Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 24533: 2025 MOWING CONTRACTS
nrt rthu f<,r, www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: September 13, 2025 To: The Honorable Mayor and City Council Through: Ron Burton, CPM, City Manager From: Chandra Alpough, CPM, CPRP, Director of Parks and Recreation RE: P.R. 24533 —2025 Mowing Contracts Introduction: The intent of this Agenda Item is to request the City Council's approval of P. R. No. 24533 authorizing the City Manager to execute contracts with Amelia Lawn Care & Landscaping of Groves, Texas for Group 1, Nimitz Lawn & Landscape of Beaumont, Texas for Group 1(A), South East Texas Lawn&Maintenance of Beaumont,Texas for Groups 2, 3(C),and 9,Smith's Remodeling of Port Arthur, Texas for Group 7(A), and Consider Us of Port Arthur, Texas for Group 8 for mowing of various city properties, parks and rights-of-way with an estimated budgetary impact of$179,193.00. Background: The Parks and Recreation Department is responsible for mowing various City parks and rights- of-way throughout the year in the City of Port Arthur. The City Council and the City Manager have made the appropriate maintenance of City Parks and rights-of-way a priority. Vendors who bid on Groups 1, 1(A), 2, 3(C), 7(A), 8, and 9 have been satisfactorily evaluated by Purchasing and the Parks and Recreation staff Smith's Remodeling, located in Port Arthur, was awarded Group 7(A) since the bid was within 5% of the low bid. Third Coast Companies has declined to mow Group 3(C). Budget Impact: Funds are available in Parks Account No. 001-25-065-5311-00-20-000 with a projected budgetary impact of$179,193.00. Recommendation: It is recommended that the City Council approve P. R.No. 24533 authorizing the City Manager to execute contracts with Amelia Lawn Care & Landscaping of Groves, Texas for Group 1, Nimitz Lawn & Landscape of Beaumont, Texas for Group 1(A), South East Texas Lawn & Maintenance of Beaumont, Texas for Groups 2, 3(C), and 9, Smith's Remodeling of Port "Remember,%re are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 Arthur,Texas for Group 7(A), and Consider Us of Port Arthur, Texas for Group 8 for mowing of various city properties, parks and right-of-ways with a projected budgetary impact of $179,193.00. "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 P.R.No. 24533 09/11/2025 ca-tnr RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO CONTRACTS WITH AMELIA LAWN CARE & LANDSCAPING OF GROVES, TEXAS FOR GROUP 1, NIMITZ LAWN & LANDSCAPE OF BEAUMONT, TEXAS FOR GROUP 1(A), SOUTH EAST TEXAS LAWN & MAINTENANCE OF BEAUMONT, TEXAS FOR GROUPS 2, 3(C), AND 9, SMITH'S REMODELING OF PORT ARTHUR, TEXAS FOR GROUP 7(A), AND CONSIDER US OF PORT ARTHUR, TEXAS FOR GROUP 8 FOR THE MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS WITH A PROJECTED BUDGETARY IMPACT OF $179,193.00 FUNDING AVAILABLE IN PARKS ACCOUNT NO. 001-25-065-5311-00-20-000 WHEREAS, the Parks and Recreation Department of the City of Port Arthur is responsible for ensuring the proper maintenance of City parks, rights-of-way, and other designated properties throughout the year; and, WHEREAS, the City Council and the City Manager have identified the regular mowing and upkeep of City parks, rights-of-way, and other public areas as a priority to preserve public health, safety, welfare, and the overall appearance of the City; and, WHEREAS, on August 13, 2025, the City received and publicly opened eight (8) bids for the mowing of various City properties, parks, and rights-of-way, as shown in the bid tabulation attached hereto as Exhibit "A"; and, WHEREAS, upon evaluation by the Parks and Recreation Department in coordination with the Purchasing Division, it has been determined that the following vendors submitted the most responsive and responsible bids for the respective mowing groups: • Amelia Lawn Care & Landscaping of Groves, Texas, for Group 1 (Exhibit "C"); • Nimitz Lawn & Landscape of Beaumont, Texas for Group 1(A) (Exhibit "D"); • Southeast Texas Lawn & Maintenance of Beaumont, Texas for Groups 2, 3(C), and 9 (Exhibit "E"); • Smith's Remodeling of Port Arthur, Texas for Group 7(A) (Exhibit "F"); and, • Consider Us of Port Arthur, Texas, for Group 8(Exhibit "G"); and, WHEREAS, Smith's Remodeling, a local Port Arthur vendor, was awarded Group 7(A) pursuant to the City's local vendor preference, as its bid was within five percent (5%) of the lowest bid; and, WHEREAS, 3rd Coast Companies declined the award of Group 3(C), as reflected in Exhibit "B". I P.R.No.24533 09/11/2025 ca-tnr NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR,TEXAS: Section 1. That the City Manager is hereby authorized to execute on behalf of the City, one-year contracts, with the option to renew for two additional one-year periods between the City of Port Arthur and Amelia Lawn Care & Landscaping of Groves, Texas for Group 1 attached hereto as Exhibit "C", Nimitz Lawn & Landscape of Beaumont, Texas for Group 1(A) attached hereto as Exhibit "D", South East Texas Lawn & Maintenance of Beaumont, Texas for Groups 2, 3(C), and 9 attached hereto as Exhibit "E", Smith's Remodeling of Port Arthur, Texas for Group 7(A) attached hereto as Exhibit "F" and Consider Us of Port Arthur, Texas for Group 8 attached hereto as Exhibit"G". Section 2. That each contract shall be for a term of one (1) year, with the City retaining the option to renew for up to two (2) additional one-year periods, subject to mutual agreement of the parties and the availability of funds. Section 3. That the estimated frequency of mowing services is twenty-one (21) cuts per year. Section 4. That funding in the amount of $179,193.00 is available in Account No. 001-25-065-5311-00-20-000. Section 5. That a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED THIS day of , A.D., 2025, at a Regular Meeting of the City Council of the City of Port Arthur,by the following vote: AYES:(Mayor) Councilmembers: NOES: Charlotte M. Moses Mayor P.R.No.24533 09/11/2025 ca-tnr ATTEST: Sherri Bellard City Secretary APPROVED AS + • Roxann Pais Cotroneo, Esq. City Attorney APPROVED AS TO ADMINISTRATION: Ron Burton, C City Manager Chandra Alpough, CPM Director of Parks and Recreation APPROVED AS TO THE AVAILABILITY OF FUNDS: 4_,„.._ bw,u,,a Lynda Boswell Director of Finance Clifton Williams, CPPB Purchasing Manager P.R.No.24533 09/11/2025 ca-tnr EXHIBIT"A" C; .. c -...I a. lh W NJ — „e, • ° x. O n o. C C C C C = O a a c 0 0 0 0 0 0 0 C7 H — - _ C .D co J W N - - o q. { 2 a n a °o -0 c ,, EA 3 C7 �,\ C b.? .— N — 0. H C ':- J W OC - 00 tJ sO r _ 7 S v O O O O C O 01 Cr7 j CCCC C ma CI --) C C C = 0y f7 .. X r+ Qp co= i o EA e' EA EA EA EA EA a w i z C W ? A 0 �l W ACM I H C./t J in 'C J N Al 41, 7 7 O C C 0 O O O r O C C C C .0X C C n p 70 -' ° 0 VI Y Z — W N tJ "��' ads "� - a A ° :o 'v J iJ ° 3. O c -� o ca:: o c vA ' . ° = • H O o C C o H o -r1 H 0 0 0 0 T°o CO aO CD CD PC = Z Z Z Z Z `A — r@• d C ' A c y - 3 0 0 o 0 0 IV = 3 t,, 9 .-. m ,a • CO C7 CO CC CC a ' e e a a: a: a: n: C o m m o C = H 0 0 ro o m -e ,.3 o a A N y rIl x >n X • 0 0 0 0 0 0 1 J -EA y u, a cA 0 — c• co cc co co co co C fD r fQC ;, a a a a a a CI m CD H O °75 sa ais to) EA en C H .Y- > Z — N W — Z .7 — 7. • o o C Cd CO 0 C O COC fp A —3 C C C C C a. v) X cp EA EA EA V9 EA CO — F.) N — — 'C O 2 O C CoO . o o °' ° o to CC CCb yy -1 C X '9 < O m Z > o Z Z Z 0 'C Z n n 0 • co• C 7- CO CO c CO CO LA CO Z it:a: a s E. a © f�. m H $. X 7 EXHIBIT "B" Chandra Alpough From: Justin Vanover <sales@3rdcoastcompanies.com> Sent: Friday, September 19, 2025 1:33 PM To: Harriet Collins;Johnny Brown; Chandra Alpough Subject: [NON-CoPA] Re: Group 3C Mowing Just to clarify this is our decline email to maintain the mowing group mentioned above. Thank you, Justin Get Outlook for iOS From: sales@3rdcoastcompanies.com <sales@3rdcoastcompanies.com> Sent: Friday, September 19, 2025 11:37:46 AM To: harriet.collins@portarthurtx.gov<harriet.collins@portarthurtx.gov>;johnny.brown@portarthurtx.gov <johnny.brown@portarthurtx.gov>; chandra.alpough@portarthurtx.gov<chandra.alpough@portarthurtx.gov> Subject:Group 3C Mowing Hi Harriot, As requested,to document our conversation. It is not stated the bid package, however, per our conversation,this contract currently is awarded at the following: 11/2026-02/2026—4 Cuts (once a month) 03/2026-10/2026—17 Cuts (bi-weekly) Total Cuts-21 Cuts @ 1,950.00=$40,950 annually. After the initial mow, it was confirmed that these properties need to be maintained more frequently at minimum through the months of May—August. If not,the amount of'hay baling' increases.Additionally, it puts a lot of wear and tear on the equipment used to satisfy this contract. Lastly, mowing more frequently during the summer months allows for a more appealing view to the City. Finally, a kindly reminder when looking at your next highest bidders, consider what the total annual cost for the city increases to. If awarded what we are requesting the total cost to the city would be$58,500(30 cuts annually). Thanks, Justin Vanover 3rd Coast Companies, LLC Dba 3rd Coast Lawncare sales@3rdcoastcompanies.com 409-684-3365 0 713-884-7419 C 1 LAWY1CAme reliable • local 2 EXHIBIT "C" CONTRACT FOR MOWING OF VARIOUS CITY PROPERTIES,PARKS AND RIGHTS-OF-WAY IN GROUP 1 IN THE CITY OF PORT ARTHUR 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 H. Wayne Riley doing business as Amelia Lawn Care & Landscaping hereinafter called "CONTRACTOR". WITNESSED: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be for approximately twelve (12)months from the date stated in the Notice to Proceed,unless sooner terminated under the provision hereof, with an option to renew for two (2) additional one-year period. 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. 2. The Contractor will perform mowing of properties and Rights—of—Way in Group 1 for$698 per cut as stated in the Contract Documents. 3. During the term of this Contract,the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4 The Contractor will commence the work required by the Contract Documents on or before a date to be specified in the"Notice to Mow"and will mow the lots within seven days unless the period for completion is extended otherwise by the Contract Documents. 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) Advertisement for Bids 3) Addenda 4) General Information 5) Specification 6) Bid 7) Notice of Award 8) Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of 2025. OWNER: CITY OF PORT ARTHUR Ron Burton, CPM City Manager Signed on the day of 2025. CONTRACTOR: Amelia Lawn Care & Landscaping H. Wayne Riley CITY OF PORT ARTHUR Invitation to Bid Mowing of Various City Properties, Parks and Right-of-Ways July 26, 2025 August 2, 2025 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS • ADVERTISEMENT FOR BIDS lotice is hereby given that sealed bids,addressed to the City of Port Arthur,will be received at the )ffice of the City Secretary,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no i rter than 3:00 p.m.,Wednesday,August 13,2025 and all bids received will thereafter be opened Ind read aloud at 3:16 P.M.,on Wednesday,August 13,2025 in the City Council Chambers,5th 'kxu,City Hall,Port Arthur,Texas for certain services briefly described as: Mowing of Various City Properties.Parks and Right-of Ways lids received after the deadline stated above,regardless of method of delivery,will not be considered Ind returned unopened. copies of the Specifications and other Contract Documents are on the in the Purchasing Office,444 ith Street,City of Port Arthur,and are open for public inspection without charge.They can also be etrieved from the City's website at www.portarthur.net or www.publicpurchase.com. 80N-MANDATORY PRE-BID MEETING IS SCHEDULED FOR 10:00 A.M.ON TUESDAY,August i,2026 AT RECREATION CENTER LOCATED AT 1308 9TH AVENUE,PORT ARTHUR,TEXAS. 4 SITE TOUR WILL COMMENCE IMMEDIATELY AFTER THE PRE-BID CONFERENCE. ;,opies of the Specifications and other Contract Documents can be picked up at the Mandatory Pre- 31d Conference and will be on file thereafter in the Purchasing Office,444 4th Street,City of Port 4rthur,and are open for public inspection without charge. PUBLIC NOTICE The City of Port Arthur reserves the right to reject any and ail bids and to waive informalities. CITY OF PORT ARTHUR,TEXAS • ADVERTISEMENT FOR BIDS 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. :sealed bids,addressed to the City of Port Arthur,will be received at the r,City Hail 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no tesday,August 13,2025 and all bids received will thereafter be opened „on Wednesday,August 13,2025 in the City Council Chambers,5th PurdsaskagManager Texas for certain services briefly described as: Mowing of Various City Properties.Parks and Right-of-Ways . 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.portarthur.net or wvnr.publicpurchase.com. NON-MANDATORY PRE-BID MEETING IS SCHEDULED FOR 10:00 A.M.ON TUESDAY,August 5,2025 AT RECREATION CENTER LOCATED AT 1308 9TH AVENUE,PORT ARTHUR,TEXAS. A SITE TOUR WILL COMMENCE IMMEDIATELY AFTER THE PRE-BID CONFERENCE. Copies of the Specifications and other Contract Documents can be picked up at the Mandatory Pre- Bid Conference and will be on file thereafter in the Purchasing Office,444 4th Street,City of Port Arthur,and are open for public inspection without charge. 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. Mt "Wi}liams,C Pa Purchasing Manager I ey, \\ cm„ -CITY OF PORT ARTHUR, TEXAS j err rtli ADDENDUM NO. ONE (1) it r Tcwc August 7, 2025 BID FOR: MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS BID: P25-073 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. WORK ASSIGNMENT 2.1 The Contractor will be given a schedule as to what week each area will be cut.Failure to contact City's representative as laid out in these specifications may result in the termination of this contract. Assignment shall begin within 48 hours of dates stated in schedule and completed within 72 hours of start. Time extension may be granted due to inclement weather or other act of nature only when contractor request for such extension is submitted to the City's representative. The Schedule will have a start time and a cut-off time, all invoices will be due the last week of mowing. 2. 4.2 "Contractor shall collect and dispose of hay, piles of grass and/or clippings." Contractor must rake, bag and send hay to Landfill. Contractor must present receipt with invoice for cut submitted to City 3. 4.3 "No grass clippings shall be placed or blown into the City's Drainage Culberts or in the streets." 4. The schedule is attached. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Clifton Williams Purchasing Manager / goq. fr J6 p p / ? —/ - Zoz,5— Signature of Proposer Date .. i Ctr1c 44,AzeautP 4 Company Vendor Name CHARLOTTE M.MOSES,MAYOR RONALD BURTON,CPM HAROLD L.DOUCET,SR., City of CITY MANAGER MAYOR PRO TEM SHERRI BELLARD,TRMC COUNCIL MEMBERS: —4. — CITY SECRETARY WILLIE BAE LEWIS,JR. 0 r t r t/i u r TIFFANY L.HAMILTON EVERFIELD ROXANN PAIS COTRONEO DONEANE BECKCOM Texas CITY ATTORNEY THOMAS KINLAW,III DONALD FRANK,SR. JULY 29, 2025 INVITATION TO BID MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, August 13, 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, August 13, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P25-073 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@portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 1089 W 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions 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 Purchasing Manager Page 2 of 23 INVITATION TO BID MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 23 5 NON-MANDATORY PRE-BID CONFERENCE A Non-Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Mowing of Various City Properties, Parks and Right-of-Ways will be held on Tuesday, August 5, 2025 at 10:00 a.m. at the Recreation Center located at 1308 9' Avenue, 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. Page 4 of 23 SUBMIT THE FOLLOWING WITH BID. A. BID SHEETS-PAGES 10-11. B. EQUIPMENT LIST-PAGE 11. C. NON-COLLUSION AFFIDAVIT-PAGE 13 (MUST BE NOTARIZED) D. AFFIDAVIT-PAGE 14 (MUST BE NOTARIZED) E. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN AT THE BOTTOM.- PAGE 15 & 16 F. CHAPTER 2252 CERTIFICATION-PAGE 17 G. HOUSE BILL 89 VERIFICATION-PAGE 18 (MUST BE NOTARIZED) Page 5 of 23 SPECIFICATIONS FOR GRASS MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHTS-OF-WAY IN THE CITY OF PORT ARTHUR 1. SCOPE OF WORK 1.1 These specifications concern the mowing of grass, weeds and uncultured plants on various City properties, parks, and right-of-ways in the City, for mowing of property groups as noted in bid specifications. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, fuel, and service, to perform and complete all work in an efficient and workman-like manner as specified in the following. 2. WORK ASSIGNMENT 2.1 The Contractor will be given a schedule as to what week each area will be cut. Failure to contact City's representative as laid out in these specifications may result in the termination of this contract. Assignment shall begin within 48 hours as to the agreed upon date and completed within 24 hours of start. Time extension may be granted due to inclement weather or other act of nature only when contractor request for such extension is submitted to the City's representative. The Schedule will have a start time and a cut-off time, all invoices will be due the last week of mowing. 3. MOWING SPECIFICATIONS 3.1 Each area shall be clean cut to a height of 2 inches using either a flail or a reel mower of sufficient size, and as approved by City's representative, with due consideration given to proven past performance of the equipment on similar work to complete the task. 3.2 The area will be cleared of litter, debris prior to any mowing and all cuttings and clippings disposed of in a proper manner at the time maintenance is performed. 3.3 Ruts caused by contractor's equipment shall be filled at contractor's expense. 3.4 Limits of mowing are defined as the property lines of park right-of-way 8-10 feet off pavement. Corners at intersections will be moved a 45 degree to intersection for clear field of vision. 3.5 Ditches shall be cut with slope mower to avoid rutting or by other means approved by City's representative. 3.6 Along some Right-of-Ways it should be noted that they are maintained by citizens in some areas. 3.7 Please DO NOT cut park areas with bat wings. 3.8 Please DO NOT cut park areas with large tractors. Page 6 of 23 3.9 Contractors will be responsible for damages to any playground equipment/street signs, etc. Contractor is responsible for reporting damaged property immediately to the Parks Department. 3.10 The contractor will be subject to liquidated damages of$25.00 per day for each group and right- of-way that is not mowed within the required time. 3.11 Mowing contractor must wear Personal Protective Equipment while performing contractual duties. (Examples are safety vests, safety glasses, gloves) 4. MONOFIAMENT TRIMMING 4.1 Contractor shall neatly trim (cut and/or using a weed-eater), along sidewalks, curbs, and abutting fences. Trim around poles, signs, park apparatus, tables and structures, etc. to a radius of three(3) feet. 4.2 Contractor shall collect and dispose of clippings. No grass clippings shall be placed or blown into the City's Drainage Culverts or in the streets. 4.3 Frequency of trimming shall be determined by City's representative but normal frequency is approximately every two (2) weeks for these areas during growing season. 5. HEDGE/TREE TRIMMING 5.1 Hedges, stands of cane, oleander and other flowering/bushes, shall be maintained as requested by City's representative. (approximately two (2) times a year). 5.2 Contractor will be responsible for collecting and disposing of cuttings. 6. PAYMENT 6.1 The Contractor will submit two (2) copies of an invoice in the amount as stipulated on Bid Schedule to the Parks and Recreation Department upon completion of work. Payment for completed work will be made only after verification by a City representative that work was performed satisfactorily and within the time constraints allowed. 7. EMERGENCY PLAN 7.1 Is invoked as a result of excessive growth and the contractor is 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 workload in a timely manner. Contractors should report immediately to the Director of Parks and Recreation, all equipment Page 7 of 23 failures, breakdowns, and rain days in wiring within twenty-four (24) hours. Additional mowing can be assigned to other contractors to help alleviate backlogs. 8. CONTRACT PERIOD 8.1 This Contract will be one-year with an 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. 8.2 NO CONTRACTOR WILL BE AWARDED MORE THAN THREE (3) AREAS. IT WILL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE DOCUMENTATION THAT THEIR COMPANY HAS THE EQUIPMENT AND MANPOWER TO MAINTAIN THEIR GRASS CUTTING OBLIGATION. 9. PROJECT AREA GROUP 1-North Griffing Park (Section 1) A. Town Hall Park B. Hollywood at 32nd Street C. Sunken Court Boulevard Esplanade-Twin City to Lombardy D. Evergreen Boulevard Esplanade, Griffing to Tyrrell E. Twin City Highway at 32nd Street F. Lombardy Right - of- Ways from 32nd Street to 9tb Avenue (West Right- of-Ways) only GROUP 1(A)-North Griffing Park (Section 2) A. Former St. Mary's Hospital Property B. Former St. Mary's Professional Building (includes maintaining hedges) GROUP 2-South Griffing Park A. Herman Park B. Rosedale at Date Street C. Glenwood at Date Street D. Evergreen at Forest Drive E. Evergreen at Glenwood F. 9th Avenue at Evergreen G. Las Palmas Boulevard Esplanade from Griffing Drive to south end of blvd. H. Oaklawn Right- of- Ways to Dryden Road Page 8 of 23 GROUP 3(C) (Section 3) A. Immigrant Park-cut to drainage canal to feeder road on Hwy 73 side and back of TAMS Building B. SSgt. Lucian Adams Park C. Outside Classroom GROUP 7(A)—Thomas Boulevard A. Thomas Boulevard from MLK to 9th Avenue, including both sides to Lincoln Avenue B. Triangle @ Lewis Drive and 9th Avenue C. Triangles on Bluebonnet Boulevard(includes blocks 1600, 1800, 2300, 2400, and two (2) triangles @ 2800 block) GROUP 8—Stilwell Boulevard,Woodworth Boulevard, DeQueen Boulevard,Dryden Road A. Stilwell Boulevard—Lakeshore Drive to 19th Street B. Woodworth Boulevard—Lakeshore Drive to Gulfway Drive C. DeQueen Boulevard—Lakeshore Drive to 19th Street D. Lakeshore Drive—4100 Block to Stadium Road E. Dryden Road—Procter Street to the Seawall F. Dixie Triangle—corner of Dixie Drive and Lakeshore Drive GROUP 9 A. London Bridge Park—3100 Touraine Avenue B. Northside underpass @ Highways 73 & 347 C. Cecil Reynolds Park—3900 36th Street and 4008 39th Street Right—of—Ways as designated—beginning at dead end of streets. NOTE: (A) Right—of—Ways to be cut every 10 days. (B) Right—of—Ways to be bush-hogged or equivalent. (C) Right—of—Ways do not require Page 9 of 23 CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Mowing of Various City Properties,Parks and Right-of-Ways BID DUE DATE: August 13, 2025 PRICE PER CUT GROUP 1-NORTH GRIFFING PARK(SECTION 1) Town Hall Park $ j�Cc oc Hollywood at 32nd Street $ 1-1/6- e fl Sunken Court Boulevard Esplanade-Twin City to Lombardy $ 2j a " Evergreen Boulevard Esplanade, Griffing to Tyrrell $ Twin City Highway at 32nd Street $ c76 �o Lombardy Right - of - Ways from 32nd Street to 9th Avenue (West Right - of- Ways) only $ o7b' TOTAL GROUP 1 ; $ evelS=�- PRICE PER CUT GROUP 1 (A)-NORTH GRIFFING PARK(SECTION 2) Former St. Mary's Hospital Property $ Former St. Mary's Professional Building (includes maintaining hedges) $ TOTAL GROUP 1 (A) $ -- PRICE PER CUT GROUP 2- SOUTH GRIFFING PARK Hermann Park $ Rosedale at Date Street $ Glenwood at Date Street $ Evergreen at Forest Drive $ Evergreen at Glenwood $ ) 49 9th Avenue at Evergreen $ Las Palmas Blvd Esplanade from Griffing Drive to South End of Blvd. $ Oaklawn Rights-of-way to Dryden Road $ TOTAL GROUP 2 $ PRICE PER CUT GROUP 3 (C) - (Section 3) Immigrant Park-cut to drainage canal to feeder road on Hwy 73 side and back of TAMS Building $ (� S/Sgt. Lucian Adams Park $ 1 Outside Classroom $ TOTAL GROUP 3 (C) f $ r ''Ji r d 8-to zozs Signat re ✓ Date Page 10 of 23 PRICE PER CUT GROUP 7(A)—Thomas Boulevard Thomas Boulevard from MLK to 9th Avenue, including both sides to Lincoln Avenue $ Triangle @ Lewis Drive and 9th Avenue $ 1 Triangles on Bluebonnet Boulevard (includes blocks 1600, 1800, 2300, 2400, and two (2)triangles @ 2800 block) $ TOTAL GROUP 7(A) $ PRICE PER CUT GROUP 8—Stilwell Boulevard,Woodworth Boulevard, DeQueen Boulevard, Dryden Road Stilwell Boulevard—Lakeshore Drive to 19th Street $ Woodworth Boulevard—Lakeshore Drive to Gulfway Drive $ n DeQueen Boulevard—Lakeshore Drive to 19th Street $ [ f� Lakeshore Drive—4100 Block to Stadium Road $ Dryden Road—Procter Street to the Seawall $ Dixie Triangle—corner of Dixie Drive and Lakeshore Drive $ TOTAL GROUP 8 $ PRICE PER CUT GROUP 9 London Bridge Park—3100 Touraine Avenue $ Northside underpass @ Highways 73 & 347 Cecil Reynolds Park—3900 36th Street and 4008 39th Street $ TOTAL GROUP 8 $ tl O/A- COMPANY NAME STREET ADDRESS a>4 SI NATU F BIDDER P.O. BOX PRINT OR�TYPE NAME CITTY S S TE ZIP AREA CODE TELEPHONE NO A►ue- .�ichaArevat e454),to EMAIL FAX NO. Page 11 of 23 Equipment List Equipment Qty Size of Cutting Deck Bush Hog , S FT Zero Turn or Riding Mower 3 6,0") Weedeater N/A Hedge Trimmers Z N/A Walk Behind 3 N/A Chainsaw Z N/A B lower � N/A Edger Z N/A Number of Employee that will mow the Lots .e — C7 '-I t'-2o�S Signature f Proposer Date Page 12 of 23 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: y Title: Company: Date: SUBSCRIBED and sworn to before me by the above named A. (,t)61)ne f l'Je, on this the 134/t day of f9- 0,6 , 11 laN t tr♦'V_ 1 ,e' ;% EARLENE SMITH Notary Public in and for the x My Notary ID#123943769 , State of Texas Expires August 3,2029 My commission expires: 1)iij ki-}— 3, a Da Page 13 of 23 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 su ceeding 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. Firm Name Date / !��/t. U 1-21rc.a �-�J 7 Cam`.. 7� /• Authorized(( Signature y Title 1-1. /ALI at,. 12 I_. y��G L - wL y Name (please print) / Telephone /4►A L.eA—4=r WN /11�yVC�'n Nrr, Email STATE: )X6?, COUNTY: J ef3 0!1 SUBSCRIBED AND SWORN to before me by the above named l--i-. iil 1 e ,ie A / lei, on this the /31-4> day of f9 45t -1 , 200f. - - - T_.r \ A_ r ""Y' EARLENE SMITH _ *; My Notary ID#123943769 Notary Public '7. '`•. Expires August 3,2029 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 14 of 23 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. IJ Name of vendor who has a business relationship with local governmental entity. J �n I I 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.) J Name of local government officer about whom the information is being disclosed. Name of Officer 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? piYes nNo 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. flCheck 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). �� ,... �` to—atoms Signature of ven or doing business with the governmental entity Date Form provided exas Eth Commission www.ethics.state.tx.us Revised 11/30/2015 �'� 042 rage 13 01 Z.3 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) 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 16 of 23 6 SB 252 CHAPTER 2252 CERTIFICATION I, / , K,t I `e , the undersigned an representative � 1 of 4v►e C ica Lca v)N raw d- h2-140isca lb/.ram' (Company or Business�ame) 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. /-jr (70datlite 2lV Name of Comp ny Represen 've (Print) Gt� 4Luestive Date Page 17 of 23 House Bill 89 Verification I, _/q W i _ / (Person name), the undersigned representative (hereafter referred to as "Representative") of ikvvQ_Ltot Lce,--.v Carte ACO SCcz, ) tc j (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. IGNA URE F REPRESE ATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this13t)) day of A q5 k , 20oZ S. � v_ s't'+'''" ; EARLENE SMITH My Notary ID#123943769 Lt � Notary Public Page 18 of 23 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.staten.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 19 of 23 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.: Environmental Health, 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 20 of 23 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 21 of 23 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 22 of 23 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 23 of 23 EXHIBIT "D" CONTRACT FOR MOWING OF VARIOUS CITY PROPERTIES,PARKS AND RIGHTS-OF-WAY IN GROUP 1(A)IN THE CITY OF PORT ARTHUR 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 Kevin R. Brown doing business as Nimitz Lawn & Landscape hereinafter called "CONTRACTOR". WITNESSED: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be for approximately twelve (12)months from the date stated in the Notice to Proceed, unless sooner terminated under the provision hereof, with an option to renew for two (2) additional one-year period. 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. 2. The Contractor will perform mowing of properties and Rights—of--Way in Group 1(A) for$540 per cut as stated in the Contract Documents. 3. During the term of this Contract,the Contractor will furnish at his own expense all of the materials, supplies,tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4 The Contractor will commence the work required by the Contract Documents on or before a date to be specified in the "Notice to Mow" and will mow the lots within seven days unless the period for completion is extended otherwise by the Contract Documents. 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) Advertisement for Bids 3) Addenda 4) General Information 5) Specification 6) Bid 7) Notice of Award 8) Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of 2025. OWNER: CITY OF PORT ARTHUR Ron Burton, CPM City Manager Signed on the day of 2025. CONTRACTOR: Nimitz Lawn & Landscape Kevin R. Brown CITY OF PORT ARTHUR Invitation to Bid Mowing of Various City Properties, Parks and Right-of-Ways July 26, 2025 August 2, 2025 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS lotice is hereby given that sealed bids,addressed to the City of Port Arthur,will be received at the }ffice of the City Secretary,City Half 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no ter than 3:00 p.m.,Wednesday,August 13,2025 and all bids received will thereafter be opened Ind read aloud at 3:15 P.M.,on Wednesday,August 13,2025 in the City Council Chambers,5th 'bar,City Hail,Port Arthur,Texas for certain services briefly described as: Mowing of Various City Properties.Parks and Right-of-Ways lids received after the deadline stated above,regardless of method of delivery,will not be considered md returned unopened. ;odes of the Specifications and other Contract Documents are on file in the Purchasing Office,444 tth Street,City of Port Arthur,and are open for public inspection without charge.They can also be etrieved from the City's website at www.portarthur.net or www.publicpurchase.com. ION-MANDATORY PRE-BID MEETING IS SCHEDULED FOR 10:00 A.M.ON TUESDAY,August 202$AT RECREATION CENTER LOCATED AT 1308 9TH AVENUE,PORT ARTHUR,TEXAS. k SITE TOUR WILL COMMENCE IMMEDIATELY AFTER THE PRE-BID CONFERENCE. .^,opies of the Specifications and other Contract Documents can be picked up at the Mandatory Pre- 3id Conference and will be on file thereafter in the Purchasing Office,444 4th Street,City of Port Arthur,and are open for public inspection without charge. PUBLIC NOTICE • The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. CITY OF PORT ARTHUR,TEXAS • ADVERTISEMENT FOR BIDS 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. ;sealed bids,addressed to the City of Port Arthur,will be received at the +,City Hail 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no tl hesday,August 13,2025 and all bids received will thereafter be opened „on Wednesday,August 13,2025 in the City Council Chambers,5th Purchasing?stumpy ,Texas for certain services briefly described as: IMowing of Various City Properties.Parks and Right-of-Ways 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.portarthur.net or www.publicpurchase.com. NON-MANDATORY PRE-BID MEETING IS SCHEDULED FOR 10:00 A.M.ON TUESDAY,August 5,2025 AT RECREATION CENTER LOCATED AT 1308 9TH AVENUE,PORT ARTHUR,TEXAS. A SiTE TOUR WILL COMMENCE IMMEDIATELY AFTER THE PRE-BID CONFERENCE. Copies of the Specifications and other Contract Documents can be picked up at the Mandatory Pre- Bid Conference and will be on file thereafter in the Purchasing Office,444 4th Street,City of Port Arthur,and are open for public inspection without charge. 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. • . Parcbasiag Manager r .. ..,... _, ...,,. • ^ • •• _ -CITY OF PORT ARTHUR, TEXAS 3��r irrtrtt r ADDENDUM NO. ONE (1) August 7, 2025 BID FOR: MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS BID: P25-073 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. WORK ASSIGNMENT 2.1 The Contractor will be given a schedule as to what week each area will be cut. Failure to contact City's representative as laid out in these specifications may result in the termination of this contract. Assignment shall begin within 48 hours of dates stated in schedule and completed within 72 hours of start. Time extension may be granted due to inclement weather or other act of nature only when contractor request for such extension is submitted to the City's representative. The Schedule will have a start time and a cut-off time, all invoices will be due the last week of mowing. 2. 4.2 "Contractor shall collect and dispose of hay, piles of grass and/or clippings." Contractor must rake, bag and send hay to Landfill. Contractor must present receipt with invoice for cut submitted to City 3. 4.3 "No grass clippings shall be placed or blown into the City's Drainage Culberts or in the streets." 4. The schedule is attached. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Clifton Williams Purchasing Manager 1��� � November 13. 2025 Signature of Proposer Date Nimitz Lawn & Landscape Company Vendor Name CHARLOTTE M.MOSES,MAYOR RONALD BURTON,CPM HAROLD L.DOUCET,SR., City of CITY MANAGER MAYOR PRO TEM SHERRI BELLARD,TRMC COUNCIL MEMBERS: - - CITY SECRETARY WILLIE BAE LEWIS,JR. 7>II r t h u r TIFFANY L.HAMILTON EVERFIELD ROXANN PAIS COTRONEO DONEANE BECKCOM Tetto CITY ATTORNEY THOMAS KINLAW,III DONALD FRANK,SR. JULY 29, 2025 INVITATION TO BID MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, August 13, 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, August 13, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P25-073 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@portarthurtx.gov Purchasing Division/Finance Department f Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed Invitation to Bid(ITB) and accompanying General Instructions, Conditions 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 Purchasing Manager Page 2 of 23 INVITATION TO BID MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 23 NON-MANDATORY PRE-BID CONFERENCE A Non-Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Mowing of Various City Properties, Parks and Right-of-Ways will be held on Tuesday, August 5, 2025 at 10:00 a.m. at the Recreation Center located at 1308 9th Avenue, 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. Page 4 of 23 SUBMIT THE FOLLOWING WITH BID. A. BID SHEETS-PAGES 10-11. B. EQUIPMENT LIST-PAGE 11. C. NON-COLLUSION AFFIDAVIT-PAGE 13 (MUST BE NOTARIZED) D. AFFIDAVIT-PAGE 14 (MUST BE NOTARIZED) E. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN AT THE BOTTOM.- PAGE 15 & 16 F. CHAPTER 2252 CERTIFICATION-PAGE 17 G. HOUSE BILL 89 VERIFICATION-PAGE 18 (MUST BE NOTARIZED) Page 5 of 23 SPECIFICATIONS FOR GRASS MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHTS-OF-WAY IN THE CITY OF PORT ARTHUR 1. SCOPE OF WORK 1.1 These specifications concern the mowing of grass, weeds and uncultured plants on various City properties, parks, and right-of-ways in the City, for mowing of property groups as noted in bid specifications. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, fuel, and service, to perform and complete all work in an efficient and workman-like manner as specified in the following. 2. WORK ASSIGNMENT 2.1 The Contractor will be given a schedule as to what week each area will be cut. Failure to contact City's representative as laid out in these specifications may result in the termination of this contract. Assignment shall begin within 48 hours as to the agreed upon date and completed within 24 hours of start. Time extension may be granted due to inclement weather or other act of nature only when contractor request for such extension is submitted to the City's representative. The Schedule will have a start time and a cut-off time, all invoices will be due the last week of mowing. 3. MOWING SPECIFICATIONS 3.1 Each area shall be clean cut to a height of 2 inches using either a flail or a reel mower of sufficient size, and as approved by City's representative, with due consideration given to proven past performance of the equipment on similar work to complete the task. 3.2 The area will be cleared of litter, debris prior to any mowing and all cuttings and clippings disposed of in a proper manner at the time maintenance is performed. 3.3 Ruts caused by contractor's equipment shall be filled at contractor's expense. 3.4 Limits of mowing are defined as the property lines of park right-of-way 8-10 feet off pavement. Corners at intersections will be moved a 45 degree to intersection for clear field of vision. 3.5 Ditches shall be cut with slope mower to avoid rutting or by other means approved by City's representative. 3.6 Along some Right-of-Ways it should be noted that they are maintained by citizens in some areas. 3.7 Please DO NOT cut park areas with bat wings. 3.8 Please DO NOT cut park areas with large tractors. Page 6 of 23 3.9 Contractors will be responsible for damages to any playground equipment/street signs, etc. Contractor is responsible for reporting damaged property immediately to the Parks Department. 3.10 The contractor will be subject to liquidated damages of$25.00 per day for each group and right- of-way that is not mowed within the required time. 3.11 Mowing contractor must wear Personal Protective Equipment while performing contractual duties. (Examples are safety vests, safety glasses, gloves) 4. MONOFIAMENT TRIMMING 4.1 Contractor shall neatly trim (cut and/or using a weed-eater), along sidewalks, curbs, and abutting fences. Trim around poles, signs, park apparatus, tables and structures, etc. to a radius of three (3) feet. 4.2 Contractor shall collect and dispose of clippings. No grass clippings shall be placed or blown into the City's Drainage Culverts or in the streets. 4.3 Frequency of trimming shall be determined by City's representative but normal frequency is approximately every two (2) weeks for these areas during growing season. 5. HEDGE/TREE TRIMMING 5.1 Hedges, stands of cane, oleander and other flowering/bushes, shall be maintained as requested by City's representative. (approximately two (2) times a year). 5.2 Contractor will be responsible for collecting and disposing of cuttings. 6. PAYMENT 6.1 The Contractor will submit two (2) copies of an invoice in the amount as stipulated on Bid Schedule to the Parks and Recreation Department upon completion of work. Payment for completed work will be made only after verification by a City representative that work was performed satisfactorily and within the time constraints allowed. 7. EMERGENCY PLAN 7.1 Is invoked as a result of excessive growth and the contractor is 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 workload in a timely manner. Contractors should report immediately to the Director of Parks and Recreation, all equipment Page 7 of 23 failures, breakdowns, and rain days in wiring within twenty-four (24) hours. Additional mowing can be assigned to other contractors to help alleviate backlogs. 8. CONTRACT PERIOD 8.1 This Contract will be one-year with an 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. 8.2 NO CONTRACTOR WILL BE AWARDED MORE THAN THREE (3) AREAS. IT WILL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE DOCUMENTATION THAT THEIR COMPANY HAS THE EQUIPMENT AND MANPOWER TO MAINTAIN THEIR GRASS CUTTING OBLIGATION. 9. PROJECT AREA GROUP 1-North Griffing Park(Section 1) A. Town Hall Park B. Hollywood at 32nd Street C. Sunken Court Boulevard Esplanade-Twin City to Lombardy D. Evergreen Boulevard Esplanade, Griffing to Tyrrell E. Twin City Highway at 32nd Street F. Lombardy Right- of-Ways from 32nd Street to 9th Avenue(West Right-of-Ways) only GROUP 1(A)-North Griffing Park(Section 2) A. Former St. Mary's Hospital Property B. Former St. Mary's Professional Building(includes maintaining hedges) GROUP 2-South Griffing Park A. Herman Park B. Rosedale at Date Street C. Glenwood at Date Street D. Evergreen at Forest Drive E. Evergreen at Glenwood F. 9th Avenue at Evergreen G. Las Palmas Boulevard Esplanade from Griffing Drive to south end of blvd. H. Oaklawn Right-of-Ways to Dryden Road Page 8 of 23 GROUP 3(C) (Section 3) A. Immigrant Park-cut to drainage canal to feeder road on Hwy 73 side and back of TAMS Building B. SSgt. Lucian Adams Park C. Outside Classroom GROUP 7(A)—Thomas Boulevard A. Thomas Boulevard from MLK to 9th Avenue, including both sides to Lincoln Avenue B. Triangle @ Lewis Drive and 9th Avenue C. Triangles on Bluebonnet Boulevard (includes blocks 1600, 1800, 2300, 2400, and two (2) triangles @ 2800 block) GROUP 8—Stilwell Boulevard,Woodworth Boulevard, DeQueen Boulevard,Dryden Road A. Stilwell Boulevard—Lakeshore Drive to 19th Street B. Woodworth Boulevard—Lakeshore Drive to Gulfway Drive C. DeQueen Boulevard—Lakeshore Drive to 19th Street D. Lakeshore Drive—4100 Block to Stadium Road E. Dryden Road—Procter Street to the Seawall F. Dixie Triangle—corner of Dixie Drive and Lakeshore Drive GROUP 9 A. London Bridge Park—3100 Touraine Avenue B. Northside underpass @ Highways 73 & 347 C. Cecil Reynolds Park—3900 36th Street and 4008 39th Street Right—of—Ways as designated—beginning at dead end of streets. NOTE: (A) Right—of—Ways to be cut every 10 days. (B) Right—of—Ways to be bush-hogged or equivalent. (C) Right—of—Ways do not require Page 9 of 23 CITY OF PORT ARTHUR,TEXAS BID SHEET III I? FOR: Mowing of Various City Properties,Parks and Right-of-flays 3111 DUE DATE: August 13, 2025 PRICE PER CUT GROUP 1- NORTH GRIFFING PARK (SECTION 1) Town Flail Park $ 405 Hollywood at 32nd Street $ 45 Sunken Court Boulevard Esplanade-Twin City to Lombardy $ 450 Evergreen Boulevard Esplanade, Griffing to Tyrrell $ 90 Twin City Highway at 32nd Street $ 45 Lombardy Right - of - Ways from 32nd Street to 9th Avenue (West Right - of- Ways) only $ 180 TOTAL GROUP 1 $ 1,215 PRICE PER CUT GROUP 1 (A)- NORTH GRIFFING PARK (SECTION 2) 1 Former St. Mary's Hospital Property $ 270 [Former St. Mary's Professional Building (includes maintaining hedges) $ 270 TOTAL GROUP 1 (A) S 540 PRICE PER CUT I GROUP 2- SOUTH GRIFFING PARK Hermann Park $ Rosedale at Date Street $ Glenwood at Date Street $ Evergreen at Forest Drive $ 1 Evergreen at Glenwood $ [9th Avenue at Evergreen $ I Las Palmas Blvd Esplanade from Griffing Drive to South End of Blvd. $ POaklawn Rights-of-way to Dryden Road $ 1 TOTAL GROUP 2 $ No Bid PRICE PER CUT __GROUP 3 (C) - (Section 3) Immigrant Park-cut to drainage canal to feeder road on Hwy 73 side and back of TAMS Building $ S/Sgt. Lucian Adams Park $ Outside Classroom $ TOTAL GROUP 3 (C) S No Bid Aljtof/`' 08/12/2025 Signature Date Page 10 of 23 PRICE PER CUT GROUP 7(A)—Thomas Boulevard Thomas Boulevard from MLK to 9th Avenue, including both sides to Lincoln Avenue $ Triangle @ Lewis Drive and 9th Avenue $ Triangles on Bluebonnet Boulevard (includes blocks 1600, 1800, 2300, 0400, and two (2) triangles @ 2800 block) $ ITOTAL GROUP 7 (A) $ No Bid PRICE PER CUT GROUP 8— Stilwell Boulevard, Woodworth Boulevard, DeQueen Boulevard,Dryden Road _Stilwell Boulevard—Lakeshore Drive to 19th Street $ Woodworth Boulevard—Lakeshore Drive to Gulfway Drive $ 1)eQueen Boulevard—Lakeshore Drive to 19th Street $ Lakeshore Drive—4100 Block to Stadium Road $ ' Dryden Road—Procter Street to the Seawall $ - —s Dixie Triangle—corner of Dixie Drive and Lakeshore Drive $ i TOTAL GROUP 8 S No Bid PRICE PER CUT GROUP 9 London Bridge Park—3100 Touraine Avenue $ Northside underpass @ Highways 73 & 347 $ Cecil Reynolds Park—3900 36th Street and 4008 39th Street $ TOTAL GROUP 8 S No Bid Nimitz Lawn & Landscape 975 Shakespeare COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER P.O. BOX Kevin R Brown Beaumont TX 77706 PRINT OR TYPE NAME CITY STATE ZIP Contracts Administrator (409) 297-8350 TITLE AREA CODE TELEPHONE NO NimitzLawn@gmail.com N/A EMAIL FAX NO. Page 11 of 23 Equipment List Equipment Qty Size of Cutting Deck Bush Hog 0 Zero Turn or Riding Mower 1 42 inch deck Weedeater 3 N/A Hedge Trimmers 2 N/A Walk Behind 2 N/A Chainsaw 1 N/A Blower 2 N/A Edger 1 N/A ;'u ,lk} r of Employee that will mow the Lots 3 % v`, 4 08/13/2025 Signature of Proposer Date Page 12 of 23 • 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: Kevin R Brown Title: Contracts Administrator Company: Nimitz Lawn & Landscape Date: August 13, 2025 SUBSCRIBED and sworn to before me by the above named Q V\1\ h- jrRSI.c)'lon this the 13k1s\ day of Nos'C' , 20i 0 Of 21 �s TINNA D. BLACKSHER r+04,....� _*; ;► ; = Notary Public,State of Texas No ary Public in and for the ;!°° ,i Commission Expires 11-13.2028 `"* Notary ID 10670614 State of Texas My commission expires: Page 13 of 23 ( , 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: 4 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. Nimitz Lawn & Landscape LLC August 13, 2025 Firm Namef. / Date r i Contracts Administrator Authorized Signature Title Kevin R Brown (409) 297-8350 Name (please print) Telephone NimitzLawn@gmail.com Email STATE: ---ce COUNTY: .. ..Q...k- t..k-Siar\ SUBSCRIBED AND SWORN to before me by the above named kQI\ \ ?• --- 2)h�Ck__)Y> on this the `' day of S' , 20 XS . ���;;.. TINNA 0.BLACKSHER a-Z-C kg. v_o,', Notary public,State of Texas .'�` Commission Expires tt•13 x2028 tary Public ;;?, � Notary 10 10670614 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 14 of 23 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 Coda.An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. N/A 2� [� Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated i t 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 I' 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 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 afamily 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). jj August 13, 2025 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 rage c ot h3 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 eternity 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 11/3012015 Page 16 of 23 • SB 252 CHAPTER 2252 CERTIFICATION 1,_ Kevin Brown ,the undersigned an representative or Nimitz Lawn & Landscape (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. Kevin R Brown Name of Company Representative (Print) Signature of Company Representative August 13, 2025 Date Page 17 of 23 House Bill 89 Verification Kevin R Brown (Person name), the undersigned representative (hereafter referred to as "Representative") of Nimitz Lawn & Landscape (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: That Representative is authorized to execute this verification on behalf of Business Entity; 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 i-ccntrolled 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 of Al nu,.S+ , 200S. o;, 1;". , TINNA D. BLACKSHER ti y; ; � Notary Public,State of Texas ti �'v s=,q '�� =Commission Expires 11-13-2028 N Notary ID 10670614 ` Not Public !l!llll!!!!!!!!!Il!!!!I Page 18 of 23 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 19 of 23 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.: Environmental Health, 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 20 of 23 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 21 of 23 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 22 of 23 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 23 of 23 EXHIBIT "E" CONTRACT FOR MOWING OF VARIOUS CITY PROPERTIES,PARKS AND RIGHTS-OF-WAY IN GROUPS 2,3(C)AND 9 IN THE CITY OF PORT ARTHUR 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 Anthony Young doing business as South East Texas Lawn & Maintenance hereinafter called "CONTRACTOR". WITNESSED: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be for approximately twelve (12) months from the date stated in the Notice to Proceed, unless sooner terminated under the provision hereof, with an option to renew for two (2) additional one-year period. 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. 2. The Contractor will perform mowing of properties and Rights—of—Way in Group 2 for $850 per cut, Group 3(C) for $2,150 per curt and Group 9 for $725 per cut as stated in the Contract Documents. 3. During the term of this Contract,the Contractor will furnish at his own expense all of the materials, supplies,tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4 The Contractor will commence the work required by the Contract Documents on or before a date to be specified in the "Notice to Mow"and will mow the lots within seven days unless the period for completion is extended otherwise by the Contract Documents. 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) Advertisement for Bids 3) Addenda 4) General Information 5) Specification 6) Bid 7) Notice of Award 8) Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of 2025. OWNER: CITY OF PORT ARTHUR Ron Burton, CPM City Manager Signed on the day of 2025. CONTRACTOR: South East Texas Lawn & Maintenance Anthony Young CITY OF PORT ARTHUR Invitation to Bid Mowing of Various City Properties, Parks and Right-of-Ways July 26, 2025 August 2, 2025 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS dotice is hereby given that sealed bids,addressed to the City of Port Arthur,will be received at the )ffice of the City Secretary,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no 3ter than 3:00 p.m„Wednesday,August 13,2025 and all bids received will thereafter be opened Ind read aloud at 3:16 P.M.,on Wednesday,August 13,2025 in the City Council Chambers,5th door.City Hall,Port Arthur,Texas for certain services briefly described as: filowina of Various City Properties.Parks and Right-of-Ways lids received after the deadline stated above,regardless of method of delivery,will not be considered Ind returned unopened. ;opies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 ith Street,City of Port Arthur,and are open for public inspection without charge.They can also be efrieved from the City's website at www.portarthur.net or www.publicpurchase.com. qON-MANDATORY PRE-BID MEETING IS SCHEDULED FOR 10:00 A.M.ON TUESDAY,August 5,2025 AT RECREATION CENTER LOCATED AT 1308 9TH AVENUE,PORT ARTHUR,TEXAS, k SITE TOUR WILL COMMENCE IMMEDIATELY AFTER THE PRE-BID CONFERENCE. ;.opies of the Specifications and other Contract Documents can be picked up at the Mandatory Pre- 3id Conference and will be on file thereafter in the Purchasing Office,444 4th Street,City of Port 4rthur,and are open for public inspection without charge. • PUBLIC NOTICE The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. CITY OF PORT ARTHUR,TEXAS • ADVERTISEMENT FOR BIDS Per Chapter 2 Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not sward a contract to a company that is in arrears in its obligations to the City. 'sealed bids,addressed to the City of Port Arthur will be received at the r,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no iiesday,August 13,2025 and all bids received will thereafter be opened ,.on Wednesday,August 13,2025 in the City Council Chambers,5th Parchasing Texas for certain services briefly described as: Mowing of Various City Properties.Parks and Right-of-Ways . 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 Sleet,City of Port Arthur,and are open for public inspection without charge.They can also be retrieved from the City's website at www.portarthur.net or www.publicpurchase.com. NON-MANDATORY PRE-BID MEETING IS SCHEDULED FOR 10:00 A.Gd.ON TUESDAY,August 5,2025 AT RECREATION CENTER LOCATED AT 1308 9TH AVENUE,PORT ARTHUR,TEXAS. A SITE TOUR WILL COMMENCE IMMEDIATELY AFTER THE PRE-BID CONFERENCE. Copies of the Specifications and other Contract Documents can be picked up at the Mandatory Pre- Bid Conference and will be on file thereafter in the Purchasing Office,444 4th Street,City of Port Arthur,and are open for public inspection without charge. The City of Port Arthur reserves the right to reject any and ail 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. Williams. Purchasing Manager EIr.<i -CITY OF PORT ARTHUR,TEXAS ort rthuL�r 'r- ADDENDUM NO.ONE (1) 71 lc, August 7,2025 BID FOR: MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS BID: P25-073 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. WORK ASSIGNMENT 2.1 The Contractor will be given a schedule as to what week each area will be cut.Failure to contact City's representative as laid out in these specifications may result in the termination of this contract. Assignment shall begin within 48 hours of dates stated in schedule and completed within 72 hours of start. Time extension may be granted due to inclement weather or other act of nature only when contractor request for such extension is submitted to the City's representative.The Schedule will have a start time and a cut-off time,all invoices will be due the last week of mowing. 2. 4.2 "Contractor shall collect and dispose of hay, piles of grass and/or clippings." Contractor must rake, bag and send hay to Landfill. Contractor must present receipt with invoice for cut submitted to City 3. 4.3 "No grass clippings shall be placed or blown into the City's Drainage Culberts or in the streets." 4. The schedule is attached. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Clifton Williams Purchasing Manager e-7-VSignature Pro oser Date Company Vendor Name CHARLOTTE M.MOSES,MAYOR =__ `, RONALD BURTON,CPM HAROLD L.DOUCET,SR., City of + �g CITY MANAGER MAYOR PRO TEM SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. 0r 1 r 1 11 TIFFANY L.HAMILTON EVERFIELD ROXANN PAIS COTRONEO DONEANE BECKCOM Texas CITY ATTORNEY THOMAS IQNLAW,III DONALD FRANK,SR. JULY 29, 2025 INVITATION TO BID MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, August 13, 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, August 13, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P25-073 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(a,portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and Specifications are i 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. e-46. ).t. 0.}eiii- -kna- Clifton Williams Purchasing Manager Page 2 of 23 INVITATION TO BID MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS (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: I Page 3 of 23 NON-MANDATORY PRE-BID CONFERENCE A Non-Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Mowing of Various City Properties, Parks and Right-of-Ways will be held on Tuesday, August 5, 2025 at 10:00 a.m. at the Recreation Center located at 1308 9th Avenue, 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. Page 4 of 23 SUBMIT THE FOLLOWING WITH BID. A. BID SHEETS-PAGES 10-11. B. EQUIPMENT LIST-PAGE 11. C. NON-COLLUSION AFFIDAVIT-PAGE 13 (MUST BE NOTARIZED) D. AFFIDAVIT-PAGE 14 (MUST BE NOTARIZED) E. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN AT THE BOTTOM.- PAGE 15 & 16 F. CHAPTER 2252 CERTIFICATION-PAGE 17 G. HOUSE BILL 89 VERIFICATION-PAGE 18 (MUST BE NOTARIZED) Page 5 of 23 SPECIFICATIONS FOR GRASS MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHTS-OF-WAY IN THE CITY OF PORT ARTHUR 1. SCOPE OF WORK 1.1 These specifications concern the mowing of grass, weeds and uncultured plants on various City properties, parks, and right-of-ways in the City, for mowing of property groups as noted in bid specifications. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, fuel, and service, to perform and complete all work in an efficient and workman-like manner as specified in the following. 2. WORK ASSIGNMENT 2.1 The Contractor will be given a schedule as to what week each area will be cut. Failure to contact City's representative as laid out in these specifications may result in the termination of this contract. Assignment shall begin within 48 hours as to the agreed upon date and completed within 24 hours of start. Time extension may be granted due to inclement weather or other act of nature only when contractor request for such extension is submitted to the City's representative. The Schedule will have a start time and a cut-off time, all invoices will be due the last week of mowing. 3. MOWING SPECIFICATIONS 3.1 Each area shall be clean cut to a height of 2 inches using either a flail or a reel mower of sufficient size, and as approved by City's representative, with due consideration given to proven past performance of the equipment on similar work to complete the task. 3.2 The area will be cleared of litter, debris prior to any mowing and all cuttings and clippings disposed of in a proper manner at the time maintenance is performed. 3.3 Ruts caused by contractor's equipment shall be filled at contractor's expense. 3.4 Limits of mowing are defined as the property lines of park right-of-way 8-10 feet off pavement. Corners at intersections will be moved a 45 degree to intersection for clear field of vision. 3.5 Ditches shall be cut with slope mower to avoid rutting or by other means approved by City's representative. 3.6 Along some Right-of-Ways it should be noted that they are maintained by citizens in some areas. 3.7 Please DO NOT cut park areas with bat wings. 3.8 Please DO NOT cut park areas with large tractors. Page 6 of 23 3.9 Contractors will be responsible for damages to any playground equipment/street signs, etc. Contractor is responsible for reporting damaged property immediately to the Parks Department. 3.10 The contractor will be subject to liquidated damages of$25.00 per day for each group and right- of-way that is not mowed within the required time. 3.11 Mowing contractor must wear Personal Protective Equipment while performing contractual duties. (Examples are safety vests, safety glasses, gloves) 4. MONOFIAMENT TRIMMING 4.1 Contractor shall neatly trim (cut and/or using a weed-eater), along sidewalks, curbs, and abutting fences. Trim around poles, signs, park apparatus, tables and structures, etc. to a radius of three (3) feet. 4.2 Contractor shall collect and dispose of clippings. No grass clippings shall be placed or blown into the City's Drainage Culverts or in the streets. 4.3 Frequency of trimming shall be determined by City's representative but normal frequency is approximately every two (2) weeks for these areas during growing season. 5. HEDGE/TREE TRIMMING 5.1 Hedges, stands of cane, oleander and other flowering/bushes, shall be maintained as requested by City's representative. (approximately two (2) times a year). 5.2 Contractor will be responsible for collecting and disposing of cuttings. 6. PAYMENT 6.1 The Contractor will submit two (2) copies of an invoice in the amount as stipulated on Bid Schedule to the Parks and Recreation Department upon completion of work. Payment for completed work will be made only after verification by a City representative that work was performed satisfactorily and within the time constraints allowed. 7. EMERGENCY PLAN 7.1 Is invoked as a result of excessive growth and the contractor is 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 workload in a timely manner. Contractors should report immediately to the Director of Parks and Recreation, all equipment Page 7 of 23 failures, breakdowns, and rain days in wiring within twenty-four (24) hours. Additional mowing can be assigned to other contractors to help alleviate backlogs. 8. CONTRACT PERIOD 8.1 This Contract will be one-year with an 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. 8.2 NO CONTRACTOR WILL BE AWARDED MORE THAN THREE (3) AREAS. IT WILL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE DOCUMENTATION THAT THEIR COMPANY HAS THE EQUIPMENT AND MANPOWER TO MAINTAIN THEIR GRASS CUTTING OBLIGATION. 9. PROJECT AREA GROUP 1-North Griffing Park(Section 1) A. Town Hall Park B. Hollywood at 32nd Street C. Sunken Court Boulevard Esplanade-Twin City to Lombardy D. Evergreen Boulevard Esplanade, Griffing to Tyrrell E. Twin City Highway at 32nd Street F. Lombardy Right- of- Ways from 32nd Street to 9th Avenue (West Right - of-Ways) only GROUP 1(A)-North Griffing Park (Section 2) A. Former St. Mary's Hospital Property B. Former St. Mary's Professional Building (includes maintaining hedges) GROUP 2-South Griffing Park A. Herman Park B. Rosedale at Date Street C. Glenwood at Date Street D. Evergreen at Forest Drive E. Evergreen at Glenwood F. 9th Avenue at Evergreen G. Las Palmas Boulevard Esplanade from Griffing Drive to south end of blvd. H. Oaklawn Right - of- Ways to Dryden Road Page 8 of 23 GROUP 3(C) (Section 3) A. Immigrant Park-cut to drainage canal to feeder road on Hwy 73 side and back of TAMS Building B. SSgt. Lucian Adams Park C. Outside Classroom GROUP 7(A)—Thomas Boulevard A. Thomas Boulevard from MLK to 9th Avenue, including both sides to Lincoln Avenue B. Triangle @ Lewis Drive and 9th Avenue C. Triangles on Bluebonnet Boulevard(includes blocks 1600, 1800, 2300, 2400, and two (2) triangles @ 2800 block) GROUP 8—Stilwell Boulevard, Woodworth Boulevard, DeQueen Boulevard, Dryden Road A. Stilwell Boulevard—Lakeshore Drive to 19th Street B. Woodworth Boulevard—Lakeshore Drive to Gulfway Drive C. DeQueen Boulevard—Lakeshore Drive to 19th Street D. Lakeshore Drive—4100 Block to Stadium Road E. Dryden Road—Procter Street to the Seawall F. Dixie Triangle—corner of Dixie Drive and Lakeshore Drive GROUP 9 A. London Bridge Park—3100 Touraine Avenue B. Northside underpass @ Highways 73 & 347 C. Cecil Reynolds Park—3900 36th Street and 4008 39th Street Right—of—Ways as designated—beginning at dead end of streets. NOTE: (A) Right—of—Ways to be cut every 10 days. (B) Right—of—Ways to be bush-hogged or equivalent. (C) Right—of—Ways do not require Page 9 of 23 CITY OF PORT ARTHUR,TEXAS BID SHEET BID FOR: Mowing of Various City Properties,Parks and Right-of-Ways BID DUE DATE: August 13,2025 PRICE PER CUT GROUP 1-NORTH GRIFFING PARK(SECTION 1) Town Hall Park $ 225 Hollywood at 32nd Street $ 50 Sunken Court Boulevard Esplanade-Twin City to Lombardy $ 2-t 5 Evergreen Boulevard Esplanade, Griffing to Tyrrell $ 5 0 Twin City Highway at 32nd Street $ .2.0 Lombardy Right - of - Ways from 32nd Street to 9th Avenue (West Right-of-Ways) only $ 3" O TOTAL GROUP 1 $ '2.0 PRICE PER CUT GROUP 1 (A)-NORTH GRIFFING PARK(SECTION 2) Former St.Mary's Hospital Property $ 75 0 Former St. Mary's Professional Building(includes maintaining hedges) $ go 0 TOTAL GROUP 1 (A) $ /St.6 0 PRICE PER CUT GROUP 2-SOUTH GRIFFING PARK Hermann Park $ 2-5O Rosedale at Date Street $ 'i D Glenwood at Date Street $ '{0 Evergreen at Forest Drive $ Lt a Evergreen at Glenwood $ 4 0 9th Avenue at Evergreen $ LI 0 Las Palmas Blvd Esplanade from Griffing Drive to South End of Blvd. $ l S Oaklawn Rights-of-way to Dryden Road $ 25 0 TOTAL GROUP 2 $ 9 6 0 PRICE PER CUT GROUP 3 (C)-(Section 3) Immigrant Park-cut to drainage canal to feeder road on Hwy 73 side and 300 back of TAMS Building $ S/Sgt. Lucian Adams Park $ /goo Outside Classroom $ 50 TOTAL GROUP 3(C) $ -15O M Its Signature Date Page 10 of 23 PRICE PER CUT GROUP 7(A)—Thomas Boulevard Thomas Boulevard from MLK to 9th Avenue, including both sides to /100 Lincoln Avenue $ Triangle @ Lewis Drive and 9th Avenue $ SO Triangles on Bluebonnet Boulevard(includes blocks 1600, 1800, 2300, 2400,and two (2)triangles @ 2800 block) $ C 00 TOTAL GROUP 7(A) $ 1866 PRICE PER CUT GROUP 8—Stilwell Boulevard,Woodworth Boulevard,DeQueen Boulevard,Dryden Road Stilwell Boulevard—Lakeshore Drive to 19th Street $ 4 Sd Woodworth Boulevard—Lakeshore Drive to Gulfway Drive $ 1160 DeQueen Boulevard—Lakeshore Drive to 19th Street $ Lt s O Lakeshore Drive—4100 Block to Stadium Road $ 45 Dryden Road—Procter Street to the Seawall $ 't 5 D Dixie Triangle—corner of Dixie Drive and Lakeshore Drive $ 100 TOTAL GROUPS $ 2550 PRICE PER CUT GROUP 9 London Bridge Park—3100 Touraine Avenue $ 17 5 Northside underpass @ Highways 73 & 347 $ i 0 Cecil Reynolds Park—3900 36th Street and 4008 39th Street $ '15 0 TOTAL GROUP 8 $ 125 S R Lit! / ..,1'45 A'Y'/ k i w ftw�✓ c COMPANY NAME STREET ADDRESS 22 2'72- SIGNAOF IDDE1 P.O.BOX AA boy o '77( 77 72 0 PRINT OR NA_N 1__ CITY STATE ZIP ,a4,dee- -0109) 06-L2 ►'r TITLE AREA CODE TELEPHONE NO Ayok fr-1x (5n+a:J , to SA EMAIL FAX NO. Page 11 of 23 Equipment List Equipment Qty Size of Cutting Deck Bush Hog / 5F4 Zero Turn or Riding Mower q G G Weedeater N/A Hedge Trimmers N/A Walk Behind 0 N/A Chainsaw N/A Blower 2 N/A Edger / N/A Number of Employee that will mow the Lots egel••4 �,. SA/ems Signature of'Propbser Date Page 12 of 23 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 111 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: / --V -4.....,/, ,-----v Printed Name: 4 CU/1ly Ott_, Title: arse II Company: 5-0044/1 Lill�-�— r ' Date: r4 /2S SUBSCRIBED and sworn to before me by the above named r414,,rly yriuhq on this the 0 day of 4u5us+- , 20�5 . / ram- �S ,,:!`;'. ,, JANSON TANS Notary ublic in and for he 'o' _.c:sNotary Public.State of Texas '? State of Texas =N�; :41 Comm.Expires 03-13-2027 ,4.(; -, „ ��,.� Notary ID 126037350 I My commission expires: 2 l2"0/-7 I I Page 13 of 23 1 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. 5—vLh e 4 s% ?c -c L r, Ha i4feof cr 41 —5 Firm Name Date Authorized Sign ure r% Title - Name(pleas4rint'� J Telephone Email STATE: COUNTY: SUBSCRIBED AND SWORN to before me by the above named 44- I0)71/ Vowe, on this the — , 20 JANSON TANG t `;,:Notar Public, State of Texas ;N P Comm.Expires 03-13-2027 of y Pub •e ''',*,;>` Notary ID 126037350 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 14 of 23 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 Data 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. 1U//1 J �] Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated f t completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which Aen 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. N/`1 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 CIQ as necessary. N //i1 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. / � Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts mas described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). g:i � 8'/4 /ZS re of v r "y busi s with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11./30/2015 rage in or�� 17 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 III 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; (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 4 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); III (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 16 of 23 SB 252 CHAPTER 2252 CERTIFICATION I, ///1 4G I2 , luf b'f ,the undersigned an representative of _.5;421.4 but TeX wit /ye2iet troa./cc (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2752.152 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. r'ht#ort vOa4, Name of Company Representative (Print) Signature of ompany I resentative 8/6/25 Date Page 17 of 23 House Bill 89 Verification I, Uo,ny Ate, (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'E R ITATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 6 day of Ail a rt- , 20 ag . "",, JANSON TANG .:0. .E;:Notary Public,State of Texas Comm.Expires 03-13-2027 Nota ublic Notary ID 126037350 to IS Page 18 of 23 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 19 of 23 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.: Environmental Health, 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. 111 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 20 of 23 I 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 4 fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall Page 21 of 23 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 22 of 23 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 23 of 23 EXHIBIT "F" CONTRACT FOR MOWING OF VARIOUS CITY PROPERTIES,PARKS AND RIGHTS-OF-WAY IN GROUP 7(A) IN THE CITY OF PORT ARTHUR 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 Christopher Smith doing business as Smith's Remodeling hereinafter called "CONTRACTOR". WITNESSED: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be for approximately twelve (12)months from the date stated in the Notice to Proceed,unless sooner terminated under the provision hereof, with an option to renew for two (2) additional one-year period. 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. 2. The Contractor will perform mowing of properties and Rights—of—Way in Group 7(A) for$1,920 per cut as stated in the Contract Documents. 3. During the term of this Contract,the Contractor will furnish at his own expense all of the materials, supplies,tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4 The Contractor will commence the work required by the Contract Documents on or before a date to be specified in the"Notice to Mow"and will mow the lots within seven days unless the period for completion is extended otherwise by the Contract Documents. 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) Advertisement for Bids 3) Addenda 4) General Information 5) Specification 6) Bid 7) Notice of Award 8) Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of 2025. OWNER: CITY OF PORT ARTHUR Ron Burton, CPM City Manager Signed on the day of 2025. CONTRACTOR: Smith's Remodeling Christopher Smith CITY OF PORT ARTHUR Invitation to Bid Mowing of Various City Properties, Parks and Right-of-Ways July 26, 2025 August 2, 2025 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS lotice is hereby given that sealed bids,addressed to the City of Port Arthur,will be received at the )ffice of the City Secretary,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no ter than 3:00 p.m.,Wednesday,August 13,2026 and all bids received will thereafter be opened Ind read aloud at 3:16 P.M.,on Wednesday,August 13,2025 in the City Council Chambers,5th Moor,City Hall,Port Arthur,Texas for certain services briefly described as: Mowing of Various City Properties.Parks and Right-of-Ways lids 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 Ith Street,City of Port Arthur,and are open for public inspection without charge.They can also be etrieved from the City's website at www.portarthur.net or www.publicpurchase.com. MN-MANDATORY PRE-BID MEETING IS SCHEDULED FOR 10:00 AM.ON TUESDAY,August i,2026 AT RECREATION CENTER LOCATED AT 1308 9TH AVENUE,PORT ARTHUR,TEXAS. k SITE TOUR WILL COMMENCE IMMEDIATELY AFTER THE PRE-BID CONFERENCE. :opies of the Specifications and other Contract Documents can be picked up at the Mandatory Pre- 3id Conference and will be on file thereafter in the Purchasing Office,444 4th Street,City of Port 4rthur,and are open for public inspection without charge. . PUBLIC NOTICE The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. CITY OF PORT ARTHUR,TEXAS • ADVERTISEMENT FOR BIDS 3er 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. :sealed bids,addressed to the City of Port Arthur,will be received at the r,City Hail 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no / F tesday,August 13,2025 and all bids received will thereafter be opened -,on Wednesday,August 13,2025 in the City Council Chambers,5th Purdrartag Manager ,Texas for certain services briefly described as: Mowing of Various City Properties.Parks and Right-of-Ways . 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.portarthur.net or www.publicpurchase.com. NON-MANDATORY PRE-SID MEETING IS SCHEDULED FOR 10:00 A.M.ON TUESDAY,August 5,2025 AT RECREATION CENTER LOCATED AT 1308 9TH AVENUE,PORT ARTHUR..TEXAS. A SITE TOUR WILL COMMENCE IMMEDIATELY AFTER THE PRE-BID CONFERENCE. Copies of the Specifications and other Contract Documents can be picked up at the Mandatory Pre- Bid Conference and will be on file thereafter in the Purchasing Office,444 4th Street,City of Port Arthur,and are open for public inspection without charge. 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. . curt ra Purchasing Mrso*ger ,., -CITY OF PORT ARTHUR,TEXAS r . t�a> ADDENDUM NO. ONE (1) or/ rr August 7,2025 BID FOR: MOWING OF VARIOUS CITY PROPERTIES,PARKS AND RIGHT-OF-WAYS BID: P25-073 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. WORK ASSIGNMENT 2.1 The Contractor will be given a schedule as to what week each area will be cut.Failure to contact City's representative as laid out in these specifications may result in the termination of this contract. Assignment shall begin within 48 hours of dates stated in schedule and completed within 72 hours of start. Time extension may be granted due to inclement weather or other act of nature only when contractor request for such extension is submitted to the City's representative.The Schedule will have a start time and a cut-off time, all invoices will be due the last week of mowing. 2. 4.2 "Contractor shall collect and dispose of hay, piles of grass and/or clippings." Contractor must rake, bag and send hay to Landfill. Contractor must present receipt with invoice for cut submitted to City 3. 4.3 "No grass clippings shall be placed or blown into the City's Drainage Culberts or in the streets." 4. The schedule is attached. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Clifton Williams Purchasing Manager 0:3 /(AO GS Signature of 'roposer Date 1 yilaii ‘1. 41k 7y. 12� om an Vendor Name P Y CHARLOTTE M.MOSES,MAYOR == == RONALD BURTON,CPM HAROLD L.DOUCET,SR., City of• js CITY MANAGER MAYOR PRO TEM ��///./i \ SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. p11 r t n It r TIFFANY L.HAMHLTON EVERFIELD ROXANN PAIS COTRONEO DONEANE BECKCOM CITY ATTORNEY THOMAS KINLAW,HI DONALD FRANK,SR. JULY 29,2025 INVITATION TO BID MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, August 13, 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, August 13, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P25-073 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 cifton.williams(a,portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 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 Purchasing Manager Page 2 of 23 INVITATION TO BID MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 23 NON-MAND ATORY PRE-BID CONFERENCE A Non-Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Mowing of Various City Properties, Parks and Right-of-Ways will be held on Tuesday, August 5, 2025 at 10:00 a.m. at the Recreation Center located at 1308 9th Avenue, 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. Page 4 of 23 SUBMIT THE FOLLOWING WITH BID. A. BID SHEETS-PAGES 10-11. B. EQUIPMENT LIST-PAGE 11. C. NON-COLLUSION AFFIDAVIT-PAGE 13 (MUST BE NOTARIZED) D. AFFIDAVIT-PAGE 14 (MUST BE NOTARIZED) E. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN AT THE BOTTOM.- PAGE 15 & 16 F. CHAPTER 2252 CERTIFICATION-PAGE 17 G. HOUSE BILL 89 VERIFICATION-PAGE 18 (MUST BE NOTARIZED) Page 5 of 23 SPECIFICATIONS FOR GRASS MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHTS-OF-WAY IN THE CITY OF PORT ARTHUR 1. SCOPE OF WORK 1.1 These specifications concern the mowing of grass, weeds and uncultured plants on various City properties, parks, and right-of-ways in the City, for mowing of property groups as noted in bid specifications. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, fuel, and service, to perform and complete all work in an efficient and workman-like manner as specified in the following. 2. WORK ASSIGNMENT 2.1 The Contractor will be given a schedule as to what week each area will be cut. Failure to contact City's representative as laid out in these specifications may result in the termination of this contract. Assignment shall begin within 48 hours as to the agreed upon date and completed within 24 hours of start. Time extension may be granted due to inclement weather or other act of nature only when contractor request for such extension is submitted to the City's representative. The Schedule will have a start time and a cut-off time, all invoices will be due the last week of mowing. 3. MOWING SPECIFICATIONS 3.1 Each area shall be clean cut to a height of 2 inches using either a flail or a reel mower of sufficient size, and as approved by City's representative, with due consideration given to proven past performance of the equipment on similar work to complete the task. 3.2 The area will be cleared of litter, debris prior to any mowing and all cuttings and clippings disposed of in a proper manner at the time maintenance is performed. 3.3 Ruts caused by contractor's equipment shall be filled at contractor's expense. 3.4 Limits of mowing are defined as the property lines of park right-of-way 8-10 feet off pavement. Corners at intersections will be moved a 45 degree to intersection for clear field of vision. 3.5 Ditches shall be cut with slope mower to avoid rutting or by other means approved by City's representative. 3.6 Along some Right-of-Ways it should be noted that they are maintained by citizens in some areas. 3.7 Please DO NOT cut park areas with bat wings. 3.8 Please DO NOT cut park areas with large tractors. Page 6 of 23 3.9 Contractors will be responsible for damages to any playground equipment/street signs, etc. Contractor is responsible for reporting damaged property immediately to the Parks Department. 3.10 The contractor will be subject to liquidated damages of$25.00 per day for each group and right- of-way that is not mowed within the required time. 3.11 Mowing contractor must wear Personal Protective Equipment while performing contractual duties. (Examples are safety vests, safety glasses, gloves) 4. MONOFIAMENT TRIMMING 4.1 Contractor shall neatly trim (cut and/or using a weed-eater), along sidewalks, curbs, and abutting fences. Trim around poles, signs, park apparatus, tables and structures, etc. to a radius of three (3) feet. 4.2 Contractor shall collect and dispose of clippings. No grass clippings shall be placed or blown into the City's Drainage Culverts or in the streets. 4.3 Frequency of trimming shall be determined by City's representative but normal frequency is approximately every two (2) weeks for these areas during growing season. 5. HEDGE/TREE TRIMMING 5.1 Hedges, stands of cane, oleander and other flowering/bushes, shall be maintained as requested by City's representative. (approximately two (2) times a year). 5.2 Contractor will be responsible for collecting and disposing of cuttings. 6. PAYMENT 6.1 The Contractor will submit two (2) copies of an invoice in the amount as stipulated on Bid Schedule to the Parks and Recreation Department upon completion of work. Payment for completed work will be made only after verification by a City representative that work was performed satisfactorily and within the time constraints allowed. 7. EMERGENCY PLAN 7.1 Is invoked as a result of excessive growth and the contractor is 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 workload in a timely manner. Contractors should report immediately to the Director of Parks and Recreation, all equipment Page 7 of 23 k failures, breakdowns, and rain days in wiring within twenty-four (24) hours. Additional mowing can be assigned to other contractors to help alleviate backlogs. 8. CONTRACT PERIOD 8.1 This Contract will be one-year with an 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. 8.2 NO CONTRACTOR WILL BE AWARDED MORE THAN THREE (3) AREAS. IT WILL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE DOCUMENTATION THAT THEIR COMPANY HAS THE EQUIPMENT AND MANPOWER TO MAINTAIN THEIR GRASS CUTTING OBLIGATION. 9. PROJECT AREA GROUP 1-North Griffing Park(Section 1) A. Town Hall Park B. Hollywood at 32nd Street C. Sunken Court Boulevard Esplanade-Twin City to Lombardy D. Evergreen Boulevard Esplanade, Griffing to Tyrrell E. Twin City Highway at 32nd Street F. Lombardy Right- of- Ways from 32nd Street to 9th Avenue (West Right - of-Ways) only GROUP 1(A)-North Griffing Park (Section 2) A. Former St. Mary's Hospital Property B. Former St. Mary's Professional Building (includes maintaining hedges) GROUP 2-South Griffing Park A. Herman Park B. Rosedale at Date Street C. Glenwood at Date Street D. Evergreen at Forest Drive E. Evergreen at Glenwood F. 9th Avenue at Evergreen G. Las Palmas Boulevard Esplanade from Griffing Drive to south end of blvd. H. Oaklawn Right - of- Ways to Dryden Road Page 8 of 23 GROUP 3(C) (Section 3) A. Immigrant Park-cut to drainage canal to feeder road on Hwy 73 side and back of TAMS Building B. SSgt. Lucian Adams Park C. Outside Classroom GROUP 7(A)—Thomas Boulevard A. Thomas Boulevard from MLK to 9th Avenue, including both sides to Lincoln Avenue B. Triangle @ Lewis Drive and 9th Avenue C. Triangles on Bluebonnet Boulevard(includes blocks 1600, 1800, 2300, 2400, and two (2) triangles @ 2800 block) GROUP 8—Stilwell Boulevard, Woodworth Boulevard, DeQueen Boulevard,Dryden Road A. Stilwell Boulevard—Lakeshore Drive to 19th Street B. Woodworth Boulevard—Lakeshore Drive to Gulfway Drive C. DeQueen Boulevard—Lakeshore Drive to 19th Street D. Lakeshore Drive—4100 Block to Stadium Road E. Dryden Road—Procter Street to the Seawall F. Dixie Triangle—corner of Dixie Drive and Lakeshore Drive GROUP 9 A. London Bridge Park—3100 Touraine Avenue B. Northside underpass @ Highways 73 & 347 C. Cecil Reynolds Park— 3900 36th Street and 4008 39th Street Right—of—Ways as designated—beginning at dead end of streets. NOTE: (A) Right—of—Ways to be cut every 10 days. (B) Right—of—Ways to be bush-hogged or equivalent. (C) Right—of—Ways do not require Page 9 of 23 CITY OF PORT ARTHUR,TEXAS BID SHEET BID FOR: Mowing of Various City Properties, Parks and Right-of-Ways BID DUE DATE: August 13, 2025 PRICE PER CUT GROUP 1-NORTH GRIFFING PARK(SECTION 1) Town Hall Park $ ''(c)l), Ov Hollywood at 32nd Street $ 0175, h a Sunken Court Boulevard Esplanade-Twin City to Lombardy $ got', D v Evergreen Boulevard Esplanade, Griffing to Tyrrell $ 5bt.' U J Twin City Highway at 32nd Street $ fj, Dv Lombardy Right - of - Ways from 32nd Street to 9th Avenue (West Right-of-Ways)only $ (o '7 6z) TOTAL GROUP 1 $ a a 35; 6 PRICE PER CUT GROUP 1 (A)-NORTH GRIFFING PARK(SECTION 2) Former St. Mary's Hospital Property $ (4e.)U•6)(3 Former St. Mary's Professional Building(includes maintaining hedges) $ / TOTAL GROUP 1 (A) $ '7 '707 CZ PRICE PER CUT GROUP 2-SOUTH GRIFFING PARK Hermann Park $ 56.0. tad Rosedale at Date Street $ 3 Uv ; o v Glenwood at Date Street $ 3D0 ' Evergreen at Forest Drive $ '`f Evergreen at Glenwood $ '/w CV2 9th Avenue at Evergreen $ -30v , Do Las Palmas Blvd Esplanade from Griffing Drive to South End of Blvd. $ o tot} Oaklawn Rights-of-way to Dryden Road $ -2 SD: UX TOTAL GROUP 2 $ l /S, 00 PRICE PER CUT GROUP 3(C)-(Section 3) Immigrant Park-cut to drainage canal to feeder road on Hwy 73 side and r� D back of TAMS Building $ / 'n S/Sgt. Lucian Adams Park $ 7 2a-D Outside Classroom $ �d ` TOTAL GROUP 3 (C) $ `j J 90 37o, Signature bite Page 10 of 23 PRICE PER CUT GROUP 7(A)—Thomas Boulevard Thomas Boulevard from MLK to 9th Avenue, including both sides to Lincoln Avenue $ 1.1 0 0, t9j9 Triangle @ Lewis Drive and 9th Avenue $ •—j t] r • Triangles on Bluebonnet Boulevard(includes blocks 1600, 1800, 2300, 2400, and two (2)triangles @;2800 block) S t C_; e Lv TOTAL GROUP 7(A) $ ' q 7Da t2 0 PRICE PER CUT GROUP 8—Stilwell Boulevard,Woodworth Boulevard, DeQueen Boulevard, Dryden Road Stilwell Boulevard—Lakeshore Drive to 19th Street $ �l / Woodworth Boulevard—Lakeshore Drive to Gulfway Drive $ /c DeQueen Boulevard—Lakeshore Drive to 19th Street $ r Lakeshore Drive—4100 Block to Stadium Road S Dryden Road—Procter Street to the Seawall S Dixie Triangle—corner of Dixie Drive and Lakeshore Drive $ TOTAL GROUP 8 $ PRICE PER CUT GROUP 9 London Bridge Park—3100 Touraine Avenue $ L,i . (34-: Northside underpass @ Highways 73 & 347 $ 7 O Cecil Reynolds Park—3900 36th Street and 4008 39th Street S l u 1) , /) 3 TOTAL GROUP 8 $ 1+7 4" U D C) 50A..14:14\ 15 tte41,442--(2---d L)(-) CAV) COMPANY NAME STREET ADDRESS Cir ? tzi juot .1 SIGNATURE OF BIDDER P.O. BOX e_ sLo Lei irvt. .t-t\ 7 ° PRINT OR T'PE NAME CITY STATE ZIP Ot4ei iY5` 6 3� TITLE A -A CODE TELEPHONE NO titekAtc -IA--- EMAIL FAX NO. Page 11 of 23 Equipment List Equipment Qty Size of Cutting Deck Bush Hog Zero Turn or Riding Mower 3 L( 1 pO Weedeater S N/A Hedge Trimmers N/A Walk Behind N/A Chainsaw i N/A Blower 1 N/A Edger N/A Number of Employee that will mow the Lots 5/ /:3/ zo Signature of Proposer Dat Page 12 of 23 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: Y1► ' S ke, S '-t--L- Title: LAJWA. �Cyit. Company: Date: � 3 I 4)L5-- SUBSCRIBED ar�d sworn to before me by the above named CJtiYi � 5t n this the !3 day oftAsf , 20Z$ • Notary Public in and for the E A HARRISON State of Texas :` `�, Notary ID M124880398 0 My Commission Expires My commission expires: '> C �� s,� `• April 9, 2028 ( / Page 13 of 23 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. )1\WI I S p ei_nu .414,— 1/3110 15- Fir Name r Date i , ,__-1/1 /' 44 -0Y thorized gnature Title OA it 5 pliil Sk4 3� `fr / J 95 Name(please print) Telephone tip(1-5-Yrli k_ T1,40--L-V` C--7 Email STATE: `re%Y-re Ei...= SON880391r� ExpiresCOUNTY: Se-- '-'5 � 028 SUBSCRIBED AND SWORN to before me by the above named C..-bitiskilAtc 5�.14- on this the I -31i` day of -At j ,20 2..5 . ..."-41/:(L -Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 14 of 23 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 Re-calved 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. 0)1tf.1'44, S Check tits 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.) J Name of local government offer about om e inform ption s being disclosed. ;( i 0 t L 5 - 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 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? n Yes Fl 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 a officer or director.or holds an ownership interest of one percent or v re. ' (fir J � / i1it ' / c re i �-lt�, bL - J riC�k this box if the vendor has given the local government officer or a family member of the officer one or more gifts f 1 as described in Section 176.003( )(2)(B). excluding gifts described in Section 176.003(a-1). J rf aturk en doing busi ss with the governmental entity ate Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11 30 2015 rage 13 01 LJ • ft 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% Doc s'L Gfhtrn .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 it: (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 (if 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 afamily 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: (if 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 atter the later ot: (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 16 of 23 SB 252 CHAPTER 2252 CERTIFICATION 1\:1/ '� er LSwI the undersigned an representative gn p e of SAN+I� Sn gyp . J'rt (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 Name of Co pany Representative (Print) (1:4/j: )Lit„—cOdi Signature of ompany Representative gi/3/ 1-12 Dat Page 17 of 23 • House Bill 89 Verification I, ON( S pl' St ti (Person name), the undersigned representative (hereafter eferred 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. S GNATU OF R PRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this /3 day of tA,c(S , 20Z5. o�•"'�i E A HARRISONy— +' "� Notary ID+rt2,aao39a Notary Publi ,►cr+0 • MyCommission Expires April 9, 2028 • Page 18 of 23 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 19 of 23 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.: Environmental Health, 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 20 of 23 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 21 of 23 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 22 of 23 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 23 of 23 EXHIBIT "G" CONTRACT FOR MOWING OF VARIOUS CITY PROPERTIES,PARKS AND RIGHTS-OF-WAY IN GROUP 8 IN THE CITY OF PORT ARTHUR 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 Cindy Henderson doing business as Consider Us hereinafter called "CONTRACTOR". WITNESSED: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be for approximately twelve (12) months from the date stated in the Notice to Proceed, unless sooner terminated under the provision hereof, with an option to renew for two (2) additional one-year period. 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. 2. The Contractor will perform mowing of properties and Rights—of—Way in Group 8 for$1,650 per cut as stated in the Contract Documents. 3. During the term of this Contract,the Contractor will furnish at his own expense all of the materials, supplies,tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4 The Contractor will commence the work required by the Contract Documents on or before a date to be specified in the "Notice to Mow"and will mow the lots within seven days unless the period for completion is extended otherwise by the Contract Documents. 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) Advertisement for Bids 3) Addenda 4) General Information 5) Specification 6) Bid 7) Notice of Award 8) Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of 2025. OWNER: CITY OF PORT ARTHUR Ron Burton, CPM City Manager Signed on the day of 2025. CONTRACTOR: Consider Us Cindy Henderson CITY OF PORT ARTHUR Invitation to Bid Mowing of Various City Properties, Parks and Right-of-Ways July 26, 2025 August 2, 2025 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS lotice is hereby given that sealed bids,addressed to the City of Port Arthur,will be received at the )ffice of the City Secretary,City Hail 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no afar than 3:00 p.m.,Wednesday,August 13,2025 and all bids received will thereafter be opened Ind read aloud at 3:15 P.M..,on Wednesday,August 13,2025 in the City Council Chambers,5th 'loon,City Hall,Port Arthur,Texas for certain services briefly described as: Mowing of Various City Properties.Parks and Right-of-Ways lids received after the deadline stated above,regardless of method of delivery,will not be considered and returned unopened. :,'"opies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 ith Street,City of Port Arthur,and are open for public inspection without charge.They can also be etrieved from the City's website at www.portarthur.net or www.publicpurchase.com. LION-MANDATORY PRE-BiD MEETING IS SCHEDULED FOR 10:00 A.M.ON TUESDAY,August s,2025 AT RECREATION CENTER LOCATED AT 1308 9TH AVENUE,PORT ARTHUR,TEXAS. 4 SITE TOUR WILL COMMENCE IMMEDIATELY AFTER THE PRE-BID CONFERENCE. .opies of the Specifications and other Conked Documents can be picked up at the Mandatory Pre- 3id Conference and will be on file thereafter in the Purchasing Office,444 4th Street,City of Port 4rthur,and are open for public inspection without charge. • PUBLIC NOTICE Me City of Port Arthur reserves the right to reject any and all bids and to waive informalities. CITY OF PORT ARTHUR,TEXAS • ADVERTISEMENT FOR BIDS 'er 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. sealed bids,addressed to the City of Port Arthur,will be received at the i,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no / iesday,August 13,2025 and all bids received will thereafter be opened r; .,on Wednesday,August 13,2025 in the City Council Chambers,5th Pardoning' Manager ,Texas for certain services briefly described as: Mowing of Various City Properties.Parks and Right-of-Ways . 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.portarthur.net or www.publicpurchase.com. NON-MANDATORY PRE-BID MEETING IS SCHEDULED FOR 10:00 A.M.ON TUESDAY,August 5,2025 AT RECREATION CENTER LOCATED AT 1308 9TH AVENUE,PORT ARTHUR,TEXAS. A SITE TOUR WILL COMMENCE IMMEDIATELY AFTER THE PRE-BID CONFERENCE. Copies of the Specifications and other Contract Documents can be picked up at the Mandatory Pre- Bid Conference and will be on file thereafter in the Purchasing Office,444 4th Street,City of Port Arthur,and are open for public inspection without charge. . 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. Purchasing Manager V bekr -CITY OF PORT ARTHUR, TEXAS vrt rrhu` r'" ADDENDUM NO. ONE (1) 7,taY August 7, 2025 BID FOR: MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS BID: P25-073 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. WORK ASSIGNMENT 2.1 The Contractor will be given a schedule as to what week each area will be cut.Failure to contact City's representative as laid out in these specifications may result in the termination of this contract. Assignment shall begin within 48 hours of dates stated in schedule and completed within 72 hours of start. Time extension may be granted due to inclement weather or other act of nature only when contractor request for such extension is submitted to the City's representative. The Schedule will have a start time and a cut-off time, all invoices will be due the last week of mowing. 2. 4.2 "Contractor shall collect and dispose of hay, piles of grass and/or clippings." Contractor must rake, bag and send hay to Landfill. Contractor must present receipt with invoice for cut submitted to City 3. 4.3 "No grass clippings shall be placed or blown into the City's Drainage Culberts or in the streets." 4. The schedule is attached. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Clifton Williams Purchasing Manager () j 6- [ 2 - ô ,g5' Signature of oposer Date CI) -Q___ Company Vendor Na p Yme A:''ti�tii Ali CHARLOTTE M.MOSES,MAYOR t RONALD BURTON,CPM HAROLD L.DOUCET,SR., City of CITY MANAGER MAYOR PRO TEM SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. ()11 r t h u r- TIFFANY L.HAMILTON EVERFIELD ROXANN PAIS COTRONEO DONEANE BECKCOM Te.xcrs CITY ATTORNEY THOMAS KINLAW,III DONALD FRANK,SR. JULY 29, 2025 INVITATION TO BID MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, August 13, 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, August 13, 2025 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P25-073 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@portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 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 Purchasing Manager Page 2 of 23 INVITATION TO BID MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHT-OF-WAYS (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 23 NON-MANDATORY PRE-BID CONFERENCE A Non-Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Mowing of Various City Properties, Parks and Right-of-Ways will be held on Tuesday, August 5, 2025 at 10:00 a.m. at the Recreation Center located at 1308 9th Avenue, 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. 111 Page 4 of 23 SUBMIT THE FOLLOWING WITH BID. A. BID SHEETS-PAGES 10-11. B. EQUIPMENT LIST-PAGE 11. C. NON-COLLUSION AFFIDAVIT-PAGE 13 (MUST BE NOTARIZED) D. AFFIDAVIT-PAGE 14 (MUST BE NOTARIZED) E. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN AT THE BOTTOM.- PAGE 15 & 16 F. CHAPTER 2252 CERTIFICATION-PAGE 17 G. HOUSE BILL 89 VERIFICATION-PAGE 18 (MUST BE NOTARIZED) Page 5 of 23 SPECIFICATIONS FOR GRASS MOWING OF VARIOUS CITY PROPERTIES, PARKS AND RIGHTS-OF-WAY IN THE CITY OF PORT ARTHUR 1. SCOPE OF WORK 1.1 These specifications concern the mowing of grass, weeds and uncultured plants on various City properties, parks, and right-of-ways in the City, for mowing of property groups as noted in bid specifications. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, fuel, and service, to perform and complete all work in an efficient and workman-like manner as specified in the following. 2. WORK ASSIGNMENT 2.1 The Contractor will be given a schedule as to what week each area will be cut. Failure to contact City's representative as laid out in these specifications may result in the termination of this contract. Assignment shall begin within 48 hours as to the agreed upon date and completed within 24 hours of start. Time extension may be granted due to inclement weather or other act of nature only when contractor request for such extension is submitted to the City's representative. The Schedule will have a start time and a cut-off time, all invoices will be due the last week of mowing. 3. MOWING SPECIFICATIONS 3.1 Each area shall be clean cut to a height of 2 inches using either a flail or a reel mower of sufficient size, and as approved by City's representative, with due consideration given to proven past performance of the equipment on similar work to complete the task. 3.2 The area will be cleared of litter, debris prior to any mowing and all cuttings and clippings disposed of in a proper manner at the time maintenance is performed. 3.3 Ruts caused by contractor's equipment shall be filled at contractor's expense. 3.4 Limits of mowing are defined as the property lines of park right-of-way 8-10 feet off pavement. Corners at intersections will be moved a 45 degree to intersection for clear field of vision. 3.5 Ditches shall be cut with slope mower to avoid rutting or by other means approved by City's representative. 3.6 Along some Right-of-Ways it should be noted that they are maintained by citizens in some areas. 3.7 Please DO NOT cut park areas with bat wings. 3.8 Please DO NOT cut park areas with large tractors. Page 6 of 23 3.9 Contractors will be responsible for damages to any playground equipment/street signs, etc. Contractor is responsible for reporting damaged property immediately to the Parks Department. 3.10 The contractor will be subject to liquidated damages of$25.00 per day for each group and right- of-way that is not mowed within the required time. 3.11 Mowing contractor must wear Personal Protective Equipment while performing contractual duties. (Examples are safety vests, safety glasses, gloves) 4. MONOFIAMENT TRIMMING 4.1 Contractor shall neatly trim (cut and/or using a weed-eater), along sidewalks, curbs, and abutting fences. Trim around poles, signs, park apparatus, tables and structures, etc. to a radius of three (3) feet. 4.2 Contractor shall collect and dispose of clippings. No grass clippings shall be placed or blown into the City's Drainage Culverts or in the streets. 4.3 Frequency of trimming shall be determined by City's representative but normal frequency is approximately every two (2) weeks for these areas during growing season. 5. HEDGE/TREE TRIMMING 5.1 Hedges, stands of cane, oleander and other flowering/bushes, shall be maintained as requested by City's representative. (approximately two (2)times a year). 5.2 Contractor will be responsible for collecting and disposing of cuttings. 6. PAYMENT 6.1 The Contractor will submit two (2) copies of an invoice in the amount as stipulated on Bid Schedule to the Parks and Recreation Department upon completion of work. Payment for completed work will be made only after verification by a City representative that work was performed satisfactorily and within the time constraints allowed. 7. EMERGENCY PLAN 7.1 Is invoked as a result of excessive growth and the contractor is 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 workload in a timely manner. Contractors should report immediately to the Director of Parks and Recreation, all equipment Page 7 of 23 failures, breakdowns, and rain days in wiring within twenty-four (24) hours. Additional mowing can be assigned to other contractors to help alleviate backlogs. 8. CONTRACT PERIOD 8.1 This Contract will be one-year with an 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. 8.2 NO CONTRACTOR WILL BE AWARDED MORE THAN THREE (3) AREAS. IT WILL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE DOCUMENTATION THAT THEIR COMPANY HAS THE EQUIPMENT AND MANPOWER TO MAINTAIN THEIR GRASS CUTTING OBLIGATION. 9. PROJECT AREA GROUP 1-North Griffing Park(Section 1) A. Town Hall Park B. Hollywood at 32nd Street C. Sunken Court Boulevard Esplanade-Twin City to Lombardy D. Evergreen Boulevard Esplanade, Griffmg to Tyrrell E. Twin City Highway at 32nd Street F. Lombardy Right- of-Ways from 32nd Street to 9th Avenue(West Right-of-Ways)only GROUP 1(A)-North Griffing Park(Section 2) A. Former St. Mary's Hospital Property B. Former St. Mary's Professional Building (includes maintaining hedges) GROUP 2-South Griffing Park A. Herman Park B. Rosedale at Date Street C. Glenwood at Date Street D. Evergreen at Forest Drive E. Evergreen at Glenwood F. 9th Avenue at Evergreen G. Las Palmas Boulevard Esplanade from Griffing Drive to south end of blvd. H. Oaklawn Right-of-Ways to Dryden Road Page 8 of 23 GROUP 3(C) (Section 3) A. Immigrant Park-cut to drainage canal to feeder road on Hwy 73 side and back of TAMS Building B. SSgt. Lucian Adams Park C. Outside Classroom GROUP 7(A)—Thomas Boulevard A. Thomas Boulevard from MLK to 9th Avenue, including both sides to Lincoln Avenue B. Triangle @ Lewis Drive and 9th Avenue C. Triangles on Bluebonnet Boulevard (includes blocks 1600, 1800, 2300, 2400, and two (2) triangles @ 2800 block) GROUP 8—Stilwell Boulevard, Woodworth Boulevard,DeQueen Boulevard, Dryden Road A. Stilwell Boulevard—Lakeshore Drive to 19th Street B. Woodworth Boulevard—Lakeshore Drive to Gulfway Drive 141 C. DeQueen Boulevard—Lakeshore Drive to 19th Street D. Lakeshore Drive—4100 Block to Stadium Road 1111 E. Dryden Road—Procter Street to the Seawall F. Dixie Triangle—corner of Dixie Drive and Lakeshore Drive GROUP 9 A. London Bridge Park—3100 Touraine Avenue B. Northside underpass @ Highways 73 & 347 C. Cecil Reynolds Park—3900 36th Street and 4008 39th Street Right—of—Ways as designated—beginning at dead end of streets. NOTE: (A) Right—of—Ways to be cut every 10 days. (B) Right—of—Ways to be bush-hogged or equivalent. (C) Right—of—Ways do not require Page 9 of 23 CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Mowing of Various City Properties,Parks and Right--of-Ways BID DUE DATE: August 13, 2025 PRICE PER CUT GROUP 1-NORTH GRIFFING PARK(SECTION 1) . Town Hall Park $ Hollywood at 32nd Street $ Sunken Court Boulevard Esplanade-Twin City to Lombardy $ Evergreen Boulevard Esplanade, Griffing to Tyrrell $ Twin City Highway at 32nd Street $ Lombardy Right - of - Ways from 32nd Street to 9th Avenue (West Right of-Ways) only $ TOTAL GROUP 1 PRICE PER CUT GROUP 1 (A)-NORTH GRIFFING PARK(SECTION 2) Former St. Mary's Hospital Property $ l©OD Former St. Mary's Professional Building (includes maintaining hedges) $ 5'00 TOTAL GROUP 1 (A) $ /5-DE) PRICE PER CUT GROUP 2- SOUTH GRIFFING PARK Hermann Park $ b ) D Rosedale at Date Street $ Glenwood at Date Street $ 0\5 0 Evergreen at Forest Drive $ o.5 c90 Evergreen at Glenwood $ - 9th Avenue at Evergreen $ O Las Palmas Blvd Esplanade from Griffing Drive to South End of Blvd. $ Sc no Oaklawn Rights-of-way to Dryden Road $ 1 i)D TOTAL GROUP 2 $ l bD PRICE PER CUT I GROUP 3 (C)- (Section 3) Immigrant Park-cut to drainage canal to feeder road on Hwy 73 side and of back of TAMS Building $ f 50 S/Sgt. Lucian Adams Park $ qDD e L Outside Classroom $ /OD TOTAL GROUP 3 (C) $ 3 D75-7it 1 Signature \ . Date Page 10 of 23 PRICE PER CUT GROUP 7(A)—Thomas Boulevard Thomas Boulevard from MLK to 9th Avenue, including both sides to ac Lincoln Avenue $ 1 '100 Triangle @ Lewis Drive and 9th Avenue $ : © Triangles on Bluebonnet Boulevard(includes blocks 1600, 1800, 2300, 2400, and two (2) triangles @ 2800 block) $ TOTAL GROUP 7 (A) $ PRICE PER CUT GROUP 8—Stilwell Boulevard,Woodworth Boulevard,DeQueen Boulevard,Dryden Road Stilwell Boulevard—Lakeshore Drive to 19th StreetcP Woodworth Boulevard—Lakeshore Drive to Gulfway Drive $ DeQueen Boulevard—Lakeshore Drive to 19th Street $ DO Lakeshore Drive—4100 Block to Stadium Road $ Pp'__ Dryden Road—Procter Street to the Seawall Dixie Triangle—corner of Dixie Drive and Lakeshore Drive $ Z-5'`-`° TOTAL GROUP 8 $ f Eo D PRICE PER CUT GROUP 9 London Bridge Park—3100 Touraine Avenue $ Northside underpass @ Highways 73 & 347 $ Cecil Reynolds Park—3900 36th Street and 4008 39th Street $ - TOTAL GROUP 80Nv-pcDni c) 01,20 -fri-c -oc2_41 3r°q $ COMPANY NAME STREET ADDRESS SIGNAT OF BIDDER P.O. BOX �{ g a oQ X 77 I a PRINT ORTY PE E NAME V CITY STATE ZIP ov0 /- dol q?i e C l TITLE AREA CODE TELEPHONE NO A-11NtO 91C7iSIVI-N4t4A4441. , EMAIL FAX NO. Page 11 of 23 Equipment List Equipment QtY Size of Cutting Deck Bush Hog Zero Turn or Riding Mower C I /f (COU) U Z-t�� c Weedeater S N/A Hedge Trimmers 3 N/A Walk Behind N/A Chainsaw N/A Blower 3 N/A Edger 3 N/A Number of Employee that will mow the Lots 3 Clinic- `J c, ,,-�ci /3- 1 D --tom Signature of. roposer Date Page 12 of 23 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: ec, Printed Name: O '; e- -)C1t= '; s' Title: CW nr C Company: C q,� @ U) 5 Date: _ t _ 5 ' r methe namedeirot, 4_1,,ndtrYhon this the i.�SUBSC�BI ,ED an sworn o�€fo e by day of /-t1k c'h , 20 Z . A',1VP+'�� ROMONA M LEDET `�t;'sNotary Public,State of Texas 1,:flaCE/r Nota Public in and for ;• 0�= Comm.Expires 0&13-2028 State of Texas �'�Of�O Notary ID 3964419 My commission expires: Page 13 of 23 • • 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: 1 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. 1 further agree to pay succeeding debts as they become due. CO - f `3_ a5 Firm Name Date Authorized Signature Title ln�l -lelY?li&r5Cmr Name (please`i-print) Telephone Email STATE: GLS COUNTY: J 4er ' SUBSCRIBED AND SWORN to before me by the above named Ci`nd 4 1dbcs n on this the_ 13 day of VVIL , 20 • """, ROMONA M LEOET ' &Le, • Notary Public,State of Texas ota Public • Comm.Expires 08-13-2026 'o,,, ,V Notary ID 3964419 • RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 14 of 23 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. QFFiCE 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. o! i J � 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 .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 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. Check this box if the vendor has given the local government officer or afamily 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). it Signature of,4endor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11 30/2015 rage it 01 e.3 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:/iwww.statutes.iegis.state.tx.usi 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 fe.e 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) 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 16 of 23 SB 252 CHAPTER 2252 CERTIFICATION the undersigned an representative ofC-Ot `-'✓ (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 `ZC Name of Company Representative (Print) Jr)* Sig �natuur'of Company Representative Date Page 17 of 23 House Bill 89 Verification i, Ic--`'L 0,v (Person name), the undersigned representative (hereafter referred to as "Representative") of onO dsp±r U. S (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 3c/I" SUBSCRIBED AND SWON TO BEFORE ME, the undersigned authority, on this t day of , 20P-o . ROMONA M LEDET rnif /,{ Notary Public,State of Texas Comm.Expires 08-13-2026 Notary Public %,7, „V Notary ID 3964419 Page 18 of 23 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 19 of 23 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.: Environmental Health, 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 20 of 23 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 21 of 23 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 22 of 23 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 23 of 23