Loading...
HomeMy WebLinkAboutPR 24341: AWARDING CONTRACT TO GLOBAL EMERGENCY SERVICES FOR TRASH COLLECTION City of ort rthurTexas INTEROFFICE MEMORANDUM Date: May 9, 2025 To: The Honorable Mayor and City Council Through: Ronald Burton, CPM, City Manager 110 From: Flozelle C. Roberts, EIT, MEng, MBA, CPM, Director of Public Works a to RE: PR 24341 —Awarding a Contract to Global Emergency Services, LLC o Beaumont, Texas, for Trash Collection Service Introduction: The intent of this agenda item is to seek City Council's approval authorizing the City Manager to execute a contract with Global Emergency Services, LLC of Beaumont, Texas, for trash collection service on an as-needed basis. Background: The City of Port Arthur Public Works Department — Solid Waste Division retrieves and disposes of trash discarded throughout the City. Periodic assistance is needed from collection service companies to assist staff with collection and disposal for compliance with Texas Commission on Environmental Quality(TCEQ)regulations. Bids for the trash collection services were received on May 7, 2025. Two bids were received from Global Emergency Services, LLC of Beaumont, Texas, and Parkman Tree, Inc. Parkman Tree, Inc. did not submit the correct bid documents, resulting in the firm's disqualification. Global Emergency Services, LLC, the sole responsible bidder, submitted a bid for $150.00 per ton or $273.00 per hour of trash collection and disposal. Global Emergency Services will aid staff on an as-needed basis and mobilize within two hours of request. The superintendent or his or her designee shall make this request either formally or informally. If such request is made informally a formal follow-up request will be provided. "Remember,we are here to serve the Citizens of Port Arthur" THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM DONEANE BECKCOM, CITY MANAGER MAYOR PRO TEM City of f SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. TIFFANY L.HAMILTON EVERFIELD pry► rthur ROXANN PAIS COTRONEO HAROLD L.DOUCET,SR. CITY ATTORNEY THOMAS KINLAW,III Texas DONALD FRANK,SR. APRIL 23,2025 INVITATION TO BID TRASH COLLECTION SERVICES DEADLINE: Sealed Bid submittal must be received and time stamped by 3:00 p.m., Central Standard Time,Wednesday,May 7,2025. (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, May 7, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P25-047 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 writinf'to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams@portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891414 4th Street' Port Arthur,Texas 776411 409.983.8160 1 Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. egot3if ai4,16:2024- Clifton Williams Purchasing Manager TABLE OF CONTENTS A. CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. BID SHEET D. INFORMATION TO BIDDERS E. NOTICE OF AWARD F. INSURANCE G. SPECIFICATIONS H. HOUSE BILL 89 VERIFICATION I. NON-COLLUSION AFFIDAVIT J. AFFIDAVIT K. SB 252 CHAPTER 2252 CERTIFICATION TRASH COLLECTION SERVICES THIS AGREEMENT, made this day of , 2025 by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and Global Emergency Services,LLC hereinafter called"CONTRACTOR". WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be 365 Days from the date the City signed the contract. The City can terminate this contract at its convenience which includes,but is not limited to,funding not bring available in any budget cycle within fifteen(15)days written notice. 2. The Contractor shall provide trash collection services as stated in contract. 3. During the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4. The CONTRACTOR agrees to provide the trash collection services described in the specifications and contract documents and to comply with the terms in the amounts stated in the bid documents. ITEM DESCRIPTION OPTION 1 OPTION 2 la Trash Collection Services $ 150 ITN $ 273 /HR 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) AD for Bid 3) Bid Sheet 4) Information to Bidders 5) Notice of Award 6) Insurance 7) Specification 8) House Bill 89 Verification 9) Non-Collusion Affidavit 10) Affidavit 11) SB 252 Chapter 2252 Verification 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,administrators, successors, and assigns. 8. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed by their duly authorized officials,this Agreement in (2 copies)each of which shall be deemed an original on the date first written above. Signed on the day of 2025 ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY Signed on the day of ,2025 ATTEST CONTRACTOR BY CITY SECRETARY PRINT NAME: TITLE: CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS NOTICE IS HEREBY GIVEN THAT sealed Bids, addressed to the City of Port Arthur,will be received at the Office of the City Secretary,City Hall 444 4th Street or P.O.Box 1089,Port Arthur, Texas 77641 no later than 3:00 P. M., Wednesday, May 7,2025. Applicant names will be read aloud beginning at 3:15 P.M., Wednesday, May 7, 2025 on this date in the City Council Chambers, City Hall, 5th Floor for certain services briefly described as: 1. TRASH COLLECTION SERVICES 2. COMMERCIAL GARBAGE COLLECTION SERVICES 3. RESIDENTIAL GARBAGE COLLECTION SERVICES Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthurtx.gov/bids.aspx or www.publicpurchase.com. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. aidiertd- Cliftch1 Williams Purchasing Manager FIRST PUBLICATION: April 19,2025 SECOND PUBLICATION: April 26,2025 • CITY OF PORT ARTHUR Request for Bids Trash Collection Services April 19, 2025 April 26, 2025. PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS • ADVERTISEMENT FOR BIDS REBY GIVEN THAT sealed Bids,addressed to the City of Port Arthur,will be received f the City Secretary, City Hall 444 4th Street or P.O.Box 1089, Port Arthur,Texas than 3:00 P.M.,Wednesday, May 7,2025.Applicant names will be read aloud :15 P.M.,Wednesday,May 7,2025 on this date in the City Council Chambers,City for certain services briefly described as: 1.TRASH COLLECTION SERVICES 2.COMMERCIAL GARBAGE COLLECTION SERVICES 3.RESIDENTIAL GARBAGE COLLECTION SERVICES after the deadline stated above,regardless of method of delivery,will not be considered Inopened. ' Specifications and other Contract Documents are on file in the Purchasing Office,444 y of Port Arthur,and'are open for public inspection without charge.They can also be the City's website at www.portarthurtx.gov/bids.aspx or www.pubiicpurchase.com. PORT ARTHUR RESERVES THE RIGHT TO REJECT ANY AND/OR ALL BIDS JE'FORMALITIES.. • ;Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not act to a company that is in arrears in its obligations to the City. A • • pun.,rut Ma»ter UBL1C NO ice. cv,"• AD i• NOTICE:.IS HEREBY GIVEN ThhAT seated Bids addressed to_the City of Port Arthur;will be receive at the,t oe 6i the C f. Hai f"4th Street of PO Box 1089,Port Arthur,Tex r than, 7764i no date 3'I0 R M Wednesday,�May 7,,'25.AppfiCaft_narries will be read atad beginningat 315 P.fr. Rae)/ iy tr2 oft" damn the City Council Chambers,Cr F fa4,51h door fo_r certa" brtef dxi�"as* TRASH GQLI..EC�'ii SEROVICES 2,COMMERCIAL GARBAGE COLLECTIdN SERVICES 3 RIWENT44,AREIAGE COLLECTION SERVICES ` Bids received after} datrte$above ;eCdless of method of del wry,will not be oorisidere and returned unbpene+ Copies of the S. ►- v other Contrad_:Doc enls are on life In the Purchasing Office,4 4th Street;City of Pelt •!-.1".:1,,girrid are open for inspection without charge.They can also retrieved from the OA `- 'a at www.portartturbt.c*Iiids.aspx or*vmpublicpurchasa.cont �* r, 1 THE cri OF'PORT.ARTHUR RESERVES THE RIGHT TO REJECT ANY AND/OR ALLBID! AND TO WAIVE i LtTiES. • Per Chapter 2 Article VI Seri.2-262(C)oft y's Code.of Ordinance,the City Council shall or award a contract to a company that is in arrears in its obligations to the City. CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Trash Collection Service BID DUE DATE: May 7, 2025 ITEM DESCRIPTION OPTION 1 OPTION 2 oe la Trash Collection $ ,!S© —" /TN $ £7 J'I/HR Cf.or3141_ £m6recaer ,y Sb141!1eee, LLC eOSO [vAKtrEI./NE LAME COMPANY NAME STREET ADDRESS AZ11 _40(1 — _ tVA SIGNATURE OF BIDDER P.O.BOX A/.OERT J . I SAKSON Be ALA mOST .7;c4AS 177O4, PRINT OR TYPE NAME CITY STATE ZIP M aNA•c.t Nc, MEm ar-R - 49510 TQ141.11# TITLE AREA CODE TELEPHONE NO dRCATX-0 RflL,COM k EMAIL F NO. INFORMATION TO BIDDERS: 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. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP,you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. 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.: Accounts Payable,P.O.Box 1089,Port Arthur, Texas 77641. PAYMENT:Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur,in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax;therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances,rules,orders,regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest,direct or indirect,in this Contract;and,the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability,performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause,the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract,or if the Contractor shall violate any of the covenants,agreements or stipulations of this contract,the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above,the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. 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. 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. THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM DONEANE BECKCOM, CITY MANAGER MAYOR PRO TEM City of SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. c� TIFFANY L.HAMILTON EVERFIELD p r t r t h r ROXANN PAIS COTRONEO HAROLD L.DOUCET,SR. CITY ATTORNEY THOMAS KINLAW,III Texas DONALD FRANK,SR. NOTICE OF AWARD Date Contractor Name Attn: Address City, State Zip Re: You are notified that on , 2025,the City of Port Arthur City Council awarded above referenced contract. Within ten(10)days after you comply with the conditions listed below,the Purchasing Manager will issue to you a written Notice to Proceed and Purchase Order. Work must not begin until these documents have been issued to you. Two (2) original Contract Documents and one (1) copy of Resolution No. accompany this Notice of Award. You must comply with the following conditions precedent within ten (10) days of the date of this Notice of Award that is by or by the first working day thereafter. You must deliver to the Purchasing Manager: 1. One (1) fully executed Contract. 2. One (1) signed, original Notice of Award. 3. One (1) original Certificate of Insurance, naming the Owner (City of Port Arthur) and their respective agents and employees, to be expressly named as additional insurers, in accordance with the General Conditions. 4. One (1) HB 1295 Form filled out completely. For more information go to the following website. https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. 5. Payment and Performance Bonds. Please return all requested documents to: City of Port Arthur, TX Attn: Clifton Williams,Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 Page 1 of 2 Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 1089 1 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM DONEANE BECKCOM, CITY MANAGER MAYOR PRO TEM City of SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. TIFFANY L.HAMILTON EVERFIELD ,p rl rth u .— ROXANN PAIS COTRONEO HAROLD L.DOUCET,SR. CITY ATTORNEY THOMAS KINLAW,III Texas DONALD FRANK,SR. NOTICE OF AWARD Contractor Name Date Page 2 Failure to comply with these conditions within the time specified will entitle Owner to consider your bid in default and to annul this Notice of Award. OWNER: CITY OF PORT ARTHUR,TEXAS BY: Clifton Williams, Purchasing Manager ACCEPTANCE OF AWARD: Contractor: Signature: Print: Title: Date: CC: Page 2 of 2 Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 1089 1 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 A CERTIFICATE OF LIABILITY INSURANCE .DATE(MM.°°"rYYY' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE FAX(A/C, (A/C.No.Ext): Not: E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: INSURED INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE ADDLR IN SW D POLICY NUMBER (MMIDDY EFF/YYYY) (MM/DD/YY EYYY) LIMITS GENERAL UABIUTY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ CLAIMS-MADE I I OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ • 7 POLICY 'I LOC $ AUTOMOBILE UABIUTY COMBINED SINGLE LIMI I (Ea accident) ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULE BODILY INJURY(Per accident) $ AUTOS DAUTOS HIRED AUTOS NON-OWNED (PeraccidentPERTY DAMAGE $ AUTOS UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESSLIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE 'DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE \ ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD SPECIFICATIONS FOR TRASH COLLECTION SERVICES The City of Port Arthur is seeking assistance from a company with experience and knowledge in the collection of green waste, construction material, demolition, furniture, appliances, chemicals such as paint and other bulky items with the exception of concrete. The City is seeking the following equipment and services: 2 to 4 (40)yard grapple trucks. Trucks must be equipped with rear dump beds. NO MANUAL OFF LOADING WILL BE ALLOWED AT THE LANDFILL. Drivers/operators with a minimum of 3 years experience. Drivers/operators must have minimum 3 years experience in collecting both Class C and Class D debris. Their experience must cover all types of waste except for concrete. Drivers/operators are responsible for removing debris without damaging property. Drivers/operators are responsible for racking and collecting the debris that the grappler cannot collect. Drivers/operators must make sure the woking area is clear of all debris before moving to the next area. Drivers/operators must provide their own safety gear,racks, loves, forks, shovels, etc. Operating hours will be from 7 A.M.to 4 P.M. Contractor must provide the services within 2 hours from the request. Fees must be for a daily rate to include truck, fuel, driver/operator and all related appurtenances. Please submit list of equipment. House Bill 89 Verification I, ALBE RT J TSAkSoN (Person name), the undersigned representative (hereafter referred to as "Representative") of GLo(3AL EMERGENe/ SERVICES, L.LC _ (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. SIGNATU OF REPRESENTATIVE -SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 7 day of M , 20o2� J <LECLIEria-A HEATHER STCLAIR ` �$' Notary Public,State of Texas +Pc Comm.Expires 04.14-2028 Notary ID 130619561 CITY OF PORT ARTHUR, TEXAS 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: Printed Name: (74410-, Printed �A1 Name: ALaEI.-EasAKSoN Title: MAtIPG-Into, MEMBER Company: G.,Lo GAL EM E RG E Kcy S E Rvres s, L l.0 Date: 5_7—2 0 2 S SUBSCRIBED and sworn to before me by the above named f(beet sc JC on this the II day of Nal , 20 2S CiectttilA Stf Of A. ,4. Notary Public in and for the `",,:.., HEATHER STCLAIR State of Texas p � �i ° •• 1.Notary Public,State of Texas /` /..�/� 4 pF,SF+P� Comm,Expires 04-14-2028 My commission expires: Q`'f 11�/ ..)2. r �{�,,,,,��` Notary ID 130619561 c AFFI DAVIT 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. Gl...ot3A.1.. EMERG EKtY SERVICES, LLC. 5-7 2DZ 5 Firm Name Date OZI— MANAGINC, MEM ESE 1. Authorized ignature Title ALBERT J. LSAK.SON Li OQ_' (0.5to-94.4 Name (please print) Telephone CIRCAZtP. AOL ,COM Email STATE: I e4a, COUNTY:____ P S43'v` SUBSCRIBED AND SWORN to before me by the above named cI1bpr't- S Is 444.50 tom._ on this the `--(11`— day of NQLy ,20 —. �.� vP4�,, HEATHER STCLAIR 5f,��, ,v r°:' • ,=Notary Public,State of Texas Notary Public "�'•. �e Comm.Expires 04.14-2028 ,).4, ,,,,,,, Notary ID 130619561 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL SB 252 CHAPTER 2252 CERTIFICATION I, A L C3 E RT J.Is A k S o N ,the undersigned an representative of GLOBAL EMERGENCY SERV►CES) tie (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. A L(A LemeT J . ZSAkSoN Name of Company Representative (Print) Signature o ompany Representative s-7-02©zs Date