Loading...
Contract - Prism Electric, Inc. - 10/11/2018 CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF GENERAL BUILDING CONSTRUCTION TRADES SERVICES (ELECTRIC TRADE) FROM PRISM ELECTRIC,INC, THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS This Agreement for on-site services in the nature of general building construction trades services (electric) to be performed on and in various commercial and residential City-owned or City-occupied buildings on a directed as-needed basis, and for related goods and services, referred to herein as the "Agreement," is made and entered into on this the -11't day of the month of , 2018, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City," and PRISM ELECTRIC, INC., referred to herein as "Prism Electric," whose offices are located at 1205 Sheldon Cove 1-A, Austin, Texas 78753. This Agreement supersedes and replaces any previous agreements between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to purchase certain on-site services in the nature of general building construction trades services (electric)to be performed on and in various commercial and residential City-owned or City-occupied buildings on a directed as-needed basis, and associated goods and services, and City desires to purchase same from Prism Electric; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods, and City has selected the bid submitted by Prism Electric; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW,THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration,the receipt and sufficiency of which are hereby acknowledged,the parties mutually agree as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Prism Electric whereby City is obligated to buy specified services and Prism Electric is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid designated Solicitation Number 18-030 (b) Prism Electric's Response to IFB; (c) contract award; and (d) any exhibits, 00409226/ss2 addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Prism Electric's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. F. Prism Electric means Prism Electric, Inc. or any of its successors or assigns. 2.01 EFFECTIVE DATE, INITIAL TERM, AND ALLOWABLE RENEWALS A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein, or until terminated or extended as provided herein. B. The term of this Agreement shall be for sixty (60) months from the effective date hereof. C. Prices shall be firm for the duration of this Agreement and for any renewal periods. No separate line item charges shall be permitted for invoicing purposes, including but not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other extraneous charges. City may permit "unit price" adjustments upwards only in accordance with Part III, Item 6 of City's Invitation for Bid included as a part of Exhibit "A," attached hereto and incorporated herein by reference for all purposes. Any price increase shall be requested by Prism Electric in writing and accompanied by the appropriate documentation to justify the requested increase. Prism Electric may offer price decreases at any time and in excess of any allowable percentage changes. D. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 2 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Prism Electric to supply the services as outlined in IFB Solicitation Number 18-030; and Response to IFB submitted by Prism Electric, all as specified in Exhibit "A." The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Prism Electric in its Response to the IFB. The services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 DUAL PROVIDERS OF SERVICES The parties specifically acknowledge and agree that Prism Electric shall be considered as one of two (2) providers ("dual providers") of the specified goods and services (electric services). Prism Electric specifically further acknowledges and agrees that this Agreement is not an exclusive agreement. City may, in its sole and unfettered discretion, elect to use either of the two providers in whatever order it deems most advantageous to City's purposes. City may, in its sole and unfettered discretion, elect to use any other providers. City is not obligated to use or purchase any estimated annual quantity of goods, and no guarantee is made of any minimum or maximum purchase. 5.01 ITEMS AWARDED Only if, as, and when needed by City, electric services are awarded to Prism Electric in accordance with bid items shown on Attachment A—Bid Sheet of Exhibit "A," as follows: Electric Master Electrician Hourly Labor Rate $69.00 (no minimum hours) Master Electrician Overtime Hourly Labor Rate $89.75 (no minimum hours) Journeyman Electrician Hourly Labor Rate $65.00 (no minimum hours) Overtime Journey Electrician Hourly Labor Rate $85.75 (no minimum hours) Materials (if on Cost-Plus basis) Percentage Markup 12.50% 6.01 COSTS A. Only if, as, and when needed by City, the bid costs listed on Attachment A— Bid Sheet of Exhibit "A," which are specifically relevant to the referenced bid items, shall be the basis of any charges collected by Prism Electric. B. Prism Electric specifically acknowledges and agrees that City is not obligated to use any estimated annual quantity of services, and City may not expend in excess of Five Hundred Eighty Thousand and No/100 Dollars ($580,000.00) per year for Prism Electric's services combined with the dual provider's services for a total not-to-exceed amount of Two 3 Million Nine Hundred and No/100 Dollars ($2,900,000.00) for the term of this Agreement. 7.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Prism Electric; B. Purchase Order Number; C. Description and quantity of items received; and D. Delivery dates. 8.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 27 1.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of, partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements. 9.01 NON-APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may effect such termination by giving Prism Electric a written notice of termination at the end of its then-current fiscal year. 10.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by City to Prism Electric will be made within thirty (30) days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the goods or services, whichever is later. Prism Electric may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with 4 V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Prism Electric, a contractor, subcontractor, or supplier about the goods delivered or the service performed that causes the payment to be late; or B. There is a bona fide dispute between Prism Electric and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or C. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or D. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 11.01 GRATUITIES AND BRIBES City may, by written notice to Prism Electric, cancel this Agreement without incurring any liability to Prism Electric if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Prism Electric or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Prism Electric may be subject to penalties stated in Title 8 of the Texas Penal Code. 12.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Prism Electric's charges. 13.01 ORDERS PLACED WITH ALTERNATE VENDORS If Prism Electric cannot provide the services as specified, City reserves the right and option to obtain same from another source or supplier(s). 14.01 INSURANCE Prism Electric shall meet all requirements as stated in Part II, Section 2 of the attached IFB Solicitation Number 18-030. 15.01 CITY'S REPRESENTATIVE City hereby designates the following representative(s) authorized to act in its behalf with regard to this Agreement: 5 Pete Dominguez, Facilities Manager City of Round Rock 212 Commerce Cove Round Rock, TX 78664 512-341-3144 pdominguez@roundrocktexas.gov 16.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 17.01 DEFAULT If Prism Electric abandons or defaults hereunder and is a cause of City purchasing the specified services elsewhere, Prism Electric agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re-advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Prism Electric shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations hereunder; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 18.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Prism Electric. B. In the event of any default by Prism Electric, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Prism Electric. C. Prism Electric has the right to terminate this Agreement only for cause, in the event of material and substantial breach by City, or by written mutual agreement to terminate. 6 D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Prism Electric, Prism Electric shall discontinue all services in connection with performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty(30) days after such termination notice, Prism Electric shall submit a statement showing in detail the goods and services satisfactorily performed hereunder to the date of termination. City shall then pay Prism Electric that portion of the charges, if undisputed. The parties agree that Prism Electric is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 19.01 INDEMNIFICATION Prism Electric shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Prism Electric, or Prism Electric's agents, employees or subcontractors, in the performance of Prism Electric's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Prism Electric (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 20.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES A. Prism Electric, its agents, employees and subcontractors shall use best efforts to comply with all federal and state laws, City's Charter and Ordinances, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. B. Prism Electric acknowledges and understands that City has adopted a Storm Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139 through 14-152 of the City's Code of Ordinances, to manage the quality of the discharges from its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the requirements or the Texas Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge Elimination Systems (TPDES). JNA agrees to perform all operations on City-owned facilities in compliance with the City's Illicit Discharge Ordinance to minimize the release of pollutants into the MS4. Prism Electric agrees to comply with the City's stormwater control measures, good housekeeping practices and any facility specific stormwater management operating procedures specific to a certain City facility. In addition, Prism Electric agrees to comply with any applicable TCEQ Total Maximum Daily Load (TMDL) Requirements and/or I- Plan requirements. C. In accordance with Chapter 2270, Texas Government Code, a governmental entity may not enter into a contract with a company for goods and services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott 7 Israel during the term of this contract. The signatory executing this Agreement on behalf of Prism Electric verifies Prism Electric does not boycott Israel and will not boycott Israel during the term of this Agreement. 21.01 ASSIGNMENT AND DELEGATION The parties hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 22.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: A. When delivered personally to recipient's address as stated in this Agreement; or B. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Prism Electric: Prism Electric, Inc. 1205 Sheldon Cove 1-A Austin, TX 78753 Notice to City: City Manager Stephen L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Prism Electric. 23.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8 24.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Prism Electric and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 25.01 DISPUTE RESOLUTION City and Prism Electric hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 26.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any such void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined to be void. 27.01 MISCELLANEOUS PROVISIONS Standard of Care. Prism Electric represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Prism Electric understands and agrees that time is of the essence and that any failure of Prism Electric to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Prism Electric shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Prism Electric's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Prism Electric shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for 9 which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and Prism Electric, Inc. have executed this Agreement on the dates indicated. City of Round Rock, Texas Prism Electric, Inc. a � By: By: Ar)%N-\6 A-9 Printed Name: Printed Name: Title: \/ a 1A Title: L' p Date Signed: Date Signed: For City,Attest: By: 5" L Sara L. White, City Clerk For City, roved as to Form: By: Stephan V. Sheets, City Attorney 10 ROUND ROCK TEXAS PURCHASING DIVISION City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov INVITATION FOR BID (IFB) ELECTRICAL SERVICES SOLICITATION NUMBER 18-030 JUNE 2018 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 ELECTRICAL SERVICES PART I GENERAL REQUIREMENTS 1. PURPOSE: The City of Round Rock, herein after"the City"seeks an agreement with a qualified firm(s) to provide on-site Electrical Services for various City owned or occupied buildings on an as needed basis. The City intends to award one primary contract and one secondary contract based on the Best Value for the City. The City may contact the Prime Contractor and/or Secondary Contractor to request a quote by project and will select the Contractor that best meets the needs of the City. An anticipated total contract award will be made by the City in an amount not to exceed$580,000 per year. 2. BACKGROUND: The City has approximately 800,000 square feet of maintained property and occupies approximately 46 facilities. The buildings consist of both commercial and residential type structures. Facilities that may require professional electrical services include but are not limited to office buildings, fire stations, parks facilities, police facilities and parking garages. 3. SOLCITATION PACKET: This solicitation packet is comprised of the following: Description Index Part I—General Requirements Pages 2-5 Part II—Definitions, Standard Terms and Conditions Page 6 and Insurance Requirements Part III—Supplemental Terms and Conditions Pages 6-9 Part IV—Specifications Pages 10-14 Attachment A—Bid Sheet Page 15 Attachment B—Reference Sheet Page 16 Attachment C—Prevailing Wage Page 17 Attachment D—Respondent Questionnaire Page 18 Revised 10/17 Page 2 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact: Michael Schurwon, CPPB, CTPM Purchaser Purchasing Division City of Round Rock Phone: 512-218-5456 E-mail:mshurwon@roundrocktexas.gov The individual listed above may be contacted by e-mail for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Department. 5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. EVENT DATE Solicitation released June 13th, 2018 Optional Pre-Bid meeting June 20, 2018 @ 9:30 AM, CST Deadline for submission of questions June 22, 2018 @ 12:00 PM, CST City responses to questions or addendums June 26 to 2018 @ 5:00 PM, CST Deadline for submission of responses July 10, 2018 @ 3:00 PM, CST All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted above. A copy of all the questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at: http://www.roundrocktexas.gov/bids Questions shall be submitted in writing to the"Authorized Purchasing Contact". The City reserves the right to modify these dates. Notice of date change will be posted to the City's website http://www.roundrocktexas.gov/bids . 6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancellations, notifications, and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. 7. OPTIONAL PRE-BID MEETING: A pre-bid meeting will be conducted to fully acquaint Respondents with the specifications and bid submittal requirements. The pre-bid meeting will be conducted on the date specified in PART I Section 5-Schedule of Events. 7.1. Attendance at the pre-bid meeting is optional. Respondents shall sign-in at the pre-bid meeting to document their attendance. 7.2. Executive Conference Room - City Hall Council Chambers, 1st Floor 221 East Main St Round Rock, Texas 78664 7.3. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre-bid meeting. Revised 10/17 Page 3 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 8. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted in PART I, Section 5—Schedule of Events. Mail or hand deliver sealed responses to: City of Round Rock Attn: Mike Schurwon, CPPB, CTPM Purchaser Purchasing Department 221 E. Main Street Round Rock, Texas 78664-5299 8.1. Sealed responses shall be clearly marked on the outside of packaging with the Company name, Solicitation title, Solicitation number, due date and "DO NOT OPEN". 8.2. Facsimile or electronically transmitted responses are not acceptable. 8.3. Responses cannot be altered or amended after opening. 8.4. No response can be withdrawn after opening without written approval from the City for an acceptable reason. 8.5. The City will not be bound by any oral statement or offer made contrary to the written specifications. 8.6. Samples and/or copies shall be provided at the Respondent's expense, and shall become the property of the City. 9. BIDDER RESPONSE REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Bidders are encouraged to carefully read the entire solicitation. Bidders shall submit one (1) evident signed "Original" and four (4) copies of the response requirements including any required attachments and one(1)electronic copy of the IFB response on a flash drive. The samples and/or copies shall be provided at the Respondent's expense, and shall become the property of the City. This invitation for bid (IFB) does not commit the City to contract for any supply or service. Respondents are advised that the City will not pay for any administrative costs incurred in response preparation to this IFB; all costs associated with responding to this IFB will be solely at the interested parties' expense. Not responding to this IFB does not preclude participation in any future RFP/RFQ/IFB. For your bid to be responsive, the attachments identified below shall be submitted with your proposal. Attachment A: BID SHEET: The bid response shall be submitted on itemized, signed Bid Sheet provided in the solicitation packet. Failure to complete and sign the bid sheet may result in disqualification. If there is a conflict between the unit price and extended price, the unit price will take precedence. Submission of responses on forms other that the City's Solicitation Document may result in disqualification of the response. Attachment B: REFERENCE SHEET: Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two(2)years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. Attachment D: RESPONDENT QUSTIONNAIRE: Complete the respondent questionnaire and submit with bid packet. Attach additional pages as needed. Failure to complete the respondent questionnaire may result in disqualification. Revised 10/17 Page 4 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 10. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to accept any response deemed most advantageous, or to waive any irregularities or informalities in the response received that best serves the interest and at the sole discretion of the City. All solicitations received may be evaluated based on the best value for the City. In determining best value, the City may consider: 10.1. Purchase price; 10.2. Reputation of Respondent and of Respondent's goods and services; 10.3. Quality of the Respondent's goods and services; 10.4. The extent to which the goods and services meet the City's needs; 10.5. Respondent's past performance with the City; 10.6. The total long-term cost to the City to acquire the Respondent's goods or services; 10.7. Any relevant criteria specifically listed in the solicitation. Respondents may be contacted for clarification of bid and/or to discuss details of the services they are proposing.This may include a presentation and/or the request for additional material/information. 10.8. EVALUATION FACTORS Total 100% Points • Cost-60% Points • Response to Attachment D—Respondent Questionnaire—40% Points o Training and development 10% Points o Vehicle and equipment list 5% Points o Company and individual work experience 25% Points 11. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions, Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the Texas Public Information Act. Following an award, responses are subject to release as public information unless the response or specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing is not considered to be confidential under any circumstances 11.1. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be clearly indicated with stamped, bold red letters stating "CONFIDENTIAL"on that section of the document. The City will not be responsible for any public disclosure of confidential information if it is not clearly marked as such. 11.2. If a request is made under the Texas Public Information Act to inspect information designated as confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and information as to why the information should be protected from disclosure. The matter will then be presented to the Attorney General of Texas for final determination. 12. CERTFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed for a contract award requiring council authorization. The"Certificate of Interested Parties"form must be completed on the Texas Ethics Commission website, printed, signed and submitted to the City by the authorized agent of the Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission Webpage:https://www.ethics.state.tx.us/whatsnew/elf info form 1295.htm Revised 10/17 Page 5 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 PART II DEFINITIONS, STANDARD TERMS AND CONDITONS AND INSURANCE REQUIREMENTS 1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the Bidder agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the sole responsibility of Bidders to stay apprised of changes. The City's Definitions, Standard Terms and Conditions can be viewed and downloaded from the City's website at: https:llwww.roundrocktexas.gov/departments/purchasing/ 2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: https://www.roundrocktexas.govidepartments/purchasing/ PART III SUPPLEMENTAL TERMS AND CONDTIONS 1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: 1.1 The term of the Agreement shall begin from date of award and shall remain in full force for sixty (60) months. 1.2 Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project up to 90 days. 2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent shall: 2.1 Be firms, corporations, individuals or partnerships normally engaged in providing commercial electrical services as specified herein and have adequate organization, facilities, equipment, financial capability, and personnel to ensure prompt and efficient service to the City; 2.2 The selected respondent(s) shall provide all labor, supplies and materials required to satisfactorily perform the services as specified herein and own or acquire at no cost to the City all construction aids, appliances, and equipment Respondent deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's vehicles, equipment, tools and all associated costs. The City shall not be responsible for any Respondent's tools, equipment or materials lost or damaged during the performance of the services specified herein; 2.3 Commercial Business location from which work crews are dispatched is required to be in a 35- mile radius of downtown Round Rock. Revised 10/17 Page 6 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 3. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform required services. The City seeks to do business directly with a company experienced in commercial electrical services. 4. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker employed on a public work project by a city must be paid: (1) not less than the general prevailing wage rate of per diem wages for work of a similar character in the locality in which the work is performed;and(2)not less than the general prevailing rate of per diem wages for legal holiday and overtime work. In accordance with Chapter 2258.022,the City adopted through Resolution No. R- 2016-3760 the wage rates set forth by the Texas Workforce Commission for the Austin-Round Rock Area as the general prevailing wage rate for the City's public works contracts. A contractor or subcontractor who is awarded a contract by the City shall pay not less than the rates set forth in Attachment C and comply with all applicable sections of Chapter 2258. Attachment C- Prevailing Wage Rates are posted in Solicitation Documents for IFB No. 18- 030- Electrical Services on the City of Round Rock website at: https://www.roundrocktexas.gov/departments/purchasing/purchasing-active-solicitations/ 5. PRICING: The Bidder shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds and risk management. No separate line item charges shall be permitted for either response or invoice purposes. 6. PRICE INCREASE: Contract prices for Electrical Services shall remain firm throughout the initial twelve(12) month term of the contract. A price increase to the agreement may be considered on the anniversary date of the Contract each year at no time can the increase be greater than 5%for any single line item. 6.1 To the extent applicable to this solicitation the Contractor may submit a request for pricing adjustment subject to the approval by the City. The request must show just cause for an adjustment in the form of an affidavit or certified statement from a supplier documenting reasons for the increase. The request must be for goods or services and may in no way represent an increase to the Contractor's overhead. 6.2 Procedure to Request Increase: 6.2.1 Mail the written price increase request with the rate detail comparison and comprehensive calculation and any supporting documentation to the designated City Contract Specialist a minimum of 45 days prior to the annual Contract anniversary date. The detailed written calculation will be verified and confirmed. All written requests for increases must include the City of Round Rock contract number, solicitation reference information and contact information for the authorized representative requesting the increase. Price increase requests shall be sent by mail to: City of Round Rock Purchasing Department Attn: Contract Specialist 221 East Main Street Round Rock, TX 79664-5299 6.2.2 Upon receipt of the request,the City reserves the right to either,accept the escalation and make change to the purchase order within 30 days of the request, negotiate with the Vendor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. Revised 10/17 Page 7 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 7. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance anytime during the contract term. 8. ACCEPTANCE/INSPECTION: Acceptance inspection should not take more than five (5)working days. The awarded respondent will be notified within the time frame if the services delivered are not in full compliance with the specifications. In the event the services are not performed to the satisfaction of the City; the vendor shall agree to reperform services to specification at no additional cost to the City. If any agreement or purchase order is cancelled for non-acceptance, the needed services may be purchased elsewhere and the vendor may be charged liquidated damages. 9. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy requirements within budgetary constraints, which may be more or less than indicated. 10. WORKFORCE: Contractor shall: 10.1 Ensure Respondent's employees perform the services in a timely, professional and efficient manner; 10.2 Ensure Respondent's employees, wear a company uniform that clearly identifies them as the Respondent's employee, while working on City property. 10.3 Employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States. 10.4 The Respondent shall provide background checks on all employees assigned to a project prior to commencement of work to the City's designated representative. 10.5 The City will provide the Contractor, the Designated Contact person, and any employees required for the work, access to the sites where services are required upon approval of the City's designated representative. The City's designated representative shall issue security badges to all Respondent's employees assigned to a project.All employees shall be required to wear the badge in a visible manner at all times while on City property. 11. PERMITS:The Contractor shall verify and obtain all necessary permits,licenses,and/or certificates required by federal, state and local laws, ordinances, rules or regulations for the completion of the services as specified if required for the project. 12.AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split award, primary and secondary award, non-award, or use any combination that best serves the interest and at the sole discretion of the City. Award announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at http://www.roundrocktexas.gov/bids. 13. POST AWARD MEETING: The City and Successful Respndent(s)may have a post award meeting to discuss, but not be limited to the following: 13.1 The method to provide a smooth and orderly transition of services performed from the current contractor; 13.2 Provide City contact(s) information for implementation of agreement. 13.3 Identify specific milestones, goals and strategies to meet objectives. Revised 10/17 Page 8 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 14. POINT OF CONTACT/DESIGNATED REPRESENTATIVE: 14.1 Contractor's point of contact: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified point of contact upon award of the contract to include contact information. The City's designated representative shall be notified by the Respondent immediately should the point of contact change. 14.2 The City's designated representative: The City's designated representative shall be: Pete Dominguez Facility Maintenance Manager General Services Phone: 512-801-4547 E-mail: pdominguez@roundrocktexas.gov 15. INTERLOCAL PURCHASING AGREEMENTS 15.1 The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the Interlocal Cooperation Act, Chapter 791 of the Texas Government Code. The Contractor agrees to offer the same price and terms and conditions to other eligible agencies that have an interlocal agreement with the City. 15.2 The City does not accept any responsibility or liability for the purchases by other government agencies through an interlocal cooperative agreement. Revised 10/17 Page 9 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 PART IV SPECIFICATIONS 1. HISTORY: The City has approximately 800,000 square feet of maintained property and occupies approximately 46 facilities. The buildings consist of both commercial and residential type structures. Facilities maintained vary and can include but are not limited to office buildings, police department, fire stations, parks facilities and parking garages. • Projects vary and are under the supervision of the City's designated representative: Pete Dominguez, Facilities Manager Phone#: 512-341-3144 Email: pdominguez@roundrocktexas.gov 2. SCOPE OF WORK: 2.1 Contractor shall provide on an as needed basis on-site electrical services required by the City including all personnel, equipment, tools, materials, supervision, labor and other items and services necessary to perform maintenance, renovations, repair and installation of electrical systems for various City-owned or occupied locations; 2.2. Contractor shall be available for all electrical work required by the City. Have an organization proficient in carrying out multiple projects, which may be performed on the exterior or interior of buildings, simultaneously for emergency and non-emergency calls. 2.3. Contractor shall agree not perform services without prior authorization from the Facilities Manager. 2.4 Contractor shall notify the Facilities Manager if during work the Contractor experiences a conflict with the plans/scope of work or the NEC(National Electrical Code), before proceeding with the work. 3. WORKMANSHIP: Only first-class work shall be performed and all materials furnished in carrying out this agreement shall be of character and quality as required by the project specifications. Where no standard is specified, for such work or materials, they shall be the best of their respective trade and be compliant with all applicable code requirements. 3.1 All electrical parts and materials used in performance of this contract shall be "new"unless pre-approved by the City's designated representative. 3.2 At the conclusion of each project the Contractor shall demonstrate to the City's designated representative that the work is fully operational and in compliance with contract specifications and codes.Any unsatisfactory work done or materials furnished at whatever time they may be discovered shall be promptly and permanently corrected at the sole expense of the Contractor prior to final acceptance of work when notified to do so by the authorized City representative. 3.3 The Contractor shall at all times keep the adjacent areas of the work site free from rubbish and the accumulation of any waste materials. It is the Contractor's responsibility to properly dispose of all rubbish and waste materials according to applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations. Should the Contractor neglect or refuse to remove such unsatisfactory work or materials within forty-eight(48) hours of notice by the City, or if they fail to make satisfactory progress in doing so, the City may cause said work or materials to be removed and satisfactorily replaced by contract or otherwise and the expense thereof shall be charged to the Revised 10/17 Page 10 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 Contractor. Such expense shall be deducted from any monies due or shall become due to the City by the Contractor under the agreement. 4. WORKFORCE: Contractor and all employees shall perform the services in a timely, professional and efficient manner. The City reserves the right to remove any employee from City property for violation of federal, state, and local health, safety and environmental laws, ordinances, rules and regulations. 4.1 The Contractor shall employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States. 4.2 The Respondent shall provide background checks on all employees assigned to a project prior to commencement of work to the City's designated representative. The background check method will be approved by the City in advance, 4.3 The City will provide the Contractor, the Designated Contact person, and any employees required for the work, access to the sites where services are required upon approval of the City's designated representative. The City's designated representative shall issue security badges to all Respondent's employees assigned to a project. All employees shall be required to wear the badge in a visible manner at all times while on City property. 5. ELECTRICIAN/ELECTRICAL CONTRACTOR REQUIREMENTS: The following contains the minimum requirements and experience for electrical repair services required by the City. The Contractor shall ensure that all personnel are skilled and qualified to perform the services as requested. 5.1 Contractor shall be licensed to perform electrical work as required by the Texas Department of Licensing and Regulation by either holding a license as a Master Electrician or be licensed as an Electrical Contractor and employee a Master Electrician. 5.1.1 Master Electrician shall have at least five(5) years of experience with a minimum (3) three years of commercial experience. 5.1.2 If a Journeyman Electrician is employed and will be assigned to any City project, the Journeyman Electrician shall have at least three (3) years'experience with a minimum if two(2) years commercial experience. All work performed by the Journeyman Electrician shall be inspected and approved by the Contractor's Master Electrician. 5.2 The Contractor shall access to and a working knowledge of all tools and equipment used to perform electrical services and be able to work unsupervised and run a crew. 5.3 Perform functions that include but are not limited to: adding additional circuits, replacing panels and sub-panels, adding dedicated lines and grounds, and replacing motors, and other electrical work as described by the Faculties Manager. 5.4 It is the responsibility of the Contractor to supervise their employees and to assure that the work crew acts in a professional manner in regards to conduct, dress and language. Employees that are found to be non-compliant with these requirements shall be removed by the Contractor from City property. 6. DESIGNATED CONTACT PERSON: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified crew leader/point of contact upon award of the contract. 6.1 The City shall be provided with the designated person's name and telephone number. Revised 10/17 Page 11 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 6.2 This contact person shall remain the same throughout the term of the contract or upon termination of the contact person. If a change has been made in the contact person due to termination, the City's designated representative shall be notified by the Contractor immediately at the time of the change. NO substitutions of key personnel shall be permitted without written approval of the authorized City's designated representative. 6.3 Answering machines are unacceptable as a point of contact. 6.4 The contact person shall be identified on the Solicitation document and may be required to attend an oral presentation to the selection team prior to award of contract. 7. WARRANTY: Successful Respondent shall provide a one (1) year warranty on all workmanship and parts including but not limited to manufacturer's warranty, workmanship defects, and installation.All warranty work shall be completed within five(5)working days from notice of defect. 8. RESPONSE TIME: Response times shall be as follows: 8.1 Non-Emergency Service Calls: Successful Respondent shall respond and provide a written estimate for non-emergency service calls within two (2) days and begin work within five(5) days of the original request. 8.2 Emergency Calls: The City may require emergency electrical services during regular business hours or after hours. 8.2.1 The Contractor shall respond to emergency calls within two(2) hours after being contacted by the City. 8.2.2 The Contractor shall arrive onsite within four(4) hours of receiving work notification from the City. 9. WORK HOURS: 9.1. Regular Business Hours: are 7:00 am to 6:00 pm Monday through Friday (excluding weekends and holidays). 9.2. Overtime Hours: consist of hours outside the designated regular business hours will be allowed by the City if deemed necessary and is approved by the City's designated representative in advance of work. Overtime shall be based on the rate of regular labor not to exceed one and a half times the fixed hourly rate for the tradesman performing the service. 9.3. Emergency Calls: Contractor shall only respond to an emergency call placed by the Facilities Manager or his designee. 10. SAFETY: The Successful Respondent and their respective employees are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and City Safety and Occupational Health Standards and any other applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services. All Successful Respondents shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. In case of conflict, the most stringent safety requirement shall govern. The Contractor shall indemnify and hold the City harmless from and against all claims, demands, suits, actions,judgments, fines, penalties and liability of every kind arising from the breach of the Contractor's obligations under this paragraph. Revised 10/17 Page 12 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 10.1. Material Safety Data Sheets: Successful Respondent shall be required to have in their possession at the location of each project and available upon request, material safety data sheets applicable to hazardous substances. 11. SERVICE/REPAIR PARTS:At the time the City calls for services, and the Contractor determines a location needs repairs: 11.1. Eighty-five percent(85%)of all parts shall be on-site within twenty-four(24) business hours; 11.2. All remaining parts shall be normally on-site within forty-eight(48) business hours; 11.3. The Facilities Manager shall be consulted when it is determined major components are in need of replacement.A major component shall be considered any single item or part whose estimated cost is in excess of$500.00. 12. ESTIMATES: Contractor shall provide a non-binding written "Not to Exceed"estimate on all projects at no charge to the City upon request. It is the Contractor's responsibility to ensure that all information is complete to provide an accurate estimate. The Facilities Manager shall be consulted when it is determined when the actual cost is expected to exceed the original repair estimate.Additional repair costs must be approved in advance. The City will not incur charges from the Contractor until the Contractor arrives on site and begins work. In certain circumstances a sample of materials to be used in a project may be requested by the City's designated representative for approval before work commences. Any single project shall not exceed $50,000. Each written estimate shall include the following information: • Department name and location of the project; • Contractor's designated contact name and telephone number; • Breakdown of Labor costs (Number of workers, hourly rate); • Materials(Detailed description, quantity, unit price and extended price amounts); • Cost of Equipment rented to complete project; • Total Cost(Labor and materials); • Description specifying work to be done; • Time projected to complete the project. 13. SITE INSPECTION: It shall be the responsibility of the Contractor to visit and inspect the locations prior to the submittal of a proposal. No variation in price or conditions shall be permitted based on claims of not being knowledgeable, aware, or informed of all requirements and specifications for a job assignment. Submittal of the proposal is evidence the Contractor has familiarized himself with the nature and extent of the work and any local conditions that may, in any manner, affect the scope of the work to be done and the equipment, materials and labor required. Inspection must be scheduled by contacting the City's designated representative. 14. DELIVERY AND STORAGE: It shall be the responsibility of the Contractor to make all arrangements for delivery, unloading, receiving and storing electrical parts and supplies for each project. The City will not assume any responsibility for receiving these shipments. The Contractor shall verify with the City's designated representative and make necessary arrangements for security and storage space in the building during the project. Revised 10/17 Page 13 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 15. WORK REPORTS: Respondent shall complete and furnish a work report for each project. A copy of each work report shall be presented with time and material used. Reports shall include, at a minimum, the following information: • Location of the worksite; • Date and time of arrival at worksite; • Time spent for repair; • Date and time work at location is completed; • Part(s) ordered and Equipment rented, if necessary • A detailed description of all the completed repair work certifying the location is in working order, shall be signed by the City's designated representative at the time the work is performed. 16. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services needed to satisfy requirements within budgetary constraints, which may be more or less than indicated. • Prices for materials may be on a cost-plus basis. The percentage(%), if any, of markup will be designated by the Respondent on the Solicitation Document. Invoices for work performed, shall require a copy of supplies receipt to be included. Failure to provide the cost-plus percentage(%) on an invoice may result in payment at cost. 17. INVOICE REQUIREMENTS: Each project shall be invoiced separately; the Contractor shall include detailed information on each invoice: • The total hours worked and hourly rate for labor. Labor hours hour shall include costs of labor, overhead charges, travel, and payroll expenses. • Supplies and materials: The cost of supplies and materials shall be listed separately from labor. A maximum percentage markup, as indicated on Attachment A-Bid Sheet, will be allowed for material. • Invoices shall have attached a copy of paid materials receipt from the supplier. Revised 10/17 Page 14 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 ATTACHMENT A BID SHEET 1. ATTACHMENT A- BID SHEET is posted in Solicitation Documents for IFB No. 18-030 - Electrical Services in an Excel format on the City of Round Rock website at: https://www.roundrocktexas.gov/departments/purchasinq/purchasing-active-solicitations/ 1.1 In order to be considered responsive Attachment A-Bid Sheet must be completed, signed by an authorized representative and returned by the deadline for submission of response indicated in Part I Section 5—Schedule of Events. 1.2 The Respondent, by submitting and signing Attachment A-Bid Sheet,acknowledges that he/she has received and read the entire document packet sections defined above including all documents incorporated by reference, and agrees to be bound by the terms therein. 1.3 In order to do business with the City of Round Rock you must be registered with the City's Vendor Database. To register, go to: https://roundrock.munisselfservice.com/Vendors/default.aspx. 1.4 By the signature affixed on Attachment A-Bid Sheet,the Respondent hereby certifies that neither the Respondent nor the entity represented by the Respondent, or anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 et seq.,Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitor or any other person engaged in such line of business. 1.5 The Respondent agrees, if this Offer is accepted within 120 calendar days after the Due Date, to fully comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet. Revised 10/17 Page 15 of 18 Exhibit "A" Attachment A- Bid Sheet Electrical Services IFB-No. 18-030 The Respondent represents by their signature below that he/she is submitting a binding offer and is authorized to bind the respondent to fully comply with the solicitation documents contained in IFB No. 18-Electrical Services.The Respondent acknowledges that he/she has received and read the entire solicitation packet,attachments and all documents incorporated by reference,and agrees to be bound by the terms therein.An anticipated total contract award will be made by the City in an amount not to exceed$580,000 per year. Special Instructions: All prices must be quoted in order to be considered responsive.Be advised that exceptions taken to any portion of the solicitation may jeopardize acceptance of the bid. Cost-Total 60% Point 5 No. Description Unit Unit Cost 1 Master Electrican Hourly Labor Rate Per Hour $ 69.00 Master Electrican Overtime Hourly Labor Rate. The overtime rate shall not exceed one and one half times the 2 regular hourly rate. Per Hour $ 89.?5 3 Journeyman Electrican Regular Hourly Labor Rate Per Hour $ 65.00 Journeyman Electrican Overtime Hourly Labor Rate. The overtime rate shall not exceed one and one half times the 4 regular hourly rate. Per Hour $ 85.75 (Information Only)Prices for Material shall be on a cost-plus basis. Percentage 5 The Percentage(%)if any,of markup will be: Markup 12.50% Attachment D - Respondent Questionnaire-Total 40% Points *10%Points for staff training and development *5%Points for vehicle and equipment list *25%Points for company and individual work experience COMPANY NAME: Prism Electric SIGNATURE OF AUTHORIZED REPRESENTATIVE: PRINTED NAME: Ben Marquardt PHONE NUMBER:512-926-2000 Exhibit "A" BIDDERS REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 18-030 RESPONDENT'S NAME: Prism Electric. Inc. DATE: July 10. 2018 Provide the name,address,telephone number and E-MAIL of at least three(3)valid Municipal,Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two(2)years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. 1. Company's Name Austin Joseph Napoletano Community College Name of Contact Title of Contact jnapolit@austincc.edu E-Mail Address 5930 Middle Fiskville Rd Present Address Austin, Texas 78752 City, State,Zip Code 512. 223.1026(( ) Fax Number: ( Telephone Number Austin Radiological Association 2. Company's Name Mitzie Ratcliff Name of Contact Title of Contact ratcliffm@ausrad.com E-Mail Address 10900 Stonelake Blvd., Ste. A Present Address -250 City, State, Zip Code Austin, Texas 78759 Telephone Number 512 795.5100( ) Fax Number: ( 3. Company's Name Home Depot Data Center Name of Contact Kurt Kuehner Title of Contact E-Mail Address kurt_kuehner@homedepot.com Present Address 1300 Park Center Drive City, State, Zip Code Telephone Number Austin, Texas 78753 512 535.9022( ) Fax Number: ( FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Revised 10/17 Page 16 of 18 Exhibit "A" City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 ATTACHMENT C PREVAILING WAGE 1. Attachment C- Prevailing Wage Rates are posted in Solicitation Documents for IFB No. 18-030- Electrical Services on the City of Round Rock website at: https://www.roundrocktexas.gov/departments/purchasing/purchasing-active-solicitations/ 2. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker employed on a public work project by a city must be paid:(1)not less than the general prevailing wage rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2)not less than the general prevailing rate of per diem wages for legal holiday and overtime work. In accordance with Chapter 2258.022,the City adopted through Resolution No. R-2016-3760 the wage rates set forth by the Texas Workforce Commission for the Austin- Round Rock Area as the general prevailing wage rate for the City's public works contracts. A contractor or subcontractor who is awarded a contract by the City shall pay not less than the rates set forth in Attachment C and comply with all applicable sections of Chapter 2258. Revised 10/17 Page 17 of 18 Exhibit "A" DATE(MM/DDlYYYY) CERTIFICATE OF LIABILITY INSURANCE 6/15/2017 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 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 Miranda Amyx Mullis Newby Hurst _NAME: • _ _ __ 5057 Keller Springs Rd Ste 400 PHONE (972)201-0100 — (972)201-0123 -- (A/C,No,Ext):EMAIL [: No): ---� mamyx@mnhins.com Addison TX 75001 ADDRESS: INSURER(S)AFFORDING COVERAGE j-- NAIC# _ INSURER A:Amerisure Insurance Company {19488 INSURED INSURER B:Amerisure Partners Insurance 11050 Prism Electric, Inc. INSURERC:Great American E&S Ins Co 37532 2985 Market Street INSURER D: Garland TX 75041 INSURER E: -- — INSURER F: o COVERAGES CERTIFICATE NUMBER:17-18 Stand - Poll/Prof REVISION NUMBER: ACGRE3 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 TYPE OF INSURANCE I ADDLISUBR I POLICY EFF 1 POLICY EXP LIMITS LTR i INSD;MD POLICY NUMBER j(MM/DDlYYYY)I(MM/DD/YYYY)r A x ;COMMERCIAL GENERAL LIABILITY Ii CPP2046492 7/1/2017 7/1/2018 1,000,000 Il EACH OCCURRENCE $ I CLAIMS MADE X OCCUR ! DAMAGE TO RENTED $ 300,000 .. PREMISES1Ea occurrence)_ -------- M-E6-EXP(Anyoneperson) 10,000 3GREGATE LIMIT APPLIES PER: 1,000,000 -- PRO- PERSONAL&ADV INJURY GE ICY X _._......._.._._: JECT LOC GENERAL AGGREGATE 1$ —.—._.___._.._._. 2,000,000 JER: PRODUCTS-COMP/OP AGG $ 2,000,000 _— $ A AUTOMOBILE LIABILITY i COMBINED SINGLE LIMIT $ 1,000,000 •(Ea accident)_ X ANY AUTO BODILY INJURY(Per person) —$ ALL OWNEDSCHEDULED BODILY INJURY(Per accident) $ X AUTOSAUTOS ( CA2046490 7/1/2017 7/1/2018 I PROPERTY DAMAGE $ X NON-OWNED (Per accident) HIRED AUTOS AUTOS X UMBRELLA LIAB 1 X i 1 EACH OCCURRENCE 5,000,000 -- EXCESS LIAB OCCUR I __.._._.-----------_– $ AGGREGATE $ 5,000,000 CLAIMS-MADE ( I A DED f [RETENTIONS i j CU2046498 7/1/2017 I 7/1/2018 $ WORKERS COMPENSATION ( X PER OTHER AND EMPLOYERS'LIABILITY Y/N �s rATUT E 1_ ___•_—._._._...._._____ E.L.EACH ACCIDENT 1$ 1,000,000 V � ANY PROPRIETOR/PARTNER/EXECUTIVE..--- OFFICERiMEMBER EXCLUDED? i (Mandatory in NH) If yes,describe under N/A DESCRIPTION OF OPERATIONS below I E.L.DISEASE-EA EMPLOYEE $ 1,000,000 B (WC2105420 i 7/1/2017 7/1/2018 E.L.DISEASE-POLICY I..IMIT $ 1,000,000 C Professional Liability PCM 2111390 07 7/1/2017 7/1/2018 3,000,000 Each Claim/Aggreg $25,000 Ded Pollution Liability iPCM 2111390 07 7/1/2017 7/1/2018 '$2, 000,000 Each ClairniAggreg $25,000 Ded Exhibit "A" • ROUND ROCK TEXAS PURCHASING GtVISIGN CITY OF ROUND ROCK INVITATION FOR BID (IFB) ELECTRICAL SERVICES IFB No. 18-030 ADDENDUM NO. 1 Date: June 20, 2018 Addendum No. 1, dated, June 20, 2018, is being issued to clarify the authorized purchasing contact information and deadline for questions submittal date and time for IFB No. 18-030— Electrical Services as outlined below: AUTHORIZED PURCHASING CONTACT: Change authorized point of contact for clarifications as outlined below: 4. CHANGE AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact. CHANGE FROM: Michael Schurwon, CPPB, CTPM Purchaser Purchasing Division City of Round Rock Phone: 512-218-5456 E-mail: mshurwon@roundrocktexas.gov CHANGE TO: Michael Schurwon, CPPB, CTPM Purchaser Purchasing Division City of Round Rock Phone: 512-218-6682 E-mail: mschurwon@roundrocktexas.gay CITY DEADLINE DATE AND TIME FOR QUESTIONS: Change paragraph below the "Schedule of Events"table on I FB page 3 of 18, as follows: 5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. DATE Solicitation released June 13th, 2018 Optional Pre-Bid meeting June 20,2018 @ 9:30 AM, CST Deadline for submission of questions June 22, 2018© 12:00 PM, CST City responses to questions or addendurns June 26 th 2018©5:00 PM, CST Deadline for submission of responses __IJuly 10, 2018 @ 3:00 PM, CST Page 1 of.2 Exhibit "A" CITY OF ROUND ROCK INVITATION FOR BID (IFB) ELECTRICAL SERVICES IFB No. 18-030 ADDENDUM NO. 1 Date: June 20, 2018 (Continued) CHANGE PARAGRAPH STATING ALL QUESTIONS SHALL BE SUBMITTED IN WRITING BY 5:00 PM CST FROM: All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted above, A copy of all the questions submitted and the City's response to the questions snail be posted on the City's webpage in the form of an addendum at: http://www.roundrocktexas,00v/bids CHANGE PARAGRAPH STATING ALL QUESTIONS SHALL BE SUBMITTED IN WRITING BY 12:00 PM,CST TO: All questions regarding the solicitation shall be submitted in writing by 12:00 PM, CST on the due date noted above. A copy of all the questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at: tjt_tp://www.roundrocktexas.dov/bids Approved by; A- • Date: 0(.0- c)—( Michael Schurwon, CPPB, CTPM Purchaser By the signatures affixed below this addendum is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. Page 2 of 2 Exhibit "A" ROUND ROCK TEXAS PURCHASING DiViSio14 CITY OF ROUND ROCK INVITATION FOR BID (IFB) ELECTRICAL SERVICES IFB No. 18-030 ADDENDUM NO. 2 Date: June 22, 2018 Addendum N . 2, dated, June 22, 2018, is being issued to respond to questions submitted at the optional pre-bid meeting held on June 20, 2018 @9:30 a.m. and all questions submitted by the deadline on June 22, 2018 @ 12:00 p.m., and to clarify the background check requirements UNDER Section 4. Workforce for IFB No. 18-030— Electrical Services as outlined below: 1. Can we bill equipment rentals to the contract? Answer: Yes, Contractor may invoice far rental equipment if required to complete a specific electrical job and the use of third party equipment rental is approved by the Facilities Manager prior to beginning work. However, please be advised that any company owned tools utilized on the job shall not be charged to the City, 2. The contract is for$580,000.00/year. Is that per contractor or for both contractors? Answer: The contract amount of$580,000,00 is an annual estimated dollar amount for the year and includes both Contractors. 3. Will the contractors be reimbursed, for any permits and inspections? Answer: There will be no costs for permits or inspections for work done on city property. 4. Does the contract include UPS's and generator work for contractors? Answer: Yes, the contract will include services required for an installation, repairs and relocation of UPS's from time to time, however, the contract will not include generators. 5. Who is the current contractor for CORR? Answer: The current contract is held by the following: 1. M&C Electric 2. ACM Services, LLC 6. Page 2, Section 1 — Purpose, it states award to one primary and one secondary contract. Will all work be divided equally over the primary and secondary contracts or is the secondary contract just a backup in case the primary cannot perform the work? Page I of 3 Exhibit "A" CITY OF ROUND ROCK INVITATION FOR BID (IFB) ELECTRICAL SERVICES IFB No. 18-030 ADDENDUM NO. 1 Date: June 20, 2018 (Continued) Answer: Please refer to Electrical Services, Part I, General Requirements. 1. Purpose, paragraph 2., which states the City may contact the Prime Contractor and/or the Secondary Contract to request a quote by project and will select the Contractor that best meets the needs of the City. 7, On page 7, Section 5—Pricing, it states the"fixed cost" shall include travel, freight, equipment acquisition and maintenance, delivery charges and costs associated with permits, Can you please clarify that the 'fixed cost" is defined as the hourly rates (items 1-4) listed in Attachment A Bid Sheet. Answer: Fixed cost is defined as it is related to Section 5, Pricing on page 7 of 18 as hourly rates (item 1-4) listed in Attachment A— Bid Sheet. If so, does the City expect the quoted hourly rates to include costs for freight and delivery charges for parts and material used, time taken to acquire (pickup) parts from local vendors and permit fees charges by the City. Answer: Yes. 8, On page 7, Section 5— Pricing, will the awarded vendor be able to charge travel time from vendor shop to City facility when responding to a service call? Answer: No, What about charging travel time,from City facility to City facility when providing Electrical services? Answer: Contractor will not be allowed to charge travel time from City facility to City facility when providing electrical services. 9. On page 13, Section 11 —Service/Repair Parts, are overnight and/or expedited delivery charges pre-approved and allowable expenses to be charged back to the City for Emergency Calls since there is a requirement that 85% of parts need to be onsite within 24 business hours? Answer: If service/repair parts are required to be overnighted and/or expedited for a particular electrical project, Contactor may charge back to the City for Emergency calls only provided prior approval is received from the Facilities Manager. Page 2 of 3 Exhibit A CITY OF ROUND ROCK INVITATION FOR BID (IFB) ELECTRICAL SERVICES IFB No. 18-030 ADDENDUM NO. 1 Date: June 20, 2018 (Continued) On page 13, section 13-Site Inspection -Is time spent by the awarded vendor performing a site inspection and/or meeting with City staff billable time toward the specific job's cost estimate for Electrical Services? Answer: No. 10. Based on the past 5 years of historical data, how often does the Electrical contractor get after-hour emergency calls from the City? Answer: It varies, however, the estimated number of after-hour calls is approximately thirty (30) after-hour calls a year. The following is a change regarding the required background specifications as stated in Part IV Specifications, 4. Workforce as outlined below: PART IV SPECIFICATIONS 4. WORKFORCE Change 4,2 FROM: The Respondent shall provide background checks on all employees assigned to a project prior to commencement of work to the City's designated representative. The background check method will be approved by the City in advance. Change 4.2 TO: The Respondent shall provide a ten (10) year background check on all employees assigned to a project prior to commencement of work to the City's designated representative.The background check method will be approved by the City in advance. Approved by: Date: Cf(p_77 p!5- Michael Schurwon, CPPE3, CTPM Purchaser By the signatures affixed below this addendum is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED • Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD, Page 3 of 3 Exhibit "A" CITY OF ROUND INVITATION FOR BID FOR ELECTRICAL SERVICES . SOLICITATION NUMBER 18-030 .._ _ . - --1 . ii.,,,, . , -A.".'...... ' * * M' F �. it p o....�;z is . • -, . :' ',....-",', . . , * * a 1 p s.1. $) , # i 3� e . 'C''''''' — tr----- ;, .4,7;,:,:. . .:...,,,,„; i fr . Y p. Y .�.vA^�'• 3 a AS fi•YY RXt. .. wfx °4k� ., as A• rigin 4actsfismelectric July 10, 2018 Exhibit "A" TABLE OF CONTENTS SECTION PAGE. TAB 1: REQUIRED DOCUMENTATION TAB 2:TRAINING AND DEVELOPMENT PROVIDED TO STAFF PAGE 8 TAB 3: EQUIPMENT/VEHICLE LIST&FULL TIME EMPLOYEES/YEARS IN MARES TAB 4: EXPERIENCE PAGES 11.31 TAB 5:ATTACHMENT A: BID SHEET TAB 6: ADDENDA Solicitation Number 18-030 2 City of Round Rock Invitation for Bid for Electrical Services Cf . i axelectric City of Round Rock Electrical Services IFB No. 18-030 Class/Item: 910-82 June 2018 ATTACHMENT B: Exhibit "A" DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Sample THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Sam Mullis/MIRAND ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01)The ACORD name and logo are registered marks of ACORD INS025(201401) Exhibit "A" 44001/44r. mnh MULLIS NEWBY HURST t May 31 2018 , , Re: Prism Electric, Inc.—Surety Reference To Whom It May Concern: Prism Electric, Inc. is a valued client of Mullis Newby Hurst, LP. We have the highest regard ] for their professionalism,quality of work, integrity, and commitment to customer service. Their r willingness and ability to get things accomplished has been outstanding and we have never failed ,1 to provide them with the surety credit required for their business. Prism Electric, Inc. continues to enjoy an excellent relationship with their surety, Zurich American Insurance Company. Zurich is rated "A" (Excellent) with a financial size category of il XV($2 billion+)by AM Best and has a US Treasury Limit exceeding$600 million. .1 0 Prism Electric, Inc. has a single bond capacity of$100,000,000.00 and an aggregate capacity of $200,000,000.00 We are prepared to issue any necessary bonds upon request subject to review of the contract, bond forms,complete and final financing for the project along with other . underwriting requirements. Any arrangement for the final bonds is a matter between Prism ;1 Electric, 'Inc. and Zurich and they assume no liability to third parties or to you, if due to any : unforeseen circumstances, they do not execute such bonds. We are pleased to recommend Prism Electric, Inc. to you. Please feel free to contact me should il Ii additional information be required. III , Troy Key Vice President !i I 5057 Keller Springs Rd • Ste 400 • Addison,TX 75001 • 972.201,0100 mnhins.corn Exhibit "A" ii -4„-or mnh MULLIS HEWBY HURST July 9, 2018 To Whom It May Concern: RE: Prism Electric, Inc. Please accept this letter as verification that the experience modifier for Prism Electric for the current and past four years is as follows: 7/1/2018 to 7/1/2019 - .58 7/1/2017 to 7/1/2018 - .52 7/1/2016 to 7/1/2017 - .71 7/1/2015 to 7/1/2016 - .82 7/1/2014 to 7/1/2015 - .94 If additional information is needed please let us know. Sincerely, .DWK\*LOPRUH Exhibit "A" Kathy Gilmore, ACSR, CIC, CRIS Senior Insurance Account Executive attachment d: respondent questionnaire Name of Business Prism Electric, Inc. Physical Address of Headquarters (HQ) 2985 Market Street, Garland, Physical Address of Serving Branch(if different Texas 75041 address from HQ) ...... .... ..... ..:. 1205 Sheldon Cove, Austin, Texas 78753 Solicitation Number 18-030 8 City of Round Rock Invitation for Bid for El ofigismServices a{ gT,!?a Exh i Describe training and development provided to staff. Prism Electric will sponsor an employee in an electrical apprenticeship program while providing on the job training each week. In addition to the apprenticeship program, Prism Electric offers additional safety training. • OSHA 10 • OSHA 30 • New hire safety orientation -, • CPR • First Aid • scissor lift ; A. .�. ,. „ • boom lift ;'. • fork lift " • Excavator � - • Bucket truck • vehicle safety -� ,- • Fall protection � 411 4 k., tik_ a . • Ladder safety • PPE • Tool Safety • Pre-Task Plan 11101. • Shared Responsibility ' • Hazcom/GHS ,� w , ...: • Crystalline Silica - • Confine Space • z ifs• Electrical safety ~"� �,., LOTO .. • • AQEW _ - 1.x Air '4'1-,, • Trench/Excavation • Scaffolding • Rigging/Signaling • Flagger • TEXO • MSHA EQUIPMENT LIST: Describe the type of vehicles and equipment that will be used to support this contract. Equipment listing Allen wrenches (medium, large&single'A") Torque wrench Basic socket set(standard &metric)3/8"drive 2'-4' level Multi meter tester(up to 1") (up to 15mm) Knock out set up to 2" Small set knockout cutters(1/2"thru 1 '/")2—pairs large channel locks Large crescent wrench (18") (460) Cable cutters Cold Chisel National Electrical Code Book Cordless Drill (9.6V) 1000Volt rated Screwdrivers(slotted & Phillips) Tool pouch with belt 6' Step Ladder Test pouch 8'Step Ladder Linesman pliers 10'Step Ladder Needle nose pliers 12'Step Ladder Solicitation Number 18-030 9 City of Round Rock Invitation for Bid for Electrical ,eprismServices Exhi ' A Dykes 1/2" Bender Large screwdrivers-slotted 3/4" Bender Medium screwdriver-slotted 1" Bender Trim Screwdriver-slotted Hammer Drill (2) Pairs channel locks(430) Sawzall Keyhole saw Sharp Shooter Shovel Razor knife Clean Out Shovel Wire strippers up to#10 Round Tip Shovel Phillips screwdriver 200'Steel Fish Tape Nut drivers-full set 100' Fiberglass Fish Tape Roto split 100' Extension Cord Tin snips Vacuum Measuring tape (25'min) P-Touch Label Maker Side pouch GFI Cord Protector Torpedo level 12cal Hot Work Kit Hammer(electrician claw hammer) jacket/pants/hood/face shield/hard hat Multi-tap 6/32, 8/32, 10/24 Safety Goggles Scratch awl Hot Gloves/Leathers Sharpie type marker Orange Cones Crescent wrench (Medium) LOTO Kit Hacksaw(heavy duty) First Aid Kit Phillips magnetic tip Fire Extinguisher Pencils Hot Blanket and Container Round fi le and/or conduit reamer M.S.D.S. Book Tool bag (large tool box) Metal Clip Board Voltage tester(Wiggy, Voltcon) NOT volt stick Technician Service Manual Tester CAT Ill &CAT IV Gas Card Unibit or drill index(up to /2") Enterprise Maintenance Card Crimp tool (#10#22 awg) Ideal Circuit Tracer Scale ruler(architect&engineering) Ideal Rotation Meter Allen sockets Insurance &Accident Packet Deep sockets (up to 1") (up to 15mm) Vehicle listing Prism Electric vehicles are equipped for same-day service: • Fully-stocked service trucks so we can complete same-day ,.e 4.**, repairs • Quality parts ensure high-quality repairs, long life, and best value ' • Vehicles contain equipment needed to perform the required =1 repairs: like test equipment, hand tools, ladders, safety equipment, light bulbs, and wire.We carry it all! 0114 • Service trucks are replenished weekly, backed by our local distributors • Full complement of personal protective equipment and safety training to keep our employees and yours safe Solicitation Number 18-030 10 City of Round Rock Invitation for Bid for Electrical Altism Services Exhi " • Our certifi ed service professionals have the experse,parts,and equipment needed to diagnose and repair virtually any type of problem. Bucket Truck 16 Trailer 19 Truck 84 Van 71 Grand Total 190 Chevy 29 |nt'| BT 3 Dodge BT 1 N/A BT 5 Ford 117 Toyota 8 Ford BT 6 Trailer 21 Froigh|inerBT 1 Number of full time employees that are eligible to work on City of Round Rock projects: _____- Nwmnber of Employees �926 How many years has your company been in the Commercial Electrical Business? Number 24 business? Describe relevant company and individual experience for the personnel who will be actively engaged in the performance of this contract. Company work experience: Describe recent company experience(2 years or less)for at least 2 commercial contracts for electrical services. Solicitation Number 18-030 11 City of Round Rock Invitation for Bid for Electrical Services Exhi en, 2 .„. ' 110 'T > a i I ',. fr,t,, '4 4 111111M11 ., - ...... ,, ,- ,- '4.:0 *l'• Nt , sat 4. '" to, 1:=1 ,k i . ';s • •....m. ` . ' lt- ''',..*--").• 0 ..., „.. ,,, ilalio 1 li A i , • **---7--. ..st .. _ . CAMPUS LIGHTING IMPROVEMENTS austin community college I austin, texas PROJECT DESCRIPTION 1 . Replace Exterior lighting throughout the campus a Reduce Energy consumption with the use of LED and Integrated Lighting Controls 1 a Improve lighting for Student and Facility Safety _ - Or( 1 11''' Reduced maintenance cost and carbon foot print Ire. - a ..,.. . 4 ,,„... Ntfit,'' r , , . um ,. ... . 4.,— . . ikieliver _ •...___ . PROJECT REFERENCES Austin Community College ,--1 Joseph Napolitano 512.223.1026 jnapolit@austincc.edu t . , * PROJECT DETAILS .. , . 1 . . ,- Service Contract: , ..........1 •"*. „„„,4 4 ,. :. , ..4 2017eurrent • .„.4, '''''''\ — ' ' ' ',40i4a,,-....i.1,41.• • -• „..., ,..t.,.. - . - ' ' '114 ' 14 Installation and coordination of lighting fv,4 for , ^',..--Alw ..,, - ''''' . parking lots, parking garages &common areas .. ,......,-, -A Solicitation Number 18-030 12 City of Round Rock Invitation for Bid for Electrical A Services ,ciiiism Exhi "Alt, ,•,, , , ,,,. ... . . ....... , , .._ , . . . _ . im JTiii, „ , • , . ,.. IT ,!-.,-- ARC FLASH MITIGATION PROJECTS austin community college I cypress creek, texas PROJettsittitStkiPT rwr llacement for . Coordinating and laying out 1000 building New switch gear location • Plan and schedule work in a . Coordinating Outages with manner that minimizes risk for both the power utility company campus personnel and . Coordinating subcontractors employees, and inspections • Scheduling Timeline . 30hr turn around once • Planning / Coordination meeting utilities were disconnected with ACC staff and Campus Police 3-Crews working 8-10hrs • Planning and Coordinating Jobsite shifts PROJECT lay down area and parking so not REFERENCES to interfere with daily campus Austin Community College operation f calt-pb:i ao a lnipmotitation to the main • Coordinating with Engineers 54V.111,tpi »,0chgear. This work included the • Locating underground utilities t%sweggcm4tiaseiincrete sub contractor, local using Ground Penetrating Radar Solicitation Number 18-030 13 City of Round Rock Invitation for Bid for iwiSITI Electrical Services Exh 1 i5-ffim'A' lir 1 rt ) 1 ''.* ..':.c.;'.44' ,_ • a 4 3 fi 4 ' ... .,.. — . ' , 1 ; . SWITCHGEAR REPLACE austin community college riverside campu PROJECT DESCRIPTION PROJECT DETAILS . Coordinating Outages with Service Contract: 2016-2017 the power utility company • Coordinating subcontractors and inspections • Planning and Coordinating power company and the city of Cedar Jobsite lay down area and Park. parking so not to interfere Replace 1600am Scheduling Timeline with daily campus operation coordinE • Planning I Coordination meeting . 49hr turn around once concretE with ACC staff and Campus Police utilities were disconnected • Coordinating with Engineers 3-Crews working 8-1 Ohrs • Canopy Modifi cations / Structural shifts PROJECT Steel Engineering / Structural REFERENCES Steel Contractor Austin Community College • Coordinating and laying out New Joseph Napolitano switch gear location Solicitation Number 18-030 14 City of Round Rock Invitation for Bid for Aeprism Electrical Services Ex h NruNt 512.223.1026 2016-2017 jnapolit©austincc.edu PROJECT DETAILS the city of Austin. Service Contract: Solicitation Number 18-030 15 City of Round Rock Invitation for Bid for „prism Electrical Services Exhi4V-"Aw , . .., ; 1 t f , ..,, ...3 •, . . .. X ,• .... I . . ..0, : ----:- , . 1 .„, tot a A ' - 441 4 wit.001 a j - ... or. „ , - • . . .. „ .- ''''* ' 1 --- .1-- .... , , t ,' , ,t, -Ai 1, i ()s ILL .k, , ,3. i, j BAYLOR MEDICAL CENTER OF DALLA ek dallas, texas . PROJECT DESCRIPTION Prism provided on-call electrical service work on d4 -irti!ligi!:11MIN ,, 0 frimotThi their 1025-bed facility. Miscellaneous time and material work including . 111 ,.., - -1 , -.... _ .4 remodel work, trouble shooting and repair. Less than 2-hour response time for emergency calls. , ....4 4 Able to repair/replace equipment in timely manner .0imm. when old equipment fails and new equipment needs to be installed. Trace out ground faults on equipment and assist other trades to repair and get back on-line. Offer preventative maintenance solutions to help prevent problems such as infrared m scans and torque and clean off electrical gear. , , ......, '..- „...... ,,,:-.. - -) - - - PROJECT REFERENCES -I CBRE, Healthcare Services Christopher Seamon se... i 1 Engineering Manager "* - . r...........1 214.820.2163 * r- .-- 4 chris.seamon©cbre.com , asi .._ , ...,. . PROJECT DETAILS ...1. 1 Service contract date: 2005 current Solicitation Number 18-030 16 City of Round Rock Invitation for Bid for Electrical Services ercisrti Ex h i "As' AN . ,-0,^4.— ,, 11"1"1".111", ti. 01112 ICI E 1,0111 1 't 1 oinsaitul caw. i 1 II .... . .... .„ . ...,... '. .-- . TEXAS SCOTTISH RITE HOSPITAL FOR CHILD dal las, texas PROJECT DESCRIPTION Prism provided on-call electrical services. ---lit 1 , 1 Prism provides a project manager to TSRH _... • It- 1 as needed. The technicians on-call _......14 manages the onsite activities. Response time for typical service call is 48-hours. .....11 ' A .... Response time for emergency service call or is 2 hours. Typical service calls at this facility include: " Power outages: determine through PROJECT DETAILS testing if the problem is in-house or the Service contract date: utility. If onsite problem, Prism determines 2004 current the cause and makes necessary repairs. ' Equipment failure: Replace or repair PROJECT REFERENCES defective components of the equipment in Texas Scottish Rite Hospital q John Cote uestion. 214.559.8565 ' Lighting outages: Replace lamps and john.cotetsrh.org ballasts " Tripped circuit breakers: Test the circuit for grounded phase conductors and test Solicitation Number 18-030 17 City of Round Rock Invitation for Bid for Electrical , prisnj Services Exhitit-"A" the connected equipment for conditions that would trip the circuit breaker. Repair and reenergize the circuit. • Wiring failures: Find wiring failures (loose connections, damaged insulation) and replace the wiring. . ' - mss, 4111100 4 f '!411;,4-.--;: J AN ...._ ., .. , . , ,,,,.._ , , • ,. ,..._ , . ...., ' ' PRESBYTERIAN HOSPITAL piano, texas PROJECT DETAILS PROJECT DESCRIPTION Service contract date: Prism provided on-call electrical service for a 366- 2013 -current bed facility. PROJECT REFERENCES Scope included T&M work including remodel, Texas Health Resources trouble shooting and repair. Less than 2-hour Mark Anderson response time for emergency calls. Director Plant Operations Able to repair/replace equipment in a timely manner 972.981.8162 when old equipment failed and new equipment markanderson@texashealth.org needed to be installed. Trace out ground faults on equipment and assist other trades to repair and get back on-line. Offered preventative maintenance solutions to help prevent problems such as infrared scans and torque and cleaning of electrical gear. Individual Work Experience: Include the resume of the owner and lead personnel as well as supporting documentation as applicable; such as certifi cations, licenses and years of experience, Solicitation Number 18-030 18 City of Round Rock Invitation for Bid for Electrical Services Exhi u'Am: Blake Combs President&Owne Blake leads Prism with a strong vision for the future. He plays a large role in establishing and managing customer relationships and providing input for conceptual estimating. Blake has worked in the industry since 1982. During his career, some positions held indude, fi eld appnentioe, fi eld superintendent,foreman, estimator and chief estimator. In 1994. Blake saw an opportunity to build an electrical fi rm and founded Prism Electric. Ron Howard Central Texas Service Manager Ron is the general manager of the Central Texas Prism Electric Service Division. In this oepocity, he oversees the daily operations of the division and monitors all phases of small projects from design, estimating and praconatruction, to completion.For this project Ron will oversee the operation and support staff to insure Prism electric quality to the client is met or exceeded. Ben Marquardt Client Service Manager As a client service manager, Ben focuses on developing relationships with our clients and ensuring that quality service work is delivered. He remains focused on the cost effectiveness of the work in order to meet client needs. For this contract Ben will coordinate daily activities associated with all aspects of this contract. Paul Roberts Executive Vice President Service Division As the Executive Vice President over the service divimion. Paul has ultimate responsibility for the success of that division. His time is spent overseeing all customer relationships, sales efforts, personnel inauea, safety, technology needs and fi nancial performance. For this project, Paul will support the Austin Branch with from the executive |eve|, which includes the full support of Prism electric to insure projects are completed within the slated time frame. Roger Whitmore Master Electrician Foreman As the Master Electrician Foreman, Roger will perform skilled master electrician licensed level work in the inato||ntinn, maintenance and repair of electrical circuits/systems. Installs new and repairs existing systems. develops and maintains preventive maintenance schedules, and performs specialized tests. Performs all work in accordance with adopted building codes and uses appropriate safety procedures. Jimmie Ancira Master Electrician As the Master Electrician Jimmie will perform skilled master electrician licensed level work in the inata||ation, maintenance and repair of electrical circuits/systems. Installs new and repairs existing oyoteme, develops and maintains preventive maintenance schedules, and performs specialized tests. Performs all work in accordance with adopted building codes and uses appropriate safety procedures. Rueben Villarreal Master Electrician As the Master Electrician Rueben will perform skilled master electrician licensed level work in the inste||ation, maintenance and repair of electrical circuits/systems. Installs new and repairs existing systems, develops and maintains preventive maintenance schedules, and performs specialized tests. Performs all work in accordance with adopted building codes and uses appropriate safety procedures. Michael Rhyne Journeyman As the Journeyman Electrician Michael will maintein, repair, and install electrical ayatems, oervioea, and equipment. He will maintain and provide for the safe condition and operation of all electrical fi xtures and systems. Jesse Tovar Journeyman As the Journeyman Electrician Jesse will mointein, repoir, and install electrical systemo, oervioeo, and equipment. He will maintain and provide for the safe condition and operation of all electrical fi xtures and systems. Solicitation Number 18O3O 19 City of Round Rock Invitation for Bid for Electrical Services Exhi xm����� Jerry Castillo 4th Year Apprentice As an apprentice electrician,Jerry will assist the journeyman in maintenance, repair,and install electrical systems,services, and equipment. He will be knowledgeable of local electrical codes. Kevren Biagas 3rd Year Apprentice As an apprentice electrician, Kevren will assist the journeyman in maintenance, repair, and install electrical systems, services, and equipment. He will be knowledgeable of local electrical codes. Taylor Wilcox 4th Year Apprentice As an apprentice electrician, Taylor will assist the journeyman in maintenance, repair, and install electrical systems, services, and equipment. He will be knowledgeable of local electrical codes. Solicitation Number 18-030 20 City of Round Rock Invitation for Bid for Electrical x Services Exh&A' project role As the co-founder and president of Prism Electric, Blake Combs guides the strategic direction and growth of the company. His top priority is building relationships with Prism's customers. Blake strives to create an environment that fosters employee success. Since its beginning, Prism has grown to more than 1,000 employees. Today the fi rm Solicitation Number 18-030 21 City of Round Rock Invitation for Bid for Electricaligt"' Afti sm Services Exhi project role BLAKE COMBS president/owner Solicitation Number 18-030 22 City of Round Rock invitation for Bid for Electrical Exh tritiin elsServices "1r project role has six locations serving Dallas, Fort Worth, Houston, Austin/San Antonio, Ardmore and Tulsa, Oklahoma. professional background Blake's experience in the electrical previous experience construction industry began in MEDCO 1982. Through his career, Blake 1982-1994 worked in many roles including fi Blake started his career at MEDCO working as Chief Estimator, General eld apprentice, fi eld Superintendent and Superintendent for 12 years, building all Baylor Medical superintendent,foreman,estimator and Healthcare projects before making his career move to become the co- and chief estimator. In 1994, he founder and President for Prism Electric. saw an opportunity to build an electrical fi rm and founded Prism Electric. education • Associates Degree, North Lake Comm unity College, 1993 • Electrical Project Management Course by Purdue University licenses Texas Master Electrician Solicitation Number 18-030 23 City of Round Rock Invitation for Bid for Electrical risco Services Exh i A project role As the Executive Vice President over the service division. Paul has ultimate responsibility for the success of that division. His time is spent overseeing all customer relationships, sales efforts, personnel issues, oafeiy, technology needs and fi nancial performance. project experience Texas Scottish Rite Hospital for Children, Various Projects Dallas, Texas Presbyterian Hospital of Plano, Various Projects PIano, Texas Parkland Health & Hospital Syatmmn, Various Projects Dallas, Texas Hunt Regional Medical Center Solicitation Number 18O3O 24 City of Round Rock Invitation for Bid for Electrical Services Exh project role IF 1,rit 74 PAUL ROBERTS executive vp service division Solicitation Number 18-030 25 City of Round Rock Invitation for Bid for iffiliMi Services E x h 1t "Amt project role Greenville, Texas professional background Paul's leadership has resulted in continued growth for the service division,Today the group manages the electrical needs for many large companies within the Dallas/Fort Worth Metroplex, in Presbyterian Hospital of Plano industries including retail, Mark Anderson industrial, manufacturing, 972.981.8162 hospitality, healthcare, multi-family and offi ce. Hunt Regional Medical Center education Keith Buckman 903.408.1882 • Associates Degree, North Lake Community College, 1984 Baylor Healthcare System Christopher Seamon 214.820.2163 licenses Ron is the general manager of the Central Texas Prism Electric Service Division. In this capacity, he oversees the daily operations of the division and monitors all phases of small projects from design, estimating and Texas Master Electrician preconstruction, to completion. He also works closely with our customers to ensure the daily service work is being handled in accordance with customer wishes, and according to safety policies. Ron's education, training and experience make him an effective manager who ensures that client goals are met and expectations exceeded. project experience Austin Community College Services Upgrades, Maintenance, Fulfi (ling the obligations of daily work orders Austin, Texas University of Central Florida On-Going Continuing Service Contract South East United States Solicitation Number 18-030 26 City of Round Rock Invitation for Bid for Electrical ATV Services Exh project role RON HOWARD central texas service mana.er Solicitation Number 18-030 27 City of Round Rock Invitation for Bid for Electrical ExhAGISITI Services i "Aw project role Century Link Data Center Continuing Service Contract Orlando, Florida professional background Orange County Public Schools Continuing Service Ron has 35 years of experience in Contract Orlando, Florida the construction industry and a University of Central Florida Continuing Service verifi able track record for the Contracts completion of multi-million dollar projects. Well versed in contract negotiations, project estimating, impending design problems, document preparation, building code regulations, and material purchasing. Bailey Elliott Construction education Keith Miller 512.327.3951 Crummers School of Business Management, Rollins College Hossley Lighting Construction Management Chris Lindenborn Program, 512.662.1951 Valencia Community College Architectural Design & DPR Construction Computerized Bryan Boykin Drafting Program, Mid Florida 407.264.5029 Institute As a client service manager, Ben focuses on develoing relationships with our licenses clients and ensuring that quality service work is delivered. He remains focused on the cost effectiveness of the work in order to meet client needs. Florida.Master Electrician Ben has over two decades in the electrical fi eld, with expertise across North Carolina Master Electrician multiple industry sectors. He strives for knowledge of all new and upcoming Georgia Master Electrician products to best meet the client's needs. project experience Austin Community College Austin, Texas IDEA Public Schools Austin, Texas Southwestern University, Fondren Science Lab Addition &Service Upgrade Austin, Texas Solicitation Number 18-030 28 City of Round Rock Invitation for Bid for Electrical min Services Exh 1 rvA,,t- project role 11000, 444 Altr7m* BEN MARQUARDT client service manager Solicitation Number 18-030 29 City of Round Rock Invitation for Bid for Electrical ieriSMI Exh Services i5irt7r project role ' Arc Flash Mitigation Projects at Riverside&Cypress Creek Campuses | < Austin Community Couege I Austin, Texas professional background LED Lighting Project Ben started his Electrical Career as Austin Community CoUege South Campus Austin, Texas onapprentice|n1S95. Hespent the next four years in the Associated Builders and Contractors apprenticeship school until graduating in 1998 . Since then he has been a Foremen/Superintendent, ServiceHome Depot electrician, Assistant ProjectKurt Kuehner Manager, Purchasing Manager . 512.535.8022 With this experience in the electricalfi e}d Austin Community College he can address customers' Joseph Napolitano electrical needs as thearise. 512223 ' .1O2O licenses 24 Hour Fitness Stanley Cates Texas Journeyman Electrician 512.249.6724 As Customer Service Manager for Infrared/preventative maintenance, we tra|ning/cwrtUD cation utilize different testing equipment to5 nd problems before they become costly. During my career I have worked on projects across multiple industries including education. municipal. commercial, healthcare, sports venues ABC AppranUceah|pSchool-4yrs government and manufacturing. ' /Uteo/8entry-ProfessionalOponotur Safety Trainer 2012 Bucket Truck Safety Training OSHA 10 ! Dixon Motivational Management project experience [ AT&T Stadium � Arlington, Texas | Presbyterian Hospital Dallas, Texas Prasbytmhan Hospital Plano, Texas Solicitation Number 18M30 30 CbyofRound Rock Invitation for Bid for Electrical Services Exhtit project role DAVID WILLIAMS infared & pm manager Solicitation Number 18-030 31 City of Round Rock invitation for Bid for Electrical Exhig,,vsna Services i "11X.' project role University of Texas at Dallas Dallas, Texas professional background Logistics Civil Augmentation Program HI David has been in the industry for Middle East 18 years and has been with Prism for 6 years. licenses Texas Journeyman Electrician . Austin Commercial Jacob Seyb training/certifi cation 469.203.7256 Arkansas Construction Education Dallas Cowboys/AT&T Stadium Foundation Dwin Towel! Certifi ed Level I Thermographer 817.892.4146 OSHA 30 Texas Health Resources Byron Golston 214.608.3770 As a Master Electricians Roger installs, maintains and repair electrical systems in factories, businesses, schools, colleges and other places. Roger make sure that electrical systems are safe and running effi ciently. Roger is trained to to install and test new equipment and systems, and come to repair or maintain older,pre-existing systems.Rogers 20 years of experience in new construction and maintenance work allows him to coordinate directly with owners to bring the best products and innovations to the facilities. project experience TASUS Corporation, Tsuchiya Automotive Systems Austin, Texas Home Depot Data Center Austin, Texas Austin Community College Riverside Austin, Texas Solicitation Number 18-030 32 City of Round Rock Invitation for Bid for ElectricalligMl Exh i twAit project role 1 4 In& ROGER WHITMORE master electrician foreman Solicitation Number 18-030 33 n . City of Round Rock Invitation for Bid for Electrical - a-rism ExhServices ifilt-"Ar project role Spark Lighting- Luling Cheverolet Luling, Texas professional background VISA Roger has been in the industry for 20 Austin, Texas years and with Prism for seven years, licenses Texas Journeyman Electrician Elliott Electric Matt Darling education 512.800.4165 Texas State Technical College, Air Home Depot Conditioning Refrigeration Kurt Kuehner Technology 512.535.8022 TASKS Philip McNulty 512.843.4708 Master Electrician with 25 years experience. The fi rst fi ve years were in construction and camp maintenance in the US Navy. Next 14 years as fi eld supervisor and factory maintenance electrician. Spent four years as lead electrical instruction at Everest University. • project experience Westlake Urology Westlake, Texas USAA Bank Various Locations Dell Seton Hospital Austin, Texas Voss Lighting -Whole Foods Solicitation Number 18-030 34 City of Round Rock Invitation for Bid for Electrical irisin Services Exhi utA project role lir N 40) , 4*, JIMMIE ANCIRA master electrician Solicitation Number 18-030 35 4 City of Round Rock Invitation for Bid for Electrical EX111 VIPIL44:.3 Services 1 A project role Austin, Texas professional background Brendamour-BBVA Various Locations Jimmie has been in the industry for Superconductor Technologies, Inc. 25 years and with Prism for two years. Austin, Texas licenses Texas Master Electrician references Everest University education Mike Jenkins 954.568.1600 Associates in Science, Computer BE3VA Aided Drafting and Design, ITT Tech Rufi na Claudio 210.441.2805 traininglcertifi cation Superconductor Technologies, Inc. Shermco Certifi ed Electrician Robert Champagne OSHA 30 512.786.8407 Joint Apprenticeship Training As a Master Electrician, Rueben troubleshoots and diagnoses electrical Center, IBEW systems, oversees Journeyman Electricians, installs and troubleshoots of medical imaging systems and installs and services electrical systems. project experience Austin Radiological Association Cedar Park Cedar Park, Texas Baylor Scott & White Austin, Texas Maxwell Ford, Jaguar and Kia Austin, Texas Solicitation Number 18-030 36 a City of Round Rock Invitation for Bid for Electrical Services Exh 'A project role illIte - I so\ RUEBEN VILLARREAL master electrician Solicitation Number 18-030 37 City of Round Rock Invitation for Bid for Electrical Prism Exhitirt, at Services i A role Stateproject Statm mf Texas-Texas Workforce Commission Austin, Texas professional background Dell Seton Medical Center Ascension Austin, Texas K��n�/re|mcthoian with 13 years of experience in the electrical fi eld; 7 of those years were spent in construction, 5 years in service and 1year aoefie|dsupervisor. licenses Max Electrical Services ����---- Texas Master Electrician Darin Maxwell 512.825.4371 certifi cations/training KUedxcm| James Beaver Shermco Hot Work Certifi ed 512.810.8723 CPFUFirstAid Texas Workforce Commission Wayne Weber 512.952.1720 As a Journeyman Electrician, Michael troubleshoots and diagnoses electrical systems, oversees Apprentice Electricians, installs and troubleshoots of medical imaging systems and installs and services electrical systems. project�experience . � Austin Radiological Association Kyle, Texas Westlake Athletic Center Westlake, Texas Austin Radiological Association Cedar Park, Texas Solicitation Number 18030 38 City of Round Rock Invitation for Bid for Electrical ot. Services Exh project role \IP , MICHAEL RHYNE • journeyman Solicitation Number 18-030 le 39 SV1*M Services City of Round Rock Invitation for Bid for E ctrica Exh 'A' / - project role Security Vault Works-Wells Fargo Austin, Texas professional background Go|denSandm- BmnbofAmerioo AustinTexas K8ichae/has been inthe induat�'for ' 13 years and with Prism for three years. tmyininghoertifiooth»n OSHA 30 CPR/First Aid Certifi ed Forest Scott Homes Shermco NFPA 70E Arch Flash Forest Bullington Training 512.434.9214 YNH Homes Leonard Ekberg 512�738'12O1 ' ! � / TL Electric --~----~- � David Shinsk i 3018147748 � ' Jesse supervises the daily activies of the fl oor personnel, including layouts, { proper installation of all work and material ordering. Coordinates with management to maintain budgets and manhours. project experience Austin Community College South Campus Austin, Texas HCA Austin Spine Medical Offi ce Austin, Texas Waste Management San Antonio, Texas Solicitation Number 18030 40 City of Round Rock Invitation for Bid for ElectricalAgifirn Services Exh project role 111% -81 JESSE TOVAR journeyman Solicitation Number 18-030 41 City of Round Rock Invitation for Bid for Electrical Exh,gtEllifil tu Litt. Services i project role • Security Vault Works-USAA Austin. Texas professional background Golden Sands-Capital One Jesse has been in the industry for Austin, Texas • 16 years and with Prism for two years. licenses Hill Electric Texas Journeyman Electrician Eric Vasquez 210.427.8701 training/certifi cation Security Vault Works Damien Smith OSHA 10 214.406.4504 OSHA 510 First Aid and CPR Certifi ed Golden Sands Boom Lift Certifi cation Pablo Chavez Scissor Lift Certifi cation 979.398.0374 Jerry specializes in commercial work. In his position as apprentice he maintains, repairs, and installs electrical systems, services and equipment. He installs circuit breaker panels,tests continuity of circuits to ensure compatibility and safety of components using testing instruments. Jerry will receive and complete work orders,manage inventory of electrical supplies and monitor and oversee electrical installations to ensure equipment and installations meet code. project experience St. Michael's Athletics Complex Austin, Texas St. David's Medical Center Austin, Texas Austin Radiological Association Dripping Springs, Texas Solicitation Number 18-030 42 City of Round Rock Invitation for Bid for Electrical irrini Services Exhi . - - - project role 0 lir f 4 , JERRY CASTILLO 4th year apprentice Solicitation Number 18-030 43 linli Services City of Round Rock Invitation for Bid for Electrical Exh Iop"A' project role AusdnCnmnnnunbyCmUeQe-CVpreas Creek Cedar Park, Texas professional background Austin Radiological Association Cedar Park, Texas Je�yhombeenintheinduat�'for15 years and with Prism for over one year. Kiley Electric Craig Kiley 254.258.2988 Kiley Electric Danny Elizande 254.258.2989 Personal `�. Daniel Mata 5123O4�4G35 | ^, In his position as bucket truck operator,Taylor services all aspects of the aerial lighting for our clients. | � � . project experience Westlake Urology Westlake, Texas Waste Management San Antonio, Texas Austin Community College Austin, Texas Solicitation Number 18-030 44 ist City of Round Rock Invitation for Bid for Electrical Services E hgit-1§111 project role TAYLOR WILCOX Journeyman Solicitation Number 18-030 45 A City of Round Rock Invitation for Bid for ElectricalAetiry,..., Services Exhi project role Bailey Elliott-Lakeline Learning Austin, Texas professional background Green Hills Construction - Westwood Shopping Taylor has been in the industry for Center six years and with Prism for three Austin, Texas years. license Texas Apprentice Electrician Edge Electric Mackey Fair 512.848.5749 training/certifi cation Bailey Elliott Construction, Inc, OSHA 10 Devin Wood OSHA 30 512.968.4893 CPR/First Aid Certifi ed Aerial Lifts Home Depot Altec Sentry program for Insulating Kurt Kuehner 512.535.8022 As an apprentice; Kevren installs electrical circuits as well as panels, conduit, protective devices, switches and equipment to accommodate the NEC requirements. He reads, interprets, and executes drawings. schematics, blueprints, and electrical equipment installations. He works on electrical failures, replaces components, and corrects connections and wiring on equipment controls wherever incorrect applications may cause harm and dangerous conditions and provides preventative maintenance and testing of electrical systems. project experience Westlake Community Center Westlake, Texas Home Depot Data Center Austin, Texas Austin Community College Austin, Texas Solicitation Number 18-030 46 City of Round Rock Invitation for Bid for Electrical °sm Services Exh i117r _ . . project role 414 1 i ,... At lit, 1 KEVREN BIAGAS 3rd year apprentice Solicitation Number 18-030 47 City of Round Rock Invitation for Bid for Electrical Exh069rism Services i 'A' project role IDEA Pub|h:Sohmmha -AJanCampus Austin, Texas professional background State of Texas-Texas Workforce Commission Austin, Texas Kevrenhaabeen |nthe1nduot�'for 3 years and has spent those 3 years with Prism licenses Texas Apprentice Electrician Marty Starrett 512.228.8387 trmhningicertU0oation Centex EC Eric Peralez OSHA 30 512.832.1333 CPR Certifi ed Boom lift/Aerial Lift IDEA Public Schools Stephen Doak 512.550.4241 ( Solicitation Number 18-030 48 City of Round Rock Invitation for Bid for Electrical 44PriSall services Exh EMAIL ADDRESS: bmarquardt@prismelectric.com Exhibit "A" CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-402511 Prism Electric, Inc. Garland,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/11/2018 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. General Trade Svcs-Electric Electrical services 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Combs, Blake Garland,TX United States X Marquardt, Ben Austin,TX United States X Howard, Ron Austin,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION r 4 My name is E. t P., , and my date of birth is a- 5.--- SQ My address is (,, g S 1/1\4,1- rk;.„ S , 1-1 , T , I S C,3'`'' , 1,j5+' (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in DA 16LS County, State of I- ,on the I, day of ,20 onth) (year) ai Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-402511 Prism Electric, Inc. Garland,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/11/2018 being filed. City of Round Rock Date Acknowledged: 09/13/2018 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. General Trade Svcs-Electric Electrical services Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Combs, Blake Garland,TX United States X Marquardt, Ben Austin,TX United States X Howard, Ron Austin,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is , and my date of birth is My address is . , , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of ,on the day of ,20 . (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711