Center and sixty five dollars (565.00) per cut for the Willie Ryman Bldg.
THAT the City Manager is hereby authorized to execute the contract attached hereto as
Exhibit "B".
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 June,
2008, AD, at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the
following Vote:
P. R. NO. 14778
06/11/08 AJS
PAGE2
AYES: Mayor:
Councilmembers:
NOES:
Mayor
ATTEST:
Terri Hanks, Acting City Secretary
APPROVED AS~O FORM:
~ ~ '"
i ~
ark Sokolow, City~y orney % ~ ~~~~L1 ~J
APPROVED FOR ADMINISTRATION:
Steve Fitzgibbons, City Manager
/,
S~iawna Tubbs., Purchasing Coordinator
P ROVED A O FUND AVAILABILITY
"' i L
Rebecca Underhill, Director of Finance
EXI~lI~IT ~A~'
CITY OF PORT ARTHUR TEXAS
BID SHEET
DESCRIPTION: GRASS CUTTING OF THE CIVIC CENTER \KYMAN BLDG. DATE: "JUNE 11,2008
NAME OF IIIDDER NAME OF BIDDER NAME OF BIDDER NAME OF BIDDER
NORTHSTAR
UNLIMITED KB'S TOTAL LAWN GRASSHOPPER
LAWN SERVICE TOMAHAWK LAWN
SERVICE
ITEM UOM ITEM UNIT COST UNIT COST UNIT COST UNIT COST
1 CUTS MOWING CIVIC
C1'R $777.00 $475.00 $460.00 $365.00
PLACE OF "
BUSINESS BEAUMONT, TEXAS PORT NECI-iES PORT ARTHUR GROVES, TEXAS
~_._~_- ~
/.\ [LTV ~
rI
EXFIIBIT ~B~'
CONTRACT FOR THE MOWING OF THE CIVIC CENTER
AND THE WILLIE RYMAN BUILDING
IN THE CITY OF PORT ARTHUR
THIS AGREEMENT, made this day of June, ?008, 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 Tomahawk Lawn Service,
herein acting by and through Ronald Balsamo hereinafter called "CONTRACTOR".
WITNESSETH: That for and in consideration of the payment terms, conditions
and agreements set forth_herein ,OWNER and CONTRACTOR agree as follows:
The term of this Contract shall be from June 17, ?008 to June 17, 2010.
2, The Contractor will perform mowing and trimming and removal of litter and debris at
the Civic Center and the Willie Ryman Building as stated in the Contract Documents.
During the term of this Contract, the Contractor will famish 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
$300 per cut for the Civic Center, and $65 per cut for the Willie Ryman Building.
6. The term "Contract Documents" means and includes the following:
1) Agreement
2) Advertisement for Bids
3) Addenda.
4) General Information
5) Specification
6) Bid
7) Notice of Award
7. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
8. 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.
Signed and agreed on the day of , 2008
By:
CONTRACTOR:
RONALD BALSAMO, OWNER
TOMAHAWK LAWN SERVICE
4649 Roosevelt
Groves, Texas 77619
Signed on this the day of , 2008.
CITY OF PORT ARTHUR
Bv:
Steve Fitzgibbons
City Manager
P.O. Box 1089
Port Arthur, TX 77641-1089
DELORIS `BOBBIE" PRINCE, MAYOR
MICHAEL °SH ANE" SINEGAL, MAYOR PRO-TE.M
COU NCIL'~7EMBERS:
Jn CK CHAT~MAV,JR.
CnL JONES
rnO:YLiS J. HEVDERSON
i1.4 R"rIN k'LOOD
JGHN BEng D, JR.
ROllERT ~. W'iLL1A:1'150N
li iLLIE °BAE° LEWIS
Vendors:
City of cm
~~ I \
ort rthu~-
Texas
INVITATION TO BID
May 22, 2008
STEPHEN FITZGIBBONS
CITY ~1Ai\'AGER
TERRI HANKS
ACTING CITY SECRETARY
MARK T. SOKOLOW
CITY ATTORNEY
Sealed Bids, subject to the General Instructions, Conditions and Specifications; as
provided Will be addressed to the CitySecretary of the City of Port Arthur; Texas in
.DUPLICATE.
Sealed BIDS shall be received no later than 3:00 P. M. June 11, 2008 zt the C'.ity
Secretary Office and all bids received will thereafter be opened and read aloud at 3:i5 P.
M. on June ll, 2008 in the City Council Chambers, 5th Floor, City Hall, Port Arthur,
Texas for the following:
GRAS&CUTTING AT PORT ARTHUR CIVIC CENTER & R`tidlAN BUILDING
BIDS SHALL BE PLACED N A SEALED ENVELOPE, With the bidder's name and
address in the upper left-hand corner of the envelope. FACSIMILE TRANSMITTALS
SHALL NOT BE ACCEPTED.
BIDS MUST BE submitted on the pricing form included for that purpose in this packet
and SIGNED BY A PERSON FIAVING THE AUTHORITY TO BINp THE FIRM N A
CONTRACT.
MARK ENVELOPE: GRASS CUTTING
Sealed Bids shall be submitted to:
CITY OF PORT ARTHUR
CITY SECRETARY
P. O- BOX 1089
PORT ARTHCJR,'1'EXA5 77641-1089
CITY OF PORT ARTHUR
CITY SECRETARY
444 4TH S"1'RF_ET
PORT ARTFIUR; TEXAS 77640
ALL BIDS MUS"f BE RECEIVED IN THE CITY SECRETARY"S OFFICE BEFORE
OPENING DATE AND TIMti.
P.O. BOX 10E9 • PORT ARTHUR, TEX(ySa7g764 ~ 1B>~9 ilt09l983-8 i 15 • FAX 409/983-E291
Bids received after the closing time specified will be returned to the bidder unopened.
Award will be made as soon as practicable after opening. To obtain information, or if
you have any question, please contact Clifton Williams at the City of Fort Arthur
Purchasing Office, at (409) 953-8160.
The City of Fort Arthur reserves the right to reject any or all Bids and to vrai~ e '
informalities or defects in bids, or to accept such bids as it shall deem to be in the best
interests of the City of Fort Arthur.
Sincerely,
i
~/ 9
Shawna Tubbs
Purchasing Manager
Page 2 of 17
GENERAL INFORMATION:
NOTE: It is extremely iinportant that the Vendor, Bidder, and/or Contractor
furnish the Cite of Pm-t Arthur the. required information specified in the Bid or
Proposal Specifications listed in this Bid Package.
The intent o'f thisINVI'I'AT[O'N TO BID (ITB) is to provide bidders with sufficient
information to prepare SEALED BIDS IN DUPLICATE for fumishiug: GRA5S
CUTTING AT PORT ARTHUR CIVIC CENTER & RYNI_AN BUILDI?S'G
Bids must be in a sealed envelope addressed to the City Secretary, City of Port Arthur,
P. O. Box 1039, Port Arthur, Texas 77641. Bids shall he received no later than
3:00 P. M. June~2003. Bid proposal MUST BE SIGNED BY THE BIDDER.
All bids meeting the intent of this request for bid will be considered for award.
BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING
SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT SAS
PART OF THE BID. The absence of such a list shall indicate that the bidder has not
takeh exception and the City shall hold the bidder responsible to perform ir, strict
accordance with the specitcations of the invitation. The City reserves the right to accepi
any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest
of the City o f Pert Arthur.
Bids cannot be altered or aiirended after submission deadline. Any interlineation,
alteration, or erasure made before opening time must be initialed by the signer of the bid,
guaranteeing authenticity. -
?'he City reserves the right to:
1. Reject any and all bids, and to make no award if it deems such actier: to be in its best
interest.
2. Award bids on one area or multiple areas, whichever is-m the best interest er the ~,uy.
3. Reject any or all bids and to waive informalities, or defects in bids or to accept such
bids as it shall deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur
and whose bid is within ~4/u of the lowest bid price and the City decides that the local
bidder offers the City the best combination of contract price and additional economic
development opportunities for the City including the employment of residents in the City
and increased tax revenues for the City.
Bidders will have to provide documentation as to the status of the entity (dba,
corporation, partnership, etc) and provide documentation as to its principal place of
business.
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.
Page 3 of 17
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid"
.and Proposal" shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to
submit a complete response to all requirements and questions as directed.
CONFLICT OF INTEREST. No public official shall vote on this contract in violation o+_
Chapter 17l Local Coverument Code.
ETHICS: The bidder shall not offeror accept gifts or anything of value; nor enter into
any business arrangement +vith any employee, official or agent of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A
prospective bidder must aflinmativel_y 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.
Any interpretations, con ections or changes to the ITB and Specifications -will be made h
addenda. Sole issuing authority of addenda shall be vested iri the City of Port Arthur
Senior Purchasing Assistant. Addenda wil] be mailed to all who are kno:~,m'to have
received a copy of the 1'FB. Offerers shall acknowledge receipt of all addenda.
BONA FIDE BUSINESS THAT CLAIMS TIdE 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 prncipal
business owner(s) shall be in Port .Arthur or such other definition or inie~;~ratation as is
provided by state law.
PRICES: The bidder should show in the proposal both the unit price and total amount,
where required, of each item listed. In the eventof error or discrepancy in the
mathematics, the unit price shall prevail. ,.
PURCHASE ORDER: A purchase order(s)shall be generated by the City of Port Arthur
to the successful bidder. The purchase order number must appear on all itemized
invoices.
Page4of17
[NVOICES: All invoices shall be mailed directly to the City of Port Arthur; Attn.: Port
Arthur Civic Center, P. O. Box 1 OR9, Port Arthur, Texas 7764] .
Payment: Payment will be made upon receipt of original invoices and v:;riticatioa by tl'~e
Civic Center that work has been done properly.
SALCS "COX: The City of Pert Arthur is exempt bylaw from payment of Texas Sales
Tax and federal Excise Tax. therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the ]aws of the
State of Texas. This agreement is performable in Port Arthur, Texas. Venue shall be in
Jefferson County.
COMPLIANCE W1TH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulations and codes of the federal, state and local
govenunents relating to performance of work herein.
INTEREST OF MEMBERS OF CITY : No member of the governing boriy of foe City;
and no other officer. ernployee or agent of the City who exercises any functions or
responsibilities in ci>rurection with the planning and carrying out of the 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.
DELINQUENT PAYMENTS DUE CITY_ The City of Port Arthur Code of Ordinances
prohibits the City from granting any license.. privilege or paying money to anyone owing
delinquent taxes, paving assessnents or any money to the City until sat,h dents are paid
or until satisfactory arrangements for payment has been made. Eidders must complete
and sign the AFFIDAVIT included as part of this ITB.
CONTRACT: The following will comprise the contract behveen the City and the
successful bidder:
l.. Agreement
2. .Advertisement for Bids
3. Addenda
4. Generallnformation
5. Specifications
6. Bid
7. Notice of Award
8. Notice to Proceed
QUANTITIES: Quantities shown are estimated, based on projected use. it is specific lh~
understood and agreed that these quantities are approximate and any additional quantities
will be paid for at the quoted price. it is further understood that the contractor shall not
Page 5 of 17
have any claim against the City of Port Arthur for quantities less than the estimated
amount and that the contractor will not have an exclusive mowing contract.
All bids will remain in effect for one year after the bid opening date.
No person has the authority to verbally alter these specifications. Any interpretations,
corrections or changes to this fTB and specifications will be made in writing by the
Purchasing Division of the City of Port Arthur and sent to each person having a bid
package.
Thz vendrn- must be an authorized dealer for all products offered. "The vendor r:zust give
the manufacturers name and product description of all items. Inferior prodacts, 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 OP PftOVIS[ONS REOUIR~D BY LAW: Each provision and"
clause required by law to he inserted into the Contract shall be deemed to be enacted
herein and the Contract shall be read and enforced as though each were included herein.
If, through mistake or otherwise, any such provision is not inserted cr is net correctly.
inserted the Contract shall be amended to make such insertion en application by either
party.
CONTRACTOR'S iIBLIGQTIONS: The Contractor shall and will; izi good
workmanlike manner, perform all work and furnish all supplies and materials, machinery;
equipment; facilities and means, except as herein otherwise expressly specified,
necessary or proper to perform and complete all the work required by this Contract, m
accordance with the provisions of this Contract and said specifications.
The apparent silence of these specifications as to any detail or to the apparent emission.
from it of a detailed description concerning any point shall he regarded as meaning that
only the best conunercial practices are to prevail.
While the purpose o'~f the specifications is to indicate minimum requirements ir? the way
of capability, performanc-e, construction, and other details, its use is not intended to
deprive the City of Port Arthur the option of selecting goods which maybe considered
more suitable for the purpose involved.
In the event of conflicts between the written bid proposal and information obtained
verbally, the vendor is specifically advised.thafthe written bid proposal will prevail in the
determination of the successful bidder.
Under the Title V I of the Civil Rights Act of 1964, no person shall; on the grounds of
race, color, or national origin, be excluded tram participation in, be denied the benefits
of, or be subjected to discrimination under any program or activity receiving Federal
financial assistance.
Page 6 of 17
TERMINATION I:OR CAUSC
If, through any cause, the Contractor shall tail to fulfill in a timely and proper manner his
obligations under this contract, or if the Contractor shall violate any of the convenants,
agreements or stipulations of this contract. the City shall thereupon have the right to
terminate this contract by giving written notice to the Contractor of such tenniaation and
specifying the effective date thereof; at least fifteen (15) days before the effective date of
such termination. Notwithstandinethc above, the Contractor shall not be relieved of
liability to the City for damages sustained by the City by virtue of any b. each of the
contract by the Contractor, and the City may withhold any payments to the Contractor for
the purpose ofset-off until such time as the exact amount of damages due the City from
the Contractor is determined. If the Contractor is unable to mow a lot or cots in a timely
manner. the. City also rese» es the right to utilize another vendor or bidder to mow these
lots and charge the Contractor for the extra costs.
TERMINATION ['OR CONVENIENCE
The City may terminate this contract at any time giving at least thirty (iii) days noticeir.
writing to the Contractor. If the Contract is terminated by the City as provided herein, tl::e
Contractor will he. paid for the grass cutting that it has performed up to the termination
date. If this contract is terminated due to fault of the Contractor. the previous paragraph
hereof relative to termination shall apply.
RELEASES AND RECE[PTS. The City of Port Arthur before making payments; may
require the Coutactor to furnish releases or receipts for any or all persons performing
work and supplying material oa' service to the Contractor, or any sub-contractors for work
under this contract, if this is deemed necessary to protect its interests.
CARE OF WORK "The Contractor shall be responsible for all damages to person or
property that occws as a result of his fault or negligence in corn~ection 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 ottienvise 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 Pais 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 maybe
liable, of the following types and limits
Page 7 of 17
Conunercial General Liability occurrence type insurance City of Port
Arthur, its officers, agents, and employees must be named as an additional
insured):
a. T3odily injury $00,000 single limit per occurrence or $500;000 each
personi$~00,000 per occurrence for contracts of $100,000 or less; or
Bodily-injury~$1,000,1100 single limit per occun'ence or $00,000 each
person /51,000;000 per occurrence for contracts in excess of $100,000;
and,
b. Property Damage $100,000 per occurrence regardless of contract
amount_ and,
c. Minimum aggregate policy year limit of $1,000,000 for contracts of
$100,000 or less; or,
Minimum aggregate policy year limit of $2,000,000 for contracts in excess
of $ 100.000.
3. Commercial Automobile Liability Insurance (Including owned, non-
owned and hired vehicles coverage's).
a. i\tlininuun combined single limit of $500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per
person,$~00,000 per occurrence for bodily injury and $100,000 per
occun'ence 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 irao valid
certificates of insurance and pertaining to the above listed items, and before con.-m~encing
any of the work and within the time otherwise specified, Contractor shah 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 coniain a provision that
coverage afforded under the policies will not be altered, modified. or canceled anless at
least fifteen (I ~) days prior written notice has been given to the City of Port Arthur:
Contractor shall also the 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
Page 8 of 17
anv event he filed with the City of Port Ailhur not more than ten (10) days after
execution of this Contract.
PRE-13ID MEETING
MANDATORY PRE-BID MEETING 15 SCHEDULED FOR 10:00 A.M. ON
TUESDAY JUNE 3.. 2008 AT THE CIVIC CENTER WHICI-I 1S LOCATED AT 340i
CULTURAL CENTER DRIVE
JUNK AND LITTER
If there arc any problems encountered nn city-owned orprivately-owned properties
scheduled to be mowed, such as junk motor vehicles, additional structures, excessive
litter, inability to access property, or inability to mow for an}' 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 mast have a working cell'phone or pager available Monday through
Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor.
Page 9 of 17
CONTRACT FOR THE N10W'ING OF THE CIVIC CENTER.
IN THE CITY OF PORT ARTHtiR
Tk[IS AGREEIl1ENT, 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 "OWNF.,R" or "CITY" and
a (n)
herein acting
by and through hereinafter called "CONTRACTOR"
WITNESSETH: That for and. iri consideration of the payment tenris, conditions
and aereements set forth herein , OWTIER and CONTRACTOR agree as folle~ws:
1. The term of this Contract shall be from to _,~
The City can terminate this contract at its convenience which includes, but is not
limited to, funding not beingavailable in any budget cycle with ten (1 J) days written _
notice.
2. The Contractor will perform mowing and trimming and removal of litter and debris at
the Civic Center as stated in the Contract Documents.
3. During the term of this Contract, the Contractor will furnish at his oa~n expense all of .
the materials, supplies, tools, equipment, labor and other services necessar 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 document:; and to comply with the terms therein for the sum of
6. The term "Contract Documents" means and includes the following:
1) Agreement
l) Advertisement for Bids
3) Addenda
4) General infirrmation
5) Specification
6) Bid
7) Notice of award
Page l0 of 17
Z This Agreement shall be binding upon all Parties hereto and their respective heirs,
executors, administrators, successors and assigns.
8. 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.
Signed on the day of
ATTEST
CITY SECRETARY
Signed on the - day of
ATTEST
CITY SECRE"FARM
?_008
CITY' OF PORT ARTHUR
BY
zoos
CONTRACTOR
BY
Page l l of 17
THE ~~[OWING OP THE
RO[31;RT A "BOf3" BOWERS CIVIC CENTER
R RY6IAN BUILDING
fhe Robert A "Bob" Bowers Civic Center is located at 3401 Cultural Cent: r Drive and
the Ry~nan Building is located at 3248 9`h Ave.
Schedule for the cuts is Attachment "`A° en the following page.
Option I requires spraying weeds in the parking lot. Proof of current license to spray
must be provided with that bid if you are spraying.
Option 2 requires removal of weeds in the parking area.
The bid is a hvo-year contract
The City of Port Arthur can terminate This contract at its convenience which includes, but
is not limited to, funding oot being available in any budget cycle with ten (10) days
written notice.
Page 12 of 17
ATTACHMENT"A"
Month CIVIC CENTEIR
Nleed All
Cut Grass Trim 8 Edge Landscaped Areas Shrubbery I~YMAN I~LLC
Cut Grass Trim & Edge
-
-
-
~
Jan
Feb 1 time/rno
1 time/mo 1 timelmo
1 time/mo 1 time/mo
1 time/mo _ 1 time/mo __ _
_
_
~
._.i
March 2 timelmo ` 2 timelmo 2 timelmo Prune & Trim '! time/mo 1 i_i^~_~=+^c _
April
Ma 4 time/mo
1 time/week 3 timelmo
1 time/week 2 time/mo
2 lime/mo 2 timelmo
2 timelmo 1
1 time;r:~c _ I
June. 1 timelweek 1 time/week 2 timelmo ~ 2 time/mo _ i
Jul 1 time/week 1 time/week 2 time/mo Prune & Trim 2 timelmo 1 time;n-~o
Au 1 time/week 1 timelweek 2 timelmo 2 time/mo
Set 1 time/week 1 timelweek 2 timelmo 2 time/mo 1 timelmo
Oct 2 timelmo 2 timelmo 1 time/mo 1 timelmo
Nov 1 timelmo 1 time/mo 1 timelmo 1 time/mo 1 time!mc_
Dec 1 timelmo 1 time/mo 1 time/mo ~ _..vTj
Page 13 of 17
CITY OF PORT ARTHUR, TEXAS
BID PROPOSAL
JUNE 11, 2008
Bid Proposal For GRASS CUTTING OF THE CIVIC CENTER
The undersigned ~ pvh ahAW~t Lv~~+~ ~~-"~~ ~-~- ,whose
principal place of business is Cir ~~'~,:, I i=Xr~S rl~ ~% ~ ~ submits herewith,
in conformity with the General Instructions; Conditions, and Specifications for the
followine Bid:
OUTLINE OF BID
ITEM # DESCRIPTION PRICE PER CUT
1. MOWING CIVIC CENTER S ~~•~~
~~/ma,v bl~l: #~os.o~
Receipt of addenda is acknowledged:
No. 1 Dated Received
COMPANY NAME
STREET ADDRESS
SIGNATURE ~F BIDDER
t'~o rJ AI~ ~ly1n,o
(PRINT OR TYPE NAME)
~VJ N-Pf~
TITLE
~\i ~ ~,
P.O. B X
~rode5 I X 7'7~~ti'
CITY STATE ZIP
AREA CODE TELEPHONE NO.
Page 14 of 17
BID OPENING DATE: JUNE 1 ], 2008
CITY OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
Bidders are requested to furnish their complete REMIT TO ADDRESS and
TAX IDENTIFICATION NUMBER as indicated below:
REMIT PAYMENT TO:
COMPANY ~(~r~-.a~~w~ 1-R~..:~ J~~~~~~~-~
ADDRESS ``Ilv ~I"I ~o S~vz;\~
CITY/S.TATE/ZIP ~rV ~ ~ ^ 1`~ ~1 ~" ~ "i
SEND PURCHASE ORDER TO:
COMPANY IOYti A1~6>w k 1~Pv„iJrJ ~~%~-~-"
ADDRESS '--~„~!'~ ~ooS~: v~,~ '
CITY/STATE/ZIP ~~~~~~ r~ ~~ ,~-~~ ~ ~~
TAX IDENTIFICATION NUMBER '~~3 ~'JJ ~ ~ ~ ~'
Page 15 of 17
AFFIDAVIT
All pages in the offerer's bid proposal containing statements, Letters, etc.,
shall be signed by a duly authorized officer of the company, whose
signature is binding on the bid proposal.
The undersigned offers and agrees to one of the following:
I hereby certify that I do not have outstanding debts with the
City of Port Arthur. Further, I agree to pay succeeding debts
as they become due during this agreement.
I hereby certify that I do have outstanding debts with the
City of Port Arthur and agree to pay said debts prior to
execution of this agreement. I further agree to pay succeeding debts as
they become due. ,
I hereby certify that I do have outstanding debts with the
City of Port Arthur and agrees to enter into an agreement for
the payment of said debts. 'I further agree to pay succeeding
debts as they become due. My proposed agreement to pay the debt is
as delineated in the attached proposed payout.
NAME OF OFFERER: ~ ,~t~~J ~'~~ti~ ~~1'hlk~t?'w~-~qt.~v ~"~..
TITLE ~W ~
ADDRESS ~UW~f ~~;a'~e,v~~~
CITY/STATEIZIP ~ Y~: ~ `i.U ~~ ~1~w~"1
TELEPHONE NUMBER '~ "1 ~~ ~ ~n~~ CJ`-I ~ 1
SIGNATURE
SUBSCRIBED AND SWORN to before me by the above named
on this the 3 r~
day of U-+--c-- , 20 ~ ff `
Notary Pu is in and for the State of
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
;•o~e~.`!~.Pye%e GALE HEREBY
.=r' ~~- NoteryVuhlia8teteof~Texea
~~.. Commhslon Ezplree
~~~OF~„` OCTOBER 37, 2009
P ge16of17
/,