Loading...
HomeMy WebLinkAboutPR 15331: TRIANGLE WASTE SOLUTIONS - RENTAL OF PORTABLE TOILETSccr~oFP~o~aT~a Parks and Recreation Me~no~arxhnn To: Stephen B. Fitzgibbons, City Manager From: Dr. Albert T. Thigpen, Director of Parks & Recreation Date: June 25, 2009 Re: P.R. NO. 15331- Awarding a Contract for dre Rental of Portable Toilets to Triangle Waste Solutions, Port Arthur, Texas, $ 50 Regular Toilets, $ 70 Wheelchair Accessible Toilets COMMENT RECObIIvfENDATION: I recommend that Proposed Resolution No. 15331 Awazding a Contract for the Rental of Portable Toilets to Triangle Waste, Port Arthur, Texas, $ 50 Regulaz Toilets, $ 70 Wheelchair Accessible Toilets be approved. This Resolution authorizes a three (3) yeaz contract with Triangle Waste Solutions to provide portable toilets at city pazks and at special events. Triangle Waste was not the low bidder on Wheelchair accessible Toilets and Special Events/Wheelchair Accessible Toilets; however, TX AAA Vacuum, Truck and Outhouse Service, Vidor, Texas ,indicated the bid presented was an "all or nothing" bid; therefore, declined consideration. BACKGROiJND: The City of Port Arthur has over 32 parks which aze utilized by citizens and visitors throughout the yeaz. Further, several of the pazks aze home to baseball and football leagues which increases the number of patrons on the parka The vast majority of pazks do not have fixed rest room facilities. The City, and other non-profit organizations, sponsor events at various locations throughout the crty and at various pazks; these also need restroom facilities. The resolution provides for a three (3) year contract with Triangle Waste Solutions, Port Arthur, Texas to provide portable toilets for the indicated uses. BUDGETARY/FISC.AL EFFECT: The contract provides for rental of portable toilets as follows: Regular Toilets - $ 50 Special Events/Regulaz Toilets - $ 50 Wheelchair Accessible Toilets - $ 70 Special Events/Wheelchair Accessible Toilets - $ 70 Account No. 001-1402-551.51 EMPLOYEE/STAFF EFFECT: None SiJMNIARY: I recommend that Proposed Resolution No. 15331 Awazding a Contract for the Rental of Portable Toileu to Triangle Waste, Port Arthur, Texas, $ 50 Regulaz Toilets, $ 70 Wheelchair Accessible Toilets be approved. This Resolution authorizes a three (3) yeaz contract with Triangle Waste Solutions to provide portable toileu at city parks and at special evenu. Triangle Waste was not the low bidder on Whee]chair accessible Toileu and Special Evenu/Wheelchair Accessible Toilets; however, TX AAA Vacuum, Truck and Outhouse Service, Vidor, Texas ,indicated the bid presented was an "all or nothing" bid; therefore, declined consideration. Y. K. ~-1~3St 06/23/09/ca RESOLUTION NO. A RESOLUTION AWARDING A CONTRACT TO TRIANGLE WASTE SOLUTIONS OF PORT ARTHUR, TEXAS FOR THE RENTAL OF PORTABLE CHEbIICAL TOILETS FOR THE PARKS AND RECREATION DEPARTiVIENT (ACCOUNT NO.001-1402-551.51-00). WHEREAS, on May 31, 2009 and June 7, 2009, the City advertised for bids for the rental of portable chemical toilets for the Parks and Recreation Department; and WHEREAS, bids were opened on June 17, 2009 (a copy of the bid tabulation is attached hereto as Exhibit "A"); and WHEREAS, the specifications required that the bidder specify rates for the following categories: regular units, wheelchair accessible units, and special event/weekend rates for both types of units; and WHEREAS, Triangle Waste Solutions was the lowest and most responsible bidder for the regular units, wheelchair units, and special events/ weekend rates for wheelchair accessible units; and WHEREAS, TX A_AA Vacuum Truck and Outhouse Service and Triangle Waste Solutions were tied at a rental rate of $0.00 for the special events/ weekend rates for the regular units; and WHEREAS, TX AAA Vacuum Truck and Outhouse Service has indicated that he declines consideration for the bid as he presented an "all or nothing bid"; and VVHEREA5, Triangle Waste Solutions is a local bidder which has its principal place of business in Port Arthur, Texas; and WHEREAS, pursuant to §271.0951 of the Texas Local Government Code, the contract for the special events/weekend rates for the regular unit may be awarded to the local bidder as it is within 5% and offers the best combination of contract price and additional economic development opportunities for the City of Port Arthur. P.R.#15331 6/23/09/ca NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: Section I. That the facts and opinions in the preamble are true and correct. Section 2. That the City Council of the City of Port Arthur hereby awards the contract for the rental of portable chemical toilets for the Port Arthur Parks and Recreation Department to, Triangle Waste Solutions at the amounts specified in Exhibit "A". Section 3. That the City Manager of the City of Port Arthur is hereby authorized and directed to execute athree-year contract with Triangle Waste in substantially the same form as Exhibit "B". Section 4. That said contract is an exact duplicate of a City Standard Form Contract except for the changes described in the Certificate of Standard Form Contract; a copy of which is attached hereto as Exhibit "C". Section 5. That a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED THIS day of , A.D., 2009, at a Regular Meeting of the City Council of the City of Port Arthur, by the following vote: AYES: NOES: MAYOR ATTEST: City Secretary APPROVED AS TO FORM: City Attorney ~ ~.j~Q~ I ~~ APPROVED AS TO ADMINISTRATION: City Manager Director of Parks and Recreation APPROVED AS TO THE AVAILABILITY OF FUNDS: I~~GG~f~t.+t~nV Bux ~~ Purchasing Manager Director of Finance EXHIBIT A Q ~. 0 0 0 0 ,s ~di~~ %ii ~ s \ ~Grc %~ ('i~' u/ '.~' ~'.:~ r r~N rt li rer (;ITY OF PORT AR1'1{LIR TCXAS re«~s $-(~ T Rbl-iatl0ll Rental of Portable Chemical Toilets For Parlcs & Re~cL•cation I3id U coin J Dates June 17, 2009 _. Namcs' of Riddees 'fX AA~1Vacuum 'I'rudc S Outhouse Triaiogle Waste lJui~~ftTex~ 5~lucices 5crvice Solutions Item # UOM Descri Hiou 1 $50.00 851.00 $5.00/da 1 lA Re ~ult~~tlets Z, $.51.OU '-` $S OO/day $50.00 EA S ecial GventslRegular"Toilets ~' x70.00 ~~ _.-- g;S.Oq/clay 3 IAA \uheelchairAccessible'foilets - y;5.U01da $'70.00 $71.00 4 LA S iecial EvenlslWheelchair Accessible "1'uilets P art Arthur "I'X. Ilouslon,'1'~ Vidor,'I'X //////j ~ Location ~. - A,, I'urcluisin~„ Iv(unagci' -/~Qifn~~.N Unie (/ z. ,~, ~~~ --~SiL Pagc l of ~ (jjH,. EXHIBIT "B" CONTRACT FOR THE RENTAL OF PORTABLE TOILETS FOR THE PARKS AND RECREATION DEPARTMENT. THIS AGREEMENT, made this 30`h day of June, 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 TRLANGLE R%ASTE SOLUTIONS, L.P. hereinafter called "CONTRACTOR". WITNESSED: That for and in consideration of the payment terms, conditions and agreements set forth herein ,OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be from June 30; 2009 to June 30, 2012 to, 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 with ten (10) days written notice. 2. 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 for the satisfactory completion of specifications and agreements contained herein for the rental of portable chemical toilets for properrty(ies) described as: THE PARKS AND RECREATION DEPARTMENT. 3. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents complying with the terms therein for the following $50 Regular Toilets, $70 Wheelchair Accessible Toilets or as shown in the Bid Schedule. 4. The "Contract Documents" means and includes the following: (A) Agreement (B) Advertisement for BIDS (C) Addenda (D) General Information (E) Specification (F) Bid (G) Notice of Award 5. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 6. 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 written above. Signed on the day of 2009 ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY Signed on the day of 2009 ATTEST CONTRACTOR BY CITY SECRETARY CITY OF PORT ARTHUR ADtiERTISENIENT FOR BIDS Parks & Recreation Rental of Chemical Toilets for Parks & Recreation May 31, 2009 June 7, 2009 'GIVEN -,:THAT r''sealetl ~; -, Bids; `atldressed ~~to the CITY OF PORT ARTHUR 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 Bid or Proposal Specifications listed in this Bid Package. The intent of this NVITATION TO BID (ITB) is to provide bidders with sufficient information to prepare SEALED BIDS IN DUPLICATE for famishing: RENTAL OF PORTABLE CHEMICAL TOILETS FOR PARKS Bids must be in a sealed envelope addressed to the Ciry Secretary, City of Port Arthur, P.O. Box 1089, Port Arthur, Texas 77641. Bids shall be received no later than Wednesday June 17 2009, at 3:00 P.M. Bids received afer the closing time specified will be returned to the bidder unopened and claims of mail delays will not constitute an exception. Bid proposal MUST BE SIGNED BY 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 B[D. The absence of such a list shall indicaie 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 Ciry 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, guazanteeing 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. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City'. 3. Reject any or ail 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. The award shall be made to the responsible vendor(s) whose bid is determined to be lowest offer, taking into consideration the relative importance of price, conformance to specifications and capability and experience of the contractor. Page 3 of 14 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 cazefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vemon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or ageni 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. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an awazd. 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 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 City of Port Arthur 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. Page 4 of ] 4 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.: Pazks & Recreation,. 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. 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 LAV6'S: 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; 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 aze paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. CONTRACT: The following will comprise the contract between the City and the successful bidder: 1. Agreement 2. Advertisement for Bids 3. Addenda 4. General Information 5. Specifications 6. Bid 7. Notice of Awazd Page 5 of 14 QUANTITIES: Quantities shown aze estimated, based onprojected 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. 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~Y• 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 appazent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices aze 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 V I 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. Page 6 of 14 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 Q 5) 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. 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 pazagraph hereof relative to termination shall apply. EXPERIENCE & CAPABILITY: Bidder shall include the following information to describe the experience and capability factors of the company: 1. Number of years in operation. 2. Largest project currently in effect with a business. 3. Number of employees currently employed, their job titles, and theirjob descriptions. 4. Equipment currently owned or leased by your company. 5. Be otherwise qualified and eligible to receive an awazd. 6. Other companies that you contracted with. 7. If a company wants to receive the awazd for more than one group, the company must show that it has the equipment and employees to handle more than one group. 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 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 7 of 14 INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may azise 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 $00,000 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 year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy yeaz 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 aze 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 (15) days prior written Page 8 of 14 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. Page 9 of 14 CITY OF PORT ARTHUR TEXAS RENT 4L OF PORTABLE CHEMICAL TOILET SPECIFICATIONS The City is requesting bids on the rental of Portable Chemical Toilets. This is a three (3) yeaz contract, the City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle with thirty (30) days written notice. REGULAR TOILETS 1. The City will rent portable toilets for our various pazks and other locations. 2. The City will rent each portable toilet for a minimum of 1 month. 3. The Vendor will service the portable toilets at each location twice a week. 4. Vendors will bill each portable toilet monthly. Estimated Number 120 toilets WHEELCHAIR ACCESSIBLE TOILETS I. The City will rent toilets for our various pazks and other locations. 2. The City will rent each toilet for a minimum of 1 month. 3. The Vendor will service the portable toilets at each location twice a week. 4. Vendors will bill each portable toileC monthly. Estimated Number 120 toilets SPECIAL EVENTS & WEEKEND SPECIALS The vendor will submit a price to provide service for special events and service on week-ends for regulaz units The vendor will submit a price to provide service for special events and service on week-ends for wheelchair accessible units. The number of portable toilets will vary depending the quantity and size of the events. Vendor is financially responsible for any damage or theft to the toilets. If there are any questions please call Christian Smith or Thad Sanders at 409-983-8152. Page 10 of 14 CITY OF PORT ARTHUR BID PROPOSP_L DATE: J~ ne 17, 2CG9 fiid Proposal For: RENTAI, OF PORTABLE CHEI4ICAL TOILETS FOR CITY OF PORT ARTI-IIiR PARIS AND RECREATION The undersigned ~Y1 CiY'1G~~,t W~S~ S0~_1_~ltjY1S ~_~ • _ ,doing business in the City/Town of TUY~ ~ j!-~~'1 ~ Y , sabmits herewith, in conformity with the General Instructions, Conditions; and Specifications for the following Bid: OUTLINE OF BID DATA: ITEMS ; DESCRIPTION IIiV'IT COST 1 REGULAR TOILETS 2 SPECIAL EVENTSIREGULAR TOILETS 3 WHEELCHALR ACCESSIBLE TOILETS 4 SPECIAL EVENTS/WHEELCHAIR A ACCESSIBLE TOILETS SERVICE WILL BEGIN Receipt of addenda is ackuowledged: No. 1 Dated ~' a. EA $ ~~~~ EA ~._ $ l~ EA ~ `ro EA DAYS AFTER AWARD OF CONTRACT. Received I~;ct~cit~ 1vr~S~° ~Ivtlun~ t.~ COMPAj~N {Y NA~IME ' ~~~~ /L' Lam! I,l i~~.~t"` SIGN]A]TURE OF BIDDEfR (PRINT OR TYPE NAME) ~~~~ TITLE IGCG S-~slnk's5 Girl' STREET ADDRESS PO. BOX ~Yfi ~~ h1~Y ~~ ~'i~~-lo CITY STA`IE ZIP ~lu~ -~13i~- ~t~~0 AREACODE TELEPHONE NO Page 11 of I4 BID OPENING DATE: Ju~z 1?.2809 CITY Or PORT ARTrt;R INSTRUCTIONS TO BIDDER Bidders are reeuesied to famish their compiete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REi4;IT PAY4;E,NT ?'O: C0~4PAN`Y l~~ ~~2~ ~r/1S~ ` J`v1 ADDRESS lGC~ ~~ *7U~11`~lk~S ~~C~YIL ~~Y1"~~ CITY/STATE/ZIP S;;ND Pllr'ZCHASE ORDE3~'iO: COMPANY I Y"I ~t~~ ~ ~ hIC~ C~ ~~ t!u ADDRESS 1C~ ~ S 1hU51 i1 k SS t'ClY ~L I~V1V e CITY/STATE/ZIP ~Cr~ Y1Yt'~1;'( 1 //~~ r,//,, 22 TAX IDENTIFICATION NUMBER `~i ~ - L"I "52 "J2~ individual/Sole Proprietorship^ Corporation. ^ Partnership~Other ^ Page 12 of 14 A; FIDAVIT All cages in the offeror's bid propcsal containing statements, ieiters, etc. s;=all be signed by a duly auPaorized officer of the company; whose signa*.ue is'oinding on the bid prcposal. The undersigned offers and agrees to one of the following: ~/ I hereby certify that I da not have outstanding debis with the City of Port A-tl:ur. Further, I agree to pay succeeding debis 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 ties agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstar_~ding debts with the Ciry of Port Arthur and agree to eater into an as Bement for the payment of said debts. I further agree to pay succeeding debts as they beco ime due. NAME OF OFFEROR: l.~L~~ ~~ ~~ ~ ~' ~ i M~ TITLE ~~i\ ~ 5 A~~RESS 1+~CC S t~i~~~~ ~5~~ 1"~'Gl~Yk 1~~y-~. CITY/STATE/ZIP ~~ri t~'(t4'111Y Tx~~~'~~ TELEPHONE N ER LI VLt ~~~ SIGNATURE ~~~) ~ ~''- STATE ~2 ; s COUtiTY ~{BSCRIBED AND SWORN to before me by the above named 10. I~ ~IV d ~~ ~ ~~}jLy~ Lp on this the / ~ -i'?~ day of ~~ > 2()~. ~^ Notary Pu 1~ic RETURtN THIS AFFIDAVIT AS PART OF THE ID PROPO AL YOUR BID WILL BE DISQUALIFIED IF NOT COMPLETED } ,~'.±p ~~,, -~"~~ 1 r a MEEGAN CRYER Notary Public, State of Texas Commission Expires M ;ti`:~ .~~~ 8r ~ y May 18, 2011 page 13 of l4 ~w.~.qp ~~~FZ~~~ flF I~TE~~'~' ~LI~S'i'~ON~iAIRE Ffl~2:~4I CiQ i For Vendor or other person doing business with tocal gove: nmental entity This questionnare reflect; changes made to the taw b;~ H.B. 149 ], 80" Leg., Regular Session. I This questionnaire is being Sled ir. accordance wsh Chapter 176, Local Goverment Code by a person who has a busv.ess relationship as defined by Section 17b.0G1 (I-a) wiffi a local governmental entity and the person mee`s requirements mde; Section 176.006 (a). By law this questionnaire mast be Sled wit? the records adminisCator of the local governmental entity not later than the 7`y business day aP.er the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Lccal Government Cads. A person cotnmit; an offense if the person knowinely violates Section 176.006, Local Government Code. Ae offense w-tder this section is a Class C misdemeanor. 1. Ya of person who has a business relationship with local governmental entity. 2. Check this box if you are filing an update to a previously fled questionnaire. (The law requires that you file an updated completed questionnaire with the appsopriate filing autherty not later than the 7°i business day after the date the originally flied questionnaire becomes incomplete or inaccurate.) 3. Name of local government officer with whom filer has employment or business relationship. Name of Officer This sectior. (item 3 including subparts A, B, C, & D) mu=_t be completed for each officer with whom the filer has an employment or other business relatio n;hip as defined'o}' Section 176.00 i (1-a), Local Government Code. A~~ach additional pages to this r orm CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable inwme, ether than investment }~c~{rte, from the fifer of the questionnaire? lul Yes IL-II No B. Is the filer ofthe questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government office; named in [his section AND the taxable income is not received from the Iecal go~emmental enti IL-II Yes No C. Is the filer of [his questionnaire employed by a co~pcration or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of l0 percent or more? Yes ~ No D. Describe each employment or business relationship with the local government officer named u't this section. 4. (!4 Signature of erson doin business with the governmental en[i Date Pam 1?of i4 EXHIBIT C .. .: .r r . ~. ((Jty of Pal ArPuQ - j[nv DcpmtfnenQ (Roou-od Fang ~ . (!ludo) , iP•d Rawtd D/fOr+D) t CGRyIF)CA7E Ol<57ANOARO fORM CONTAACFFOq tAN' DEPAA FME'N7flt17EW AND CI)'T COUNC)LAGENDA , ~1 cmU77 Ywt IhC conuan (herainylU caGOO toi0 tOnUec() CldtCd 10 ma pRaglotl propacd Chy Ceunc7 Rccohotan . Nd. L• an a+acl dupAcae of an oppicabk unndud lam cdnkoc! ptic Utlo C(w!>lch & Ow.'q bc1oM proviov=fj ppPlovcd by Um I.aW dcpotNlDn1 ErJd adoplad a: a ttandnrd fam Dy Clly Cadnc7 RetDludan, axtept lDi {he blmJr: 0,e1 Imv0 bean 97cd r re'Ih A rucoavy IrlomiaUon and etetpl bt tltc thmboo da=aIDed Ue1P•r~ ~ - 11u UUo d Ure CppYrsblc :Wndmd tam conUOCI u - () Fedtra6y Fundcd Con:4ucdon CvNract go,'tCd 1Yu/00. yR10. CND ~ - r (( Non-FadaaAy Fvndal CCn:WcYan CanUaa, RrrLod 1/5!00, ?/OC,~0ry0 (( Federd • Prolo_sle)td 9ervicca • EnpmcimD Cadra0. Rcv(:od /~f00: 5100 (910) 7N0/lJJ! (7 Nm-FcAad - Rok::tantt$er.ko:. Eny,,,eirq Csn4ap, Ra.bad 1/5(00, ~C10~~.1toDl+a1, 'u01 `. I1 coot • nmran:~onei .Sm.icos- En0lnecrln~Conlratl, (1Ckod 1/5/00, 6700 (S10j. y)00(rp) c (1 Fedord • Pro)sc:tancl Sordca: • Non•EngMcund {Conaatanlj j:a,Vxl, PaaxY if+)a0. clf,D(9,a).>NDKr)• 17 NanFod.fd•Pleb,,:knrJ 9arricaa-NanEm~tnaaein9(CsnsvpaNj Contraal, ga.L-od 1(.JOn, ~yaC(StfQ, . - 7!00(50), ~ ' 11 0000 - PwM:aanW taMGD: - N0n•En0}necdn0 (COncUtanlJ Conlmd, RnYi:Od 11`)00. +loOl§i 0), 7(07(90). r . l3 Olhcr Slardatl Farm COnUact dcm3ed ac foPa.r:: ~ ' Shc dtaa0c: ma m Io0ow,: (PW nn ;C in Na appmpriala O) ' (t] Nuns. . ~ . l ~ 7i,o Io0ewirg dca7rad pro.FJOn: of lnc Ind;cclod pa0c, tactiat tlc. sl lnc atndadFonn haw bom dtlclcd 4om =old contrail: DEfFi7DXS ' Poge Numoer ~ Soctia+ er poiagnph No. SuLwe0ao ar Whorc and CaPGan SVhp/a0roph NP. Dckt~ fiovkfon Which and CaPUon - L- " Centn:nc Pr ari:icn W1Acfr Conla:u Prwaon DaonlplWn o! Fa+ni On So.vlmd Fo.m [jelertd From Fam Dlle ed fjom Folnt (r1mF•hn pnMlerl ~ ~ \, 1r .. t .. t - »d4coto of Srecdud fam C.a+YacL papa 2) I 1 Tlw fa+bw:rx(da:cdD¢d plorisloos al tlk u>Jlralcd p.go, :audn, ¢la OI Na:tafrdxd Gam horn boat IJlorod,, r r dkd, roplac¢d a Odt¢ryrzta dvwlptd: ALTCMTJONS, MOO1fJCATIClJS, f)EPIACL•hfEN7S, F1'C. , ' • Papo6bmptlon Sub g v Sub ~ No ~ c~~5 4 capUort vl_e,' • P¢QO No, N1rera • y of 7 Nc. b Gp~on . b Caption 4w Van ~D oI told tonbtct wl~d. eadeGu Plotilon Faund- on of - StutdaTJ form of 8londard iam Frcrt.~kn .,' ~~ rduod, ok. -' povbbn; 1 Sl~arrt X0!!0 pNch Conlalna R .ub MNN H , DeaetN¢on N o n C aG. oNion Sln d for L.Q.9_I+ , Marnlhn.elc. 5 (1 Ttla lo0owtr~ prorE)anr hava Goon oddad Io Sab Coabod: , Poge, SaeUon and Ca$Uvn , ' Suh:oclimf and Cppllon, eta of Said Con~iocl Whidr ~ ' Cohlnlns Ihn Addod PnwBfon +u+d OescrJdll n e .of • r I ludha caGly Uul snid altaclicd prope;od cty C¢unca Ro:duiion conkins pte IoAonlnQ prov{}r, a - • ,t el told ¢onbad is -~ ~ ~ ~. ort wct dtplkato of o C3y Starrdord Form Conbocl ax¢op6 for Ih¢ ilrnpe: doacrlGod M Utc~ ~ ,' lificak al Sbitdord form ConMeel o copy oI wNch L- fiuachad hereto atFiO)RrbKt' amd Is Gueby incorpotakd by +onca, and cdd change do hctcby approwd• 1 undpi:land 1ho1 rhb Cutiheolc ri4 bo IaUod at by ]he law Oopabnent F (otkwfrg rnd aPPlothd (ar re~ednp) b klm end by 7,a Gly tune; H rchewh9 and adapdrrg (ar ra)eetlnp) tell F4:wfuHon atx! ' ConoaeL . • 6«~nod dda nay of ~J ~P ' C.parunrA N.ad a Iuatlonl City -lanpor .r '- \ ..J