Loading...
HomeMy WebLinkAboutPR 16019: HIGHWAY 73 MOWING CONTRACT P. R. # -16019 09/1/10 — cs RESOLUTION NO. A RESOLUTION AWARDING AND AUTHORIZING THE EXECUTION OF A MOWING CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND SANDRA'S ENTERPRISES INC. FOR THE LANDSCAPE MOWING OF HIGHWAY 73; PROPOSED FUNDING: PARKS DIVISION, FY 2011 BUDGET ACCOUNT NO. 001 - 1207 - 531.31 -00. WHEREAS, bids from eight (8) companies were received for mowing services on July 22, 2010 and have been evaluated by the City staff and Purchasing Manager; and, WHEREAS, Sandra's Enterprises of Port Arthur, Texas has provided a bid in the amount of $2,450.00 per cut; and, WHEREAS, the City Council of the City of Port Arthur hereby desires to execute a twenty (20) month contract, with option to renew for (1) year for grounds maintenance for the Parks and Recreation Dept. to the lowest responsible bidder for Highway 73 with Sandra Enterprise Inc. WHEREAS, the bid tabulation is attached hereto and made a part hereof as Exhibit "A "; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT the facts and opinions in the preamble are true and correct. THAT the City Council of the City of Port Arthur hereby awards a mowing contract, to the lowest and best responsible bidder in accordance with the bid tabulation attached hereto as Exhibit "A ", Sandra's Enterprises of Port Arthur, Texas for mowing of Highway 73 at a cost of $2,450 per cut for an estimated amount of $ THAT the City Manager of the City of Port Arthur is hereby authorized to execute on behalf of the city, a contract between the City of Port Arthur and Sandra's Enterprise Inc., for mowing of Highway 73 for the Parks Division in the City of Port Arthur, Texas, in substantially the same form as Exhibit `B ". P. R. # -16019 09/1/10 — cs THAT funding of $ will be provided to the Parks and Recreation Division FY 2011 Budget Account No. 001- 1207 - 531.31 -00. THAT the City Council approves the insertion of the clause in the agreement "THAT this agreement can be terminated with thirty days notice if funding is not provided in fiscal year 2010/2011 or 2011/2012. ". 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., 2010, at a Regular Meeting of the City Council of the City of Port Arthur, by the following vote: AYES:(Mayor) NOES: MAYOR ATTEST: City Secretary APPROVED AS TO ADMINISTRATION: City Manager Director of Parks and Recreation P. R. # -16019 09/1/10 — cs APPROVED AS TO THE AVAILABILITY OF FUNDS: 71/1 e Director of Finance Purchasing Manager 2'a 9 o20i O APPROVED AS TO FORM: CITY AT ORNEY EXH1 IT .:,.'iqr;' Cit:� of y ��,,. ,_ ,..,....:;:„.... O?'i Irtltdtr __,-- —" 1 ltrchasii g I h�`ision 444 4t ". Street 2 e Floor " Port Arthur. Texas r :.� (409 ) 983 -8160 2 Today's Date: Ju :27, 2010 Bid was not advertise&ci Eleven (11) Bids mere mailed, e- •mailed or downloaded, Seven (7) Port A hur vendors was contacted. Attached is the bid tabulation & copies off' the bids for: Pa and Recreation l)e a rtl eut Mawins Aloncr Hv 7 Bid Opening Date: July 22, 2010 Shawna Tubbs, shawna vportarthur.net (409) 983 -8160 Purchasing Manager Clifton Williams, cwilliamsraportartlaur.pet (409) 983 -8161 Senior Purchasing Assistant Yolanda Scvpion, yolanda(i portarthur.net (409) 983 -8177 Purchasing Assistant Carolyn Kimball, purchasin (i portarthur.net (409) 983 -8160 Purchasing Secretary DELORIS "BOBBIE" PRINCE, .,:'YOR 1 r 1,/ STEPHEN F ZGIBBONS MORRIS ALBRIGHT, III, MAYOR PR() TEM ''/' : CITY MANAGER COUNCIL MEMBERS: CiP) of ` TERRI HANKS CITY SECRETARY JACK C'- IATMAN. IR.. E_I: ABr. fiH "LIZ' `TOLE?. TI •i. ti?? fAI c< OOC i� r t r t h u y C[Ti A 7C JC;' :7`4 BEARD, JR. 2.t: ERT t. Wti.LLA "'CN D. KAY WISE r THOMAS 1. IiR•DERSON • Jul 25, 201 `.i ?tt Thigpen Human Resource Director - RE: Bid -- Mowing Along H 73 On July 22, 2010, we received eight (8) bids for the above referenced bid. The wumandrpr, ng nfess M Service low rf bid Portas Ai b ir, Titted exas by in S the ra's amount Ente of $2 Inc doi cost per busi c oa t . ess Our as Pro evaluation ional of aid the experience, reputation, and financial condition of Sandra's Enterprise, Inc. doing business as Professional Maid Service indicates that they are capable of completing the work required. • Therefore, we recommend the award of a contract for Mowing Along Hwy 73 go to Sandra's Enterprises, Inc doing business as Professional Maid Service in the amount of 52,450.00 cost per cut. The original bid docnurent, copies of the bids, and bid tabulation are included for your review. Shaw Tubbs Purchasing Manager Purchasing Division /Finance Depa rtment I - Purchasing- Mana&er Shawna Tubbs P.Q. Box 10891.444 4'^ Street 1 Port Arthur, Texas 776411 409.983.8160' Fax 409.983 -8291 • • :- . CITY OF PORT ARTHUR TEXAS - }iii : Bid Tabulation City of � . l y\ : / V ri rtLu "' GRASS MOWING Tons ALONG HWY 73 Date: July 22, 201Q • NAME OF BIDDER Affnrdairie 1 Trey's Grasshopper Sandra's Port Arthur D& D Lawn Affordable Lawn Quick & Fast Tractor Lawn Service Enterprises Lawn Care Service Lawn Care and Tracior Service i Cast Per Cut Cost Per Cut Cost Per Cut Cost Per Cut Cost Per Cut Cost Per Cut j Cost Per Cut Cost Per Cut De c inti.on (irf ss A , Alon hvy 73 S; 3,800.00 $ 3,000.00 $2,934.4 i $ 6 ,825.43 `ti 2,450,00 No Bid No Bid _ No Bid I • i .4xy..i.:)•: __ i'c.�rt Arthur Port Arthur Port Arthur: Pori Arthur Port Arthur Port Arthur Groves Port Neches t t e c - L�� .. .. :1r �`\_.a��a..t'1. <s—e, -- -- Shawria Tubb,, Purchasing, I'Iauager • E - Y r '* I et B AP, t CONTRACT FOR THE MOWING OF VARIOITS CITY PROPERTIES, PARKS AND RIGHT -OF -WAYS IN THE CITY OF PORT ARTHUR THIS AGREEMENT, made this day of _ • 2010 by and between the City of Por. Arthur. a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or ''CITY" and SANpRA'S ENTERPRISES. INC. a c:ORPORATION herein acting by and through Sandra Guilbeau hereinafter called "CONTRACTOR" WITNESSIETII: That for and in consideration of the payments, terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be from August 2010 to April 1, 2012. 2. 1 h Contractor will perform. mowing and tritruning and removal of litter and debris on City - Owned & Private -Owned properties along Highway 73 as stated in the Contract Documents. 3. During the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for cost of $2,450.00 per cut an estimated total cost of $49,000.00. 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) Advertisement for Bids 3) Addenda 4) Generalln.iornlation 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. TITAT this agreement can be terminated with thirty days notice if funding is not provided in fiscal year 2010/2011 or 2011/2012. • 8. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials. this Agreement in (2 copies) each of which shall be deemed an original on the date ;art above written. Signed on the thv of 2010 ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY Signed on the day of — 2010 ATTEST CONTRACTOR BY Of SECRETARY ilII - .iRi i - 3OBRiE" PPI^ +cam, MA Y4 - .1 1// t,it_F'f -MN FITZGIBBONS 1 Mt)R :S ALBRIC1HT, I 1, MAYOR PRO TEN! ' Ci„ MANAGER COUNCIL MEMBERS: City of r -7..f..:.. , 9 7%,: 1ERR.I HANKS - f' I i N � CITY SECRJ�'i'ARY JACK C AT 4AN, R. / t !V i ELIZABETH "i t"7.'' SEGLEY 6: _ - MARINFLO01:i ort t'i` CITYA EOQ RtiEY I0I-I J BF,ARD. JR. { i T TO ROPcRT E. WILLIA.MSON T exan D KAY WISE t � 1 ";"'r >±,IAS 3 HENDE RS` . M .A 15, 201 I INVITATION TO BID GRASS MOWING ALONG HWY 73 1 DEADLINE: Sealed Bid submittals must be received and time stamped by 10 :00 a.m., Central Standard Time, Thursday, July 22, 2010. (The clock located in the City Secretary's office will be t the official time.) All bids received will be read aloud at 10:15 a.m. on Thursday, July 22, 2010 in the City Council Chambers, City Hall, 5` Floor, Port Arthur, TX. You are invited to attend. I MARX ENVELOPE: PARKS- IIJY'Y 73 014.IVF.RY ADDRESS: Please submit one (I) original and one (1) copy of your bid to: I CITY OF PORT ARTHUR. CITY OF PORT ARTHUR (21TY SECRETARY or CITY SECRETARY P.O. BOX 1039 444 4TH STREET, 4 Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 3 POINTS OF CONTACT: Questions concerning the Invitatiion to Bid should be directed to: ciL ! of Poi Arthur, TX 'Yolanda Scypion, Purchasing Assistant P.O. i3ox 1089 Port Arthur, TX 77641 . 409.983.8160 Xoland'a@por ar n t Questions concerning the Seoze of Work should be directed to: 1 =Wiry of Port Arthur, TX I Hriet Collins, Parks Maintenance Supervisor P.O. Box 1039 a'cst Arthur, TX 77641 409.543.1200 Parics@j oortanhur. t1 . I purchasing Division /Finance Department 1 Purchasing Manager, Shawn4 Tubb' P.U. Pox 10891 444 4th Street( Port Arthur, Texas 77641 I 409.983.8160 'Pax 409.983.8291 t ti The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Pids must be size d by a person having authority to bind the firm in a contract. Bids shall be placed in :3 sealed envelope, with the Vendor's name and address in the upper left -hand corner of the envelope. AI BIDS MUST BE RECEIVE].) IN THE CITY SECRETARY'S QFFICE BEFORE OPENING DA „aaD 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. F'ax ,d or electronically transmitted ITB submittals will not be aQccpt.ed. +iw;z . :v ' Tubbs Purdisirig Manager {{ i I { y - Page2ofl5 L MANDATORY PRE -BID CO Yet- Pre -Bid Conference between Representatives of the City of Port Arthur, Texas and p— roTe�t:ve bidders for morass Mwu3 i Aloe l4wv 7s will be hid Tuesdav, July 20. 2010 at ! 219 a.m. in the S f �i Confere ce Room tt City Hall which is loca at 444 4" Street., Port _t r The purpose of the Mandatory Pre -Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firths or individuals not listed on the roll of attendees of the Mandatory Pre -Bid Conference will be rejected and returned unopened to the bidder. • { Page 3 of 1 • SPECIFICATIONS FOR GRASS MOWING ALONG HWY 73 1. SCOPE 1.1 These specifications concern the mowing of grass, weeds and uncultured plants on various City properties, right-of-ways along Hwy 73 from Taylor Bayou to I-Iwy 82. The contractor shall furnish all supervision, labor, materials, machinery, tools, equipment, fuel, and served, to perform and complete all work in an efficient and workman -like manner as specified in the following. 0 A SSIGN ''TENT • 2.1 The Contractor will mow once every two (2) month. The Parks representative will inform the Contractor what week each area will be cut. 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. • ?.. MOVtt'll SPECIFICATIONS • • 3.1 Each area shall be clean cut to a height of four (4) inches using either a flail or a reel mower of sufficient size, and as • approved by City's representative. Immediately thereafter the area shall be cut to a height 3 "- 2.5" with a zero turn radius mower for a • finish cut. Consideration will be given to equipment with a proven past performance on • similar work. . 3.2 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 eight to ten (8- 1 0) feet off of pavement. Corners at intersections will be mowed at a 45 degree angle to • the intersection for a clear field of vision. 3.5 Ditches shat be cut with slope mower to avoid rutting or by other means approved by City's representa.tive.. • • • • • • • • Page4of15 4. - 4.1 Contractor shall neatly trim along side -�ks, curbs, and abutting fences, around poles, sips, park apparatus, tables and structures, etc. to a radius of three (3) feet. jr 4.2 Contract shall collect and dispose of clippings. No clippings will be allowed in the street. 4.3 Frequency of trinuning shall be determined by City's representative. The normal f,equ ncy of trimming is approximately every two (2) wi ks for these areas during growing s<:.ason• a, IFI DGF ! RFE TRRMMLNQ 5.1 Hedges, stands of cane, oleander and other flowerin;/bushes, shall be maintained as requested by City's representative. (Approximately two (2) times a year). 5.2 Contractor will be responsible for the collection and disposal of the cuttings. This will be a twenty (20) month contract with the option to renew for one (1) additional year - _ • • • • • Pa;o5of15 • f INVITATION TO BID GRASS MOWING ALONG H 'Y 73 FAILURE TO U RESPOND TO BID SOLICITATIONS FOR TO (2) BID PERIODS MAY RESULT TO TWO IN IUSMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated ;41011 ' efll ig'St. . ID the event you desire not to submit a bid, we would appreciate your response regarding the re :son(3). Your assistance in completing and returning this form in an envelope marked with the enriofed bid would be appreciated. NO BID is submitted: - 'this time only not this commodity/service only (To be Completed. ONLY IF YOU DO NOT BID.) i Yee No I IJ s onr sum.paeay provide this product or services? Were the speeifications clear? _ —_-- Were the speci fications too restrictive'' _._ __. Does the City pav its bills on time? - - Do you desire to remain on the bid list for this product or service? Does your pre�4ent work load permit additional work? __ -- . _Commelnts /Other Suggestions: _ _ Company Name: Person Completing Form: Telephone: I 1 — — 10 Address: Email: I City, StAie,i17 Code: ! Date.— i • Page 6 of 15 . CI'T'Y jE ______ R THL�R, TES S ` RID Sit CET 11_" -'1 FOR: fire; Mowiag A1org Hwy. 73 B1 bUE DATE: July 22. 2010 �{{ OPTION DE,K IPTION ! � : � COST PER CUT GRASS MOWING ALONG IIWY 73 $ COMPANY NAME T STREET ADDRESS ' SIGNAE 0.F BIDDER P.O. BOX — -- �' TLR • PRINT OR TYPE NAME CITY STATE • ZIP TITLE AREA CODE TELEPHONE NO EMAIL FAX NO. i g Page 7of15 • . • 1 • BID OPENING DATE: July 22._2,0.9. CITY OF PORT ARTHUR INSTR,VCTIONS T9 BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFIC.AMN NI jM as indicated below: T PAIL__ '� _ COMPANY ADDRESS _ — -- • Cfl'YISTATE /ZII' --_ � — -- N PUR±C H A S E O R D E R TO: COMPAN Y ADDRESS _ CITY /STA. T EiZ T -- — — — TAX IDENTIFICATION NUMBER — • Page8ofI5 L AFFWDAN'IT 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 agr 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 succeedirg debts as they become due. 1 _ I hereby certify that 1 do have outstanding debts with the City of Port Arthur and agree to pay s i 1 debts prior to execution of this agreement. I further agree to pay succeeding debts as they become (1. - I hereby certify that Ida 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. Date Finis Name - -- ey.0ithorrized Signature Title Name (please print) Telephone Email • STATE: ._ COUNTY:___ NTY' — - -- _ �_ • SUBSCRIBEI) A.ND SWORN to before me by the above named• on this the - �, day of -- ---- -, 20 — Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL - 1 Page9of15 u kj [ CONFLICT OF INTEREST QUESTIONN FORM CIQ 4 Fair Vendor or other person doing business with locA governmental entity t 'This qt;t : onnzire reflects changes made to the law by H.B. 1491, -8 g., Regular Session. l Local Government Code by a person who has a busines relationship Thi ques;i.oluo ;ire is being filed in accordance with Chapter 176, as define # by Set Lion 176.001 (1 -a) with a local governmental entity and the person meets requirements under Section 176.006 (a). fi` la1�, this , quest ionnaire must be filed with the records administrator of the local governmental entity not later than the 7 business day after ease the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government • A person commits an offimse if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name o person who has a business relationship with local governmental entity. 2. 1 Clerk this box if you are filing an update to a previously filed questionnaire. r (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7` business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) ` 3. t iaine of local a government officer with whom filer' has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C. & D) must be completed for each officer with whom the filer has an employment . or other business relationship as defined by Section 176.001 (t -a), Local Government Code. Attach additional pages to this Form CIQ ar rtaoessory. . A. is the local government officer named in this section receiving or likely to receive taxable income, oar than investment i^crtre, from the filer of the questionnaire? • L_. J Ye` [–.1 No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmen al entity'? ri Yes Ei No C. 1s the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or morel il_Y Yes No • D. Describe each employment or business relationship with the local government officer named in this section. i 4. — - Signature of person doing business with the governmental entity Date • Page 10 of LS . I NOTE: It is eatretneh important that the Vendor, Bidder, and/or Contractor furnish the City of I':710. Arthur the required information specked in Bad or Proposal Specifications listed in this Bid Package. :. 1 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 eecept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the 1 City of Port Arthur. C b 1 ERING BIDS: Bids cannot be altered or .amended after submission deadline. Any interlineations, i '-- alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. J I J Y L The City of Port Arthur will review all bids for responsiveness and compliance with 1 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 3 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 I Texas Government Code. :TERMINOLOGY: "Bid" vs. "Proposal " - -For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. 1 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. i CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code .Armotated, Local Government Code Title 5, Subtitle C, Chapter 171. E',Tli[ : The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANPARJ!LFOR RFSPONSIBI..E PROSPECTIVE I3L DERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A pros bidder must meet the following requirements: 1. Be able to comply with the required or propo delivery schedule. 2. Have a sat.isfaetory record of performance. Page 11 of 15 I 1 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be er•gaged in a full time business and can assume liabilities for any performance or warranty service required. that is in arrears in its 6, The City Council shall not award a contract to a company obligations to the City. 7. No payments shall be made to any person of public moneys under any contract by the City ;with such person until such person has paid all obligations and debts owed to the City, or has trade satisfactory arrangements to pay the same. ADD DA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. Addenda will be mailed to all who are known to have received a copy of the ITB. Offeror's sha.11 acknowledge receipt of all addenda. PART ARTH'[TR 1 O� t LESS: Any bona fide business that claims the City of Port Arthur as its principal place of business trust 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 Cit 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 BORDER: 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.: Parks and Rec, P.O. Box 0l 89, Port Arthur, Texas 77641. P YIVIENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f Y.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. VENU ; This agreement will be governed and construed according to the laws of the State of Texas. "Ihis agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. Page 12 of 15 - - -^- - -----° _ INTEREST O!+ l Elyi $ERS OF CaY: 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 i:v rect, in this Contract; and. the Contractor shall take appropriate steps to assure compliance. DFLINOUENT 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, 1 raving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has be n made. Bidders must complete and sign the AFFIDAVIT included as ,art 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 cleaned. price. It is farther understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. I ''l ING INFORMATION: ATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 YNCQR -Q ►.TION OF P NL O1 D BY LA': Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall he read and enforced as though each were included herein. lf, 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. CONTRA IQB.'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 veodor 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 .• - Page 13 or i5 . • 9 1 \ t l 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. 3 Nonn the a.bo -' e, the Contractor shall not be relieved of liability to the City for damages 1 s.istain d 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 i of damages due the City from the Contractor is determined. 1 TE1`2P/1YNATI EOB ONyEN .ENCE: 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. E E Se CAPABILITY: Successful bidder may be required to submit the following information to describe the experience and capability fa ctors of the company: 1. Number of years in operation. 2. Largest protect currently in effect with a business. 3. • Number of employees currently employed, their job titles, and their job descriptions. 1 4. Equipment currently owned or lensed by your company. 5. Be otherwise qualified and eligible to receive an award. 6. Other companies that you contracted with. the must show that it 7. If a company wants to receive the award for more than one group, , he company has the equipment and employees to handle more than one group. :RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require th Cnoteactor to furnish releases or receipts for any or all persons performtrtg work and supplying 1 in e material or services to the Contractor, or any sub - contractors for work under this contract, if this is deemed necessary to protect its interests. C'AkF OF ZVpR The Contractor shall be responsible for all damages to person or property that I occurs as a result of his fault or negligence in connection with the work performed until completion l and final acceptance by the City. I SL?I3-CQNTRA.Q The Contractor shall not execute an agreement with any subcontractor 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 Contract shall, at his own expense, purchase, maintain and k.eep 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 thew may be liable, of the following types and limits 1. Commercial General Liability occurrence type insurance City of Port Arthur, its l officers, agents, and employees must be named as an additional insured): i 1 1 Page 14 of 15 1 v a. Bodily injury S500,000 single limit per occurrence or $500,000 each personi$50O,000 per occurrence for contracts of $100,000 or less; or Bodily injury S1,000,000 single limit per occurrence or $500,000 each person /11,000,000 per occurrence for contracts in excess of $100,000; and, 1: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 contract~ in excess of $1 00,000. 2. Commercial Automobile Liability Insurance (Including owned, non -owned and hired vehicles coverage's). • • a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. • • b. If individual limits 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 instt ance 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 certifizrates 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 Forrn (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 CF, LL OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 5:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor_ • • • • Page i 5 of 15 • , CI i"Y OF PDR ARTffUR. TEXAS BID SRET BID FOR; Grass .Mowing Along Hwy. 73 • gr DUE DATE: July 22.201Q - • „OPTION DE5„CRH' I r ( $11' PER CT1°I • GRASS MOWING ALONG HWY 73 2450. 00 Per Cut , a�xira's F iter rtses . d /b /a - • • F'rofe:�siona1 Maid S e_rvice . 2951 W Highw ay 365, Port Arthur, TX 77640 • .. COMPANY . STREET ADDRESS / i t* . • PEA .Fox 292, Nederland, TX 77627 -0292 SIGNA • F a F BIDDER _ P.O_ BOX Sandra 3 Gu�_Ibu u Same as above PRINT . NAME CITY STATE Z1P President : . (409) .722• -7939 1TIZE , . AREA CODE TELEPHONE NO • • enterprisesinc @stcgl.abal.net ( 409) 724 -6461 EMAIL FAX NO. i • • • • • Page 7of15• • . i L BIT) OPENING DATE: July 222010 CITY OF PORT ARTHUR pisTkUCTiONS TO p DER. Bidders are requtsted to furnish their complete REMIT TO ADDRESS and TA.X IDENTIFICATIQN NUM NUM-4a as indicated below: .MIT PAYMENT TO: COMPANY Sandra ' s Enterprises; Inc. ADDRESS FO Bx 292 Necb icnd, TX 77627-0292 Cfr{/STATE/ ITS 9 COMPANY Satre as a'.ve • ADDRESS • • CcrY%STATEJZIP ,__ -- -- • 7604409.92 TAX U)ENTIEICATION NTJMBER • • • Page 8 of 15 • • r CE TIWI J OF LIABILITY INSUP "°!SCE 10/009 2 ' mFactot (972172 -89 FAX_ (372)727 -0714 1 THIS CERTIFICATE IS ts,d r AS A NATTER OF INFORMATION 5ilala Yrsur*nca Alenay ONLY AHD CONS PiO RIGHTS UPON THE CERTIFICATE .Cl. rr.1:x HOLDER. THIS CERTIFICATE DOES NOT A EXTEND OR ALTER THE COVERAGE AFFORDED BY THE PODS BELOW. ','sfl Al stria ,- 75495_ _ l AFF a COVERAGE KAiC4 -- 4l1iL9YLv e gee A: ESSEX t1413 _ ;Saz rim' I. Yi twrpri.sas , Inc . N a t o t rat a TRAVELERS - - o c EVANST1 IRS CO — l 7 0 Buz 2 32 o TEX71$ 14171124 114aderland TX 71627 -0292 I t '� , THE POVCIES of INSURANCE LISTED itEL0W HAVE 9EE1 ,`SSI,UED TO 111E R4SURED NAMED ABOVE FOR TI- POLICY P RI0C INOICATEo. NOTVMTFISTANCaNO3 ANY REO OREMEN . TERM OR CONCIT1CA1 OF ANY CONTRACT 4R OTHER DOCUMENT VX1i1 RESPECT TO AtoCH MS CERTIFICATE MAY 9E ISSUED OR MAY PERTAIN, THE INSuR.*NCE AFFORDED by Tilt pCtICIES DESCRIEICD HEN t$ SU9JGT TO ALL THE TERMS, OCCLUSIONS ANC CONDi f70N5 0 POLICES. AOGREOAME LAMTS 2440 N MAY HAVE 3aN REDUCED 3Y PAJO C AS. _ 1..., 7LIMgE 1/RCE 71 Pcl-cr mvatl a 7- I ' t. 41 limns 1 Li urt I Elnai OCC $ 1,000,000 }} X ! CC TAI ac7tFL UAZL SY, , :t _ ... _,. I. 49iel L f 100,000 A ; X ; __,t_ O24t9a MAx C � t.a20➢1o497 10/512009 10/5/2010 RED e� w�rarPs' $ 5.040 _ _ prisow_ &ADI UJPY .s 1,900, i ! GROWL Ao0 TE : 2 ,09014_, 00 - _z_ - AC G t 2,0O0,OC�0 cm aOfGA.TE UM Armr�s�: 1 • m n � r s = t a a c LIASOX Y =ORM seal t t 1,000,000 c tiuno ma..ccord 19 _ - I AZ. o DALTiY3 r A 07 10/5/2009 10/5 20'10 — T IRMO INJURY �'ac" avraED Puree ;v. aoaerwi ----- . �r r PROPERTY wawa s 1 OPwsatire aA ,a+;e HAM= urro LY - EA ACCRXHTf $ I - _ asri0 i CORN': EA ACC S OTHER THAN A00 $ _�__ ! tla1w1 U iAmu ( '��_' _ _ _ EACH ccOuRRENCE $ 5,000,000 - J aauA � � ,,, ,vxa rule - -- : 5,000_ C I 9,97309 10/5/2009 10/5/2010 _._ __ Li RE7i_rTIory Q . 10 , ' t $ , $7A • I a ,,Y rn EL. EACH A(xticenTT $ 1,000,000 >xctuoErn ' -- 01093207 , 10/11/2009 10/11/2010 , LI_osexsE- eA+.aaat,oY� 1,000,000 I 'N,i'3s y _Y 1 e ee �MA- � 1. uCY�MIT t ,000.000 arc Ra OSOPERAtiOMS;iOCAT !weals - s =AD feY sascossaleamviretad.FRimloom r $ ' C.ity at I$eawroo�a iA owN ,Additi l Xr,.e,ire4 vitb a ?baivsr at aubrogstion exn •skl appro?ri 000aragas as s ®qu.irsd brit aontraet,. • L_______. . . CERTIFICATE HOLDER w +,^ ••• . l AT)O 4 _" , - (409)080-974'7 emus MYOPI V&AbOVSOes�u.o*ouaasORCANCe WORE NE EXPIRATION K: ill i E9a 1 1 _ DATE ntewsoc.111E woo w am. ve.c. INCEAVOR To m. 10 imer*arns« A. ' % TOWN Minim-AR N0L /1AMEa To 111E Ls:FL PJT MAORI To 0o So MAI • = n �, • a41.• 74 -' l -- aroma wove NO oluaanOa uR iM uJTY OF ANY MD ueow 1 Da mow, r AQem OR _ P ICK HA i e[lTTA N RICK - ---- ZCK f�AI.Ff£RIItiMAA1 i;CORL? 25 (2009/01) C 1I $. -2009 ACORD CORPORATION. AK rights reserved. 1141:023 2aozo+1 The ACORD name and Toga are registered ma rkt of ACORD C .11E REF ;E CE AND CO TACT NUP 1ERS "dAM CONTACT PHONE NO. LONGMWMTY A.. O. C. ':� F CO CHAFTER B. MOORH .D 409- 335 -6661 04 YEARS 5.45 AVE A fE.AUMONT, TX 77705 e:`4 CF PORT ARTHUR CITY HALL. J. BROUSSARD 409 - 983.8160 20 YEARS -444TH PORT ARTHUR 77641 Cfi} _; OF f ARTHUR WATER urou 1ES K ELDRIDGE 409-983 -8575 17 YEARS .4 ` .,RGY U SABINE PLANT) R. SM TH 41 7;3# -32 4 02 YEARS : :. • - IAO BOX K:i BRIE g CITY, TX 77511 - Y aTAL PETROCHEMICALS USA, INC L. SMrrH 409-963-6833 10 YEARS 4- i BOX 649 B. HICIOAA.N 409- 963 -6811 10 YEARS PORT ARTHUR, TX 77641 JE FER$ON COUNTY COURTHOUSE R. WILLIAM 409 -835 -8511 11 YES 1149 PEARL ST - SE..AL`MON'T, TX 77701 ORANGE CO APPMSAL STRICT P. SANDERSON 409 - 746.4777 12 YEARS PO BOX 457 ORANGE, TX 77631 N FACILITY/US DEPT JUSTICE M. JOHNSON 318 -335 -0713 07 YEARS 1010 EAST WHATLEY RD OAXDELL, LA 71463 - CIT'f OF B4.UMONT CITY HALL 1 POLICE DEPT B. BEADLE 409-880-3720 06 YEARS PO SOX 3627 bEAUMONT, TX 777: EEOY DISTRIBUTION ©['LION S. SMITH 409-981 -3384 10 YEARS E.;4°(ER Y TRANSMISSION DIVISION M. MANLEY 409-347-5062 10 YEARS 1050 EWTI RSTATE 10 N E`EAUMONT, TX 77702. CITY OF PORT ARTHUR PARKS DIVISION L. BAKER 409- 983 -8181 10 YEARS 1308 91H AVE PORT ARTHUR, TX 70642 CITY OF HOUSTON BUILDING SERVICE A. JACKSON 713-437-6842 03 YEARS CITY OF HOUSTON BUILDING SERVICE D. GONZALES 713- 437 -x3572 03 YEARS US DEPT OF TRANS/1WARFTUUE ADMIN A. WILLIAMS 409 -722 -3433 01 YEAR 2800 AMOCO RD BEAUMONT, TX 77705 EX.XONMOBIL J. PE VETO 409- 757 -3474 01 YEAR PO BCX ?311 BEAUt ONT, TX 77704 A 'F AV All des in Off r Reponses conta nit3g statements, letters, etc., shall be signed by a duly nthorized officer of thz company who signature is binding. The undersigned offer arid to one of the follow ' y _ _ 1 hereby certify that 142. ae outstanding eta with the C.ity of Port Arthur. 1 further agree to pay s;sccing debts as they became due. 1 hereby certify that do ve outstanding debts with the City of Pon Arthur and agree to pay said debts ptior to execution of this agreement 1 further agree to pay succeeding debts as they become __ I hereby certify that d ' out�st nding debts with the City of Port Arthur and age t o • 4 nt €r :1.144-6 au agreement for the payment of said debts. I further azree to pay succeeding debts as they i7ec.;m_ due. 0 , ,Tuse2010 Sandra's F.nterpri_es,Inc .,.J. Firm v -j ' Date Al President ant= ��_ - Tale Milan •: 1 . � anart V Sandra 3 Gui lbeau (409)720-8146 �-' Telephone k Pia (loot print) k i it ilsbcglobal . net Email ,-.. t ATE. . A. I COUNTY: ' AAA.. '- ' , S JI SCPJBE') D SWORN to before m by the above named /� • t „. 6( ' _ day o f _ )n Q--• , 4 _ el) c this the . � _ __ �_ � (2 .. 184,,,,,-- , euzABETH ELAM Tl ®t�r,� � - •tie 11(,t 1 Ttt 'toy Ccnsm. lam. pg20t4 t "'�° R.ETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL I Page 27of28 ■ • . FI:IC"T IM F INTEREST QUESTIONNAIRE _ FORM CIQ -t 1 For ti esi3or or other lsersoa doing b us in ess with l ac-al governmental entity �,is questionnaire re fts thing $ made to law by 14.B. 14x1 g.. Regular Se�$io 1. This quest'- onuaire is beg filed in accor the dant _ with Chaptzr 176. Lai al Govemmcnt Cod e ; •a Person wro has a business relationship as defined try Section � l7a O01 (1 - with a 1oc governrterttal entity and the person mrcu requrements under Section 176.006 (a). By law this questionnaire must be filed with the records admL ' .trator of the local governmental entity not later than the •" business fir al er ti• date the x)er' bec . aware • facts that regi - the statement to be filed. See Section 176.006, Local Government Code. - 9 1 A persoti commits an offense i pe.mm owingly vin s Section 176.006, Local Government Code. An offense under this I se r , is a Class C misdem , or:. — 1 I. 14aatie of person who has inks : • , ationship ith local governor .: :1 entity. ___...1 y. 1::] Cheek this box if . on are: an np.ia to a previously fi i , estionaaire. Ed ti. . ith the appropriate filing authority not later than The law regtair . t yo u complete ques . .tees incomplete or inaccurate.) f 7 business day s the • , - e origi , . ily filed question -. 3.14aaae of Iota ocal a gave - meat office . am filer has em t . business relationship. Name tf Officer This section (Item 3 including subparts A, • C, & i3) must . ,• . d for ach officer with whom the fifer has an employment or other business relatiooshie as defined .. Section 176.00 (1-a), Local Gov r ment Code. Attach additional pages to this Form } CiQ as necessary.. . ' A. is the local government o - r named in this • - Lion receiving or like to receive taxable income. other than investment income, from the filer of tlx: questionnaire? i fl Y es l I No • B_ Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local • governmental entity? E yes D No C. is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? D • yes 0 No D. Describe each employment or brininess re1ationshi. with the local : merriment officer named in this section. • 4. • Signattue of person doing business with the governmen entity Date , • • Page 10 of IS . 3 a 14:36 409724E71 l ■ $. •"^ f , — -- e .• — ...'''''. PROFESSIONAL MAID SERVICE. EQUIPMENT SCHEDULE 20061006 . Mf• ?....._. MAKE & MODEL, - iiiialliMign F 11, 2_225 1 KuBc7A imp —*La -F 6474 190B __ i TRAIL MASTER TRAILER 12.0001E6 v.,.:F• 1824WC1082.0 _ I 3 . I 1199. issa ICUBaTA 90 T°R M8200 KUBOTA1 4WD RACTOR #5F1.4 F90 51269 4 51- ••— — . . 5 2005 __ BUg+CG 15' DUAL . 4 g CUTTER 2615L-12 1121015 .. .. 1 1958 BUSHOG 286 1.2 : - _ __________ 7 Mr KUBOTA M5700 TRACTOR 52217 8 _ _ _____ i Ntts THoR B CI . a 20 Al2561 3S9 i 9 -4%. moR 19.L. SSS HI1500 79800 I N 2003 LITY Vat= -- Shin/620073014 I" ruscaLAN eUFERJSMPFER IEFII _ — — :sr 1ER' MACKIE M95B002S0 L-21-E 14 1995 14' LOWDDY UTILITY I r iliN1-0,4C25T1007773 15 1996 ''. t II - A T230X WEED EATER 5038675 1P311 1996 51-IINDAIWA TM< WEED EATBR 5098310 -1 BATWDIG BtMCG 2615 1205736 2001 BUSHOG 286 =IR 286 ..- 64 Kai 2002 KUBOTA ZD21-60 MOWER 20785 — 20 2002 KUBOTA )21Q ER 40715 Eal — 2002 BUSHOG M446 FRONT LOADER 12-02000 Iffill 2004 — KIJBOTA MOWER 71D21F-60F 52424 2 2002 TRMA 28' UTILITY TRAILER 28001B5 56E BU282320 121767 MISCELLANEOUS EQUIPMENT ----7 ffie ----7-- ' -- MT6_Q‘A/ Y 14' TRAILER i YEAR _II MAKE & MODEL YIN* P.W. 1 26 1490 DODGE RAM P TR ,• 107KE2-.::: " : 1996 nod D XLT RA1 GREY V33 — FORD VAN WHITE FOR _ 1FMEE114T1 trIXQOP7YEC47371 2004 WHITE FORD Fig. 12X___ 2FTI2F17 QA RP WHITE 11403466533A077467 IEEE 1991 CHEVY SUBURIIWR15 LL RED iGNERI6KIMF1020153 FM 2004 P aRD PF150 WHITE 2FTRa7204CA13249 • 1.999 DOCGE RAM DUALLY IFIll ' 2002 FORD F350 F3ROWN 3136MC3663XM511462 - 1MW3 F _am__ FORD P TRUCK GRERI — 1FTEF151■4911.303094 ' .... a - . MN . , ;;■ItV;1 ,_ orf rth ___3 iPtIC Purchasing Division 444 4 `h S treet f` Floor Port Arthur, Texas . (409) 983 -8160 Today's Date: July 27, 2010 Bid was not advertised. . ' Eleven (11) Bids were trailed, e- mailed or downloaded. Seven (7) Port Arthur vendors was contacted. Attached is the bid tabulation & copies of the bids for: Parks and Recreation Department Mowiniz A1.o12 Hwy 73 Bid Opening Date: July 22, 2010 Shawna Tubbs, shawnanportartbur.net (409) 983 -8160 Purchasing Manager Clifton Williams, cwilliams (anortarthur.net (409) 983 -8161 Senior Purchasing Assistant Yolanda Scypion, volanda(a;portarthur.net (409) 983 -8177 Purchasing Assistant Carolyn Kimball, purchasing(,portarthur.net (409) 983-8160 Purchasing Secretary 4'i IRr „� ; } ,..,L CITY OF PO ARTHUR TEXAS (.'uruf „ 1 Bid Tabulation `�- -- GRASS MOWING arl rat ALONG L7 `� ie., ALONG .i1�N .1 73 Dace: July 22, 2010 • NAME OF BIDDER Affordable Trey's Grasshopper Sandra's Port Arthur D& D Lawn Affordable Lawn Quick & Fast Tractor Lawn Service Enterprises Lawn Care Service Lawn Care and Tractor Service Ilescrihtiutl Cost Per Cut , Cost Per Cut Cost Per Cut Cost Per Cut Cost Per Cut Cost Per Cut Cost Per Cut Cost Per Cut Grass Mowu u A king N w�v 7 t $ 3,800.00 $ 3,000.00 €.2,934.41 $ 6,825.43 $ 2,450.00 No Bid No Bid — No Bid i _____ 1 Port Arthur Port Arthur Port Arthur Port Arthur Port Arthur Port Arthur Groves Port. Neches Shawna 3lihhs, Ptrrcl..i;iirlg Manager Dace Dfsr_'ORf5 `BOBBIE" FRINCE, ,.._AY��P. �,�� iI: ST i FITZGIBRONS MORRIS ALBR(GHT, ill. M PRO TEM • CITY MANAGER C ity of *L TERRI HANKS C ,. , C (. titfP.lB =ri.S: ` /1 ` )} CITY SECRETARY I �Cii �llaT�t.a , JR. •7/1 i k \` i , Ti E + O ELIZABETH "LIZ" SE{�LE LII ATTORNEY ARTIN FLOOD. T i r i h u r JOIN BEARD, JR. Texas RvEERT E. WILLI.a��.ISO:`i D. KAY WISE TF :OMAS J. H NDER3ON • J�;y 010 ' Albert Thigpen ]Human Re3ource Director RE: Bid — Mowing Along Hwy 73 O July 22, 2010, we received eight (8 ) bids for the above referenced bid. The low bid was submitted by Sandra's Enterprises, Inc doing business as Professional Maid • Service of Port Arthur, Texas in the amount of 52,450.00 cost per cut. Our evaluation of the experience. reputation, ar_d financial condition of Sandra's Enterprise, Inc. doing business as Professional Maid Service indicates that they are capable of completing the work required. Therefore, we recommend the award of a contract for Mowing Along Hwy 73 go to Sandra's Enterprises, Inc doing business as Professional Maid Service in the amount of 52,450.00 cost per cut. The original bid document, copies of the bids, and bid tabulation are included for your review. ^1 ; .11. ) Shawna ub ' Purchasing Manager Purchasin• Division/Finance De artment Purchasin_ Mana_er Shaw'naTubbs P.O. Box 10891 444 4`" Street I Port Arthur, Texas 776-11 I 409 983.8]60 I Fax 409.983.8291