Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Item 9DCITY OF
SOUTHLAK-
MEMORANDUM
(September 18, 2012)
To: Shana Yelverton, City Manager
From: Robert H. Price, P.E., Director of Public Works
Subject: Approve contract with Kennedy Electric Inc. for the purchase
and installation of backup generators for the Pearson Lane
Pump Station in the amount of $1,152,761 (including 5%
contingency)
Action
Requested: Approve contract with Kennedy Electric Inc. for the purchase and
installation of backup generators for the Pearson Lane Pump
Station in the amount of $1,152,761 (including 5% contingency).
Background
Information: The 2012 Capital Improvement Program for the Utility Fund
includes funding for an on -site back -up power supply and
automatic transfer switch to provide power to Pearson Pump
Station #1 in case of a power failure. In order to provide adequate
water system pressure throughout the city's entire distribution
system, high service pumps are used to supply water to the four (4)
elevated storage tanks. When completely full, these tanks have a
combined capacity of six (6) million gallons. During peak demand,
this could be less than a four (4) hour supply of water. For reasons
of public health and safety, funding was provided in the CIP to
purchase an automatic backup power system capable of providing
full power to the pump station in case of a major power outage.
The original concept was to purchase a single generator large
enough to power the station. As the city's consultant started
researching options, they discovered that there were significant
long term operational benefits to constructing a series of four (4)
smaller generators rather than a single large unit. While this
approach has a slightly larger up front cost, the operation and
maintenance of the four - generator series will be less expensive in
the long term.
Bids were solicited for a series of generators and automatic
transfer switch to fully power the pump station including all the
auxiliary components in the station. Three (3) contractors
responded to the request for bids with Kennedy Electric Inc.
offering the best value to the City.
The city's design engineer for the project, Deltatek Engineering,
has had favorable experience with this contractor on similar
projects and has affirmed their ability to complete this project. Staff
recommends that Council award this project to Kennedy Electric
Inc. in the amount of $1,152,761.
Because the 2012 CIP budget only provides $975,000 for the
generator project, staff is proposing to use available funding from
the recently completed Highway 114 — twenty -inch (20 ") water line
project, which came in under budget, to complete the funding for
the project.
Kennedy Electric Inc.
5% Contingency
Construction Total
Deltatek Engineering
Project Total
$ 1,097,868
$ 54,893
$ 1,152, 761
$ 49,386
$ 1,202,147
2012 CIP Budget - Generator Project $ 975,000
Additional funding needed $ 227,147
Financial
Considerations: Funding for this contract is provided in the 2012 Capital
Improvement Program for the Utility Fund.
Strategic Link: The approval of the agreement links to the City's Strategy Map
relative to the focus area of Infrastructure. The specific corporate
objective that is met by the agreement is: Improve performance of
service delivery and operational processes.
Citizen Input/
Board Review: N/A
Legal Review: None
Alternatives: The City Council may approve or deny the award of this contract
Supporting
Documents: Project location map
Deltatek Engineering recommendation and Bid Tab
Individual contractor bids
Staff
Recommendation: Approve contract with Kennedy Electric Inc. for the purchase and
installation of backup generators for the Pearson Lane Pump
Station in the amount of $1,152,761 (including 5% contingency).
Staff Contact: Robert H. Price, P.E., Public Works Director
Chuck Kendrick, Asst. Director of Public Works
Southlake Pump Station #1
3200 W. Southlake Blvd.
Backup Power Supply and Transfer Switch
k e �9vd
V acr ReaMars
OF Texas
[1N Y1P. y'dfl�.
Fa arRet i 7D9
aura ka Marl! 41 57'09
3051
� " t
ti` ^y'ALi��
f F.
rte•, ��,:
August 29, 2012
Mr. Chuck Kendrick
Deputy Director of Public Works
City of.Southlake
1950 E. Continental Blvd
Southlake, Texas 76092
Reference: Pearson Lane Pump Station Emergency
Generator and Automatic Transfer Switch
City of Southlake
Bid Review and Recommendation for Award
Dear Mr. Kendrick:
On August 22, 2012, the City of Southlake received three (3) sealed bids for the
referenced construction project. These bids have been tabulated and attached to this
correspondence for your use. Deltatek Engineering has reviewed these bid documents and
submits the following opinion and recotnmendation.
Based on review of the bid submitted by Kennedy Electric, Inc., and a thorough review of
references provided by this contractor, it is our opinion that the low bidder is qualified to
perform this task in accordance with the contract documents.
Therefore, Deltatek Engineering has no objection to the City awarding this project to
Kennedy Electric, Inc. for lump sum of $1,099,400.00,
Should you have any questions, please call me at 469374 -9800.
Sincerely,
DELTATEK ENGINEERING
0% %*60
Bahram Niknam, P.E.
Attachments: Bid Tabulation
Reference Verification Forms
Kennedy Letter Clarifying Bid Item
14114 Dallas Parkway, Suite 480 Dallas, Texas 75254
Firm Registration Number F4419
469 -374 -9800 Fax 469- 374 -9801
Email: bn cr deltatekeniaxom
BidlProiect Name: PEARSON LANE PUMP STATION
EMERGENCY GENERATOR AND AUTOMATIC
TRANSFER SWITCH
BldlPro ecl Number
NIA
Bid Opening Date:
August 22, 2012
Bids Issued:
3
Bids Rec'd:
3
1st Addendum:
NIA
SQUTHLAKE
0
Low Bid Vendor: Kennedy Electric Inc.
DELTATEK ENGINEERING
Firm Registraticn # F -4419
14114 DALLAS PARKWAY, SUITE 480
DALLAS, TEXAS 75254
Name of Bidder
469- 374 -9800
Kennedy Electric Inc.
MART, Inc.
Archer Western
Address
2502 Edinburgh St.
1503 Perry Road
2121 Avenue J, Ste.
103
City, State, Zip
Mesquite, TX 75150
Irving, TX 75060
Arlington, TX 76006
Telephone! Fax
972. 289 -0B38 1972-289-81156
972 - 880 -0962
817 - 640 - 38981817- 640 -8734
Email
rick @kennedyelect.com
ed.wornelsdorf @mangc.com
rlunkwita @walshgroup.com
Contact
Rick Kennedy
jEd Womelsdorf
IRod Lunkwitz
1310 SCHEDULE
Item Oly
Unit
Unit Price
Extended Price
Unit Price
Extended Price
Unit Price
Extended Price
1 Bonds & Insurance. 1
LS
$14,100.00
$14,100.001
$17,560.00
$17,560.00
$10,000.00
$10,000.00
2
Furnish and install Emergency Generator
set.
I
LS
$528,6611.00
$528,661.00
$564,444.00
$564,44400
$663,000.00
$663,000.00 '
3
Furnish and install Automatic Transfer
Switch.
I
LS
$118,311-06
$118,311.00
$76,118.00
$76,118.00
$86,000.00
$86,000.00
4
Furnish and install all conduit, wiring,
terminations, incidentals, etc, required for a
fully operational system.
I
LS
$315,694.00
$315,694.00
$342,706.00
$342,706.00
$329,000.00
$329,000.00
5
Operation and Maintenance training.
2
DA
$1,532.00
$585.50
$1,171.00
$500.00
$1,000.00
6
Furnish and install Concrete pad as shown
on the drawings. Size to be determined
based on equipment furnished.
I
LS
$29,549.00
$29,549.00
$39,230.00
$39,230.00
$55,000.00
$55,000.00
7
Furnish and install labor and materials to
repair concrete drive, sidewalk, landscape,
and building penetrations required for
construction activities.
I
LS
$4,781.00
$4,781.00
$6,382.00
$6,382.00
$2,000.00
$2,000.00
8
Coordinate all activities with ONCOR and
ESP for temporary shutdowns, inspections,
1
LS
$838:00
$838.00
$2,635.00
$2,635.00
$6,000.00
$6,000.00
9
Furnish and install labor and materials for a
new screening wall.
I
1 S
$20,638.00
$20,638.00
$15,537.00
$15,537.00
$13,800.00
$13,800.00
10
Modify SCADA RTU hardware and software
as detailed. Prime Controls Sole Source
vendor. I
I I
LS 1
$38,764.00
$38,764.00
$55,532.00
$55,532,00
$40,000.00
$40,000.ao
11
Construction contingency to he used only
with written approval of the Engineer.
I I
LS
$25,600.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
$25,000.00
TOTAL ALL BID ITEMS:
$1,097,868.00
$1,146,315.00
$1,230,800.00
Notes:
Bid Bond Included
Bid Bond Included
Bid Bond Included
Math error bid item #5 does not
impact bid.
Low Bid Vendor: Kennedy Electric Inc.
DELTATEK ENGINEERING
Firm Registraticn # F -4419
14114 DALLAS PARKWAY, SUITE 480
DALLAS, TEXAS 75254
'- y
469- 374 -9800
bn@deRatekeng.com
Reference Verifications Kennedy Electric
Southlake Pearson PS Generator & ATS
Date: 08/22/12
Time: 2:50 pm
Owner /Company: City_ of Mesquite, TX
Name: Jim Palmer, P.E.
Address: 1515 N. Gallows
Address: Mesquite, TX
Phone: 972 -216 -6351
1. Did Kennedy Electric, Inc. perform work for the Owner?
Yes.
2. What size and type of project?
Street and Traffic Lighting.
3. Did Kennedy Electric, Inc. comply with the Plans /Specs?
Yes.
4. Did Kennedy Electric, Inc. complete the project on time?
Yes.
5. How was the office organization in handling the project?
Very good.
6. Did Kennedy Electric, Inc. pay all subs and suppliers?
To his knowledge, no claims from vendors or subs.
7. Would you use Kennedy Electric, Inc. in the future?
Yes.
Reference Verifications Kennedy Electric
Southlake Pearson PS Generator & ATS
Date: 08/22/12
Tune: 3:45 pm
Owner /Company: Daisy Brand
Name: Tom Lambert
Address: 3636 Leon Rd.
Address: Garland TX 75041
Phone: 972- 271 -8260
Did Kennedy Electric, Inc. perform work for the Owner?
Yes Multiple projects over 13 +years.
2. What size and type of project?
Installed original and upgraded generator and transfer switch. Installed and
replaced switchboards panels controls etc.
Did Kennedy Electric, Inc. comply with the Plans /Specs?
Yes.
4. Did Kennedy Electric, Inc. complete the project on time?
Yes.
5. How was the office organization in handling the project?
Paperwork acceptable.
6. Did Kennedy Electric, Inc. pay all subs and suppliers?
To his knowledge.
7. Would you use Kennedy Electric, Inc. in the future?
Absolutely would.
Reference Verifications Kennedy Electric
Southlake Pearson PS Generator & ATS
Date: 08/27/12
Tune: 9 :30 am
Owner /Company: City of Richardson
Name: Joe Travers
Address: 411 N. Arapaho
Address: Richardson, TX 75080
Phone: 972- 744 -4225
Did Kennedy Electric, Inc. perform work for the Owner?
Yes installed an emergency generator about 5 years ago in City Hall.
2. What size and type of project?
$250,000.00 500KVA generator.
3. Did Kennedy Electric, Inc. comply with the flans /Specs?
Yes.
4. Did Kennedy Electric, Inc. complete the project on time?
Yes. No issues.
How was the office organization in handling the project?
Very well organized.
6. Did Kennedy Electric, Inc. pay all subs and suppliers?
To his knowledge.
Would you use Kennedy Electric, Inc. in the future?
Absolutely would. Wish they would bid more projects.
Reference Verifications Kennedy Electric
Southlake Pearson PS Generator & ATS
Date: 08/27/12
Time: 2:15 Pm
Owner /Company: Hill & Wilkinson GC
Name: Jared Ricker PM
Address: Daisy Brand Dairy
Address: Paris, TX
Phone: 214 -208 -9141
Did Kennedy Electric, Inc. perform work for the Owner?
Kennedy is the electrical subcontractor on this project. His firm is the GC.
Project is ongoing over 2 + years.
2. What size and type of project?
$5,000,000.00 + electrical subcontract installing new equipment in several
areas of the dairy. All types of power equipment, switchgear, conduit wiring,
etc.
3. Did Kennedy Electric, Inc. comply with the Plans /Specs?
Absolutely are complying.
4. Did Kennedy Electric, Inc. complete the project on time?
Kennedy is meeting milestones. Completion is still pending.
How was the office organization in handling the project?
Excellent. Submittals, RBI's, Pay Applications are all in order and on time.
6. Did Kennedy Electric, Inc. pay all subs and suppliers?
No issues with vendor nonpayment. Project will require lien releases.
7. Would you use Kennedy Electric, Inc. in the future?
Yes, absolutely will.
Reference Verifications Kennedy Electric
Southlake Pearson PS Generator & ATS
Date: 08/29/12
Time: 9 2.15 am
Owner /Company: Waukesha Pierce Industries
Name: Dan Job
Title: Sales Rea
Address: East Texas Region
Phone: 214- 649 -8146
Did Kennedy Electric, Inc. contract with WPI for this project?
Yes. Working on contract now.
2. Have you sold equipment to Kennedy Electric on other projects?
Yes. Several over many years.
Any issues with financing projects with Kennedy Electric, Inc.?
No issues on previous projects.
4. Would you recommend Kennedy Electric, Inc. to Owners and Engineers?
Yes, absolutely will. They are a mid to large size firm, have been in business
for many years, and are a class act.
Reference Verifications Kennedy Electric
Southlake Pearson PS Generator & ATS
Date: 08/22/12
Time: 12:45 pm
Owner /Company: Kennedy Electric
Name: Ken Smith
Address: 2502 Edinburgh
Address: Mesquite, TX 75150
Phone: 972- 289 -0838
Are you satisfied with your bid?
Yes.
2. Your bid item 5 contains a math error. Item was unit price 2 days and you show it
a lump sum.
Did not understand the DA unit designation. Intent is to perform task as
lump sum regardless of time.
Will you write a letter verifying this issue with bid item 5?
Yes. Letter attached to bid recommendation.
4. Can you provide more references on similar sizes and types of projects?
Additional references furnished.
Who are your subcontractors's on this project?
Holleman Construction: Concrete
Prime Controls: SCADA
henned y Electric Inc.
2502 Edinburgh Drive • Mesquite, Texas 75750 - (972)289 -4838
TECL# 17256
To: DeltaTek Engineering
14114 Dallas Parkway, Suite 480
Dallas, TX 75254
Attn: Mr, John Fields
Re: BID TAB
PEARSON LANE PS EMERGENCY GENERATOR
Dear John:
August 22, 2012
Concerning bid item #5, our extended price of $1,532.00 is correct. The unit price of
$1,532.00 shown on our bid form is incorrect. The correct unit price amount should have
read $766.00.
Please let us know if you have questions or additional comments.
Regards,
KENNEDY ELECTRIC, INC.
Ken Smith
v o l ad 4ew • ' .
PEARSON LANE PUM STATION EMERGENCY
GENERATOR AND AUTOMATIC TRANSFER SWITCH
PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM QUANT. BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
(Furnish and install, including all appurtenant work, complete in place, the following items):
1 1 LS Bonds & Insurance.
Fo o zTef-plf "iidvv 5 &N 0
C7NF- Dollars &
Cents $ ( 4 l (00 , 0( )$ K 100,0C)
2 1 LS Furnish and install Emergency Generator set.
Five I- OAC)aD Tw&rK - ��v+� � TitDos4 KiD j
5 k X 4u �-1 v i? En '!� I'CT`{ - ON E Dollars &
Cents $ 6N> 2jB W ,00
3 1 LS Furnish and install Automatic transfer switch.
ONE quf1p- D CI MZEdI6.1 T1 a S+4r.l�
� y w Dollars &
o Cents $
4 1 LS Furnish and install all conduit, wiring, tenninations,
a ciidei4s, etc, regu�red for a fully operational system.
1 - � 1✓T�3•� t �bu5�nt� l
5110� �lrl T°{ Fo� f2 Dollars &
Imo© Cents
5 2 DA Operation and Maintenance training.
Qr Tl7JUSi4r1U�j F
V _ Dollars & /� I�,
Lents $ IJ
$
6 1 LS Furnish and install Concrete pad as shown on the
e drawings. Size to be determined based on equipment
Jum ished
4Vt4V)a1Q F9-V - N 1 r1E Dollars &
Cents $ 541 O D 2�GU'
r '
r
t
t- 4
PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM QUANT. BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
(Furnish and install, including all appurtenant work, complete in place, the following items):
7 1 LS Furnish and install labor and materials to repair
concrete drive, sidewalk, landscape, and building
penetrations required for construction activities.
F60 P- TL400&M D t See s a
V�Q RP pro 6 C - ©t4 f- Dollars &
1110 Cents $ 4 t l oo $ 4 k DU
8 1 LS Coordinate all activities with ONCOR and ESP for
temporary shutdowns, inspections, etc.
t7 - tA9 9a WP-T4 - &-RT Dollars &
1 0 Cents $ �, n © g3�,
9 1 LS Furnish and install labor and materials for a new
screening wall,
"KaED �16 T Dollars &
q0 Cents
$
10 1 LS Modify SCADA RTU hardware and software as
detailed. Prime Controls Sole Source vendor.
Ti-eV - I✓j 6 T *ou 6A-N D 1
SU& NfbVft 61YT' - ROOP, Dollars &
Cents
$ ' V I f( 1 000
?Po,q(A.00
11 1 LS Construction contingency to be used only with written
R
approval of the Engineer.
t?
Twenty five thousand Dollars &
No Cents
$ 25,000.00 $
25,000.00
TOTAL LUMP SUM BID AMOUNT.
ONE VtI ID141 195Tq ° 60dE*t 74ou5A-Nu
Gc71 r`t 4 5 �,cr� - &G-Kr Dollars &
E
` �
1 Cents
$ 1 + 0aT,O oF
1 0�{� q(°g GY�
(Unit prices are to be shown in both words and figures. In case of a discrepancy,
the unit price in words will prevail.
Prices listed above are the only compensation to be made. All items of work required to complete the
work as shown
in the plans and as specified which are not listed as a pay item in this proposal
are considered subsidiary to the items
listed and the cost of the subsidiary work should be included therein.)
SUMMARY
Materials
Labor,
Incorp.
Overhead
Project Only
Etc.
TOTAL BID
I � gob, 4% � 00
gg 3q 2, 00 1.
5
BID FORM
REFERENCES
List at least three (3) companies or governmental agencies (preferably a municipality) where the same or similar
products and/or services as contained in this specification package were recently provided.
City of Richardson
COMPANY NAME
Joe Travers Assistant Director of u lic Svcs
Contact Person Title
411 W. Arapaho Road Richardson
Address + PO Box City
TX 75080 joe.travers
State Zip T E -mail
( 972)744-4225 (972)744-5809
Phone Number Fax Number
City of Mesquite, TX
COMPANY NAME
Jim Palmer Project: En
Contact Person Title
s 1515 N. Galloway Ave. Mesquite
Address PO Box City
TX 75149 jpalmers @ci.mesquite.tx.us
State Zip E -mail
(972) 216 --6351
Phone Number Fax Number
Daisy Brand
COMPANY NAME
Tom Lambert Process Engineer
Contact Person Title
3636 Leon Road Garlan+
Address PO Box City
TX 75041 tlambert @daisybrand.com
State Zip E -mail
(972)271 -8260
Phone Number Fax Number
i
6 -_
i
L..
6
Kennedy Electric Inc.
COMPANY NAME
Rick Ken
President
Contact Person
Title
2502 Edinburgh
Mesquite,
Address
PO Box
City
TX
75 150
State
Zip
E -mail
(97 2)289-0838
972 289 -8156
Phone Number
Fax Number
f
t�
f
i
L
f -
r
i
L,
f
�_ _
7
\ V ,f
FORM CIQ
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor or other person doing business with local
governmental entity
This questionnaire is being filed in accordance with chapter 176 of
OFFICE USE ONLY
the Local Government Code by a person doing business with the
governmental entity.
Date Received
By law this questionnaire must be filed with the records
administrator of the local government 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 violates Section
176.006, Local
Government Code. An offense under this section is a Class C
misdemeanor.
1 Name of person doing business with local governmental entity.
2
Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not
later than September 1 of the year for which an activity described in Section 176.006(a), Local
Government Code, is pending and not later than the 7th business day after the date the originally filed
questionnaire becomes incomplete or inaccurate.)
3 Describe each affiliation or business relationship with an employee or contractor of the local governmental
entity who makes recommendations to a local government officer of the local governmental entity with
respect to expenditure of money.
4 Describe each affiliation or business relationship with a person who is a local government officer and who
appoints or employs a local government officer of the local governmental entity that is the subject of this
questionnaire.
- - FORM CIQ
CONFLICT OF INTEREST QUESTIONNAIRE P age 2
For vendor or other person doing business with local
governmental entity
5 Name of local government officer with whom filer has affiliation or business relationship. (Complete this
section only if the answer to A, B, or C is YES.
This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has
affiliation or business relationship. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in the section receiving or likely to receive taxable income from the
filer of the questionnaire?
Yes F]No
B. Is the filer or the questionnaire receiving or likely to receive taxable income from or at the direction of the
local government officer named in this section AND the taxable income is not from the local governmental
entity?
t_
t'
I
r
E_
f
c
t
I
i
r
Yes 1-1 No
C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government
officer serves as an officer or director, or holds an ownership of 10 percent or more?
1-1 Yes 1-1 No
D. Describe each affiliation or business relationship.
1 6 Describe any other affiliation or business relationship that might cause a conflict or interest.
Signature of person doing business with governmental entity
Date
Amended 01/1 312006
9
BID FORM
SUB - CONTRACTORS
Please list ALL Sub Contractors that will be used for this Project. Not listing Sub Contractors will constitute this
bid as being non - responsive.
Holleman Construction
COMPANY NAME
Brian Wright Pro'ect er
Contact Person Title
123 Julian Street Dallas
Address PO Box City
TX 75203 bwright @hollemanconstruc -Lion_.c 9
State Zip E -mail
(214)941 --3841 (214)946 -8627
Phone Number Fax Number
Prime Controls
COMPANY NAME
Colby Cobb Service Manager
Contact Person Title
815 Office Park Circle Lewisville
Address PO Box City
TX 75057 _ ci.cobh @prime— c_onxrols.com
State Zip - - E -mail
(972) 221 -4849 (972) 420 -4842
{ Phone Number Fax Number
- COMPANY NAME
Contact Person
Title
Address PO Box City
State Zip E -mail
Phone Number Fax Number
t_
10
Kennedy Electric, Inc.
COMPANY NAME
Rick Kennedy President
Contact Person Title
2502 Edinburgh Dr MeE uite
Address PO Box City
TX 75150 rick @keunedyelect.com
State Zip E -mail
(972) 289 -0838 (97 289 -8
Phone Number Fax Number
Any changes of a Sub - Contractor shall be submitted in writing to the Engineer and City for
approval.
i
i
4.
r
F
11
CERTIFICATIONS AND REPRESENTATIONS M/WBE STATUS
is certified as a:
(Check One, If Applicable)
Disadvantaged Business Enterprise
_ Minority -owned Business Enterprise
Women -owned Business Enterprise
A copy of the certification from is attached.
* * ** *NOTE * * * **
THIS DATA IS REQUESTED FOR INFORMATIONAL PURPOSES ONLY AND WILL NOT AFFECT THE BID
AWARD.
(SUBMISSION OF THIS INFORMATION IS NOT A REQUIREMENT.)
CERTIFICATION OF NON- DISCRIMINATION
A. The contractor (successful bidder) and /or any subcontractor (s), if permitted, certifies complete compliance with
the Federal Civil Rights Law and the Americans with Disabilities Act, agreeing to non - discrimination based on
race, age, color, religion, disability, gender, ancestry, national origin, or place of birth in employment practices,
programs and services. These practices, programs, and services shall include, but not be limited to, the
following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other compensation; and selection for training, including apprenticeship.
B. The contractor shall in all solicitations or advertisements for employees placed by or on behalf of the contractor,
state that all qualified applicants will receive consideration for employment without regard. to race, age, color,
religion, disability, gender, ancestry, national origin, or place of birth.
B. Upon request by the City of Southlake, the contractor shall famish all information or reports
required to investigate his/her payrolls and personnel records which pertain to current contract
{ (s) with the City for purposes of ascertaining compliance with this non - discrimination
certification.
t:
12
BID HUNT)
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Kennedy Electric, Inc. , as Principal, and
firmly bound Unto City of South Tx as owner in the sum of $ see below as the proper measure of
liquidated damages for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves,
our heirs, executors, administrators, successors, and assigns.
Five Percent of Greatest Amount Bid -- - Dollars ($ _50_G A.B.
Signed, this 22nd day of August 2012.
The condition of the above obligation is such that whereas the Principal has submitted to
City of Southlake, Texas a certain bid, attached hereto and hereby made a part hereof to enter into a contract in
writing, for the:
PEARSON VANE PUNIP STATION EMERGENCY GENERATOR AND AUTOMATIC TRANSFER SWITCH,
Now, Therefore,
a) If said Bid shall be rejected, or in the alternate,
b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract
attached hereto (properly compleled in accordance with said Bid) and shall fitmislt a bond for his faithftil
performance of said contract, and for the payment of all persons performing labor or furnishing materials in
connection therewith, and shall be in all other respects perfon n the agreement created by the acceptance of
said Bid, then this obligation shall be void, otherwise the saute shall remain in force and affect; it being
expressly understood and agreed that Ibe liability of the Surety for any breech of condition hereunder shall
be in the face amount of this bond and forfeited as a proper measure of liquidated damages.
The Smety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond
shall be in no way impaired or affected by and extension of the time within which the Owner may accept
such Bid; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are
corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper
officers, the day and year set fotlh above. Kennedy Electric , luir. .
By
Principal
Wes American Insurance Company
Surety
Seal By: ( 11", -0
Carolyn J. Goodenough
Attorney -in -Fact
13
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5242
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No.
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company Peerless Insurance Company
West American Insurance Company
0
a
tv
Al! d
C
41 E
� G1
ii q1
d M
d
d �
M N
O i
L
+: 0
Q1
0
tM
E
} L
O�
Z U
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: ThatAmerican Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peeress Insurance Company is a corporation
duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the Stale of Indiana {herein
collectively called the 'Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint SAMMY JOE MULLIS JR., JOHN WILLIAM NEWBY,
WILBERT RAYMOND WATSON, PATRICIA LEE BARTLE", CAROLYN J. GOODENOUGH, SANDRA LEE RONEY, TROY RUSSELL KEY, MICHAEL AARON WIGGINS, KRISTI MICHELLE MEEK,
AARONJAY ENDRIS . .......... .............................. ............................................................................................................. .. ......................................... ......................................................................................
all of the city of ADDISON , state of TEXAS each individually if there be more than one named, its true and lawful attomey -in -fact to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
I N WITNESS WHEREOF, this Power ofAttomey has been subscribed by an authorized officer or official of the Companies and thecorporate seals of the Companies have been affixed thereto this
13th day of March , 2012 , }
` cAN Frq _0 1N3� ��rsV surtrw � American Fire and Casualty Company
�� F �,w �� The Ohio Casualty Insurance Company
�r �cs:?'Ra;�. o cr tloaae4rF v abn Liberty Mutual Insurance Company d?
r :coo rtle A :eo gt}i "' — Peerless Insurance Company
S
,}
r an
c�
SEAT,
1�IZ � N
West American Insurance Company
�CTY G0�1` H1 A�' � `�ENa,�' �4NCE C0� '
B c
STATE OF WASHINGTON ss
Gregory W. Davenport, Assistant Secretary f4
COUNTY OF KING
On this 13th day of March 2012 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and W
Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Pearess Insurance Company and West American Insurance Company, and that he, as such, being e
authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF. I have hereunto subscribed my name and affixed my notarial seal at Seattle Washington, on the day and year first above written. Z
CC CD
I �a is a
KID Riley. Notall Public
OE
0.
'b..,,
This Power ofAttomey is made and executed pursuant to and by authority of the following By -laws andAutiiorizations of American Fire and Casualty Company, The Ohio Casualty Insurance r o
Company, Liberty Mutual Insurance Company, WestAmerican Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows:
O C
ARTICLE IV— OFFICERS — Section 12. Power ofAttorey. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject ? N
to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, :5 �?
acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys -in -fact, subject to the limitations set forth in their respective '-
powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation, When so }
executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary , Any power or aulhority granted to any representative or attomey -in -fact under 0) CD
the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority, ++
ARTICLE XII I — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,
and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys- in-fact, as may be necessary to act in behalf of the Company to make, execute,
seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizanees and other surety obligations. Such attomeys -in -fact subject to the limitations set forth in their 0
respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so t0 r
executed such instruments shall be as binding as if signed by the president and attested by the secretary,
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such
attomey -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other
surety obligations,
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the
same force and effect as though manually affixed.
I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casuafty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West
American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been reved.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this" day of C , 20 Ir�S
� F(� A��Y IN3U� �
�tlnstla+ o a c bxva2az f �� z rooms i zgRVtl$
I OUy .....��� IHCOP797 ? Atroi�t}1 U�FA By: --
n' � .'1t, % Sf:At. w David M. Car ey,AssistantSecretary
� C, 'A t, t
�L7Y r" k � aASSnc � i NE,N t � ONCE C�
POA -AFCC, LMIC, OCIC, PIC & WAIC
LMS_12673_012012
O
A Member of
P Liberty Liberty Agency Underwriters
� Mutua'l. 9456 Seward Road, Fairfield, 0H 45014 1 -800- 843 -6446
TEXAS
IMPORTANT NOTICE
To obtain information or make a
complaint:
You may call toll -free for information or
to make a complaint at
1 -800- 843 -6446
You may contact the Texas Department
of Insurance to obtain information on
companies, coverages, rights or
complaints at
1 -800- 252 -3439
You may write the Texas Department of
Insurance
P. 0. Box 149104
Austin, TX 78714 -9104
FAX # (5 12) 475 -1771
Web: httip:f /www.tdi.state.tx.us
E -Mail: ConsumerProtection@tdi. state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning
your premium or about a claim you
should contact the agent or call
1 -800- 843 -6446 If the dispute is not
resolved, you may contact the Texas
Department of Insurance.
ATTACH T141S NOTICE TO YOUR
POLICY:
This notice is for information only and
does not become a part or condition of
the attached document.
TEXAS
AVISO IMPORTANTE
Para obtener informacion o para someter
una queja:
Usted puede llamar al numero de
telefono gratis para informatibn o pwa
someter una queja al
1- 800 - 843 -6446
Puede comunicarse con el Departamento
de Seguros de Texas pars obtener
information acerea de companies,
coberturas, derechos o quejas at
1- 800 -252 -3439
Puede escribir al Departamento de
Seguros de Texas
P. 0. Box 149104
Austin, TX 78714 -9104
FAX # (512) 475 -1771
Web: http :; / /www.tdi.state.tx.us
E ConsumerProtection tdi.state.tx.us
DISPUTAS SOBRE PRIMAS O
RECLAMOS:
Si tiena una disputa concerniente a su
prima o a un reclamo, debe comunicarse
o Itamar 1 -800- 843 -6446
Si no se resuelve la disputa, puede
entonces comunicarse con el
departamento (TDI)
UNA ESTE AVISO A SU POLIZA:
Este aviso es solo Para proposito de
informacion y no se convierte en parte o
condicion del documento adjunto.
NP 70 68 09 01
►Y' av �' T hL',
PEARSON LANE PUMP STATION EMERGENCY
GENERATOR AND AUTOMATIC TRANSFER SWITCH
PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM QUANT. BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
(Furnish and install, including all appurtenant work, complete in place, the following items):
1 1 LS Bonds & Insurance. d J ,
� Cu tjrle duSgkd� ollars&
IVo
Cents $ �Ce Q $ ,F
2 1 LS Furnish and install Emergency Generator set. f / / �
11 �' / 61 x rT H no[ r0 F vi e yuj,"r ,�ri faUI. l�oN;r4+�7 &
A/ p
Cents $ ,j la $ :�Z '4 4' 4
3 1 LS Furnish and install Automatic / transfer
r (switch /I
56 en SA dMN2tip9 �1t !V !" 'Dollars &
Aj o
Cents $ / $��'
4 1 LS Furnish and install all conduit, wiring, terminations,
incidentals, etc, reeq for a full operation system.
I ouJaw
'tKadrtd 7 �' ho� .Seven oz,�raa� JrtC
f Dollars &
Iry 0 Cents $ j�d 1e $ 344 761
5 2 DA Operation and I Maint / enance training,
�eVe- W(4" Vt l -S;VeH ,?e--
19
A) Cents $ � �� J� 11 $ If ?l
6 1 LS Furnish and install Concrete pad as shown on the
drawings. Size to be determined based on equipment
fumished.
i ►V +ste 11 omd a Dollars &
!✓� Cents $ o Z j(J $ 39, ;1 3D
4
PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM QUANT. BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
(Furnish and install, including all appurtenant work, complete in place, the following items):
7 1 LS Furnish and install labor and materials to repair
concrete drive, sidewalk, landscape, and building
penetrations required for construction activities. aqq� D
S • X d u tct i? �,r{.e. �TU �c � J
Cents $ 63ra $ G ?307
8 1 LS Coordinate all activities with ONCOR and ESP for
temporary shutdowns, inspections, etc. �y
T'. — d It 0 e of uJ- 1 4ollars & I vy
/V'- _— Cents $. �G3 >� 02-63&
9 1 LS Furnish and install labor and materials for a new
�screening wall. / / p� f _ • � y � PC �
f'r �'P �D[��4y�d r�v� i� &� 1
-- ►1/ Cents $ -Z $ fTZ
10 1 LS Modify SCADA RTU hardware and software as
detailed. Prime Controls Sole Source vendor.
A A p r r�
. tt , t�,�cx rt� � ✓�- �9' ollars &
14& Cents $
I 1 1 LS Construction contingency to be used only with written
approval of the Engineer.
Twenty five thousand Dollars &
No
Cents $ 25,000.00 $ 25,000.00
TOTAL LUMP SUM ]BID AMO T.
&i y �c 1�"u*� ,�vnara
KJ?1 Cents $ 3f i $ �r7
(Unit prices are to be shown in both words and figures. In case of a discrepancy, the unit price in words will prevail.
Prices listed above are the only compensation to be made. All items of work required to complete the work as shown
in the plans and as specified which are not listed as a pay item in this proposal are considered subsidiary to the items
listed and the cost of the subsidiary work should be included therein.)
SUMMARY Materials Labor,
Incorp. Overhead
Project Onl Etc.
TOTAL BID
5
1 5Z 4l
Address
PO Box
State Zip
e. com
Phone Number
%.omact rerson Title
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, MART, INC. , as Principal, and
firmly bound unto CITY OF SOUTHLAKE as owner in the sum of $ st Total Amount Bill as the proper measure of
liquidated damages for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves,
our heirs, executors, administrators, successors, and assigns.
Signed, this 22nd dayof August , 2012.
The condition of the above obligation is such that whereas the Principal has submitted to
CITY OF SOUTHLAKE a certain bid, attached hereto and hereby made a part hereof to enter into a contract in
writing, for the:
PEARSON LANE PUMP STATION EMERGENCY GENERATOR AND AUTOMATIC TRANSFER SWITCH,
Now, Therefore,
a) If said Bid shall be rejected, or in the alternate,
b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in die Form of Contract
attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful
performance of said contract, and for the payment of all persons performing labor or furnishing materials in
connection therewith, and shall be in all other respects perform the agreement created by the acceptance of
said Bid, then this obligation shall be void, otherwise the same shall remain in force and affect; it being
expressly understood and agreed that the liability of the Surety for any breech of condition hereunder shall
be in the face amount of this bond and forfeited as a proper measure of liquidated damages.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond
shall be in no way impaired or affected by and extension of the time within which the Owner may accept
such Bid; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, suc of them as are
corporations have caused their corporate seals to be hereto affixed and these presents s' n by their proper
officers, the day and year set forth above. MART, IN
rrmcipai
international Fidelity Insuran e Company
Surety 1 �4 -
Seal By:
e fifer Cla Attorney -in -Fart
13
IMPORTANT NOTICE
To obtain information or make a complaint:.
You may call International Fidelitylnsurance
Company's tallrfree telephone number forinformation
or to make a complaint at:
1- 800 -333 -4167
You may also write to International_ Fidelity. Insurance
Company at:
Attn: CIaims Department
One Newark Center, VP Floor
Newark, NJ 07102
You may contact the Texas Department of Insurance
to obtain information on companies, coverages, rig7its
or Complaints at:
1.800.252.3439
You may write (lie Texas Department d Inisurance:
P. Q. Box 14-9104
:Austin, TX 78714 - 9:104
Fax : .(5'1?) 475 -1771
Web. kitty : / /wwwitdi.state.tx.us
E -mail: ConsurneePeoteetioii @tdi.state.tx:us
PRE IIL M OR CLAWDISPUTES:
,Should you Dave a dispute concetriing.your premium
of about a claim you should contact the (agent)
(company) (agent or the company) first. If the dispute
is not resolved, you may contact the Texas Deportment
of Insurance.
ATTACH TIUS NOTICE TO YOUR BOND:
This notice is for infocmi#tion only and does not
become a part or condition of the attached document.
AVISO IMPORTA.NTE
Para oftener information o paid. someter una queja:
Vsted puede llama at numero, delelefono gratis de
International Fidelity Insurance Company's: par:a
information o porn someter una quejaal:
1400 -333- 4167
Usted tambicu puede escribit a Internationg Fidelity
Insurance Company:
Attn: -Claims Department
One Newark Center, 2.e l loos
Newark, N J. , 07102
Pue. de comunicarse con el: Departamento de Seguros de-
Texas para obtener information acesea de companies,
coberturaS, derecllos 0 quejas al:
1 7 800- 253=3439
Puede escribir al Departmen€o de Seguros de Texas:
P. O. B6x.149104
Austin, TX 78714-9104
Fax: (512) 475 -1771
Web: httn: / /www.,tdi.state..tx.u-s
E- .: -. : Voris umotProteetion@ tdi.state:tx.us
DISPUTAS SOBRE PRMIA.S.0 R1 CLAMOS:
Sr tiene una disputa coneerniente a su prim o a un
mlomo, debe comunicarse corn el (agente) (la
com&Wa) fttnte o Ia compania) primero. Si no se
resuelve la disputa,, puede entonces comunicarse con el
departamento (TDI).
UNAESTE AYISO A SU FINZA DE GARANTIA:
Este aviso es solo para proposito de iinformacion, y no
se convierte en paste o condition del documento
adjunto.
BID FORM
REFERENCES
Dist at least three (3) companies or governmental agencies (preferably a municipality) where the same or similar
products and/or services as contained in this specification package were recently provided.
6
COMPANY NAME
Contact Person
Title
Address
PO Box
City
State
Zip
E -mail
Phone Number
Fax Number
COMPANY NAME
Contact Person
Title
Address
PO Box
City
State
Zip
E -mail
Phone Number
Fax Number
COMPANY NAME
Contact Person
Title
Address
PO Box
City
State
Zip
E -mail
Phone Number
Fax Number
6
REFERENCES
Fire Station No. 4
Garland, Texas
New Construction
North Lake College Natatorium
Irving, Texa
Reconstructions
Coppell Fire Department
Coppel, Texas
New Construction
City O. Irving
825 W. Irving Blvd.
Irving, TX 75060
Contact: Casey Tate
(972) 721.2611
(972) 721.2658 (Fax)
Description of Projects: Numerous projects including
$2.5M construction of new recreation center (Northwest
Park Recreation)
Dallas ISD
3700 Ross Ave.
Dallas, Texas 75204
Contact: George Overby, DISD
(972)925 -7317 (ofc)
817. 832 -7484 (cell)
972 - 502 -1222 (fax)
goverby @dallasisd.org
Description of Projects: Renovations to 3 Elementary
Schools
Richardson Independent School District
400 S Greenville Ave
Richardson TX 75081
Contact: Michael Longanecker
(469) 593.0000
Description of Projects: Entry Renovations of 5 Middle-
Schools
Early Independent School District
Brett Koch — Superintendent Early ISD
101 Turtle Creek
Early TX 76803
Phone- 325. 646.7934
Huckabee Architects
4521 South Hulen, Ste 220
Ft. Worth, Texas 76109
Contact: Derek Henchberger (formerly Huckabee)
1 mail— dherschberger @rbrconstruction.com
Phone-817-341-1467
Description of Projects: Mart acted as CM @Risk on the renovation
of a Gymnasium floor and HVAC replacement for the Early High
School.
Final Construction Cost $316,883.00
MART, INC. GENERAL CONTRACTING I CONSTRI ICTION MANAGEMENT I DESIGN Bt IILD
PAGE 6
REFERENCES
City of Plano
1520 Avenue K
Plano, TX 75074
Contact: John Cameron (Owners agent — Connolly Architects
(512)480.9611
Description of Project: Renovation and Addition to the
Plano Animal Shelter
Richardson Independent School District
400 S Greenville Ave
Richardson TX 75081
Contact: Michael Longanecker
(469) 593.0000
Description of Projects: ,Entry Renovations of 5 Middle Schools —
CM@Risk Project. Mart, Inc. completed the renovations in 75 days.
Final Construction Cost $1,670,450.00
Project Manager —Ed WomelsdoTf
Superintendent — Russell Osborn
Irsing Independent School District
3620 Valley View Lane
Irving, TX 75062
Contact: Kelly Horn, Construction Manager
(972) 261.5107
(972) 261.5114 (Fax)
Description of Projects: Numerous additions and renovations of most
schools in the Irving ISD. Largest project was $6.5M Construction
Manager for Athletic Field Improvements in 2003. CM @Risk for
Security Systems Installation at all schools within the school district
($3 +M)
Security Systems Installation
Final Construction Cost $3,529,927.35
Project Manager —Vernon Proctor
Superintendent —Troy Highnight
Northwest Park Recreation Center
Irving, Texas
MART, INC. GENERAL CONTRACTING I CONSTRI ICTION MANAGEMENT I DESIGN BUILD
PACE 7
FORM CIQ
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor or other person doing business with local
governmental entity
This questionnaire is being filed in accordance with chapter 176 of
OFFICE USE ONLY
the Local Government Code by a person doing business with the
governmental entity.
Date Received
By law this questionnaire must be filed with the records
administrator of the local government 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 violates Section
176.006, Local
Government Code. An offense under this section is a Class C
misdemeanor.
1 Name of person doing business with local governmental entity.
2
Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not
later than September 1 of the year for which an activity described in Section 176.006(a), Local
Government Code, is pending and not later than the 7th business day after the date the originally filed
questionnaire becomes incomplete or inaccurate.)
3 Describe each affiliation or business relationship with an employee or contractor of the local governmental
entity who makes recommendations to a local government officer of the local governmental entity with
respect to expenditure of money.
4 Describe each affiliation or business relationship with a person who is a local government officer and who
appoints or employs a local government officer of the local governmental entity that is the subject of this
questionnaire.
FORM CIQ
CONFLICT OF INTEREST QUESTIONNAIRE page 2
For vendor or other person doing business with local
governmental entity
5 Name of local government officer with whom filer has affiliation or business relationship.
section only if the answer to A, B, or G is YES.
This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has
affiliation or business relationship. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in the section receiving or likely to receive taxable income from the
filer of the questionnaire?
Yes 1-1 No
B. Is the filer or the questionnaire receiving or likely to receive taxable income from or at the direction of the
local government officer named in this section AND the taxable income is not from the local governmental
entity?
E Yes F] No
C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government
officer serves as an officer or director, or holds an ownership of 10 percent or more?
❑ Yes 1-1 No
D, Describe each affiliation or business relationship.
6 Describe any other affiliation or business relationship that m
Signature of person oing business with governmental entity
cause a conflict or interest.
91
Date
Amended 0 1 ft 3/2006
BID FORM
SUB - CONTRACTORS
Please list ALL Sub Contractors that will be used for this project. Not listing Sub Contractors will constitute this
bid as being / non- respo
1 rci�+W t� �'V% h(-IfP t� � t (-.v.
COMPANY NAME
t or
Contact Pers�o Title
1 n
I `, �1 - ?,C Q La X
Address PO Box City
C{ �G
TX 6 Sl�+h�{�pwC 04
State Zip E -mail
°)1 - 4 12 -0 Z. 5
Phone Number
Fax
SLR. I��LL
COMP M�A NAME
` �Q�S' , f. , f' S Q,�Se..r J� S �
Contact Person Title J V
_ . �5 5 a
State Zip E -mail
° )?[ I- 1 .- - 1 "I f
Phone Number Fax Number
2 - �R L- o%
10
U
Address
PO
City
r I �G'
/ Box
�b j VQ
-
_
State
Zip
E -mail
`j
2 �-•1255
Phone Number Fax Number
(( (
COMPANY NAME
;v
KL�zo—
QW
Contact Person I
[
Title
Address
PO Box
City
_ . �5 5 a
State Zip E -mail
° )?[ I- 1 .- - 1 "I f
Phone Number Fax Number
2 - �R L- o%
10
COMPANY NAME
1 o e.",
Contact Person Title p
Address PO Box City
qIX _�5�50
State Zip E -mail
�Z- 3 S Z- L' caa
Phone Number Fax Number
Any changes of a Sub- Contractor shall be submitted in writing to the Engineer and City for
approval.
C4
�- - 1-
U\Dll
. 41,3r L� ( , .4 Z
11
A ,�ek e v Wia $ + term
PEARSON LANE PUMP STATION EMERGENCY
GENERATOR AND AUTOMATIC TRANSFER SWITCH
PAY APPROX, DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM QUANT. BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
(Furnish and install, including all appurtenant work, complete in place, the following items):
1 LS Bonds & Insurance.
Dollars & / / / / / /`r
$ �/ J '
Cants 14 $
2 1 LS Furnish and install Emergency Generator set
Dojl ff i$?v0
Cents $ o $
3 1 LS Furnish and install Automatic transfer switch.
Dollars &
Cents o $
4 I LS Furnish and install all conduit, wiring, terminations,
incidentals, etc, required for a fully operational system.
lol al rs� &�
t Cents $�y)���•'$�i d� '
5 2 DA Operation and N4aintcnance training.
ad Dollars &
Cents $ '5
6 1 LS Furnish and install Concrete pad as shown on the
drawings. Size to be determined based on equipment
fin
Dollars &
© Cents
4
PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM QUANT. BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
(Furnish and install, including all appurtenant work, complete in place, the following items):
7 I LS
Furnish and install labor and materials to repair
concrete drive, sidewalk, landscape, and building
penetrations required for construction activities.
Dollars &
Cents
$ (�f/� • . $
�1U�
8 1 LS
Coordinate all activities with ONCOR and ESP for
temporary shutdowns, inspections,. etc.
Dollars &
Cents
$
4 1 LS
Furnish and install labor and materials for a new
screening wall.
tL�f D
i!' � ,I�•�� I �� liar &
/!f Cents
10 1 LS
Modify SCADA RTU hardware and software as
detailed Prime Controls Sole Source vendor.
Dollars &
A 1 1 9 Cents
$ �l/� �(�U • • $
T
� �� +
11 1 LS
Construction contingency to be used only with written
approval of the Engineer.
Twcnty five thousand Dollars &
No Cents
$ 25,000.00 $
25,000.00
TOTAL LUMP SUM BID AMOUNT.
�e
7 '
D Cents $ , $ (13
(Unit prices are to be shown in both words and figures. In case of a discrepancy, the unit price in words will prevail.
Prices listed above are the only compensation to be made. All items of work required to complete the work as shown
in the plans and as specified which are not listed as a pay item in this proposal are considered subsidiary to the items
listed and the cost of the subsidiary work should be included therein.)
SUMMARY Materials Labor,
Incorp, Overhead
Project Only Etc,
TOTAL BID o 000 ez?D +
BID FORM
REFERENCES
List at least three (3) companies or governmental agencies (preferably a municipality) where the same or similar
products and /or services as contained in this specification package were recently provided.
IL Ar Lt C t PA 1, Iz I AT eP— D I5l tz I C-3
COMPANY NAME
Contact Person
41EP,
TK 50CI13 r 'A (ams h - com
State Zip E -mail
Number Fax
NAME
L k[VeX— "90 _e AAA&JAe
Contact Person Title
Soo k
Address PO Box City
State Zip
14o- - [( a l - - 1'H-
Phone Number Fax Number T
NAME
Contact Person
PO Box City
Zip
0X
OU
-°3
- 3!1?--- 02-1 ' s -
lumber Fax
COMP ,� o F_ Mk Me
L ANY NAME
ORL tOF III L I 'n CS
Contact Person Title
Address PO Box City ��+±
— 7 !o o 3 I De . 5 0o 1 vi
State Zip E -mail L.►
1 'x-11 z z 4 4Z g n - 4 - z4 u2--
Phone Number Fax Number
7
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor or other person doing business with local
governmental entity
This questionnaire is being filed in accordance with chapter 176 of
OFFICE USE ONLY
the Local Government Code by a person doing business with the
governmental entity.
Date Received
By law this questionnaire must be filed with the records
administrator of the local government 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 176.606, Local
Government Code.
A person commits an offense if the person violates Section
176.006, Local
Government Code. An offense under this section is a Class C
misdemeanor.
I Name of person doing business with local governmental entity.
Apc-�Afg- uksTeg.,�i Cai&TfZu(TIyAj LLel
z
F] Check this box if are filing an update to a filed
you previously questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not
later than September 1 of the year for which an activity described in Section 176.006(a), Local
Government Code, is pending and not later than the 7th business day after the date the originally filed
questionnaire becomes incomplete or inaccurate.)
3 Describe each affiliation or business relationship with an employee or contractor of the local governmental
entity who makes recommendations to a local government officer of the local governmental entity with
respect to expenditure of m oney.
M al
4 Describe each affiliation or business relationship with a person who is a local government officer and who
appoints or employs a local government officer of the local governmental entity that is the subject of this
questionnaire.
Nair, .
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor or other person doing business with local Page 2
governmental entity
5 Name of local government officer with whom filer has affiliation or business relationship. {Complete this
section only if the answer to A, B, or C is YES.
This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has
affiliation or business relationship. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in the section receiving or likely to receive taxable income from the
filer of the questionnaire?
Yes No
B. Is the filer or the questionnaire receiving or likely to receive taxable income from or at the direction of the
local government officer named in this section AND the taxable income is not from the local governmental
entity?
E Yes 17 No
C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government
officer serves as an officer or director, or holds an ownership of 10 percent or more?
1-1 Yes ❑ No
D. Describe each affiliation or business relationship.
any otner attniation or ousi ness re
MaAT
Signature of person doing business with governmental entity
m Cant Cause a
or interest.
4/2 - z 7 bot—
I
Date
Amended 01/13/2006
E
BID FORM
SUB- CONTRACTORS
Please list ALL Sub Contractors that will be used for this project. Not listing Sub Contractors will constitute this
bid as being non - responsive.
4 z i W / 4 4 ( --t&—o e *-- r, e Z R 0 & t e, -rx
COMPANY NAME
Contact Person Title
z e s�
Address PO Box City
TX �;, (','- /
State Zip E
� •Z77 4 ?--- �r/7- zG/ 0/9�
COMPANY NAME
Contact Person Title
Address PC Box City
7� /Iq
State Zip E -mail
Vii_'.:: X17
Fax Number
COMPANY NAME
Contact Person Title
Address PO Box City
State Zip E-mail
Phone Number Fax Number
10
ClCM : i I
f;jtl(,11,ir L Ik by T±WNE PRESENTS, Omt wC, the ufldt;73lgled, Archer Westem Construction, LLC gg J�jmc;jM[, t;nd
f117 ly lbcund uanto City of Southlake a3 owmr in the sum Of $ five Percent orAmountBid (590) a$ the PrOjM 11]QWWO of
liquidated dmn ages for the payment of which, well and truly to be m ade, we hereby;ointly aad severally bind owselres,
our h cir-% wwutafs, adniinisitatoes, succeasm, and essigm.
Sigiaal, this 22 day of August , 2D12
The oonditicri of the above obligatica is such tha: gees the Principal ftas submitted to
City of Southlake x czrtsin Wd, tttta&ed hereto andherehy ma&Ft pat heraf to enter into a mnh=tin
whin], - .or 6e:
- PEAKSUN LANK PUMP SYA'CIM4 EMltH(t BeNUV Lxh.;NL+RXLOJR AND AUTUMA IC TRANKFER K
Now, Therefare,
a) Ifaaid Bid' shale Lo rojedarl, ar in tim a1x =ka,
b) If said Bid ihall be accapted ar:d the Principal shall executc anal deliver a contract in the Form of Contract
atsehad veto Orgerly =11eted in 1tcoxidsnoe with Bid) and shall ft.trnlslt a bond for his faithful
periormmoo of said vantract, mid for the payraint of all pericsns petforrt ing tabu or titrnistiiiig mat�ria]r, in
otwmeetian therewidy and shall he in ail ether regxctx lvrfmm the agrmement created by tl•e strtxrtartW of
said Bid, there this obligation shall be +arid, otherwise tho same sha11 rerflain in f wcc and affect; it being
mpressly uaderstoW and weed that the liability of the ftdyfar any breech of cmdOon hereunder "I
be in the face amount of this bcfid and forfeited as a proper measure of liquidated damages.
The Surety, for val w received, hereby stipulates and agues that the obligaiiow of said Surety and its bored
shalt be m no way impaitol or aft ded by and oxtcnsicux of the time within %hi&. the Own" may acoc 1
such Bid; uad said Surety dws acreby waive, Actice of any Such M msim.
IN WITNESS 'a4I3 REOF, the Principal and the Surety have herm to sot these hands and seals, and sue; ofthetr, aq, we
caporatians have caused ftir corparaw seals to be hereto affixed and Viese pmerz tc be signed by rheit proper
of io.-ir'R, thn clay slid year !t-i fnrlh ahnve
Seal
13
E RED BORDER
Agbk )POWER OF ATTORNEY
TRAVELERS Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney - Fact No. 224347 Certificate No. O Q 4 8 6 2 9 j J
KNOW ALL MEN BY TIIESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the state of Connecticut, that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under
the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint
Kathleen C. O'Rourke, Brian R. Walsh, J. William Emstrom, Jodi Wallace, and Kerry Pecora
of the City of Chicago State of illinoi8 their true and lawful Attomey(s) -in- Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
17th
IN WITNESS WIIEkEOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
day of May 2012
Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty! Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty insurance Underwriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
GV'�A /]�/ -'(�,\ - -.-
.u` 'A'\ ,..� -.
t`y`•Fl
•z
O \ *� I�l
I GRP n.
3Pi�11161/H 9 .?A y1Y -0Np
WQ�'GOA4RR4}f:1Mj �
a
�t7 u�
�'Atl,
gY'
1it0
State of Illinois
t t i ; n HF6R�, f i <
q�
a
County of Cook
On this 22 day of A u g u st , 2012 before me personally appeared
Jodi Wallace known to me to be the Attorney -in -Fact of TRAVELERS CASUALTY AND
SURETY COMPANY, the corporation that executed the within instrument and acknowledged
to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and
ear in t above.
OFFICIAL SEAL
CAROL E STANTON
NOTARY PUBLIC -STATE OF ILLINOIS
MY COMMISSION EXPIRES 071211201
58440 -6 -11 Printed in U.S.A.
WARNING: THIS POWER OF