Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 22304: AUTHORIZING CONTRACTS FOR THE MOWING OF WATER UTILITIES DEPARTMENT PROPERTIES AND REJECTING ALL BIDS FOR GROUP H
_-_- City of ../ .,*"F slie ort rthur`�^ Texas INTEROFFICE MEMORANDUM Date: July 7, 2022 To: The Honorable Mayor and City Council Through: Mr. Ronald Burton, City Manager From: Calvin Matthews,P.E.,Water Utilities Director RE: PR 22304—Mowing for Water Utilities Department Properties Introduction: The intent of this Agenda Item is to seek authorization for the City Manager to execute one (1) year contracts for mowing of Water Utilities Department properties with Amelia Lawn Care and Landscaping of Groves, Texas, K&D Affordable of Port Arthur, Texas and BST Solutions of Port Arthur, Texas, and reject all bids for Item 8,representing Group H. Background: Private contractors are used for mowing of Water Utilities Department properties. The Purchasing Division of the Finance Department advertised in the Port Arthur News on February 26 and March 5, 2022. Six bidders presented packets for this mowing bid on March 23, 2022. Due to complications in the selection process, delays prevented the immediate award of such bids. Amelia Lawn Care and Landscaping of Groves, Texas is the lowest bidder for Groups A, B, C, D, E, and F. However, Amelia Lawn Care and Landscaping is unable to logistically fulfill the obligations of all groups that are to be awarded and consequently, withdrew their bids for Groups E and F. Therefore, Amelia Lawn Care will only be awarded mowing contracts for Groups A,B, C, & D. Group E will be awarded to the next lowest bidder, K&D Affordable Lawn Service. Smith Remodeling was the next lowest bidder for Group F, and the lowest for Groups G & H; however, the company is unable to fulfill the scope of services due to lack of proper equipment required to complete the task and withdrew all their bids. "Remember,we are here to serve the Citizens of Port Arthur" City of ort rtlzu�r`�— Teras Group F is now being awarded to the third lowest bidder, BST Solutions. Due to the lowest bidder (i.e., Smith Remodeling) withdrawing from Group G, it will be awarded to the next lowest bidder, BST Solutions. The remaining Group H bids will be rejected due to the third lowest bidder being too expensive. The final selection of vendors to be awarded is summarized as follows: Group A—Amelia Lawn Care and Landscaping Group B—Amelia Lawn Care and Landscaping Group C—Amelia Lawn Care and Landscaping Group D—Amelia Lawn Care and Landscaping Group E—K&D Affordable Group F—BST Solutions Group G—BST Solutions Group H—Rejection of all bids The mowing contracts will be for a one-year period, with the option of renewal of two (2) additional one(1) year periods. Budget Impact: The total annual projected budgetary impact is $120,000.00 with funding is available in Account No. 410-40-230-5470-00-00-000, Other Contractual Services. Recommendation: It is recommended that City Council approve Proposed Resolution No. 22304, authorizing the execution of the mowing contracts, as described/outlined above. "Remember,we are here to serve the Citizens of Port Arthur" PR No. 22304 7/7/22 bw Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACTS WITH AMELIA LAWN CARE AND LANDSCAPING OF GROVES,TEXAS FOR GROUPS A,B,C, AND D; K&D AFFORDABLE OF PORT ARTHUR, TEXAS FOR GROUP E; BST SOLUTIONS OF PORT ARTHUR, TEXAS FOR GROUPS F AND G, AND REJECTING ALL BIDS FOR GROUP H REGARDING MOWING OF WATER UTILITIES PROPERTIES, WITH A PROJECTED BUDGETARY IMPACT OF $120,000.00 PER YEAR; FUNDING IS AVAILABLE IN ACCOUNT NO. 410-40-230- 5470-00-00-000, OTHER CONTRACTUAL SERVICES. WHEREAS, the City of Port Arthur routinely utilizes private contractors for the ground maintenance of Utilities Operation's properties; and, WHEREAS, the Purchasing Division of the Finance Department advertised in the Port Arthur News on February 26 and March 5, 2022 for ground maintenance for Utility Operation properties described as Groups A thru H; and, WHEREAS, six (6) bids were received and opened on March 23, 2022 and evaluated by Purchasing and the Water Utilities Department as delineated in Exhibit"A"; and, WHEREAS, Amelia Lawn Care and Landscaping of Groves, Texas is the lowest bidder for Groups A, B, C, D, E, & F; however, Amelia Lawn Care is unable to logistically fulfill the obligations of all groups that are to be awarded and consequently, withdrew their bids for Groups E&F and will only be awarded contracts for Groups A, B, C, & D; and, WHEREAS, Group E will be awarded to the next lowest bidder, K&D Affordable Lawn Service; and, WHEREAS, Smith Remodeling was the next lowest bidder for Group F, and also the lowest bidder for Groups G & H; however, the company is unable to fulfill the scope of services due to lack of proper equipment that is required to complete the task and ultimately withdrew all their bids, which lead to Group F being awarded to the third lowest bidder, BST Solutions; and WHEREAS, due to the lowest bidder (i.e., Smith Remodeling) withdrawing from Group G, it will also be awarded to the next lowest bidder, BST Solutions; and PR No. 22304 7/7/22 bw Page 2 of 3 WHEREAS,bids for Group H will be rejected and rebidded due to the inability of the first and second lowest bidders to fulfill their obligations and third lowest bidder providing an unaccommodating price; and, WHEREAS,the mowing contracts will be for a one-year period,with the option to renew for two additional one-year period, with a projected budgetary impact of$120,000.00 per year. NOW THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct; and, THAT, the City Manager is hereby authorized to execute one-year contracts with the option to renewal for two additional one-year period for with the following companies: • Group A—Amelia Lawn Care and Landscaping of Groves, Texas (Exhibit`B"); • Group B—Amelia Lawn Care and Landscaping of Groves, Texas (Exhibit"C"); • Group C—Amelia Lawn Care and Landscaping of Groves, Texas (Exhibit"D"); • Group D—Amelia Lawn Care and Landscaping of Groves, Texas (Exhibit"E"); • Group E—K&D Affordable of Port Arthur, Texas (Exhibit"F"); • Group F—BST Solutions of Port Arthur, Texas (Exhibit"G"); • Group G—BST Solutions of Port Arthur, Texas (Exhibit"H"); and • Group H—Reject and Rebid. THAT, the City Manager is hereby authorized to reject all bids for Group H due to the unfeasibility of accepting the mowing bid and staying within departmental budget constraints; and, THAT,a copy of the caption of this resolution be spread upon the minutes of City Council. READ, ADOPTED, AND APPROVED THIS day of , 2022 at a Regular Meeting of City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor ; Councilmembers: NOES: . Thurman"Bill"Bartie Mayor PR No. 22304 7/7/22 bw Page 5 of 5 ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: APPROVED AS TO THE AVAILABILITY OF FUNDS: U,P.P 0kC L (D c .A Valecia Tiz no Kandy Daniel y City Attorney Interim Finance Director APPROVED FOR ADMINISTRATION: LAt, Ronald Burton Cli on illiams, CPPB City Manager Purchasing Manager III Calvin Matthews, P.E. Water Utilities Director Exhibit "A" (Bid tabulation for Mowing of Water Utilities Properties) C � U a �7 0 .a o © 0 0 o A A A a p 0 r tn in Or M N o o Oo a .- �; ,N .- & ,N .; Z Z Z 7 as C br9 EA 5fi 5H g W •w 0.1 7 0 h W F ° A A A A A o o 6-- 5 a1 A a1 co o o Q z o 0 0 0 0 `O o:. A ` E. z z z z z ' 7 a L '� a C X w © t 4 0. Q - d o•pen C in O O O N O O x 't� i, zzz � zzVI t .0 oMI a CA .4 U ' U C� c •0 X F >aON o t A A A A o A A A a C may, N y 4�• V] CQ CQ El p Oa i ;A o � o = 'o C O O O O r- O O O ` F ° o f° N . A 3 z z z z (A z z z d w *Ca i N o G N O x 0. O 0 U Op os g C a" a, 71- a w *a C : a Z , 0 O U A O fl U aoo © Ao if, it, o o F •" ° o u o o o A o y U y0„ U C 'O N M N R M O\ O C10 O rip CO 69 69 69 b9 d9 H9 z b54,1 1174 a15F - o 0o A A . o • o =E c vi 0.1 CQ a vi c vn -1 O rnyQC. bAC d CQ U A W G4 0 = E•i"' O O O O O O O OvA � � � 0c) c� � � OkNVi fA h h % h % h .Q '�O 7 7 7 7 7 7 7 7 ` pU U U U U U U U �j�o )C. '_ *otCg j E ,-1 N M in b N 00 O V� e - 1-1 G Exhibit "B" Amelia Lawn Care and Landscaping Contract PURCHASING CONTRACT AGREEMENT THIS AGREEMENT is made this the of , 2022, by and between an individual, firm partnership or corporation, Amelia Lawn and Landscaping of Groves, Texas, hereinafter called "Vendor", and the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called the "Owner" or"City". WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, Owner and Vendor agree as follows: 1. The term of this Agreement is one year from the date issued on the Notice to Proceed, with an option to renew for two (2) additional one-year periods, 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 Vendor will provide Mowing services, as delineated and submitted in their bid on March 23, 2022. 3. During the term of this Contract, the Vendor will furnish all of the materials and supplies, as stated in the advertised bid specifications, described as: Mowing and Lawn Service for Group A 4. The Vendor agrees to deliver all services during the term of this contract, at the unit prices listed on the Bid schedule dated March 23, 2022. 5. The term "Contract Documents" means and includes the following: (A) Agreement (B) Advertisement for Bids (C) Invitation to Bid (D) General Information (E) General Specifications (F) Specifications (G) Bid (H) Bid Sheet (I) Notice of Award (J) Notice to Proceed (K) Addenda 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies each of which shall be deemed an original on the date first above written. SIGNED AND AGREED to on the day of , 2022. WITNESS: CONTRACTOR: Amelia Lawn Care and Landscaping of Groves, Texas SIGNED AND AGREED to on the day of , 2022. ATTEST: CITY OF PORT ARTHUR Sherri Bellard Ronald Burton City Secretary City Manager THURMAN BARTIE,MAYOR \\1, t// RON BURTON REV.DONALD FRANK,MAYOR PRO TEM city of CITY MANAGER + COUNCIL MEMBERS: Mill\O' o rt rth u _ SHERRI BELLARD,TRMC CAL JONES CITY SECRETARY INGRID HOLMES Texas THOMAS KINLAW VAL TIZENO KENNETH MARKS CITY ATTORNEY CHARLOTTE MOSES MARCH 4,2022 INVITATION TO BID Mowing of Utility Operations Properties DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, March 23, 2022. (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, March 22, 2022 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P22-029 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 or Scope of Work 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(4ortarthurtx.gov The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and 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. ego Clifton Williams, CPPB Purchasing Manager Page 2 of 27 MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Grass Cutting at Utility Operations is scheduled for March 11, 2022 at 10:00 A.M., the 5th Floor Council Chambers located at 444 4th Street,Port Arthur, Texas. The purpose of the Pre-Bid Conference is 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 addendum(s)to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Non-Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. le. Page 3 of 27 INVITATION TO BID Mowing of Utility Operations 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 4 of 27 SUBMIT THE FOLLOWING. A. BID SHEETS-PAGE 10-15 B. EQUIPMENT LIST- 16 C. NON-COLLUSION AFFIDAVIT-PAGE 17 (MUST BE NOTARIZED) D. AFFIDAVIT-PAGE 18(MUST BE NOTARIZED) E. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN& DATE ON LINE 7- PAGE 19 F. CHAPTER 2252 CERTIFICATION-PAGE 21 G. HOUSE BILL 89 VERIFICATION-PAGE 22 Page 5 of 27 SPECIFICATIONS FOR GROUNDS MAINTENANCE UTILITY OPERATIONS DEPARTMENT The work to be performed under this contract is for grounds maintenance at various Water Utilities facilities detailed on the attached bid forms (GROUP "A" through GROUP "G"). A mandatory pre-bid meeting will be held to address any questions of prospective bidders. Prior to the bid opening, each prospective bidder shall inspect every site listed in the attachments in order to become familiar with any site-specific requirements necessary to comply with these specifications. Bidders are to provide unit prices for the maintenance of each location and totals for the entire group. Award of contract will be based on bids received for the group price. Each site for Groups "A" through "F" shall be maintained twice per month from March through October, and once per month from November through February. The exception to this specification is that the Main Plant, Port Acres Wastewater Plant, and Sabine Pass Wastewater Plant locations shall be mowed up to 3 times a month year round, at approximately 10 day intervals. Bidders shall provide unit price for cutting Group "G" sites (estimated 4 cuts per year). Note that maintenance frequency may change during the term of the contract, as determined by the City. Unit prices provided for each site are for the City's use should we require additional maintenance at only that site, and not the entire group. * Invoices for services rendered under this contract are to be submitted to the Wastewater Conveyance Superintendent,within three days of cutting, in order to check/verify completion of the work. Invoices for work not submitted within this time frame will not be verified, and will not be paid. INVOICES NOT COMPLETED PER THESE SPECIFICATIONS WILL NOT BE PAID. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, and service to complete all work in a workmanlike manner as follows: 1. Sites in Groups A through F must be cut and trimmed with hand mower, weed trimmer, push mower, or riding lawn mower, as appropriate. Group "G" sites are for rough-cut and shall be maintained with bush hog and/or slope mower. 2. The schedule is attached. 3. Each site is to be clean cut and all fenced sites are required to be cut inside and around fenced areas, where practicable, as previously done or as directed by the City. 4. Trimming is required around all in-ground facilities, fences and concrete. 5. Vegetation is to be removed from all appurtenances and fencing. 6. Area will be cleared of all litter and debris prior to any mowing. 7. Litter and debris shall be disposed of properly, off site, at the contactor's expense. 8. 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. 9. Litter and debris shall be defined as an object not intentionally placed at project site for a specific purpose. This shall include, but not limited to, paper, wrappers, cans, bottles, building materials, disposable diapers and small limbs shall be cleaned prior to cutting of all properties. 10. Litter and debris shall be disposed of properly,off site, at the contractor's expense. Page 6 of 27 11. Sweep or blow clean all sidewalks and/or concrete areas affected by work. No grass clippings shall be placed or blown into the City's Drainage Culverts or in the street. 12. Equipment blades are to be sharpened so that grass will be cut low. 13. Entrance roads, approaches, and/or driveways are to be maintained, (where applicable), e.g., alleyways, around telephone poles, sidewalks, culverts, fence-lines; and around developed structures, water meters, ditches and trees. 14. For most facilities, the limits of cutting are the immediate area of past-maintenance, with a minimum of 5 feet around all fences and entrance roads, 10 feet around structures, and ANY areas adjacent and up to any street pavement. a. Specifically, for the Main Wastewater Treatment Plant, a five (5) foot span from the fence on the OUTSIDE of the perimeter shall be mown. 15. Ruts caused by contractor's equipment shall be filled at contractor's expense. 16. The contractor shall repair or replace, at his own expense, any damages to materials or property on site, resulting from negligence during grass cutting or associated activities. 17. Contractor must provide a list of equipment with their bid documents. 18. The contractors will be required to re-cut at their own expenses any areas deemed to be unsatisfactorily mowed. 19. Mow grass to a height of not more than 2 inches within five(5) days. 20. Time extension requests may be granted due to inclement weather or to unforeseeable events that are not caused by the contractor through approval of the Assistant Director of Utilities, Clyde Trahan,who can be reached at (409) 983-8556. If time extension is not given, the City reserves the right to use another vendor if the cut is not made in a timely fashion, within three (3) days after a rain event. 21. Herbicide spray is required around all fence lines and concrete structures at Lift Stations, Service Center, Water Towers and Pleasure Island Meter Pad, except where there is a concrete mow strip poured under the fence line. Herbicide is required around the fence lines, buildings, tanks, sidewalks, exposed pipes, valves, and concrete tanks and pads at all 3 Wastewater Treatment Plants. a. Herbicide is required at the Water Purification Plant, but ONLY around the fence line. 22. Proof of current license to spray must be provided with the bid documents if your company is spraying. 23. The contractor should bring the inability to access property or inability to mow for any reason to the attention of the City's authorized agent, before attempting mow. CONTRACT PERIOD: This Contract will terminate approximately twelve (12) months from date of execution with the option to renew for two (2) additional one year periods. The City can terminate this contract at its convenience which includes, but not limited to, funding being available in any budget cycle with thirty (30) days written notice. The City reserves the right to award to as many contractors as Utility Operations deems necessary. During slow periods in the contract, the Utility Operations Department will contract according to low bid. It will be the Contractor's responsibility to provide documentation that their company has the equipment and the manpower to maintain their grass cutting obligation Page 7 of 27 CONTRACT TERMINATION: 1st Notice—A representative from the Utility Operations department will submit a certified letter stating the issues. 2"d Notice -A representative from the Utility Operations department will call contractor in for a meeting. 3rd Notice will be a letter of termination of contract for cause. Emergency Plan Is invoked as a result of excessive growth and the contractor unable to handle work load. The City reserves the right to utilize additional contractors in any area to reduce the health hazard from excessive growth and contractor's inability to handle the work load in a timely manner. Contractors should report immediately to Wastewater Conveyance Superintendent Jerome Hudson, all equipment failures, breakdowns, and rain delays in writing within twenty-four(24) hours. Page 8 of 27 Grass Mowing Schedule Month Cut Grass 1st Cut Start By Jan 1 time/mo 1st thru 15th Feb 1 time/mo 1st thru 15th March 10 day intervals Pt thru 5th April 10 day intervals 1 St thru 5th May 10 day intervals 1st thru 5th June 10 day intervals 1st thru 5th July 10 day intervals 1st thru 5th Aug 10 day intervals 1st thru 5th Sept 10 day intervals 1st thru 5th Oct 10 day intervals 1st thru 5th Nov 1 time/mo 1st thru 15th Dec I time/mo Is'thru 15th NOTE: THAT GROUP G WILL BE CUT AT IRREGULAR INTERVALS,AS REQUIRED BY THE CITY Page 9 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 1 of 6 BID FOR: Mowing at Utility Operations BID DUE DATE: July 1, 2020 Name Location Service Address Price per cut Group A Lift Stations & Sewer Plants Main Line 5440 Procter 5400 Procter St. $ 5 2f F Q 0 Valley Forge Valley Forge& Taft Ave. Procter St. Ext. $ Manchester 6600 Gulfway Dr. 6580 Gulfway Dr. $ 9, ,S f. Pinetop Hwy 366 & Pinetop 4801 Atlantic Rd $ 9< 3`j Atlantic Road St. Atlantic Road. & 39th St. 3949 Pure Atlantic $ �'. S S Fairlea Hwy 366 & 32nd St. 7250 32nd St. $ S Highland Heights Highland Heights @ Taft Elementary 2400 Taft Ave. $ 9.• Delmar 4043 Lakeshore Dr. 4110 Lakeshore $ g;5 S Lewis Dr. 4831 Lewis Dr. (rear) 4729 Lewis Dr. $ q 5 S Peeke Ave 3900 Gulfway(rear) 1621 Brinkman $ 9. j 8th Ave 3600 Procter St. 3620 Procter St. $ 9, 3- Ts--Pioneer Park 3400 18th St. 3435 18th St. $ Water Towers & Misc Pioneer Park 3600 Blk Gates Blvd. $ zig: OD Tower Procter St. Ext. Procter St. Ext. & Taft Ave. $ S 0 Tower Total Amount Bid for Group A $ / 2 55 I , vu,,, ,,, _zz_71-02"-z., SLna ure of Budder Date Page 10 of 27 CITY OF PORT ARTHUR TEXAS BID SHEET Pag °f 6 Name Location Group B Service Address Price er cut Lift Stations & Sewer Plants Hazel Ave 6140 Hazel Ave. 6160 Hazel Ave. 63rd St. 63`d St. 3100 blk. 63'St. 62nd St. 2756 62nd St 6257 Jade Ave. West Port Arthur. ; ZS Rd 6441 West Port Arthur Rd 6475 West Port Arthur Rd $ 3S t DU 58th St. 2148 58th St. 2120 58th St. Camelia Plaza Camelia Plaza/WPA Rd WPA Rd. Lakeside Park $ Z 2100 Cambridge 2105 Cambridge El Vista LS 5400 Terrace $ Z �' 5448 Terrace Ave. Roosevelt 5929 Roosevelt Ave 5929 Roosevelt Ave. Vista Village 5230 Linkwood $ 5050 Houston Ave. Operations Ctr. 4700 Houston Ave. $ 4850 Houston Ave. Montrose 8500 Wilson $ R Z S 8530 Wilson Hwy 365 1900 blk H $ 3 6` a7 Hwy 365 1901 Hwy 365 Dominion Ranch Dr. @ Main B Aero Drive Canal Business Park JadeS J 7, Do ave.ext. at the service road Water Towers & Misc $ 9' OD vest Port Arthur Road Tower WPA Road& 60'St. 2nd St. &Jade Ave. Tower(vacant site) $ �C� 'v'y 365 Tower $ 3_1 FM 365 & Main C Canal andpipe $ �, 61"& Garnet rtal Amount Bid for Grotfp B $� ` nature of idder — 207, Date Page 11 of 27 CITY OF PORT ARTHUR,HUR, TEXAS BID SHEET Page 3 of 6 Name Location Service Address Price per cut Group C Lift Stations & Sewer Plants Sabine Pass Main S 4Tx&Tremont 5080 S. 4rx Ave. $ S` st S. 1 . Ave. S. 1 . &Quinn 7575 S. 1"Ave. $ Dick Dowling S 1 S`&Dowling 6897 S. 1 S`Ave. S Welch St. 5100 Welch 5130 Welch St. $ q J S O SH 87 South 6500 S Gulfway 6500 S. Gulfway $ )1 Sabine Pass WWTPS. 4th St. &Tremont $ 6,q a5 Water Towers & Misc Sabine Pass GST Next to SP Fire Station 5030 S. Gulfway $ Sabine Pass Standpipe S. 2°d Ave. Row&Mechanic St. Across form Chevron refinery @ Gulf Copper Gulf GST& PS dock S `� CO Across from Scurlock Sea Rim Tank tank farm $ ZC) C) Total Amount Bid for Group C J 1 i 1 ; C(-10 L� Te / U Sig�iature of Biddy Date Date Page 12 of 27 CITY OF PORT ARTHUR TEXAS BID SHEET Pa--e of 6 Name Location Service Address Price er cut Group D Lift Stations & Sewer Plants Lake Charles 1850 Lakeshore Dr 1850 Lakeshore Dr $ 26, C70 Lakeshore 101 Houston Ave 121 W. Lakeshore Dr i $ Grannis 648 W. Procter St 400 Grannis Ave. $ Stillwell 1600 19`h St. 1600 19" St. $ Sea Cabin LS S.H.82 @ T.B Ellison Pkwy T.B Ellison Pk $ "��`S`U Disc Golf Course Pkwy.@ Golf Course Water Towers & Misc Railroad Ave. & Thomas Blvd. Tower Old Golf Course Road& Rodeo Ln $ �Z` on' (Whole Property,cutup to road on all sides,one 24"pass on outside of road that's not maintained Pleasure Island EST by Pleasure Island.) Next to the bridge Metering Pad on Pleasure Island going to Cameron, LA $ OeD Terminal Road E.S.T. 1440 Terminal Road Total Amount Bid for Group D � 1 Signature o Bidd Date Page 13 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 5 of 6 Name Location Service Address Price per cut Group E Lift stations & Sewer Plants 3`d. Ave. 3400 3rd Ave. 3328 3RdAve. $ 7th Ave. Between 30th& 31 St. 3129 7th Ave. $ 5-0 11" Ave. Between 27th& 28th St. 2805 11`h Ave. $ 9 , s 7� Pear Ridge WWTP 3100 blk 42°d St. 3149 42°d St. $ ‘/6,t. 00 Highway 73 3300 W. Hwy 73 3340 W. Hwy 73 $ / OD 39th St. LS 3800 39' 3800 39t' Smith Young 4820 39th St. 4548 39th St. $ / : bp North Plant LS Old North WWTP Site 6439 Twin City Hwy $ S 9: Ob 74th St. 74th St. & 9`h Ave. 7498 9th Ave. $ 10, 00 46th St 46th St. dead end 4300 46th St. $ 33: CYO Forest Dr. (Cut whole lot) Forest& Highland Dr. 4546 Highland Dr. $ <<7 , Twin City Hwy. 4780 FM 365 $ 9' f 0 Adams Elem. Near School 54459t"Ave. $ ZO. West Park(cut whole lot) West Park&Rosedale 3100 West Park Drive $ 2D Water Towers & Misc Lake Arthur Stand Pipe Behind new YMCA @GSU Row $ .7 Total Amount Bid for Group E $ 3/0, DO 1,J. Signature! Bidder G 3 z z —Zd Z Date Page 14 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 6 of 6 Name Location Price per cut Group F Service Center& Treatment Plants Water Utilities Service Center 111 H.O. Mills Blvd $ c2 f .5 CY) New Water Purification Plant Dry bed to be included 1101 H.O. Mills Blvd. $ 5-3j,, CO 2200 Blk Norma Old Water Treatment Plant $ //t,F OD Total Amount Bid for Group F $ cic3Df o0 Group G Miscellaneous Sites Wetlands Reserve Hwy 73 & Savannah $ Old Water Purification Plant 1401 19`t' St. $ Raw Water Reservoir Hwy 365 & Savannah Ave. $ Total Amount Bid for Group G $ Group H Wastewater Treatment Plants Main WWTP 6300 Procter St. Ext. $ L jj C;S OD Hwy 365 & Rodair Gully Port Acres WWTP (2901 Hwy 365) $ Z. oc) Total Amount Bid for Group H $ S2U. 00 4,140_14 ja.r.vit L{act ke,64<enjOhoj COMPANY NAME STREET ADDRESS "A.). SIGNATU OF BIDDER 3S X P.O. BOX 1 P T OR( ^ fey G>�✓e5 % �' . ? 9-6/ NAM CITY STATE ZIP 4E1 VicY &6-7/Z AREA CODE TELEPHONE NO C?rn.eLia_Law")Cezae T1,9Q.COrekl EMAIL FAX NO. Page 15 of 27 Equipment List Equipment Qty Size of Cutting Deck Bush Hog Zero Turn or Riding Mower `1. Weedeater N/A Hedge Trimmers N/A Walk Behind Z- N/A Chainsaw N/A Blower S N/A Edger 171N/A Slope Mower N/A Bat Wing > N/A Number of Employees -7- Si ia reo- Pr v 3 ZL- ?oe_- i o oser Date THIS PAGE MUST BE SUBMITTED WITH YOUR BID FORM. Page 16 of 27 NON-COLLUSION AFFIDAVIT 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 biddingthis project has violated the antitrust laws of this State, codified at Section 15.01, et se p sect Commerce Code, or the Federal antitrust laws, nor communicated directlyg Texas Business and or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory anyone acting for the firm, corporation or institution submitting a bid committed g atory or collusion related to the development and submission of this bid proposal,• any other act of Signature: Printed Name: Title: s7(��. Company: kitzLim l�"vr\; Gfriz Date: - �o z SUBSCRIBED and sworn to before me the undersigned � ; behalf of said bidder. authority by.33a the �, of g . �on Notary Public in and for the ,^ NotaryEARLENE ID#123943769SMITH �rE� My Commission Expires State of Texas N' oF� August 3, 2025 My commission expires: At,t, (. ) S"" Page 17 of 27 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a dul authorized the company whose signature is binding. Y officer The undersigned offers and agrees to one of the following: _ I hereby certify that I do not have outstanding debts with the City of Port Arthur. succeeding debts as they become due. I further agree to pay I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to a debts prior to execution of this agreement. I further agree to pay succeeding debts as the become p Y said Y due. I hereby certify that II do have outstanding debts with the City of Port Arthur and agree to enter i agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. nto an vretw hcccwJ *ban -e:..arm Firm Name �'3 - 3 / Date 4 v ev Authorized Signature Title Ti Name (please print) /6e-4/44,-?i� 1 Telephone 4'r7.7 el lalz24,VieTCc« Q-'ry/Si -f Z7F '1 Email STATE: ) COUNTY: J ,Cf) SUBSCRIBED AND SWORN to before me by the above named ,, t r on this the day of / j � c1r��1 , 20 : y. ;e, EARLENE SMITH ' ;Y.- ^ Notary ID#123943769 N�� r My Commission Expires Notary Public August 3, 2025 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 18 of 27 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity FORM C�Q This questionnaire reflects changes made to the law by H.S. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental vendor meets requirements under Section 176.006(a). Date Received entity and the By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. 0 Name of vendor who has a business relationship with,local overnmental entity. EI Check this box if you are filing 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 the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) Name of local government officer about whom the information is being disclosed. Name of Officer ri Describe each employment or other business relationship with the local government officer,or a family member of officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government offi the cer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CJQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? EDYes No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? ED Yes EJ No © Describe each employment 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, 6 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). El gn. ire of ven..r doing business . ith the governmental entity n _ Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1113012015 Page 19 of 27 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/ Docs/LG/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 govem ment 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 governmental 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 government 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 1130.'2015 Page 20 of 27 SB 252 CHAPTER 2252 CERTIFICATION I, //, U4erAc2. ,< /y. , the undersigned and representative of e or iae-tieV( ,-e- f t.cv-w- 4zA't (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. I Pia/ ame of Company Represetitative (Print) ) - , ig attire o Company R presentative Date Page 21 of 27 House Bill 89 Verification I, ki • tdovrq e 2 )-(A:L\ (Person name), the undersigned representative (hereafter referred to as "Representative") of (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. .r SIGNATURE F REPRES TATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 4 day of fl ct r ai , 20,. *�`Y°�e i'4`n Nota EARLENEry ID#123943SMITH769 D��tP My Commission Expires '" J g7hCtk CrI' August 3, 2025 Notary Public Page 22 of 27 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. 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 Federal Funds 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. Page 23 of 27 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. 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.: Utility Operations, 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. Page 24 of 27 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; 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 Page 25 of 27 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 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. Page 26 of 27 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. 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 27 of 27 Exhibit "C" Amelia Lawn Care and Landscaping Contract PURCHASING CONTRACT AGREEMENT THIS AGREEMENT is made this the of , 2022, by and between an individual, firm partnership or corporation, Amelia Lawn and Landscaping of Groves, Texas,hereinafter called"Vendor", and the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called the "Owner" or"City". WITNESSETH: That for and in consideration of the payments,terms, conditions and agreements set forth herein, Owner and Vendor agree as follows: 1. The term of this Agreement is one year from the date issued on the Notice to Proceed, with an option to renew for two (2) additional one-year periods, 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 Vendor will provide Mowing services, as delineated and submitted in their bid on March 23, 2022. 3. During the term of this Contract,the Vendor will furnish all of the materials and supplies, as stated in the advertised bid specifications, described as: Mowing and Lawn Service for Group B 4. The Vendor agrees to deliver all services during the term of this contract, at the unit prices listed on the Bid schedule dated March 23, 2022. 5. The term"Contract Documents"means and includes the following: (A)Agreement (B) Advertisement for Bids (C) Invitation to Bid (D) General Information (E) General Specifications (F) Specifications (G) Bid (H) Bid Sheet (I) Notice of Award (J) Notice to Proceed (K)Addenda 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2)copies each of which shall be deemed an original on the date first above written. SIGNED AND AGREED to on the day of , 2022. WITNESS: CONTRACTOR: Amelia Lawn Care and Landscaping of Groves, Texas SIGNED AND AGREED to on the day of , 2022. ATTEST: CITY OF PORT ARTHUR Sherri Bellard Ronald Burton City Secretary City Manager THURMAN BARTIE,MAYOR RON BURTON REV.DONALD FRANK,MAYOR PRO TEM City of CITY MANAGER COUNCIL MEMBERS: ort rtft ur'r- SHERRI BELLARD,TRMC CAL JONES CITY SECRETARY INGRID HOLMES Texas THOMAS KINLAW VAL TIZENO KENNETH MARKS CITY ATTORNEY CHARLOTTE MOSES MARCH 4, 2022 INVITATION TO BID Mowing of Utility Operations Properties DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, March 23, 2022. (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, March 22, 2022 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P22-029 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 or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 c l ifton.wil l iam s(aiportarthurtx.gov The enclosed Invitation to Bid(ITB)and accompanying General Instructions, Conditions and 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 27 MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Grass Cutting at Utility Operations is scheduled for March 11, 2022 at 10:00 A.M., the 5th Floor Council Chambers located at 444 4th Street, Port Arthur,Texas. The purpose of the Pre-Bid Conference is 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 addendum(s)to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Non-Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. le. Page 3 of 27 -r INVITATION TO BID Mowing of Utility Operations 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 4 of 27 SUBMIT THE FOLLOWING. A. BID SHEETS-PAGE 10-15 B. EQUIPMENT LIST- 16 C. NON-COLLUSION AFFIDAVIT-PAGE 17(MUST BE NOTARIZED) D. AFFIDAVIT-PAGE 18 (MUST BE NOTARIZED) E. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN& DATE ON LINE 7- PAGE 19 F. CHAPTER 2252 CERTIFICATION-PAGE 21 G. HOUSE BILL 89 VERIFICATION-PAGE 22 Page 5 of 27 SPECIFICATIONS FOR GROUNDS MAINTENANCE UTILITY OPERATIONS DEPARTMENT The work to be performed under this contract is for grounds maintenance at various Water Utilities facilities detailed on the attached bid forms (GROUP "A" through GROUP "G"). A mandatory pre-bid meeting will be held to address any questions of prospective bidders. Prior to the bid opening, each prospective bidder shall inspect every site listed in the attachments in order to become familiar with any site-specific requirements necessary to comply with these specifications. Bidders are to provide unit prices for the maintenance of each location and totals for the entire group. Award of contract will be based on bids received for the group price. Each site for Groups "A" through "F" shall be maintained twice per month from March through October, and once per month from November through February. The exception to this specification is that the Main Plant, Port Acres Wastewater Plant, and Sabine Pass Wastewater Plant locations shall be mowed up to 3 times a month year round, at approximately 10 day intervals. Bidders shall provide unit price for cutting Group "G" sites (estimated 4 cuts per year). Note that maintenance frequency may change during the term of the contract, as determined by the City. Unit prices provided for each site are for the City's use should we require additional maintenance at only that site, and not the entire group. * Invoices for services rendered under this contract are to be submitted to the Wastewater Conveyance Superintendent,within three days of cutting, in order to check/verify completion of the work. Invoices for work not submitted within this time frame will not be verified, and will not be paid. INVOICES NOT COMPLETED PER THESE SPECIFICATIONS WILL NOT BE PAID. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, and service to complete all work in a workmanlike manner as follows: 1. Sites in Groups A through F must be cut and trimmed with hand mower, weed trimmer, push mower, or riding lawn mower, as appropriate. Group "G" sites are for rough-cut and shall be maintained with bush hog and/or slope mower. 2. The schedule is attached. 3. Each site is to be clean cut and all fenced sites are required to be cut inside and around fenced areas, where practicable, as previously done or as directed by the City. 4. Trimming is required around all in-ground facilities, fences and concrete. 5. Vegetation is to be removed from all appurtenances and fencing. 6. Area will be cleared of all litter and debris prior to any mowing. 7. Litter and debris shall be disposed of properly, off site, at the contactor's expense. 8. 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. 9. Litter and debris shall be defined as an object not intentionally placed at project site for a specific purpose. This shall include, but not limited to, paper, wrappers, cans, bottles, building materials, disposable diapers and small limbs shall be cleaned prior to cutting of all properties. 10. Litter and debris shall be disposed of properly,off site, at the contractor's expense. Page 6 of 27 11. Sweep or blow clean all sidewalks and/or concrete areas affected by work. No grass clippings shall be placed or blown into the City's Drainage Culverts or in the street. 12. Equipment blades are to be sharpened so that grass will be cut low. 13. Entrance roads, approaches, and/or driveways are to be maintained, (where applicable), e.g., alleyways, around telephone poles, sidewalks, culverts, fence-lines; and around developed structures, water meters, ditches and trees. 14. For most facilities, the limits of cutting are the immediate area of past-maintenance, with a minimum of 5 feet around all fences and entrance roads, 10 feet around structures, and ANY areas adjacent and up to any street pavement. a. Specifically, for the Main Wastewater Treatment Plant, a five (5) foot span from the fence on the OUTSIDE of the perimeter shall be mown. 15. Ruts caused by contractor's equipment shall be filled at contractor's expense. 16. The contractor shall repair or replace, at his own expense, any damages to materials or property on site, resulting from negligence during grass cutting or associated activities. 17. Contractor must provide a list of equipment with their bid documents. 18. The contractors will be required to re-cut at their own expenses any areas deemed to be unsatisfactorily mowed. 19. Mow grass to a height of not more than 2 inches within five(5) days. 20. Time extension requests may be granted due to inclement weather or to unforeseeable events that are not caused by the contractor through approval of the Assistant Director of Utilities, Clyde Trahan,who can be reached at (409) 983-8556. If time extension is not given, the City reserves the right to use another vendor if the cut is not made in a timely fashion,within three (3) days after a rain event. 21. Herbicide spray is required around all fence lines and concrete structures at Lift Stations, Service Center, Water Towers and Pleasure Island Meter Pad, except where there is a concrete mow strip poured under the fence line. Herbicide is required around the fence lines, buildings, tanks, sidewalks, exposed pipes, valves, and concrete tanks and pads at all 3 Wastewater Treatment Plants. a. Herbicide is required at the Water Purification Plant, but ONLY around the fence line. 22. Proof of current license to spray must be provided with the bid documents if your company is spraying. 23. The contractor should bring the inability to access property or inability to mow for any reason to the attention of the City's authorized agent, before attempting mow. CONTRACT PERIOD: This Contract will terminate approximately twelve (12) months from date of execution with the option to renew for two (2) additional one year periods. The City can terminate this contract at its convenience which includes, but not limited to, funding being available in any budget cycle with thirty (30)days written notice. The City reserves the right to award to as many contractors as Utility Operations deems necessary. During slow periods in the contract, the Utility Operations Department will contract according to low bid. It will be the Contractor's responsibility to provide documentation that their company has the equipment and the manpower to maintain their grass cutting obligation Page 7 of 27 CONTRACT TERMINATION: 1st Notice—A representative from the Utility Operations department will submit a certified letter stating the issues. 2°d Notice -A representative from the Utility Operations department will call contractor in for a meeting. 3rd Notice will be a letter of termination of contract for cause. Emergency Plan Is invoked as a result of excessive growth and the contractor unable to handle work load. The City reserves the right to utilize additional contractors in any area to reduce the health hazard from excessive growth and contractor's inability to handle the work load in a timely manner. Contractors should report immediately to Wastewater Conveyance Superintendent Jerome Hudson, all equipment failures, breakdowns, and rain delays in writing within twenty-four(24) hours. Page 8 of 27 Grass Mowing Schedule Month Cut Grass 1st Cut Start By Jan 1 time/mo 1st thru 15th Feb 1 time/mo l s`thru 15th March 10 day intervals 1st thru 5th April 10 day intervals 1st thru 5th May 10 day intervals 1 St thru 5th June 10 day intervals 1't thru 5th July 10 day intervals 1st thru 5th Aug 10 day intervals 1st thru 5th Sept 10 day intervals 1st thru 5th Oct 10 day intervals Pt thru 5th Nov 1 time/mo Pt thru 15th Dec 1 time/mo 1st thru 15th NOTE: THAT GROUP G WILL BE CUT AT IRREGULAR INTERVALS,AS REQUIRED BY THE CITY Page 9 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 1 of 6 BID FOR: Mowing at Utility Operations BID DUE DATE: July 1, 2020 Name Location Service Address Price per cut Group A Lift Stations & Sewer Plants Main Line 5440 Procter 5400 Procter St. $ '2 f E Q 0 Valley Forge Valley Forge& Taft Ave. Procter St. Ext. $ 9, 6 5 Manchester 6600 Gulfway Dr. 6580 Gulfway Dr. $ LJr Pinetop Hwy 366 & Pinetop 4801 Atlantic Rd $ �j. S j Atlantic Road St. Atlantic Road. & 39th St. 3949 Pure Atlantic $ 9. 5�� Fairlea Hwy 366 & 32nd St. 7250 32nd St. $ q• Highland Heights Highland Heights @ Taft Elementary 2400 Taft Ave. $ Delmar 4043 Lakeshore Dr. 4110 Lakeshore $ q Lewis Dr. 4831 Lewis Dr. (rear) 4729 Lewis Dr. $ q 5 Peeke Ave 3900 Gulfway(rear) 1621 Brinkman $ 9, 8th Ave 3600 Procter St. 3620 Procter St. $ 9 S Pioneer Park 3400 18th St. 3435 18th St. $ 9' 5 5 Water Towers & Misc Pioneer Park 3600 Blk Gates Blvd. $ q, c)c) Tower Procter St. Ext. Procter St. Ext. & Taft Ave. $ 3 S 0 Tower Total Amount Bid for Group A $ ,2 57:c 11 Si na ure of B4dder Date Page 10 of 27 CITY OF PORT ARTHUR TEXAS BID SHEET e Name Location Service Address Group B Price er cut Lift Stations & Sewer Plants Hazel Ave 6140 Hazel Ave. 6160 Hazel Ave. 63`d St. 63rd St. �_LD, 3100 blk. 63rd St. 62nd St. 2756 62nd St $ 6257 Jade Ave. West Port Arthur $ Z,5 Rd 6441 West Port Arthur Rd 6475 West Port Arthur Rd 58th St. 2148 58th St. $ i DE) 2120 58th St. $ J f C2O Camelia Plaza Camelia Plaza/WPA Rd WPA Rd. Lakeside Park 2100 Cambridge $ �� Z 2105 Cambridge El Vista LS 5400 Terrace $ Z �" 5448 Terrace Ave. Roosevelt 5929 Roosevelt Ave $ —��`�� 5929 Roosevelt Ave. Vista Village 5230 Linkwood $ S 5050 Houston Ave. Operations Ctr. 4700 Houston Ave. $ /�� 4850 Houston Ave. Montrose 8500 Wilson $ 9 Z� 8530 Wilson Hwy 365 1900 blkH $ 3 U° C wy 365 1901 Hwy 365 Dominion Ranch Dr. $Aero Drive Canal @Main B $ ' D Business Park Jade ave.ext. at the service road _ Water Towers & Misc $ Nest Port Arthur Road Tower WPA Road& 60th St. 2nd St. &Jade Ave. Tower(vacant site) $ �r C� wy 365 Tower $ , C�'� FM 365 & Main C Canal $ Zpj andpipe gal Amount Bid for Groifp B 6I'& Garnet 0, I) I ;nature of idder 2) `Z-L— Zaz z Date Page 11 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 3 of 6 Name Location Service Address Price per cut Group C Lift Stations & Sewer Plants Sabine Pass Main S 4TH& Tremont 5080 S. 4TH Ave. $ 9 Z3 S. ls`. Ave. S. Is'. & Quinn 7575 S. 1S`Ave. $ q 6D. Dick Dowling S 1 S`& Dowling 6897 S. 1 S`Ave. $ 67‘SO Welch St. 5100 Welch 5130 Welch St. $ q'iC ) SH 87 South 6500 S Gulfway 6500 S. Gulfway $ ; 5 c) Sabine Pass WWTPS. 4th St. & Tremont $ t3 Water Towers & Misc Sabine Pass GST Next to SP Fire Station 5030 S. Gulfway $ ; C�2� Sabine Pass Standpipe S 2°d Ave. Row&Mechanic St. $ 41 Z r Db Across form Chevron refinery @ Gulf Copper Gulf GST& PS dock $ ,Z p Across from Scurlock Sea Rim Tank tank farm $ Z0 , DO Total Amount Bid for Group C Stue' ,e'-' (13 --?e>- Z ZD Sigpature of Bidd rcXZ Date Page 12 of 27 CITY OF PORT ARTHUR TEXAS BID SHEET Pa--e4 °f6 Name Location Service Address Price er cut Group D Lift Stations & Sewer Plants Lake Charles 1850 Lakeshore Dr 1850 Lakeshore Dr $ 26, C,C) Lakeshore 101 Houston Ave _ 121 W. Lakeshore Dr $ f.5 . 00 Grannis 648 W. Procter St 400 Grannis Ave. Stillwell 1600 19'St. 160019`hSt. $ Sea Cabin LS S.H.82 @ T.B Ellison Pkwy T.B Ellison Pk $ "�f`S�v Disc Golf Course Y @Disc Golf Course $ ZL-C Water Towers & Misc Railroad Ave. & Thomas Blvd. Tower Old Golf Course Road & Rodeo Ln (Whole Property,cutup to road on all sides,one 24"pass on outside of road that's not maintained Pleasure Island EST by Pleasure Island.) JJ $ Next to the bridge Metering Pad on Pleasure Island going to Cameron, LA $ c)e Terminal Road E.S.T. 1440 Terminal Road Total Amount Bid for Group D Signature o Bidd —L Z Date Page 13 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 5 of 6 Name Location Service Address Price per cut Group E Lift stations & Sewer Plants 3`d. Ave. 3400 3rd Ave. 3328 3'Ave. $ 7th Ave. Between 30`h& 31 St. 3129 7"Ave. $ S 0 11`h Ave. Between 27'& 28`h St. 2805 1 l`h Ave. $ �I . sc ) Pear Ridge WWTP 3100 blk 42nd St. 3149 42t St. $ fit. 00 Highway 73 3300 W. Hwy 73 3340 W. Hwy 73 $ /6 z Cc 39`h St. LS 3800 39`h 3800 39' Smith Young 4820 39th St. 4548 39`h St. $ /?F by North Plant LS Old North WWTP Site 6439 Twin City Hwy $ (.3 9: oe 74th St. 74`h St. & 9`h Ave. 7498 9th Ave. $ /D, ®� 46`h St 46`h St. dead end Forest Dr. (cut whole lot) Forest& Highland Dr. 4546 Highland Dr. $ /'f lei Twin City Hwy. 4780 FM 365 $ 9' f Adams Elem. Near School 54459`h Ave. $ Zv, op West Park(cut whole lot) West Park& Rosedale 3100 West Park Drive $ 2D, 00 Water Towers & Misc Lake Arthur Stand Pipe Behind new YMCA @GSU Row $ f t 7� Total Amount Bid for Group E $ 3/0, 0 C� Signature nt Bidder Date Page 14 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 6 of 6 Name Location Price per cut Group F Service Center& Treatment Plants Water Utilities Service Center 111 H.O. Mills Blvd $ c2 ; cO New Water Purification Plant Dry bed to be included 1101 H.O. Mills Blvd. $ 2 '; 00 2200 Blk Norma Old Water Treatment Plant $ //C7 E Total Amount Bid for Group F $ 6/3Dr OD Group G Miscellaneous Sites Wetlands Reserve Hwy 73 & Savannah $ Old Water Purification Plant 1401 19`h St. $ Raw Water Reservoir Hwy 365 & Savannah Ave. $ Total Amount Bid for Group G $ Group H Wastewater Treatment Plants Main WWTP 6300 Procter St. Ext. $ 5 S t On Hwy 365 & Rodair Gully Port Acres WWTP (2901 Hwy 365) $ 2, 2; CD Total Amount Bid for Group H $ J. i -LF cl is/4,4tas- Al vhit 1 COMPANY NAME '" STREET ADDRESS ,, )) CD:-i3Z)>c SIGNATU OF BIDDER P.O. BOX P(^ T�R'TYPE !t�v 6e,+I. i>e 2.9-1/ E NAMW CITY STATE ZIP LE AREA CODE TELEPHONE NO «rn z4a_l icu:�l CeZ74ea,iSJ.C0rv,- EMAIL FAX NO. Page 15 of 27 Equipment List Equipment Qty Size of Cutting Deck Bush Hog 1 3-Fr Zero Turn or Riding Mower ,/. Ste- �© X-v Weedeater 1 C7 N/A Hedge Trimmers j N/A Walk Behind 2— N/A Chainsaw N/A Blower S N/A Edger N/A Slope Mower N/A Bat Wing cr N/A Number of Employees Siga re o-Pro oser Date THIS PAGE MUST BE SUBMITTED WITH YOUR BID FORM. Page 16 of 27 NON-COLLUSION AFFIDAVIT 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 biddings lect has violated the antitrust laws of this State, codified at Section 15.01, et se this project Commerce Code, or the Federal antitrust laws, nor communicated directly orq'' Texas Business and indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory anyone acting for the firm, corporation or institution submitting a bid committed anyg ry or collusion related to the development and submission of this bid proposal. other act of Signature: • Printed Name: Title: Company: C•v Date: SUBSCRIBED and sworn to before me the undersigned authority by:c3"G( , . g . on behalf of said bidder. the ( of SraYPOe EARLENE SMITH Notary Public in and for the TCNotary ID#123943769 . My Commission Expires State of Texas EOF� August 3, 2025 My commission expires: (,c j,+-a , Page 17 of 27 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorize of the company whose signature is binding. d officer The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. succeeding debts as they become due. I further agree to pay I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to a debts prior to execution of this agreement. I further agree to pay succeeding debts as the become p y said Y due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Into an i D ke L1L' twsi * J^C3 y� C:t d�I• Firm Name as / Date He-c tv Authorized Signature Title /cc��� Title Name (please print) Telephone Grr) el le? ,,,rnc� % Cc>i Email STATE: COUNTY: ._ j� SUBSCRIBED AND SWORN to before me by the above named � . � (;,. _ on this the day of , 20 ,47r �} , 20 , . sP0.Y°�a EARLENE L �~ Nota ID#1 SMITH ry23943769 " ^(P My Commission Expires Notary Public August 3, 2025 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 18 of 27 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity FORM CIQ This Questionnaire reflects changes made to the law by H.S. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who OFFICE USE ONLY has a business relationship as defined by Section 176.001(1-a) with a local governmental vendor meets requirements under Section 176.006(a). Date Received entity and the By law this questionnaire must be filed with the records administrator of the local governmental entity not later than tie 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 17 6.006, Local Government Code.An offense under this section is a misdemeanor. 0 Name of vendor who has a business relationship with local !overnri.ental entity. 9 n 0 Check this box if you are filing 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 the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) El Name of local government officer about whom the information is being disclosed. Name of Officer i0 Describe each employment or other business relationship with the local government officer,or a family member of officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? El Yes O No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? ED Yes - No © Describe each employment or business relationship that the vendor named in Section 1 maintains with 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. 6 ElCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 61 gn. ire of ven..r doing business Ith the governmental entity �} _2 Z ��f Z Form provided by Texas Ethics Commission Date wvnv.ethics.state.tx.us Revised 11/30/2015 Page 19 of 27 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/ Docs/LG/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 govemment 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 governmental 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 government 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 1130.'2015 Page 20 of 27 SB 252 CHAPTER 2252 CERTIFICATION eirkko ' i,It;O , the undersigned and representative of/ vice4or f (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. 1- ' / ay 1 ',V Name of Company Representative (Print) ighature o Company R presentative Date Page 21 of 27 House Bill 89 Verification I' ,A) • 06 e (Person name), the undersigned representative (hereafter referred to as "Representative") of i r'Lf u , 2 r•., ( —.lac kY 1c V (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. Al, / Ge,K SIGNATURE F REPRES TATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 3-4( day of in c'r d\ , 20, EARLENE � C � Notary ID ifi23943SMITH769 � �� P My Commission Expires 'Y0F�+ August 3, 2025 Notary Public Page 22 of 27 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. 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 Federal Funds 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. Page 23 of 27 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. 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.: Utility Operations, 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 601 f 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. Page 24 of 27 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; 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 Page 25 of 27 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 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. Page 26 of 27 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. 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 27 of 27 Exhibit "D" Amelia Lawn Care and Landscaping Contract PURCHASING CONTRACT AGREEMENT THIS AGREEMENT is made this the of , 2022, by and between an individual, firm partnership or corporation, Amelia Lawn and Landscaping of Groves, Texas, hereinafter called "Vendor", and the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called the "Owner" or"City". WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, Owner and Vendor agree as follows: 1. The term of this Agreement is one year from the date issued on the Notice to Proceed, with an option to renew for two (2) additional one-year periods, 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 Vendor will provide Mowing services, as delineated and submitted in their bid on March 23, 2022. 3. During the term of this Contract, the Vendor will furnish all of the materials and supplies, as stated in the advertised bid specifications, described as: Mowing and Lawn Service for Group C 4. The Vendor agrees to deliver all services during the term of this contract, at the unit prices listed on the Bid schedule dated March 23, 2022. 5. The term"Contract Documents"means and includes the following: (A) Agreement (B) Advertisement for Bids (C) Invitation to Bid (D) General Information (E) General Specifications (F) Specifications (G) Bid (H) Bid Sheet (I) Notice of Award (J) Notice to Proceed (K) Addenda 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies each of which shall be deemed an original on the date first above written. SIGNED AND AGREED to on the day of , 2022. WITNESS: CONTRACTOR: Amelia Lawn Care and Landscaping of Groves, Texas SIGNED AND AGREED to on the day of , 2022. ATTEST: CITY OF PORT ARTHUR Sherri Bellard Ronald Burton City Secretary City Manager THURMAN BARTIE,MAYOR RON BURTON REV.DONALD FRANK,MAYOR PRO TEM ln,of CITY MANAGER COUNCIL MEMBERS: o r t r t h uc _ SHERRI BELLARD,TRMC CAL JONES CITY SECRETARY INGRID HOLMES Texas THOMAS KINLAW VAL TIZENO KENNETH MARKS CITY ATTORNEY CHARLOTTE MOSES MARCH 4,2022 INVITATION TO BID Mowing of Utility Operations Properties DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, March 23, 2022. (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, March 22, 2022 in the City Council Chambers, City Hall, 5th Floor,Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P22-029 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 or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.wi l liam saportarthurtx.gov The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and 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. eiro&w. u)die.,..frYter- Clifton Williams, CPPB Purchasing Manager Page 2 of 27 MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Grass Cutting at Utility Operations is scheduled for March 11, 2022 at 10:00 A.M., the 5th Floor Council Chambers located at 444 4th Street, Port Arthur,Texas. The purpose of the Pre-Bid Conference is 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 addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Non-Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. le. Page 3 of 27 INVITATION TO BID Mowing of Utility Operations 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 4 of 27 SUBMIT THE FOLLOWING. A. BID SHEETS-PAGE 10-15 B. EQUIPMENT LIST- 16 C. NON-COLLUSION AFFIDAVIT-PAGE 17 (MUST BE NOTARIZED) D. AFFIDAVIT-PAGE 18 (MUST BE NOTARIZED) E. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN& DATE ON LINE 7- PAGE 19 F. CHAPTER 2252 CERTIFICATION-PAGE 21 G. HOUSE BILL 89 VERIFICATION-PAGE 22 Page 5 of 27 SPECIFICATIONS FOR GROUNDS MAINTENANCE UTILITY OPERATIONS DEPARTMENT The work to be performed under this contract is for grounds maintenance at various Water Utilities facilities detailed on the attached bid forms (GROUP "A" through GROUP "G"). A mandatory pre-bid meeting will be held to address any questions of prospective bidders. Prior to the bid opening, each prospective bidder shall inspect every site listed in the attachments in order to become familiar with any site-specific requirements necessary to comply with these specifications. Bidders are to provide unit prices for the maintenance of each location and totals for the entire group. Award of contract will be based on bids received for the group price. Each site for Groups "A" through "F" shall be maintained twice per month from March through October, and once per month from November through February. The exception to this specification is that the Main Plant, Port Acres Wastewater Plant, and Sabine Pass Wastewater Plant locations shall be mowed up to 3 times a month year round, at approximately 10 day intervals. Bidders shall provide unit price for cutting Group "G" sites (estimated 4 cuts per year). Note that maintenance frequency may change during the term of the contract, as determined by the City. Unit prices provided for each site are for the City's use should we require additional maintenance at only that site, and not the entire group. * Invoices for services rendered under this contract are to be submitted to the Wastewater Conveyance Superintendent,within three days of cutting, in order to check/verify completion of the work. Invoices for work not submitted within this time frame will not be verified, and will not be paid. INVOICES NOT COMPLETED PER THESE SPECIFICATIONS WILL NOT BE PAID. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, and service to complete all work in a workmanlike manner as follows: 1. Sites in Groups A through F must be cut and trimmed with hand mower, weed trimmer, push mower, or riding lawn mower, as appropriate. Group "G" sites are for rough-cut and shall be maintained with bush hog and/or slope mower. 2. The schedule is attached. 3. Each site is to be clean cut and all fenced sites are required to be cut inside and around fenced areas, where practicable, as previously done or as directed by the City. 4. Trimming is required around all in-ground facilities, fences and concrete. 5. Vegetation is to be removed from all appurtenances and fencing. 6. Area will be cleared of all litter and debris prior to any mowing. 7. Litter and debris shall be disposed of properly, off site, at the contactor's expense. 8. 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. 9. Litter and debris shall be defined as an object not intentionally placed at project site for a specific purpose. This shall include, but not limited to, paper, wrappers, cans, bottles, building materials, disposable diapers and small limbs shall be cleaned prior to cutting of all properties. 10. Litter and debris shall be disposed of properly,off site,at the contractor's expense. Page 6 of 27 11. Sweep or blow clean all sidewalks and/or concrete areas affected by work. No grass clippings shall be placed or blown into the City's Drainage Culverts or in the street. 12. Equipment blades are to be sharpened so that grass will be cut low. 13. Entrance roads, approaches, and/or driveways are to be maintained, (where applicable), e.g., alleyways, around telephone poles, sidewalks, culverts, fence-lines; and around developed structures, water meters, ditches and trees. 14. For most facilities, the limits of cutting are the immediate area of past-maintenance, with a minimum of 5 feet around all fences and entrance roads, 10 feet around structures, and ANY areas adjacent and up to any street pavement. a. Specifically, for the Main Wastewater Treatment Plant, a five (5) foot span from the fence on the OUTSIDE of the perimeter shall be mown. 15. Ruts caused by contractor's equipment shall be filled at contractor's expense. 16. The contractor shall repair or replace, at his own expense, any damages to materials or property on site, resulting from negligence during grass cutting or associated activities. 17. Contractor must provide a list of equipment with their bid documents. 18. The contractors will be required to re-cut at their own expenses any areas deemed to be unsatisfactorily mowed. 19. Mow grass to a height of not more than 2 inches within five(5) days. 20. Time extension requests may be granted due to inclement weather or to unforeseeable events that are not caused by the contractor through approval of the Assistant Director of Utilities, Clyde Trahan,who can be reached at (409) 983-8556. If time extension is not given, the City reserves the right to use another vendor if the cut is not made in a timely fashion, within three (3) days after a rain event. 21. Herbicide spray is required around all fence lines and concrete structures at Lift Stations, Service Center, Water Towers and Pleasure Island Meter Pad, except where there is a concrete mow strip poured under the fence line. Herbicide is required around the fence lines, buildings, tanks, sidewalks, exposed pipes, valves, and concrete tanks and pads at all 3 Wastewater Treatment Plants. a. Herbicide is required at the Water Purification Plant, but ONLY around the fence line. 22. Proof of current license to spray must be provided with the bid documents if your company is spraying. 23. The contractor should bring the inability to access property or inability to mow for any reason to the attention of the City's authorized agent, before attempting mow. CONTRACT PERIOD: This Contract will terminate approximately twelve (12) months from date of execution with the option to renew for two (2) additional one year periods. The City can terminate this contract at its convenience which includes, but not limited to, funding being available in any budget cycle with thirty (30)days written notice. The City reserves the right to award to as many contractors as Utility Operations deems necessary. During slow periods in the contract, the Utility Operations Department will contract according to low bid. It will be the Contractor's responsibility to provide documentation that their company has the equipment and the manpower to maintain their grass cutting obligation Page 7 of 27 CONTRACT TERMINATION: lst Notice—A representative from the Utility Operations department will submit a certified letter stating the issues. 2nd Notice -A representative from the Utility Operations department will call contractor in for a meeting. 3rd Notice will be a letter of termination of contract for cause. Emergency Plan Is invoked as a result of excessive growth and the contractor unable to handle work load. The City reserves the right to utilize additional contractors in any area to reduce the health hazard from excessive growth and contractor's inability to handle the work load in a timely manner. Contractors should report immediately to Wastewater Conveyance Superintendent Jerome Hudson, all equipment failures, breakdowns, and rain delays in writing within twenty-four(24) hours. Page 8 of 27 Grass Mowing Schedule Month Cut Grass 1st Cut Start By Jan 1 time/mo 1st thru 15th Feb 1 time/mo 1't thru 15th March 10 day intervals 1st thru 5th April 10 day intervals 1st thru 5th May 10 day intervals 1'thru 5th June 10 day intervals 1st thru 5th July 10 day intervals Pt thru 5th Aug 10 day intervals 1st thru 5th Sept 10 day intervals 1st thru 5th Oct 10 day intervals 1st thru 5th Nov 1 time/mo 1st thru 15th Dec 1 time/mo 1'` thru 15th NOTE: THAT GROUP G WILL BE CUT AT IRREGULAR INTERVALS,AS REQUIRED BY THE CITY Page 9 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 1 of 6 BID FOR: Mowing at Utility Operations BID DUE DATE: July 1, 2020 Name Location Service Address Price per cut Group A Lift Stations & Sewer Plants Main Line 5440 Procter 5400 Procter St. $ 2} ; 0 0 Valley Forge Valley Forge& Taft Ave. Procter St. Ext. $ , 5-5-- Manchester 6600 Gulfway Dr. 6580 Gulfway Dr. $ 9, Pinetop Hwy 366 &Pinetop 4801 Atlantic Rd $ 9. j Atlantic Road St. Atlantic Road. &39th St. 3949 Pure Atlantic $ ( 5 I Fairlea Hwy 366 &32nd St. 7250 32nd St. $ q. Highland Heights Highland Heights @ Taft Elementary 2400 Taft Ave. S j • S S Delmar 4043 Lakeshore Dr. 4110 Lakeshore S Lewis Dr. 4831 Lewis Dr. (rear) 4729 Lewis Dr. $ q.S 5 Peeke Ave 3900 Gulfway(rear) 1621 Brinkman $ 9 r Sr5 8th Ave 3600 Procter St. 3620 Procter St. $ 9, 5 Pioneer Park 3400 18th St. 3435 18th St. S 9 Water Towers & Misc Pioneer Park 3600 Blk Gates Blvd. S Cf: t"j Tower Procter St. Ext. Procter St. Ext. & Taft Ave. $ 9� 5 0 Tower Total Amount Bid for Group A $ Signa ure of dder Date Page 10 of 27 CITY OF PORT ARTHUR TEXAS BID SHEET Pa--�f 6 Name Location Group B Service Address Price er cut Lift Stations & Sewer Plants Hazel Ave 6140 Hazel Ave. 6160 Hazel Ave. 63' St. `� 63`dSt. 3100 blk. 63`d St. 62nd St. 2756 62nd St 6257 Jade Ave. West Port Arthur $ �S Rd 6441 West Port Arthur Rd 6475 West Port Arthur Rd $ 3 z l�U 58th St. 2148 58th St. 2120 58th St. Camelia Plaza Camelia Plaza/WPA Rd WPA Rd. Lakeside Park $ Z 2100 Cambridge 2105 Cambridge El Vista LS 5400 Terrace $ Z©'�� 5448 Terrace Ave Roosevelt $ ca , 5929 Roosevelt Ave 5929 Roosevelt Ave. Vista Village 5230 Linkwood $ 5050 Houston Ave. Operations Ctr. 4700 Houston Ave. 4850 Houston Ave. Montrose 8500 Wilson $ 9 ZS 8530 Wilson Hwy 365 1900 blk H $ 3 ` c� Hwy 365 1901 Hwy 365 Dominion Ranch Dr. @ Main B Aero Drive Canal Business Park Jade ave.ext. at the service road $ I Water Towers & Misc $ ` OD Nest Port Arthur Road Tower WPA Road& 60th St. 2nd St. & Jade Ave. Tower(vacant site) $ `�� wy 365 Tower FM 365 & Main C Canal andpipe $ % 61 S`& Garnet ►tal Amount Bid for Grotfp B ;nature of idder Date Page 11 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 3 of 6 Name Location Service Address Price per cut Group C Lift Stations & Sewer Plants Sabine Pass Main S 4TH&Tremont 5080 S. 4TH Ave. $ 956 S. is'. Ave. S. 1st. & Quinn 7575 S. lst Ave. $ q r5D Dick Dowling S 1S`& Dowling 6897 S. 1"Ave. $ -/ '5C) Welch St. 5100 Welch 5130 Welch St. $ gr50 SH 87 South 6500 S Gulfway 6500 S. Gulfway $ Sabine Pass WWTPS. 4th St. & Tremont $ Water Towers &Misc Sabine Pass GST Next to SP Fire Station 5030 S. Gulfway $ , C-)Z) Sabine Pass Standpipe S. 2'Ave. Row& Mechanic St. $ 442 e DID Across form Chevron refinery @ Gulf Copper Gulf GST& PS dock $ C) Across from Scurlock Sea Rim Tank tank farm Total Amount Bid for Group C t / ... G� f V ? Sigwature of Bid@ � Date Page 12 of 27 CITY OF PORT ARTHUR TEXAS BID SHEET Pa- -e 4°f 6 Name Location Service Address Price er cut Group D Lift Stations & Sewer Plants Lake Charles 1850 Lakeshore Dr 1850 Lakeshore Dr $ 726( G7 0 Lakeshore 101 Houston Ave 121 W. Lakeshore Dr $ @^• �� Grannis 648 W. Procter St 400 Grannis Ave. Stillwell 1600 19`h St. 1600 19th St. $ Sea Cabin LS S.H.82 @ T.B Ellison Pkwy T.B Ellison Pk $ "��'b�v Disc Golf Course Pkwy.@ @Disc Golf Course Water Towers & Misc Railroad Ave. & Thomas Blvd. Tower Old Golf Course Road& Rodeo Ln Z` C (Whole Property,cut up to road on all sides,one 24"pass on outside of road that's not maintained Pleasure Island EST by Pleasure Island.) Next to the bridge Metering Pad on Pleasure Island going to Cameron, LA $ �� Terminal Road E.S.T. 1440 Terminal Road Total Amount Bid for Group D Signature o Bidd Date Page 13 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 5 of 6 Name Location Service Address Price per cut Group E Lift stations & Sewer Plants 3rd. Ave. 3400 3rd Ave. 3328 3'Ave. 7`h Ave. Between 30`h& 31 St. 3129 7'Ave. Q $ 1 vO 11`h Ave. Between 27`h& 28`h St. 2805 11`h Ave. $ Pear Ridge WWTP 3100 blk 42'St. 3149 42°d St. $ ‘f 4t. 0® Highway 73 3300 W. Hwy 73 3340 W. Hwy 73 $ /3—e (�f7 39`h St. LS 3800 39`h 3800 39' $ l % 5O Smith Young 4820 39' St. 4548 39`h St. $ /9: co North Plant LS Old North WWTP Site 6439 Twin City Hwy $ c3 : pb 74`h St. 74`h St. & 9`h Ave. 7498 9`h Ave. $ /01 ®D 46`h St 46`h St. dead end Forest Dr. (cut whole lot) Forest& Highland Dr. 4546 Highland Dr. $ /'f: Lem Twin City Hwy. 4780 FM 365 $ 9 f O O Adams Elem. Near School 54459`h Ave. $ 2). OD West Park(cut whole lot) West Park&Rosedale 3100 West Park Drive $ 00 Water Towers & Misc Lake Arthur Stand Pipe Behind new YMCA @GSU Row $ f 1 i Total Amount Bid for Group E $ 3/O, C� N`@ v 03 zz Signature df Bidder Date Page 14 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 6 of 6 Name Location Price per cut Group F Service Center& Treatment Plants Water Utilities Service Center 111 H.O. Mills Blvd $ 42aci New Water Purification Plant Dry bed to be included 1101 H.O. Mills Blvd. $ 5 t 00 2200 Blk Norma Old Water Treatment Plant $ // 7- OD Total Amount Bid for Group F $ cl:3Df W Group G Miscellaneous Sites Wetlands Reserve Hwy 73 & Savannah $ Old Water Purification Plant 1401 19`h St. $ Raw Water Reservoir Hwy 365 & Savannah Ave. $ Total Amount Bid for Group G $ Group H Wastewater Treatment Plants Main WWTP 6300 Procter St. Ext. $ 6 j 9S c OD Hwy 365 & Rodair Gully Port Acres WWTP (2901 Hwy 365) $ Z 2; C) Total Amount Bid for Group H $ Q2CD, 4340_4 1,74,thtace-? ,4e,,r,c,htziO4 ‘14(974% COMPANY NAME �J STREET ADDRESS A1 SIGNATU OF BIDDER P.O. BOX c�. 35 /7- 7 :4YePig/ ��vi :- 7 PE NAME/ CITY STATE ZIP 44vo/c' 4.4„6-----7/2c? AREA CODE TELEPHONE NO arn.ei a.-...64-4.ccr 1 Cez;:ec; Q,CO'wi EMAIL FAX NO. Page 15 of 27 Equipment List Equipment Qty Size of Cutting Deck Bush Hog j j -�J Zero Turn or Riding Mower % I/ Weedeater f�� N/A Hedge Trimmers 3 N/A Walk Behind N/A Chainsaw � N/A Blower s N/A Edger N/A Slope Mower N/A Bat Wing -cl' N/A Number of Employees -4" r j 3 --zz- z6e-2— Si na re o_Pro oser Date THIS PAGE MUST BE SUBMITTED WITH YOUR BID FORM. Page 16 of 27 NON-COLLUSION AFFIDAVIT 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 biddingthis r has violated the antitrust laws of this State, codified at Section 15.01, et se project Commerce Code, or the Federal antitrust laws, nor communicated directlyg Texas Business and to any competitor or any other person engaged in the same line or indirectly the bid made 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: Title: v e Gc)/ty, Company: J ts.Lie? k- ,k/A; G z Date: SUBSCRIBED and sworn to before me the undersigned ( the behalf of said bidder. authority by= G � , t of, �✓ on ot ;a, EARLENE SMITH Notary Public in and for the a --� Notary ID#123943769 ' � My Commission Expires State of Texas FOf� August 3, 2025 My commission expires: Aut,c ��� �, g Page 17 of 27 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a dul aut of the company whose signature is binding. Y horized officer The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the Ci of Port A succeeding debts as they become due. tY rthur. I further agree to pay I hereby certify that II do have outstanding debts with the City of Port Arthur and agree to debts prior to execution of this agreement. I further agree to pay succeeding debts as theybecome pay said me due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to ente agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. r into an Firm Name f Date Authorized Signature Title Title Name (p ease print) Gq GA-C, I Telephone a YN et 16'Pl-eLL,t/°Uftr✓2,c_ •Cz7 r7-i'1 r/jSKi Email STATE: e i COUNTY: i tOzn SUBSCRIBED AND SWORN to before me by the above named on this the day of t/�� 20 ; , <P ;e, EARLENE SMITH a���1 ^ Notary ID#1 2 3 943 76 9 ,$ My Commission Expires Notary Public August 3, 2025 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 18 of 27 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity ��� CIQM This questionnaire reflects changes made to the law by H.S. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental vendor meets requirements under Section 176.006(a). Date Received entity and the By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. 0 Name of vendor who has a business relationship with local overnmental entity. 0 Check this box if you are filing 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 the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) © Name of local government officer about whom the information is being disclosed. Name of Officer 0 Describe each employment or other business relationship with the local government officer, or a family member of officer,as described by Section 176.003(a)(2)(A), Also describe any family relationship with the local government offi the cer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? El Yes - No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? El Yes - No © Describe each employment or business relationship that the vendor named in Section 1 maintains w' a corporation or other business entity with respect to which the local government officer serves as an officer or diirector, or holds an ownership interest of one percent or more. 6 ElCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). lil / , '(f- .4 -�L � gn. ire of ven..r doing business ith the govemmental entity f)-S 2 e ?� Form provided by Texas Ethics Commission Date www.ethics.state.tx.us Revised 11i30,2015 Page 19 of 27 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/ Docs/LG/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 govemment 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) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental 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 government 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 20 of 27 SB 252 CHAPTER 2252 CERTIFICATION �de'ztJytp' ` �`�� , the undersigned and representative of [i; /i'te-ti-V� � f /15 (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. , L 1 • 'ia y y-\/ Jame of Company Representative (Print) • ighature o Company R presentative Date Page 21 of 27 House Bill 89 Verification l l • ( c e 14. (Person name), the undersigned representative (hereafter referred to as "Representative") of ! et-r l (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. rr / SIGNATUREF REPRESS TATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 3--;( day of m c' ra\ , 20 o Y pi EARLENE SMITH lilAeNotary ID#123943769 � `+P My Commission Expires '*oF� August 3,2025 Notary Public Page 22 of 27 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. 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 Federal Funds 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. Page 23 of 27 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. 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.: Utility Operations, 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. Page 24 of 27 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; 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 Page 25 of 27 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 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. Page 26 of 27 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. 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 27 of 27 Exhibit "E" Amelia Lawn Care and Landscaping Contract PURCHASING CONTRACT AGREEMENT THIS AGREEMENT is made this the of , 2022, by and between an individual, firm partnership or corporation,Amelia Lawn and Landscaping of Groves, Texas, hereinafter called "Vendor", and the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas,hereinafter called the"Owner"or"City". WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, Owner and Vendor agree as follows: 1. The term of this Agreement is one year from the date issued on the Notice to Proceed, with an option to renew for two (2) additional one-year periods, 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 Vendor will provide Mowing services, as delineated and submitted in their bid on March 23, 2022. 3. During the term of this Contract,the Vendor will furnish all of the materials and supplies, as stated in the advertised bid specifications, described as: Mowing and Lawn Service for Group D 4. The Vendor agrees to deliver all services during the term of this contract, at the unit prices listed on the Bid schedule dated March 23, 2022. 5. The term"Contract Documents"means and includes the following: (A)Agreement (B) Advertisement for Bids (C) Invitation to Bid (D) General Information (E) General Specifications (F) Specifications (G) Bid (H)Bid Sheet (I) Notice of Award (J) Notice to Proceed (K)Addenda 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed by their duly authorized officials,this Agreement in two (2)copies each of which shall be deemed an original on the date first above written. SIGNED AND AGREED to on the day of , 2022. WITNESS: CONTRACTOR: Amelia Lawn Care and Landscaping of Groves, Texas SIGNED AND AGREED to on the day of , 2022. ATTEST: CITY OF PORT ARTHUR Sherri Bellard Ronald Burton City Secretary City Manager THURMAN BARTIE,MAYOR RON BURTON REV.DONALD FRANK,MAYOR PRO TEM City of CITY MANAGER COUNCIL MEMBERS: �X 21?.t SHERRI BELLARD,TRMC CAL JONES CITY SECRETARY INGRID HOLMES Texas THOMAS KINLAW VAL TIZENO KENNETH MARKS CITY ATTORNEY CHARLOTTE MOSES MARCH 4, 2022 INVITATION TO BID Mowing of Utility Operations Properties DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, March 23, 2022. (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, March 22, 2022 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P22-029 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 or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williamsaportarthurtx.gov The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and 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. GfzEE ,t9r.4/- Clifton Williams, CPPB Purchasing Manager Page 2 of 27 MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Grass Cutting at Utility Operations is scheduled for March 11, 2022 at 10:00 A.M., the 5th Floor Council Chambers located at 444 4th Street, Port Arthur,Texas. The purpose of the Pre-Bid Conference is 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 addendum(s)to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Non-Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. le. Page 3 of 27 INVITATION TO BID Mowing of Utility Operations 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 4 of 27 SUBMIT THE FOLLOWING. A. BID SHEETS-PAGE 10-15 B. EQUIPMENT LIST- 16 C. NON-COLLUSION AFFIDAVIT-PAGE 17 (MUST BE NOTARIZED) D. AFFIDAVIT-PAGE 18(MUST BE NOTARIZED) E. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN& DATE ON LINE 7- PAGE 19 F. CHAPTER 2252 CERTIFICATION-PAGE 21 G. HOUSE BILL 89 VERIFICATION-PAGE 22 Page 5 of 27 SPECIFICATIONS FOR GROUNDS MAINTENANCE UTILITY OPERATIONS DEPARTMENT The work to be performed under this contract is for grounds maintenance at various Water Utilities facilities detailed on the attached bid forms (GROUP "A" through GROUP "G"). A mandatory pre-bid meeting will be held to address any questions of prospective bidders. Prior to the bid opening, each prospective bidder shall inspect every.site listed in the attachments in order to become familiar with any site-specific requirements necessary to comply with these specifications. Bidders are to provide unit prices for the maintenance of each location and totals for the entire group. Award of contract will be based on bids received for the group price. Each site for Groups "A" through "F" shall be maintained twice per month from March through October, and once per month from November through February. The exception to this specification is that the Main Plant, Port Acres Wastewater Plant, and Sabine Pass Wastewater Plant locations shall be mowed up to 3 times a month year round, at approximately 10 day intervals. Bidders shall provide unit price for cutting Group "G" sites (estimated 4 cuts per year). Note that maintenance frequency may change during the term of the contract, as determined by the City. Unit prices provided for each site are for the City's use should we require additional maintenance at only that site, and not the entire group. * Invoices for services rendered under this contract are to be submitted to the Wastewater Conveyance Superintendent,within three days of cutting, in order to check/verify completion of the work. Invoices for work not submitted within this time frame will not be verified, and will not be paid. INVOICES NOT COMPLETED PER THESE SPECIFICATIONS WILL NOT BE PAID. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, and service to complete all work in a workmanlike manner as follows: 1. Sites in Groups A through F must be cut and trimmed with hand mower, weed trimmer, push mower, or riding lawn mower, as appropriate. Group "G" sites are for rough-cut and shall be maintained with bush hog and/or slope mower. 2. The schedule is attached. 3. Each site is to be clean cut and all fenced sites are required to be cut inside and around fenced areas, where practicable, as previously done or as directed by the City. 4. Trimming is required around all in-ground facilities, fences and concrete. 5. Vegetation is to be removed from all appurtenances and fencing. 6. Area will be cleared of all litter and debris prior to any mowing. 7. Litter and debris shall be disposed of properly, off site, at the contactor's expense. 8. 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. 9. Litter and debris shall be defined as an object not intentionally placed at project site for a specific purpose. This shall include, but not limited to, paper, wrappers, cans, bottles, building materials, disposable diapers and small limbs shall be cleaned prior to cutting of all properties. 10. Litter and debris shall be disposed of properly, off site, at the contractor's expense. Page 6 of 27 11. Sweep or blow clean all sidewalks and/or concrete areas affected by work. No grass clippings shall be placed or blown into the City's Drainage Culverts or in the street. 12. Equipment blades are to be sharpened so that grass will be cut low. 13. Entrance roads, approaches, and/or driveways are to be maintained, (where applicable), e.g., alleyways, around telephone poles, sidewalks, culverts, fence-lines; and around developed structures, water meters, ditches and trees. 14. For most facilities, the limits of cutting are the immediate area of past-maintenance, with a minimum of 5 feet around all fences and entrance roads, 10 feet around structures, and ANY areas adjacent and up to any street pavement. a. Specifically, for the Main Wastewater Treatment Plant, a five (5) foot span from the fence on the OUTSIDE of the perimeter shall be mown. 15. Ruts caused by contractor's equipment shall be filled at contractor's expense. 16. The contractor shall repair or replace, at his own expense, any damages to materials or property on site, resulting from negligence during grass cutting or associated activities. 17. Contractor must provide a list of equipment with their bid documents. 18. The contractors will be required to re-cut at their own expenses any areas deemed to be unsatisfactorily mowed. 19. Mow grass to a height of not more than 2 inches within five (5) days. 20. Time extension requests may be granted due to inclement weather or to unforeseeable events that are not caused by the contractor through approval of the Assistant Director of Utilities, Clyde Trahan,who can be reached at (409) 983-8556. If time extension is not given, the City reserves the right to use another vendor if the cut is not made in a timely fashion, within three (3) days after a rain event. 21. Herbicide spray is required around all fence lines and concrete structures at Lift Stations, Service Center, Water Towers and Pleasure Island Meter Pad, except where there is a concrete mow strip poured under the fence line. Herbicide is required around the fence lines, buildings, tanks, sidewalks, exposed pipes, valves, and concrete tanks and pads at all 3 Wastewater Treatment Plants. a. Herbicide is required at the Water Purification Plant, but ONLY around the fence line. 22. Proof of current license to spray must be provided with the bid documents if your company is spraying. 23. The contractor should bring the inability to access property or inability to mow for any reason to the attention of the City's authorized agent, before attempting mow. CONTRACT PERIOD: This Contract will terminate approximately twelve (12) months from date of execution with the option to renew for two (2) additional one year periods. The City can terminate this contract at its convenience which includes, but not limited to, funding being available in any budget cycle with thirty (30) days written notice. The City reserves the right to award to as many contractors as Utility Operations deems necessary. During slow periods in the contract, the Utility Operations Department will contract according to low bid. It will be the Contractor's responsibility to provide documentation that their company has the equipment and the manpower to maintain their grass cutting obligation Page 7 of 27 CONTRACT TERMINATION: lst Notice—A representative from the Utility Operations department will submit a certified letter stating the issues. 2nd Notice -A representative from the Utility Operations department will call contractor in for a meeting. 3rd Notice will be a letter of termination of contract for cause. Emergency Plan Is invoked as a result of excessive growth and the contractor unable to handle work load. The City reserves the right to utilize additional contractors in any area to reduce the health hazard from excessive growth and contractor's inability to handle the work load in a timely manner. Contractors should report immediately to Wastewater Conveyance Superintendent Jerome Hudson, all equipment failures, breakdowns, and rain delays in writing within twenty-four(24) hours. Page 8 of 27 Grass Mowing Schedule Month Cut Grass lst Cut Start By Jan 1 time/mo 1st thru 15th Feb 1 time/mo 1st thru 15th March 10 day intervals 1st thru 5th April 10 day intervals 1st thru 5th May 10 day intervals l st thru 5th June 10 day intervals 1st thru 5th July 10 day intervals 1st thru 5th Aug 10 day intervals l st thru 5th Sept 10 day intervals I st thru 5th Oct 10 day intervals 1st thru 5th Nov 1 time/mo 1st thru 15th Dec 1 time/mo 1st thru 15th NOTE: THAT GROUP G WILL BE CUT AT IRREGULAR INTERVALS,AS REQUIRED BY THE CITY Page 9 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 1 of 6 BID FOR: Mowing at Utility Operations BID DUE DATE: July 1, 2020 Name Location Service Address Price per cut Group A Lift Stations & Sewer Plants Main Line 5440 Procter 5400 Procter St. S ( 0 0 Valley Forge Valley Forge&Taft Ave. Procter St. Ext. $ l`, -----"3--- Manchester 6600 Gulfway Dr. 6580 Gulfway Dr. $ 9, .S Pinetop Hwy 366 &Pinetop 4801 Atlantic Rd $ 9, S 3 Atlantic Road St. Atlantic Road. & 39th St. 3949 Pure Atlantic $ 9. 5-5 Fairlea Hwy 366 & 32nd St. 7250 32nd St. $ 9. S _l Highland Heights Highland Heights @ Taft Elementary 2400 Taft Ave. $ (f S .S---- Delmar 4043 Lakeshore Dr. 4110 Lakeshore $ g;S S_ Lewis Dr. 4831 Lewis Dr. (rear) 4729 Lewis Dr. $ 67. S 5� Peeke Ave 3900 Gulfway(rear) 1621 Brinkman $ y, S 5 J 8th Ave 3600 Procter St. 3620 Procter St. S 9, 3 S Pioneer Park 3400 18th St. 3435 18th St. S 9', - ---- Water Towers & Misc Pioneer Park 3600 Blk Gates Blvd. $ L f Ci: 0 0 Tower Procter St. Ext. Procter St. Ext. & Taft Ave. $ 3 9; S 0 Tower Total Amount Bid for Group A S 5 -----alt-A) 03( -22-teee.- Si na ure of Ler 1 Date Page 10 of 27 CITY OF PORT ARTHUR TEXAS BID SHEET ) eg of 6 Name Location Group B Service Address Price er cut Lift Stations & Sewer Plants Hazel Ave 6140 Hazel Ave. 6160 Hazel Ave. 63rd St. 63rd St. 3100 blk. 63rd St. • 62nd St. 2756 62nd St 6257 Jade Ave. West Port Arthur Rd 6441 West Port Arthur Rd 6475 West Port Arthur Rd $ `3 D`) 58th St. 2148 58th St. 2120 58th St. Camelia Plaza Camelia Plaza/Wpq Rd WPA Rd. Lakeside Park 2100 Cambridge S �� Z 2105 Cambridge El Vista LS $ 5400 Terrace 5448 Terrace Ave. $Roosevelt 5929 Roosevelt Ave 5929 Roosevelt Ave. Vista Village 5230 Linkwood 5050 Houston Ave. Operations Ctr. 4700 Houston Ave. 5 4850 Houston Ave. S c7 . Montrose 8500 Wilson 5 8530 Wilson Hwy 365 1900 blk H S 3 65, c� wy 365 1901 Hwy 365 Dominion Ranch Dr. S ��Aero Drive Canal @Main B Business Park S - �%C)Jade ave.ext. at the service road Water Towers &Misc $ Nest Port Arthur Road Tower WPA Road& 60th St. 2nd St. &Jade Ave. Tower(vacant site) 5 ��� L� wy 365 Tower FM 365&Main C Canal $ andpipe 61 S`& Garnet )tal Amount Bid for Grotfp B ;nature of idder !7 j <2 z—zOz-L Date Page 11 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 3 of 6 Name Location Service Address Price per cut Group C Lift Stations & Sewer Plants Sabine Pass Main S 4TH&Tremont 5080 S. 4TH Ave. $ qt S. 1st. Ave. S. 1st. & Quinn 7575 S. ls`Ave. $ q 6D Dick Dowling S 1"& Dowling 6897 S. 1"Ave. $ -!'30 Welch St. 5100 Welch 5130 Welch St. $ gr.5o SH 87 South 6500 S Gulfway 6500 S. Gulfway $ Sabine Pass WWTPS. 4`''St. & Tremont S 6,Q 5 Water Towers& Misc Sabine Pass GST Next to SP Fire Station 5030 S. Gulfway $ v� Cr?Z) Sabine Pass Standpipe S 2nd Ave. Row&Mechanic St. Across form Chevron refinery @ Gulf Copper Gulf GST& PS dock $ v Z G Across from Scurlock Sea Rim Tank tank farm $ ZO DO Total Amount Bid for Group C $ Sign Date ature of Biddy+ e ?Z-Z Z e Page 12 of 27 CITY OF PORT ARTHUR TEXAS BID SHEET Page 4 of 6 Name Location Service Address Price er cut Group D Lift Stations & Sewer Plants Lake Charles 1850 Lakeshore Dr 1850 Lakeshore Dr $ 00 Lakeshore 101 Houston Ave 121 W. Lakeshore Dr $ , Oso Grannis 648 W. Procter St 400 Grannis Ave. $ 3 ,s-rJ Stillwell 1600 19th St. 1600 19th St. Sea Cabin LS S.H.82 @ T.B Ellison Pkwy T.B Ellison Pk $ `'�l` SAC Disc Golf Course �'Y @Disc Golf Course Water Towers &Misc Railroad Ave. & Thomas Blvd. Tower Old Golf Course Road&Rodeo Ln (Whole Property,cut up to road on all sides,one 24"pass on outside of road that's not maintained Pleasure Island EST by Pleasure Island.) _ Next to the bridge Metering Pad on Pleasure Island going to Cameron, LA $ ®eD Terminal Road E.S.T. 1440 Terminal Road Total Amount Bid for Group D Signature of Bidd r Date Page 13 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 5 of 6 Name Location Service Address Price per cut Group E Lift stations & Sewer Plants 3`d. Ave. 3400 3`d Ave. 3328 3RdAve. $ ! ; 5-0 7th Ave. Between 30`h& 31 St. 3129 7"Ave. $ q, b(7 11 th Ave. Between 27"&28th St. 2805 11 th Ave. $ � . scD Pear Ridge WWTP 3100 b1k 42nd St. 3149 42°d St. S Gf ( C.)0 Highway 73 3300 W. Hwy 73 3340 W. Hwy 73 S O 39"St. LS 3800 39' 3800 39' S 9 , Q Smith Young 4820 39th St. 4548 39`h St. S /f• 67'i North Plant LS Old North WWTP Site 6439 Twin City Hwy S c. �: Qb 74th St. 74th St. & 9th Ave. 7498 9th Ave. S /0: C)ZD 46th St 46th St. dead end 4300 46th St. $ 3 �� Forest Dr. (cut whole lot) Forest& Highland Dr. 4546 Highland Dr. S /Gf= G Twin City Hwy. 4780 FM 365 S E rj Adams Elem. Near School 54459th Ave. S ZU. DU West Park(cut whole lot) West Park&Rosedale 3100 West Park Drive $ 2 ; Cow Water Towers &Misc Lake Arthur Stand Pipe Behind new YMCA @GSU Row S 7 ciD Total Amount Bid for Group E S 3/0, DO kJ• tt) Signature on Bidder Date Page 14 of 27 CITY OF PORT ARTHUR,TEXAS BID SHEET Page 6 of 6 Name Location Price per cut Group F Service Center& Treatment Plants Water Utilities Service Center 111 H.O. Mills Blvd S ) New Water Purification Plant Dry bed to be included 1101 H.O. Mills Blvd. $ 6 '; CO 2200 Blk Norma Old Water Treatment Plant $ //U C) Total Amount Bid for Group F $ 3n(o Group G Miscellaneous Sites Wetlands Reserve Hwy 73 & Savannah $ Old Water Purification Plant 1401 19th St. $ Raw Water Reservoir Hwy 365 & Savannah Ave. $ Total Amount Bid for Group G $ Group H Wastewater Treatment Plants Main WWTP 6300 Procter St. Ext. $ (5-9S i Da Hwy 365 & Rodair Gully Port Acres WWTP (2901 Hwy 365) $ CDC) Total Amount Bid for Group H $ Sa), 00 4rra4 a 4,444t ;-& . < COMPANY NAME STREET ADDRESS SIGNATU OF BIDDER P.O. BOX 41f, 61in v1-5 7-x 276/ pc21 OR'l PE NAME/ CITY STATE ZIP LE AREA CODE TELEPHONE NO GQrn<L4 t._Laco4 Cezfc &n19 COrrri EMAIL FAX NO. Page 15 of 27 Equipment List Equipment Qty Size of Cutting Deck Bush Hog Zero Turn or Riding Mower sz , Goo "AZ� Id Weedeater /t2 N/A Hedge Trimmers N/A Walk Behind Z N/A Chainsaw N/A Blower s N/A Edger N/A Slope Mower N/A Bat Wing -tom- N/A Number of Employees Si na re o Pro oser Date THIS PAGE MUST BE SUBMITTED WITH YOUR BID FORM. Page 16 of 27 NON-COLLUSION AFFIDAVIT 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 has violated the antitrust laws of this State, codified at Section 15.01, et s this project Commerce Code, or the Federal antitrust laws, nor communicated directly eq., Texas Business and 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 anyg ry collusion related to the development and submission of this bid proposal. other act of Signature: . �. Printed Name: Title: s?k,- Company: l L j4' kt•r-v rU (;),,z Date: Zp-Z SUBSCRIBED and sworn to before me the undersigned authority by< G( the of, g behalf of said bidder. �on EARLENE SMITH Notary ID#123943769 Notary Public in and for the t My Commission Expires State of Texas Fov� August 3, 2025 My commission expires: A(-lc(..1)i' 3 c��l Page 17 of 27 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a dul author of the company whose signature is binding. Y ized officer The undersigned offers and agrees to one of the following: _ I hereby certify that I do not have outstanding debts with the City of Port Arthur. succeeding debts as they become due. I further agree to pay I hereby certify that I d o have outstanding debts with the City of Port Arthur and agree to a debts prior to execution of this agreement. I further agree to pay succeeding debts as the becomeY said Y p due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter i agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. nto an 4+it-L;Q 64x,u i(lee", * ra ,fir Firm Name �'-3 �3 Date 4 .d T�izo AuthorizedSignature Title Name (p ease print) z/6C] Telephone 1')1 el ter 44,4/11fccr2.G ' .'2/61J•C e>i r \ Email STATE: COUNTY: j "Jc) SUBSCRIBED AND SWORN to before me by the above named ,-,,, , hia `�� ai( on this the 111 dayof ✓L , 20.a. EARLENE SMITH C,�^ �;�"`✓7 �'��n Notary ID#123943769 +� My Commission Expires Notary Public �— August 3, 2025 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 18 of 27 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity FORM CIQ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmentalentity vendor meets requirements under Section 176.006(a). Date Received and the By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. 0 Name of vendor who has a business relationship with local •overnmental entity. © ❑ Check this box if you are filing 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 the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) © Name of local government officer about whom the information is being disclosed. Name of Officer ri Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? L3 Yes I I No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? El Yes Li No © Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation 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. 6 ❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). Ei A/ /(1?" Arid. gn. ire of ven..r doing business ith the govemmental entity Date Form provided by Texas Ethics Commission wvnv.ethics.state.tx.us Revised 11130/2015 Page 19 of 27 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/ Docs/LG/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: leYrir (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 governmental 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 government 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 20 of 27 SB 252 CHAPTER 2252 CERTIFICATION I, !�/' t t-G7/`P / /)/ , the undersigned and representative of L:er 1C-cevV '•;-F f icy-ctes'ecai-)/5 (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. 1a/. / 4y,A1 h t I.Pi/ j me of Company Representative (Print) 2 - ighature o Company R presentative C23 --- -2 - ) e_ Z Date Page 21 of 27 House Bill 89 Verification tdavAi e 21-4-‘A (Person name), the undersigned representative h( ereafter referred to as "Representative") of ("<tz2.c, l-a-rtkrezdAt' (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. SIGNATURE F REPRES TATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this;-3rCt day of u 1 c rGk , 20, <��`Y°�a EARLENE SMITH 4*(1; Notary 10#123943769 // �� �+P My Commission Expires rF August 3, 2025 Notary Public Page 22 of 27 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. 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 Federal Funds 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. Page 23 of 27 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. 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.: Utility Operations, 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. Page 24 of 27 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; 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 Page 25 of 27 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 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. Page 26 of 27 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. 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 27 of 27 Exhibit "F" K&D Affordable Contract PURCHASING CONTRACT AGREEMENT THIS AGREEMENT is made this the of , 2022, by and between an individual, firm partnership or corporation, K&D Affordable of Port Arthur, Texas, hereinafter called"Vendor", and the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called the"Owner"or"City". WITNESSETH: That for and in consideration of the payments,terms, conditions and agreements set forth herein, Owner and Vendor agree as follows: 1. The term of this Agreement is one year from the date issued on the Notice to Proceed, with an option to renew for two (2) additional one-year periods, 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 Vendor will provide Mowing services, as delineated and submitted in their bid on March 23, 2022. 3. During the term of this Contract,the Vendor will furnish all of the materials and supplies, as stated in the advertised bid specifications, described as: Mowing and Lawn Service for Group E 4. The Vendor agrees to deliver all services during the term of this contract, at the unit prices listed on the Bid schedule dated March 23, 2022. 5. The term"Contract Documents"means and includes the following: (A) Agreement (B) Advertisement for Bids (C) Invitation to Bid (D) General Information (E) General Specifications (F) Specifications (G) Bid (H) Bid Sheet (I) Notice of Award (J) Notice to Proceed (K) Addenda 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies each of which shall be deemed an original on the date first above written. SIGNED AND AGREED to on the day of , 2022. WITNESS: CONTRACTOR: K&D Affordable of Port Arthur, Texas SIGNED AND AGREED to on the day of , 2022. ATTEST: CITY OF PORT ARTHUR Sherri Bellard Ronald Burton City Secretary City Manager THURMAN BARTIE,MAYOR (IN RON BURTON REV.DONALD FRANK,MAYOR PRO TEM try of $dF CITY MANAGER COUNCIL MEMBERS: u r t r t h u SHERRI BELLARD,TRMC CAL JONES �--�_ CITY SECRETARY INGRID HOLMES Texus THOMAS KINLAW VAL TIZENO KENNETH MARKS CITY ATTORNEY CHARLOTTE MOSES MARCH 4, 2022 INVITATION TO BID Mowing of Utility Operations Properties DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, March 23, 2022. (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, March 22, 2022 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P22-029 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 or Scope of Work 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(aportarthurtx.gov The enclosed Invitation to Bid(ITB) and accompanying General Instructions, Conditions and 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 27 MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Grass Cutting at Utility Operations is scheduled for March 11, 2022 at 10:00 A.M., the 5th Floor Council Chambers located at 444 4th Street, Port Arthur, Texas. The purpose of the Pre-Bid Conference is 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 addendum(s)to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Non-Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. le. Page 3 of 27 INVITATION TO BID Mowing of Utility Operations 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 4 of 27 SUBMIT THE FOLLOWING. A. BID SHEETS-PAGE 10-15 B. EQUIPMENT LIST- 16 C. NON-COLLUSION AFFIDAVIT-PAGE 17 (MUST BE NOTARIZED) D. AFFIDAVIT-PAGE 18 (MUST BE NOTARIZED) E. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE I AND SIGN& DATE ON LINE 7-PAGE 19 F. CHAPTER 2252 CERTIFICATION-PAGE 21 G. HOUSE BILL 89 VERIFICATION-PAGE 22 Page 5 of 27 SPECIFICATIONS FOR GROUNDS MAINTENANCE UTILITY OPERATIONS DEPARTMENT The work to be performed under this contract is for grounds maintenance at various Water Utilities facilities detailed on the attached bid forms (GROUP "A" through GROUP "G"). A mandatory pre-bid meeting will be held to address any questions of prospective bidders. Prior to the bid opening, each prospective bidder shall inspect every site listed in the attachments in order to become familiar with any site-specific requirements necessary to comply with these specifications. Bidders are to provide unit prices for the maintenance of each location and totals for the entire group. Award of contract will be based on bids received for the group price. Each site for Groups "A" through "F" shall be maintained twice per month from March through October, and once per month from November through February. The exception to this specification is that the Main Plant, Port Acres Wastewater Plant, and Sabine Pass Wastewater Plant locations shall be mowed up to 3 times a month year round, at approximately 10 day intervals. Bidders shall provide unit price for cutting Group "G" sites (estimated 4 cuts per year). Note that maintenance frequency may change during the term of the contract, as determined by the City. Unit prices provided for each site are for the City's use should we require additional maintenance at only that site, and not the entire group. * Invoices for services rendered under this contract are to be submitted to the Wastewater Conveyance Superintendent,within three days of cutting, in order to check/verify completion of the work. Invoices for work not submitted within this time frame will not be verified, and will not be paid. INVOICES NOT COMPLETED PER THESE SPECIFICATIONS WILL NOT BE PAID. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, and service to complete all work in a workmanlike manner as follows: 1. Sites in Groups A through F must be cut and trimmed with hand mower, weed trimmer, push mower, or riding lawn mower, as appropriate. Group "G" sites are for rough-cut and shall be maintained with bush hog and/or slope mower. 2. The schedule is attached. 3. Each site is to be clean cut and all fenced sites are required to be cut inside and around fenced areas, where practicable, as previously done or as directed by the City. 4. Trimming is required around all in-ground facilities, fences and concrete. 5. Vegetation is to be removed from all appurtenances and fencing. 6. Area will be cleared of all litter and debris prior to any mowing. 7. Litter and debris shall be disposed of properly, off site, at the contactor's expense. 8. 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. 9. Litter and debris shall be defined as an object not intentionally placed at project site for a specific purpose. This shall include, but not limited to, paper, wrappers, cans, bottles, building materials, disposable diapers and small limbs shall be cleaned prior to cutting of all properties. 10. Litter and debris shall be disposed of properly, off site, at the contractor's expense. Page 6 of 27 11. Sweep or blow clean all sidewalks and/or concrete areas affected by work. No grass clippings shall be placed or blown into the City's Drainage Culverts or in the street. 12. Equipment blades are to be sharpened so that grass will be cut low. 13. Entrance roads, approaches, and/or driveways are to be maintained, (where applicable), e.g., alleyways, around telephone poles, sidewalks, culverts, fence-lines; and around developed structures, water meters, ditches and trees. 14. For most facilities, the limits of cutting are the immediate area of past-maintenance, with a minimum of 5 feet around all fences and entrance roads, 10 feet around structures, and ANY areas adjacent and up to any street pavement. a. Specifically, for the Main Wastewater Treatment Plant, a five (5) foot span from the fence on the OUTSIDE of the perimeter shall be mown. 15. Ruts caused by contractor's equipment shall be filled at contractor's expense. 16. The contractor shall repair or replace, at his own expense, any damages to materials or property on site, resulting from negligence during grass cutting or associated activities. 17. Contractor must provide a list of equipment with their bid documents. 18. The contractors will be required to re-cut at their own expenses any areas deemed to be unsatisfactorily mowed. 19. Mow grass to a height of not more than 2 inches within five(5) days. 20. Time extension requests may be granted due to inclement weather or to unforeseeable events that are not caused by the contractor through approval of the Assistant Director of Utilities, Clyde Trahan,who can be reached at (409) 983-8556. If time extension is not given, the City reserves the right to use another vendor if the cut is not made in a timely fashion, within three (3) days after a rain event. 21. Herbicide spray is required around all fence lines and concrete structures at Lift Stations, Service Center, Water Towers and Pleasure Island Meter Pad, except where there is a concrete mow strip poured under the fence line. Herbicide is required around the fence lines, buildings, tanks, sidewalks, exposed pipes, valves, and concrete tanks and pads at all 3 Wastewater Treatment Plants. a. Herbicide is required at the Water Purification Plant, but ONLY around the fence line. 22. Proof of current license to spray must be provided with the bid documents if your company is spraying. 23. The contractor should bring the inability to access property or inability to mow for any reason to the attention of the City's authorized agent, before attempting mow. CONTRACT PERIOD: This Contract will terminate approximately twelve (12) months from date of execution with the option to renew for two (2) additional one year periods. The City can terminate this contract at its convenience which includes, but not limited to, funding being available in any budget cycle with thirty (30) days written notice. The City reserves the right to award to as many contractors as Utility Operations deems necessary. During slow periods in the contract, the Utility Operations Department will contract according to low bid. It will be the Contractor's responsibility to provide documentation that their company has the equipment and the manpower to maintain their grass cutting obligation Page 7 of 27 CONTRACT TERMINATION: 1st Notice—A representative from the Utility Operations department will submit a certified letter stating the issues. 2"d Notice -A representative from the Utility Operations department will call contractor in for a meeting. 3rd Notice will be a letter of termination of contract for cause. Emergency Plan Is invoked as a result of excessive growth and the contractor unable to handle work load. The City reserves the right to utilize additional contractors in any area to reduce the health hazard from excessive growth and contractor's inability to handle the work load in a timely manner. Contractors should report immediately to Wastewater Conveyance Superintendent Jerome Hudson, all equipment failures, breakdowns, and rain delays in writing within twenty-four(24) hours. Page 8 of 27 Grass Mowing Schedule Month Cut Grass 1st Cut Start By Jan 1 time/mo 1st thru 15th Feb 1 time/mo 1st thru 15th March 10 day intervals 1 St thru 5th April 10 day intervals 1st thru 5th May 10 day intervals 1st thru 5th June 10 day intervals 1st thru 5th July 10 day intervals lstthru 5th Aug 10 day intervals 1 s`thru 5th Sept 10 day intervals 1st thru 5th Oct 10 day intervals 1 St thru 5th Nov 1 time/mo Pt thru 15th Dec 1 time/mo 1st thru 15th NOTE: THAT GROUP G WILL BE CUT AT IRREGULAR INTERVALS,AS REQUIRED BY THE CITY Page 9 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 1 of 6 BID FOR: Mowing at Utility Operations BID DUE DATE: July 1, 2020 Name Location Service Address Price per cut Group A Lift Stations & Sewer Plants / Main Line 5440 Procter 5400 Procter St. $ ni/ A Valley Forge Valley Forge & Taft Ave. Procter St. Ext. $ 1u/4 Manchester 6600 Gulfway Dr. 6580 Gulfway Dr. $ j\J /4 Pinetop Hwy 366 & Pinetop 4801 Atlantic Rd $ I\i )i Atlantic Road St. Atlantic Road. & 39th St. 3949 Pure Atlantic $ )V f 4 Fairlea Hwy 366 & 32nd St. 7250 32nd St. $ )`) /4 Highland Heights Highland Heights @ Taft Elementary 2400 Taft Ave. $ I V I 1 Delmar 4043 Lakeshore Dr. 4110 Lakeshore $ t U / fi Lewis Dr. 4831 Lewis Dr. (rear) 4729 Lewis Dr. $ / `I J q Peeke Ave 3900 Gulfway (rear) 1621 Brinkman $ 1\j m 8th Ave 3600 Procter St. 3620 Procter St. $ N) I i1 Pioneer Park 3400 18th St. 3435 18th St. $ d V Water Towers & Misc Pioneer Park 3600 Blk Gates Blvd. $ V J 1J Tower Procter St. Ext. Procter St. Ext. & Taft Ave. $ N/4 Tower Total Amount Bid for Group A $ 'V i4 o p t.n ram, !, C"-Q ottot'v Signature of Bidder Date CITY OF PORT ARTHUR, TEXAS BID SHEET Page 2 of 6 Name Location Service Address Price per cut Group B Lift Stations & Sewer Plants N fHazel Ave 6140 Hazel Ave. 6160 Hazel Ave. $ /� 63`d St. 63`d St. 3100 blk. 63`d St. $ N 11/ 62nd St. 2756 62nd St 6257 Jade Ave. $ N l ig West Port Arthur Ai tilRd 6441 West Port Arthur Rd 6475 West Port Arthur Rd $ 58th St. 2148 58th St. 2120 58th St. $ IV /4 Camelia Plaza Camelia Plaza/WPA Rd WPA Rd. $ I K /@ Lakeside Park 2100 Cambridge 2105 Cambridge $ Al !fi El Vista LS 5400 Terrace 5448 Terrace Ave. $ Ai @ Roosevelt 5929 Roosevelt Ave 5929 Roosevelt Ave. $ Al 4 19 Vista Village 5230 Linkwood 5050 Houston Ave. $ Ai It) Operations Ctr. 4700 Houston Ave. 4850 Houston Ave. $ N <4 Montrose 8500 Wilson 8530 Wilson $ Ail L Tj Hwy 365 1900 blk Hwy 365 1901 Hwy 365 $ N I Dominion Ranch Dr. @ Main B $ N I �ifi Aero Drive Canal N / Business Park Jade ave.ext. at the service road $ [-fi Water Towers & Misc West Port Arthur Road Tower WPA Road & 60th St. $ N If4 62nd St. & Jade Ave. Tower (vacant site) $ ` 11 16 Hwy 365 Tower FM 365 & Main C Canal $ Al . /.6 Standpipe 61' & Garnet $ Nlhi Total Amount Bid for Group B $ N `M)0C,., Y LC6ID ("5(1'\, -: . c‘A,,) Signature of Bidder Date CITY OF PORT ARTHUR, TEXAS BID SHEET Page 3 of 6 Name Location Service Address Price per cut Group C Lift Stations & Sewer Plants Sabine Pass Main S 4TH & Tremont 5080 S. 4TH Ave. $ i-1 S. 1 St. Ave. S. 1 St. & Quinn 7575 S. 1 S`Ave. $ N L� Dick Dowling S 1S` & Dowling 6897 S. 1' Ave. $ JU I Welch St. 5100 Welch 5130 Welch St. $ SH 87 South 6500 S Gulfway 6500 S. Gulfway $ IV ' Sabine Pass WWTPS. 4`h' St. & Tremont $ t) I�1 Water Towers & Misc Sabine Pass GST Next to SP Fire Station 5030 S. Gulfway $ J Sabine Pass Standpipe S. 2nd Ave. Row & Mechanic St. $ N 1 h Across form Chevron refinery @ Gulf Copper $ 1 ; 11 Gulf GST& PS dock J� / Across from Scurlock Sea Rim Tank tank farm $ N Total Amount Bid for Group C $ N/il Signature of Bidder Date CITY OF PORT ARTHUR, TEXAS BID SHEET Page 4 of 6 Name Location Service Address Price per cut Group D Lift Stations & Sewer Plants Lake Charles 1850 Lakeshore Dr 1850 Lakeshore Dr $ Al I Lakeshore 101 Houston Ave 121 W. Lakeshore Dr $ J\J Grannis 648 W. Procter St 400 Grannis Ave. $ Stillwell 1600 19t11 St. 1600 19th St. $ j lJ / 1 Sea Cabin LS S.H.82 @ T.B Ellison Pkwy $ h� 14 T.B Ellison Pkwy.@ Disc Golf �,/ kfi Disc Golf Course Course $ Y Water Towers& Misc Railroad Ave. &Thomas Blvd. J� L Tower $ '/ -/�) Old Golf Course Road & Rodeo Ln (Whole Property,cut up to road on all sides,one 24"pass on outside of road that's not maintained \ Pleasure Island EST by Pleasure Island.) $ Next to the bridge going to Cameron, f Metering Pad on Pleasure Island LA $ 1 V /4 Terminal Road E.S.T. 1440 Terminal Road $ N 14 Total Amount Bid for Group D $ 1v heu,obyw OltUdgcb Oulu Signature of Bidder Date CITY OF PORT ARTHUR, TEXAS BID SHEET Page 5 of 6 Name Location Service Address Price per cut Group E Lift stations & Sewer Plants 3`d. Ave. 3400 3rd Ave. 3328 3Rd Ave. $ 4 0, c) 70' Ave. Between 30"' & 31 St. 3129 7'h Ave. $ 3 6'0 1 1''1 Ave. Between 27'1' & 28'h St. 2805 1 1'h Ave. $ 3 rJ r U Q Pear Ridge WWTP 3100 blk 42'd St. 3149 42nd St. $ D •() u Highway 73 3300 W. Hwy 73 3340 W. Hwy 73 $ a o .00 30 St. LS 3800 39'1' 3800 39'h $ a V, c Smith Young 4820 39'h St. 4548 39'1' St. $ O i CD V North Plant LS Old North WWTP Site 6439 Twin City Hwy $ I C ,U 0 74'11 St. 74'h St. & 9"' Ave. 7498 9'h Ave. $ 3 v , 1 46'1' St 46th St. dead end 4300 46th St. $ 4 0 , O Q Forest Dr. (cut whole lot) Forest& Highland Dr. 4546 Highland Dr. $ 6 ' 0 Twin City Hwy. 4780 FM 365 $ , 0 <) Adams Elem. Near School 54459'h Ave. S < ° West Park(cut whole lot) West Park& Rosedale 3100 West Park Drive Sac) , 0 V Water Towers& Misc Lake Arthur Stand Pipe Behind new YMCA @GSU Row $ `c) 0 i C3 c) Total Amount Bid for Group E $ s a ,0 ( li[UAW)ajlit LQJRZ-Q.it 3 --( c) a Signature of Bidder Date CITY OF PORT ARTHUR, TEXAS BID SHEET Page 6 of 6 Name Location Price per cut Group F Service Center& Treatment Plants Water Utilities Service Center 111 H.O. Mills Blvd $ 1v l In New Water Purification Plant �t I Dry bed to be included 1101 H.O. Mills Blvd. $ I 2200 Blk Norma Old Water Treatment Plant $ N /- Total Amount Bid for Group F $ ` !d /i-) Group G Miscellaneous Sites Wetlands Reserve Hwy 73 & Savannah $ N { I Old Water Purification Plant 1401 19' St. $ N I Raw Water Reservoir Hwy 365 & Savannah Ave. $ N )1 /) Total Amount Bid for Group G $ I\j / r/ Group H Wastewater Treatment Plants ) / Main WWTP 6300 Procter St. Ext. $ Hwy 365 & Rodair Gully / J Port Acres WWTP (2901 Hwy 365) $ I { y! Total Amount Bid for Group H $ A/ / i9 3. aluduhr Loki) S.. u s� d o iZo 65t.vLI4 COMPANY NAME STREET ADDRESS ..baloktwk. PYl ith ►\) / /3 SIGNATURE OF BIDDER P.O. BOX bekLumno, n16 don - Wake Pofri AP-Aika, T)1,60 PRINT OR TYPE NAME CITY STATE ZIP �n Li 6 9 dA 6 TITLE AREA CODE TELEPHONE NO k) (Y) Ls'IL) c `LA kh o o , Eo tii N 111 EMAIL FAX NO. Equipment List Equipment `` Qty Size of Cutting Deck Bush Hog ! 5T4 Zero Turn or Riding Mower 1 V r Weedeater N/A Hedge Trimmers 1)I I-� N/A Walk Behind IN I-1C) N/A Chainsaw N/A Blower N/A Edger A) ) -1'") N/A iki Slope Mower d Y < . N/A Bat Wing NIA A N/A Number of Employees hNit0 Min 6\. tYladti Utak 6-) Signature of Proposer Date THIS PAGE MUST BE SUBMITTED WITH YOUR BID FORM. NON-COLLUSION AFFIDAVIT 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: \et10M}c Printed Name: 1)( wann,,, rntai..ko kt.,sk ., Title: i'`' Company: k '). I) (k-P4'tpd cb /9, l.,w r) rJ_Si--rvi UL) Date: ? _ a � - , SUBSCRIBED and sworn to before me the undersigned authority by 'L the 22.4 of, Pt on behalf of said bidder. A „ Notary Public in and for the State of Texas My commission expires: c)z3) 1.02_14 �,,Y�, MATTHEW DOCKENS NOTARY PUBLIC STATE OF TEXAS `'44.0f �" MY COMM.EXP.07/23/24 NOTARY ID 13073419-7 Notary without Bond AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. 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 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 agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. 00' c�,t I.,„ L-a U n 5&1 v i C sv 3 �` d ._ a o� Firm Name Date Joy MM. rn4t Al4,0.44 , Gu r Authorized Signature Title r _ ht)04(t) " Name (please print) Telephone Email STATE: %-r>cG15 COUNTY: ,)ems SUBSCRIBED AND SWORN to before me by the above named WA/Kok Cexsa r- on this the day of } arvk , 20 Z2--- Ira AL Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL �Mrvue MATTHEW DOCKENS NOTARY PUBLIC STATE OF TEXAS ')44.oFh�� MY COMM.EXP.07/23/24 NOTARY ID 13073419-7 �� a d Notary without Bond CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. lVi1 l l Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated I completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 2-1 Name of local government officer about whom the information is being disclosed. Name of Officer ILI Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes No Describe each employment 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. J Check this box if the vendor has given the local government officer or eternity member of the officer one or more gifts as described in Section 176.003(a)(2)(8), excluding gifts described in Section 176.003(a-1). AR) D., al fill &AL& otA, --A - Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 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/ Docs/LG/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: ItIrk (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 govemment 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) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental 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 government 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 20 of 27 SB 252 CHAPTER 2252 CERTIFICATION I, Q-LU nck. l 11 8(d-an k 5 aJA , the undersigned and representative of Z. LJ -t '��a� ��y LO w1 � �. 1/.1 0-Q) (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. --NU-Mil()ON. /7)61.4-418 n tt4.66cP Name of Company Representative (Print) bwm,r)0\i inoatir kfitzta.- Signature of Company Representative 01 A Date House Bill 89 Verification I, \,_)q hnc,, (Person name), the undersigned representative (hereafter referred to as "Representative") of (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. SIGNATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this ZZrid day of Mk,.szc_ , 20 22 Fib Notary Public �ti�vP°84 MATTHEW NOTARY PUBLIC DOCKENS STATE OF TEXAS i' MY COMM.EXP.07/23/24 °P NOTARY ID 13073419-7 Notary without Bond 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. 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 Federal Funds 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. Page 23 of 27 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. 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.: Utility Operations, 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 601 f 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. Page 24 of 27 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; 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 Page 25 of 27 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 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. Page 26 of 27 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. 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 27 of 27 Exhibit "G" BST Solutions Contract PURCHASING CONTRACT AGREEMENT THIS AGREEMENT is made this the of , 2022, by and between an individual, firm partnership or corporation, BST Solutions of Port Arthur, Texas, hereinafter called"Vendor", and the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called the"Owner" or"City". WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, Owner and Vendor agree as follows: 1. The term of this Agreement is one year from the date issued on the Notice to Proceed, with an option to renew for two (2) additional one-year periods, 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 Vendor will provide Mowing services, as delineated and submitted in their bid on March 23, 2022. 3. During the term of this Contract, the Vendor will furnish all of the materials and supplies, as stated in the advertised bid specifications, described as: Mowing and Lawn Service for Group F 4. The Vendor agrees to deliver all services during the term of this contract, at the unit prices listed on the Bid schedule dated March 23, 2022. 5. The term "Contract Documents" means and includes the following: (A) Agreement (B) Advertisement for Bids (C) Invitation to Bid (D) General Information (E) General Specifications (F) Specifications (G) Bid (H) Bid Sheet (I) Notice of Award (J) Notice to Proceed (K)Addenda 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials,this Agreement in two (2) copies each of which shall be deemed an original on the date first above written. SIGNED AND AGREED to on the day of , 2022. WITNESS: CONTRACTOR: BST Solutions of Port Arthur, Texas SIGNED AND AGREED to on the day of , 2022. ATTEST: CITY OF PORT ARTHUR Sherri Bellard Ronald Burton City Secretary City Manager I THURMAN BARTIE,MAYOR sOliettst % RON BURTON REV.DONALD FRANK,MAYOR PRO TEM City of � 1 CITY MANAGER COUNCIL MEMBERS: ��'%����I'1 k.' o r t r t h u SHERRI BELLARD,TRMC CAL JONES CITY SECRETARY INGRID HOLMES Texas THOMAS KINLAW VAL TIZENO KENNETH MARKS CITY ATTORNEY CHARLOTTE MOSES MARCH 4,2022 INVITATION TO BID Mowing of Utility Operations Properties DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, March 23, 2022. (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, March 22, 2022 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P22-029 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 or Scope of Work should be directed in writinj to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.wil liams(a,portarth urtx.gov The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and 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 27 MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Grass Cutting at Utility Operations is scheduled for March 11, 2022 at 10:00 A.M., the 5th Floor Council Chambers located at 444 4th Street, Port Arthur, Texas. The purpose of the Pre-Bid Conference is 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 addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Non-Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. le. Page 3 of 27 INVITATION TO BID Mowing of Utility Operations 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 4 of 27 SUBMIT THE FOLLOWING. A. BID SHEETS-PAGE 10-15 B. EQUIPMENT LIST- 16 C. NON-COLLUSION AFFIDAVIT-PAGE 17 (MUST BE NOTARIZED) D. AFFIDAVIT-PAGE 18 (MUST BE NOTARIZED) E. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE I AND SIGN& DATE ON LINE 7- PAGE 19 F. CHAPTER 2252 CERTIFICATION-PAGE 21 G. HOUSE BILL 89 VERIFICATION-PAGE 22 Page 5 of 27 SPECIFICATIONS FOR GROUNDS MAINTENANCE UTILITY OPERATIONS DEPARTMENT The work to be performed under this contract is for grounds maintenance at various Water Utilities facilities detailed on the attached bid forms (GROUP "A" through GROUP "G"). A mandatory pre-bid meeting will be held to address any questions of prospective bidders. Prior to the bid opening, each prospective bidder shall inspect every site listed in the attachments in order to become familiar with any site-specific requirements necessary to comply with these specifications. Bidders are to provide unit prices for the maintenance of each location and totals for the entire group. Award of contract will be based on bids received for the group price. Each site for Groups "A" through "F" shall be maintained twice per month from March through October, and once per month from November through February. The exception to this specification is that the Main Plant, Port Acres Wastewater Plant, and Sabine Pass Wastewater Plant locations shall be mowed up to 3 times a month year round, at approximately 10 day intervals. Bidders shall provide unit price for cutting Group "G" sites (estimated 4 cuts per year). Note that maintenance frequency may change during the term of the contract, as determined by the City. Unit prices provided for each site are for the City's use should we require additional maintenance at only that site, and not the entire group. * Invoices for services rendered under this contract are to be submitted to the Wastewater Conveyance Superintendent,within three days of cutting, in order to check/verify completion of the work. Invoices for work not submitted within this time frame will not be verified, and will not be paid. INVOICES NOT COMPLETED PER THESE SPECIFICATIONS WILL NOT BE PAID. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, and service to complete all work in a workmanlike manner as follows: 1. Sites in Groups A through F must be cut and trimmed with hand mower, weed trimmer, push mower, or riding lawn mower, as appropriate. Group "G" sites are for rough-cut and shall be maintained with bush hog and/or slope mower. 2. The schedule is attached. 3. Each site is to be clean cut and all fenced sites are required to be cut inside and around fenced areas, where practicable, as previously done or as directed by the City. 4. Trimming is required around all in-ground facilities, fences and concrete. 5. Vegetation is to be removed from all appurtenances and fencing. 6. Area will be cleared of all litter and debris prior to any mowing. 7. Litter and debris shall be disposed of properly, off site, at the contactor's expense. 8. 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. 9. Litter and debris shall be defined as an object not intentionally placed at project site for a specific purpose. This shall include, but not limited to, paper, wrappers, cans, bottles, building materials, disposable diapers and small limbs shall be cleaned prior to cutting of all properties. 10. Litter and debris shall be disposed of properly, off site, at the contractor's expense. Page 6 of 27 11. Sweep or blow clean all sidewalks and/or concrete areas affected by work. No grass clippings shall be placed or blown into the City's Drainage Culverts or in the street. 12. Equipment blades are to be sharpened so that grass will be cut low. 13. Entrance roads, approaches, and/or driveways are to be maintained, (where applicable), e.g., alleyways, around telephone poles, sidewalks, culverts, fence-lines; and around developed structures, water meters, ditches and trees. 14. For most facilities, the limits of cutting are the immediate area of past-maintenance, with a minimum of 5 feet around all fences and entrance roads, 10 feet around structures, and ANY areas adjacent and up to any street pavement. a. Specifically, for the Main Wastewater Treatment Plant, a five (5) foot span from the fence on the OUTSIDE of the perimeter shall be mown. 15. Ruts caused by contractor's equipment shall be filled at contractor's expense. 16. The contractor shall repair or replace, at his own expense, any damages to materials or property on site, resulting from negligence during grass cutting or associated activities. 17. Contractor must provide a list of equipment with their bid documents. 18. The contractors will be required to re-cut at their own expenses any areas deemed to be unsatisfactorily mowed. 19. Mow grass to a height of not more than 2 inches within five (5) days. 20. Time extension requests may be granted due to inclement weather or to unforeseeable events that are not caused by the contractor through approval of the Assistant Director of Utilities, Clyde Trahan,who can be reached at (409) 983-8556. If time extension is not given, the City reserves the right to use another vendor if the cut is not made in a timely fashion,within three (3) days after a rain event. 21. Herbicide spray is required around all fence lines and concrete structures at Lift Stations, Service Center, Water Towers and Pleasure Island Meter Pad, except where there is a concrete mow strip poured under the fence line. Herbicide is required around the fence lines, buildings, tanks, sidewalks, exposed pipes, valves, and concrete tanks and pads at all 3 Wastewater Treatment Plants. a. Herbicide is required at the Water Purification Plant, but ONLY around the fence line. 22. Proof of current license to spray must be provided with the bid documents if your company is spraying. 23. The contractor should bring the inability to access property or inability to mow for any reason to the attention of the City's authorized agent, before attempting mow. CONTRACT PERIOD: This Contract will terminate approximately twelve (12) months from date of execution with the option to renew for two (2) additional one year periods. The City can terminate this contract at its convenience which includes, but not limited to, funding being available in any budget cycle with thirty (30) days written notice. The City reserves the right to award to as many contractors as Utility Operations deems necessary. During slow periods in the contract, the Utility Operations Department will contract according to low bid. It will be the Contractor's responsibility to provide documentation that their company has the equipment and the manpower to maintain their grass cutting obligation Page 7 of 27 CONTRACT TERMINATION: 1st Notice—A representative from the Utility Operations department will submit a certified letter stating the issues. 2' Notice -A representative from the Utility Operations department will call contractor in for a meeting. 3rd Notice will be a letter of termination of contract for cause. Emergency Plan Is invoked as a result of excessive growth and the contractor unable to handle work load. The City reserves the right to utilize additional contractors in any area to reduce the health hazard from excessive growth and contractor's inability to handle the work load in a timely manner. Contractors should report immediately to Wastewater Conveyance Superintendent Jerome Hudson, all equipment failures, breakdowns, and rain delays in writing within twenty-four(24) hours. Page 8 of 27 Grass Mowing Schedule Month Cut Grass 1st Cut Start By Jan 1 time/mo I St thru 15th Feb 1 time/mo Pt thru 15th March 10 day intervals 1st thru 5th April 10 day intervals 1st thru 5th May 10 day intervals 1 St thru 5th June 10 day intervals 1st thru 5th July 10 day intervals lstthru 5th Aug 10 day intervals 1 St thru 5th Sept 10 day intervals 1st thru 5th Oct 10 day intervals 1st thru 5th Nov 1 time/mo I't thru 15th Dec 1 time/mo 1st thru 15th NOTE: THAT GROUP G WILL BE CUT AT IRREGULAR INTERVALS, AS REQUIRED BY THE CITY Page 9 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 1 of 6 BID FOR: Mowing at Utility Operations BID DUE DATE: July 1, 2020 Name Location Service Address Price per cut Group A Lift Stations&Sewer Plants Main Line 5440 Procter 5400 Procter St. $ /VJ /3•W Valley Forge Valley Forge& Taft Ave. Procter St. Ext. $ ko ,-if Manchester 6600 Gulfway Dr. 6580 Gulfway Dr. $ 4) d Pinetop Hwy 366&Pinetop 4801 Atlantic Rd $ l J /';C" Atlantic Road St. Atlantic Road. &39th St. 3949 Pure Atlantic $ /II/0 4,4 Fait-lea Hwy 366&32nd St. 7250 32nd St. $ NO e ( Highland Heights Highland Heights @ Taft Elementary 2400 Taft Ave. $ 13.Q`d Delmar 4043 Lakeshore Dr. 4110 Lakeshore $ g' t3;d Lewis Dr. 4831 Lewis Dr. (rear) 4729 Lewis Dr. $ rtij L3 ‘id Peeke Ave 3900 Gulfway(rear) 1621 Brinkman $ ' C)rtdJ 8th Ave 3600 Procter St. 3620 Procter St. $ /(f a ) C Pioneer Park 3400 18th St. 3435 18th St. Water Towers&Misc Pioneer Park 3600 Blk Gates Blvd. $ c1 Tower Procter St. Ext. Procter St. Ext. & Taft Ave. $ (IC) S Tower Total Amount Bid for Group A $ e Signature of Bi der Date CITY OF PORT ARTHUR, TEXAS BID SHEET Page 2 of 6 Name Location Service Address Price per cut Group B Lift Stations&Sewer Plants a� Hazel Ave 6140 Hazel Ave. 6160 Hazel Ave. $ `, , I 63`d St. 63rd St. 3100 bik. 63`d St. $ /V 6 r y 62nd St. 2756 62nd St 6257 Jade Ave. $ I'll) $ ci West Port Arthur Rd 6441 West Port Arthur Rd 6475 West Port Arthur Rd $ flk) fj, . 58th St. 2148 58th St. 2120 58th St. $ NJ ,6;d Camelia Plaza Camelia Plaza/WPA Rd WPA Rd. $ jwo ',id' Lakeside Park 2100 Cambridge 2105 Cambridge $ NJ ,c/ El Vista LS 5400 Terrace 5448 Terrace Ave. $ NO Roosevelt 5929 Roosevelt Ave 5929 Roosevelt Ave. $ r c; f t c' Vista Village 5230 Linkwood 5050 Houston Ave. $ /N'366 / Operations Ctr. 4700 Houston Ave. 4850 Houston Ave. $ NO 6'r b Montrose 8500 Wilson 8530 Wilson $ ) e.I Hwy 365 1900 blk Hwy 365 1901 Hwy 365 $ `;, Dominion Ranch Dr. @ Main B Aero Drive Canal $ ilM 6..-. Business Park Jade ave.ext. at the service road $ No 13,.`Li Water Towers&Misc West Port Arthur Road Tower WPA Road& 60th St. $ No /;01 62nd St. &Jade Ave. Tower(vacant site) $ pJ 86 Hwy 365 Tower FM 365 &Main C Canal $ Pt-) B,C-' Standpipe 61'& Garnet $ jliu P) d Total Amount Bid for Group B $ P ' 4y , JC;4,4-Signature of Bidder Date n___ 119 Sr,-, CITY OF PORT ARTHUR, TEXAS BID SHEET Page 3 of 6 Name Location Service Address Price per cut Group C Lift Stations& Sewer Plants Sabine Pass Main S 4TH&Tremont 5080 S. 4'Ave. $ emu , S. 1st. Ave. S. 1st. & Quinn 7575 S. 1st Ave. $ /110 %? 'c/ Dick Dowling S 1st&Dowling 6897 S. 1st Ave. $ 3 Welch St. 5100 Welch 5130 Welch St. $ t Cr/ SH 87 South 6500 S Gulfway 6500 S. Gulfway $ 7V.) Sabine Pass WWTPS. 4th St. &Tremont $ /1J ,ek Water Towers&Misc Sabine Pass GST Next to SP Fire Station 5030 S. Gulfway $ /1") U; V Sabine Pass Standpipe S. 2nd Ave.Row&Mechanic St. $ filc) e'er-Ci Across form Chevron refinery @ Gulf Copper Gulf GST&PS dock . Across from Scurlock V Sea Rim Tank tank farm $ 0 nbq Total Amount Bid for Group C $ 01) 15,CY j=z6- 3-- 3- Signature of Bidder Date CITY OF PORT ARTHUR, TEXAS BID SHEET Pane 4 of 6 Name Location Service Address Price per cut Group D Lift Stations &Sewer Plants Lake Charles 1850 Lakeshore Dr 1850 Lakeshore Dr $ A/6 6,w Lakeshore 101 Houston Ave 121 W. Lakeshore Dr $ 13: d Grannis 648 W. Procter St 400 Grannis Ave. $ ,) 6,tee Stillwell 1600 19th St. 1600 19th St. $ AV 4 V Sea Cabin LS S.H.82 @ T.B Ellison Pkwy $ /l y �,i2' T.B Ellison Pkwy.@ Disc Golf Disc Golf Course Course $ ftrJt /5,d Water Towers&Misc Railroad Ave. &Thomas Blvd. Tower $ 11"v ' ' Cl Old Golf Course Road&Rodeo Ln (Whole Property,cut up to road on all sides,one 24"pass on outside of road that's not maintained Pleasure Island EST by Pleasure Island.) $ ND 13, Next to the bridge going to Cameron, i c7 Metering Pad on Pleasure Island LA $ ff) '.) Terminal Road E.S.T. 1440 Terminal Road $ 1(/ /5:d Total Amount Bid for Group D $ AA) i' c ‘Y4-- / /--- Z- Signature of Bi der Date CITY OF PORT ARTHUR,TEXAS BID SHEET Pace 5 of 6 Name Location Service Address Price per cut Group E Lift stations& Sewer Plants 3rd. Ave. 3400 3rd Ave. 3328 3RdAve. $ NMa , ci 7th Ave. Between 30th&31 St. 3129 7th Ave. $ f/v'c %(/ 11th Ave. Between 27th&28th St. 2805 11th Ave. $ WI d:CO Pear Ridge WWTP 3100 blk 42nd St. 3149 42°d St. $ P'J 4.C1 Highway 73 3300 W. Hwy 73 3340 W. Hwy 73 $ c 8,d 39th St. LS 3800 39th 3800 39th $ 144; I C✓ Smith Young 4820 39th St. 4548 39th St. $ iU mad North Plant LS Old North WWTP Site 6439 Twin City Hwy $ Nd &SCf 74th St. 74th St. &9th Ave. 7498 9th Ave. $ N ,3,3 46th St 46th St. dead end 4300 46th St. $ ivi.4 e-t1 Forest Dr. (cut whole lot) Forest&Highland Dr. 4546 Highland Dr. $ ✓JJ ,j>-d Twin City Hwy. 4780 FM 365 $ WI 6,t( Adams Elem. Near School 54459th Ave. $ NO /d West Park(cut whole lot) West Park&Rosedale 3100 West Park Drive $ PVC C r;c Water Towers&Misc Lake Arthur Stand Pipe Behind new YMCA @GSU Row $ NJ 6.d Total Amount Bid for Group E $ iLJ 8 e g /17,k,z_.„ 5-3-3 - Z,Z.-- Signature of Bidder` Date Pa op 14 of 77 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 6 of 6 Name Location Price per cut Group F Service Center&Treatment Plants Water Utilities Service Center 111 H.O. Mills Blvd $ OO, 0 0 New Water Purification Plant Dry bed to be included 1101 H.O.Mills Blvd. $ j, /0 Cif 0 0 2200 Blk Norma Old Water Treatment Plant $ /3,V Total Amount Bid for Group F $ / v U t C t� Group G Miscellaneous Sites Wetlands Reserve Hwy 73 & Savannah $ 6 0 el,OD Old Water Purification Plant 1401 19th St. $ 5o3d O Raw Water Resery Hwy 365 & Savannah Ave. $ 0, 0 3 Total Amount Bid for Group G $ ! 9Q c',c77 Group H Wastewater Treatment Plants Main WWTP 6300 Procter St. Ext. $ 5,0 LI d Hwy 365 &Rodair Gully J@ Port Acres WWTP (2901 Hwy 365) $ 7 ° Total Amount Bid for Group H $ 1, 00 D. 0 i a ) SO COMPANY NAME STREET ADDRESS t SIGNATURE IF BIDDER P.O. BOX 3 0 n y ,7 e t+ 1,1 im-0./.7 If 7-7Lv0 PRINT OR TYPE NAME CITY STATi ZIP &APe✓�/-`51.0 t/- ( /bGJ ;q 7-o u q z TITLE ARE CODE TELEPHONE NO EMAIL ran zl I a ki rnil S`t FAX NO. Equipment List Equipment Qty Size of Cutting Deck Bush Hog ` 5 ( Zero Turn or Riding Mower a , I 6 L , SO Weedeater N/A Hedge Trimmers N/A Walk Behind N/A Chainsaw 1 N/A Blower N/A Edger N ik N/A Slope Mower N(P- N/A Bat Wing er/A N/A Number of Employees ' 3 Signature of Proposer Date THIS PAGE MUST BE SUBMITTED WITH YOUR BID FORM. A1.a no 14 NON-COLLUSION AFFIDAVIT 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 relate to the develop ent and submission of this bid proposal. ' , Signature: ' Printed Name: ,� !!�� (i�_'Y V Title: 33 I 5o ha 6 /1.. Company: Date: 22-2Z. SUBSCRIBED and sworn to before me the undersigned authority by the of, on behalf of saidbj R"'"'i :c as 031 * / , i,>/� {P 4 2 4327,.a6 72 ) ll✓ o����,�.,vv.,vvv,ry ory r::. - NotaryPublic iny aan7dorthe State of Texas My commission expires:v 3-Je 7/ ,/ma lit- Page 17 of 27 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersignedu offers and agrees to one of the following: �/ I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. /1/4' 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. latkI hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Firm Name Date Authorized Signature Title ,e))0 i1A6,1TV4 / 6100953-bo9 i. Name(please pyr�int) Telephone Email STATE: 1)C COUNTY: 301A(2f^' SUBSCRIBED AND SWORN to before me by the above named on this the , day of ,' rC— 20 �� 1 ,o� n �;^ ,T:14 RUBY J.CLA`: 4 E. 1fa'j 4D 2432 SC6 My Co ,•-4 ssian Exr4ires �� s i/`�fy' � ; `%r February i 7,2Q24 L Notary PubliVc RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 1R of 27 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFRCE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. J Name of vendor/J who has a business relationship with local governmental entity. A. An I I Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated 1 1 completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) Name of local government officer about whom the information is being disclosed. Name of Officer J Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes n No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes No Describe each employment 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. Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1)zi say,teA__ 3_ 13_ Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 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/ Docs/LG/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 governmental 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 government 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 20 of 27 SB 252 CHAPTER 2252 CERTIFICATION I, r I B W'1 I J 6 ,the undersigned and representative of gg r .33 id/.'irs• (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153,certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will-immediately notify the City of Port Arthur Purchasing Department. Name of Company Representative (Print) Signature of Company Representative Date •._-_ House Bill 89 Verification I, j () / (Person name), the undersigned representative (hereafter referred to as "Representative") of si (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. SIGNATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this day of , rc_h , 20)-. -. Notary Public • iD n I 2432 7 J6 '. s�. l MIyCoyi„-r.: _o '_ pIres 476S3.%1 February 17,2024 90�Vn� YVOTl9v�e4•.TT1C'I. � PAFe 22 of 27 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. 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 Federal Funds 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. Page 23 of 27 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. 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.: Utility Operations, 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. Page 24 of 27 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; 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 Page 25 of 27 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 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. Page 26 of 27 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. 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 27 of 27 Exhibit "H" BST Solutions Contract PURCHASING CONTRACT AGREEMENT THIS AGREEMENT is made this the of ,2022,by and between an individual, firm partnership or corporation, BST Solutions of Port Arthur, Texas, hereinafter called"Vendor", and the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called the "Owner"or"City". WITNESSETH: That for and in consideration of the payments,terms, conditions and agreements set forth herein, Owner and Vendor agree as follows: 1. The term of this Agreement is one year from the date issued on the Notice to Proceed, with an option to renew for two (2) additional one-year periods, 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 Vendor will provide Mowing services, as delineated and submitted in their bid on March 23, 2022. 3. During the term of this Contract,the Vendor will furnish all of the materials and supplies, as stated in the advertised bid specifications, described as: Mowing and Lawn Service for Group G 4. The Vendor agrees to deliver all services during the term of this contract, at the unit prices listed on the Bid schedule dated March 23, 2022. 5. The term"Contract Documents"means and includes the following: (A)Agreement (B) Advertisement for Bids (C) Invitation to Bid (D) General Information (E) General Specifications (F) Specifications (G)Bid (H) Bid Sheet (I) Notice of Award (J) Notice to Proceed (K) Addenda 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies each of which shall be deemed an original on the date first above written. SIGNED AND AGREED to on the day of , 2022. WITNESS: CONTRACTOR: BST Solutions of Port Arthur, Texas SIGNED AND AGREED to on the day of , 2022. ATTEST: CITY OF PORT ARTHUR Sherri Bellard Ronald Burton City Secretary City Manager THURMAN BARTIE,MAYOR , .� .% RON BURTON REV.DONALD FRANK,MAYOR PRO TEM City of CITY MANAGER COUNCIL MEMBERS: flit r t h u SHERRI BELLARD,TRMC CAL JONES ��- CITY SECRETARY INGRID HOLMES Texas THOMAS KINLAW VAL TIZENO KENNETH MARKS CITY ATTORNEY CHARLOTTE MOSES MARCH 4,2022 INVITATION TO BID Mowing of Utility Operations Properties DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, March 23, 2022. (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, March 22, 2022 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P22-029 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 or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 cl ifton.wil l iam sAportarthurtx.gov The enclosed Invitation to Bid(ITB) and accompanying General Instructions, Conditions and 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 27 MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Grass Cutting at Utility Operations is scheduled for March 11, 2022 at 10:00 A.M., the 5th Floor Council Chambers located at 444 4th Street, Port Arthur,Texas. The purpose of the Pre-Bid Conference is 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 addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Non-Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. le. Page 3 of 27 INVITATION TO BID Mowing of Utility Operations 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 4 of 27 SUBMIT THE FOLLOWING. A. BID SHEETS-PAGE 10-15 B. EQUIPMENT LIST- 16 C. NON-COLLUSION AFFIDAVIT-PAGE 17(MUST BE NOTARIZED) D. AFFIDAVIT-PAGE 18(MUST BE NOTARIZED) E. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN & DATE ON LINE 7-PAGE 19 F. CHAPTER 2252 CERTIFICATION-PAGE 21 G. HOUSE BILL 89 VERIFICATION-PAGE 22 Page 5 of 27 SPECIFICATIONS FOR GROUNDS MAINTENANCE UTILITY OPERATIONS DEPARTMENT The work to be performed under this contract is for grounds maintenance at various Water Utilities facilities detailed on the attached bid forms (GROUP "A" through GROUP "G"). A mandatory pre-bid meeting will be held to address any questions of prospective bidders. Prior to the bid opening, each prospective bidder shall inspect every site listed in the attachments in order to become familiar with any site-specific requirements necessary to comply with these specifications. Bidders are to provide unit prices for the maintenance of each location and totals for the entire group. Award of contract will be based on bids received for the group price. Each site for Groups "A" through "F" shall be maintained twice per month from March through October, and once per month from November through February. The exception to this specification is that the Main Plant, Port Acres Wastewater Plant, and Sabine Pass Wastewater Plant locations shall be mowed up to 3 times a month year round, at approximately 10 day intervals. Bidders shall provide unit price for cutting Group "G" sites (estimated 4 cuts per year). Note that maintenance frequency may change during the term of the contract, as determined by the City. Unit prices provided for each site are for the City's use should we require additional maintenance at only that site, and not the entire group. * Invoices for services rendered under this contract are to be submitted to the Wastewater Conveyance Superintendent,within three days of cutting, in order to check/verify completion of the work. Invoices for work not submitted within this time frame will not be verified, and will not be paid. INVOICES NOT COMPLETED PER THESE SPECIFICATIONS WILL NOT BE PAID. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, and service to complete all work in a workmanlike manner as follows: 1. Sites in Groups A through F must be cut and trimmed with hand mower, weed trimmer, push mower, or riding lawn mower, as appropriate. Group "G" sites are for rough-cut and shall be maintained with bush hog and/or slope mower. 2. The schedule is attached. 3. Each site is to be clean cut and all fenced sites are required to be cut inside and around fenced areas, where practicable, as previously done or as directed by the City. 4. Trimming is required around all in-ground facilities, fences and concrete. 5. Vegetation is to be removed from all appurtenances and fencing. 6. Area will be cleared of all litter and debris prior to any mowing. 7. Litter and debris shall be disposed of properly, off site, at the contactor's expense. 8. 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. 9. Litter and debris shall be defined as an object not intentionally placed at project site for a specific purpose. This shall include, but not limited to, paper, wrappers, cans, bottles, building materials, disposable diapers and small limbs shall be cleaned prior to cutting of all properties. 10. Litter and debris shall be disposed of properly, off site, at the contractor's expense. Page 6 of 27 11. Sweep or blow clean all sidewalks and/or concrete areas affected by work. No grass clippings shall be placed or blown into the City's Drainage Culverts or in the street. 12. Equipment blades are to be sharpened so that grass will be cut low. 13. Entrance roads, approaches, and/or driveways are to be maintained, (where applicable), e.g., alleyways, around telephone poles, sidewalks, culverts, fence-lines; and around developed structures, water meters, ditches and trees. 14. For most facilities, the limits of cutting are the immediate area of past-maintenance, with a minimum of 5 feet around all fences and entrance roads, 10 feet around structures, and ANY areas adjacent and up to any street pavement. a. Specifically, for the Main Wastewater Treatment Plant, a five (5) foot span from the fence on the OUTSIDE of the perimeter shall be mown. 15. Ruts caused by contractor's equipment shall be filled at contractor's expense. 16. The contractor shall repair or replace, at his own expense, any damages to materials or property on site, resulting from negligence during grass cutting or associated activities. 17. Contractor must provide a list of equipment with their bid documents. 18. The contractors will be required to re-cut at their own expenses any areas deemed to be unsatisfactorily mowed. 19. Mow grass to a height of not more than 2 inches within five(5) days. 20. Time extension requests may be granted due to inclement weather or to unforeseeable events that are not caused by the contractor through approval of the Assistant Director of Utilities, Clyde Trahan,who can be reached at (409) 983-8556. If time extension is not given, the City reserves the right to use another vendor if the cut is not made in a timely fashion, within three (3) days after a rain event. 21. Herbicide spray is required around all fence lines and concrete structures at Lift Stations, Service Center, Water Towers and Pleasure Island Meter Pad, except where there is a concrete mow strip poured under the fence line. Herbicide is required around the fence lines, buildings, tanks, sidewalks, exposed pipes, valves, and concrete tanks and pads at all 3 Wastewater Treatment Plants. a. Herbicide is required at the Water Purification Plant, but ONLY around the fence line. 22. Proof of current license to spray must be provided with the bid documents if your company is spraying. 23. The contractor should bring the inability to access property or inability to mow for any reason to the attention of the City's authorized agent, before attempting mow. CONTRACT PERIOD: This Contract will terminate approximately twelve (12) months from date of execution with the option to renew for two (2) additional one year periods. The City can terminate this contract at its convenience which includes, but not limited to, funding being available in any budget cycle with thirty(30) days written notice. The City reserves the right to award to as many contractors as Utility Operations deems necessary. During slow periods in the contract, the Utility Operations Department will contract according to low bid. It will be the Contractor's responsibility to provide documentation that their company has the equipment and the manpower to maintain their grass cutting obligation Page 7 of 27 CONTRACT TERMINATION: lst Notice—A representative from the Utility Operations department will submit a certified letter stating the issues. 2"d Notice-A representative from the Utility Operations department will call contractor in for a meeting. 3rd Notice will be a letter of termination of contract for cause. Emergency Plan Is invoked as a result of excessive growth and the contractor unable to handle work load. The City reserves the right to utilize additional contractors in any area to reduce the health hazard from excessive growth and contractor's inability to handle the work load in a timely manner. Contractors should report immediately to Wastewater Conveyance Superintendent Jerome Hudson, all equipment failures, breakdowns, and rain delays in writing within twenty-four(24) hours. Page 8 of 27 Grass Mowing Schedule Month Cut Grass 1st Cut Start By Jan 1 time/mo 1st thru 15th Feb 1 time/mo 1st thru 15th March 10 day intervals Pt thru 5th April 10 day intervals 1st thru 5th May 10 day intervals thru 5th June 10 day intervals 1st thru 5th July 10 day intervals 1,t thru 5th Aug 10 day intervals 1st thru 5th Sept 10 day intervals lst thru 5th Oct 10 day intervals 1st thru5th Nov 1 time/mo 1st thru 15th Dec 1 time/mo 1" thru 15th NOTE: THAT GROUP G WILL BE CUT AT IRREGULAR INTERVALS, AS REQUIRED BY THE CITY Page 9 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 1 of 6 BID FOR: Mowing at Utility Operations BID DUE DATE: July 1, 2020 Name Location Service Address Price per cut Group A Lift Stations&Sewer Plants Main Line 5440 Procter 5400 Procter St. $ /N) /}.cJ Valley Forge Valley Forge& Taft Ave. Procter St. Ext. $ /1/0 .`01 Manchester 6600 Gulfway Dr. 6580 Gulfway Dr. $ 410 p d Pinetop Hwy 366&Pinetop 4801 Atlantic Rd $ /'�� /g,C' Atlantic Road St. Atlantic Road.& 39th St. 3949 Pure Atlantic $ (14) ,6,6/ Fairlea Hwy 366& 32nd St. 7250 32nd St. $ No (j,�-f Highland Heights Highland Heights @ Taft Elementary 2400 Taft Ave. $ 0 .:d Delmar 4043 Lakeshore Dr. 4110 Lakeshore $ , J t3 Lewis Dr. 4831 Lewis Dr. (rear) 4729 Lewis Dr. $ / " ' [3,�� Peeke Ave 3900 Gulfway(rear) 1621 Brinkman $ NI"' 8th Ave 3600 Procter St. 3620 Procter St. $ /t/ />,tC!J Pioneer Park 3400 18th St. 3435 18th St. $ ICJ 13 Water Towers&Misc Pioneer Park 3600 Blk Gates Blvd. $ fio /3 t' Tower Procter St. Ext. Procter St. Ext. &Taft Ave. $ ilk) C1 Tower Total Amount Bid for Group A $ e Si nature of Bidder g Date n., o in r�� CITY OF PORT ARTHUR, TEXAS BID SHEET Page 2 of 6 Name Location Service Address Price per cut Group B Lift Stations & Sewer Plants Hazel Ave 6140 Hazel Ave. 6160 Hazel Ave. $ 3 P 63"St. 63'St. 3100 blk. 63'St. $ No (ir 62nd St. 2756 62nd St 6257 Jade Ave. $ iv) e, d West Port Arthur Rd 6441 West Port Arthur Rd 6475 West Port Arthur Rd $ /1/3 Z.):d 58th St. 2148 58th St. 2120 58th St. $ 11/J A :d Camelia Plaza Camelia Plaza/WPA Rd WPA Rd. $ 1V3 eiti Lakeside Park 2100 Cambridge 2105 Cambridge $ NJ ,& El Vista LS 5400 Terrace 5448 Terrace Ave. $ /Vi) A Roosevelt 5929 Roosevelt Ave 5929 Roosevelt Ave. $ /1'0 g,e/ Vista Village 5230 Linkwood 5050 Houston Ave. $ /1/0 '5, j Operations Ctr. 4700 Houston Ave. 4850 Houston Ave. $ tgr v Montrose 8500 Wilson 8530 Wilson $ /it.) e.d Hwy 365 1900 blk Hwy 365 1901 Hwy 365 $ 4/`' : Dominion Ranch Dr. @ Main B 1 Aero Drive Canal $ i e.. Business Park Jade ave.ext. at the service road $ No `C; Water Towers&Misc West Port Arthur Road Tower WPA Road& 60th St. $ N3 P ci 62nd St. &Jade Ave. Tower(vacant site) $ fvv 8q( Hwy 365 Tower FM 365 &Main C Canal $ /V) L/ Standpipe 61"& Garnet $ /V- P cI Total Amount Bid for Group B $ ' 4; ‘ Crivi- Signature of Bidder Date Page 11 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 3 of 6 Name Location Service Address Price per cut Group C Lift Stations& Sewer Plants Sabine Pass Main S 4TH&Tremont 5080 S. 4TH Ave. $ /,/ S. 1st. Ave. S. 1st. &Quinn 7575 S. 1st Ave. $ /llo `�,c Dick Dowling S 1st&Dowling 6897 S. 1st Ave. $ fel Welch St. 5100 Welch 5130 Welch St. $ 8. SH 87 South 6500 S Gulfway 6500 S. Gulfway $ TV.) Sabine Pass WWTPS. 4th St. &Tremont $ /V1 8.d Water Towers&Misc Sabine Pass GST Next to SP Fire Station 5030 S. Gulfway $ ) /.3 Sabine Pass Standpipe S. 2' Ave. Row&Mechanic St. $ NJ ' Across form Chevron refinery @ Gulf Copper Gulf GST&PS dock $ j) R.01 Across from Scurlock �! Sea Rim Tank tank farm $ 110 "s(Y Total Amount Bid for Group C liVd jitc4— 71f4f. 3-- ,? 3-- .D 7-9-- Signature of Bidder Date 13,3 1 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 4 of 6 Name Location Service Address Price per cut Group D Lift Stations& Sewer Plants Lake Charles 1850 Lakeshore Dr 1850 Lakeshore Dr Lakeshore 101 Houston Ave 121 W. Lakeshore Dr $ rv% P: cY Grannis 648 W. Procter St 400 Grannis Ave. $ i''- Stillwell 1600 19th St. 1600 19th St. $ 4 o� Sea Cabin LS S.H.82 @ T.B Ellison Pkwy $ , T.B Ellison Pkwy.@ Disc Golf Disc Golf Course Course $ //' Water Towers&Misc Railroad Ave. &Thomas Blvd. Tower $ /Lf e 4. Old Golf Course Road&Rodeo Ln (Whole Property,cut up to road on all sides,one 24"pass on outside of road that's not maintained Pleasure Island EST by Pleasure Island.) $ /V) 13. 0/ Next to the bridge going to Cameron, t Metering Pad on Pleasure Island LA $ rVd '' Terminal Road E.S.T. 1440 Terminal Road $ pip, 4.4. Total Amount Bid for Group D 13,c ��G � Signature of Bi der Date Page 13 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 5 of 6 Name Location Service Address Price per cut Group E Lift stations& Sewer Plants 3rd. Ave. 3400 3rd Ave. 3328 3RdAve. $ i►J„ L .J 7th Ave. Between 30th&31 St. 3129 7th Ave. $ jN'd i.C' 11th Ave. Between 27th&28th St. 2805 11th Ave. $ 11" /*',Cl Pear Ridge WWTP 3100 blk 42"St. 3149 42'St. $ r'd 4 d Highway 73 3300 W. Hwy 73 3340 W. Hwy 73 $ M 8ed 39th St. LS 3800 39th 3800 39th $ l't/J 167 (✓ Smith Young 4820 39th St. 4548 39th St. $ i(4) 1,.d North Plant LS Old North WWTP Site 6439 Twin City Hwy $ iiJJ 6,d 74th St. 74th St. &9th Ave. 7498 9th Ave. $ it J ,3= j 46th St 46th St. dead end 4300 46th St. $ /'J3 Forest Dr. (cut whole lot) Forest&Highland Dr. 4546 Highland Dr. $ Ill) l'4 Twin City Hwy. 4780 FM 365 $ No i.CI Adams Elem. Near School 54459th Ave. $ ItV0 P>d West Park(cut whole lot) West Park&Rosedale 3100 West Park Drive $ kV f S Water Towers&Misc Lake Arthur Stand Pipe Behind new YMCA @GSU Row $ No 6.d Total Amount Bid for Group E $ hIIJ g id • gL S-3-3 - z �Signature of Bidderiityl -, Date Page 14 of 27 CITY OF PORT ARTHUR, TEXAS BID SHEET Page 6 of 6 Name Location Price per cut Group F Service Center& Treatment Plants Water Utilities Service Center 111 H.O. Mills Blvd $ 6700, 0 C� New Water Purification Plant Dry bed to be included 1101 H.O. Mills Blvd. $ 1) /0 6, v 0 2200 Blk Norma Old Water Treatment Plant $ A4 f,W. Total Amount Bid for Group F $ 1 4 ()U, C� Group G Miscellaneous Sites Wetlands Reserves. Hwy 73 & Savannah $ Z O©,r©) Old Water Purification Plant 1401 194 St. $ 90, 0) Raw Water Resery Hwy 365 & Savannah Ave. $ 0, O0 Total Amount Bid for Group G $ / 9O ." Group H Wastewater Treatment Plants Main WWTP 6300 Procter St. Ext. $ ;)me'._ Hwy 365 &Rodair Gully Port Acres WWTP (2901 Hwy 365) $ '- ` 41 $ v e Total Amount Bid for Group H $ �) 00 D, 0-6 gJ `,C;}(A-0oiiS 3O ,�d�'�� j1 ri 2 e 'z COMPANY NAME STREET ADD1 ESS .. 4--4.. r SIGNATURE BIDDER P.O. BOX 3 0)0 Vn O ry l b i7 'PLC tfr Oil 't7 l7. 77617 0 PRINT OR TYPE NAME CITY STAT ZIP Si 1 ��✓v j v y/- Zc dQ 7-0 U 9-t TITLE ARE CODE TELEPHONE NO t .11 SO(CA- �1 ' Co 44 j (41 (f''�i yt i`e-1 IJ ri l^�vz s` 1 EMAIL FAX NO. Page 15 of 27 Equipment List Equipment Qty Size of Cutting Deck Bush Hog � 5 ( fZero Turn or Riding Mower ) I 6 ) Sa . Weedeater N/A Hedge Trimmers IW/( N/A Walk Behind N/A Chainsaw N/A Blower j N/A Edger h ' N/A Slope Mower j11(14- N/A Bat Wing rt/A N/A Number of Employees 3 g011)-WIL4 O(-- „1-3 Signature of Proposer Date THIS PAGE MUST BE SUBMITTED WITH YOUR BID FORM. Page 16 of 27 NON-COLLUSION AFFIDAVIT 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 relate to the developyient and submission of this bid proposal. ;- '� Signature: L 3 olOve6 ii Ti i Printed Name: ,+ .,�vszr7- Title: S / ID tai Company: Date: — 2 2—z. SUBSCRIBED and sworn to before me the undersigned authority by the of, on behalf of said4iAfer: 3 4 onr 1 031 g„ / a- �,< /111J My c3rn�, , ^gyres 4 , tvvvv vvv.„o"'" ""`"""""Y" ` Notary Pu lic in and or the State of Texas My commission expires:c,9-J/7/ :2U-,ti- Page 17 of 27 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. 11144' 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 agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. iST 11,'°n3 3-Z-�- Firm Name/7Kew• ` Date CJC 7 % - Authorized Signature Title )a)O v,L Tif d 470 EI) 9 9'3 o 9 - Name(please/fpyyr��int) Telephone t�ill�i�t+�1�C�(/3 'Tl1'9.S ,-Jit.ee5 :04if-L;5. CdiM Email STATE: /X COUNTY: 30 p'->-J" SUBSCRIBED AND SWORN to before me by the above named on this the � day of dvIQYC I 20 .) �Y' :- R r v is;24827 9l My Commission fission Expires a ';�wL-' February A Feruary rwY00W1T7�09t9� YYtC'"`It Notary Pu lic RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 18 of 27 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFRCEUSEONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. Jn i l Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated 1 1 completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. Name of Officer J Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes No J Describe each employment 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. ElCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). J Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 Page 19 of 27 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/ Docs/LG/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 governmental 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 government 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 20 of 27 SB 252 CHAPTER 2252 CERTIFICATION the undersigned and representative of r Jo/a{'orkS. (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. St)100 ,1 v ' Name of Company Representative (Print) Signature of Company Representative Date Page 21 of 27 House Bill 89 Verification r @ ) `/ (Person name), the undersigned representative (hereafter referred to as "Representative") of gT 5o c.z 6 (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. -- SIGNATURE OF EPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this —J day of /`'' rc_h , 20 - -. Notary Public a o !D#19 327Fv6 ic,�l to My Cortirr s oa Expires February 17,2024, Page 22 of 27 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. 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 Federal Funds 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. Page 23 of 27 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. 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.: Utility Operations, 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 601 f 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. Page 24 of 27 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; 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 Page 25 of 27 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 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. Page 26 of 27 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. 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 27 of 27