HomeMy WebLinkAboutPR 18847: CONTRACT WITH GONZALES ELECTRICAL SYSTEMS, LLC MEMORANDUM
CITY OF PORT ARTHUR
UTILITY OPERATIONS DEPARTMENT
TO: Brian McDougal, City Manager
FROM: Jimmie Johnson, PhD. Director of Utility Operation
L" '%
DATE: February 04, 2015
RE: Proposed Resolution No. 18847
RECOMMENDATION
I recommend that the City Council approve Proposed Resolution No.18847 authorizing the
execution of a contract for the installation of a new Motor Control Center for the 46th Street Lift
Station. Gonzales Electrical Systems, LLC, of Beaumont, Texas, submitted the lowest bid for
the project with a total bid of$31,745.00.
BACKGROUND
This project is to install and furnish a new Motor Control Center for the 46th Street Lift Station.
The original MCC has been in service for over 30 years and has rusted out due to the
environmental conditions at the sewer lift station. 46th Street Lift Station is one of our largest
stations that pump wastewater to our Main Wastewater Treatment Plant.
The following five bids were received on December 10, 2014, and the lowest responsive bid
was submitted by Gonzales Electrical Systems, LLC.
Bidder Total Bid
Gonzales Electrical System, LLC. $31,745.00
Beaumont, TX
Newtron Electrical Services, LLC. $35,000.00
Nederland, TX
Crown Electric, Inc. $48,000.00
Beaumont,TX
Bayou Electrical $37,860.00
Vidor, TX
Gulf Coast Electric, Inc. $32,000.00
Beaumont, TX
BUDGET/FISCAL EFFECT
This project will be funded from the Utility Operations budget 410-1255-532.92-00.
SUMMARY
I recommend that the City Council approve Proposed Resolution No. 18847.
P. R. No. 18847
02/04/15jt
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE AWARD OF BID
AND THE EXECUTION OF A CONTRACT FOR THE
INSTALLATION OF A MOTOR CONTROL CENTER AT
THE 46th STREET LIFT STATION WITH GONZALES
ELECTRICAL SYSTEMS, LLC, OF BEAUMONT,
TEXAS, IN AN AMOUNT NOT TO EXCEED $31,745.00,
FUNDS ARE AVAILABLE IN UTILITY OPERATIONS
ACCOUNT NO.410-1255-532.92-00.
WHEREAS, the Wastewater Conveyance Division is in need of a Motor Control Center
at the 46th Street Lift Station due to the age and condition of the existing equipment; and,
WHEREAS, the Utility Operations Department, and the Purchasing Division have
solicited bids for this project; and,
WHEREAS, the bids have been evaluated by the Utility Operations Department and
Purchasing, with no Port Arthur vendors bidding(Bid Tabulation attached as Exhibit"A"); and,
WHEREAS, Gonzales Electrical Systems, LLC, of Beaumont, Texas, has submitted the
lowest responsive bid for this work; NOW THEREFORE,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT
ARTHUR:
THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to
execute, on behalf of the City of Port Arthur, a contract between the City of Port Arthur and
Gonzales Electrical Systems, LLC, for the Motor Control Center in an amount not to exceed
$31,745.00, in substantially the same form as attached hereto as Exhibit"B"; and,
THAT, this project will be funded by the Utility Operations Budget, 410-1255-532.92-
00; and,
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 , 2015
P. R. No. 18847
02/04/15jt
Page 2
at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following
vote:
AYES: Mayor
Councilmembers:
NOES:
Deloris Prince
Mayor
ATTEST: APPROVED AS TO FORM:
(Va./6
Sherri Bellard Valecia Tizeno /
City Secretary City Attorney
APPROVED FOR ADMINISTRATION:
ic
Brian McDougal Shawna Tubbs, CPPO, CPPB
City Manager Purchasing Manager
At-
Jimmi- Johnson, PhD.
Director of Utility Operations
P. R. No. 18847
02/04/15jt
Page 3
APPROVED AS TO AVAILABILITY OF
FUNDS:
0/ / /
•
Deborah Echols, CPA
Director of Finance
Account No.: 410-1255-532.92-00
Exhibit "A"
(Bid Tabulation)
' '' 1 CITY OF PORT ARTHUR TEXAS
Bid Tabulation
MCC REPLACEMENT
Bid Opening Date:December 10,2014
Name of Bidder
Gonzales Crown Electric, *Newtron Electrical Bayou Gulf Coast
Electrical Inc. Services,LLC Electrical Electric,Inc
Description Unit Cost Unit Cost Unit Cost Unit Cost Unit Cost
MCC Replacement w/new Square D's to
Include Parts,Labor&Equipment $31,745.00 $48,000.00 $35,000.00 $37,860.00 32,000.00
Number of Days to Complete 14 N/A 15 12 60
Location Beaumont,TX Beaumont,TX Nederland,TX Vidor,TX Beaumont,TX
*Estimated lead time of Sq D Gear is 4 to 6 weeks
. Ulf/
Yolanda Goudeaus,Purchasing Assistant Date
I
Exhibit "B"
(Contract)
P. R. No. 18847
02/04/15jt
CONTRACT TO PROVIDE AND INSTALL MOTOR
CONTROL CENTER AT 46th STREET LIFT STATION
4001 46th STREET
THIS AGREEMENT is made this the of , 2015, by
and between an individual, firm partnership or corporation, Gonzales Electrical
Systems, LLC. of Beaumont, TX hereinafter called "Vendor", and the City of Port
Arthur, a municipal corporation organized under the laws of the State of Texas,
hereinafter called the "Owner" or "City".
WITNESSETH: That for and in consideration of the payments, terms, conditions
and agreements set forth herein, Owner and Vendor agree as follows:
1. The term of this Contract shall be for 75 calendar days from the date of the
Notice to Proceed. The City can terminate this contract at its convenience which
includes, but not limited to, funding not being available in any budget cycle with thirty
(30) days written notice.
2. The Vendor will provide a Motor Control Center including installation and
labor, as delineated and submitted in their bid dated December 10, 2014.
3. During the term of this Contract, the Vendor will furnish all of the materials
and supplies, as stated in the specifications, described as:
MCC Replacement
4. The Vendor agrees to deliver and install all equipment during the term of
this contract, in a not-to-exceed maximum amount of $31,745.00 in the unit prices as
stated the proposal dated December 10, 2014.
5. The term "Contract Documents" means and includes the following:
A. Agreement
B. Specifications/Bid
C. Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their
respective heirs, executors, administrators, successors and assigns.
P. R. No. 18847
02/04/15jt
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be
executed by their duly authorized officials, this Agreement in two (2) copies each of
which shall be deemed an original on the date first above written.
SIGNED AND AGREED to on the day of , 2015.
WITNESS: CONTRACTOR:
Gonzales Electrical Systems, LLC.
SIGNED AND AGREED to on the day of , 2015.
WITNESS: CITY OF PORT ARTHUR:
City Secretary City Manager
DELORIS"BOBBIE"PRINCE,MAYOR JOHN A.COMEAUX,P.E.
DERRICK FREEMAN,MAYOR PRO TEM City of �- INTERIM CITY MANAGER
COUNCIL MEMBERS: �1N k\\ SHERRI BELLARD,TRMC
RAYMOND SCOTT,JR. CITY SECRETARY
TIFFANY L.HAMILTON ort t'1{t u P
MORRIS ALBRIGHT VAL TIZENO
STEPHEN A.MOSELY /��Xas CITY ATTORNEY
WILLIE"BAE"LEWIS,JR.
ROBERT E.WILLIAMSON
KAPRINA RICHARDSON FRANK
NOVEMBER 26, 2014
INVITATION TO BID
MCC Upgrade at 46TH Street Lift Station
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard
Time, Wednesday, December 10, 2014. (The clock located in the City Secretary's office will be the
official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, December 10, 2014 in the
City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE: P15-013
DELIVERY ADDRESS: Please submit one (1) original and one(1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid and Scope of Work should be directed in writing to:
City of Port Arthur, TX
Yolanda Scypion-Goudeaux, Purchasing Assistant
P.O. Box 1089
Port Arthur, TX 77641
Yolanda.goudeaux@u,portarthurtx.gov
Deadline for submission of questions is Monday, December 8, 2014 by 10:00 a.m.
Purchasing Division/Finance Department I Purchasing Manager,Shawna Tubbs,CPPO,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced
services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a
sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE
AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the
above location by specified deadline regardless of delivery method chosen by the firm. Faxed or
electronically transmitted ITB submittals will not be accepted.
Shawna Tubbs, CPPO, CPPB
Purchasing Manager
Page 2 of 12
Utility Operations Department
Specifications for MCC upgrade at 46th Street Lift Station
Location of Properties:
The following Lift Station is located at 4001 46th Street, Port Arthur, TX.
Scope of Work:
These specifications are for changing existing MCC and replace with new square D equipment.
Duties of Contractor:
1) Bidder shall supply all labor, equipment, and tools necessary to complete the scope of work.
2) Contractor shall remove existing MCC and replace with new MCC.
3) Contractor shall furnish and install a new 3 phases, 480 volt, 660 amps MCC.
4) Inspect all new terminations.
5) Energize new gear.
6) Remove existing Nema size 1 breaker and starter from existing MCC and install in new MCC for
exhaust fan.
7) The MCC upgrade will consist of one (1) Square D item number 001-00, Model 6 LVMCC, Model 6
MCC-Industrial Package and 3-60 HP Nema size 4 FVNR starter w/circuit breakers.
8) Contractor should be aware that these lift stations are considered confined spaces, and shall take any
necessary actions to ensure a safe working environment for all employees (see below).
Duties of City:
1) City personnel shall work closely with the contractor to ensure proper operation of the public sanitary
sewer system.
2) City shall provide for hazardous gas detection and ventilation.
3) City will provide the wire to bypass the MCC so that it can be taken out of service.
Note: all scrap will become salvage for bidder.
Page 3 of 12
CITY OF PORT ARTHUR,TEXAS
BID SHEET
BID FOR: MCC Replacement
BID DUE DATE:December 10, 2014
DESCRIPTION TOTAL COST
MCC Replacement W/new Square Ds to include parts, labor
and equipment $ 31,745.00
Work will be complete in 14 calendar days. After receipt of MCC
Gonzales Electrical Systems 6930 College St. Suite G-1
COMPANY NAME STREET ADDRESS
)/36(, iet W c1
SIGNATURE OF BIDDER P.O. BOX
Gerald Wright Beaumont, TX 77707
PRINT OR TYPE NAME CITY STATE ZIP
Vice President 409 860-3802
TITLE AREA CODE TELEPHONE NO.
gerald@gonzaleselectric.com 409 866-7020
EMAIL FAX NO.
Pave 4 of 12
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
§
STATE OF TEXAS
By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation,
partnership or institution represented by the signatory or anyone acting for the firm bidding this project has
violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce
Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor
or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm,
corporation or institution submitting a bid committed any other act of collusion related to the development
and submission of this bid proposal.
Signature: `//
Printed Name: Don Gonzales
Title: President
Company: Gonzales Electrical Systems, LLC
Date: 12/10/2014
j ..k(-,uti za le
SUBSCRIBED and sworn to before me the undersigned authority by the Q iJ of, on behalf of
said bidder. CiunRAhs Lirc4<<«- 1 '
Sk1S�c"4 5 L.LC-
—2 (:;:: ?"<k-t... Z-
Notary Public in and for the
State of Texas
My commission expires:
.4,,_1'� BRENDA KAY PRESSLEY
\ , Notary Public State of Texas
N,x , My Commission Expires
' oF ' 10/10/2018
Page 5of12
• 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:
X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to
pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said
debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into
an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due.
Gonzales Electrical Systems, LLC 12/10/2014
Firmii.i,a Date
f / / ( President
A ;orized Signat I'e Title
Don Gonzales 409.860-3802
Name(please print) Telephone
don@gonzaleselectric.com
Email
STATE: Texas
COUNTY: Jefferson
SUBSCRIBED AND SWORN to before me by the above named OKI ( iOA(Z&(e 5
on this the )lJ day of k__AAP-Am_kov , 20 J .
BRENDA KAY pRESSIEY I`,�'
NotaryPublic State of Texas Notary Public
My Commission Expires
t4+pg
41/40 10110/2018
' ."•1 ' • IDAVIT AS PART OF THE BID PROPOSAL
Page 6 of 12
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For Vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 1491,80th Leg.,Regular Session.
This questionnaire is being filed in accordance with Chapter 176,Local Government Code by a person who has a business relationship
as defined by Section 176.001 (1-a)with a local governmental entity and the person meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business
day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government
Code.
A person commits an offense if the person knowingly violates Section 176.006,Local Government Code.An offense under this
section is a Class C misdemeanor.
1.Name of person who has a business relationship with local governmental entity.
2. Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than
7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)
3.Name of a local government officer with whom filer has employment or business relationship.
Name of Officer
This section(item 3 including subparts A,B,C,&D)must be completed for each officer with whom the filer has an employment
or other business relationship as defined by Section 176.001 (1-a),Local Government Code.Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment
income,from the filer of the questionnaire?
Yes No
B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the
direction of the local government officer named in this section AND the taxable income is not received from the local
governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government
Officer serves as an officer or director,or holds an ownership of 10 percent or more?
Yes No
D. Describe each employment or business relationship with the local government officer named in this section.
4.
Signature of person doing business with the governmental entity Date
Page 7 of 12
GENERAL INFORMATION:
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port
Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING
EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE
EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that
the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict
accordance with the specifications of the invitation. The City reserves the right to accept any and all or none
of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations,
alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing
authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these
specifications. The award shall be made to the responsive, responsible bidder who submits the best value
bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall
deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is
within 5%of the lowest bid price, as provided by Section 271.905 of the Texas Government Code.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall
be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete
response to all requirements and questions as directed.
CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with
Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171.
ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder
must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following
requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
Page 8 of 12
5. Be engaged in a full time business and can assume liabilities for any performance or warranty service
required.
6. The City Council shall not award a contract to a company that is in arrears in its obligations to the
City.
7. No payments shall be made to any person of public monies under any contract by the City with such
person until such person has paid all obligations and debts owed to the City, or has made satisfactory
arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by
addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager.
The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum.
Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's
responsibility to check for any addendums that might have been issued before bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of
Port Arthur as its principal place of business must have an official business address (office location and
office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port
Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other
definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are
allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of
each item listed. In the event of error or discrepancy in the mathematics,the unit price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful
bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility Operations P.O.
Box 1089, Port Arthur, Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or
services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601 f
V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the
invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal
Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This
agreement is performable in Port Arthur, Texas, Jefferson County.
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
Page 9 of 12
planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this
Contract; and,the Contractor shall take appropriate steps to assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City
from granting any license,privilege or paying money to any-one owing delinquent taxes, paving assessments
or any money to the City until such debts are paid or until satisfactory arrangements for payment has been
made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and
agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price.
It is further understood that the contractor shall not have any claim against the City of Port Arthur for
quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by
law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and
enforced as though each were included herein. If, through mistake or otherwise, any such provision is not
inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by
either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,perform
all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein
otherwise expressly specified, necessary or proper to perform and complete all the work required by this
Contract, in accordance with the provisions of this Contract and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed
description concerning any point shall be regarded as meaning that only the best commercial practices are to
prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the
option of selecting goods which may be considered more suitable for the purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is
specifically advised that the written bid proposal will prevail in the determination of the successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national
origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under
any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and
proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants,
agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract
by giving written notice to the Contractor of such termination and specifying the effective date thereof, at
least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the
Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any
breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the
Page 10 of 12
purpose of set-off until such time as the exact amount of damages due the City from the Contractor is
determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at
least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided
herein, the Contractor will be paid for the service that it has performed up to the termination date. If this
contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination
shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the
Contractor to furnish releases or receipts for any or all persons performing work and supplying material or
service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to
protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs
as a result of his fault or negligence in connection with the work performed until completion and final
acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any
sub-contractor to perform any work included in this Contract until he has received from the City of Port
Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of
Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense,purchase, maintain and
keep in force insurance that will protect against injury and/or damages which may arise out of or result from
operations under this contract, whether the operations be by himself or by any subcontractor or by anyone
directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of
the following types and limits
1. 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).
Page 11 of 12
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 listed items, and before commencing any of the
work and within the time otherwise specified, Contractor shall file completed certificates of insurance with
the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect except as
herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that
coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days
prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port
Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the
Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any
event be filed with the City of Port Arthur not more than ten(10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the
Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such
period;the time may be extended by mutual agreement between OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday
through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor.
Page 12 of 12
. Sch'esder
•
` Gonzales Electrical Systems Quotation 4-14-180
E l e c t r i c
PAGE 1 OF 3
Quotation
Q2C Number: 34078064 Quote Number: 2 Revision Number: 0
Project Name: CITY OF PORT ARTHUR LIFT STATION
Project Sub-Name:
Project Location: HOUSTON, TX
Quote Name: 12-10-14
Through Addenda Number: 0
Bid Date: 12/8/2014
Consultant/Specifier:
Contractor! Installer:
Sales Representative: MILES WADE
Conditions of Sale
This Quotation is subject to Schneider Electric USA, Inc.'s published Conditions of Sale
Payment Terms: STANDARD
Billing Type(s):
Currency: US DOLLARS
Quote Markings
NO PLANS/SPECS
QUOTATION PRINTED 12/8/2014 3 21:00 PM
PAGE 2 OF 3
• ' Q2C Number: 34078064 Quote Number:2 Revision Number 0
Project Name: CITY OF PORT ARTHUR LIFT STATION Quote Name: 12-10-14
Item
No. Qty. Catalog Number/Details
002-00 1 Designation:MCC
Model 6 LVMCC
Model 6 MCC-Industrial Package
System Voltage:480V 3PH 3W 60Hz
Max Available Fault Current(RMS)-65kA
Control Power- 120Vac
General Purpose Type 1 Enclosure
114"x 1"Horizontal Ground Bus,Tin Plated
Copper
800A Tin Plated Copper Horizontal Bus
Class 1 Type B Wiring
20"Deep Construction
85kA Bus Withstand Rating
Vertical Ground Bus,Tin Plated Copper
White Interior
Master Nameplate Engraved with Black
Surface/White Letters
Standard Exterior Paint ANSI 49
Equipment Mounting Height 72"
Manual Vertical Bus Shutters
Fishtape Barrier
Unit Nameplate Engraved with White Surface/
Black Letters
Rodent Barriers
Engineer To Order(ETO-L)
Engineered To Order(ETO)
3-Section(s)with 600A Tin Plated Copper
Vertical Bus
DIMENSIONS AND WEIGHT
Dimensions:60.00'W X 20"D X 94.5"H
Approximate Weight:2250.00 lbs/1020.60 kgs
INCOMING
Incoming Connection:Cable
MAIN
---------------------
Main Lugs Top Entry 800A
FULL VOLTAGE NON-REVERSING STARTERS
3- 100 HP NEMA Size 4 FVNR Starter wlCircuit
Breaker
COMMON FULL VOLTAGE NON-REVERSING FEATURES
Electronic Motor Circuit Protector
#16 AWG MTW Control Wire
65kA Interrupting Rating
Unfused Separate Control w/SPDT Interlock
Melting Alloy Overload Relay
22mm XB5 Pilot Devices
22.5 KVAR Power Factor Correction Capacitor
Hand-OH-Auto Selector Switch
Motor On Pilot Light Red
Motor OFF Pilot Light Green
FEEDERS
----------------------
1 -Circuit Breaker Branch Feeder 200A
65kA Interrupting Rating
QUOTATION PRINTED 12/8/2014 3.21:00 PM
PAGE 3 OF 3
' ' Q2C Number: 34078064 Quote Number:2 Revision Number:0
Project Name: CITY OF PORT ARTHUR LIFT STATION Quote Name: 12-10-14
Item
No. Qty. Catalog Number/Details
DISTRIBUTION TRANSFORMERS
1 -10 kVA, 1-Ph Distribution Transformer w/
120/240 Volt Secondary
Circuit Breaker Primary Disconnect
65kA Interrupting Rating
PANELBOARDS
18 Circuits NQ Panelboard WI Main Circuit
Breaker 120/240V 1 Ph 3W 60Hz
1 -Copper Interior
MISCELLANEOUS DEVICES
3-Power Factor Correction Capacitor for
Starter
#14 AWG MTW Control Wire(PFCC)
1 - 12"Prepared Space
1 -9"Configured Space
1 - 18"Configured Space
1 -24"Configured Space
QUOTATION PRINTED 12/8/2014 321:00 PM