Loading...
HomeMy WebLinkAboutPR 17783: AFFORDABLE LAWN AND TRACTOR SERVICE GRASS CUTTING Memorandum City of Port Arthur, Texas Civic Center Department TO: Floyd T. Johnson, City Manager FROM: Adam J. Saunders, Civic Center Director DATE: 7/12/13 SUBJECT: Proposed Resolution No. 17783 RECOMMENDATION The Civic Center request the City Council's authorization and approval to enter into a contract with Affordable Lawn and Tractor Service of Port Arthur, Texas, for grass cutting services and landscape maintenance at the Sabine Pass Community Center and Lions Park, in an amount not to exceed $8,500. Quotes were requested from six Port Arthur vendors and one quote was received. The services will be landscape maintenance, grass cutting, trimming and edging, weeding all landscaped areas, and pruning and trimming shrubbery. BUDGETARY AND FISCAL EFFECT Charge to Account Number 001 -1061- 518.31 -00. STAFFING EFFECT None SUMMARY The Civic Center request the City Council's authorization and approval to enter into a contract with Affordable Lawn and Tractor Service of Port Arthur, Texas, for grass cutting services and landscape maintenance at the Sabine Pass Community Center and Lions Park, in an amount not to exceed $8,500. P. R. NO. 17783 07/17/13 AJS PAGE 1 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH AFFORDABLE LAWN AND TRACTOR SERVICE OF PORT ARTHUR, TEXAS, FOR GRASS CUTTING SERVICES AND LANDSCAPE MAINTENANCE AT THE SABINE PASS COMMUNITY CENTER AND LIONS PARK, IN AN AMOUNT NOT TO EXCEED $8,500. FUNDING AVAILABLE IN ACCOUNT NO. 001-1061-518.31-00. WHEREAS, the City of Port Arthur has received a quote from Affordable Lawn and Tractor Service of Port Arthur, Texas, to provide grass cutting services and landscape maintenance at the Sabine Pass Community Center at $225 per cut, and Lions Park at $150 per cut; and WHEREAS, requests for quotes were sent to six Port Arthur vendors and one quote was received; and WHEREAS, the City Council deems it is in the best interest of the City to award the grass cutting services and landscape maintenance at the Sabine Pass Community Center and Lions Park to Affordable Lawn and Tractor Service of Port Arthur, Texas; and WHEREAS, the contract period is for one (1) year, with the option to renew for two (2) additional one -year periods; and WHEREAS, the City Council deems it is in the best interest of the City to approve and authorize the City Manager to execute a contract with Affordable Lawn and Tractor Service of Port Arthur, Texas, in substantially the same form as attached 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 Manager is herein authorized to enter into a contract with Affordable Lawn and Tractor Service of Port Arthur, Texas, to provide grass cutting services and landscape maintenance at the Sabine Pass Community Center and Lions Park, in an amount not to exceed $8,500, in substantially the same form as attached as Exhibit "A ". P. R. NO. 17783 07/17/13 AJS PAGE 2 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 July, 2013, AD, at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following Vote: AYES: Mayor: • Councilmembers: ; NOES: Mayor • ATTEST: Sherri Bellard, City Secretary APP ' OVE I AS TO FORM: Va ecia Ti ' o, City. ey APPROVED FOR ADMINISTRATION: Floyd T. Johnson, City Manager P. R. NO. 17782 07/17/13 AJS PAGE 3 APPROVED AS TO FUND AVAILABILITY: Deborah Echols, Finance Director 21:).e Shawna Tubbs, Purchasing Manager EXHIBIT "A" CONTRACT FOR THE GRASS CUTTING SERVICES AND LANDSCAPE MAINTENANCE AT THE SABINE PASS COMMUNITY CENTER AND LIONS PARK FOR THE CIVIC CENTER DEPARTMENT IN THE CITY OF PORT ARTHUR THIS AGREEMENT, made this day of , 2013, 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 Affordable Lawn and Tractor Service a(n) herein acting Individual, firm, partnership or corporation by and through Lloyd Christian, Owner, hereinafter called "CONTRACTOR" WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein , OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be for one year from the date of execution of the contract and the Notice to Proceed, with the option to renew for two (2) additional one -year periods. 2. The Contractor will perform grass cutting services and landscape maintenance at the Sabine Pass Community Center and Lions Park 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 perform all work in 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 in an amount not to exceed $8,500. 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) General Information 3) Specification 4) Bid 5) 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 and agreed on the day of , 2013. AFFORDABLE LAWN AND TRACTOR SERVICE, CONTRACTOR 2301 Highway 73 Port Arthur, Texas 77640 (409) 736 -0505 By: (Contractor's Signature) Print Name: Title: Signed on this the day of , 2013. CITY OF PORT ARTHUR By: Floyd T. Johnson City Manager P.O. Box 1089 Port Arthur, TX 77641 -1089 (409) 983 -8101 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. 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: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. Page 9 of 13 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.: Civic Center, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with Page 10 of 13 the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any -one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Page 11 of 13 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 Contract 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. 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. 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. Page 12 of 13 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 13 of 13 SPECIFICATIONS FOR MOWING, MAINTENANCE AND SPRINKLER SYSTEM FOR SABINE PASS COMMUNITY CENTER & LION'S PARK Location of Properties: The Sabine Pass Community Center is Located at 5262 South Gulfway in Sabine Pass. Lions Park is adjacent to the Community Center, the block surrounded by Broadway, 6 Tremont and 7 Street. Scope of Work: These specifications concern the mowing of grass, weeds and uncultured plants and landscaping on various City properties, Lions Park and Sabine Pass Community Center, for mowing and landscape maintenance of property 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: Mowing of Sabine Pass and Lion's Park: Contractor is required to assure that the landscape has a neat and maintained appearance by: 1. Schedule for the cuts is Attachment "A" on page 7. 2. All Litter and debris shall be picked up prior to mowing and then immediately following the actual mowing and trimming. This is to retrieve any litter missed the first time and cut into smaller pieces by the mower. 3. Litter and debris shall be disposed of properly, off site, at the Contractor's expense. 4. Litter and debris shall be defined as any object not intentionally placed at project sites for a specific purpose. This shall include but not limited to paper, wrappers, cans, bottles, building materials, disposable diapers and cigarette butts found on the grounds and all objects found in trash receptacles. This shall also include items produced from a maintenance tasks such as mowing and landscaping maintenance. 5. Contractor must empty all outside trash cans including (under the building) Loins Park after every cut. 6. No cuts in December. 7. Mowing all lawns and trimming all lawn edges, maintaining plants by pruning methods and removing weeds from all areas. 8. Parking lot and concreted areas, weeds, grasses and poison ivy breaking through pavement Page 3of shall be controlled with approved contact herbicide sprays and /or manual weeding as required. 9. Proof of current license to spray must be provided with the bid documents if you are spraying. 10. Ruts caused by contractor's equipment shall be filled at contractor's expense. 11. Contractors shall neatly trim (cut and /or using a weed - eater), along sidewalks, curbs. Trim around poles, signs, park apparatus, tables and structures, etc. 12. Sweep or blow clean all sidewalks and /or concrete areas affected by work. 13. 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. General Maintenance for the Landscaping for the Sabine Pass Community Center: Every two (2) months: 1. The Contractor must remove weeds, cultivate and cleaning of all plant beds and tree dishes. 2. Application of fertilizers, insecticides and herbicides to maintain healthy plants. 3. Palm trees are to be fertilized with palm tree fertilizer only. NO EXCEPTIONS. 4. All plants that die must be replaced by contractors at the contractor's expense. 5. General site cleanup, removal of trash and by- products of maintenance in landscape areas and streets. Every four (4) months: 6. Pruning of trees 7. Replacement of needed mulch. 8. A minimum of 2" depth for mulch installation shall be required. 9. Application of needed fire ant control. Maintenance for the Sprinkler System at the Sabine Pass Community Center: General checkup every two (2) months: 1. Adjusting nozzles, rotors & bubblers for proper coverage. 2. Check for leaks in system 3. Check for valves that may be sticking. 4. Check filters in pop up sprayers. Page 4 of 13 5. Check control panels for proper times of watering, frayed wires, wasp nest, ants & overall condition. 6. Check to ensure that all heads & valve covers are at proper height to ensure that no damage will occur by mowing equipment. Every four (4) months: 1. Flush entire system manually at each valve. 2. Check each valve to ensure that it is working properly. 3. Inspect backflow device for leaks. 4. Generate a written report for each inspection performed & submit to Civic Center office. 5. All sprinkler heads & components of the sprinkler system will be replaced with original parts. 6. Any damages to the sprinkler system by contractor must be reported to Civic Center office and must be replaced at contractor's expense. 7. Trimming sod around heads. 8. Adjust head nozzles as needed. 9. Repairing /replacing solenoid valves as needed. 10. Replacement materials throughout the system shall be of the same make, model and size of existing system. 11. MUST be a licensed irrigator. 12. NO SUBCONTRACTORS CONTRACT PERIOD: This Contract will terminate approximately twelve (12) months from date of execution with the option to renew two (2) additional one (1) year periods. The City can terminate this contract at its convince which includes, but not limited to, funding being available in any budget cycle with thirty (30) days written notice. Page 5 of 13 THE MOWING AND MAINTENANCE SCHEDULE FOR SABINE PASS COMMUNITY CENTER & LION'S PARK ATTACHMENT "A" SABINE PASS COMMUNITY CENTER LIONS PARK Month Cut Grass Trim & Cut Grass Trim & Weed All Shrubbery Edge Edge Landscape January 1 time /month 1 time /month No Cuts No Trimming No Weeding No pruning February 1 time /month 1 time /month 1 time /month No Trimming No Weeding No pruning March 2 time /month 2 time /month 1 time /month 1 time /month 1 time /month Prune & Trim April 4 time /month 3 time /month 1 time /month No Trimming 1 time /month No pruning May 1 time /week 1 time /week 1 time /month 1 time /month 1 time /month No pruning June 1 time /week 1 time /week 1 time /month No Trimming 1 time /month No pruning July 1 time /week 1 time /week 1 time /month 1 time /month 1 time /month Prune & Trim August 1 time /week 1 time /week 1 time /month No Trimming 1 time /month No pruning September 1 time /week 1 time /week 1 time /month 1 time /month 1 time /month No pruning October 2 time /month 2 time /month 1 time /month No Trimming 1 time /month No pruning November 1 time /month 1 time /month No Cuts No Trimming No Weeding No pruning December No Cuts No Cuts No Cuts No Trimming No Weeding No pruning Page 6 of 13 CITY OF PORT ARTHUR EMS:? QUOTE SHEET cit of car . (Specifications are attached) ort rthu� Te.rus Date of Request: June 3, 2013 Department Requesting Quote: Civic Center Services Needed: Mowing, Maintenance and Maintaining Sprinkler System for Sabine Pass Community Center & Lion's Park Quote Due Date & Time: Monday, June 17, 2013 by 3:00 P.M. Mandatory Pre -Bid Date: Tuesday, June 11, 2013 @ 10:00 A.M. @ 5262 South Gulfway Drive Sabine Pass, TX 77642 Delivery: Quotes are to be faxed to (409) 983 -8291, E- mailed to yolanda @portarthur.net Delivered to the Purchasing Div., 2 floor, City Hall. Questions, Please contact: Yolanda Scypion - Goudeaux, Purchasing Asst., (409) 983 -8160 Adam Saunders, Civic Center, Director, (409) 985 -8801 Item # Description Price Per Cut 1. Sabine Pass Park $ , A1S , 2. Lion's Park $ t, D , Total Cost $ ,., r j ( 4_,)ribetbic kth d ri dor Company Name �! 1 ��c Signature j? kt4 Printed Name Phone i) 4 Address Fax P D t y- R . t l !` (. y.st t - - yk u o v c �. !O t i s` {.,4,4.r 0 +t. ) ca15 (e .C.orr City, State, Zip E -mail -ft .Jv v _ .+ .rt / . Shawna Tubbs, CPPO, CPPB, Purchasing Manager Date Page 1of13 AFFIDAVIT AU 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: 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. 1 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. � c i , 141,014 a . , n Q � I r a i - - - , S - r d : c , - L ( 4 . _ u I Le J- ( 3 Firm Name Date • U A horized Signature Title NO `?3vcSs Lt Cih : -,,( .c10 -» ( -_ct g Name (lease print) Telephone Email STATE: — 1 4 :1_ 0 5 COUNTY:-..Of Sal Y L ci 4(- SUBSCRLBED AND SWORN to before me b 1,� the above named �C ��' on this the I I day of U INV___ , 20 . 1 � ,. .�:... r it Cr OOtWEAUX w 1.. R 3,1 , al ;''"�'"' p No ary ubl • , STATE OF , Comm. RET '. ' `r '' ' • ' • OF THE BID PROPOSAL Page 7 of 13 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80`" Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1 -a) with a local governmental entity and the person 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 7 business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. 1 2. 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 7 business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of a local 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 (1 -a), Local Govemment Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes 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? Yes 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? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4. Signature of person doing business with the governmental entity Date � Page 8 of 13