Loading...
HomeMy WebLinkAboutPR 18861: CONTRACT WITH A&A ELECTRIC CO. INC. INSTALLTION OF THE TRANSIT DEPT. EMERGENCY GENERATOR AND TRANSFER SWITCH INTEROFFICE MEMORANDUM To: Brian McDougal, City Manager From: Colleen Russell, Director of Transit Ronald McElhose, Transit Manager Subject: P.R. NO. 18861 Installation of Generator& Transfer Switch for Transit Department Date: 03/09/2015 Recommendation: It is recommended that the City Council approve Proposed Resolution NO. for the installation of the Transit Department's existing emergency generator and Transfer Switch by A&A Electric Co. Inc. of Beaumont, TX for the amount of$12,257.00. The expense will be charged to the Transit Account Numbers: 401-1501-561.59-00 at $3000.00, 401-1509-561.54-00 at $2,257.00 and 401- 1501-561.54-00 at$7,000.00 fora total of$12,257.00. Background: The City's Purchasing Division solicited for written bids and received three (3) bids for the installation of the Transit Department's existing emergency generator and transfer switch system. The three(3)responsive bids received were from the following vendor: Bidder Days of Completion Bid (1)A&A Electric Co., INC 14 $ 12,257.00 Beaumont, TX. (2) Gulf Coast Electric Co., Inc .30 $26,650.00 Beaumont,TX. (3)Jefferson Electric Co., Inc 50 S31,205.00 Summary: It is recommended that the City Council approve Proposed Resolution NO. for the installation of the Transit Department's existing emergency generator and Transfer Switch by A&A Electric Co. Inc. of Beaumont, TX for the amount of$12,257.00. The expense will be charged to the Transit Account Number: 401-1501-561.59-00 at $3000.00, 401-1509-561.54-00 at $2,257.00 and 401- 1501-561.54-00 at$7,000.00 for a total of$12,257.00. P.R.NO. 18861 3/9/2015 AB RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND A&A ELECTRIC CO. INC. OF BEAUMONT, TEXAS, FOR INSTALLATION OF THE TRANSIT DEPARTMENT'S EMERGENCY GENERATOR AND TRANSFER SWITCH, IN AN AMOUNT NOT TO EXCEED $12,257.00. TRANSIT BUDGET ACCOUNT NUMBERS: 401-1501-561.59-00, 401-1509-561.54-00 AND 401-1501-561.54-00 WHEREAS, the City of Port Arthur Transit Department desires to install the Transit Department's emergency generator and transfer switch; and WHEREAS,three (3)bids were received as delineated in Exhibit "A"; and WHEREAS,A&A Electric Co., Inc., of Beaumont, Texas, was the lowest and most responsive bidder that met the specifications; and WHEREAS, it is in the best interests of the citizens to award the contract to A&A Electric Co., Inc., at a cost not to exceed $12,257.00, in substantially the same form attached here to as Exhibit "B"; and WHEREAS, this purchase expense is available from Transit Budget Accounts: 401-1501-561.59-00 at $3000.00, 401-1509-561.54-00 at $2,257.00 and 401-1501- 561.54-00 at $7,000.00 for a total of$12,257.00. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct. THAT, the City Manager is authorized to enter into a contract for the installation of the Transit Department's emergency generator and transfer switch by A&A Electric Co., Inc., of Beaumont, Texas, at a cost not to exceed $12,257.00, in substantially the same form as attached here to as Exhibit "B". P.R. NO. 18861 3/9/2015 AB 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 March A.D. 2015 at a regular meeting of the City of the City of Port Arthur, Texas by the following vote: AYES: MAYOR: COUNCILMEMBERS: NOES: Mayor ATTEST: Sherri Bellard City Secretary AP' ' i VE l S TO FO'.' Mir /di Val 1 no 4 iry City Atto • . APPROVED FOR ADMINISTRATION: Brian McDougal City Manager Colleen Russell Director of Transit APPROVED AS TO AVAILABILTY OF FUNDS: Deborah Echols Director of Finance Shawna Tubbs Purchasing Manager EXHIBIT "A" >< u . 0 R 2 __ • . C a / >- © � Q Q e / m eo Io / , § R ® 2 5 - # k k - 0 % f - § C U - \ 4... a ) 2 = C . w 7 \ / C) 1 o @ M ^ CD - 1 t k k - § 7 § o� \ / 2 % 8 ° a § c \ � cdQ el Cl i } § - torl m ti 1z J § I 0 el i. -_ � c v\ ed 0 . �. 2 2es k = - f r 2 ( 5 r 2 O ±/ ƒ 2 � tz ) 3 \ c / .( / \ •'-' o C c a @ t \ o / \ � / - / 2 \ / / 2 ' ) ƒ 2 _. & \ 2 — w w _ k / L_ \ O 2� \\ .. :2 \ EXHIBIT "B" CONTRACT FOR THE INSTALLATION OF THE TRANSIT DEPARTMENT'S EMERGENCY GENERATOR AND TRANSFER SWITCH THIS AGREEMENT, made this day of 2015, 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 A&A Electric Co., Inc., herein acting by and through 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 Agreement shall be for fourteen (14) working days from the date stated on the Notice to Proceed, 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 install the Transit Department's emergency generator and transfer switch. 3. During, the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for an amount not to exceed $12,257.00. 5. The term "Contract Documents" means and includes the following: A. Agreement B. Information for Bidders C. Bid D. General Conditions E. Specifications F. Addendum(s) G. Notice to Proceed Page 1 of 2 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of , 2015. CITY OF PORT ARTHUR BY: Brian McDougal, City Manager ATTEST: CITY SECRETARY Signed on the day of , 2015. CONTRACTOR: A&A ELECTRIC CO., INC. BY: Print Name: Title: ATTEST: CITY SECRETARY Page 2 of 2 DELORIS"BOBBIE"PRINCE,MAYOR JOHN A.COMEAUX,P.E. DERRICK FREEMAN,MAYOR PRO TEMCity of EC,r`` INTERIM CITY MANAGER COUNCIL MEMBERS: SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. y CITY SECRETARY TIFFANY HAMILTON ��YI i'tllur MORRIS ALBRIGHT VAL TIZENO STEPHEN A.MOSELY Texas CITY ATTORNEY WILLIE"BAE"LEWIS,JR. ROBERT E.WILLIAMSON KAPRINA RICHARDSON FRANK DECEMBER 24,2014 INVITATION TO BID Installation of Generator and Transfer Switch for Transit Department DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, January 14, 2015. (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, January 14, 2015 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: Bid#P15-021 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 should be directed in writinj to: City of Port Arthur, TX Clifton Williams, Senior Purchasing Assistant P.O. Box 1089 Port Arthur, TX 77641 clifton.williams@portarthurtx.gov Purchasing Division/Finance Department ► Purchasing Manager,Shawna Tubbs,CPPO,CPPB P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 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 14 MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Installation of Generator and Transfer Switch for Transit Department will be held on Tuesday,January 6,2015 at 10:00 a.m. at Transit Service Center located at 320 Dallas Avenue,Port Arthur, Texas. The purpose of the Mandatory Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. Page 3 of 14 INVITATION TO BID INSTALLATION OF GENERATOR AND TRANSFER SWITCH FOR TRANSIT DEPARTMENT (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: Page 4 of 14 Specification for Installation of Generator and Transfer Switch for Transit Department Contractors must provide the following services 1. Mount the transfer switch provided by the City. The location will be inside the Transit Service Center by the electrical panels. 2. Install a generator on 18"high steel welded rack in the ground 4 feet deep in concrete. Strap the rack with bolts,washers, and nuts to meet 130 mph wind load. 3. Install all conduits, wiring, and fittings necessary to complete the job. 4. Install gas piping to generator properly per code and size. 5. Contractor must run the generator and bring on line. Contractor must make any necessary adjustment to generator and transfer switch to make sure generator is running properly. 6. Generator weight is approximately 2,215 pounds. 7. Contractor must schedule with maintenance supervisor before testing generator. 8. All work must be done by licensed& insured electricians and plumbers. 9. Electrical contractors must have a minimum of three (3) years experience in the installation and servicing of Generators. 10. All work shall be accomplished in strict compliance with National Electrical Code and all applicable codes required by the City of Port Arthur. 11. Contractors are required to obtain permits, but will not have to pay a fee. Page 5 of 14 CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Installation of Generator and Transfer Switch for Transit Department BID DUE DATE: January 14, 2015 DESCRIPTION TOTAL COST a<7 Installation of Generator and Transfer Switch $ Work will be complete in )1-1 working days. COMPANY NAME STREET ADDRESS / .2 242 lo _1,:A/ ��:a�ri_ rr• P.O. BOX kc EV rid - _}__inc i In. 7772,0 PRINT OR TYPE NAME CITY STATE ZIP Q r" PI\[i" 4104 - g LI 1-14/ TITLE AREA CODE TELEPHONE NO EMAIL FAX NO. Page 6 of 14 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: Ahereby 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. l -A r,Ifr . ICi c & , L,�c, , / 1 /311 - Firm Name Date 40It' / P l 1 EN.T— y WISIIIII .-> Title / P.P Ag__EVPict) �,Q • grfi- g 41. --yq 3- Name (please print) Telephone IFF ��AA .L1:ct .1C 1)7r. (',E-1/,4. Email STATE: Lc xA' COUNTY: jc.1=r0/\l SUBSCRIBED AND SWORN to before me by the above named Lee Ile eded u, f' on this the a , 2015 . `��.'" LISA D.NUKE -� 1 • Notsry Public,Siete of Texas 92b?g ` My Commission Expires \1„;%„,r August 31,2016 Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 7 of 14 ANNN 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. I. 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 tiled 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 (I-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 [1 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? CYes C No D. Describe each employment or business relationship«ith the local government officer named in this section. 4. / Agir '.r i a l(/ / �,� 51 °ness with the •overnmental entity Date Page 8 of 14 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. Page 9 of 14 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 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.: Transit Department, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas,Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. Page 10 of 14 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 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 Page 11 of 14 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. 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. Page 12 of 14 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 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. WAGES & SALARIES: Attention is particularly called to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color, religion, sex, age or national origin. BID SECURITY: Bids shall be accompanied by a bid guarantee of not less than five percent (5%) of the amount of the total bid which shall be a Certified Check or Cashier's check payable without recourse to the City of Port Arthur, or a bid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within thirty (30) days after the date of the opening of the bids; that if a bid is accepted, the bidder will enter into a formal Contract with the OWNER, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the OWNER for Page 13 of 14 the difference between the amount specified in the bid in the amount for which the OWNER may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful bidders will be returned; that of the successful Bidder be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. 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. LIQUIDATED DAMAGES: Liquidated damages will be $150.00 per day. Page 14 of 14 „ . , c J= CITY OF PORT ARTHUR,TEXAS 4 i,,. 4, orr rrhu ADDENDUM NO. ONE (1) January 7,2015 Bid Proposal For: Installation of Generator and Transfer Switch for Transit Department The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: I. The Contractor is not required to supply a warranty for the Generator, but the City requires the Contractor to supply a one(1) year warranty for the installation of the new transfer switch. 2. Contractor must perform complete service on the generator which includes oil coolant, filters, belts, hoses, and a new battery). Contractor may dispose of these items at the Transit Service Center. 3. Contractor will have to supply the brand name, part number, and oil weight for the items being replaced during servicing for FTA records. 4. Transit's generator is a 45kw 102/240v 3 phase. 5. The stand for the generator will consist of 6-4” steel post buried 4' in concrete. A solid '/z" steel plate welded to post. The post is bolted down to the plate with 'h" bolt nuts and flat washers. Bolts must be galvanized. 6. Transit will place it's generator on the top of the stand after it is installed. 7. Contractor's must use certified Generac Technician to provide maintenance and repairs of the generator. 8. If there is a problem starting up the generator, the contractor must contact the Transit Maintenance Supervisor before performing any additional work. 9. The transfer switch must be programmable and compatible with the generator. Acceptable transfer switches are the Generac Model GTSO40W-3J2LDNCY and Kohler model KSS-Al-1A-0400S. T If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. 00169U 1011401,41_,‘ Shawna Tubbs, CPPO, CPP Purchasing Manager / / Al°°:-. / ....%, ' _ ',1 ' /ii YLS- -S':r',9•'l!�o"'ro::. .---",„1.111.7- Date CITY OF PORT ARTHUR,TEXAS ADDENDUM NO.TWO (2) nrt rthu�� January 12. 2015 Bid Proposal For: Installation of Generator and Transfer Switch for Transit Department The following clarifications, amendments,deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: 1. Transit's generator is a 45kw 120/240v 3 phase. 2. The Sign In Sheet is attached. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Shawna Tubbs. CPPO, CPPB Purchasing Manager _ ' '� ///3//5` i�u atu '"'� �!� —__ Date p ,.� CITY OF PORT ARTHUR,TEXAS ADDENDUiti`I NO.THREE (3) ? ►r;:L • , ,,,,• January 13,2015 Bid Proposal For: Installation of Generator and Transfer Switch for Transit Department The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: 1. Bid Security of 5%is not required with this bid. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BII) DOCUMENTS. Shawna Tubs, CPPO, CPP Purchasing Manager . n.• D at c