Loading...
HomeMy WebLinkAboutPR 20137: ELECTRICAL CONTRACT FOR PARKS _..._ __ 4 City of )41•z Ort r1irrir INTEROFFICE MEMORANDUM Date: March 20, 2018 To: The Honorable Mayor and City Council Through: Harvey Robinson, Interim City Manager From: Clifton Williams, Purchasing Manager RE: PR 20137—Electrical Contract for Parks Introduction: The intent of this Agenda Item is to seek City Council's approval for City Manager to enter into a contract for electrical work for various Parks. Background: On January 21, 2018, the Purchasing Department received only one proposal from Gulf Coast Electric of Beaumont Texas. Gulf Coast has done previous work with the Parks Department. Park's staff state that they are a quality contractor. The cost for this contract was based on the labor rates, rental rates for equipment and materials cost stated on Gulf Coast Electric's cost sheet, attached as Exhibit"A". Budget Impact: The projected budgetary impact for this service is $50,000. The O&M Budget Account numbers is 001-1207-531.39-00 Recommendation: It is recommended that City Council adopt Proposed Resolution No. 20137, which authorizes City Manager to enter into a contract for electrical work at various parks. "Remember,we are here to serve the Citizens of Port Arthur" P. R. #20137 03/18/18 cw/gt/ht RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH GULF COAST ELECTRIC CO. INC., OF BEAUMONT, TEXAS, FOR ELECTRICAL REPAIRS AND MAINTENANCE AT VARIOUS PARKS WITH AN ANNUAL PROJECTED BUDGETARY IMPACT OF $50,000.00. FUNDING AVAILABLE IN ACCOUNT 001-1207-531.39-00 AND THE BUILDING MAINTENANCE ACCOUNT FOR OTHER DEPARTMENTS THAT MAY USE THIS CONTRACT WHEREAS, the City Council finds it in the best interest of the City of Port Arthur to provide for electrical repairs and maintenance at City parks and facilities; and, WHEREAS, the Purchasing Division sent out request for proposals to vendors and only received one (1)proposal on January 31, 2018; and, WHEREAS, Gulf Coast Electric Co., Inc., was the only proposal submitted and since Gulf Coast was the previous contract and/or was a quality contractor, Parks recommends a contract with annual budgetary impact of $50,000.00, with an option to renew for two (2) additional one year periods; and, WHEREAS, the unit cost for this contract with Gulf Coast Electric is attached hereto as Exhibit"A"; and, WHEREAS, this contract will primary used by Parks other departments may use the contract when necessary; now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR, TEXAS: Section 1. That the facts and opinions in the preamble are true and correct. Section 2. That the City Manager of the City of Port Arthur is hereby authorized to execute a one (1) year contract with the option to renew for two (2) additional one (1) year periods between the City of Port Arthur and Gulf Coast Electric Co. Inc., to provide electrical P. R. #20137 03/18/18 cw/gt/ht repair and maintenance at City parks and facilities with a projected budgetary impact of $50.000.00, in substantially the same form as attached hereto as Exhibit"B". Section 3. 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., 2018, at a Regular Meeting of the City Council of the City of Port Arthur, by the following vote: AYES:(Mayor) Councilmembers: • NOES: Derrick Ford Freeman Mayor ATTEST: Sherri Bellard, City Secretary APPROVED AS TO FORM: \rOJ D Val Tizeno, City Attorney APPROVED AS TO ADMINISTRATION: Harvey Robinson, Interim City Manager • P. R. #20137 03/18/18 cw Page 3 Kandace Tappen Assistant City Manager Interim Director of Parks and Recreation APPROVED AS TO AVAILABILITY OF FUNDS: )(eui.,--c— Andrew Vasquez, A Director of Finance 6b "0 ,,,,,th,,,, Clift. Williams, CPPB Purchasing Manager P. R.#20137 03/18/18 cw/gt/ht EXHIBIT "A" P. R.#20137 03/18/18 cw/gtlht City of -'-71 CITY OF PORT ARTHUR TEXAS Bid Tabulation /rljliy��1 ort rIh«� Texas Request for Proposals Electrical Maintenance & Repairs at Various City Parks for City of Port Arthur Bid Opening Date: January 31,2018 Firm Name Location Gulf Coast Electric Co., Inc. Beaumont,TX Clifton Williams February 6, 2018 Clifton Williams, CPPB, Acting Purchasing Date Manager tec +r ; c • COST PROPOSAL APPENDIX A January 31,2018 Using this form, each proposer must state its proposed charges. Each proposer's charges must include the entire cost of providing the services identified in this RFP. 1. Labor Charge(Monday-Friday 8am-5pm). A. Journeyman $ 70.0'0 Hourly Rate per Person B. Apprentice $ 35.00 Hourly Rate per Person 2. Labor Charge (After 5pm, Weekends, or Holidays). A. Journeyman $ '7/• 00 Hourly Rate per Person B. Apprentice $ 3 R 00 Hourly Rate per Person 3. Rental Rates A. Man Lifts/Hydraulic Lifts. $ 50.00 Per Hour B. Winch Truck $ 15:00 Per Hour C. Boom Truck $ 00 Per Hour D. Pole Line Truck. $ 765 00 Per Hour E. Other /V\.n'- X $ 0v Per Hour F. Other 6c, ck he - $ .261.00 Per Hour G. Other c k;cI tcer. $ ‘25:60 Per Hour 4. Materials Cost Ballast Cost A. 1500 watt mogul base universal burn metal halide $ L/'I.SD s / O0 B. 1000 watt mogul base universal burn metal halide $ 4/•%O $ /3 5-00 C. 1000 watt mogul base incandescent $ N/tv $ N/A D. 50 watt medium base high pressure sodium $ /V ,-U $ /6 0•oU E. 50 watt medium base high pressure sodium $ /4".5'O $ 75.00 F. 100 watt medium base high pressure sodium $ /4.25 $ o 0 G. 150 watt medium base high pressure sodium $ / $ 8 5 0 0 Page 15 of 26 Czas 4.- e c:fr c cc., c Materials Cost Ballast Cost H. 250 watt medium base high pressure sodium $ / g.Z6" $ 45:00 I. 400 watt medium base high pressure sodium $ /1. 025 $ q 5�•oo J. 1000 watt mogul base high pressure sodium $ /6 5 ) $ 1.20.0 d K. 50 watt mercury vapor $ 6 $ /00. 00 L. 175 watt mercury vapor $ /1• a5 $ /70.o) 5. Materials and/or equipment furnished by the contractor shall be billed at cost plus /5 'O Percent Markup. The City of Port Arthur reserves the right to request copies of invoices from the contractor for material or equipment cost that shall include freight cost. Page 16 of 26 P. R. # 20137 03/18/18 cw/gt/ht EXHIBIT "B" P. R. #20137 03/18/18 cw/gdht CONTRACT FOR ELECTRICAL REPAIRS & MAINTENANCE AT VARIOUS CITY PARKS THIS AGREEMENT, made this day of , 2018, 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 Gulf Coast Electric Co., Inc. 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 (1) year from the date stated on the Notice to Proceed, with an option to renew for two (2) additional one (1) year periods, unless sooner terminated under the provision hereof The City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle within fifteen(15) days written notice. 2. The Contractor will supply electrical repair service at various parks 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 in the amounts stated in bid documents. 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) General Information 3) Specification 4) Bid 5) Notice of Award 6) Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first written above. P. R. # 20137 03/18/18 cw/gtlht Signed on the day of 2018 ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY Signed on the day of 2018 ATTEST GULF COAST ELECTRIC BY CITY SECRETARY PRINT NAME: TITLE: CITY OF PORT ARTHUR ADVERTISEMENT FOR BIDS Request for Proposal Electrical Repairs & Maintenance January 7, 2018 January 14, 2018 CITY OF PORT ARTHUR,TEXAS REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN THAT sealed Proposals,addressed to the City of Port Arthur,will be received at the Office of the City Secretary,City Hall 444-4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no Later than 3:00 P.M.,Wednesday,January 31,20I8 and all bids received thereafter be opened and read aloud on Wednesday,January 31,2018 at 3:15 P.M.in the City Council Chambers.5th Floor.City Hall.Port Arthur. Texas for certain services briefly described as: Request For Proposal ELECTRICAL REPAIRS&MAINTENANCE Proposals received after closing time will he returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office.434-4th Street. City of Port Arthur.and are open for public inspection without charge.They can also be retrieved from the City's wcbsitc at www,portarthur.net or www.publicourchasc.com. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not award a contract to a company that is in arrears in its obligations to the City. Clifton Williams.CPPB Purchasing Manager OF PORT ARTHUR,TEXAS FIRST PUBLICATION: January 7,2018 CITY IREQUEST FOR PROPOSALS SECOND PUBLICATION: January 14,2018 NOTICE IS HEREBY GIVEN THAT sealed Proposals,addressed to the City of Port Arthur,will be received at the Office of the City Secretary,City Hall 444-4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no later than 3:00 P.M.,Wednesday,January 31,2018 and all bids received thereafter be opened and read aloud on Wednesday,January 31,2018 at 3:15 P.M.in the City Council Chambers,5th Floor,City Hall,Port Arthur, Texas for certain services briefly described as: Request For Proposal ELECTRICAL REPAIRS&MAINTENANCE Proposals received after closing time will be returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,44-4th Street, City of Port Arthur.and are open for public inspection without charge.They can also be retrieved from the City's website at wwwportarthur.net or www.publicpurchase.com. • The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Scc.2-262(C)of the City's Code o! Ordinance,the City Council shall not award a contract to a company that is in arrears in its obligations to the City. Clifton Williams,CPPB Purchasing Manager FIRST PUBLICATION: January 7,2018 SECOND PUBLICATION: January 14,2018 DERRICK FORD FREEMAN,MAYOR 11// HARVEY ROBINSON CAL J.JONES,MAYOR PRO TEM • INTERIM CITY MANAGER gibk COUNCIL MEMBERS: City of SHERRI BELLARD CITY SECRETARY RAYMOND SCOTT,JR. KAPRINA RICHARDSON-FRANK �,— THOMAS KINLAW,III 0 I"t )'t{i i[i' VAL TIZENO HAROLD DOUCET,SR. CITY ATTORNEY WILLIE"BAE"LEWIS,JR. �< OSMAN SWATI CHARLOTTE MOSES January 8,2018 REQUEST FOR PROPOSAL ELECTRICAL REPAIRS & MAINTENANCE CONTRACT DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central Standard Time, Wednesday, January 31, 2018. (The clock located in the City Secretary's office will be the official time.) All proposals received will be read aloud at 3:15p.m. on Wednesday, January 31, 2018 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public disclosure of contents; however, only the names of proposers will be read aloud. MARK ENVELOPE: P18-025 DELIVERY ADDRESS: Please submit one (1) original and three (3) exact duplicate copies of your RFP to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR,TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Request for Proposal should be directed in ritin<2 to: City of Port Arthur, TX Clifton Williams, CPPB, Senior Purchasing Assistant P.O. Box 1089 Port Arthur, TX 77641 Clifton.Williams@portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 1089 444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 The enclosed REQUEST FOR PROPOSAL (RFP)and accompanying General Instructions are for your convenience in submitting proposals for the enclosed referenced services for the City of Port Arthur. Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFP submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted RFP submittals will not be accepted. Ge)zieend- Clifton Williams, CPPB Purchasing Manager Page 2 of 26 REQUESTS FOR PROPOSALS ELECTRICAL REPAIRS & MAINTENANCE (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid,we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: CITY OF PORT ARTHUR Page 3 of 26 REQUEST FOR PROPOSALS ELECTRICAL REPAIRS & MAINTENANCE OBJECTIVE The City of Port Arthur is seeking a response to the Request for Proposals (RFP) to furnish all labor and materials to repair, service, or install electrical systems for the Parks and Recreations Department, Pleasure Island & Other City Departments. This service is for lighting for parks, ball park fields, tennis courts, and outdoor basketball courts, and other electrical work at various parks throughout the City of Port Arthur. Occasionally the contractor may be asked to provide electrical service to other City Buildings & Equipment, when City staff is unable to perform the work. BACKGROUND 1. The contract will be one-year will be one year with the option to renew for two (2) additional one-year periods. The City of Port Arthur Parks & Recreation Department services the lighting for the parks and buildings shown under their section in Appendix F. 2. The parks and gyms are used for baseball, football, soccer and basketball leagues. 3. The Pleasure Island Commission services the lighting for the parks and buildings shown under their section in Appendix F. 4. Work may also include electrical work for other City Departments. Park Lighting is the primary function of this contract, but occasionally other electrical services may be needed. 5. The electrical contractor may be responsible to work with or in the absence of the City of Port Arthur Electrical Division. 6. The contract term is one year with the option to renew for two additional one year periods. 7. List of the other locations is shown in Appendix F. SCOPE OF WORK 1. All hourly rates shall be from the time the contractor arrives at the job site until time of completion of work. 2. All travel cost is to be included in the hourly rate. 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. Repair or replace ball field lighting with poles of various types and lights up to or over 80 feet in height and replace these poles if needed. 5. Install new pole lights if needed and adjust aiming per manufacturer specifications. 6. Replace ballast and lamps at ball fields. 7. Electrical services in voltages of 120/240 volt 3-phase, single phase services, and services up 480 volt 3-phase. 8. Install lighting contactors and disconnects that need to be replaced. 9. Install power under dock areas, main distribution panels, motor starters, disconnects, motors, panel boards, level switches, transformers, shunt trips, micro switches, ADA standards for proper height of devices, switch racks, and air conditioning connections. 10. Install new circuits for additions to buildings and trouble shoot any type of electrical problem within building. Page 4 of 26 11. Electrical work on generators, pumps, or other equipment 12. Contractors must perform underground electrical installations per NEC (National Electric Code). 13. Follow the NFPA 70 E code when needed. 14. Contractor must present a valid State Electrical License and State Contractors license. 15. Contractor will only perform work when called by an authorized City representative. Page 5 of 26 The City of Port Arthur requires comprehensive responses to every section within this RFP. Conciseness and clarity of content are emphasized and encouraged. Vague and general proposals will be considered non-responsive and will result in disqualification. To facilitate the review of the responses, Firms shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Vendors with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Failure to arrange the proposal as requested may result in the disqualification of the proposal. It is requested that proposals be limited to no more than 50 pages, excluding resumes. All pages of the proposal must be numbered and the proposal must contain an organized, paginated table of contents corresponding to the sections and pages of the proposal. A.) EXPERIENCE The offeror shall provide the following information. 1) Experience with Ball Park Lighting. 2) The number of years in business. 3) Professional affiliations. 4) Recent examples of similar Electrical projects. B.) PERSONNEL QUALIFICATIONS Contractors assigned by the offeror shall specialize in Electrical Services. This experience shall be documented in a resume for each staff member of the organization that will be selected to provide Electrical Repairs & maintenance at Various City Parks. The offerors' description shall also describe the proposed staffing level required to perform the services and a list of all key members of the offeror's team (except administrative support staff). Indicate the level of effort and function of each member of the project, and the length of each staff member's direct experiences. Include resumes of these individuals. The resumes should include the following minimum information: 1) Name 2) An explanation of the function they will perform and their title by classification. 3) Their relevant educational background. 4) Their relevant work experience. 5) Their work experience with local, state and federal government clients. 6) Any specialized skills, training, and/or credentials that is relevant to the required services; (e.g., degrees, certificates, etc). C.) REFERENCES Include three (3) business references for which similar services have been provided. Include the following: 1) The term (beginning and ending dates) of your contract agreement(s); 2) A brief description of the scope of work; and 3) Contact name, title, address, email, and telephone number. Page 6 of 26 The offeror(s) hereby authorize(s) and request(s) any person, firm, corporation and/or government entity to furnish any information requested by the City in verification of the references provided and for determining the quality and timeliness of providing the services. See Appendix C. 1).) COST Please include the expected amount your firm would be compensated for services provided to the City of Port Arthur. The City will consider hourly rates, flat fees, and percentage over cost. While price is an important factor, it will be considered as just one factor in the evaluation and selection process. The proposer must utilize the form provided in Appendix A in its submission of a cost proposal in response to this RFP. The cost proposal must be included in each copy of the proposal. Page 7 of 26 EVALUATION AND SELECTION PROCESS All proposals will be screened by an evaluation committee and those proposers selected for a short list may be invited to attend an interview, at the proposers own expense. Any invitation for an oral presentation will be solely for the purpose of clarifying proposals received from each qualifying proposer, and will not represent any decision on the part of the evaluation committee as to the selection of a successful proposer. The City will evaluate all responses based on the experience, personnel qualifications, references, methodology/strategy, cost, and quality of response. The City reserves the right to negotiate the final fee prior to recommending any Vendor for a contract. The City's process is as follows: 1. The evaluation committee shall screen and rate all of the responses that are submitted. Evaluation ratings will be on a 100 point scale and shall be based on the following criteria: a. Experience (25 points) h. Personnel Qualifications (30 points) c. References (15) d. Cost(30 points) 2. City staff shall recommend the most qualified Vendor to the City Council and request authority to enter into contract negotiations. 3. When services and fees are agreed upon, the selected Vendor shall be offered a contract subject to City Council approval. 4. Should negotiations be unsuccessful, the City shall enter into negotiations with the next, highest ranked Vendor. The process shall continue until an agreement is reached with a qualified Vendor. 5. This RFP does not commit the City to pay for any direct and/or indirect costs incurred in the preparation and presentation of a response. All finalist(s) shall pay their own costs incurred in preparing for,traveling to and attending interviews. The City reserves the right to use all pertinent information (also learned from sources other than disclosed in the RFP process)that might affect the City's judgment as to the appropriateness of an award to the best evaluated proposer. This information may be appended to the proposal evaluation process results. Page 8 of 26 GENERAL INFORMATION: Proposers are cautioned to read the information contained in this RFP carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Best Offer in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. 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. WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting written request, over the signature of an authorized individual,to the Purchasing Division any time prior to the submission deadline. The proposer may thereafter submit a new proposal prior to the deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be considered if submitted after the deadline. 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. 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 RFP will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the proposal to be Page 9 of 26 rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively, beginning with 1. 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.: Parks & Recreation, 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. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this RFP. Page 10 of 26 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. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. Page 11 of 26 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. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or$500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or Bodily injury$1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. 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 Page 12 of 26 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. PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100%) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. Page 13 of 26 APPENDICES A. Cost Proposal B. Vendor References C. Letter of Interest D. Affidavit E. Conflict of Interest Questionnaire F. List of Locations G. HB 89 H. SB 252 I. Non-Collusion Affidavit Page 14 of 26 gLA- 1c C,oas + Etec +r , r\C. . COST PROPOSAL APPENDIX A January 31,2018 Using this form, each proposer must state its proposed charges. Each proposer's charges must include the entire cost of providing the services identified in this RFP. 1. Labor Charge(Monday-Friday 8am-5pm). A. Journeyman $ 70•°Q Hourly Rate per Person B. Apprentice $ 3.5.O0 Hourly Rate per Person 2. Labor Charge (After 5pm, Weekends, or Holidays). A. Journeyman $ '7/. 0° Hourly Rate per Person B. Apprentice $ 3 9•00 Hourly Rate per Person 3. Rental Rates A. Man Lifts/Hydraulic Lifts. $ .CD•00 Per Hour B. Winch Truck $ '760O Per Hour C. Boom Truck $ 5A v0 Per Hour D. Pole Line Truck. $ 16:00 Per Hour E. Other /A a - ( $ 25.00 Per Hour F. Other l3 o ck e $ ,2 S 00 Per Hour G. Other k,`c tcef $ 02,5-40 Per Hour 4. Materials Cost Ballast Cost A. 1500 watt mogul base universal burn metal halide $ 41/.50 $ /$' B. 1000 watt mogul base universal burn metal halide $ Ili•6 $ /36-do C. 1000 watt mogul base incandescent $ NM' $ D. 50 watt medium base high pressure sodium $ /�f ,SU $ /(,o• oc) E. 50 watt medium base high pressure sodium $ $ 75.O ' F. 100 watt medium base high pressure sodium $ /4.2.5 $ &5=00 G. 150 watt medium base high pressure sodium $ /�' � $ $5 00 Page 15 of 26 u (fir c-6a-3 - 1 e c'Sr i c. Co., c_r,n c. Materials Cost Ballast Cost H. 250 watt medium base high pressure sodium $ / '.Z5- $ 45 oO I. 400 watt medium base high pressure sodium $_ /7. a $ .15".00 J. 1000 watt mogul base high pressure sodium $ 4/66-0 $ /.20.0 K. 50 watt mercury vapor $ / 2 6 $ /00. 00 L. 175 watt mercury vapor $ i• a5 $ /70.00 5. Materials and/or equipment furnished by the contractor shall be billed at cost plus /6 PP Percent Markup. The City of Port Arthur reserves the right to request copies of invoices from the contractor for material or equipment cost that shall include freight cost. Page 16 of 26 v. rrcis 4" LJ(ec_17► t l.o .� �r C APPENDIX B VENDOR REFERENCES Please list at least three (3) companies or governmental agencies where the same or similar products and/or services as contained in this specification package were recently provided. THIS FORM MUST BE RETURNED WITH YOUR BID. REFERENCE ONE Government/Company Name: L0.w.o.c (i(n;✓tr ;�c — 141C1,5 cam/ Address: . O. 60(,c /00/(0 , ,sea cc,r_ort• , '7X '7'17/O Ass;sf • P/ann; 8 19cs%cri Contact Person and Title: Ph1 1 A r royas - Paz: (;4;es 06;:� Phone: LI09- 8o - 85.27 Fax: 4/09-- S ~ a/�� , �,crbd�c /-/and(¢ tier ene`"���a,.rls, tiew� Contract Period: 41/( I I5 _ �/3 II g Scope of Work: Aa�a' 4't� '-''Sf'~*' k,.r�°.itas p ('nn�trw4f3o� , Sr.r _ �f�^g REFERENCE TWO Government/Company Name: C,(`.1-y o4 beau-,n.o8“ ( -. c5rrvyces Address: /b't/ /'�✓(r St. ) �eacA.trt '7'7?03 Contact Person and Title: Xacnda- 1 Pee+ - (5c,-per i r +ende.hf Phone: zi09 - So -3 2-- Fax: 1701"- 833 - 'c332 1-jav�ctk Emerecvs L'�f,S� �`— q Or 44:,,P .:1, •Cer oY�-r ,fc ui/d:.�SS, Contract Period: iot i!`1 - /9-4/18' Scope of Work: �5cvcr e r.��s,L;1-4.54-4-fries, s t�.1/45h.}'4. ese,nc tTwgped er.s REFERENCE THREE Government/Company Name: EasE am hers =SD Address: /95-5 `5ta-{c- 14,4-1. (a�f (,�, n,�;e ,�)G `?'?GGA Contact Person and Title: /I rcr, .5 ph /YIa; APPENDIX C LETTER OF INTEREST RFP—Electrical Maintenance &Repairs Deadline: January 31, 2018 The undersigned firm submits the following information (this RFP submittal) in response to the Request for Proposals (as amended by any Addenda), issued by the City of Port Arthur, TX (City) to supply Electrical Maintenance & Repairs for City of Port Arthur. Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: ❖ Completed RFQ Letter of Interest Form ❖ Completed Affidavit • Completed Conflict of Interest Form • Completed Non-Collusion Affidavit ❖ HB 89 ❖ SB 252 Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. Firm also understands that all costs and expenses incurred by it in preparing this RFP and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFP. Firm accepts all terms of the RFP submittal process by signing this letter of interest and making the RFP submittal. This RFP shall be governed by and construed in all respects according to the laws of the State of Texas. Cq asc Co, Y . /' 3/- 18' F' i \a V' Date / / Pies;dm 4- ori? ZdtUI.0 Title Mont'l (tet}. PiLcxck 409 - X33 - c2.8a g opf. �3 Name(please print) Telephone ke_/v►n ` �S(' arci'� 1«-I"loo. 0„.-13VYA Email Page 18 of 26 APPENDIX D AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: /hereby hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. CiuZr c • /-3/47 F. _ e Date. 410 PIP Pres ;deo 7/ fi'rizcc Sign' ture Title Morttc1 cA). Y,'c& rV09- 533 02 �� ; � �. #3 Name(please print) Telephone key;n j p; ceLrat @ rAeo . co Email l STATE: spa COUNTY: J e Fc rs a w SUBSCRIBED AND SWORN to before me by the above named ; pit17-`( 63, Gi .t) on this the f day of StA UA,.Y', 20 . . „ow P,,, DEBBIE HEASLET jkLei"-- r° l���� ID#12354810 0,.41 My Commission Expires Notary Public q�� June 08,2021 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 19 of 26 t APPENDIX E CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to tho law by H.B.23,64th Log..Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Rxeived has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of die local governmental softy not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1),Local Government Coda. A vendor commits an offense If the vendor knowingly violates Section 176.006,Local Government Code.An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity, Mo>1f9n?I • p. c�t.r) Check tftis xifyouarefilinganupdatetoapreviouslytiledquestionnaire.(7helawrequiresthatyoufileanupdated 1 completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which NIAyou became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. Name of Officer J Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(aX2)(A).Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described.Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than Investment income,from the vendor? n Yes L1No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? n Yes [V(NO Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership Interest of one percent or more. C• „..x it the vendor has give. e local gover - '>-r or a family member of the officer one or more gifts as desc".•-• in Sect', 176.003 ')(B),excl • g gifts de .-d in Section 176.003(a-1). .`. A.. ..n . .- in: s with the governmental entity Data Form provid • Texas Sties C•- lesion www.ethics.state.tx.us Revised 11(30.2015 Page 20 of 26 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomptete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm.For easy reference below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state.or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a)A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income,other than investment income,that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family memberof the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed:or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a)Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a tamily member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity.or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gilt described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application.response to a request for proposals or bids,correspondence. or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a):or (C) of a family relationship with a local government officer. Forrn provided by Texas Ethics Commission www.ethics.state.ix•us Revised 11:80.2015 Page 21 of 26 APPENDIX F LIST OF LOCATIONS PAGE 1 of 2 PARKS & RECREATION LOCATIONS Item# Location Name Address 1 S/Sgt Lucian Adams 3400 60th Street 2 County Park 6000 Ray Avenue 3 Bryan Park 1000 Gulfway Drive 4 Cecil Reynolds Park 3900 36th Street 5 Rose Hill Park& Manor 2900 Proctor 6 Barbara Jacket Park 100 Gilham Circle 7 Pioneer Park 3400 17th Street 8 Eagles Park 2940 West 59th Street 9 Boardwalk 400 Lakeshore 10 Fishing Pier 400 Lakeshore (East side of Boardwalk) 11 Pavilion 500 Proctor Street 12 Lyons Park Corner of Broadway and 7th Avenue in Sabine Pass 13 Mosely Pool 1219 Joe Louis 14 Lakeview Pool 5200 7th Street 15 J. B. Matthews Building 748 Reverend Doctor Ransom Howard St. 16 Amos Evans Recreation Center 1308 9th Ave, Port Arthur, TX PLEASURE ISLAND LOCATIONS Item # Location Name Address 1 Logan Park 422 T. B. Ellison Parkway 2 Lakefront Park 1521 W. T. B. Ellison Parkway 3 Boat Ramp at RV Park 540 South Spoil Levee Road Pleasure Island Commission 4 Office 520 Pleasure Pier Blvd. Page 22 of 26 LIST OF LOCATIONS PAGE 2 of 2 OTHER CITY LOCATIONS Location Name Address City Hall & Annex 444 4th Street Health 449 Austin Avenue Operation Center 201 H. O. Mills Road Equipment Services 103 H. O. Mills Road Library 4615 9th Avenue Central Fire Station, Police, & Municipal Court 645 4th Street, Civic Center 3401 Cultural Center Drive Water Service Center& Water Warehouse 111 H. O. Mills Road Wastewater Plant 6300 Procter Street Extension Water Purification 1101 H. O. Mills Road Department Club 1924 Lakeshore Drive Robert E. Gabby Eldridge Sabine Pass Community Center 5262 South Gulfway Rymann Building 3248 39th Street, Port Arthur, TX El Vista Community Center 615 Ellias Street Barker Bldg 649 Stadium Road Old Fire Station#6 3300 Memorial Blvd West Side Development Center 601 Reverend Doctor Ransom Howard Street Fire Station#1 1215 Woodworth Blvd Fire Station#2 1201 Grannis Fire Station#3 2232 Canal Fire Station #4 5030 S. Gulfway Drive Fire Station#5 6099 L. Foster Drive Fire Station #6 4448 9th Avenue Fire Station#8 7800 9th Avenue Transit Terminal 3000 Procter Street Transit Service Center 320 Dallas Transit Administration Building 344 Procter Animal Control Shelter 201 4th Street Electrical Building 320 Austin Any other Location the City may need electrical service at Page 23 of 26 APPENDIX G House Bill 89 Verification l Monk' 1A) Pi card (Person name), the undersigned representative (hereafter referred to as "Representative") of Gµ � C...0ccs+ El c_f"e • , Ty. c • (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. s� ATU'E OF -EPRESENTAT E SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this PST day of j-kA)t_LA-s ( , 20 18. • Atze/Leaja..- Notary Public CPPV PSB DEBBIE HEASLET ID#12354810 My Commission Expires Page 24 of 26 vzrx r June 08,2021 b APPENDIX H SB 252 CHAPTER 2252 CERTIFICATION I, M orN-h.‘ (,v. P eo-r , the undersigned and Representative of CA-1.4. t P Coes+ IICo. , `Z (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051 , Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. MoinCc- (13. Name of Cor pany Represen -.tive (Print) L Af& Sit ature of Carrany Representative 1- 31- f . Date Page 25 of 26 APPENDIX I NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. ;:z:: joir („7,9 �^n vL0rt l,` • . carat Title: Q re Company: Gn n w� + C.o a,s+ cwt r‘c Co., • - -- -_ Date: F 0,efi &• SUBSCRIBED and sworn to before me the undersigned authority by f),-c•-Ydthe 315f cf. rian_,Zyl iron behalf of said bidder. ea_jsk. Notary Public in d for the State of Texas My commission expires: 6-0,2a2 ,Ppi P� DEBBIE HEASLEF zfk ID#12354810 iNMy Commission Expires `kiitisP June 08,2021 Page 26 of 26 . � Residential u( CoastCommercial T l,,, T Industria! .y l nc. ECL 18185 2005 Pecos @ Fourth • Beaumont, Texas 77701 January 31, 2018 City of Port Arthur Electrical Repairs & Maintenance Contract Re: Experience The experience we have with ball park lighting consists of changing lamps, capacitors, disconnect, and ballasts, installation of pole bases and poles up to and over 120 feet, replacement of pole light fixtures, re-aiming of lights, and installation of underground power. The experience we have with electrical work for other City Departments consists of installation of electrical services for single phase services, 3-phase 120/240V services, 3-phase 480V services and installation of both overhead and underground services, installation and replacement of lamps, ballasts, and lighting inside and outside buildings, installation of power under dock areas, main distribution panels, motor starters, disconnects, motors, panel boards, level switches, transformers, shunt trips, micro switches, switch racks, air conditioning/AHU connections, new circuits, receptacles, and GFCI's for additions to buildings, troubleshooting of any type of electrical problem within buildings, electrical work on generators, pumps, and other equipment, and ADA standards for proper height of devices. All electrical work will be performed per NEC (National Electrical Code) and City regulations and will follow the NFPA 70 E code when needed. 409 833-2828 • Fax 409 833-4308 • www.ulfcoastelectric.com Residential Coast Electric ‘1:11157 Commercial industrial c^., me. 18185 2005 Pecos @ Fourth • Beaumont, Texas 77701 January 31, 2018 City of Port Arthur Electrical Repairs& Maintenance Contract Re: Company Information Gulf Coast Electric Company,Inc. is one of the most established companies in Beaumont, serving the area since 1951. We have been incorporated since 1966 and HUB certified as a woman owned business for many years. The officers are Monty Picard,Owner/Secretary/Treasurer and Sidney L. Picard, Vice President. Gulf Coast Electric has been certified by the State of Texas as a Historically Underutilized, woman-owned business since December, 2004. We have 67 years experience in repairing and maintain sports lighting projects, beginning with Vidor High School. We specialize in commercial, light industrial, new construction and remodeling, underground distribution, data wiring, and residential. We have 46 licensed electricians and apprentices. Below is a list of the maintenance contracts we are handling at this time: Lamar University—Beaumont, TX Lee Nguyen 409-880-8109 City of Beaumont—Beaumont, TX Randal Peet 409-651-2354 Spindletop Center—Beaumont,TX Richard Trimble 409-784-5408 East Chambers ISD—Winnie, TX Darren Smith 409-651-1775 Trinity Bay Conservation District—Stowell, TX Jerry Shadden 409-296-3602 Tri-Con, Inc. Ron Nicklas 409-835-2237 We are interested in developing relationships with contractors and clients who are seeking quality work at fair prices and making the customer's needs first priority. Gulf Coast Electric would consider it a great pleasure to work with you in any way we can as the need arises. We will furnish an emergency call-out list. If you have any questions or comments, please contact the office. Sincerely, Gulf Co. -. r'-- ompa Inc. / jo / Age 1410 Mon W. Picard President M W P/sjp Cc: Files IGWT 409 833-2828 • Tax 409 833-4308 • wwwgu fcoastefectric.com C° Residentia! Wast Commercial 4 (14'41 .1 .L7Ekct1* Industria! Co,ug- J Inc• ?ECL 18185 2005 Pecos @ Fourth • Beaumont, Texas 77701 January 31, 2018 City of Port Arthur Electrical Repairs& Maintenance Contract Re: Professional Affiliations 1. Historically Underutilized Business—Woman-Owned since 2004 2. National Electrical Contractors Association 3. American General Contractors 4. IBEW Local 479 5. Texas Department of Licensing and Regulation 409 833-2828 • Tax 409 833-4308 • wzuw.gutfcoastelectric.com Gulf Coast Electric Co., Inc. A. 4) Recent Examples of Similar Electrical Projects DESCRIPTIOPN START DATE DESCRIPTION START DATE BISD-DISHMAN ES-TRANSFORMER 1/3/2016 CITY OF BMT-WATER PROD-POLE LT 12/27/2016 BISD-ADMIN.BLDG-GENERATOR RPR 1/4/2016 BISD-CAREER TECH CTR-WELDING RECPTS 1/6/2017 KELLY HS-POLE LT ON BASEBALL F 1/4/2016 BISD-OZEN HS-CAFETERIA-LOST PW 1/9/2017 SIENNA SHIPYD-TS 2 POLE LTS. 1/7/2016 BMT HOUS-MAIN OFFICE-POLE LTS 1/24/2017 MHMR-NORTH C-PARK.LOT-POLES/WA 1/8/2016 MUSCO-FT.ANAHUAC PARK-POLE LTS 1/27/2017 CITY OF BMT-EC-CAN LT/POLE LTS 1/12/2016 ENERGY COUNTRY-POLE LTS 2/13/2017 PT.ARTHUR RV-2 GFCI'S/2 POLES 1/12/2016 MUSCO-ANAHUAC SPORTS-POLES 2/14/2017 BISD-CENTRAL BB&SB-POLE LTS 1/13/2016 PT.ARTHUR PKS-COUNTY PK-LTS 2/17/2017 BISD-WESTBROOK-BB&SB-POLE LTS 1/13/2016 CITY OF BMT-LANDFILL-POLE HOT 2/23/2017 BISD-OZEN HS-BB&SB-POLE LTS 1/13/2016 BISD-TRANSP-TRAHAN CTR-HOOK UP TEMP.TRAILER 3/22/2017 KFDM-POWER POLE FEED/PHOTOC/RC 1/27/2016 MHMR-ORANGE MH-POLE LT-PARK.LO 3/23/2017 EC ISD-BY DOME-LED POLE LTS 2/9/2016 CITY OF BMT-WATER PROD-POLE LT 4/10/2017 CATHEDRAL ITP-RPL POLE LTS. 2/23/2016 BISD-REGINA HOWELL ES-NEW POWER TO OVEN 4/11/2017 CITY OF BMT-CITY HALL-PWR POLE 2/23/2016 BISD-GEN.INSPECT-4/17-ADMIN.BLDG. 4/11/2017 CITY OF BMT-CITY HALL-POLE LT 2/29/2016 BISD-GEN.INSPECT-4/17-AMELIA ES 4/11/2017 HOLIDAY INN-RPL ALL POLE LTS. 3/30/2016 BISD-GEN.INSPECT-4/17-BLANCHETTE ES 4/11/2017 BISD-GEN.INSPECT-APR-JUN.2016 4/5/2016 BISD-GEN.INSPECT-4/17-CALDWOOD ES 4/11/2017 MHMR-SOUTH C-BLDG.F-POLE LTS 5/2/2016 BISD-GEN.INSPECT-4/17-CENTRAL HS 4/11/2017 MHMR-THE COTTAGES-BACK POLE LT 5/2/2016 BISD-GEN.INSPECT-4/17-CHARLTON POLLARD ES 4/11/2017 GULF COAST RV-LT POLE LENSES 5/10/2016 BISD-GEN.INSPECT-4/17-CURTIS ES 4/11/2017 CITY OF BMT-POLICE STAT-POLE L 5/11/2016 BISD-GEN.INSPECT-4/17-FEHL-PRICE ES 4/11/2017 TRI-CON-EXXPRESS MART#15-POLE 5/25/2016 BISD-GEN.INSPECT-4/17-MARTIN ES 4/11/2017 BISD-ADMIN.BLDG-2POLES/4 LTS 6/15/2016 BISD-GEN.INSPECT-4/17-OZEN HS 4/11/2017 CITY OF BMT-SKATE PK-POLE LTS 6/22/2016 BISD-GEN.INSPECT-4/17-REGINA HOWELL ES 4/11/2017 TBCD-NEW OPER.CTR-FLAG POLE LT 6/30/2016 BISD-GEN.INSPECT-4/17-SOUTH PARK MS 4/11/2017 BISD-ML KING MS-RPL 5 SWITCHES 7/5/2016 BISD-GEN.INSPECT-4/17-CAREER TECH 4/11/2017 BISD-CENTRAL HS-RMS.108&110-2 FEEDS 7/14/2016 BISD-GEN.INSPECT-4/17-ATHLETIC COMPLEX 4/11/2017 PT.ARTHUR RV-RPR POLE LTS. 7/15/2016 BISD-GEN.INSPECT-4/17-TRANSPORTATION 4/11/2017 MSS-BISD-CALDWOOD ES-CHILLERS 7/22/2016 BISD-GEN.INSPECT-4/17-WESTBROOK HS 4/11/2017 BISD-SMITH MS-EMRG-O/H FEED ON POLE 7/28/2016 BISD-GEN.INSPECT-4/17-MAE JONES-CLARK ES 4/11/2017 GULF COAST RV-1 NEW POLE 7/28/2016 CITY OF BMT-LANDFILL-POLE HIT 4/11/2017 BISD-BINGMAN HEAD START-12 RCPTS-12 PROJECTORS 8/4/2016 1ST BAPT.CHUR-ANAHUAC-2 POLES 4/20/2017 BISD-WESTBROOK STAD-11 POLE LTS 8/4/2016 TRI-CON-EXXPRESS MART#28-POLE 4/20/2017 BISD-THOMAS CTR-ATH.CPX-STAD/12 POLE LTS 8/4/2016 TRI-CON-ROYAL STOP-LT POLE 4/25/2017 BISD-CALDWOOD ES-12PARK.LOT LTS 8/4/2016 BISD-22 SCHOOLS-CO2 MONITORS 5/1/2017 BISD-BABE ZAHARIAS STAD-13POLE L 8/23/2016 BISD-WESTBROOK rIS STAD-MUSCO LTG 5/2/2017 BISD-FEHL-PRICE ES-2 MOTORS FOR PUMPS 8/24/2016 BISD-ODOM ACADEMY-EMERG.-LOST POWER 5/5/2017 CITY OF BMT-WATER PROD-POLE LT 8/30/2016 TRI-CON-ROYAL STOP-LT POLE LTS 5/5/2017 GAMES PEOPLE PLAY-RPR POLE LTS 9/12/2016 CITY OF BMT-CENTRAL PK-POLE.LT 5/9/2017 TRI-CON-EXXPRESS MART#11-POLES 9/13/2016 BISD-TRANSP-BUS BARN-MILAM-TRAILER REMODEL#1 5/10/2017 BISD-GEN.INSPECT-9/16-CENTRAL HS 9/14/2016 BISD-TRANSP-BUS BARN-MILAM-TRAILER REMODEL#2 5/10/2017 BISD-GEN.INSPECT-9/16-ATHLETIC COMPLEX 9/14/2016 PT.ARTHUR PKS-MOSLSEY POOL 5/25/2017 BISD-GEN.INSPECT-9/16-OZEN HS 9/14/2016 BISD-600 PROJECT.RECPTS IN19 SCHOOLS 5/31/2017 BISD-GEN.INSPECT-9/16-MARTIN ES 9/14/2016 , PT.ARTHUR PKS-MOSLSEY POOL 5/31/2017 BISD-GEN.INSPECT-9/16-MAE JONES-CLARK ES 9/14/2016 PT.ARTHUR PKS-LAKEVIEW POOL 6/2/2017 BISD-GEN.INSPECT-9/16-REGINA HOWELL ES 9/14/2016 CONTRACT-BISD-CENTRAL CAFETERIA RENOV.LTG. 6/6/2017 BISD-GEN.INSPECT-9/16-SOUTH PARK MS 9/14/2016 BISD-LUCAS PRE-K-CLRM#206-RCPT 6/9/2017 BISD-GEN.INSPECT-9/16-TRANSPORTATION 9/14/2016 CITY OF BMT-WATER REC-POLE LT 7/17/2017 BISD-GEN.INSPECT-9/16-WESTBROOK HS 9/14/2016 MSS-BISD-MARSHALL MS-CHILLER 7/20/2017 BISD-GEN.INSPECT-9/16-FEHL-PRICE ES 9/14/2016 CITY OF BMT-WATER REC-POLE WIR 7/31/2017 BISD-GEN.INSPECT-9/16-BLANCHETTE ES 9/14/2016 BISD-CAFETERIA MONITORS-APPROX.50 MONITORS IN 16 SCHOOLS 8/21/2017 BISD-GEN.INSPECT-9/16-AMELIA ES 9/14/2016 BISD-CN-BROWN/EARLY COLLEGE-HOOK UP ALL COOK.EQUIP 9/11/2017 BISD-GEN.INSPECT-9/16-CAREER TECH 9/14/2016 BISD-CENTRAL HS-CAFE-PIZZA LINE 9/14/2017 BISD-GEN.INSPECT-9/16-CALDWOOD ES 9/14/2016 CITY OF BMT-CVB-FLAG POLE LT 9/14/2017 BISD-GEN.INSPECT-9/16-CURTIS ES 9/14/2016 KELLY MC KAY-TEMP.ELECT.POLE 9/18/2017 Ciult Coast Electric Co., Inc. A. 4) Recent Examples of Similar Electrical Projects • BISD-GEN.INSPECT-9/16-CHARLTON POLLARD ES 9/14/2016 THOMAS GRANT-ELECT.POLE-TRAIL 9/18/2017 CITY OF BMT-LANDFILL-POLE LT 9/20/2016 CITY OF BMT-CVB-FLAGPOLE ROPES 9/18/2017 LSCO-2-3 POLES-POWER PROBLEM 9/23/2016 LU-EMERG-GROUNDS SHOP-POLE 9/22/2017 BISD-GEN.INSPECT-9/16-TRANSPORT.ANNEX-NORTH 9/28/2016 BISD-AUSTIN MS CAFETERIA-RECONFIGURE COOK.LINE 9/30/2017 TRI-CON-EXXPRESS MART#15-POLE 10/3/2016 CHAPMAN VENDING-POLE LTS 10/5/2017 MHMR-THE COTTAGES-POLE LTS 10/21/2016 TRI-CON-EM#18-RPL 1 POLE BASE. 10/12/2017 ADVENTURE KINGDOM-POLE LTS 10/24/2016 FOLSOM MED-PARK.LOT POLE LTS 10/16/2017 BMT BIBLE CHURCH-RPL POLE LTS. 10/28/2016 BISD-CAFETERIA MONITORS-ADDL.WORK 10/19/2017 BISD-GEN.INSPECT-ADMIN.BLDG. 10/31/2016 CATHEDRAL ITP-PARK.LOT POLE LT 10/27/2017 JEFFERSON CO CH-PARK POLE LTS 11/2/2016 SETEX-BISD-PIETZSCH-MACARTHUR 11/10/2017 LUMBERTON MUD-POLE LT SITE LTG 11/3/2016 PT.ARTHUR RV-POLE LTS-3 SECTIO 11/13/2017 OLD DOMINION-2 POLE LTS OUT 11/4/2016 LIT-BEESON BLDG-20 POLE LTS 12/1/2017 TRI-CON-EXXPRESS MART#15-POLE 11/17/2016 MHMR-SOUTH C-BLDG.A-2 POLE LTS 12/1/2017 LU-NEW CONST.OFFICE-2 POLE LTS 12/2/2016 STAR CONCRETE-T-POLE/FEED/GFCI 12/19/2017 BISD-OGDEN ES-CAFETERIA-4 EXTERIOR LTS 12/5/2016 TRI-CON-EXXPRESS MART#27-POLE 12/29/2017 MHMR-SOUTH C-BLDG.F-LT POLE 12/22/2016 TRI-CON-EXXPRESS MART#27-POLE 1/4/2018 CITY OF BMT-WATER REC-POLE LTS 1/11/2018 Gulf Coast Electric Co.,Inc. B. Personnel Qualifications Resume of JIM BRINDZA 2742 14th Street Port Neches,TX 77651 Employment: Gulf Coast Electric Company, Inc.—20 years License: Electrician—33 years Experience/Superintendent: Decision maker,oversee team member's responsibilities, make sure progress of job is as owner requires,oversee subcontractor work and do what is necessary to see that the job is done to meet the owner's specifications. Experience: East Chambers FEMA Dome—Winnie,TX Lamar University—Geology Bldg. Hamshire Fannett-Elem.,Jr. High,High School Central High School-Classroom Additions Odom Jr. High School Lamar University-Cherry Engineering Lamar State College-New Learning Center Lamar State College Port Arthur—IT Center Education: NJATC-4 Years of Electrical Apprenticeship School Continuing Education Class-Yearly for State License Gulf Coast Electric Co.,Inc. Resume of KEVIN J.PICARD 1402 Woodway Sour Lake,TX 77659 Employment: Gulf Coast Electric Company, Inc.— 19 years License: Electrician— 15 years Experience/Project Mgr.: Vice President,Journeyman Wireman Foreman, Decision maker, oversee team member's responsibilities,make sure progress of job is as owner requires and do what is necessary to see that the job is done to meet the owner's specifications, Estimator for projects. Experience: Jasper County Court House/Shelter—Jasper,TX Shaver Elementary School—Pasadena, TX Lumberton Municipal Utility District—Lumberton,TX Lamar University—Vincent Beck Stadium Lights-Beaumont, TX Beaumont ISD—Central High School Addtn., Beaumont,TX Lamar University—Soccer Field/Fieldhouse, Beaumont, TX Beaumont ISD—New AG Building, Beaumont,TX Beaumont ISD—Bus Fueling Station, Beaumont,TX Beaumont ISD—Ozen High School Auditorium, Beaumont,TX Beaumont ISD—Westbrook HS Auditorium, Beaumont,TX Beaumont ISD—Westbrook HS Field House, Beaumont, TX Beaumont ISD—Ozen HS-New Lab&Classrm, Beaumont,TX Lamar University-Liberal Arts/Tom Maes, Beaumont,TX Lamar University-Carl Parker Renov., Beaumont, TX Lamar University-Tom Maes Renov., Beaumont,TX Education: Lamar University-Bachelor of Business Administration NJATC-5 Years of Electrical Apprenticeship School BICSI—Licensed Technician for Fiber-Optic Installation Continuing Education Class—Yearly for State License Gulf Coast Electric Co.,Inc. Resume of SIDNEY L.PICARD 5129 Hob Warren Rd. Sour Lake,TX 77659 Construction experience,as well as administrative experience, in all jobs performed by Gulf Coast Electric Company, Inc. Work History: 1986-Present Gulf Coast Electric Company, Inc., Vice President, primarily responsible for estimating the cost of proposed work, project scheduler,over-see field operations,quality control inspector and safety coordinator. 1981-1986 Gulf Coast Electric Company, Inc. -Journeyman/wireman electrician,work consisted of commercial and light industrial work mainly in the city of Beaumont. 1977-1978 Eldridge Electric Company,electrician apprentice, work consisted of commercial and residential electrical work under the guidance of a foreman. Education/Certifications: French High School Diploma, 1975 Beaumont,Texas Joint Apprenticeship Training Committee Journeyman Wireman Electrician Nederland, Texas Certification, 1981 Southeast Texas Regional Examining Board Master Electrician Certification, Beaumont, Texas 1990 SUSAN TEXAS COMPTROLLER Of PUBLIC ACCOUNTS COMBS P.O.Box 13186 • AUSTIN, TX 78711-3I86 .tvEcon; rF.XAS The Texas Comptroller of Public Accounts (CPA) administers the Statewide Historically Underutilized Business (HUB) Program for the State of Texas, which includes certifying minority and woman-owned businesses as HUBs and is designed to facilitate the participation of minority and woman-owned businesses in state agency procurement opportunities. We are pleased to inform you that your application for certification/re-certification as a HUB has been approved. Your company's profile is listed in the State of Texas HUB Directory and may be viewed online at http://www.window.state.tx.us/procurement//cmbl/hubonly.html. Provided that your company continues to meet HUB eligibility requirements, the enclosed HUB certificate is valid for four years. You must notify the HUB Program in writing of any changes affecting your company's compliance with the HUB eligibility requirements, including changes in ownership, day-to-day management, control and/or principal place of business. Note:Any changes made to your company's information may require the HUB Program to re-evaluate your company's eligibility. Please reference the enclosed pamphlet for additional resources, such as the state's Centralized Master Bidders List (CMBL), that can increase your chance of doing business with the state. Thank you for your participation in the HUB Program! If you have any questions, you may contact a HUB Program representative at 512-463-5872 or toll-free in Texas at 1-888-863-5881. Texas Historically Underutilized Business (HUB) Certificate CertlficateNlD Number: 1741557032800 FiieNendor Number: 037433 H BApproval Date: 11-JUL-2014 .,., Scheduled Expiration Date: 11-JUL-2018 Statewide Historically Underutilized Business program The Texas Comptroller of Public Accounts (CPA), hereby certifies that GULF COAST ELECTRIC CO., INC. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate printed 11-JUL-2014, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (i.e., business structure, ownership, day-to-day management, operational control, business location) provided in the submission of the business' application for registration/certification as a HUB, you must immediately (within 30 days of such changes) notify the HUB Program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibility. �Q A. C., Paul Gibson, Statewide HUB Program Manager Texas Procurement and Support Services Note: In order for State agencies and institutions of higher education (universities)to be,credited for utilizing this business as a HUB,they must award payment under the CertifioateNlD Number identified above. Agencies and universities are encouraged to validate HUB certification prior to issuing a notice of award by accessing.the Internet(httpa/www.window.stato,tx.uslprocurementiornbtremblhab.html) or by contacting the HUB Program at 1-868.883.5881 or 512.453.5372. Rev.09/12 TEXAS DEPARTMENT OF LICENSING AND REGULATION ' "pF 11 P.O. Box 12157 Austin,Texas 78711-2157 1-800-803-9202 (512)463-6599 F 1.1 http//www.tdir.texas.gov _ ' A-1`: If you cut around the border of the registration certificate The certificate at the bottom of this it will fit in a standard 5"x 7"frame. page should be prominently displayed at your primary business location. Master: SIDNEY L PICARD, License# 26059 STATE OF TEXAS SIDNEY L PICARD MASTER ELECTRICIAN GULF COAST ELECTRIC INC 2005 PECOS ST BEAUMONT TX 77701-2519 LICENSE NUMBER 26059 EXPIRES 05/28/2018 TEXAS DEPARTMENT OF LICENSING AND REGULATION 44� og LICE'YS ♦ Mike.�Lrismendez i ' : ���\�i 3-ten CatCier Chair .a (1 ( �r\lC Rick Figueroa • •a Catherine Rodewatd Thomas F ButCerit ;P, • ;� �: Ravi Shah • Tice Chair �• '•�', �': �• t=/ya•� Deborah A. Vurco ECe c trical Contractor GULF COAST ELECTRIC INC License Number: 18185 The business named above is licensed by the Texas Department of Licensing and Regulation Brian E. Francis License Expires:AUGUST 10 2018 • t • Executive Director r W