Loading...
Item 4HItem 4H-1 ICITY OF SOUTHLAKE MEMORANDUM November 8, 2021 To: Shana K. Yelverton, City Manager From: Chris Tribble, Director of Community Services Subject: Authorize expenditures for electrical services with Ed's Electric Service for an amount not to exceed $110,000 Action Requested: City Council authorization of expenditures with Ed's Electric Service for electrical installation and repair services. Background Information: The City has utilized Ed's Electric Service for electrical installation and repair services since 2007. The City of Southlake and City of Grand Prairie have an Interlocal Purchasing Agreement which allows for the purchase of various commodities or services that each city has bid out. Through the Interlocal Agreement, the City of Southlake may utilize Ed's Electric for electrical installation and repair services. A copy of the Interlocal Agreement is attached to this memo. On April 26, 2021, the City of Grand Prairie released a request for bid for citywide electrical installation and repair services. The bid was awarded to Ed's Electric and the two parties entered into a one-year agreement with four (4) one-year renewal options. A copy of the 2021-2022 renewal letter from the City of Grand Prairie is attached to this memo. The cost of services provided by Ed's Electric each year exceed $50,000; therefore, approval by the City Council is required. As the City continues to expand its parks system the need for electrical installation and repair services has also increased. In addition, the infrastructure in some of the City's older parks has aged and requires more frequent repairs or replacement. Ed's Electric also provides installation and repair services for the Public Works Department and for community events. City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Item 4H-2 Shana K. Yelverton, City Manager Meeting Date — November 16, 2021 Page 2 of 2 Funding for electrical services is included in the adopted FY 2022 General Fund, SPDC, TIRZ, CEDC and Utility Fund budgets. Financial Consideration: Funding for electrical services is included in the adopted FY 2022 General Fund, SPDC, TIRZ, CEDC and Utility Fund budgets. Strategic Link: This item is linked to the City's Strategy Map related to the focus area of Performance Management & Service Delivery and meets the corporate objectives to Collaborate with select partners to implement service solutions and to Invest to provide and maintain high quality public assets. Citizen Input/ Board Review: City Council consideration November 16, 2021 Legal Review: 2008 Interlocal Purchasing Agreement reviewed and approved by City Attorney Alternatives: Alternatives include: • Approval of expenditures as presented • Approval of expenditures with modifications • Decision not to approve expenditures Supporting Documents: • 2008 Interlocal Purchasing Agreement • 2021-2022 City of Grand Prairie Contract Renewal with Ed's Electric Service Staff Recommendation: City Council authorization of expenditures with Ed's Electric Service for electrical services for an amount not to exceed $110,000. City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Item 4H-3 MASTER INTERLOCAL COOPERATIVE AGREEMENT BETWEEN THE CITY OF GRAND PRAIRIE AND THE CITY OF SOUTHLAKE THIS AGREEMENT is made on thel5th day of July. 2008, between the City of Southlake, State of Texas, and the City of Grand Prairie, Texas, each referred to herein as participating governments. WHEREAS, the respective participating governments are authorized by the Interlocal Cooperative Act, V.T.C.A. Government Code, Chapter 791, to enter into joint contracts and agreements for the performance of governmental functions normally associated with the operation of government such as purchasing of necessary materials and services; WHEREAS, it is deemed in the best interest of all participating governments that said government do enter into a mutually satisfactory agreement for the purchase of certain materials and services for the City of Southlake. WHEREAS, the parties, in performing governmental functions or in paying for the performance of governmental functions hereunder shall make that performance or those payments from current revenues legally available to that party; NOW, THEREFORE, the parties hereto, in consideration of the mutual covenants and condition contained herein and pursuant to the authority permitted under the Interlocal Cooperation Act, promise and agree as follows: I. PURPOSE The purpose of this Agreement is to authorize participation of the City of Southlake in the City of Grand Prairie's goods and services contracts. Participation in this cooperative program will be highly beneficial to the taxpayers of the City th mugh anticipated saving to be realized. II. DURATION OF AGREEMENT This Agreement shall be in effect from the date of execution until terminated by either party to the agreement. III. RELATIONSHIP OF PARTIES It is agreed that the City, in receiving products and/or services specified in this agreement, shall act as an independent purchaser and shall have control of its needs and the manner in which they are acquired. Neither the City, its agents, employees, volunteer help or any other person operating under this contract shall be considered and agent or employee of the City of Grand Prairie and shall not be entitled to participate in any pension plans or other benefits that the City of Grand Prairie provides its employees. Nothing in this agreement shall prevent any participating government from accepting and awarding bids for commodities subject to this agreement individually and in its own behalf: WIWood Item 4H-4 IV. PURCHASE OF GOODS AND SERVICES All products and services shall be procured by the City of Grand Prairie in accordance with procedures governing competitive bids and competitive proposals. The participating government will be able to purchase from those contracts established by City of Grand Prairie where notice has been given in the specifications and successful bidder has accepted terms for Cooperative Purchasing Agreement for local governments. The participating governments hereto agree that the ordering of products and services through this agreement shall be their individual responsibility and that the successful bidder or bidders shall bill each participating government directly. The participating governments agree to pay successful bidders directly for all products or services received from current revenues available for such purchase. Each participating government shall be liable to the successful bidder only for products and services ordered by and received by it, and shall not, by the execution of this agreement, assume any additional liability_ The City of Grand Prairie does not warrant and is not responsible for the quality or delivery of products or services from successful bidder. The participating government shall receive all warranties provided by successful bidder for the products or services purchased.. In the event that any dispute arises between individual participating government and a successful bidder, the same shall be handled by and between to be executed by their officer thereon that day and the year fast above written. In the event that any dispute arises between individual participating government and a successful bidder, the same shall be handled by and between the participating government body and bidder. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their authorized officers thereon the day and the year first above written.. CITY OF GRAM) PRAIRIE CITY OF SOUTHLAKE c BY: Tom Cox, Deputy City Manager WAvertonCit�nager ATTEST: ATTEST: Catherine DiMaggio, City Secretary Lori Payne, City Secretary APPROVED AS TO FORM: Donald R. Postell, City Attorney 06/19/2007 &Kad �t Contract Coversheet T E X A S Dept: * Purchasing For: Facility Services Contact Venona McGee Contact Name: Phone: Vendor Ed's Electric Service Name: Project Name: Electrical Services Summary: Initial - Electrical Services Permanent Retention* Contract 20852 ID: Bid 21074 Number: 8266 Contact Email: * Vendor vmcgee@GPTX.org Email: Yes No Contract Amount Total Contract Amount over all terms $ 750,000.00 $ 3,750,000.00 Account # Work Order # 0 0 Dates Implementation Date 6/20/2021 Contract Approvals Department Manager: City Attorney Signature vmcgee@GPTX.org Termination Date Council Approval Date 6/30/2022 6/15/2021 Date 7/2/2021 Date 7/8/2021 Item 4H-6 City Manager Signature WrIL-L-L4+ A- HiL-6 Date 7/13/2021 City Secretary Signature c7ko Date 7/14/2021 Item 4H-7 CITY OF GRAND PRAIRIE SERVICES PRICE AGREEMENT THIS CONTRACT is made and entered into this date by and between the CITY OF GRAND PRAIRIE, a Texas municipal corporation (hereinafter referred to as the "CITY"), and ED' S ELECTRIC SERVICE (hereinafter referred to as "VENDOR") and evidences the following: I. PURPOSE VENDOR shall provide electrical services as primary vendor per bid award resulting from VENDOR's response to RFB #21074, submitted by Edwin Schwarz, on May 12, 2021. II. DESCRIPTION OF SERVICES The services which VENDOR shall provide for the CITY shall include the following: A. VENDOR hereby covenants and agrees that VENDOR is to work closely with the CITY's Ray Riedinger, Facilities Manager or their designee, and/or other appropriate officials of the CITY, and that VENDOR is to perform any and all tasks required of VENDOR to fulfill the purposes of this Contract. B. VENDOR and the CITY covenant and agree that VENDOR shall perform all of the services and work contained in CITY specifications and VENDORS bid to CITY (attached hereto as "Exhibit A"); said document being part of this Contract and incorporated in its entirety herein. The parties agree that should there be any conflict between the terms of the incorporated document and this Contract, the provisions of this Contract shall control. The parties understand that quantity of services to be furnished to the City is an estimate and that the City may order more, less, or none of the services depending on the projects and the work of the City that requires the services. The price of the services shall remain constant throughout the term of contract. C. VENDOR expressly covenants and agrees to provide the CITY with such written reports or documentation of guaranties as may be required by the scope of the submittal. III. PERFORMANCE OF WORK VENDOR or VENDOR'S associates and employees shall perform all the work called for in this Contract. VENDOR hereby covenants and agrees that all of VENDOR'S associates and employees who work on this project shall be competent and fully qualified to do the work described in this Contract, the services performed shall be performed in a good and workmanlike manner, and the finished product shall be fit for the particular use(s) contemplated by this agreement. CONTRACT FOR PRICE AGREEMENT — RFB #21074 Page 1 of 7 (City Standard Form —Revision June 2020) Item 4H-8 IV. PAYMENT The CITY shall pay to VENDOR a sum not to exceed those unit prices, or percentage discount from list price where applicable in the submittal for the purchase of services designated herein and in no event shall total payments under the base contract exceed $750,000.00 without additional approval. VENDOR'S invoices must be delivered to the attention of the department placing the order. The City will pay invoices as work is completed and within 30 days after receipt of an invoice or certification by the City that the work is performed in a good and workmanlike manner, whichever is later. Payment will be made by means of a City issued check, an ACH, or with a City issued Procurement Card (Mastercard). V. TERM OF THE CONTRACT This Contract is for an initial term of one year with the option to renew for four additional one- year periods. This Contract is effective as of June 20, 2021. No new orders shall be accepted, against this Contract term, after midnight on June 30, 2022. Contract shall terminate upon completion of all requirements for orders placed by said date, unless the parties mutually agree in writing to extend the term of the Contract through allowable renewal option, or unless otherwise terminated as provided in Paragraph XVI herein. The parties shall evidence the renewal in writing, with any additional terms set out in the said writing. VI. CONTRACT ASSIGNMENT VENDOR and the CITY hereby covenant and agree that this Contract provides for services and that these services are not to be assigned or sublet in whole or part without the prior written consent of the CITY. VII. CONFLICT OF INTEREST VENDOR hereby covenants and agrees that during the Contract period that VENDOR and any of VENDOR'S associates and employees will have no interest nor acquire any interest, either direct or indirect, which will conflict in any manner with the performance of the services called for under this Contract. All activities, investigations and other efforts made by VENDOR pursuant to this Contract will be conducted by employees or associates of VENDOR. VENDOR further covenants and agrees that it understands that the Code of Ordinances of the City of Grand Prairie prohibits any officer or employee of the CITY from having any financial interest, either direct or indirect, in any business transaction with the CITY. Any violation of this paragraph which occurred with the actual or constructive knowledge of VENDOR will render this Contract voidable by the CITY. CONTRACT FOR PRICE AGREEMENT — RFB #21074 Page 2 of 7 (City Standard Form —Revision June 2020) Item 4H-9 VIII. CHANGE IN WORK The CITY, through its Purchasing Manager or their designee, may request changes in the scope and focus of the activities and duties called for under this Contract. Any such change which, in the opinion of VENDOR or the CITY varies significantly from the scope and focus of the work set out herein or entails a significant increase in cost or expense to VENDOR must be mutually agreed upon by VENDOR and the CITY. The parties herein acknowledge that any change in the scope or focus of the work which results in the increase in compensation to VENDOR of the fee stated in Paragraph IV hereof must first be approved by the CITY's Purchasing Manager, City Manager or City Council, where applicable. IX. CONFIDENTIAL WORK Any reports, designs, plan, information, project evaluations, data or any other documentation given to or prepared or assembled by VENDOR under this Contract shall be kept confidential and may not be made available to any individual or organization by VENDOR without the prior written approval of the CITY except as may be required bylaw. X. OWNERSHIP OF DOCUMENTS VENDOR acknowledges that CITY owns all notes, reports, or other documents, intellectual property or documentation produced by the vendor pursuant to this agreement or in connection with its work which are not otherwise public records. VENDOR acknowledges that CITY shall have copyright privileges to those notes, reports, documents, processes and information. VENDOR shall provide CITY a copy of all such notes, reports, documents, and information (except to the extent that they contain confidential information about third parties) at CITY expense upon written request. XI. NONDISCRIMINATION As a condition of this Contract, VENDOR covenants and agrees that VENDOR shall take all necessary actions to ensure, in connection with any work under this Contract, VENDOR, VENDOR'S associates, sub -vendors, and employees will not discriminate in the treatment or employment of any individual or groups of individuals on the grounds of race, color, religion, national origin, age, sex, or physical or mental handicap, either directly or indirectly or through contractual or other arrangements. In this regard, VENDOR shall keep, retain and safeguard all records relating to this Contract for work performed hereunder for a minimum period of three (3) years from final contract completion, with full access allowed to authorized representatives of the CITY upon request, for purposes of evaluating compliance with this and other provisions of the Contract. VENDOR verifies that it does not "boycott Israel" as that term is defined in Tex. Govt. Code §808.001, and will not boycott Israel during the term of this contract. CONTRACT FOR PRICE AGREEMENT — RFB #21074 Page 3 of 7 (City Standard Form —Revision June 2020) Item 4H-10 XII. INDEPENDENT VENDOR By the execution of this Contract, the CITY and VENDOR do not change the independent vendor status of VENDOR. No term or provision of this Contract or any act of VENDOR in the performance of this Contract may be construed as making VENDOR the agent or representative of the CITY. All employees of VENDOR shall perform their duties under the supervision of VENDOR, which shall have the exclusive right to dictate to the VENDOR'S employees how to perform their tasks. VENDOR agrees and covenants that each of its employees will be properly qualified and will use reasonable care in the performance of the assigned duties. VENDOR shall post all applicable warning signs if such work will disrupt normal traffic or workplace activities. XIII. WARRANTY, HOLD HARMLESS, AND INDEMNITY VENDOR warrants that the services it performs for CITY will be performed in a good and workmanlike manner, and that any items delivered to the CITY under this contract will be fit for the particular purpose for which it was furnished. VENDOR shall defend, indemnify, and hold the CITY whole and harmless against any and all claims for damages, costs, and expenses to persons or property that may arise out of, or be occasioned by, the execution or performance of this Contract or any of VENDOR'S activities or any act of commission or omission related to this Contract of any representative, agent, customer, employee, sub -vendor or invitee of VENDOR or any representative, agent, employee, or servant of the CITY. If an item is covered by a manufacturer's warranty, it is the responsibility of the VENDOR to obtain the information for CITY and to get the manufacturer to honor the warranty. XIV. INSURANCE Prior to the commencement of work under this Contract, VENDOR shall obtain and shall continue to maintain at no cost to the CITY, in full force and effect during the term of this Contract, a comprehensive liability insurance policy with a company licensed to do business in the State of Texas and rated not less than "A" in the current Best Key Rating Guide, which shall include bodily injury, death, automobile liability, worker's compensation, and property damage coverage, in accordance with any CITY ordinance or directive. The minimum limits for this coverage shall be $1,000,000.00 combined single limit for employers liability, comprehensive general liability and property damage, and $1,000,000.00 combined single limit for automobile liability, unless modified in accordance with any ordinance or directive. Insurance obtained by VENDOR shall be primary and noncontributory, and CITY shallbe named as an additional insured under the general liability and automobile policies. Aprovision shall be incorporated in the policies whereby CITY shall be given at least thirty (30) days prior notice of any material change in coverage or of cancellation of such policies, and VENDOR shall provide the City with a copy of any such notice of material change in coverage or cancellation of any such policies, within three (3) business days of its receipt of such a notice. For purposes of this section, a material change in coverage includes, but is not limited to, a reduction in coverage below the amounts required under this agreement. VENDOR shall provide a waiver of subrogation in favor of the CITY on all coverages, and represents that it has taken all actions necessary under the policy or policies for the City to have the status of additional insured and to effectuate any required waiver of subrogation. VENDOR shall furnish the CITY with original copies of the policies or certificates evidencing such coverage prior to commencement of any work under this Contract. CONTRACT FOR PRICE AGREEMENT — RFB #21074 Page 4 of 7 (City Standard Form —Revision June 2020) Item 4H-11 XV. NO VERBAL AGREEMENT This Contract contains the entire commitments and agreements of the parties to the Contract. Any verbal or written commitment not contained in this Contract or expressly referred to in this Contract and incorporated by reference shall have no force or effect. XVI. TERMINATION The CITY may, at its option and without prejudice to any other remedy to which it may be entitled at law or in equity, terminate further work under this Contract, in whole or in part, by giving at least thirty (30) days prior written notice thereof to VENDOR with the understanding that all services being terminated shall cease upon the date specified in such notice. The CITY shall equitably compensate VENDOR, in accordance with the terms of this Contract for the services properly performed prior to the date specified in such notice following inspection and acceptance of same by the CITY. VENDOR shall not, however, be entitled to lost or anticipated profits should the CITY choose to exercise its option to terminate. XVII. VENUE The parties to this Contract agree and covenant that this Contract will be performable in Grand Prairie, Texas, and that if legal action is necessary to enforce this Contract, exclusive venue will lie in Dallas County, Texas. XVIII. APPLICABLE LAWS This Contract is made subject to the existing provisions of the Charter of the City of Grand Prairie, its rules, regulations, procedures and ordinances, present and future, and all applicable laws of the State of Texas and the United States. XIX. CONTRACT INTERPRETATION The parties to this Contract covenant and agree that in any litigation relating to this Contract, the terms and conditions of the Contract will be interpreted according to the laws of the State of Texas, without regard to any conflict of law rules. XX. NOTICES All notices, requests, or other communications (excluding invoices) hereunder must be in writing and transmitted via overnight courier, email, hand delivery, or certified or registered mail, postage prepaid and return receipt requested to the CITY and VENDOR as follows: CITY: City of Grand Prairie ATTN: Venona McGee, Sr. Buyer Purchasing Division 300 Main Street, Grand Prairie, TX 75050 PO Box 534045, Grand Prairie, TX 75053-4045 Phone 972-237-8266 1 Email purchasingfax@gptx.org Accounts Payable Contact: accountspayable@gptx.org CONTRACT FOR PRICE AGREEMENT — RFB #21074 Page 5 of 7 (City Standard Form —Revision June 2020) Item 4H-12 City of Grand Prairie ATTN: Ray Riedinger, Facilities Manager, Facility Services 300 W. Main St., Grand Prairie, TX 75050 PO Box 534045, Grand Prairie, TX 75053-4045 Phone 972-237-8017 1 Email riedinger@gptx.org VENDOR: Ed's Electric Service ATTN: Ed Schwarz, Owner 7160 Baker Blvd., Ft. Worth, TX 76118 Phone 817-589-7008 1 Email edselectricservice@msn.com Any notice required or desired to be given to either party hereto shall be deemed to be delivered: (i) on the date of delivery, if hand delivered or emailed; (ii) one (1) day after sending, if sent by overnight courier; or (iii) three (3) days after the same is deposited in an official depository under the regular care and custody of the United States Postal Service located within the confines of the United States of America and sent by registered or certified mail, return receipt requested, and addressed to such party at the address hereinafter specified. Either party hereto may change such party's address for notice to another address within the United States of America, but until written notice of such change is actually received by the other party, the last address of such party designated for notice shall remain such party's address for notice. XXI. SEVERABILITY In the event that any provision contained in this Contract is held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision thereof and this Contract shall be considered as if such invalid, illegal, or unenforceable provision had never been contained in the Contract. XXII. RIGHT OF REVIEW VENDOR covenants and agrees that the CITY, upon reasonable notice to VENDOR, may review any of the work performed by VENDOR under this Contract. XXIII. WAIVER OF ATTORNEYS FEES VENDOR and CITY expressly covenant and agree that in the event of any litigation arising between the parties to this contract, each party shall be solely responsible for payment of its attorneys andthat in no event shall either party be responsible for the other parry's attorney's fees regardless of the outcome of the litigation. CONTRACT FOR PRICE AGREEMENT — RFB #21074 Page 6 of 7 (City Standard Form —Revision June 2020) Item 4H-13 XXIV. NON -COLLUSION VENDOR represents and warrants that VENDOR has not given, made, promised or paid, nor offered to give, make, promise or pay any gift, bonus, commission, money or other consideration to any person as an inducement to or in order to obtain the work to be provided to the CITY under this Contract. VENDOR further agrees that VENDOR shall not accept any gift, bonus, commission, money, or other consideration from any person (other than from the CITY under this Contract) for any of the services performed by VENDOR under or related to this Contract. If any such gift, bonus, commission, money, or other consideration is received by or offered to VENDOR, VENDOR shall immediately report that fact to the CITY and, at the sole option of the CITY, the CITY may elect to accept the consideration for itself or to take the value of such consideration as a credit against the compensation otherwise owing to VENDOR under this Contract. EXECUTED this the 7-70 day of SUwP ZaZ; CITY OF GRAND P TEXAS By: Deputy City Manager ATTEST: for '— `�`' Mona Lisa Galicia, City Secretary APPROVED - TO FORM: Megan Mahan C ihi AttnrnPv Chuong Q. Phung, Assistant City Attorney ED'S ELECTRIC SERVICE By: tA Printed Name: tOw«✓ 5-c'IW9A2 Title: owwot CONTRACT FOR PRICE AGREEMENT - RFB #21074 Page 7 of 7 (City Standard Form —Revision June 2020) -14 Exhibit A Droam Big Plaij lard CITY OF GRAND PRAIRIE, TEXAS REQUEST FOR BIDS RFB # 21074 — ELECTRICAL SERVICE DUE DATE: PRIOR TO 2PM May 12, 2021 DUE TO: Venona McGee, Sr. Buyer Purchasing Division www.PublicPurchasinm 300 W. Main Street Grand Prairie, Texas 75050 CLEARLY MARK BID AS "RFB # 21074" Late responses will be unopened and not accepted for consideration. The City of Grand Prairie is not responsible for lateness or failure of timely delivery via mail (whether delays are internal/external), carrier, etc. Please ensure you allow time to provide your response timely so that you may be properly considered. EMAIL BIDS WILL NOT BE ACCEPTED. RFB #21074 Electrical Service Item 4H-15 Table of Contents ADVERTISEMENT FOR BIDS..............................................................................................3 1. PROJECT SCOPE........................................................................................................4 2. DEFINITIONS..............................................................................................................4 3. APPLICABLE LAWS AND STANDARDS.................................................................4 4. VENDOR RESPONSIBILITIES.................................................................................. 4 5. VENDOR PERSONNEL REQUIREMENTS.............................................................. 5 6. VENDOR QUALIFICATIONS....................................................................................6 7. SAFETY REQUIREMENTS........................................................................................ 7 8. WARRANTY.................................................................................................................8 9. WORK HOURS.............................................................................................................8 10. PAYMENT AND INVOICING....................................................................................9 It. PROCUREMENT SCHEDULE...................................................................................9 12. CONTACT.....................................................................................................................9 13. BID EVALUATION......................................................................................................9 14. EVALUATION CRITERIA.......................................................................................10 15. SUBMITTAL RESPONSE GUIDELINES................................................................10 16. AGREEMENT TERMS AND AWARD.....................................................................10 SOLICITATION STANDARD TERMS AND CONDITIONS.............................................11 SUBMITTALFORMS...........................................................................................................14 RFB #21074 Electrical Service 2 Item 4H-16 CITY OF GRAND PRAIRIE ADVERTISEMENT FOR BIDS Sealed bids will be received via www.PublicPurchase.com. until May 12, 2021 at 2:00 PM, and publicly opened and read via teleconference for the purchase of the following: RFB # 21074 — Electrical Service Further information and specifications may be obtained at www.PublicPurchase.com, www.gptx.org, or from the Purchasing division at (972) 237-8269. The city reserves the right to reject any or all bids and to waive formalities. The city also reserves the right to purchase these items through state awarded contracts or other intergovernmental agreements when it is in the best interest of the city. Publish: 4/25/2021 & 5/2/2021 RFB #21074 Electrical Service 3 Item 4H-17 1. PROJECT SCOPE It is the intent of this specification to obtain an annual price agreement for the purchase of new electrical installations and electrical maintenance and repair services. These services will be as needed and include all labor, materials, parts, equipment, tools, transportation and methods of communication by the City of Grand Prairie Facilities Services Division. 2. DEFINITIONS 2.1. New Installation — Service performed to enhance or upgrade existing item(s) or to add additional item(s). 2.2. Maintenance Service — Service performed to ensure that a working item is performing within operational tolerances and to identify any needed corrections before a failure occurs. 2.3. Repair Service — Service performed to identify, isolate and rectify a fault so that the failed item can be restored to a working condition. This does not include upgrades or enhancements to the item. 3. APPLICABLE LAWS AND STANDARDS The selected vendor shall provide the specified service requirements in accordance with all federal, state and local applicable laws, standards and regulations necessary to perform the services, including, but not limited to: Administrative Rules of the Texas Department of Licensing and Regulation 16 Texas Administrative Code, Chapter 73. Mechanical, National Electrical and Unified Building and Plumbing Codes. Texas Electrical Safety and Licensing Act. Vendor shall ensure that any work requiring a separate license is performed under the applicable license as required under local or state law. 4. VENDOR RESPONSIBILITIES 4.1. The selected vendor shall provide all labor, materials, miscellaneous parts (as requested by the designated City representative), equipment (i.e. benders, knockouts, lifts, bucket trucks, etc.), tools (i.e. drills, wire cutters, pliers, etc.), transportation and methods of communication, and if required, additional miscellaneous services necessary to complete work in a timely, satisfactory economical manner. The vendor may utilize rental equipment if necessary. 41L Vendor shall indicate the price to be charged to the City for equipment/tools in the appropriate space(s) on Attachment A3 — Equipment Pricing. List all equipment and price(s) you will charge the City for the use of this equipment on a service request. Any equipment not listed on Attachment A3 — Equipment Pricing must be approved by the designated Facilities Services representative before work may begin. Fill in attached excel spread sheet. 4,1.2. The City will not be charged a percentage (%) mark-up on any rental equipment the Vendor may rent and utilize under this annual contract. 4.2. Vendor must be sufficiently staffed (with journeyman (men), master electrician(s), plus apprentice electrician(s), as required) to respond: 4,Z1. By telephone within fifteen (15) minutes of any message left by the City. 422. On -site within two (2) hours after receipt of a call for non -emergency service from the designated Facilities Services representative. 4n On —site within one (1) hour or less after receipt of a call for emergency service from the designated Facilities Services representative. 4.3. Provide documentation of licenses for each electrician and summarize commercial experience below for each electrician with proposal response. Should vendor employ different electricians throughout the term of the contract, documentation of licenses and RFB #21074 Electrical Service 4 Item 4H-18 summary of experience shall be submitted to the designated Facilities Services representative before assigning them to a City project. The successful vendor will be required to submit a copy of the updated license for each electrician who may be assigned to a City project. 4.4. Ensure electricians are familiar with the requirements of the contract. 4.5. Obtain written approval for all requested work from the designated Facilities Services representative before work may begin. 4.6. Provide a written cost estimate with a detailed listing of parts, labor, repair schedule and estimated time frame needed for the requested work, to the designated Facilities Services representative before work may begin. 4.7. Respond to multiple requests for service simultaneously. 4.8. Assign a primary paint -of -contact to provide electrical services to the city. 4.9. Shall apply for and secure any permits required for a project prior to the start of work. In no case will the vendor submit an invoice for work completed when a permit was required and not first obtained by the vendor. The city will waive the cost of the required permit. 4.10. Please provide the City the cost or power requirement estimates for new or temporary electrical installations such as fairs, concerts, craft shows, special events or upgrades to existing facilities on the Bid Pricing Sheet item #15. 4.11. Shall deliver to the designated Facilities Services representative all installation, operating and repair instructions for new equipment installed prior to installation. When the installation is done due to an emergency, the same will be delivered to the Facilities Services representative upon completion of the repair/installation. 4.12. Have a fully equipped service truck or bucket truck with all required equipment and tools needed to perform requested electrical services. Truck must coincide with the job. 4.13. A standard bucket truck, capable of reaching 0-100 feet, must be available and accessible with in a minimum of two (2) hours of a non -emergency service request and one (1) hour or less of an emergency service request. 4.14. Shall not send or charge for the services of more than one (1) journeyman or master licensed electrician, without written approval from the designated Facilities Services representative, when: 4141. One (1) journeyman or master licensed electrician would be sufficient coverage to perform the required service(s) on any maintenance, repair or installation. 4142 One (1) journeyman or master licensed electrician plus one (1) apprentice electrician would be sufficient coverage to perform the required service(s) on any maintenance, repair or installation. 4.15. Shall only charge the Service Call rate, not Electrician Hourly rates, for labor when it takes one (1) hour or less to perform the required service(s) on any maintenance, repair or installation. Materials and equipment charges may be charged if applicable. 4.16. Shall only charge Electrician Hourly rates, not the Service Call rate, for labor when it takes two (2) or more hours to perform the required service(s) on any maintenance, repair or installation. Materials and equipment charges may be charged if applicable 5. VENDOR PERSONNEL REQUIREMENTS 5.1. Bring a copy of the cost estimate with them to the job site to prevent additional work being performed. 5.2. Wear a clearly visible identifying name badge with a company logo. 5.3. Present and maintain a neat appearance at all times. 5.4. Be able to communicate verbally in English. RFB #21074 Electrical Service 5 Item 4H-19 5.5. Not use profanity, be excessively loud or use personal multi -media or communication devices [e.g., portable radios, cellular phones (unless issued by vendor)] while on city property. 6. VENDOR QUALIFICATIONS 6.1. Vendor must be engaged in the business of providing electrical installation, maintenance and repair services for a minimum of five years within the last seven years. Recent start- up businesses do not meet the requirements of this solicitation. A start-up business is defined as a new company that has no previous operational history or expertise in the relevant business and is not affiliated with a company that has that history or expertise. 6.2. Vendor must have and maintain a current Electrical Contractor License issued by the Texas Department of License and Regulation throughout the term of the contract. 6.3. Vendor must have and maintain a current Master Electrical License issued by the Texas Department of License and Regulation or have available at least one licensed master electrician throughout the term of the contract. 6.4. Vendor must be in good financial standing, not in any form of bankruptcy, current in payment of all taxes and fees such as state franchise fees. The City reserves the right to request a copy of vendor's audited or un-audited financial statement. When financial statements are requested, the City will review the vendor's audited or un-audited financial statement to this solicitation in accordance with Texas Government Code, Title 10, Subtitle D, Section 2156.007 to evaluate the sufficiency of the vendor's financial resources and ability to perform the contract or provide the service required in the solicitation. The City will be the sole judge in determining the sufficiency of the vendor's financial resources and ability to perform the contract or provide the service. 6.5. Key employees used by the selected Vendor include one of the following: 65.L Master Electrician — Shall be a licensed commercial master electrician with a minimum of five (5) years of commercial electrical experience within the last seven (7) years. Electricians shall maintain a current commercial master electrician's license issued by the State of Texas. 65:2. Journeyman Electrician — Shall be licensed commercial journeyman electricians with a minimum of three (3) years of commercial electrical experience within the last five (5) years. Electricians shall maintain a current commercial journeyman electrician's license issued by the State of Texas. 6.5U Apprentice Electrician - Shall have a minimum of one (1) year of commercial electrical experience. 6.6. Vendor shall provide a constantly monitored 24 hours per day, 7 days per week telephone number to contact for service. Electrician shall be on call 24 hours a day, be able to respond by telephone within fifteen (15) minutes of any message left by the City and respond on -site within two (2) hours from notice for non -emergencies and one (1) hour or less from notice for emergencies. 6.7. Vendor shall ensure the electrician(s) contact the designated Facilities Services representative upon arrival at the job site. The electrician(s) shall: 6.71. Have the designated City representative log the start and completion times on the service ticket for services performed. Any after-hours work must be approved before working and documented on the service ticket. 6.72. Provide the following information on the service ticket: Building Name, Room Number or Name, Floor number, Name of electrician(s) performing the work, Number of hours worked, and City work order number issued for the job, if applicable. RFB #21074 Electrical Service 6 Item 4H-20 6.73. Provide a cost estimate of the requested work to the designated Facilities Services representative before work may begin. In the event the work exceeds the cost estimate or additional services are discovered, an amended cost estimate shall be submitted to the designated Facilities Services representative before continuing work on the project. If the amended cost estimate exceeds $25,000, the Facilities Services representative shall obtain written approval from the Facilities Services Manager before work can continue. 6►7A, Perform and complete all work requested and detailed in the cost estimate. In the event the work is not completed by the technician by the end of the business day, the technician shall provide the designated City representative in writing, the status of the work, reason for delay and the estimated completion date. 6.8. Vendor shall cover furnishings and floor area located below the equipment with tarps or plastic sheeting prior to commencing work. 6.9. Vendor shall leave the work area clean and free of materials, debris, and vendor equipment to the satisfaction of the designated Facilities Services representative. The vendor shall: 69.1. Remove from the building and dispose of all defective materials removed in performance of the service in strict accordance with all applicable rules, regulations, codes, laws, ordinances and statutes. 6,9.2 Clean all areas of scrap materials, dirt, dust, and debris generated in performance of the service at the time the service is provided. 6.10. Vendor must provide a list of three (3) governmental or commercial references for work of a similar scope to this specification. The vendor shall choose references that illustrate the Vendor's ability, capacity, and skill to perform the contract as specified. 6.11. Vendor's facility that will be used as the primary point for providing service to the City must be located within 50 miles of the City's City Hall. 7. SAFETY REQUIREMENTS 7.1. The Vendor must be thoroughly familiar with all prevailing safety measures pertinent to its operation and shall meet or exceed those measures. This shall include, but not necessarily be limited to Environmental Health Agency (EPA) regulations, State of Texas regulations, local city ordinances, and Occupational Safety and Health Agency (OSHA) regulations. In addition, the Vendor shall be wholly responsible for instructing its employees in these safety measures and seeing that they are fully complied with in every respect. 7.2. Clean, repair or replace any item damaged by the vendor or subcontractor(s) during the performance of the service to the satisfaction of the City of Grand Prairie, and at no additional cost to the city. 7.3. Vendor shall be able to work with high voltage equipment up to and including 14,400 volts. 7.4. Vendor will provide all required safety signage, barricades, and flashers/strobes. 7.5. All employees shall follow all applicable safety procedures, have appropriate license or certification when required by federal or state law, have immediate access to all appropriate safety equipment, and shall be trained in the use of that equipment. 7.6. All vehicles shall have proper safety signage, be fit for their intended purpose, and meet all OSHA, and State of Texas requirements. 7.7. Vendors discovered working without necessary safety devices or equipment in place will be required to stop all work in progress until adequate equipment has been obtained and approved by to the Contract Administrator. RFB #21074 Electrical Service 7 Item 4H-21 7.8. Any hazardous condition or any damage to City property is to be immediately reported to the Facility Services representative. 7.9. Vendor will not permit unsafe practices. Examples of unsafe practices include but are not limited to: using inappropriate equipment for the job, removing chains or other safety devices from equipment, or traveling with an operator sitting in the back of a pickup truck with the tailgate lowered. Unsafe practices will be grounds for termination of the contract. 8. WARRANTY 8.1. PERFORMANCE WARRANTY - Work performed under the contract shall meet all applicable standards and codes. The vendor shall guarantee all work included in the purchase order against any defects in workmanship; and shall satisfactorily correct, at no cost to the city, any such defect that may become apparent within a period of one year after completion of work. The warranty period shall commence upon date of acceptance by the city 8.2. MATERIAL WARRANTY - Materials provided under the contract shall be in current production, as offered to commercial trade, and shall be of quality material. USED, SHOPWORN, DEMONSTRATOR, PROTOTYPE, RECONDITIONED OR DISCONTINUED MATERIALS ARE NOT ACCEPTABLE. Materials shall be warranted against material defects and defects in workmanship for a period of not less than 12 months and shall cover 100 percent parts and labor. The warranty period shall commence upon date of acceptance by the city. If the manufacturer's standard warranty period exceeds 12 months, then the standard warranty period shall be in effect. The vendor shall be ultimately responsible for the warranty. The vendor shall provide the designated City representative with all manufacturers' warranty documents upon completion of service prior to leaving the job site. 8.3. INSTRUCTION MANUALS: When there is installation of new equipment, all installation, operating and repair instructions are to be delivered to the Facilities Services representative prior to installation. When the installation is done due to an emergency, the same will be delivered to the Facilities Services representative upon completion of the repair/installation. 9. WORK HOURS 9.1. Regular work hours for performance of installation and service are 7:00 a.m. until 5:00 p.m. Monday through Friday. 9.2. After hours billing rates are for work performed beginning at 5:01 p.m. through 6:59 a.m., Monday through Friday. All after hours billing must be approved and documented prior to working. 9.3. Weekend billing rates are for work performed beginning at 5:01 p.m. through 6:59 a.m., Friday through Monday. All weekend billing must be approved and documented prior to working. 9.4. Holiday billing rates are for work performed beginning at 12:00 a.m. through 11:59 p.m., on a City designated holiday. All holiday billing must be approved and documented prior to working. 9.5. Vendor employees shall adhere to an agreed upon work schedule. Vendor employees shall be available to work on a modified work schedule during special conditions; possibly including holidays or weekends. The City will pay for hours worked according to the specific time involved. All off -shift or modified hours shall be approved in writing by the City. RFB #21074 Electrical Service 8 Item 4H-22 10. PAYMENT AND INVOICING 10.1. Payment - The City will authorize payment upon satisfactory completion, inspection and acceptance by the City. Work found unacceptable by the City will be corrected at the vendor's expense. All work will be performed in accordance with the outlined quote and purchase order furnished by the city. Vendors are subject to non-payment for any/all unauthorized work. 10.2. Invoicing - The following requirement applies to all invoices. Invoices must reference a purchase order number. Separate invoices are required for each order and shall be sent to the ordering department. The invoice should include the following: 1021. Purchase Order number 102Z. Invoice number 1023. Contract rates 102A, Quantity ordered 102S Total amount due 11. PROCUREMENT SCHEDULE The projected schedule for this procurement is as follows: Activity Target Dates Release Bid Monday, April 26, 2021 Deadline for Questions Wednesday, May 5, 2021 Responses to Questions 10:00 am Thursday, May 6, 2021 Deadline for Receipt of Bids 2:00 pm Wednesday, May 12, 2021 Council Date Tuesday, June 1, 2021 12. CONTACT Information, questions or clarification concerning the intent of this RFB should be in writing and addressed to Venona McGee at vmcgeeCa gptx.org by 4:00 p.m. (CST) of the Deadline for Questions outlined in the Procurement Schedule. City of Grand Prairie's response to questions and requests for clarification will be posted to Public Purchase (www.publicpurchase.com) 13. BID EVALUATION Award will be based on responsive bids best value as outlined in the Evaluation Criteria below. The City of Grand Prairie reserves the right to accept or reject any and all bids in whole or in part and waive any informality in the competitive bid process. Further, the city reserves the right to enter into any contract deemed to be in the best interest of the city. RFB #21074 Electrical Service 9 Item 4H-23 14. EVALUATION CRITERIA The following evaluation criteria will be utilized in the selection of a vendor: Prices for Labor, Material Mark-up, and Equipment 50 Vendor Qualifications 30 References 10 Current or Recent Service Contracts 10 15. SUBMITTAL RESPONSE GUIDELINES Offeror response to this Request for Bid shall include: 15.1. Completed and signed proposal check list. 15.2. Bid Pricing Form filled in with unit prices, extended prices, and total. 15.3. Questionnaire and References pages 1 - 2 answered. References provided should be for similar work/projects with up to date contact information (phone and email). 15.4. Bid Affirmation form reviewed and signed. 15.5. Completed Historically Underutilized Business Questionnaire. If the vendor is not a certified HUB or DBE mark "NO", sign and include with your bid. 15.6. Completed House Bill 89 Verification Form. 15.7. Optional — Local Preference Consideration Application. 16. AGREEMENT TERMS AND AWARD The term of the agreement will be for an initial one-year agreement with the option to renew for up to four (4) additional one-year periods. The price agreement shall be awarded to the vendor(s) submitting the bid(s) deemed to be in the best interest of the City. The City may award one Primary and one Secondary vendor by portions or for the entire bid. The City of Grand Prairie may award to a single vendor, multiple vendors, or use any combination that serves the best interest of the City. Successful bidder will enter into a contract with the City for an annual agreement in accordance with the terms and conditions found within. The annual estimated dollar value of this contract shall be $750,000.00. Annual estimated quantities are not known and vary from year to year. RFB #21074 Electrical Service 10 Item 4H-24 SOLICITATION STANDARD TERMS AND CONDITIONS 1. INSTRUCTIONS: These standard terms apply to all solicitations. 2. BEST INTEREST: The City reserves the right to reject any or all responses and to waive formalities. The City also reserve the right to purchase through State awarded contracts or other intergovernmental agreements when it is in the best interest of the City. 3. PRICING: Price(s) quoted must be held firm for ninety (90) days to allow for evaluation unless otherwise noted in this document. 4. SILENCE OF SPECIFICATION: The apparent silence of these specifications as to any detail or to the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement. 5. F.O.B.: All shipping shall be F.O.B. Destination. 6. COOPERATIVE/INTERLOCAL PURCHASING: If the vendor checked yes on the submittal affirmation form to allow for Interlocal Purchasing the following will apply: Government Entities utilizing Inter-Govemmental Contracts with the City of Grand Prairie will be eligible, but not obligated, to purchase goods and services under this contract (s) awarded as a result of this solicitation. All purchases by Governmental Entities other than the City of Grand Prairie will be billed directly to that Governmental Entity and paid by that Governmental Entity. The City of Grand Prairie will not be responsible for another Governmental Entity's debts. Each Governmental Entity will order their goods and services as needed. 7. SPLIT AWARD: The City of Grand Prairie reserves the right to award a separate contract to separate vendors for each item/group or to award one contract for the entire bid. 8. WITHDRAWAL OF RESPONSE TO SOLICITATION: A response may not be withdrawn or cancelled by the vendor for a period of ninety (90) days following the date designated for the receipt without approval by the City. 9. ERROR -QUANTITY: Submittals must be made on units of quantity specified, extend, and show total(s). In the event of discrepancies in extension, the unit price shall govern. 10. LATE SUBMITTALS: Submittals received after the submission deadline shall be returned unopened and will be considered void and unacceptable. The City of Grand Prairie is not responsible for lateness from any carrier for any reason. 11. TAXES: The City of Grand Prairie is exempt from Federal Manufacture's Excise, and State Sales taxes. TAX MUST NOT BE INCLUDED IN PRICING. Tax exemption certificates will be executed by the City and furnished upon request. 12. ADDENDA: Any interpretations, corrections or changes to these specifications will be made by addenda. Sole issuing authority of the addenda shall be vested in the City of Grand Prairie Purchasing Department. Addenda will be mailed to all who are known to have received a copy of this solicitation. It is the responsibility of proposers to ensure they have received and understand any issued addenda. 13. PROTEST: Protests shall be submitted in writing and filed with the Purchasing Division no less than three business days prior to the City Council meeting at which the award appears on the agenda. A written response will be prepared by the Purchasing Manager in consultation with the end user department and City Attorney in accordance with the City Purchasing Manual. If the protesting vendor does not agree with the staff recommendation, they may appeal to the City Council. Protesting vendors must contact the City Secretary in order to be acknowledged and heard by City Council at the first available Council meeting. 14. PAYMENT TERMS: Payment terms are Net 30 unless otherwise specified by the City in this document. 15. PATENT RIGHTS: The vendor agrees to indemnify and hold the City harmless from any claim involving patent right infringement or copyrights on goods supplied. 16. FUNDING: The City of Grand Prairie is a home -rule municipal corporation operated and funded on an annual basis for Oct. 1 to Sept. 30. The City reserves the right to terminate, without liability to the City, any contract for which funding is not available. 17. ASSIGNMENT: Vendor shall not sell, assign, transfer, or convey this contract in whole or in part, without the prior written consent of the City. 18. VENUE. This agreement will be governed and construed according to the laws of the State of Texas. 19. RIGHT OF REVIEW: Vendor covenants and agrees that the City, upon reasonable notice to vendor, may review any of the work performed by vendor under this Contract. 20. DELIVERY TIMES: Deliveries will be acceptable only during normal working hours at the designated City Municipal Facility. 21. STANDARD WARRANTY: Standard manufacturer's warranty shall be provided and submitted to the City of Grand Prairie upon request. 22. PACKAGING: Unless otherwise indicated, items will be new, unused, and in first class condition in containers suitable for damage -free shipment and storage. 23. ORDERS AND INVOICING: A Purchase Order Number is required for all purchases. All invoices must identify the purchase order number, include the bid unit pricing by item, identify the ordering department/user, and include contact phone and email. RFB #21074 Electrical Service 11 Item 4H-25 24. CONFLICT OF INTEREST: The successful vendor hereby the City of Grand Prairie to the extent permitted under the covenants and agrees that during the Contract period that Open Records Act. vendor and any of vendor's associates and employees will have no interest nor acquire any interest, either direct or indirect, 28. WAIVER OF ATTORNEYS FEES: Vendor and City which will conflict in any manner with the performance of the expressly covenant and agree that in the event of any litigation services called for under this Contract. All activities, arising between the parties to this contract, each party shall be investigations and other efforts made by vendor pursuant to solely responsible for payment of its attorneys and that in no this Contract will be conducted by employees or associates of event shall either party be responsible for the other party's vendor. Vendor further covenants and agrees that it attorneys fees regardless of the outcome of the litigation. understands that the Code of Ordinances of the City of Grand 29. CHANGE ORDERS: No Oral statement of any person shall Prairie prohibits any officer or employee of the City from modify or otherwise change or affect the terms, conditions, or having any financial interest, either direct or indirect, in any specifications stated in the resulting contract. All change business transaction with the City. Any violation of this orders to the contract will be made in writing by the City of paragraph which occurred with the actual or constructive Grand Prairie. knowledge of vendor will render this contract voidable by the City. 30. TERMINATION: The City may, at its option and without prejudice to any other remedy to which it may be entitled at a. FORM CIQ — is required when a conflict exists in law or in equity, terminate the right for vendor to accept further accordance with Chapter 176, Local Government Code, orders under this Contract, in whole or in part, by giving at by a vendor who has a business relationship as defined by least thirty (30) days prior written notice thereof to vendor with Section 176.001(1-a) with a local governmental entity the understanding that no further orders may be accepted after and the vendor meets requirements under Section the date specified in such notice. The City shall equitably 176.006(a). By law this questionnaire must be filed with compensate vendor, in accordance with the terms of this the records administrator of the local governmental entity Contract for the commodities properly ordered prior to the date not later than the 7th business day after the date the specified in such notice following inspection and acceptance vendor becomes aware of facts that require the statement of same by the City. Vendor shall not, however, be entitled to to be filed. See Section 176.006(a-1), Local Government lost or anticipated profits should the City choose to exercise its Code. A vendor commits an offense if the vendor option to terminate. knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 3l. TERMINATION FOR DEFAULT: The CITY reserves the This form may be obtained from the Texas Ethic right to enforce the performance of this purchase order in any Commission's website. manner prescribed by law or deemed to be in the best interest of the CITY in the event of breach or default. The CITY 25. CONFIDENTIAL WORK: Any reports, designs, plan, reserves the right to terminate the purchase order immediately information, project evaluations, data or any other in the event the VENDOR fails to: (1) meet delivery schedules, documentation given to or prepared or assembled by vendor or (2) otherwise perform in accordance with this contract and under this contract shall be kept confidential and may not be incorporated documents. Breach of contract or default made available to any individual or organization by vendor authorizes the CITY to award to another VENDOR, purchase without the prior written approval of the City except as may be elsewhere and charge the full increase in cost and handling to required by law. the defaulting VENDOR. 26. WARRANTY, HOLD HARMLESS, AND INDEMNITY: 32. PERFORMANCE OF WORK: Vendor or vendor's Vendor warrants that the commodities it delivers to the City associates and employees shall perform all the work called for shall be delivered in a good and workmanlike manner, and that in this Contract. Vendor hereby covenants and agrees that all any items delivered to the City under this contract will be fit of vendor's associates and employees who work on this project for the particular purpose for which it was furnished. Vendor shall be fully qualified to undertake same and competent to do shall defend, indemnify, and hold the City whole and harmless the work described in this Contract, and the services performed against any and all claims for damages, costs, and expenses to shall be performed in a good and workmanlike manner, and persons or property that may arise out of, or be occasioned by, that the finished product shall be fit for the particular use(s) the execution or performance of this Contract or any of contemplated by this agreement. vendor's activities or any act of commission or omission related to this Contract of any representative, agent, customer, 33. OWNERSHIP OF DOCUMENTS: VENDOR employee, sub -vendor or invitee of vendor or any acknowledges that City awns all notes, reports, or other representative, agent, employee, or servant of the City. If an documents, intellectual property or documentation produced item is covered by a manufacturer's warranty, it is the by the vendor pursuant to this agreement or in connection with responsibility of the vendor to obtain the information for City its work which are not otherwise public records. Vendor and to get the manufacturer to honor the warranty. acknowledges that City shall have copyright privileges to those notes, reports, documents, processes and information. Vendor 27. PROPRIETARY INFORMATION: Any material or shall provide City a copy of all such notes, reports, documents, information that is considered proprietary in nature must be and information (except to the extent that they contain clearly marked as such and will be treated as confidential by confidential information about third parties) at City expense upon written request. RFB #21074 Electrical Service 12 Item 4H-26 34. PRICE REDETERMINATION: Price redetermination shall only be considered by the City forty-five (45) days prior to the anniversary date of the initial contract award and subsequent renewals. Price redetermination requests must be substantiated in writing. The City of Grand Prairie reserves the right to reject the request when it is deemed to be in the best interest of the City. 35. DRUG FREE WORKPLACE: VENDOR hereby covenants and agrees that during the contract period that VENDOR and any of VENDOR's associates and employees shall be in compliance with the CITY'S drug free workplace policy. 36. INSPECTION: All goods and services will be subject to inspection and testing by CITY prior to acceptance. Goods rejected and goods supplied in excess of quantities ordered may be returned to the VENDOR at its expense. If any of the goods or services are found at any time to be defective in material or workmanship, or otherwise not in conformity with the requirements of this purchase order, including any applicable drawings and specifications, then CITY, in addition to such other rights and remedies it may have by contract or by law or equity, at its sole discretion may reject and return such goods at VENDOR's expense, require VENDOR to inspect the goods and remove nonconforming goods and/or require VENDOR to replace nonconforming goods or services with conforming goods or services. 37. PACKAGING: All goods must be packaged in the manner as specified by CITY and shipped in the manner and by the route and carrier designated by CITY. If CITY does not specify the manner in which the goods must be packaged, VENDOR shall package the goods so as to avoid any damage in transit. If CITY does not specify the manner of shipment, route or carrier, VENDOR shall ship the goods at the lowest possible transportation rates, consistent with VENDOR's obligation to meet the delivery schedule set forth in this Order. 38. AUDIT: the CITY reserves the right to audit the records and performance of contractor during the contract and for three years thereafter. 39. INSURANCE: Prior to the commencement of work under this Contract, vendor shall obtain and shall continue to maintain in full force and effect during the term of this Contract any insurance required by Law and any additional insurance that may be required pursuant to the specification. Performance under the contract will not start until this obligation has been met. Carrier must be authorized to do business in Texas rated "A" or better in the current Best Key Rating Guide. All policies shall be of the "occurrence type" and the city of Grand Prairie shall be listed as an additional insured (to the extent Contractor/City are indemnified pursuant to the indemnity provisions herein) on all certificates of insurance. Additional Insured Clauses does not apply to Workers' Compensation and Employer's Liability. A waiver of Subrogation Clause, naming the city of Grand Prairie "shall be included" on all types of coverages. TYPE AMOUNT a. Workers' Compensation Statutory b. Employer's Liability $1,000,000 C. Comprehensive General Liability $1,000,000 (Combined Single Limit) d. Premises Operations e. Products Operations Hazard f. Contractual Insurance Comprehensive Automobile Liability $1,000,000 (Combined Single Limit) 40. HB 1295 FORM: At time of contract execution vendor must provide a signed HB 1295 Form received directly from the State of Texas._ httns:-" www.cthics.state.tx.us whatsncw;`cIf info forml295.h tin 41. CONTRACT EXECUTION AND START DATE: The awarded vendor will have ten calendar days after receiving the notice of award to return the executed contract, certificate of insurance, HB 1295 form, and vendor setup packet (when applicable). The CITY reserves the right to terminate the contract immediately, place the VENDOR on the City's debarred vendor list, and award to another VENDOR in the event the VENDOR fails to return the required documents by the indicated time. After documentation is received by the City a notice to proceed or purchase order will be issued. The vendor will have up to five calendar days to begin performance under this contract, unless otherwise agreed in writing between the CITY and VENDOR. 42. STORMWATER REQUIREMENTS: The Contractor shall implement Best Management Practices (BMPs) and good housekeeping measures to prevent stormwater pollution in accordance with the current City of Grand Prairie Stormwater Discharges Ordinance (Article XXIII, Section 13). 43. LOCAL PREFERENCE: Section 271.9051 of the Texas Local Government Code authorizes a municipality, when considering competitive sealed bids when the bid evaluation is setup to award to the lowest responsible bidder, to enter into a contract for certain purchases with a bidder whose principal place of business is in the municipality and whose bid is within five percent of the lowest bid if the lowest bid is from a business outside the municipality and contracting with the local bidder would provide the best combination price and other economic benefits to the municipality. Application for Local Bidder Preference must be submitted with bid to be considered by the City of Grand Prairie. If your principal place of business is within the Grand Prairie city limits and you want to apply for local preference consideration, then you must provide a tax certificate for the most current year marked PAID, included with your Application for Local Bidder Preference. RFB #21074 Electrical Service 13 Item 4H-27 SUBMITTAL FORMS RFB #21074 Electrical Service 14 Item 4H-28 SUBMITTAL CHECK LIST —Company Name 'IJ-S El'EcTRIc Interested parties MUST submit via www.PublicPurchose.com one (1) consolidated PDF file that includes all of the following items listed below for consideration. The submission should be in the order stated below. 1 Proposal Submittal Check List Chock W, 2 Bid Pricing 3 1 Questionnaire and References 4 Submittal Affirmation Form 5 Historically Underutilized Business Questionnaire 6 House Bill 89 Verification Form X 7 Local Preference Consideration Application Optional " 'A By my signature I affirm all items as listed above have been completed and submitted as part of my firm's proposal. 'rr � .- Signature 6 D W /N 30f W AK4 Print/Type Name OWNER, Title Date RFB #21074 Electrical Service 15 Item 4H-29 ELECTRICAL MAINTENANCE & REPAIR SERVICES Vendor: BID PRICE SHEET — RFB #21074 Contact: All prices shall include any and all delivery fees, including but not Email: limited to freieht, fuel surcharge, and environmental fees Phone: City/State: EA'S '9gle'/lCE C_D W 1,4J ` UY k1A 12Z. eP5ELLCTR C 9E V1C F &M5/7 C'31 q 'T- '70U rooeT WcveTH, —,TX— Z4LLL6 DESCRIPTION QTY UOM UNIT PRICE EXTENDED PRICE I 3 I > i 7 3 0 1 2 3 4 5 6 Service Call - one (1) hour or less Regular Hourly Rate - Master Electrician Regular Hourly Rate - Journeyman Electrician Regular Hourly Rate - Apprentice Electrician After Hours Hourly Rate - Master Electrician After Hours Hourly Rate -Journeyman Electrician After Hours Hourly Rate - Apprentice Electrician Weekend Hourly Rate - Master Electrician Weekend Hourly Rate - Journeyman Electrician Weekend Hourly Rate - Apprentice Electrician Holiday Hourly Rate - Master Electrician Holiday Hourly Rate - Journeyman Electrician Holiday Hourly Rate - Apprentice Electrician Percent Mark-up for Parts Price estimate on cost or power requirement estimates for new or temporary electrical installations 1 Equipment Pricing - Attachment A2 1 each / J 50 00 1 hour / Q . Op 1 hour C7,0. O D 1 hour f rj. 0 O 1 hour J 1 5 5. 00 1 hour 5. p 1 hour J 1 J;? . p 1 hour 1 13.5-00 1 hour 15,5.00 1 hour / J J .$a 1 hour 19,0.00 1 hour I ff 0 . 00 1 hour Sp.© 1 each 2,04110 1 each % 1 50.0� L 1 fee &,eke { ye s r11 .00 RFB #21074 Electrical Service 16 Item 4H-30 NAME ADDRESS Air Hogs Stadium 1600 Lone Star Pkwy Airport GP Municipal 3116 S Great SW Pkwy, 75052 Alliance Skate Park 1002 Lone Star Pkwy., 75050 Auto Pound 3010 Hard rock Rd, 75050 Bowles Park & Pool Bldg. 2710 Graham St., 75050 Bowles Historic Home 2710 Graham St., 75050 Charles V. England Trng Cntr (CVE) 310 College St, 75050 Charley Taylor Rec Center 601 E Grand Prairie Rd. Splash Factory & Concession 601 E Grand Prairie Rd. City Hall 300 W. Main Street City Hall Annex 318 W Main St., 75050 City Hall East/Development Center 300 W. Main Street City Hall West 300 W. Main Street Copeland Home 125 SW Dallas St., 75051 Dalworth Recreation Ctr. 2012 Spikes St., 75050 Densman Clinic Bldg. 1413 Densman, 75051 Epic Recreational Center 2960 Epic Place 75052 Environmental Services Warehouse 1225 S State Hwy 161, 75051 Facility Services Shop/Storage 3406 SE 14th St., 75052 Farmer's Market 120 W Main St 75050 FIRE STATIONS Fire Station 1 510 W Main St., 75050 Fire Station 2 31 02 Bowles St. , 7 5050 Fire Station 3 1702 Robinson Rd., 75051 Fire Station 4 1502 Duncan Perry Rd., 75050 Fire Station 5 3202 S Great SW Pkwy., 75052 Fire Station 6 602 Stonewall Dr., 75052 Fire Station 7 5610 Lake Ridge Pkwy, 75052 Fire Station 8 3017 Roy Orr Blvd., 75050 Fire Station 9 315 E Polo Rd., 75052 Fire Station 10 2645 Grand Peninsula Dr. Fiscal Administration Bldg 326 W Main St., 75050 Golf Prairie Lakes 3202 SE 14th St 75051 Golf Tangle Ridge 818 Tangle Ridge Dr 75054 Gun Range 2330 Lower Tarrant 75050 Historical Building 1516 W Main St 75050 Housing & Neighborhood Srvcs 205 W Church St 75050 Kirby Creek Natatorium 3201 Corn Valley Rd 75052 Lake Parks Administration 5608 Lake Ridge Pkwy 75052 Lake Parks Police 5610 Lake Ridge Pkwy 75052 LANDFILL Landfill Admin Bldg 1102 MacArthur Blvd., 75050 Landfill Gate House 1102 MacArthur Blvd., 75050 Landfill Maint. Bldg 1102 MacArthur Blvd., 75050 RFB #21074 Electrical Service 17 Item 4H-31 LIBRARIES Memorial Library 901 Conover Dr 75051 Betty Warmack Library 760 Bardin Rd 75052 Loyd Park - Cabins 3401 Ragland Rd., 75052 McFalls Park McFalls Park East Concession 1475 SW 3rd St., 75051 McFalls Park West - Rental Building 1500 SW 3rd St., 75051 McFalls Park West - Pool/Pool Bldg. 505 Dickey Rd., 75051 McFalls Park West - Baseball Concession 505 Dickey Rd., 75051 Memorial Gardens 3001 S Beltline Rd., 75052 Mike Lewis Park Concession 2410 N. Carrier Pkwy., 75050 Mountain Creek Soccer Plaza 3730 S Beltline Rd 75052 Municipal Court 200 W Main St 75050 Network Center 742 David Daniels Dr 75052 Park Maintenance Compound 1410 Skyline 75051 Parks and Rec Admin 400 College St 75050 Police Store Front 2625 W. Pioneer Pkwy Police Store Front 2950 I-20 Frontage Rd 75052 Police Store Front 617 Royal Ave 75051 Prairie Paws 2222 Warrior Trl 75052 Public Safety Building 1525 Arkansas Ln 75052 Public Training Center 317 N Belt Line Rd 75050 PUMP HOUSES Gifco Lift Station 4351 Gifco Rd 76065 Lift Station 7 7201 Lake Ridge Pkwy 75054 Terminal Station 1826 Straus Rd 75050 RADIO TOWERS Lake Dam 501 E Camp Wisdom 75052 109th Street 2201 109th St Tower 75050 at Fire 3 1702 Robinson Rd 75051 Ruthe Jackson Center 3113 S. Carrier Pkwy 75052 Service Center 1821 South SH 161 Summit Recreational Center 2975 Esplanade Dr 75052 Terri Jackson Tourist Center 2170 N Beltline Rd 75050 Tony Shotwell Life Center 2750 Graham St 75050 United Charities 1417 Densman St 75051 Uptown Theater 120 E. Main St 75050 Veterans Event Center 925 Conover Dr. 75051 Water Admin South 5206 Matthew Rd 75052 Water Utilities Complex 620 Small Hill Rd 75050 Water Warehouse 516 Small Hill Rd 75050 Women's Building 1 Park Square North 75050 RFB #21074 Electrical Service 18 Item 4H-32 QUESTIONNAIRE All questions should be answered clearly and completely. Marketing materials WILL NOT be accepted in lieu of this questionnaire. This questionnaire will assist the City in understanding your submittal and will be used in the evaluation process and therefore it is critical that the questionnaire be completed and submitted with your submittal, Respondent Name: %'L)W IAl C� ahWARlZ Title: QKIAIF Company Name: ED S I S Company Address: ok 1'e e R —Y) I V gD . City: 1- 7- State: � TIP Code: 176 Telephone Number S!7 5 �9 ':7- 700 E Fax Number: N Email Address: r,0SereC-ferc-Ek'vacF�'m •�ors� Federal Tax ID: �_ �c2S7 /tVg Provide at Least 3 References, including contact name, agency, name, title, phone number and/or email of those you have provided similar services in the past three years. This information will be used in the evaluation of J,our submittal. +•'�' -sari-{'��H`•', Y'.: �.. ie Reference Name: �Py Rle 4) IAJ� Ejq Title: C fit M,4A/A6 Reference Organization: (fs Ty OF (2eA AJ O 9AlI /P Project Title: f -Tj�l� � REP.41 f-Is AAJ D �-n57-,qk.1. A_r1DA1 Email Address: R R I EIO I Wd of 9 6P-M o +e6 I Telephone Number: 69 ya) 23 7 8 17 Reference Name: P� >F Title: Reference Organization: C! j7-V ar ZYUR-5 Project Title:f�cTt21 C�11„EJai47 R.S �Ty4 ��t AT J©N Email Address: KG 12POh! @ t&R X. C�o� Telephone Number: .7 Reference Name: j E REASDlu Title S'UAERIAt Reference Organization: �' r= b .i Project Title: El CTJ2JCA,, RAF101185 AMD S� TA �LkA7",1'JA1 Email Address: MWASDAlp7le , d /. :%9WXAkfJ Telephone Number:Cg! J7 ;7&G_( :gS -7'x u s RFB #21074 Electrical Service 19 Item 41-1-33 Experience: 1. How many years has your firm been involved in providing these services? -5-1 Years Months 2. Please list all government entities your firm has worked with in the past 3 years: 1.)C lry OF 4,eANJ0 R2A1_R 2.) C.� �v ©F AleAse5 3.) 1y &f- 5otuT H A-,AKE 4.) a l 0-F A�k 4elq 5.) ��PFD12A 3. Has your firm failed to complete a contract? If so, please identify the project and date: N /A 6.) CITY W= F-t- AAEs5 7.) t-rV C-F A/oe7"f4 KiCHLAAW0 8.) l..,Ty 6-F RlahIanD 141'115- 9.) Aet-► N��40q 10.) C. E T, rr- H ak+o m 0'+Ni ❑ YES 9 NO 4. Do you have any litigation issues pending in El YES PfNO the last three years? If yes, please explain: 5. Are there any judgments, claims, arbitration YES gINO proceedings, or suits pending or outstanding against your organization or officers? If'yes, please explain: � I /y RFB #21074 Electrical Service 20 Item 4H-34 Elecbical Expedence & Training: What is the distance from your function, fully equipped office to the City of Grand Prairie, 326 W. Main St., Grand Prairie, TX 75050? Miles 1$ M 11.E 5 How many non -licensed employees do you have? -I— What is the total value of work you currently have under contract? /oo,mo 0 What is the total value of work in place within the past 12 months? 750 1 00 0 What is the percentage of work that is self -performed? (approximate) /oo 'VV What is the percentage of work that is self -performed? (approximate) Do you have a current State of Texas Electrical Contractor License? A5 5 Do you have a current State of Texas Master Electrical License? yes Please include copy with response) How many licensed commercial master electricians do you employee? / How many licensed commercial journeyman electricians do you employee? 2 Have many apprentice electricians do you employ? Please include quWi acations and experience with response) Do you have a fully equipped service truck? �✓5 Do you have access within two (2) hours to a fully equipped bucket truck that reaches 0-100 feet? Have you had an OSHA fine within the past three (3) years? (If yes, you MUST submit an an additional page the circumstances of the event) Na Have you had any job related fatalities within the past five (5) years? (If yes, you MUST submit on an additional page the circumstances of the event) A /0 In the event of a breakdown, where would your equipment be serviced? (Include name of business, address, phone number, and point of contact) du &- .514010 RFB #21074 Electrical Service 21 Item 4H-35 LIST OF W: Below list employees (last name only) along with their job title and number of years' experience in your line of work (add additional pages if necessary). Employee Last Name Job Title Years of Experience :3C R W A R 9, OWNE M4sr*--Az EkEcrelel,4 .50 =7-01A&AJjrUMAM ON L/3 Oo GIG -70 LA r C-e 7R1ehWJ/O A10 RMA" APP EA17?C E/Ed1a 1912 0- doe -A=- h/ A- PP ri eP-Ige-rpelet.4m5' . t V List municipal/government agencies you have worked with, along with the contract amount, List number of years contracted, agency contact, their email and phone number. Use separate if needed. Contract Amount '75 C) , 0 cl o. O © Yrs. Contracted 5' Name 0,ir Or(^'aapn 0 P JeRJ/e/,5 Phone 9'7' x 2 '7— A '7 Email R. ►? /GG //UG E'e @ GPTV. aCV Contract Amount / SO d>00. co Yrs. Contracted 15 Name el S A-?E Phone Sr / 7 - !. 5? 51 Email S0.*4e9 4C:7. SOIA7-144xk'Ek• Contract Amount .50 O d 0 -0 0 Yrs. Contracted .30 Name G InLA 5 Phone C S '7 Email 1i'CDIeooAi! ` D MAjesT"7u, 4,0V RFB #21074 Electrical Service 22 Item 4H-36 EX]PERMNCE Provide at least five years past experience with high - oltaae (3 Phase, 480 and 14,400 volts), include contract amount, number of years contracted, agency contact, their email and phone number. Use separate sheet if needed. Contract Amount '7 b oo6.0 O Yrs. Contracted 5 Name C try of Go4p o PreAIR/E Phone L 9 -1 A-23 7- 8O ) 7 Email F? R I e 0w(sg e(I PTX. d le Contract Amount A.5 N EF fJ D Yrs. Contracted / Name T Phone 1-T I Email M a, 14 A 2 CI*A)e-rER• NeT Contract Amount A5 �p Yrs. Contracted I Name SAFE 14AKSOk MARINAS Phone t' ?0 -7 - ? On 0 Email G 8j. I 5l4 MA RJIVRS , C-OM 6. What is the timefrarne an invoice should be expected after service is completed? Days Weeks Months After After After Service Service Service Must provide a copy or sample of invoice 7. Briefly explain how your business maintains and executes a service schedule for various locations: Fl R Sr" C oM e- /= l R 5T' 5CRV ,E LIt?,ERC NC/ 5 7;4X e PgjOp-;7-y byE/�t' R4�t. 07"�f�iE C .hs RFB #21074 Electrical Service 23 Item 4H-37 SUBMITTAL AFFIRMATION FORM FOW ANDADDENDA ACKN• r This will acknowledge your submittal contains all items and receipt of the following addenda which are part of the Solicitation Documents: _X All items identified in Submittal Checklist have been submitted Addendum No—, INTE1tL0CA1 PUItCHAtIN Should other Government Entities decide to participate in this contract, would you, the Vendor, agree that all terms, conditions, specifications, and pricing would apply Yes X, OTHER CONDITIONS The undersigned agrees to the following: No A. Agrees that the submittal is complete, and all required information/forms were submitted. B. Agrees that the bid package was fully reviewed and fully understands the requirements. C. Agrees to the Terms & Conditions as included in this bid packet and have noted any exceptions. D. Agrees that their submittal shall be good and may not be withdrawn for a period of 90 calendar days after the scheduled closing time. E. Will supply all required insurance and execute contract within the time stated on the notice of award. F. Affirms that the submittal was not prepared in collusion with any other firm and the contents of this submittal have not been communicated by the undersigned or any agent with any other person engaged in this type of business. By my signature I affirm that I am duly authorized to execute this proposal as an offer to contract and in compliance with this solicitation, the undersigned firm having examined the specifications, and being familiar with the conditions to be met, hereby submits a proposal for consideration of being selected as the City's provider for said services; and agrees to enter into negotiations if selected as a finalist for said services. _. MINN. . - E DW IN S,C HWAR Z, Print/Type Name v w, Title Date MAY A .z.0;Z / RFB #21074 Electrical Service 24 Item 4H-38 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) QUESTIONAIRE A Historically Underutilized Business (HUB) is a for -profit entity that has not exceeded the size standards prescribed by 34 TAC §20.23, and has its principal place of business in Texas, and is at least 5 1 % owned by an Asian Pacific American, Black American, Hispanic American, Native American, American woman and/or Service Disabled Veteran, who reside in Texas and actively participate in the control, operations and management of the entity's affairs. 1. Is your business a certified historically underutilized business (HUB) or Disadvantaged Business Enterprise (DBE)? Yes © No 2. Please provide the certifying agency name: Certifying Agency: 14 3. I have included a copy of my certification as an attachment to my proposal: Yes © No By my signature I affirm the information provided on this form is accurate to the best of my knowledge. Authorized Signature FOK/W SOHWAR Z— Print/Type Name awnNF_e Title MAY A PO;V Date RFB #21074 Electrical Service 25 Item 4H-39 HOUSE BILL 89 VERIFICATION I, 6 PPKO J SC # /AR Z , the undersigned representative of (Individual's Name) (Business or Company) Hereinafter referred to as "Company", do hereby verify that the company named above, under the provisions of Subtitle F, Title 10, Government Code Chapter 2270: 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract. Pursuant to Section 2270.01, Texas Government Code: 1. "Boycott Israel " means 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 Israel -controlled territory, but does not include an action made for ordinary business purposes: and 2. "Company "means a for profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. By my signature I affirm the information provided on this form is accurate to the best of my knowledge. _qA_/A Authorized Signature P—Dhl/IV 3C1-fK/A127-- Print/Type Name Title /t A1.1 /1, RO ZI Date RFB #21074 Electrical Service 26 Item 4H-40 ELECTRICAL SERVICE ATTACHMENT A3 - EQUIPMENT PRICING BID #21074 Bidder shall list, in the spaces provided below, the description of all pieces of equipment, whether it is an inventory or rental item and the price(s) to be charged to The City of Grand Prairie for the use of it on any given project. Any equipment not listed here must be first approved by the designated Facilities Services representative before work may begin. Note: No percentage (%) mark-up will be paid by the City of Grand Prairie on any rental equipment. (Equipment Description 11 Inventory/Rental Price(s) to be barged to the Cit of Grand Prairie Unit of Measure per hour/day/job Bucket Truck - 0-100 foot $ 75.00 ; HOUR --------------------------------+------------------------+------------------------- r-------------------------------- Bucket Truck - 0-100 foot ------_---- -------------------- DAY-__-__- ----- -------------------------------r------------------------,------------------------T_ Bucket Truck - 0-100 foot ' JOB ---- ; HOUR - --K �---- T RA G -+------------------------r-------------- a__------,-------------- DAY -----_____--- ---- ---------- a0 a - g �-`=-- °------- T - 3 9S ------------------------ ---------------..______-. JOB ------------------------------------ }------------------------ }------------------------ Y------------ -OUR ------------ -------------------------------------------- ---I--------------------------------- }----------------}---------------------- DAY ------------------------ -V-- 11 JOB ------------------------------------ }------------------------ }------------------------ .�---------------------------------- HOUR ------------------------------------------------------------------------------------ -p--------------DAY------------- ------------------------------------ L------------------------ L------------------------- I -- ------------------------------ JOB ------------------------ ------------------------- -----'--------------------------- ----------- HOUR ; ; DAY I JOB Please attach additional sheet if more room is needed. Item 4H-41 ELECTRICAL MAINTENANCE & REPAIR SERVICES ATTACHMENT A2 - SAMPLE JOB PRICING for comparison on! BID 21074 Job Description Hours Required Labor Cost Parts Cost Total Cost 1 Replace a 4 foot fluorescent light fixture in an office 1 90 120 210 2 Install a motion sensor light switch in an office 1 90 35 125 3 Replace a GFCI outlet in an office 1 90 20 110 4 Repair a switch gear breaker, 480 volts 2 180 400 580 5 Replace ballast on 90' pole at the baseball field. 2 360 197 557 ' 6 Replace a pad mounted transformer, 14,400 volts 6 1080 6500 7580 A� " CERTIFICATE OF LIABILITY INSURANCE Item 4 6/25/2021YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: a/aNE . (817) 514-7600 FAX No): (682)334-0080 SUNNI BOENKER INS AGENCY LLC E-MADDRESS: sboenker@boenkerinsurance.com 5596 N Davis Blvd Ste 200 INSURERS AFFORDING COVERAGE NAIC# N Richland Hills, TX 76180 INSURER A: MID CENTURY INSURANCE COMPANY 21687 INSURED INSURER B: FARMERS INSURANCE EXCHANGE 21652 INSURERC: ED'S ELECTRICAL SERVICE INSURERD: ED SCHWARZ DBA INSURERE: 7160 BAKER BLVD. INSURERF: RICHLAND HILLS, TX 76118 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISESEa occurrence $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 A X Y 06905-46-75 1/20/2021 1/20/2022 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY JECT LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ ANY AUTO A OWNED �/ SCHEDULED /� AUTOS ONLY AUTOS X Y 06903-82-94 10/10/2020 10/10/2021 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED X NON -OWNED AUTOS ONLY /� AUTOS ONLY(par. UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) N/A Y A0707-98-39 2/23/2021 2/23/2022 X I PER STATUTE ERH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 $40,000 A CONTRACTORS TOOLS & 06905-46-75 1/20/2021 1/20/2022 $1,000 DIED 7 EQUIPMENT NON -OWNED DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The coverage shown above is primary and is not contributing with any other insurance carried by or for the benefit of additional insureds. A 30 day notice of cancellation will be provided when required by written contract with a 10 day notice for non-payment of premium. CERTIFICATE HOLDER CANCELLATION CITY OF GRAND PRAIRIE PO BOX 534045 GRAND PRAIRIE, TX 75053-4045 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD