Loading...
HomeMy WebLinkAboutPR 15131: TREY'S TRACTOR SERVICE - MOWING CONTRACTCI2-~YOF ~OI~~I'A1~2Jf~1~, Parks and Recreation MEMORANDUM TO: Stephen Fitzgibbons, City Manager FROM: Dr. Albert T. Thigpen, Interim Director of Parks & Recreation DATE: February 25, 2009 RE: P.R. # 15131 -Award of A Mowing Contract (2009) for the Mowing of Groups "6", "11" and "12" RECOMMENDATION: It is recommended that the City Council approve Proposed Resolution No. 15131, authorizing the City Manager of the City of Port Arthur to execute a contract with Trey's Tractor Service as shown on the attached bid tabulation for the mowing of Groups "6", "11"and "12" in the City of Port Arthur in an amount not to exceed $36,360.00. BACKGROUND: The Parks and Recreation Department is responsible for the mowing of various City 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. BUDGETARY/FISCAL EFFECT: The estimated cost of this contract is $36,360.00. Funding is available in the FY 2009 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. 15131, authorizing the City Manager of the City of Port Arthur to execute a contract with Trey's Tractor Service as shown on the attached bid tabulation for the mowing of Groups "6", "11"and "12" in the City of Port Arthur in an amount not to exceed $36,360.00. Mowing schedule attached P. R. # 15131 02/25/2009/ca RESOLUTION NO. A RESOLUTION AWARDING A BID AND AUTHORIZING THE EXECUTION OF A MOWING CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND TREY'S TRACTOR SERVICE FOR GROUPS "6", "11", & "12" IN AN AMOUNT NOT TO EXCEED $36,360; SAID ANNUAL CONTRACT IS FOR MOWING VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS IN THE CITY; ESTIMATED ANNUAL COST $36,360 PROPOSED FUNDING: PARKS DIVISION, FY 2009 BUDGET ACCOUNT NO.001-1207-531.31-00. WHEREAS, on February 18, 2009 bids were received from seven companies for mowing services; and, WHEREAS, the bids have been evaluated by the City staff and the Purchasing Manager; and, WHEREAS, the bid tabulation is attached hereto and made a part hereof as Exhibit "A"• and WHEREAS, TREY'S TRACTOR SERVICE was the lowest and most responsible bidder for Groups 6, 11, and 12; and, WHEREAS, it is deemed in the best interest of the citizens of Port Arthur to award the contract for Groups 6, 11, and 12 to TREY'S TRACTOR SERVICE. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: Section 1. That the facts and opinions of the preamble are true and correct. P. R. # 15131 02/25/2009/ca Secfion 2. That the City Council of the City of Port Arthur hereby awazds a mowing contract, based on a mowing frequency as follows: Zero/None in January or February; 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 (18) cuts, to TREY'S TRACTOR SERVICE for Groups 6, 11, and 12 in the amount not to exceed $36,360. Section 3. That the City Manager of the City of Port Arthur is hereby authorized to execute on behalf of the City, a contract between the City of Port Arthur and TREY' S TRACTOR SERVICE for an amount not to exceed $36,360 for mowing for the Pazks Division on various City property, pazks and right-of--ways in the City of Port Arthur, Texas, copies of said contract aze attached hereto as Exhibit "B". Section 4. That said Contract is an exact duplicate of a City standazd form contract, a copy of which is hereby incorporated by reference, except for the changes described in the Certificate of Standazd Form, a copy of which is attached hereto and made a part hereof as Exhibit "C", and said changes aze hereby approved. Section 5. That funding is or will be made available in the Pazks & Recreation Division FY 2009 Budget Account No. 001-1207-531.31-00. Section 6. That a copy of the caption of this Resolufion be spread upon the Minutes of the City Council. P. R. # 15131 02/25/2009/ca READ, ADOPTED AND APPROVED THIS day of A.D., 2009, at a Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: Ayes: N Mayor ATTEST: Acting City Secretary APPRQ~ AS O FORM: City Attorney APPROVED FOR ADMINISTRATION: City Manager Director of Parks and Recreation APPROVED AS TO AV'AILABITY OF FUNDS: Director of Finance Purchasing Manager EXHIBIT "A" CITY OF PORT ARTIiUR TEXAS BID SHEET DESCRIPTION: MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHTS-OF-WAX IN GROUPS 1,2,3,5,6,9,10,11, AND 12 IN THE CITY OF PORT ARTHUR BID OPENING DATE: FEBRUARY 18, 2009 NAME OF BIDDER NAME OF BIDDER NAME OF BIDDER NAME OF BIDDER SEYMOUR ENTERPRISES GRASSHOPPER LAWN SERVICE TOMAHAWK LAWN SERVICE 'PREY'S TRACTOR SERVICE ITEM UOM ITEM UNIT COST UNIT COST UNIT COST UNIT COST 1 CUTS MOWING GROUP 1 $ 575 NO BID $ $ 650 2 CUTS MOWING GROUP 2 $ 395 $ 800 $ 520 NO BID 3 CUTS MOWING GROUP 3A $ 1,595 NO BID $ 2,550 NO BID 4 CUTS MOWING GROUP 3B $ 1,495 NO BID $ 2,550 NO BID 5 CUTS MOWING GROUP 5 $ 575 $ 1,835 $ 675 NO BID 6 CUTS MOWING GROUP 6 NO BID NO BID $ 1,075 $ 7 CUTS MOWING GROUP 9 $ 485 $ 2,275 $ 525 $ 525 8 CUTS MOWING GROUP 10 $ 385 $ 850 $ 750 $ 475 9 CllTS MOWING GROUP 11 NO BID $ 625 NO BID $.~41~0 10 CUTS MOWING GROUP 12 NO BID NO BID NO BID $ PLACE OF BUSINESS NEDERLAND ,TX PORT ARTHiJR ,TX GROVES, TX PORT ARTHUR, TX Page 1 oP2 DESCRIPTION: MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHTS-OF-WAY IN GROUPS 1,2,3,S,G,9,10,11, AND 12 IN THE CITY OF PORT ARTHUR ,~ Z~?c~~~~ BID OPENING DATE: FEBRUARY 18, 2009 NAME OF BIDDER NAME OF BIDDER NAME OF BIDDER NAME OF BIDDER SCOTT LAWN CARE SOUTHEAST TEXAS LAWN MAINTENANCE TOTAL LAWN CARE ITEM UOM ITEM UNIT COST UNIT COST UNIT COST UNIT COST 1 CUTS MOWING GROUP 1 NO BID BID DISQUALIFIED BID DISQUALIFIED 2 CUTS MOWING GROUP 2 NO BID BID DISQUALIFIED BID DISQUALIFIED 3 CUTS MOWING GROUP 3A $ 3,250 BID DISQUALIFIED BID DIS UALIFIED 4 CUTS MOWING GROUP 3B $ 3,250 BID DIS UALIFIED BID DISQUALIFIED 5 CUTS MOWING GROUP 5 $ 1,000 BID DISQUALIFIED BID DISQUALIFIED 6 CUTS MOWING GROUP 6 NO BID BID DISQUALIFIED BID DISQUALIFIED 7 CUTS MOWING GROUP 9 $ 1,200 BID DISQUALIFIED BID DISQUALIFIED 8 CUTS MOWING GROUP 10 $ 800 BID DISQUALIFIED BID DIS UALIFIED 9 CUTS MOWING GROUP 11 NO BID BID DISQUALIFIED BID DISQUALIFIED 10 CUTS MOWING GROUP 12 NO BID BID DIS UALIFIED BID DIS UALIFIED PLACE OE USINESS BEAUMONT, TX BEAUMONT ,TX PORT ARTHUK, TX Page 2 of 2 City of Port Arthur Parks and Recreation Mowing Groups MOWING AREAS GROUP I-North Griffttrg Park A. Town Hall Park B. Holl}naood at 32"d Street C. Sunken Court Boulevard Esplanade-Twin City to Lombardy D.-Evergreen-Boulevard Esplanade, Griffing t6 T}~i=rell " -_____ ._.. ___ ._ _ _ _ . . _ _ _ E. Twin City Highway at 32"d Street F Lombardy Right - of- I~Y'ays from 32"d Street to 9`h Avenue (Yl'est Right - of- Yd'ays) only GROUP II-Sout{r Griffing Park .4. Hermann Park B. Rosedale at Date Street C. Glemvood at Date Street D. Evergreen at Forest Drive E. Evergreen at Glenwood F. 9"'Avenue at Evero~r•een G. Las Palmas Boulevard Esplanade from Grim; Drive to south end of bh~d. K Oaklmvn Right - of- ld~ays to Dn~den Road GROUP III(A)-9'h Avenue Including Blackberry Lane to Jimmy Johnson Boulevard to Lake Arthur Drive (Section 1) A. 9`h Ave esplanade in center front of library to Stillwell Technical School-both sides (shoulders to drainage ditch bridges) B. Immigrant Park-cut to drainage canal to feeder road on Hwy 73 side and back of TAMS Building C. Blackbem• to Lake Arthur 9'h Avenue- center esplanades at both sides (Shoulders at 45 angle corners) D. 9th Avenue Regional -cut esplanade in center at north side shoulder (45 all corners) GROUP III(B)-9`h Avenue Including Blackberry Lane to Jimmy Johnson Boulevard to Lake Arthur Drive (Section 2) A. Timmy Johnson center esplanades Hwy 69 to Hwy 347 both sides -South and North sides shoulders B. Babe Zaharius Park (Basketball and Tennis Cotuts) - 3500 Jimmy Johnson (cut to ditch line) C. Turtle Creek Drive (Right - of- Wavs and esplanade) H~~ry 69 to 3700 Block of Turtle Creek Drive D. Central Mal] Drive (Right - of -Ways and esplanade) Hwy 69 to Hwy 365 (North Mall Right - of - Ways South Mall Right - of-Ways) GROUP IV -South Gulfivay -Buford to South 15th Avenue A. South Gulfivay from Buford to South 15`h Avenue B. Pearl -South 15th Avenue to South 6`h Avenue C. Buford -South 15th Avenue to South Gulfwav D. Tremont -South 15th to East E. Broadway -South Gulfivay to 19` Avenue F. South 1"Avenue -Tremont to Sabine Pass Port Authority G: Greenwich--South 14th Avenue to South 2"`t Avenue ` ' H. Granger-South 9`h Avenue to South I1`h Avenue to 2"d Avenue I. South 1st Avenue -Dowling fo Texas Bayou Bridge (both sides) J. South 3ra Avenue -Broadway to Granger K. South 2"a Avenue -Greenwich to Granger L. South jth Avenue -Tremont to Broadway M. South 6`h Avenue -Pearl to Greenwich to South 1st Avenue N. South 7th Avenue -Pearl to Greenwich O. South 9'h Avenue -Buford to South Gulfiva_v P. South 11th Avenue -Buford to Mechanic Q. South 8`h Avenue - Dowling to Quinn R. Quinn -South lst Avenue to South 8th Avenue S. South 12`h Avenue -South Gulfivay to Greenwich T. South 13th Avenue -South Gulfway to Greenwich U. South 14`h Avenue -South Gulfway to North Street DEAD END V. South 15th Avenue -South Gulfivay to Buford W 2°a Avenue from South Street DEAD END to Quinn; 3rd Avenue from Welch to South Street DEAD END; 4`h Avenue from Quinn to North Street DEAD END; SvH Avenue from Welch to Quino; 6`h Avenue from Quinn to South Street DEAD END and 8a' Avenue X. Back Ridge Road -Highway 87 to County Sign V. Welch -South 8eh Avenue to South Z"d Avenue Z. South 7th Avenue -Quinn to North Mechanic DEAD END and South ls` Avenue to Southl2`hAvenue GROUP V A. Bryan Paz•k-1000 Gulfu~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 GROUP VI -Port Acres/EI I'is[a Areas .?. Eagle Park B. EI Y ista Park C. Lakeside Park D. bfontrase Park E. Ray Park at Shirley aful Ray GROUP VII -Thomas Boulevard A. Thomas Boulevard from MLK to 9`h Avenue, including both sides to Lincoln Avenue B. Bazbaza Jacket Park, including flats azound park C. Triangle @ Lewis Drive and 9`h Avenue D. Triangles on Bluebonnet Boulevard (includes blocks 1600, 1800, 2300, 2400, and two (2) triangles @ 2800 block) GROUP VIII -Stilwell Boulevard, Woodworth Boulevard, DeQueen Bou[evard, Dryden Road, Kramer/Schuh Place A. Stihvell Boulevard -Lakeshore Drive to 19'h Street B. Woodworth Boulevard -Lakeshore Drive to Gulfivav Drive C. DeQueen Boulevard -Lakeshore Drive to 19`h Street D. Lakeshore Drive - 4100 Block to Stadium Road E. Dryden Road -Procter Street to the Seawall F. Kramer/Schuh Place -Procter Street to the Seawall G. Ditie Triangle -corner of Dixie Drive and Lakeshore Drive H. Bledsoe Place GROUP IX A. London Bridge Pazk - 3100 Touraine Avenue B. Northside underpass @ Highways 73 & 347 C. Cecil Reynolds Pazk - 3900 36`x' Street and 4008 39`" Street GROUP X A. Medical Center Blvd from West Jimmy Johnson to Highway 365 B. West Jimmy Johnson to dead end GROUP XI -Lakeside Addition-Right -of-Ways Cambridge Robinhood Salisbury Prospect Waverly Right - of -Ways as designated -beginning at dead end of streets. NOTE: (A) Right - of -Ways to be cut on the 15a' of each month. (B) Right - of-Ways to be bush-hogged or equivalent. (C) Right - of- W"acs do not require trimming (D) Mowing to begin Mazch 2009 and end December 2009. GROUP XII -Port Acres Addition -Right - of -Ways 62~ 8#reet 63td Street Easy and 62nd Street Diamond and 62"d Street Diamond and Russell Hazel and Russell 59`h Street and Jade Silver and 63`d Street HHy 73 and lade (off H.O. Milts) 64`h Street (2 right-of--ways at this location) 6~u Street Dorsey . _.66th Street_ __.. _.. Right - of- Ways as designated -beginning at dead end of streets. NOTE: (A) Right - of-'W"ays to be cut on the 15d' of each month. (B) Right - of- Ways to be bush-hogged or equivalent. (C) Right - of-Ways do not require trimming (D) Mowing to begin Mazch 2009 and end December 2009. EXHIBIT "B" CONTRACT FOR MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHTS-OF-WAY IN GROUPS 6,11, AND 12 IN THE CITY OF PORT ARTHUR THIS AGREEMENT, made this day of 10~' Mazch , 2009, 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 Trey Villemez doing business as TREY'S TRACTOR SERVICE hereinafter called "CONTRACTOR". WITNESSED: That for and inconsideration of the payment terms, conditions and agreements set forth herein ,OWNER and CONTRACTOR agree as follows: The term of this Contract shall be from Mazch 10, 2009 to Mazch 10, 2010 with an option for the City to renew for one additional yeaz. 2. The Contractor will perform mowing of properties and Rights-0f--Way in Groups Six (6), Eleven (11), and Twelve (12) 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 cost of $ 975 per cut for Group 6, $310 per cut for Group 11, and $735 per cut for Croup 12. The total cost of this contract will not exceed $36,360. 5. The Contractor will commence the work required by the Contract Documents on or before a date to be specified in the "Notice to Mow" and will mow the lots within seven days unless the period for completion is extended otherwise by the contract Documents. 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 8) Notice to Proceed 7. This Agreement shall be binding upon all parties hereto and their respective hens, 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 March 2009. CITY OF PORT ARTHUR Stephen Fitzgibbons, City Manager Signed on the day of March 2009. CONTRACTOR TREY VILLEMEZ TREY'S TRACTOR SERVICE CITY OF PORT ARTHUR ADVERTISEMENT FOR BIDS COMMUNITY DEVELOPMENT GRASS MOWING OF VARIOUS CITY PROPERTIES, PARKS & RIGHT OF WAYS February 1, 2009 February 8, 2009 Public Public Public 89Q 890 p n 890 Public 890 Natives o ces Notices Notices CITY OF PORT GIVEN THAT sealed P.O. Boz 7089, Pod Ar- - 'CfTY OF PORT TEXAS ARTHUR ARTHUR, TEXAS Bids,- addressed 1o the Nur, Texas 77641 no , -ADVERTISEMENT FOR ADVERTISEMENT FOR City of Port Arthur, Vnll be later than 3:00 P.M, Feb- - BIDS BIDS received at the Office of ruary 18, 2009,. and all the City Secretary, City bids received will thereat- NOTICE IS HEREBY NOTICE. IS HEflEBY. Hall, 444 -0th Street or ter be -opened and read GIVEN . THAT sealed -' aloutl at 3:75 P.M.- on ~ the Bids, addressed to -Fehruary l8, 2009 in Me . City of Port Arthur, will be City Council Chambers, received at the Office of 5th Floor,.~City Hall, Port the-City Secrelary;City Arthur, Texas for certain Hall; 444 -4th Street or sernces briefly-described p,0: Boz 1089, Port Ar- as: ,.. .. ihur, Texas 77641 no Grass Mowing of later than 3:00 P.M., Feb- - Various City Properties, - 2009, and all ruary 18, bids received will thereaf- Parks,-& Rights of ` -ter be opened and read Way in the City of aloud at 3:15 P.M. on - ~ Port Arthur '•. - Fehrvary 18, 2009 in the Ar ~ ~`MANDATORy City Council Chambers, PRE•BID MEETING IS Sfh Floor, City Hall, Pon SCHEDULED ~ FOR Arthuf,-Texas for certain WEDNESDAY, FEBRU-. services beefy described ' -- ARC 11. T008, 9:00-A.M., asr . ..: AT THE PARKS & REC• Grass Mowing of REATION BUILDING LO- CATED AT ~ 1308 9TH 4arious City Properties, AVENUE, -PORT -~-AR- Parks, & Rights of THUR, TEXAS, 77642. Way In the City of - - - _ Port Arthur Capies of the. Bid $pedti- A ~~~~-~--~~MANDATORY cations and other Can- baG Documents are on PRE-BfD -MEETING !S file-in Gie Purchasing Of- SCHEDULED. - - ~ FOR five, ~444~ 4th Sheet, Port -WEDNESDAY, ~ FEBRU- Arthur, Texas and are ARY 11, 21109, 9:00 A.M, open tot pdbfic inspei0on~-~- AT 7NE PARKS & REC- without. charge or they: REATION BUILDING Lo- ran be~retrtevedldown•~ CATED AT 1308 9TH loaded'.iram`the City's AVENUE, -PORT AR- website: ~ THUR, TEXAS, 77642. www.portarihur.net Copies of the Bid Specifi- cations and other Con- Bids received after dos- trod Documents are on ing dme mTl be reNmed fle in fhe Purchasing Of- unopened. fica,~444 4th Street, Part -- Arthur, ~. Texas and are the City of Part Arthur re- opeq for public inspection serves Ne nghf to reject withdut charge or they any-and all bids end to can be-retdeveNdown- ' ,warve infomwlNes. s Idaded from the City - - websAe: - - _ ;' (~$hawna Tubbs ~~. ~-. -Shawna Tubbs www.portarthur.het - Puchasing Manager ~„ " . , . - - Bids received after clos- ing:Ome will be resumed unopened; - The City of Fort Arthur re- serves the dgM to reject CITY OF PORT ARTHUR GENERAL SPECIFICATIONS GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in the Bid or Proposal Specifications listed in this Bid Package. The intent of this INVITATION TO BID (ITB) is to provide bidders with sufficient information to prepare SEALED BIDS 1N DUPLICATE for furnishing: MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHTS-OF-WAY IN GROUPS 1, 2, 3, 5, 6, 9, 10,11 and 12 IN THE CITY OF PORT ARTHUR Bids must be in a sealed envelope addressed to the City Secretary City of Port Arthur P. O. Box 1089 Port Arthur Texas 77641. Bids shall be received no later than 3:00 P. M. February 18 2009 Bid proposal MUST BE SIGNED BY THE BIDDER. All bids meeting the intent of this request for bid will be considered for awazd. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such alist-shall indicate-that the bidder has not taken exception and the City shall hold the bidder responsible to perform in strict accordance with the specifcations of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. The City reserves the right to: 1. Reject any and all bids, and to make no award if it deems such action to be in its best interest. 2. Awazd bids on one area or multiple azeas, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities, or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. The City has the right to verify the resources of a company in its ability to complete a project. The City may request a list of employees and equipment within that company assigned to the project. Proof of capacity is the responsibility of the contractor; failure to do so will be grounds for termination of the contract. S. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within S% 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. 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 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 awazd. 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 awazd a contract to a company that is in azrears 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, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the Ciry of Port Arthur's Purchasing Manager. Addenda will be mailed to all who are known to have received a copy of the ITB. Offeror's shall acknowledge receipt of all addenda. 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. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appeaz on all itemized invoices. INV~ES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Parks & Recreation, P. O. Box 1089, Port Arthur, Texas 77641. PAY_~'i'; Payment will be made upon receipt of two (2) original invoices and verification by Environmental Health the work has been done properly. SALE~AX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas. 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. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract as provided by Chapter 573 Government Code; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY Ordinances prohibits the City from granting any license, lprivilegeoor pay ng moon y to anyone owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. CON- T~ The following will comprise the contract between the City and the successful bidder: 1. Agreement 2. Advertisement for Bids 3. Addenda 4. General Information S. Specifications 6. Bid 7. Notice ofAwazd 8. Notice to Proceed QUANTITIES: Quantities shown aze estimated, based on projected use. It is specifically understood and agreed that these quantities aze approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. All bids will remain in effect for one year. No person has the authority to verbally alter these specifications. Any interpretations, corrections or changes to this ITB 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. SHIPPING INFORMATION• All bids aze to be F.O.B., City of Port Arthur, Port Arthur, Texas 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either P~3' CONTRACTOR'S OBLIGATIONS• The Contractor shall and will, in good workmanlike manner, perform all work and famish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the appaent omission from it of a detailed description concerning any point shall be regazded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. Questions concerning this ITB or additional information should be directed to Thad Sanders at (409) 983-8152. TERMINATION FOR CAUSE• If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (IS) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City ?~y virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any hme giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. EXPERIENCE & CAPABILITY: Bidder shall include the following information to describe the experience and capability-factors of the company: (This information must be included with contractor's submitted bid proposal) 1. Number of years in operation. 2. Largest area mowed currently in effect with a business. 3. Number of employees currently employed, their job titles, and their job descriptions. 4. Documentation proving you have the required equipment stated in the specifications. 5. Be otherwise qualified and eligible to receive an award. 6. Other major companies or azeas that it has contracted to mow. 7. If a company wants to cut more than two (2) areas of the City, the company must show that it has the equipment and employees to handle more than two azeas. 8. Existing mowing schedule for your existing contracts and your proposed mowing schedule for all of the azeas that you bid based on the expected volume of cutting in these areas. 9. If you plan to expand your employees and your equipment to handle the areas to be bid, please provide information indicating your capabilities to maintain those areas. 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 necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute anagreement -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. INSU~CE; All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contractor shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits Commercial General Liability occurrence type insurance (City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of $100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; and, b. Property Damage $100,000 per occurrence regazdless of contract amount; and, c. Minimum aggregate policy yeaz limit of $1,000,000 far contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $100,000. 2. Commercial Automobile Liability Insurance (Including owned, non- owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits aze $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 (I S) 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. 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. CITY OF PORT ARTHUR, TEXAS TECHNICAL SPECIFICATIONS FOR GRASS MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHTS-OF-WAY IN THE CITY SCOPE 1.1 These specifications concern the mowing of grass, weeds and uncultured plants on vazious City properties, parks, and rights-of--way 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 service, to perform and complete all work in an efficient and workman-like manner as specified in the following. 2. WORK ASSIGNMENT 2.1 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 maybe granted 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. MOWING SPECIFICATIONS 3.1 Each azea 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 The area will be cleazed of litter and 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. 3.4 Limits of mowing are defined as the property lines of pazk rights-of--way 8-10 feet off pavement. Comers at intersections will be mowed at a 45 degree angle to the intersection for a 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 aze noted on bid schedule. See page 18. 3.6 Along some Rights~f--Way it should be noted that they are maintained by citizens in some areas. 4. MONOFILAMENT TRIMMING 4.1 Contractor shall neatly trim along sidewalks, curbs, and abutting fences. Trim around poles, signs, pazk apparatus, tables and structures, etc. to a radius of three (3) feet. Belle rin~,~ng *r ,'ppa~s «~ill 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 year). 5.2 Contractor will be responsible for collecting and disposing 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=Pazk Maintenance See following page(s) GROUP 1 -North Griffing Park A. Town Hall Pazk B. Hollywood at 32"d Street C. Sunken Court Boulevard-Esplanade-T--win Cii}tto L-ombardy D. Evergreen Boulevard Esplanade. Griffing to Tyrell E. Twin City Highway at 32nd Street F. Lombardy Rights-of--Way from 32"d Street to 9ei Avenue (West Rights-of- Way) only GROUP 2 -South Griffing Park A. Hermann Pazk B. Rosedale at Date Street C. Glenwood at Date Street D. Evergreen at Forest Drive E. Evergreen at Glenwood F. 9th Avenue at Evergreen G. Las Palmas Boulevazd Esplanade from Griffing Drive to south nd of blvd. H. Oaklawn Rights-of--Way to Dryden Road GROI7P_3 (A1 - 9`h Avenue Including Blackberry Lane to Jimmy Johnson Boulevard to Lake Arthur Drive (Section 1) A. 9`h Ave esplanade in center front of library to Stillwell Technical School-both sides (shoulders to drainage ditch bridges) B. Immigrant Park-cut to drainage canal to feeder road on Hwy 73 side and back of TAMS Building C. Blackberry to Lake Arthur 9`h Avenue- center esplanades at both sides (Shoulders at 45 angle corners) D. 9`h Avenue Regional -cut esplanade in center at north side shoulder (45 all corners) GRO-UP-~1_- 9~h Avenue Including Blackberry Lane to Jimmy Johnson Boulevard to Lake Arthur Drive (Section 2) A. Jimmy Johnson center esplanades Hwy 69 to Hwy 347 both sides -South and Noah sides shoulders B. Babe Zaharius Pazk (Basketball and Tennis Courts) - 3500 Jimmy Johnson (cut to ditch line) C. Turtle Creek Drive (Rights-of--Way and esplanade) Hwy 69 to 3700 Block of Turtle Creek Drive D. Central Mall Drive (Rights-of--Way and esplanade) Hwy 69 to Hwy 365 (North Mall Right - of -Ways South Mall Rights-of--Way) GROUPS A. Bryan Park - 1000 Gulfway Drive, including inside train area B. Roosevelt Pazk - 1900 Gulfway Drive, including along ditch area C. Hughen Park - 2700 Lakeshore Drive D. Civic Park - 220 Lakeshore Drive E. Flats on Lakeshore Drive GROUP 6 -Port Acres/ EI Vista Areas A. Eagle Park B. EI Vista Pazk C. Lakeside Park D. Montrose Park E. Ray Park at Shirley and Ray GROUP9 A. London Bridge Park - 3100 Touraine Avenue B. Northside underpass @ Highways 73 & 347 C. Cecil Reynolds Park - 3900 36`h Street and 4008 39`h Street GROUP 10 A. Medical Center Blvd from West Jimmy Johnson to Highway 365 B. West Jimmy Johnson to dead end GROUP 11-Lakeside Addition-Rights-of--Way A. Cambridge B. Robinhood C. Salisbury D. Prospect E. Waverly GROUP 12 -Port Acres Addition -Rights-of-R'av A. 62nd Street B. 63`d Street C. Easy and 62"d Street D. Diamond and 62"d Street E. Diamond and Russell F. Hazel and Russell G. 59d' Street and Jade H. Silver and 63`d Street I. Hwy 73 and Jade (off H.O. Mills) J. 64`s Street (2 right-of--ways at this location) K. 65d' Street L. Dorsey M. 66`h Street Rights-of--Way as designated - beginning at dead end of streets. NOTE: (A) Rights-of--Way to be cut on the 15`h of each month. (B) Rights-of--Way to be bush-hogged or equivalent. (C) Rights-of--Way do not require trimming (D) Mowing to begin March 2009 and end December 2009. City of Port Arthur "2009" Contractor Mowing Schedule Month # of Cuts Week(s) beginning: January 2009 NO CUTS February 2009 NO CUTS March 2009 Two March 8` ' Mazch 22" April 2009 Two April 12` , Apri126 May 2009 Two May 10 ,May 24 June 2009 Two June 14 ,June 28 July 2009 Two July 12 ,July 26 August 2009 Two August 9 ,August 23` September 2009 Two September 13 ,September 27` October 2009 Two October 11 ` ,October 25` November 2009 One November 15` December 2009 One December 13` *NOTES: 1. The Parks and Recreation Department office must be notified immediately following, or within the week of, cutting for payment processing. 2. In weeks in which inclement weather or other conditions preclude cutting, the Parks and Recreation Department is to be notified immediately. 3. Failure to adhere to I and 2 above can result in non-payment. Reviewed by: Thad Sanders, Recreation Coordinator Date Harriet Collins, Parks Maintenance Supervisor Approved by: Date Dr. Albert Thigpen, Interim Director, Pazks & Recreation Date CITY OF PORT ARTHTIR, TEXAS BID PROPOSAL PAGE PAGE 1 OF 2 FEBRUARY" 18, 2409 Bid Proposal for: I~IO W"ING OF VARIOUS CITY PROPERTIES, -PARKS AND RIG$TS-OF-WAY IN GROUPS 1, 2, 3, 5, 6, 9,10,11 and 12 IN THE CITY OF PORT ARTHUR The undersigned ~ ~ -~~ 1., ~. _ _ ~ . _ e ''77 ,whose principal place of business is ro, } ~,t4 / f x submits herewith, in conformity with the General Instructions, Conditions, and Specifications for the following Bid: OUTLINE OF BID: ITEM # DESCRIPTION PRICE PER CUT 1' MOWING AREA 1 $ ~ ~ S ~ x~ 2. MOtiVING AREA 2 ~ v/~ B; '. MOWl~i 1G AREA 3A $ N o ~ 4. MOWING AREA 3B g y1/o ~ . ----L~ 5' MOWING AREA 5 $ r/_ ~ p 6" MOWING AREA 6 $ 9_ •]= 7 1~0-WING AREA 9 S ~ 1-S vv ~... 8. MOWING AREA 10 $ ~" 75 ~ ~ Xr 9. MOWING AREA I 1 $~ ~ ~ 10. MOWING AREA 12 $ ~='-~° _- __- _ _ _ - _.....-P_age_I ~_of-23 _:. ~- - --- --- ---- CITY OF PORT ARTHUR, TEXAS BID PROPOSAL PAGE PAGE 2 OF Z FEBRUARY 13.2009 Receipt of addenda is acknowledged: No. I Dated No. 2 Dated ~I E~ Tc~• e \ 'S ~ Q ~ f or ~eY V~`c CO ANY NAME STREET ADDRESS ~i /~-L~3.r~ SIGN BIDDER Received Received Zqh P.O. BOX (P OR TYPE NAME) CITY STATE ZIP O v N 0 ~ TITLE yo g 7a.-~- oi9~f AREA CODE TELEPHONE NO. EMAIL _ _ _ _ _ . -_ Page 20 of 23 - -- --- BH3 OPENI~~TG DATE: FEBRUARY 18.2009 CITY OF PORT ARTHUR L~ISTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REVIIT` TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY //rQ `'S~r 9 c ~o r S ~ 1' /~ C ADDRESS F~ ~ 1, ~, ' E' r ~- ~ i L 4 n 2 CITY/STATE/ZIP SEND PURCHASE ORDER TO: S V, ~~ e colviPANY J r e ~r'.~ r g c. f o r e~ ~// ADDRESS ~~ b~ ~¢ r v y L 9 n¢ CITY/STATE/ZIP }7p r t ~ / t ~ v . ~X ~ ~~ ~ ~ TAX IDENTIFICATION NUMBER ~I S I _ 7 3 ~ ~ ~-1-- D __. __ Page 21 of 23 PLEASE NOT.4R77F Ai~ID RETURN THIS AFFIDAVIT AS P.~1RT OF THE BID PROPOSAL AFFIDAVIT All pages in the offeror's bid proposal containing statements, letters, etc. shall be signed by a duly authorized officer of the campany, 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 Ciry 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 OFFEROR: Ire`s ~a~ +e- Se-~.`~P JQ~~/'~Ir_~~ TITLE ~ ,1 n e r ADDRESS ~ I ~ 6 (t.-~, L q~ CITY/STATE/ZIP ~~ ~ ~ ~~ fi ti,, r ~'~ 7 7 (y o TELEPHONE NUMBER ~ 0 ~ 7 1- ~Q - Q f q ~ SIGNATURE ~ n,c ~ i /: ~, STATE T ~ COUNTY~~ SUTTBSCRIBE AND SWORN to before me by the above named -Lr~-V l ~~e YY1P7 on this the I Q~ day of 2 y' 0. , 20Q~. a ~` awawa~u m P: nnco~~srorroca~es otaryPublic • ~~+ OcY~beri9, 1012 •-- -- .,_- _, ._ ,._ _._ P..age 22 of 23_.-_ ~__.~. _ CONFLICT OF INTEREST QUESTIOiV~1AIRE for 4endor or other person doing business with local governmental entity FO~1 CIQ This questionnaire reflects changes made to the taw by H.B. 1491, 80 Leg., Aegulaz Session. This questionnaire is being filed in accordance with Chapter 176, Local Govenment Code by a person who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the person meets requirements under Section 176.006 (a). Bylaw this questionnaire must be filed with the records adtttitustrator of the local governmental entity not later than the 7`"business day after the date the person becomes awaze of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Sec[ion 176.006, Local Government Code. An offense under this section is a CIass C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. 2• ^ Checlc this box if you are Lung an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7`" business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of local a government officer with whom filer has employment or Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filerhas an employment or other business relationship as defined by Section 176.001 (1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary, A. Is the local government officer named in [his section receiving or Itkely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes ^ No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes ~ No C. Is the filer of this questionnaire employed by a corporation or other ^ Yes ^ No D. Describe each employment or business relationship with the local government officer named in this section. 4. wi[It Page 23 of23 EXHIBIT "C" r '. tUryafPalPiaruq -. " ILr+Lkpmtm0nt) s (flaouFad Femd (7lY00} {f0J7ja0J Pft710pJ ' mz Ha.6W mra~=oj .. CE1171F7CA7E OP L7AN0AA0 r`ORM CONTWII;T At0q sAk• r GEPpRTbIgYY/I~(;yr~DClT7C0uHCKgGFNDA r J cadi7 Qlat th0 ewprtia plu04autcr ca110a taitl eordr0ep et7uatl 10 100 0datlt0d proposed Cllr COOnei flcadua0q Nd. k an acct dup0oala of M aPpirabl0 uandard lam oonbact (pia ptla 01 rfilch k sirotvy 608ay P'a+^ewN OPPra"0tl br Ihn Law dapenmaM Oda adoPlad ae A slondard [arm . b1or+W amf lravd bean ®cd br ]rr7h oo naee~s h Wr Cmmep ResatuaatL mo:ept ki dm 0!)' Ia)0rm01fop and areapl !or 0~e 0h0rtryoa daxrflM 6abx. ~ _ T1re d0a W the OPPfca6lc :lendad tarot annaael is - ! 1 Faderaq~ Funded Cau4trNpn Cordrao4 Havt;ad V7M0. 7J00• 000 r I) Ofw+Fadady Amdad Can:lrtleaon Canbaet, RavLOtl 1/7!60, 7J00, ~Qry0 (! Fedad • Arolosslo'nd 8rrdcea • Eryhrcarin0 COMaa.Retted 7f~+IW; srLO (41a17(00(Fra) (j Hart-FWaW-Rota;ctonal:.atiku-E^7'"a°InP ~lrxLflovbad `-c , . f/s/aa, 4I00(d]iQ• »o0(ga), Not 1) COGC - frrolai:onel Larvkw • Erylncakt7Canbael, tfc'Acod 715Ja0, hla0 ptOj, 7NDjrp) i . { I Fcdaral • Profa_.hrw) SorNaw • Non.i-ntlinearal7 (Carkrdlant) ConVxL RadxO 1P+/a0. Wa915t0). 9100jdaJ, . )1 N®*Foderal . P~ot~clannt 9orviaas - f{on{ngFnoanny (faniyparyj CanaaaL fl9.rf:od 1/•d00„v/09(0rOj, ' ~ 7100(5¢). f) CDt74-Prefa:,iand:Wea:-fJOn•En07aearhrD lCon:utanq ~CoatraeL Aavi:Oa }Jfy0o. 01d9f5F0f. rm0(50)• 13 Qllxr Standard Ferfi CpnpoeL.dC;Gyed as lo0aw:: ~ ~ ~ " 7hc sPtaryr, tea or JoOa w• (pN an ;S' in 0u epProPriola j 11 ~• ~ , I f ~fo~orrj~ ~ar$radprovtion: aFlnc Indk:lad Pa0e, sec0on, Nc. of Iha addcrdlvrm new bean ddalcd DHLET19X5 . Po0e Hamner Saetia] er Pa ra . Wfia>a a9 Ah Na Suhuaylwr ar Dtlatey Prove•Jan a' W~Gan S WP+ro-roPh He. - k •. T.eniartlc Revt]IOn and GaFl7an Fevni 6r 5____`r,,,d,,,-perm' D~ML! Fmn, F ,n ~'aa~ Pr°'~On Da]alpaan c! "1-mom F rn Prauhkm OnMtcrf , rT ~~. i .. t ,` ~" Y+~I:vaolrylro7 pG4seta at StOndad Farm Fara~ad, papa 21 11 ~ a ~ ~cd AtorTshu~s a! 9k a~dlutad p'a9a, saa diScd; r !a ~a ~~~. Yon, ak, of Na :kndtx0 farts hays Goon Wlcrod, ~ , RL7F/yppNS, MOAlFlCA7101J5, q~'IACL•AfENTS, ~, , , Papo ¢ A eyrpen Pape No, § of 4 N0. 6 Sa6 5 a Sub 1 No. C tl ., :ub ¢ 4 caPtlan. ale: lYhcro • ~ Provi;7 Fotnd- ap ~ an A Oap{ipn ~ 9oa~.fyt e1 cdd Loa4aq MidiaetNeyw ~ r d SNndmdFoan 8lnndardFann ~ wh(N ~C A ~~.••~ Mend, ak. ' ~ provtaio 1 ~ ardabn Abe e4 C N•b~ 61MIOatd 6 erm , ~aaa+pail Gl , g { I 1 7Ga kawdng ProrEJarp have 8 . aen addad IoSa#d Coaaaek ' Suh;oappp Ar7da, Sactlon and Ca)rlkn ~ CQpllorc ale. o(Said Con C t i h (iaM fY , ' o w ns t e AddMprpvlrlen xnd 0 ~ .+ hich an 76 " 0! r I Iariha eeriry 9ha1 said altxhed Ptapo:od Gly Cound RaaiyWon wnfains 8to klbtrmp Prarldan: ~ . ~ ' Gficok of~SWirdmd ~asa:l dupf(catac t a Ciy SWtdard Foan Conlracl artcopt lar tl+o"clwrges dzcrWW in Utc • ~' . xanca, ~4 CanY~b° ePY ! tvNch h daachad hcrela a+rli' and ~ Y • p Y ,11, and :dd ch a: aro Y approvad.• hareb scar otakd 6 i'Mki:tand awf fhb trrLAcelc WA 4o ra0od on by Nra 4w QoParMtanl h, rod mlerm and 6y iha Cdy h ~ ' . nawhg aM adoA~7 (a rojaetlnp) told Rcm~ktloy ~aAMa+~dCatsa eL~. nW ---~ . . ~W''Witpa .. .r .* :- ~