Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R2025-060 20250519
RESOLUTION NO. R2025-60 A Resolution of the City Council of the City of Pearland, Texas, awarding a 3- year unit supply contract (1-year initial term; two 1-year renewals) for Rough Cut, Open Ditches, and Bridge Grounds Maintenance Service to Greenscape Six, LLC, in the estimated amount of $222,328.80, for the period of June 1, 2025 through May 31, 2026. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That the City Council hereby awards a contract to Greenscape Six, LLC, in the estimated amount of $222,328.80. Section 2. The City Manager or his designee is hereby authorized to execute a contract for the purchase of Rough Cut, Open Ditches, and Bridge Grounds Maintenance Service. PASSED, APPROVED and ADOPTED this the 19th day of May, A.D., 2025. ________________________________ J.KEVIN COLE MAYOR ATTEST: ________________________________ FRANCES AGUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: ________________________________ DARRIN M. COKER CITY ATTORNEY Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 1 of 7 City of Pearland 3519 Liberty Drive Pearland, TX 77581 SERVICE CONTRACT NO. # ITB0125-10 For Rough Cut, Open Ditch & Bridge Grounds Maintenance Mowing THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home- rule municipal corporation (“City”) and Greenscape Six, LLC (“Contractor"), and consisting of the following parts: I.Summary of Contract Terms II.Signatures III.Standard Contractual Provisions IV.Special Terms and Conditions V.Additional Contract Attachments I.Summary of Contract Terms. Contractor: Description of Services: Contract Amount: Effective Date: End Date: Renewals: Resolution No/Bid No: Greenscape Six, LLC 7020 FM 3180 Baytown, TX 77528 Contractor will provide City of Pearland rough cut, open ditch and bridge grounds maintenance mowing as needed, in accordance with specifications of Bid/Quote/Coop Contract #ITB0125-10. $222,328.80 June1, 2025 May 31, 2026 (2) renewal options available, upon the mutual agreement of both parties R2025-60, #ITB0125-10 II.Signatures CITY OF PEARLAND CONTRACTOR Purchasing Officer Date Title: Date: *Signed by:Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager *City Contract Signature Authority:Superintendent/Manager – up to $10,000 Director - $10,001 - $30,000 City Manager/Deputy/Assistant City Manager - $30,001 + City Council Resolution over $50,000 May 6,2025 Managing Parnter Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 5/21/2025 | 6:54 PM CDT 5/20/2025 | 2:09 PM CDT Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 2 of 7 III.Standard Contract Provisions WHEREAS, Contractor has bid to provide Services (“Services”) in response to Request for Bid/Proposal or Quote No. ITB0125-10 (“Solicitation”), which Solicitation includes the required scope of work and all specifications and which Solicitation and the Contractor’s bid or proposal response, as applicable, are incorporated by reference in this Contract as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1.Scope. Contractor will provide Services in accordance with the attached Scope of Work, as detailed in Attachment A, the content of which is incorporated by reference into this Contract as if fully set out here in its entirety, and in accordance with Exhibit 2. 2.Term. This Contract is for (1) one year, with performance commencing upon the effective date or the date of issuance of the notice to proceed issued by the Contract Administrator or the Purchasing Division, or upon the performance date listed in the notice to proceed, whichever is later. The parties may mutually extend the Term of this Contract for up to (2) additional one-year periods (“Option Period(s)”), provided, the parties do so by written amendment prior to the expiration of the original term or the then-current Option Period. The City’s extension authorization must be executed by the City Manager or designee. 3.Compensation and Payment. This Contract is for an estimated amount of $222,328.80, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within thirty (30) days of acceptance, subject to receipt of an acceptable invoice. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated, in its entirety, by reference into this Contract. Any amount not expended during the initial term or any option period may, at the City’s discretion, be allocated for use in the next option period. Invoices will be emailed to the following email address with a copy provided to the Contract Administrator: City of Pearland Attn: Accounts Payable Email: accountspayable@pearlandtx.gov 4.Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Contract, including deductions for non-performance and authorizations for payment. The City’s Contract Administrator for this Contract is as follows: Name: Francesca Beltran Department: Engineering & Public Works Phone: 281.652.1946 Email: fbeltran@pearlandtx.gov 5.Insurance; Bonds. (A)Before performance can begin under this Contract, the Contractor must deliver a Certificate of Insurance (“COI”), as proof of the required insurance coverages, to the City’s Contract Administrator. Additionally, the COI must state that the City shall be provided no less than thirty (30) days’ advance written notice of cancellation, material Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 3 of 7 change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within ten (10) days of the City Manager or his designee’s written request. Insurance requirements are as stated in Attachment C, the entirety of which is incorporated by reference into this Contract. (B)Contractor shall provide any required payment bond, performance bond, or both, prior to commencement of performance under this Contract. The terms, conditions, and amounts of the bonds and appropriate surety information shall be included in the RFB/RFP or as may be added to Attachment C, and such content, the entirety of which, shall be incorporated into this Contract. 6.Purchase Release Order. For multiple-release purchases of Services provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: the authorized City department or division shall send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order shall refer to this Contract, and Services shall not be rendered until the Contractor receives the signed purchase release order. 7.Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re- working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item’s bid/proposal price, shall be paid by the Contractor within thirty (30) days of receipt of City’s invoice. 8.Warranty. (A)The Contractor warrants that all products supplied under this Contract are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B)In addition, the products purchased under this Contract shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated therein. Attachment D, the entirety of which, is attached to this is incorporated into this Contract. (C)Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9.Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City’s actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Contract including any Option Period. Substitutions and deviations from the City’s product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10.Non-Appropriation. The continuation of this Contract after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Contract as an expenditure in said budget, and it is within the sole discretion of the City’s City Council to determine whether or not to fund this Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 4 of 7 Contract. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11.Independent Contractor. Contractor shall perform all work required by this Contract as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12.Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors unless the subcontractors were identified in the bid/quote/proposal or approved by the Contract Administrator. 13.Amendments. This Contract may be amended or modified only in writing and executed by authorized representatives of both parties. 14.Waiver. No waiver by either party of any breach of any term or condition of this Contract waives any subsequent breach of the same. 15.Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16.Notice. Any notice required under this Contract must be given by hand delivery, or certified mail, postage prepaid, and is deemed received on the day hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Pearland Attn: Dante Prescod Title: Assistant Director, Engineering & Public Works Address: 2016 Old Alvin Road, Pearland, TX 77581 Phone: 281.652.1907 IF TO CONTRACTOR: Greenscapes Six, LLC Attn: Mike Archer Title: Manager Partner Address: 7020 FM 3180, Baytown, TX 7728 Phone: 281.740.3057 17.Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT DOCUMENT THAT LIMITS THE CONTRACTOR’S LIABILITY TO THE CITY OR RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE PERFORMANCE OF THIS CONTRACT OR THAT PROVIDES FOR CONTRACTUAL INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS CONTRACT IS NOT APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT. EXCEPT WHERE AN ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE CITY PROVIDES OTHERWISE, EACH PARTY TO THIS CONTRACT IS RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 5 of 7 THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD- PARTY DEFENDANT AS ALLOWED BY LAW. 18.Dispute Resolution Procedures. The Contractor and City desire an expeditious means to resolve any disputes that may arise between them regarding this Contract. If either party disputes any matter relating to this Contract, the parties agree to try in good faith, before bringing any legal action, to settle the dispute by submitting the matter to mediation before a third party who will be selected by agreement of the parties. The parties will each pay one-half of the mediator’s fees. 19.Attorney’s Fees. Should either party to this Contract bring suit against the other party for breach of contract or for any other cause relating to this Contract, neither party will seek or be entitled to an award of attorney’s fees or other costs relating to the suit. 20.Termination. (A)City Termination for Convenience. Under this paragraph, the City may terminate this Contract during its term at any time for the City’s own convenience where the Contractor is not in default by giving written notice to Contractor. If the City terminates this Contract under this paragraph, the City will pay the Contractor for all services rendered in accordance with this Contract to the date of termination. (B)Termination for Default. Either party to this Contract may terminate this Contract as provided in this paragraph if the other party fails to comply with its terms. The party alleging the default shall provide the other party notice of the default in writing citing the terms of the Contract that have been breached and what action the defaulting party must take to cure the default. If the party in default fails to cure the default as specified in the notice, the party giving the notice of default may terminate this Contract by written notice to the other party, specifying the date of termination. Termination of this Contract pursuant this paragraph does not affect the right of either party to seek remedies for breach of the Contract as allowed by law, including any damages or costs suffered by either party. 21.Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner’s manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Contract. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 22.Limitation of Liability. The City’s maximum liability under this Contract is limited to the total amount of compensation listed in this Contract. In no event shall the City be liable for incidental, consequential or special damages. 23.Assignment. No assignment of this Contract by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Contract by the Contractor is of the essence of this Contract, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 24.Severability. Each provision of this Contract is considered to be severable and, if, for any reason, any provision or part of this Contract is determined to be invalid and contrary to Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 6 of 7 applicable law, such invalidity shall not impair the operation of nor affect those portions of this Contract that are valid, but this Contract shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 25.Order of Precedence. In the event of any conflicts or inconsistencies between this Contract, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A.this Contract (excluding attachments and exhibits); B.its attachments; C.the bid solicitation document including any addenda (Exhibit 1); then, D.the Contractor’s bid response (Exhibit 2). 26.Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 “Certificate of Interested Parties” as part of this Contract if required by said statute for items approved by the City Council. 27.Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Contract. The applicable law for any legal disputes arising out of this Contract is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Brazoria County, Texas. 28.H.B. 89. In accordance with Chapter 2270 of the Texas Government Code, the signatory executing this contract on behalf of company verifies that the company does not boycott Israel and will not boycott Israel during the term of this contract. This clause is subject to companies with ten or more full time employees and the contract value is $100,000 or more that is to be paid wholly or partially with public funds of the governmental entity. 29.Public Information Act Requirements. This paragraph applies only to Contracts that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, regarding certain entities requirement to provide contracting information to governmental bodies in connection with a public information request, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 30.Entire Agreement. This Contract constitutes the entire agreement between the parties concerning the subject matter of this Contract and supersedes all prior negotiations, arrangements, agreements, and understandings, either oral or written, between the parties. IV.Special Terms and Conditions. None V.Additional Contract Documents Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 7 of 7 Incorporated by Reference Only: Exhibit 1: RFB/RFP/Quote No. ITB0125-10 Exhibit 2: Contractor’s Bid/Proposal Response Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 ATTACHMENT A – SCOPE OF WORK Scope of services provided shall consist of rough cut, open ditch, and bridge grounds maintenance mowing services for the City of Pearland, in accordance with the specifications of Bid/quote/coop contract #ITB0125-10. Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 ATTACHMENT B – BID/PRICING SCHEDULE Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 - 1.51 IH-73 Hatfie ld Road : B roadway to Fite Month 2.45 1 2 $150.00 $ 1,800.00 1.52 IH-73A Hatfield Trunk line: Hatfield Road from Mary's Creek t o Barri cade on Magnol ia Mont h 0.59 1 2 $90.00 $ 1,080 .00 1.53 IH-74 Br oadway: Johnston to Ray Month 0.13 12 $55.00 $ 660.00 1.54 IH-75 South Peartand Alley: Walnut nonh ::o FM 518 Month 0.56 12 $75.00 $ 900 .00 1.55 IH-76 South San Antonio Alley: Walnut north to FM 518 Month 0.53 12 $75.00 $ 900.00 1.56 IH-77 South Wa shi ngton Alley: Wal nut to Pear Month 0.27 12 $50.00 $ 600.00 1.57 IH-78 South Texas Alley: Waln ut to Pear Month 0.34 12 $50.00 $ 600.00 1.58 IH-79 South Sacramen to Al le11; Walnut to Just north o f Pear Month 0.35 12 $75.00 $ 900.00 ,.,.9 I.H-80 Hasunos Cannon Lot: East orooerrv Une Detwe-en Lano ano Traller Pa rll. Montn 23 . .?� IZ $200.00 $ 2 400.00 1.60 IH-84 Barrv Rose@ Peartan d Parkwav: Between Creekside S ubd iv isjon Fence and Sidewal k Month 0.54 12 $75.00 $ 900.00 1.61 IH-85 Peariand Parkwav Looo: Lot near Peart.and Par1tw,3v's "'Round -a-Bout" Month 0.57 1 2 $75.00 $ 900.00 1.62 IH-86 BaiJev Roa d: Vete ra ns at B.li lev to citv limi t sian Month 0.69 12 $50.00 $ 600.00 1.63 IH-88 Garden Road : Garden Rd south all t he way to Laurie St Month 3.79 1 2 $500.00 $ 6,000.00 IH-Q5 Myt(awa at Orange: BegiMing at c ity line near beltway bri dge on Mykawa, continues 6.59 1.64 so uth to Cheny St Month 12 $250.00 $ 3 000.00 1.65 IH-Q7A Rov Rd@ Sharon D itch Month 0.11 12 $50.00 $ 600.00 1.66 IH-97 Lonowoocl db Marv's Cr ee k Bridoe: Brido e deck Month 0.25 12 $75.00 $ 900.00 1.67 IH-QS Wood Creek D ri ve@ Marv's Creek: Bridoe dect. Month 0.09 12 $75.00 $ 900.00 1.68 IH-Q9 Lo noherridoe db Marv's Creek Bridcie: Bridoe d eck Mon th 0.2 1 2 $75.00 $ 900.00 1.69 IH-100 Country Club Drive @ Clear Creek Bri dge: Bridge deck Month 0.21 12 $50.00 $ 600.00 1.70 IH-101 Pr ovidence Village Drive@ Mary's Creek: Bridg e deck Month 0.21l 1 2 $50.00 $ 600.00 1.71 IH-103 Robinson Dri ve @ Hickory Slou gh Bridge: Bridge deck Month 0.12 1 2 $50.00 $ 600.00 1.72 IH-106 521@S hadow Creek Parkway Intersection Month 7 .04 1 2 $300.00 $ 3,600.00 IH-110 Hwy 35@ Has ti ngs Field Bridge : Brid ge deck/ Roadsjde d itch. Begins on south side I. 75 1.73 of Di xie Farm and oontiues south to city limi t sign Month 12 $150.00 $ 1 800.00 1.74 IH-113 MwV35@ H ickorv Slouo h: Bridoe deck Month 0.13 1 2 $50.00 $ 600.00 1.75 I H-1t4 Hwy 35@Town Ditch: Bridge deck Month 0.16 12 $50.00 $ 600.00 1.76 IH-116 Rockland Drive @ Corrig an Ditch: Bridge deck Month 0.07 12 $50.00 $ 600.00 IH-11 9 Manve l Rd @ M.ltry's Cree k Bri dge: Beginning at M anvel Rd and CR 528 int ersec tion 1.14 1.77 co ntinui ng south past CR 580 ending before West Lea Ln. Month 12 $100.00 $ 1 200.00 IH-12 4 Hatfield Road@ Hickory Slough: lnterseai:on of Hatfield and McHard on the left si de 0.,0 1.78 then con tinue south just pas t bridge Month 12 $50.00 $ 600.00 1.7 9 IH-125 Mi11 er Ranch @ Hick ory Slough: Bridge deck Month 0.27 12 $75.00 $ 900.00 1.80 IH-126 Country Place PMkway@ Southdow n Dit ch : Brid ge decik Month 0.11 12 $50.00 $ 600.00 IH-127 Kin gsley@ Cle ar Creek : Begin at bridge then oontinue north to first drive way on the 0.35 1.81 left side Month 1 2 $50.00 $ 600.00 1.82 IH-128 Hwy 35 @ClearCreek Bridge Month 0.2 1 2 $50.00 $ 600.00 IH-129 Kin gsley@ Am eriC.ln Canal: Will begin at Amer iC.ln Canal Bri dge and continue all 0.75 1.83 the way south to CR 584 Month 1 2 $100.00 $ 1 200.00 1.84 IH-131 Forest Park Ln@ Town Dit ch: Bridoe deck Month 0.13 1 2 $50.00 $ 600.00 1.85 IH-1 32 Shauntel@ Mary's Creek: Bridge deck Month 0.22 12 $75.00 $ 900.00 1.86 IH-134 Roy Rd: Roadside ditch Month 1.55 12 $100.00 $ 1,200.00 1.87 IH-1 42 H ughes Ranch Rd (Cu1len B lvd· Stone Rd) Month 0.71 12 $75.00 $ 900.00 1.88 IH-1 48 Cull en Pkwy: R oads ide ditch Mon th 0.11 12 $75.00 $ 900.00 1.89 IH-150 Woody Rd : In tersecti on of Woody Rd and {futu re) Mchal"d Rd south to Hickory Sloug h Month 0.28 12 $50.00 $ 600.00 1.90 IH-157 Broadway St Roadsj de di tch Month 1. 18 12 $100.00 $ 1,200 .00 1.91 IH-161 Wells Road@ Massey Ranch Road Bridg e: Roadsid e ditch/ bridge deck Month 0.08 1 2 $50.00 $ 600.00 1.92 IH-162 Cher ry P ie• Broadway @Cherry: Roads ide ditch f greenspace median Month 0.17 1 2 $50.00 $ 600.00 1.93 IH-165 Fu ture Fire st ation on Old A lvi n: Vacant u ndeveloped City property Mont h 3 1 2 $100.00 $ 1,200.00 Line Oe,scr iption UOM Acre�ge QTY Monthty Cost Annual Cost 1.94 IH-166 Future Re;:entio n site on Old AMn@ Walnut: Vacant undeveloped City property Month 2.94 12 $125.00 $ 1,500.00 1.95 IK-2 '-4 32 0 1 Cen tenni.JI Vib!H Open Mid Month 2_gg 12 $1 50.00 $ 1,800.00 UC IH-433 Surfac. W�t•r Pbnt Month 33.52 12 $800.00 s 9,600.00 1.9 7 IH435 Southeast waterwel pond (EST): re tention pond Mont h 1 .08 12 $1 00.00 s 1,200 .00 1.9 8 IH-436 Mag nolia Road at RR Crossing (EST.): Undeveloped propetty at near 4181 Magnolia Mon th 0.87 12 $50.00 s 600.00 1.99 IH,,,437 SOHO 1JHtmen 1 DYnt ro�d (E�, ,: ro31dt� d,ICh Month o . .e 12 $50.00 s 600.00 1.100 IH439 N. Galveston alley. Alley south of duplex al tmef'Sectio n of Pa.di and Pbn Month 0.18 12 $50.00 s 600.00 1.101 lf-M 56 H.:ut.ey Rd Month 0.48 12 $50.00 s 600.00 1.102 11M57 Otanae St@ RR ttacks Mon th 0.18 12 e() s 600.00 1.103 1�58 G.arden '9l Sharon Month 0.08 12 $50.00 s 600.00 1.104 IH-459 n.-.. ... l.3.s St la) Beecbcr aft St .c:i....,....,., the sound wall and the ditch Month O.CKI 12 $50 .00 s 600.00 1.10 5 1�82 Or:· .. --... and M•�"'wa Pond Mon th 7.43 12 $400.00 s 4,800.00 1.10(1 IH-483 Menard Ext •nsion Pond Mon th 5.03 12 $250.00 s 3 000.00 1.107 IH464 Mchard � O 'dav Pond Month 2.18 12 $150.00 s 1 800.00 1.108 IH-465 Mch.Jrd Cl! Hatfield Pond Month 4 9.54 12 $2,000.00 s 24,000 .00 1, 10Q IH,,,4 ◄9 Smllh Ranch �d Sid• di tch from HughH RM'M:lh Rd to� �n t•r Mon th 5.47 12 $2.50.00 s 3,000.00 -- 2.1 Price per square fooi to Hydro Axe Sq Ft 1 s 100.00 2.2 Priot per aca-e 10 mow vaca nt ot0pMTv -·1 s 100.00 2.3 Pnce per acr. to slope mow Ac,• 1 s 400.00 2.4 Price per acre for righ t<Jf-way mowing.. -·1 $ 400.00 Price per square foot for Restor ation of ROW (re moving all tree bt"anches from encroach ing 2.5 wihinROW) Sqf1 1 s 400.00 2.6 Tree removaV S tump remoal 1 s 1,500.00 2.7 Sludge Re moval Sqyd 1 s 1,800.00 Total $210.000.00 Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 ATTACHMENT C – INSURANCE REQUIREMENTS City of Pearland 3519 Liberty Drive Pearland, TX 77581 Purchasing Department 281.652.1775 ebids@pearlandtx.gov Contractor Insurance Requirements & Agreement Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the City a certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same types and amounts of coverages as required herein or that the subcontractors are included under the contractor’s policy. All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business in the State of Texas and must be acceptable to the City of Pearland. Listed below are the types and amounts of insurances required. The City reserves the right to amend or require additional types and amounts of coverages or provisions depending on the nature of the work. TYPE OF INSURANCE AMOUNT OF INSURANCE PROVISIONS 1. Workers’ Compensation Employers’ Liability (WC) Statutory Limits $1,000,000 per occurrence For WC, CGL, and BAL, the City is to be provided a WAIVER OF SUBROGATION. CGL and BAL, City to be listed as additional insured and provided 30- day notice of cancellation or material change in coverage. WC, CGL and BAL, City shall be provided 30-day notice of cancellation or material change in coverage. CGL will include a non-contributory addendum. 2. Commercial General (Public) Liability (CGL) to include coverage for: a)Premises/Operations b)Products/Completed Operations c)Independent Contractors d)Personal Injury e)Contractual Liability Personal Injury - $1,000,000 per person; Property Damage - $1,000,000 per occurrence; General Aggregate - $2,000,000 3. Business Auto Liability (BAL) to include coverage for: a)Owned/Leased vehicles b)Non-owned vehicles c)Hired vehicles Combined Single Limit - $1,000,000 If the contract involves a professional service, the contractor will also be required to provide the City with professional liability insurance in an amount of at least $1,000,000. Certificate of Insurance forms may be emailed to: Purchasing Department at ebids@pearlandtx.gov. Questions regarding required insurance should be directed to City of Pearland Purchasing Department, at ebids@pearlandtx.gov. This form must be signed and returned with your bid/quotation. You are stating that you do have the required insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of insurance policy with the above requirements to the City. A purchase order will not be issued without evidence of required insurance. Agreement I agree to provide the above described insurance coverages within 10 working days if selected to perform work for the City of Pearland. I also agree to provide the City evidence of insurance coverage on any and all subcontractors performing work on the project. Project/Bid # Company: Signature and Printed Name: Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 03/27/2025 Texas First Insurance 7900 Emmett F. Lowry Expy Texas City TX 77591 Mickaela Slaughter (409) 934-8000 (409) 935-1883 mickaela.slaughter@texasfirst.insurance Greenscapes Six, LLC 13 Private Road 1160 Liberty TX 77575 Employers Mutual Casualty Company 21415 Bridgefield Casualty 10335 25-26 Renewals A BBC3541 03/27/2025 03/27/2026 1,000,000 500,000 10,000 1,000,000 2,000,000 2,000,000 A 6E71261 03/27/2025 03/27/2026 1,000,000 Underinsured motorist 1,000,000 A 10,000 6J71261 03/27/2025 03/27/2026 1,000,000 1,000,000 B N 0196-63282 03/27/2025 03/27/2026 1,000,000 1,000,000 1,000,000 A Leased/Rented Equipment Installation Floater 6C71261 03/27/2025 03/27/2026 Any One Item $150,000 Any One Occurrence $300,000 The General Liability and Auto policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder and the General Liability, Auto, and Workers Compensation policies include a blanket automatic waiver of subrogation endorsement that provides waiver of subrogation wording to the certificate holder. These endorsements, to the extent provided in the policy, all apply when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy will pay for a covered loss on a primary basis and the Company will not seek contribution from the Certificate Holder for such loss. Umbrella Liability policy follows form to underlying liability policies. City of Pearland 3519 Liberty Drive Pearland TX 77581 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 ATTACHMENT D – WARRANTY Services shall conform to the proposed specifications and all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 ITB0125-10 Addendum 1 Greenscapes Six, LLC Supplier Response Event Information Number:ITB0125-10 Addendum 1 Title:Rough Cut, Open Ditch & Bridge Grounds Maintenance Mowing Type:ITB-Sealed Issue Date:3/12/2025 Deadline:4/1/2025 02:00 PM (CT) Notes:The City of Pearland is accepting bids from qualified vendors to perform Rough Cut, Open Ditch & Bridge Grounds Maintenance Mowing Services to approximately 112 locations throughout the City of Pearland (refer to location list and mowing website for location information) for the Public Works Department on an as needed basis in full accordance with the specifications, scope of work, terms and conditions contained in this ITB request. Contact Information Contact:Mr. Jose Perez - Purchasing Address:City Hall Annex 3523 Liberty Drive Pearland, TX 77581 Email:joperez@pearlandtx.gov Vendor: Greenscapes Six, LLC ITB0125-10 Addendum 1Page 1 of 3 pages Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 Greenscapes Six, LLC Information Contact:Mike Archer Address:3727 AUTUMN LANE Baytown, TX 77521 Phone:(713) 714-3500 Fax:(713) 714-1200 Email:MARCHER@GREENSCAPESSIX.COM Web Address:www.greenscapessix.com By submitting your response, you certify that you are authorized to represent and bind your company. Mike Archer marcher@greenscapes6.com Signature Email Submitted at 3/31/2025 04:57:28 PM (CT) Response Attachments Required documents.pdf Contains the Conflict of Interest, Non Collusion Statement, Vendor Questionnaire, and Vendor References Exhibit A Bid Location Line Item List.pdf Exhibit A Location Line Items Bid Attributes 1 Specification Acknowledgement Bidder has reviewed specifications and agrees that their bid adheres fully. If not, bidder will need to provide written explanation of any exceptions. Yes 2 Insurance Requirement Acknowledgement I have read and agree to the City of Pearland's Contractor Insurance Requirements & Agreement. 3 Local Bidder Preference Claim Form Bidder claims Pearland local bidder preference, pursuant to provisions of Local Bidder Preference claim form and Texas Local Government Code, Chapter 271.9051. No 4 Conflict of Interest Questionnaire I am submitting a completed and signed copy of the Conflict of Interest Questionnaire. 5 Non-Collusion Statement I am submitting a completed and signed copy of the Non-Collusion Statement. Vendor: Greenscapes Six, LLC ITB0125-10 Addendum 1Page 2 of 3 pages Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 6 Contractor Questionnaire I am submitting a completed and signed copy of the Contractor Questionnaire. I agree 7 Vendor References I have attached my company's list of references, as required. I agree 8 Cooperative Purchase Are these items on a cooperative purchasing agreement/contract? If so, please state which agreement and the contract number. These items are not a part of a cooperative purchasing agreement/contract. 9 Delivery/Installation Please state the anticipated delivery/installation time required for this project. No response Bid Lines 1 Please provide your Annual cost for proposed maintenance. Vendor will attach breakdown cost for each location. Bidders Bid Location Line Item List will be used to substantiate. Quantity:1 UOM:Annual Cost- Lump Sum Cost Price:$210,560.00 Total:$210,560.00 Response Total: $210,560.00 Vendor: Greenscapes Six, LLC ITB0125-10 Addendum 1Page 3 of 3 pages Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 Rough Cut, Open Ditch and Bridge Grounds Maintenance Mowing Contract Line Items Line Description UOM Acreage QTY Monthly Cost Annual Cost 1 Properties 1 1.1 IH-1A Mayor's Alley: Portion of Mayor's alley near apartments Month 0.49 12 $110.00 1,320.00$ 1.2 IH-1 Old Alvin Road: Bridge Crossing: Bridge crossing at walking trail bridge near Swenson Month 0.3 12 $75.00 900.00$ 1.3 IH-2 3rd St - Marys Creek Month 2.68 12 $75.00 900.00$ 1.4 IH-3 Industrial West: Industrial Drive on the west side of 35 (Main St.) Month 4.38 12 $200.00 2,400.00$ 1.5 IH-4 Industrial East: Industrial Drive on the east side of 35 (Main St.) Month 2.47 12 $300.00 3,600.00$ 1.6 IH-5 Dixie Farm Lot: Southwest side of Pearland pkwy and Dixie Farm Rd. connection Month 9.35 12 $150.00 1,800.00$ 1.7 IH-6 Friendswood Hastings Lot: Intersection of Friendswood Hastings and Dixie Farm Road Month 25.04 12 $300.00 3,600.00$ 1.8 IH-7 Hastings Friendswood: East side of Hastings Friendswood Rd. on city property Month 1.19 12 $75.00 900.00$ 1.9 IH-9 John Lizer Road: East side of John Lizer from Pearland pkwy to beginning of bridge at Mary's Creek and ending at Parkview Dr.Month 1.46 12 $125.00 1,500.00$ 1.10 IH-11 Library Lot: Lot behind library and fence line Month 0.73 12 $65.00 780.00$ 1.11 IH-12 Library Pond: Library pond Month 0.87 12 $75.00 900.00$ 1.12 IH-13 Shadybend ditch Month 0.24 12 $75.00 900.00$ 1.13 IH-14 Independence Trail: Beginning at E Mary's Creek Ln ending just past Mary's Creek Ct Month 1.41 12 $75.00 900.00$ 1.14 IH-15 East Mary's Creek Retention pond: Estimated at 1 pass behind the houses Month 4.09 12 $75.00 900.00$ 1.15 IH-16 McGinnis Road: Dixie Farm to drainage ditch Month 0.62 12 $125.00 1,500.00$ 1.16 IH-19 Green Tee Ditch: Moore north to Bogey Way Month 2.32 12 $450.00 5,400.00$ 1.17 IH-20 Country Club Ditch: Antrim north to creek Month 1.4 12 $500.00 6,000.00$ 1.18 IH-21 Barry Rose Road: Lot on east side of Barry Rose Month 1.82 12 $100.00 1,200.00$ 1.19 IH-23 Pearland Parkway Pond East: Pond on east side of Pearland Parkway near Clear Creek Month 17.88 12 $500.00 6,000.00$ 1.20 IH-24 Pearland Parkway Pond West: Pond on west side of Pearland Parkway near Clear Cree Month 5.76 12 $220.00 2,640.00$ 1.21 IH-25 Twin Creek Ditch and Pond to the east and 50' buffer and Hickory Knoll: Twin creek ditch and pond to the east - Glastonbury Ditch (Ditch runs parallel to Hickory Knoll)Month 5.99 12 $285.00 3,420.00$ 1.22 IH-26 Bishopton Lot: Ditch in front of City lot on Bishopton Month 0.25 12 $50.00 600.00$ 1.23 IH-27 Knapp Road: Intersection of Knapp and Old Alvin Road all the way to Brentwood Ln. Month 5.03 12 $250.00 3,000.00$ 1.24 IH-29 Houston Alley: Between Houston and SH35 / Jasmine and Plum Month 0.25 12 $45.00 540.00$ 1.25 IH-30 Orange and Washington Lot: Corner lot at intersection of N Washington and W Orange near railroad tracks. East side of N Washington.Month 2.94 12 $225.00 2,700.00$ 1.26 IH-32 North Pearland Alley: Jasmine North to Orange Month 0.59 12 $75.00 900.00$ 1.27 IH-33 North San Antonio Alley: Jasmine to Plum Month 0.24 12 $75.00 900.00$ 1.28 IH-34 North Washington Alley: Jasmine to Orange Month 0.41 12 $75.00 900.00$ 1.29 IH-35 North Washington Fence Line: Jasmine North to Plum Month 0.36 12 $75.00 900.00$ 1.30 IH-36 McHard Overpass Ponds: Ponds along McHard Phase 1 Month 6.37 12 $250.00 3,000.00$ 1.31 IH-38 Woody Road: Both corners of Woody Rd @ Orange St intersection then south from Cunningham Dr to Cherry St Month 0.38 12 $75.00 900.00$ 1.32 IH-39 Hatfield Road: Intersection of Jasper and Hatfield Month 0.02 12 $50.00 600.00$ 1.33 IH-41 O'Day Road: Starting at O'Day and McHard intersection all the way to Gardenia St. Month 2.92 12 $75.00 900.00$ 1.34 IH-42 Garden Road Water Tower Field: Field behind Garden Road Water Tower Month 5.49 12 $175.00 2,100.00$ 1.35 IH-43 Max Road: Beginning just south of Reid Blvd. bridge heading north to Hughes Ranch Rd. intersection Month 1.14 12 $150.00 1,800.00$ 1.36 IH-46 Lee Road: Lee Road Connection Month 0.65 12 $75.00 900.00$ 1.37 IH-47 Hill House Road: FM518 to Cemetery Westside Behind Wood Fence Month 0.23 12 $75.00 900.00$ 1.38 IH-48 MUD 5 Pond: Intersection of McHard and Cullen Month 79.62 12 $800.00 9,600.00$ 1.39 IH-55 Fite (Navarro - Dead End)Month 0.53 12 $100.00 1,200.00$ 1.40 IH-58 Bailey Bridge (Area Under Bridge)Month 3.01 12 $300.00 3,600.00$ 1.41 IH-59 Veterans Road: Starting on Veterans in front of Fire Admin buildiding heading south all the way to Veterans bridge near Bailey Rd Month 5.42 12 $190.00 2,280.00$ 1.42 IH-60 Magnolia Ponds (2): Ponds on Magnolia shoulders Month 1.04 12 $220.00 2,640.00$ 1.43 IH-61 Lee Lane Extension: Continuation of Lee Road From Dead End to Fence line Month 0.23 12 $70.00 840.00$ 1.44 IH-62 McLean Road: MClean bridge south of Springfield Ave Month 0.36 12 $75.00 900.00$ 1.45 IH-64 Harkey Road: Intersection of Harkey and Fite heading south past Bailey Rd.Month 3.27 12 $125.00 1,500.00$ 1.46 IH-66 Fite Road: Intersection of Mclean and Fite west to intersection of Fite and Cullen Pkwy Month 4.26 12 $200.00 2,400.00$ 1.47 IH-68 Fire Admin Fields: Fields behind Old Police Dept.Month 9.45 12 $400.00 4,800.00$ 1.48 IH-69 Walnut Road: Intersection of Walnut and Veterans, Continue west past Walnut Bend BlvMonth 2.64 12 $175.00 2,100.00$ 1.49 IH-71 McLean Road: Mclean bridge south of Jolie Dr. all the way to Colonial Dr. Month 2.32 12 $95.00 1,140.00$ 1.50 IH-72 McLean Road: Silsbee to Apple Springs Month 0.57 12 $85.00 1,020.00$ 1.51 IH-73 Hatfield Road: Broadway to Fite Month 2.45 12 $150.00 1,800.00$ 1.52 IH-73A Hatfield Trunk Line: Hatfield Road from Mary's Creek to Barricade on Magnolia Month 0.59 12 $90.00 1,080.00$ 1.53 IH-74 Broadway: Johnston to Ray Month 0.13 12 $55.00 660.00$ 1.54 IH-75 South Pearland Alley: Walnut north to FM 518 Month 0.56 12 $75.00 900.00$ 1.55 IH-76 South San Antonio Alley: Walnut north to FM 518 Month 0.53 12 $75.00 900.00$ 1.56 IH-77 South Washington Alley: Walnut to Pear Month 0.27 12 $50.00 600.00$ 1.57 IH-78 South Texas Alley: Walnut to Pear Month 0.34 12 $50.00 600.00$ 1.58 IH-79 South Sacramento Alley: Walnut to Just north of Pear Month 0.35 12 $75.00 900.00$ 1.59 IH-80 Hastings Cannon Lot: East property line between Land and Trailer Park Month 23.25 12 $200.00 2,400.00$ 1.60 IH-84 Barry Rose @ Pearland Parkway: Between Creekside Subdivision Fence and Sidewalk Month 0.54 12 $75.00 900.00$ 1.61 IH-85 Pearland Parkway Loop: Lot near Pearland Parkway's "Round-a-Bout" Month 0.57 12 $75.00 900.00$ 1.62 IH-86 Bailey Road: Veterans at Bailey to city limit sign Month 0.69 12 $50.00 600.00$ 1.63 IH-88 Garden Road: Garden Rd south all the way to Laurie St Month 3.79 12 $500.00 6,000.00$ 1.64 IH-95 Mykawa at Orange: Beginning at city line near beltway bridge on Mykawa, continues south to Cherry St Month 6.59 12 $250.00 3,000.00$ 1.65 IH-97A Roy Rd @ Sharon Ditch Month 0.11 12 $50.00 600.00$ 1.66 IH-97 Longwood @ Mary's Creek Bridge: Bridge deck Month 0.25 12 $75.00 900.00$ 1.67 IH-98 Wood Creek Drive @ Mary's Creek: Bridge deck Month 0.09 12 $75.00 900.00$ 1.68 IH-99 Longherridge @ Mary's Creek Bridge: Bridge deck Month 0.2 12 $75.00 900.00$ 1.69 IH-100 Country Club Drive @ Clear Creek Bridge: Bridge deck Month 0.21 12 $50.00 600.00$ 1.70 IH-101 Providence Village Drive @ Mary's Creek: Bridge deck Month 0.26 12 $50.00 600.00$ 1.71 IH-103 Robinson Drive @ Hickory Slough Bridge: Bridge deck Month 0.12 12 $50.00 600.00$ 1.72 IH-106 521@Shadow Creek Parkway Intersection Month 7.04 12 $300.00 3,600.00$ 1.73 IH-110 Hwy 35 @ Hastings Field Bridge: Bridge deck/ Roadside ditch. Begins on south side of Dixie Farm and contiues south to city limit sign Month 1.75 12 $150.00 1,800.00$ 1.74 IH-113 Hwy 35 @ Hickory Slough: Bridge deck Month 0.13 12 $50.00 600.00$ 1.75 IH-114 Hwy 35 @ Town Ditch: Bridge deck Month 0.16 12 $50.00 600.00$ 1.76 IH-116 Rockland Drive @ Corrigan Ditch: Bridge deck Month 0.07 12 $50.00 600.00$ 1.77 IH-119 Manvel Rd @ Marry's Creek Bridge: Beginning at Manvel Rd and CR 528 intersection continuing south past CR 580 ending before West Lea Ln.Month 1.14 12 $100.00 1,200.00$ 1.78 IH-124 Hatfield Road @ Hickory Slough: Intersection of Hatfield and McHard on the left side then continue south just past bridge Month 0.38 12 $50.00 600.00$ 1.79 IH-125 Miller Ranch @ Hickory Slough: Bridge deck Month 0.27 12 $75.00 900.00$ 1.80 IH-126 Country Place Parkway @ Southdown Ditch: Bridge deck Month 0.11 12 $50.00 600.00$ 1.81 IH-127 Kingsley @ Clear Creek: Begin at bridge then continue north to first drive way on the left side Month 0.35 12 $50.00 600.00$ 1.82 IH-128 Hwy 35 @ Clear Creek Bridge Month 0.2 12 $50.00 600.00$ 1.83 IH-129 Kingsley @ American Canal: Will begin at American Canal Bridge and continue all the way south to CR 584 Month 0.75 12 $100.00 1,200.00$ 1.84 IH-131 Forest Park Ln @ Town Ditch: Bridge deck Month 0.13 12 $50.00 600.00$ 1.85 IH-132 Shauntel @ Mary's Creek: Bridge deck Month 0.22 12 $75.00 900.00$ 1.86 IH-134 Roy Rd : Roadside ditch Month 1.55 12 $100.00 1,200.00$ 1.87 IH-142 Hughes Ranch Rd (Cullen Blvd - Stone Rd)Month 0.71 12 $75.00 900.00$ 1.88 IH-148 Cullen Pkwy: Roadside ditch Month 0.11 12 $75.00 900.00$ 1.89 IH-150 Woody Rd: Intersection of Woody Rd and (future) Mchard Rd south to Hickory Slough Month 0.28 12 $50.00 600.00$ 1.90 IH-157 Broadway St: Roadside ditch Month 1.18 12 $100.00 1,200.00$ 1.91 IH-161 Wells Road @ Massey Ranch Road Bridge: Roadside ditch / bridge deck Month 0.08 12 $50.00 600.00$ 1.92 IH-162 Cherry Pie - Broadway @ Cherry: Roadside ditch / greenspace median Month 0.17 12 $50.00 600.00$ 1.93 IH-165 Future Fire station on Old Alvin: Vacant undeveloped City property Month 3 12 $100.00 1,200.00$ Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 Line Items Line Description UOM Acreage QTY Monthly Cost Annual Cost 1.94 IH-166 Future Retention site on Old Alvin @ Walnut: Vacant undeveloped City property Month 2.94 12 $125.00 1,500.00$ 1.95 IH-294 3201 Centennial Village Open field Month 2.99 12 $150.00 1,800.00$ 1.96 IH-433 Surface Water Plant Month 33.52 12 $800.00 9,600.00$ 1.97 IH-435 Southeast waterwell pond (EST): retention pond Month 1.08 12 $100.00 1,200.00$ 1.98 IH-436 Magnolia Road at RR Crossing (EST.): Undeveloped property at near 4181 Magnolia Month 0.87 12 $50.00 600.00$ 1.99 IH-437 SOHO treatment plant road (EST): roadside ditch Month 0.46 12 $50.00 600.00$ 1.100 IH-439 N. Galveston alley: Alley south of duplex at intersection of Park and Plum Month 0.18 12 $50.00 600.00$ 1.101 IH-456 Harkey Rd Month 0.48 12 $50.00 600.00$ 1.102 IH-457 Orange St @ RR tracks Month 0.18 12 50 600.00$ 1.103 IH-458 Garden @ Sharon Month 0.08 12 $50.00 600.00$ 1.104 IH-459 Douglas St @ Beechcraft St: Along the sound wall and the ditch Month 0.09 12 $50.00 600.00$ 1.105 IH-462 Orange and Mykawa Pond Month 7.43 12 $400.00 4,800.00$ 1.106 IH-463 Mchard Extension Pond Month 5.03 12 $250.00 3,000.00$ 1.107 IH-464 Mchard @ O'day Pond Month 2.18 12 $150.00 1,800.00$ 1.108 IH-465 Mchard @ Hatfield Pond Month 49.54 12 $2,000.00 24,000.00$ 1.109 IH-449 Smith Ranch road side ditch from Hughes Ranch Rd to office center Month 5.47 12 $250.00 3,000.00$ Extra Services 2.1 Price per square foot to Hydro Axe Sq Ft 1 100.00$ 2.2 Price per acre to mow vacant property Acre 1 100.00$ 2.3 Price per acre to slope mow Acre 1 400.00$ 2.4 Price per acre for right-of-way mowing. Acre 1 400.00$ 2.5 Price per square foot for Restoration of ROW (removing all tree branches from encroaching within ROW)Sq Ft 1 400.00$ 2.6 Tree removal/ Stump remoal 1 1,500.00$ 2.7 Sludge Removal Sqyd 1 1,800.00$ Total 210,560.00$ Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4 Controlling Name of Interested Party4 Nature of interest City, State, Country (place of business) Intermediary (check applicable) CERTIFICATE OF INTERESTED PARTIES 1295FORM 1 of 1 1 OFFICE USE ONLY 2 05/06/2025 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. Name of business entity filing form, and the city, state and country of the business entity's place of business. Greenscapes Six, LLC Liberty, TX United States Name of governmental entity or state agency that is a party to the contract for which the form is being filed. Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 3 CIty of Pearland Rough Cut, Open Ditch and Bridge Grounds Maintenance Mowing ITB0125-10 2025-1305323 Date Filed: Date Acknowledged: Certificate Number: CERTIFICATION OF FILING Archer, Mike XLiberty, TX United States Taylor, Joseph XLiberty, TX United States 6 Signature of authorized agent of contracting business entity My name is _______________________________________________________________, UNSWORN DECLARATION Check only if there is NO Interested Party.5 My address is _______________________________________________, _______________________, and my date of birth is _______________________. Executed in ________________________________________County, I declare under penalty of perjury that the foregoing is true and correct. (street)(state) (zip code) (country) (year)(month) _______, ______________, _________. State of ________________, on the _____day of ___________, 20_____. (city) (Declarant) Version V4.1.0.e02d6221www.ethics.state.tx.usForms provided by Texas Ethics Commission Mike Archer 6123 Oleander DR Baytown TX 77523 USA Liberty TExas 6th May 2025 Docusign Envelope ID: D5FEED05-D173-487C-809D-58937D77A5A4