Loading...
HomeMy WebLinkAboutPR 22317: AN AGREEMENT WITH SOUTH EAST TEXAS LAWN & MAINTENANCE, GRASS CUTTING SERVICES AT THE CIVIC CENTER AREA Memorandum City of Port Arthur, Texas Robert A. "Bob"Bowers Civic Center To: The Honorable Mayor and City Council Through: Ron Burton, City Manager From: Adam J Saunders, Civic Center Dir RE: Proposed Resolution No. P.R. 22317 REQUEST: The Civic Center Department is responsible for grass cutting services for eight City of Port Arthur owned buildings. GP Evans Contractor, LLC of Port Arthur was the lowest bidder, but withdrew their bid. This left South East Texas Lawn and Maintenance as the next lowest bidder. South East Texas Lawn & Maintenance of Beaumont, TX will perform the Grass Cutting Services at the Civic Center Department buildings for $1230.00 per cut at an estimated 42 cuts per year for a total cost of$51,660.00 per year. The following is a list of the buildings: • Civic Center • Sabine Pass Comm. • Rosehill Manor • Department Club Ctr • West Side Dev Ctr • Ryman Building & Clinic • El Vista Comm Ctr ANALYSIS/CONSIDERATION: Purchasing advertised for the grass cutting services of the Civic Center Department Buildings on November 19 &26, 2021. The bids provided, at an estimated per year cost (42 cuts), are stated below: • GP Evans Contractor, LLC Service $31,067.00 (Bid Withdrawn) • South East Texas Lawn& Maint $51,660.00 • BST Solutions $165,900.00 • Dalton's Landscaping $69,930.00 • Brush Master II, LTD $194,040.00 • MS Service $61,530.00 • B&H Enterprise, LLC $93,240.00 RECOMMENDATION A resolution authorizing the City Manager to enter into an agreement with South East Texas Lawn&Maintenance of Beaumont, TX for Grass Cutting Services at the Civic Center Department buildings for an estimated cost of$51,660.00 per year. BUDGETARY AND FISCAL EFFECT Funds are available in Account No. 001-15-043-5311-00-20-000- STAFFING EFFECT None Pr22317 P.R. No. 22317 1/18/2021 AJS PAGE 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH SOUTH EAST TEXAS LAWN & MAINTENANCE OF BEAUMONT, TEXAS FOR GRASS CUTTING SERVICES AT THE CIVIC CENTER DEPARTMENT BUILDINGS WITH A PROJECTED BUDGETARY IMPACT OF $51,660.00 PER YEAR. FUNDING AVAILABLE IN CIVIC CENTER ACCOUNT NUMBER 001-15- 043-5311-00-20-000- WHEREAS, there is a need for grass cutting services for the Civic Center Department Buildings and the Purchasing Department advertised in the Port Arthur News for bids on November 19 &26, 2021, with bid opening on December 17, 2021; and WHEREAS, a copy of the bid tabulation is attached hereto as Exhibit"A"; and WHEREAS, GP Evans Contractor, LLC of Port Arthur, Texas, was the lowest bidder, but has withdrawn their bid from consideration; and WHEREAS, South East Texas Lawn & Maintenance of Beaumont, Texas, was the next lowest bidder; and WHEREAS, this contract will begin from the date of the Notice To Proceed and end on September 30, 2022,with an option to renew for two additional one-year extension; and WHEREAS, the City of Port Arthur has received a bid from South East Texas Lawn & Maintenance of Beaumont, Texas for Grass Cutting Services at the Civic Center Department buildings with a projected budgetary impact of$51,660.00 per year; and, WHEREAS, the City Council deems it is in the best interest of the City to approve and authorize the City Manager to execute an agreement on behalf of the City of Port Arthur between South East Texas Lawn & Maintenance of Beaumont, Texas and the City in substantially the same form as set forth in Exhibit"B"; and, WHEREAS, after evaluation of the proposal, the City Council deems it is in the best interest of the City to award the Grass Cutting Services at the Civic Center Department buildings Pr22317 to South East Texas Lawn & Maintenance of Beaumont, Texas, with a contract beginning from the date of the Notice To Proceed and ending on September 30, 2022, with an option to renew for one additional year. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: Section 1. That the facts and opinions in the preamble are true and correct. Section 2. That, the City Manager is hereby authorized to execute an agreement on between South East Texas Lawn & Maintenance of Beaumont, Texas and the City, in substantially the same form as attached hereto as Exhibit"A". Section 3. 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 February, 2022, A.D., at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following vote: AYES: Mayor: Councilmembers: • NOES: Thurman"Bill"Bartie, Mayor ATTEST: Sherri Bellard, City Secretary APPROVED AS TO FORM: v41gValecia Ti no, City Attorney Pr22317 P.R. No. 22317 1/18/2021 AJS PAGE 3 of 3 APPROVED FOR ADMINISTRATION: Ronald Burton, City Manager APPROVED AS TO FUND AVAILABILITY: +<CA../\__ . �1 I " 4.4104;; Kandy Daniel, Clifton Williams, CPPB Interim Director of Finance Purchasing Manager Adam Saunders Pr22317 EXHIBIT " A" Y. =' " rr U o 0 0 0 0 0 0 0 0 IMPj1�, •L ^ L O O O O O O O 0 O O IA IIIII` G d O v'1 vl - O •• C c) v1 M L C. O N N C O C O O [� ., ar a- N N N EA 69 v ��,y Ose, -,... 6A 69 69 6R FA 64 7 G o U a • 1 ... . _ o,... -a ›, ,-.). CjIL ..,c., J. ..., , .5 o. = v O O O O 'o O O O 'cc, c U Q O 69 EA so V3 6F1 O N y C o9 64 69 5R ,-. ~ as U N E W co elq U t, el � V G yMI/� •~ — ' ' Yew 4 C 0 ..a X el ""� E, U o 0 0 0 0 0 0 0 0 0 0 en A•. V a c o L 1, o 0 0 0 0 0 0 0 0 0 C� c • v d+ o O N 00 00 0 o N 0o c ri o �S CJ A •t, $ C' 'C v1 'C v1 v1 O O v, In O r; y 00 d- 00 M M M M •I' M In y O .L. V 69 69 b9 69 69 61 69 69 69 E„ _- q V Aw '0:.� tit Z C — on V •.. .. E w 40 r L0000a00000 •MA r.�..� � �j e °' o o N o quo .0 'C N .. h ° 6699 RJ EA Erg 69 EH G9 b~�?- 69 SR q a o U c CI A o `� 0 o Cm CIO C L \ cJ a1 Z. A OQ ~ L J v` - v 71 E V L. 'G O :SiOl z. C) 0.) V q o Q• IUc CQ > ar +, '% L v, Q z.c4' A ., 'a - f o 0 c'.. 0 eJ O :11 1 �. Q `O. O 0 U Z -a q 04 Es+ 4. E. E. W vj v C E- < Ai) k a) p u , co c c 0 0 0 0 0 0 0 0 0 o 6 rn ao ' rccp E a 000' •n n O ^ 0 O pO O so C 3 a+ N to , 1 V? e-1 ,-i r I ei N N 1 , .0 N tn. ,n. in. V? to V} rl , 1 ,'t l j G�J O to V O 0 to m V U X c4 1 U^ 0 0 0 0 0 0 4L = 6, O O O 0 0 0 O O O 4 .0 y vi vi 0 0 0 0 0 N O v t '�. VD v1 0o O O O O O Z C Q C EA �6 Ir II' En En EA 64 669 66Ir 9 N4 W L ' b ,.. Q, U -fi C4 M 1 - CI U .a E. o y is U o 0 0 0 0 0 0 0 0 0 0 G o L o 0 0 0 0 0 0 0 0 0 s a 0 0 0 0 0 vi o 0 o vi ,.„ o t a. 0 Ln o in o N 0 0 o N O 0 U ria c. MI bA c� c I ` bA C 7 • Al � � �. .-. C � * * VI r. y E V run :O Y G %, , , z + r i .:C a O v C Oj C +: +: r ; C .7. C O U �• Z a a 4 [. 4 E-. h W CC =ml U Adam Saunders From: Prince Evans <gpevanscontractors@yahoo.com> Sent: Thursday,January 20, 2022 9:58 AM To: Adam Saunders Subject: [NON-CoPA] Re: Grass Cutting Bid Civ Ctr Dpt Attachments: Scan2022-01-20_095443.pdf Yes Sir, Correct. Please see attached signed email to confirm. Thank you! On Thursday, 20 January 2022, 09:29:22 GMT-6, Adam Saunders <adam.saunders@portarthurtx.gov> wrote: This email is to confirm our phone conversation this morning regarding you withdrawing your bid for grass cutting at the Civic Center Dept Buildings. With this withdrawal you will not longer be considered for the grass cutting and your bid is void. Adam J. Saunders, Dir Robert A. "Bob" Bowers Civic Center 3401 Cultural Center Drive Port Arthur, Texas 77642 409-985-8801 This email and its attachments may be confidential and are intended solely for the use of the individual to whom it is addressed. Any views or opinions expressed are solely those of the author and do not necessarily represent those of the City of Port Arthur. If you are not the intended recipient of this email and its attachments, you must take no action based upon them, nor must you copy or show them to anyone. Please reply to the sender if you believe you have received this email in error. 1 Grass Cutting Bid Civ Ctr Dpt From: Adam Saunders (adam.saunders@portarthurtx.gov) To: gpevanscontractors@yahoo.com Cc: clifton.williams@portarthurtx.gov;charmaine.roberson@portarthurtx.gov Date: Thursday, 20 January 2022, 09:29 GMT-6 This email is to confirm our phone conversation this morning regarding you withdrawing your bid for grass cutting at the Civic Center Dept Buildings. With this withdrawal you will not longer be considered for the grass cutting and your bid is void. Adam J. Saunders, Dir Robert A. "Bob" Bowers Civic Center 3401 Cultural Center Drive Port Arthur, Texas 77642 409-985-8801 This email and its attachments may be confidential and are intended solely for the use of the individual to whom.it is addressed.Any views or opinions expressed are solely those of the author and do not necessarily represent those of the City of Port Arthur. If you are not the intended recipient of this email and its attachments, you must take no action based upon them, nor must you copy or show them to anyone. Please reply to the sender if you believe you have received this email in error. EXHIBIT "B" CONTRACT FOR THE GRASS CUTTING SERVICES FOR THE CIVIC CENTER DEPARTMENT BUILDINGS IN THE CITY OF PORT ARTHUR THIS AGREEMENT, made this day of , 2022, 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 South East Texas Lawn & Maintenance Service of Beaumont, Texas, a(n) herein acting by and through , Owner,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: 1. The term of this Agreement shall be for from the date stated on the Notice to Proceed, and end on September 30, 2022, with an option to renew for one (1) additional year, unless sooner terminated under the provision hereof The City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle within fifteen(15) days written notice. 2. The Contractor will perform Grass Cutting Services at the Civic Center Department buildings 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 unit prices shown in the original bid attached hereto. 5. 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 6. This Agreement 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. Signed on this the day of , 2022. OWNER: CITY OF PORT ARTHUR By: Ron Burton City Manager P.O. Box 1089 Port Arthur, TX 77641-1089 Signed and agreed on the day of , 2022. CONTRACTOR: South East Texas Lawn& Maintenance Service By: Print Name: Print Title: -( I I \ (H 1'l)12-1 \,\1 r ) r CL: ADDENDUM NO. ONE ( I) \uNcnil)cr 29. 2021 .Alt )\1 I\(, or CIVIC cr_NTl:lt A lai i I I lii Jii_ ;I111�'I IiIU1Cnr�, deletions_ additions. re\u ion and or modifications are made a part of uocument..s and the documents only in the manner and to the extent hereinafter I :,i and silo!! he incorporated in the contract documents. , • 1 0t rli! ;11:10,2nJ:Wi :h:lll r,lh hreeecic.L:_ 0',CI I uuICInent; 01 the onelncil contract documents and all Iill)I)l'I- S :\1-1•: Rh:O1 l-:ti i VD fO \( k\O\\ 1.1-:1)(;I: S \II) I'ItO\ 151O\S 1\ -1111-: W\11SSIO\ Ul THEIR \ddrnduni a. 1 o11u"tti \1.1\i).\ fOR\ I'RI-:-RIU CO\hi:121:N('I: -\ llortc/atorl' Prc-Bid Conlcrence between Representatives of the City of Port Arthur. Texas and prospective hiddcrs for ,llo)ring at Civic Center itwil!he held at the Civic Center located at 3401 Cultural Center 1)r., Port -irthur TV on December 2, 2021 at 2:00 p.m. The purpose of the \iandatory Pre-Bid Conference to make certain that the scope of work is fully understood. to answer any questions, to clarify the intent of the Contract Documents. and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting. but subsequent thereto, the Purchasing Manager, if necessary•. will issue an addenclum(sl to clarity the intent of the Contract Documents. Bids received from firths or individuals not listed on the roll of attendees of the Mandatory Pre-Bid C•onterence will be rejected and returned unopened to the bidder. if vou have any questions, please contact the Purchasing Division at 409-98 3-8160. NOTE: :\L1, PAGES OF ADI)ENDA MUST BE SIGNED AND SUB\lli TEl) WITH YOUR l;1 DOCL\►E:"TS. C IlrrUn .\i illlarl�_ C P('L3 ., f ttrchasint_f ;�"1�311t1`'OI Iz by 21 SiiTnature of('r .oser Date. �.:: . _-,. SSILY4 E‘ft-7-e-ieekS 1.-44- 1 71 a Company Vendor Name .-1 -( i I 1 ( 1 I ( It"I \It I lit R. I l:\.\S r• IvAr, ‘1)1)i-\Dt Ni \(). TN\() (') 1)crt rul,.•r• -. '1)1 KII) I'DIt: \1( )" I\(, : ): ( I\ ;, ( I 11 K .. ". .I. • .', I.,,,n :Ind ,)r nlodilication, :Uc in,Adc it part ,,r . „1 ii, 11l..- In:, t}CI :Ind to the cXtent hcreirlan.cI- . . ; � II, „f the 01 L..mi)1 cc,ntla�t l�e doco( nt, .m,t \Il 1311)UF fts \K! inO( ! I t I) it ) \( h...O\\ I I I)( .1 •s \II) PRO‘ ISUO\S •I\ 1tll. Stli\ttSS%O\ 01- i UII II lilt). 1. 1)ur hi the tnist:iLc ul N1:11111 the I're-Rid late is I)cecn)hcr !i, 2021 at llt:t)11 am (m I'ulrlicpurelmse.ront, the C its gill have a second \landatot- I're-Rid Date. Contractors that attcrl(lc(1 thy Pre-I;i(I MI I)(•cclnb r 2, 21)21 do not have to attend this one. '. I)F.:\1)1.1\I : 1e.;leil Hid subntitt.dk must he recei\ed and time stamped,by 3:01) p.m., ('etitral Standard Tittle, \\ cdnesdaV, Dcccn)hcl- 15, 2021. (The clock located in the Cit\ Scc.:;.-,:tarN.'s oitice ui(! 11, the oificia time.) :\1i hick received \\ ill be read aloud at 3:15 p.m. on \\"ednesdaV, l>eccmber 5. 2021 in the City Council Chambers, Cite I lull, 5'1' Floor. Port Arthur, TX. You are in\tied to attend. It you .mi\C .ul\ questions, please contact die I'ureh:lsing Division at 409-983-8160.. \(}1 E: .- L1, PAGES OF ADDENI):\ \1LST BE SIGNED ;\NI) Sl 1i\111T1T1•.l) \\ flu IOUlt BID DOCC\IENTS. Chi-bill'\t ilfiam,. C(31) 3 PLIrCha>ine' Manauer ‘,...e...sii,Z.....r..„1,... 011 „„........_)....7„ _ /2//y / / ',!_n:Ini. � .,I'Tell.I„ 1)ttte _;‘,.174‘ el,-)7/W4f leloPf 1 Ai !-'1_ 11t. . 'ompanv Vendor Name . • W p �{ i?E .+:yv��a f ,aiG, 44. • - ,$+t•:,3.+".�'v:�: N �'x<r fix'': • a" ( 111 ( )l 1'( II.) I \1tI111 It. It,\ \'.% - r '� . t icy �-' \I,I11 \Iii \I \li. l liltl I Itl +, Il, n,lrcr 14. 21121 ri f L b 4•;;V, • •_ i iar ' . i � � � � .. rt'� i ail :rY.� 111 1.ca110nS 'all I;i,litC ;l }T.1Il _. :;ll\ sr thc ir,;r;ncl and to the Cstcs,t lt�r�tnati�r n.rl ulttr;, , !WWI U. \IZI 11i ( 1( 1 ' I I li I ( \( 1\\( )\\ I I I)( .I ti \II) 1'ItO\ I\ "llii•.. `1'l.\1l"'`1O\ (lt •I111 II' Ull). \((iIi nlluni Inlinil. \1)I.I\I:: �..,I.J Bil I11LISI 1.cecive(1 and time ;tanlped h\ 3:1111 pan- ( cutral ,"staillartl I inii. I• ri(Ia\• 1)cccnihcr 1 2021- (The clock located in the City Secretor:. •tl+. 111 he the tiny.i rccei\ed \vill he read aloud at 3:1. p.m. un Friday. 1>ecenther 1 2u'1 ;• tlic ( it\ t ounei C hanibers. C il\ I fall. 5`'' }door, Port Arthur. TX. You are invited to attend. Inuit ills\\ Iro111 the Lithiral-\' and (_ I\ is Center u11 to 11\v\ 73 Feeder road. L.onir;iel@r \will be a\\arded all locations. 4. ( o:r,:aotors must manicure cut all locations- On the Schedule each time a contractor rno\\s. thcy mu t :;n and cd_e. ot l e properties contractors are responsible for are the locations listed on the Bid Sheet. ha-- and questions. hlt,i;� c(,ntact the PLtrchasin_ Division at 409-98�-S160. \O"I f 1I.L PAGES OFADI)1:\I):1 US I' BE SIGNED AND SUBMITTED ��1"11-1 1"Ol:lt 1311) DOCL AIENTS C lr;'kt} «illi GPI?I3 n ' " ?" PurChasin<, ' 46;;?...-// /.2/i 4/ 4 / Siunaturc Ot ' Date 7e; e L � / . Company Vendor Name THURMAN BILL BARTIE,MAYOR RONALD BURTON DONALD FRANK,SR.,MAYOR PRO TEM City of CITY MANAGER COUNCIL MEMBERS: SHERRI BELLARD,TRMC INGRID HOLMES CITY SECRETARY CAL JONES n rt rt h u — THOMAS KINLAW III VAL TIZENO 7 KENNETH MARKS CITY ATTORNEY CHARLOTTE MOSES NOVEMBER 29,2021 INVITATION TO BID Mowing of Civic Center Properties DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, December 8, 2021. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, December 8,2021 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P22-014 DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR,TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid should be directed in writing to: City of Port Arthur,TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams@portarthurtx.gov PLEASE SUBMIT FORMS STATED ON PAGE 4 Purchasing Division/Finance Department 1 Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed INVITATION TO BID (ITB)and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope,with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Clifton Williams, CPPB Purchasing Manager Page 2 of 21 INVITATION TO BID Mowing of Civic Center Properties (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 21 SUBMIT THE FOLLOWING FORMS I. BID SHEET-MAKE SURE TO FILL IN PRICE AND THE DAYS 2. EQUIPMENT LIST 3. NON-COLLUSION AFFIDAVIT-(MUST BE NOTARIZED) 4. AFFIDAVIT-(MUST BE NOTARIZED) 5. CONFLICT OF INTEREST -PAGES (IF NO CONFLICT, WRITE NA ON LINE 1 AND SIGN AT THE BOTTOM) 6. HOUSE BILL 89 VERIFICATION 7. SB 252CHAPTER 2252 CERTIFICATION Page 4 of 21 Specifications For Mowing of Civic Center Properties Location of Properties: I. The Robert A "Bob" Bowers Civic Center is located at 3401 Cultural Center Drive. 2. Texas Arts Museum is located at 3501 Cultural Center Dr. 3. The Port Arthur Library is located at 4615 9th Avenue 4. The Ryman Building is located at 3248 39`h Street. 5. The Department Club is located at 1924 Lakeshore Drive. 6. El Vista Community Center located at 615 Ellias 7. The Westside Community Complex is located at 601 Reverend Doctor Ransom Howard Street 8. The Sabine Pass Community Center is Located at 5262 South Gulfway in Sabine Pass. 9. Lions Park is adjacent to the Community Center, the block surrounded by Broadway, 6`h, Tremont and 7th Street. 10. Rose Hill is Located at 100 Woodworth Blvd Scope of Work: 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: Specification for Mowing of Various City Properties: 1. This contract will not include landscaping. 2. Schedule for the cuts is on page 8. Civic Center may alter the schedule is necessary. 3. All litter and debris shall be picked up prior to mowing and then immediately following the actual mowing and trimming. This is to retrieve any litter missed the first time and cut into smaller pieces by the mower. 4. Litter and debris shall be disposed of properly, off site, at the Contractor's expense. 5. Litter and debris shall be defined as an object not intentionally placed at project site for a specific purpose. This shall include but not be limited to paper, wrappers, cans, bottles, building materials, disposable diapers and cigarette butts found on the grounds and all objects found in trash receptacles. This shall also include items produced from a maintenance task such as mowing and/or landscaping. 6. Sweep or blow clean all sidewalks and/or concrete areas affected by work. No grass clippings shall be placed or blown into City's Drainage Culverts or in the street. Page 5 of 21 7. Contactor shall neatly trim (cut and/or using a weed-eater), along sidewalks, curbs trim around poles, signs, and structures, etc. 8. Parking lot and concreted areas, weeds, grass and poison ivy breaking through pavement shall be controlled with approved contact herbicide sprays and/or manual weeding as required. 9. Option A- Requires spraying weeds in the parking lot and around all sidewalks. 10. Option B- requires removal of weeds in the parking lot and around all sidewalks. 11. Proof of current license to spray must be provided with the bid documents if your company is spraying. 12. Contractors will be responsible for any damages to City properties and/or structures. 13. Ruts caused by contractor's equipment shall be filled at contractor's expense. 14. Time extension may be granted due to inclement weather or other act of nature only when contractor request for such extension is submitted to the City's representative. 15. If contractor has a delay in performing scheduled cut, the City will find another contractor to complete that scheduled cut. 16. Contractor must empty all outside trash cans including (under the building) after every cut. Contract Term: 1. City will award the contract for all locations to one contractor. 2. This Contract will terminate approximately twelve (12) months from date of execution with the option to renew one (1) additional year. CONTRACT TERMINATION: 1. Civic Center will submit a certified letter stating the issues. 2. Civic Center will call contractor in for a meeting 3. 3' Notice will be a letter of termination of contract for cause Page 6 of 21 h 44 Ly con a) cC cC `a) W E E E E E E E ao) 0 E E E E •— E •— �, c� U E 4 M ' N N CV CV N �I IZJ HQ w U 0 0 0 0 a) N N o 0 0 4 v E E E E E 3 3 3 E E E U �, � � ~ (9 E E E E = = , E E E v4z 0 1- 1- N CO COCON CD _ � � CU s; CS a � 0 c c � w � L v , m w 7 W d V V 0) 0 0 0 o m a a Yi a) o 4. Q C w EEEE c) 3 3 3 3 E tt w c) j pa E E E E E E E E E E 04 W o ~ to m O iCQ c '� w 7sm E. 4 U a 4! f.i a) �C ,C �C Y Y w ^V 0 0 0 0 0 20 ir R E E E E ' 3 3 3 3 E O a) C� E E E E a) a� a) a� a' E u a) (_) CV e- CO � C) 1/41 U C i . C.) "" rA CA O C 0 V Q > c 7 y V O N i.. O G.T, 4 0 04 64 a y44 0 0 0 a, a, a, e, a, a) 0 0 w E E E 3 3 3 3 3 3 E E , 0 a a 0 a 0 0 0 0 0 a o ,Z E E E E E E E E E E E v — — N N "4 z N 0 7 4. v ~ +I+ CO to U C. ti L. CI CA p p s .� x .se x x Y a, U V 0 0 0 1 ) 0 0 s w E E E 3 3 3 3 3 3 E E a a) a) a) a) a) a> a) a) a.) a) a) :� E E E E E E E E E E E v N N --4 Z 0 o c w A or cda c u on o o w 0 0 C L.y Li 6 .0 VI = E CDCC = v ... Cr*El CU y c Si ITO e� a .a, titio o a,tir� d dri� OZA w ' ,•-',,,, '* '.'.4•44,1;4'4"-•'.',,fti6gfiiAi4e. 01.-.ff- ''''"--'7.-'1-4'. --. '''''Is''''' '5 j'717*-977777714,E. -,,—,,, .,..4.'.-' ' -....” • '''' '' - '- '''''''''..--- ., , ,'-----'.— t . ' 1 ''1"''''"4 Aft W- Grass CuttinG "--"---""--'-- ------"'"-- Equipment List Egli ip/Piet/I QtY Size of Cutting Dec Hush Ho2. -I • ..3- /cro Iurn or Riclin2 iVloN\cr ._.- 5 1 it• It ecdcater Li N/A edge I rim ukTs A/ //9 N/A IA alk Behind c, N/A 3 N/A Chainsal% .5 N/A Blov,er Eder 2 N/A A zi /2 J Signature of Date Pr ose (..--- THIS PAGE MUST BE SUBMITTED WITH YOUR BID FORM. ... ,.- . . ,t..--'C-:-Z.Z.4[Al,e'S,•tie' Page 9 of 21 Cl I 1 OF PORT ARTII UK, TEXAS HI I) SHE ET::.";: ::„..:.L.._ -- -.- -- . ---,, ,-: ;,tn.7.-,:` :.t•.:1.1 .--, .,:, ..7- 0 BID FOR: :‘1() %Inc ot-Civic Center Properties B/D DUE DATE: December 8, "0'1 4 j 0(.4 TION COST PER CUT _ LI_LI-11011c1- rt A -Bob- Boers Civic Center $ i 2 eo Texas Arts Museum $ 75 . Port Arthur Library $ /7_5 , The 1Zinan Buildiny $ D . c't' j_25nrtment Club ____ ___ ____ _ $ 75' EI Vista Cotrununit‘ Center- IlresNid-- 171 C011111IllIN COMpleN $ , , /c2e) ; Sabine Pacs Community __ $ Lions Park $ AO, z'c' ; Rose Hill $ i---- ' TOTAL $ i 02 30 , c,. 1 5,e1-1 L 7"/T-r4--5. iccka, 4;47'- 4013 6 0 COMPANY NAME STREET ADDRESS SIGMA TLRE OD ER------J— PBOX .i: --------- PRINT OR TrFE N ,14± ----i--- g'zil,kki.7 c.,77 7765 CITY STATE ZIP -‘,-Jr7tz/- iii-LL (v ? ) z./ — AREA CODE TELEPHONE NO. DiA/7 SQ75/ . r, v L IL "'ell r s cc.441 FAX NO. . . . . . .:. ,...7. . . Page 10 f 0 2 I ('IT\ OF POR1' ARTHUR. -I I:\,‘ti NON-COLLUSION AFFIDAVIT \'I'I CITY OF PORT ARTHUR STATE OF TEXAS By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State. codified at Section 15.01 , et seq., Texas Business and Commerce Code. or the Federal antitrust laws. nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm. corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: G/� /foj'O acu -- Title: D Company: S0,:,4 C 7 Tx45 A-"' - /7�,,�, sc�.. r(f — Date: l7 /rs/21 — — - — — SUBSCRIBED and sworn to before me by the above namedarlkha lQun on this the\ day of 0CI:C'' ivjt'r, 20- . ) N P Ibi c in and for the DWANA YVEITE YOUNG l State of Texas Notary Public, State of Texas 1 t Comm, Expires 04-12-2025 t ,1 at 1 Notay IN 13299760-3 1 My commission expires: ' # Page 11 of 21 77 AFFIDAVIT ky \II I`,i_., in Ofl ror-s Responses containing statements" letters, etc., shall he signed by a duly authorized officer `.rr;\ whose signature is binding. 1. k I li wkicrsi ncd offers and a,,rees to one of the tollm.vin2- I hereby certify that f do not haveoutstandin,, d` c l U with the City of Port Arthur. I further agree to pay succeeding debts as they beconrc dui•. I hereby certify that 1 do have „trtstandins 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 hcrchv ccrtify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the had meat of said debts. I further-agree to pay succeeding debts as they become due. - Firm Name /c2/f34J Date GO Authorized tgn fuze Title 1.,,."-A0,e y Vanl 0-Pq) z-/6 -- S‘,2 /q \arm (i)lca' I)n'Tlt) Telephone __,a yo J Se- x ,g,vIc;r / ciu iri Email STATE: (Cy_C(5 COUNTY: SUBSCRIBED AND SWORN to before me by the above named on this the 1 day of 2 .C3 No ubti? RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL ,..--_ DWAN rvE~,,,_ >,,,, TTE YOUNG 1 L�i Notary Public, Slate of Texas? ir, Comm. Expires 04-12-2025 F0`t` Notary fail 13299760-3 )1 Page 12 of 21 --- - FORM CI ( CONFLICT OF INTEREST QUESTIONNAIRE Fol_____r vendor going business with local governmental entity OFflcEUSE�LY ,ti.B. 23. a4th La3.. Fageur Session_--- - t^a yaw by g vandor wt:o pats ?O.: : ^S J ___ _ t�[J '-j3V2n)rn'�ll t.:,jd. "]fib, �d they .]r r:a•. _ _..- -. - _ '" `.+"::', 3 10C�71 Or,M ari'J71af1Cdl �>' .-:.__ - - _ .•t D. i"wf y:xr Y` r .dnldl ee.ti^j t'�•JI,,. -a' e' • _ . , tv is •3;;..aara tia sratament to tea .., I-.' ti,' ant Code A-. La-ai Government fvond,( .,h,h.)s.1 Dcr tries relationship with local governmental entity. A' I f) _. q P dated I v ,- �t.... •, -. anon priate flung authority not later than the 7th business day after the date on which _ box t i ou at e riling an update to a previously filed questionnaire.(The law requires that you tile an u �'�] Chef[th s _ _ _ -.rare.. = , . r:,,d questionnaire was incomplete or inaccurate) r Erne of iota government officer about whom the information is being disclosed. Name of Officer of r/ employment or other business relationship with the local government officer, or a famil beroffihe. '—j Describe east ibe Y 2 A Also describe any family relationship with the local government to this Form officer taso described and B foor each employmentn lo }� CemFtetestlbpa or business relationship described. Attach additional pages Cfa as neces ry. i I i 1 A:.•,'s the local government officer or a family member of the officer receiving or likely to receive taxable income, otter[ran investment income. from the vendor? I I I Yes I I No . E. la the vendor receiving or likely to receive taxable income, other than investment income. from or at the direction Iof the lace: government officer or a family member of the officer AND the taxable income is not received from the I !ocai governmental entity? IYes ( No j.I De scribe each Srrc4oymant or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. V/" 7 heck this box if the vendor has given the local government officer or a falcc er of the of as descried in Section 176.003(a)(2)(8), excluding gifts described in Se tiion e11776.003(a 1)flcer one or more gifts 7.2. 2, Signature of vend. Oing sines wi e governmental entity /7 '2 > )v;ded b Date Dy iaS �tht,S vrnmission w'�Yr.athics.stata.r�.us Revised .11130/2 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs1LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local govemmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local govemment officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B).excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity:or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx us Revised 11;30/2015 Page 14 of 2l I House Bill 89 Verification (Person name). the undersigned representative (hereafter referred to as "Representative") of ,th FF T,,r-f tL.Gun i'L'<, n c e — - — (company or business name. hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age. after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity: 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur: and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. 4ii -K SIGNATUR�F EP ENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this \131 day of [C r r-j y . 2 Q-71-' . ! OWANA YVETTE YOUNG P t r = Notary Public, State of Texas 1 r -.) Comm, Expires 04.12 2025 t N l "` Notary I0#13299760.3 1 ©t rY P u i s t Page 15of21 SB 252 TION CHAPTER 2252 CERTIFICATION A the undersigned n —1— — cP LLB .nrariVe of_. --[<"= ((urnpany or E3usu1esi Name) I F years of age, pursuant to Texas Government Code, ictr(lt over the ����� of ei�rhtcen ( ) _ named an t`._ _ Section _'?5 f52 and Section 2252.153, certify that the company the listing above C 1..r� rsnof t listed on the N,ebire of the Comptroller of the State of Texas concerning the 2253.153. I companies that are identified under Section 806.051, Section 807.051 or Section is on said listing further Certif� that should the above-named company enter into a contract of companies on the Nvebsite of the Comptroller of the State of Texas which do business wit City of Poi Iran. Sudan or any Foreign Terrorist Organization, I will immediately notify the Arthur Purchasing Department. / oetifj Name of C m any Representative (Print) Signarure of t'o any presentative l�/,. i Date '1ERAL 1�`FORMATION; Page 16 of 21 NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s)deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. Excluding federally funded projects. 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: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Page 17 of 21 Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Civic Center, P.O. Box 1089, Port Arthur,Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. Page 18 of 21 INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and,the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance,construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. Page 19 of 21 TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The 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 1. Standard Worker's Compensation Insurance: 2. 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 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. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Page 20 of 21 Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor(s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10)days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. Page 21 of 21