Loading...
HomeMy WebLinkAboutRES 09-181 RESOLUTION NO. 09-181 WHEREAS, bids were solicited for air conditioning modifications at the Police Building and Julie Rogers Theatre; and, WHEREAS, Commercial & Institutional Mechanical, Ltd., of Kountze, Texas, submitted a bid in the amount of $640,000; and, WHEREAS, City Council is of the opinion that the bid submitted by Commercial & Institutional Mechanical, Ltd., of Kountze, Texas, should be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: THAT the bid submitted by Commercial&Institutional Mechanical, Ltd.,of Kountze,Texas, for air conditioning modifications at the Police Building and Julie Rogers Theatre in the amount of$640,000 be accepted by the City of Beaumont. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 16th day of June, 2009. s iceI it+�l - Mayor Pro Tern Audwin Samuel - i T H E A M E R I C A N I N S T I T U T E O F A R C H I T E C T S AIA Document A101 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM 1987 EDITION THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The 1987 Edition of AIA Document A201, General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. This document has been approved and endorsed by The Associated General Contractors of America. AGREEMENT made as of the 1 6th day of June in the year of Nineteen Hundred and Nine BETWEEN the Owner: City of Beaumont (Name and address) P.O. Box 3827 Beaumont, Tx 77704-3827 and the Contractor: C & I Mechanical (Name and address) P.O. Box 249 Kountz, Tx 77625 The Project is: Air Conditioning Modifications at (Name and location) Police Department and Julie Rogers Theatre for City of Beaumont The Engineer is: r\Ytnt rrngadder\\/ Galewsky and Johnston Consulting Engineers, Inc. 1 275 North Major Beaumont, Tx 77706 The Ocaner and Contractor agree is set firth below. t.up\righi 1115. 1918 1925. IIH7, I')-)I 1958. 1901, 1901, 190-, I') t. 19 '(1198- 1)\ l'hcAnu•ric:ul ln,tiUUi uI Arch1 I-i" \'ct\ lurk AVcnuc, % u U t Zoo Itcluu lu'uun of the nlalcn.il llcicin ur vthtit:uitctl 1u irniun ,il ii,prmitiiuru Ihc I mwd tiCUC :nx1 Will hr suhlu't It g;II I)n,tir . anal AIA DOCUMENT A101 • c 1\r'1r.1+< c tN'I'Itn(:rc to MOO 1\11-11 • rvcr.l.I 111 r.ul nun • AM" 198- I I I I A,N1I.V[(.ANIN,rrrrrr()1 AWAII'lRAS, Pi9n1V v()1th \\INI I: N\x: \XASillvtlrtIti u1 2u0tK, A101-1987 1 WARNING:Unlicensed photocopying violates U.S.copyright laws and is subject to legal prosecution. ARTICLE 1 THE CONTRACT DOCUMENTS 1'he Contract Documents Consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions), Drawings, Specifications, addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued;tiler CXeClltion of this Agreement,these form the Contract,and areas fully a part ofthe Contract as if attached (t)this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and superse ies prior negotiations,represene►tions or:Igrccments,either written or oral.Ali enumcrttion of the Contract Documents, Other than Modifications, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall execute the entire Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others, or as follows: ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement is the date from which the Contract Time of Paragraph 3.2 is measured, and shall be the date of this Agreement, as first written above, unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the elate of I ononencement, if It eif/err/rule the dah•of 114%Agreement or, if ap/rlicable, state that Ibe dale a ill be fixed in a notice to proceed l The Owner has issued Notice of Award as of Tuesday, June 16, 2009. Unless the date of commencement is established by a notice to proceed issued by the Owner, the Contractor shall notify the Owner in writing not less than five days before commencing the Work to permit the timely filing of mortgages, mechanic's liens and other security interests. 3.2 The Contractor.shall achieve Substantial Completion of the entire Work not later than t in,erl lore I aiendar date or nanrher Ili r aleiwar r/al,n/rer the daw-I,ronorn•nientertt Also insert an) rerporenn•rrt,pn Iwriter sohstantial(.r.mp/et non.r/..•r parr porliom of the ►rink, if not stated el.vetr•herr or the(warm(1)oiumerrt5) 12 : 00 Midnight, Monday, August 24 , 2009 . ull;�cct lu acljutiUncntti of thiti (.r)nU'acl 'lint :r` pn,�idc•d in the Contmo Dorunx•nt.ti pool nr.,n, ... rr1!41 i.,n,/,olrrrr n...,n!/drl, nn luny 1 If the project is not substantially complete at the specified and designated time, liquidated damages will be assessed at $1000 per day for each & every calendar day beyond the agreed date of completion as stated in this contract. Also, all payments to the Contractor will be suspended until the work is substantially completed. _ A:A DOCUMENT A101 • ()WNI R(A IN I I(A( rUlt ,\( lil•h\1r>l I W 11H,I'l l I I)I I'IU^: • MA, • /H- I IIh A\1f.HI(:AN IVti I II I I I .)r ARC.Inrr(.I S. I-+;NI\r Y•)Ith AVI..tit-I.v\Y V(',1SIII.N( I()N.o f _'o(M)q. A101-1987 2 WARNING:Unlicensed photocopying violates U.S.copyright laws and Is subject to legal prosecution. ARTICLE 4 CONTRACT SUM 4.1 The Owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of Six Hundred Forty Thousand ------------------- -- Dollars (s 640, 000 . 00 ), subject to additions and deductions as provided in the Con- tract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (state the numbers or other identification of accepted alternates. If decisions on other alternates are to be made by the Owner subsequent to the execution of This Agreement, attach a schedule of such other alternates showing the amount for each and the date until which that amount is valid.) Base Bid $640, 000 No Alternates CONTRACT SUM $640, 000 4.3 Unit prices, if any, are as follows: N/A AIA DOCUMENT A101 • ()WNI R-(,()N IRAC I OH AGli L.I.N I.NI • "I WILL I II LULIIUN • AIA' • 19H 1'111?AMI-I(1(.AN INtiI l I 1 TL OP AHCIIrrH(.1PS, I-15 N \Y, YOkH A"I NI:L,NAX,.VA,IUN({rUN.u( 1o(NK, A101-1987 3 WARNING:Unlicensed photocopying violates U.S.copyright laws and is subject to legal prosecution. ARTICLE 5 PROGRESS PAYMENTS 5.1 Rased upon Applications for Payment submitted to the &-1#rE r by the Contractor and Certificates for Payment issued by the ErghlEEr, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.2 'file period covered by each Application for Payment shall be one calendar month ending on the last day of the month,or as follows: 5.3 Provided an Application for Payment is received by the Ergh-a not later than the first day of a month,the Owner shall make payment to the Contractor not later than the last day of the same month. If an Application for Payment is received by the Ergh-EEr after the application date fixed above, payment shall be made by the Owner not later than ( 3 0 ) days after the F r receives the Application for Payment. 5.4 Each Application for Payment shall be hased upon the schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work and he prepared in such form and supported by such data to substantiate its accuracy as the &-gineermay require.This schedule, unless objected to by the Frgh-BI' , shall he used as a basis for reviewing the Contractor's Applications for Payment. 5.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period cove:ed by the Application for Payment. 5.6 Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.6.1. 'lake that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that ortion of the Work in the schedule of values, less retainage of Five percent ( 5 %).Pending final determination of cost to the Owner of changes in the Work,amounts not in the dispute may he included as provided in Subparagraph 7.3 ?of the General Conditions even though the Contract Sum has not yet been adjusted by Change Order; 5.6.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site' for subsequent incorporation in the completed construction(or, if approved in advance by the Owner,suitably stored off the site at a location agreed upon in writing), less retainage of f ive percent ( 5 %); 5.6.3 Subtract the aggregate of previous payments made by the Owner; and 5.6.4 Subtract amounts, if any, for which file Erguffi'has withheld or nullified A Certificate for Payment as provided in Para- graph 9 5 of the General Conditions. 5.7 The progress payment amount determined in accordance with Paragraph 5.6 shall be further modified under the following c irc'unlstances: 5.7.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to ninety five percent( 95 '%r)of the Contract Sum. less such amounts as the FagirHI?r shall determine for incomplete Work and unsetticd claims; and 5.7.2 Add, if final completion of the W )rk is thereafter materially dclayed through no t;lull of the Contractor. am additir)nal anunnit pAyahle in accordance 1.kith Subparagraph 9.10-3 of the General Conditions 5.8 Reduction or limitation of retainage, if;im, shall be as f()Ilows. 1/J 1. r. 111••rn lrrl. Jnw1 h. %III,,rl//1!r!I 0,11PI"I.......J Ihr r1Nrr if r,rk n, rr/nfr err hmll Ihr•rrimmi(r rrull/r1/;/n.u1/hr•Jrr•rrt'INrI/;rt. Irr.rrlrr/rvr 41AJarrrr •r•r/.h, . l .n1rI 5!,_'whol e mul lhr, n u 1 r.)J.d.rur.l hen•1n!hr r ,nlrrn/lhn urernh. mar'r1 hew law un.ra/— .mh rerun 11"11 ,1 Irm N.ul.1r / The Owner will not consider reduction or limitation of retainage prior to Substantial Completion. AIA DOCUMENT A101 • ()V(NI:I+l:ONI 14At I I M v.IU I'.MI[N I • I I JA I I I])I I R YN - AIA' • 11M- II11 ANTIuu:ANINs'lIIi rt.urAW urrtl IN r•.' MWsv)ithAvr.NI r.',W \%A.uIN1,r()N.nC aNVw. A101-1987 4 WARNING:Unlicensed photocopying violates U.S.copyright laws and is subject to legal prosecution. ARTICLE 6 FINAL PAYMENT Final payment,constituting the entire unpaid balance of the Contract sum,shall be made by the Owner to the Contractor when(1) the Contract has hCell fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily survive final payment;and(2)a final Certificate for Payment has heen issued by the Eigu-ar;such final payment shall be made by the Owner not more than 30 days after the issuance of the Etglleer's final Certificate for Payment, or as follows: As further provided by Section 01700 of the Project Specifications. ARTICLE 7 MISCELLANEOUS PROVISIONS 7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document,the ref- erence refers to that provision as amended or supplemented by other provisions of the Contract Documents. 7.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (hiserl rate o/interest agreed upon. iJ rurl'J (I'curl larr s«nd reelurrenuvtt.c urWer the Federal Truth tar Lending.t tI wnifnr.,trte urrd local.on.mnrer credit lute anal other regulatiorts at the Outer-.s road (,orttractor:s principal plates r If huwie.N , file location j.the 1'r(,eo acrd elseu here may afJe(t the ralidit)of lilts prorrsron Legal advice should he ohlamed ,1111)recl),1 to delehons or nnvlrJruunms, curd also regardo,g requirements%rich as u ntten eliselomw%or wail vrc J 7.3 Other provisions: ARTICLE 8 TERMINATION OR SUSPENSION 8.1 11x• (AalIracl nla\ he Icrnunatcd ht the O\\ncr ur the (:( nlr:It1Or :(ti pw\idt-d u1 Artirlc I I ')I the (Icncral (:nrtdirinn� 8.2 I'll(-, \\()rk n):n he wtil)cncl(•cl hy the ()\\ncr .Iti pnwidcd In Altu Ic I I Of the (A-11CI ll (.(InJitinns AIA DOCUMENT A101 )W NI H(.Wri l HA(:'I(M A(J(H-Xil N't I\X I I+'111 I.UI to)n • AIA' Inc \\1tHl(AN 1N',111( I I OI AN(Ilrl I( '11, I-K Nl`\Y Y()HH \l I NI I N V( , VEAti1IIN(;M.N.1)( aiuiro A101-1987 5 wAOU,un (inu.,onae.l 11 c )o...c­11 la...tiio�((n,anal nmaonoernn ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 9.1.1 The Agreement is this executed Standard Form of Agreement Between Owner and Contractor, AIA Document A101, 1987 Edition. 9.1.2 The General Conditions are the General Conditions of the Contract for Construction,AIA Document A201, 1987 Edition. 9.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated May 2009 and are as follows: Document Title Pages General Conditions for Construction Standard Form of Agreement Between Owner and Contractor Supplementary Conditions Special Conditions Prevailing Wage Schedule 9.1.4 The Specifications are those contained in the Project Manual dated as in Subparagraph 9.1.3, and are as follows: lErrl,e, Irs/1bc%peci/icaliom here w refer n,nn exi,ihtt amoom io rbrc:IRreeme•nt 1 Section Title Pages Division 1 General Requirements Division 15 Mechanical Division 16 Electrical AIA DOCUMENT A101 • ()N NJ 14(,W,I HA(.P)H A(d I•.1 X11 N'I • I WI'A 1'111 1-1)11 1( • %IA, • • IvH- 1)n :\%1hHl(.AN INS]H 1111H AN( III II( 1�. I-iS NI-.\X C)(MK -\V1 NI-r_N V( ,WANIIIN(,I(IN,I)( 1HHX, A101-1987 6 WARNING:Unlicensed photocopying violates U.S.copyright laws and is subject to legal prosecution. 9.1.5 The Drawings are as follows, and are dated May 2009 unless a different date is shown below: (Either list the 1)ruumngs herr or refer to an e.cbibil ulturbed to Ibis Agreernenl.) Number Title Date M1 HVAC Demolition Police Bldg. Mech. Rm. & Yard M2 HVAC Police Bldg. Mech. Rm. and Yard M3 Julie Rogers Under Bldg. Demolition Mech. Plan M4 Julie Rogers Mech. Yard & Under Bldg. Plan M5 Julie Rogers Under Stage & Stage HVAC Plan M6 Julie Rogers Upper Mech. Rm. Plan M7 Schedules M8, 9 & 10 Details E1 Electrical 9.1.6 The addenda, if any, arc as follows: Number Date Pages One May 21 , 2009 Two May 27, 2009 Three June 1 , 2009 Four June 2, 2009 I'<,ruum r 1 Addenda rclaloig u)i)ttming w(IuircmcnLs arc not Karl OI the(,)nlrlct Uucumc•nis unless the bidding re(luircnu•nis arc• also cmmwra(cd in this Article l) AIA DOCUMENT A101 • OWNIik(;()N'I'RA(:I'O8 A(,I(I'.I'.MGN'I' • I'WHLPI'll HP-1I(EN • AIA • :1)1987 11If-.AVII k1(AN INS II'II'I+OFAl((.Ill'1F(:'I,, 17 1,N 11W1"O I(KAVENIT,N.W,WA',IHN(,lO1,1)<. !INNKr A101-1987 7 WARNING:Unlicensed ohotocoovino violates U.S.coovriaht laws and Is sublect to legal prosecution. 9.1.7 Other documents, if any, forming part of the Contract Documents are as follows: (I.ist bore ari)'additional documents u'hicb are intended to form part of the Contract Documents. The General Conditions provide that bidding requirements such as advertisement or invitation to hid, Instructions to Bidders,sample forms and the Contractor's bid are not part of the Contract Documents unless enumerated in this Agreement. Tbq,should be listed here only if intended to be part of the Contract Documents.) Attachment "A" : Executed copy of Contractor' s Bid Form and all required attachments to said Bid Form. This Agreement is entered into:I,,of the day and year first written ahove and is execute(]in at Icast three original copies of which one is to be delivered to the Contractor,one to the Eighmw for use in the Administration of the Contract,and the remainder to the Owner OWNER � � � CON"I'RcAd. )N i ltil,�llrrhrr('/ / (Srl;lurhn r/ c City of Beaumont C & I Mechanical - -------- --------------------- (PrImcd)urnu rulcl/illrl ll4!)Uv(l nrrwr rud/NNrI ------- AIA DOCUMENT At 01 • ()W Nh.H(.ON I14M.r()H A(,HPP.111•.Y'r • 'fWIS1.1:H1 IinlI r()N • AIA" • I 1'I11, A.MV1f1(.AN INS 11*1'1;I F(If AHCIIIII�.(.�1 ti. 1-5; \I W Y()HK AVFNI;I'.,N W WAIIIIN(,1()\ 1)(. 2100 9, A101-1987 8 WARNING:Unlicensed photocopying violates U.S.copyright laws and Is subject to legal prosecution. Attachment "A" BID FORM Commercial & Institutional Mechanical, Ltd. C & I Mechanical, Ltd Name of Bidder P O Box 249 Kountze, Tx 77625 Address of Bidder June 4, 2009 Date TO: City Clerk of City of Beaumont PROJECT: Air Conditioning Modifications 801 Main Street, Room 125 at Police Department and Beaumont, Texas 77701 Julie Rogers Theatre for City of Beaumont The undersigned BIDDER proposes and agrees, if the Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time and in accordance with the other terms and conditions of the Contract Documents prepared by Galewsky and Johnston Consulting Engineers, Inc. We will complete the Work for the following price: TOTAL BASE BID (Custom Air Products) Dollars TOTAL ALTERNATE NO 1 (Temptrol) Dollars ($ ) TOTAL ALTERNATE NO 2 (Thermal) Dollars Bid Form - 1 of 3 We have examined copies of all the Contract Documents. We have examined the site and locality where the Work is to be performed, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the work. We have made such independent investigations as we deem necessary. We represent that we have had experience in the use of materials and methods of performance as specified and that we can and will do the work and construct the improvements with the specified materials as shown and specified by the Drawings and Project Manual. We agree to commence work under this Contract on or before a date to be designated in a written NOTICE TO PROCEED issued by the OWNER and to substantially complete the project by Monday, August 24, 2009 with total completion by Monday, August 31, 2009. We further agree to pay to the City of Beaumont the sum of One Thousand Dollars ($1,000), as liquidated damages and not penalty, for each calendar day the project is not substantially complete after that date. We acknowledge receipt of Addenda No. ---L— through No. —A- - issued during the time of bidding and include their provisions in the BID. We have familiarized ourselves with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the work. We represent that we have had experience in the use of materials and method of performance specified and that we can and will do the work and construct the improvements with the specified materials as shown and specified by the Drawings and Project Manual. We have given the ENGINEER written notice of all conflicts, errors or discrepancies that we have discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to us. We agree to the provisions of the INSTRUCTIONS TO BIDDERS regarding disposition of Bid Security. We accept all of the terms and conditions of the NOTICE TO BIDDERS and the INSTRUCTION TO BIDDERS. This Bid will remain subject to acceptance for the period of time specified in the INSTRUCTIONS TO BIDDERS. It is understood that the right is reserved by you to reject Bids and waive irregularities. Bid Form -2 of 3 The following documents are attached to and made a condition of this Bid: Bid Security Contractor's Qualification Statement Certification of Comparable Experience Insurance Requirement Affidavit Schedule of MBE Participation Felony Conviction Notice Non-Collusion Notice Seal (If Bid by a Corporation) CIM0102 @aol.com BY Rodney Broussard E-MAIL ADDRESS President (409 ) 246-1335 TITLE TELEPHONE NUMBER Bid Form- 3 of 3 I CONTRACTOR'S QUALIFICATION STATEMENT The Undersigned certifies under oath the truth and correctness of all statements and of all answers t6 questions made hereinafter. Submitted To: _City Clerk, City of Beaumont 801 Main Street Room 125 Address: Beaumont, Tx Submitted By: C & I Mechanical Ltd Corporation 6 Name: Ltd Partnership [X 6 individual [ Address: P O Box 249 Joint Venture Other [ [ Jl Principal Office: Kountze, Tx 77625 1.0 How many years has your organization been in business as a Contractor? 7 years 2.0 How many years has your organization been In business under Its present business name? 7 years 2.1 Under what other or former names has your organization operated? None [ 3.0 If a Corporation,answer the following: I3.1 Date of incorporation: 3.2 State of incorporation: 3.3 President's Name: 3.4 Vice-President's Name(s): 3.5 Secretary's Name: I3.6 Treasurer's Name: 4.0 If an individual or a partnership, answer the following: I4.1 Date of organization: February 1 , 2002 4.2 Name and address of all partners (state whether general or limited partnership): Rodney Broussard, President Limited Partnership 5.0 If other than a corporation or partnership, describe organization and name of principals: 6.0 We normally perform the following work with our own forces: HVAC 7.0 Have you ever failed to complete any work awarded to you? If so, state when, where and why: No Contractor's Cualification Statement- Page 1 J 8.0 Within the last five years, has any officer or partner of your organization ever been an officer or partner_ of another organization when it failed to complete a construction contract? It so,attach a separate sheet of explanation. No ' 9.0 On a separate sheet, list the major construction projects on which you are the PRIME CONTRACTOR, that your organization has in process; give the name of project, Owner, Architect/Engineer, contract amount, percent complete, and scheduled completion date. Attached ' List only projects as large or larger than this project. Provide the names and phone numbers of specific individuals familiar with the project. ' 10.0 On a separate sheet, list at least five projects on which you were the PRIME CONTRACTOR that your organization has completed in the past five years; give the name of the project, Owner, Architect/ ' Engineer, contract amount,and date of completion. Attached List only projects as large or larger than this project. ' Provide the names and phone numbers of the specific individuals familiar with the project. 11.0 On a separate sheet,list the education and construction experience profile of the key individuals of your organization. Attached 12.0 On a separate sheet,list the education and construction experience profile of the proposed superinten- dent for the project. Attached 13.0 Trade References: Coburns H D Grant Carrier S.E. Texas Beaumont, Tx Houston, Tx Beaumont, Tx 409-835-1447 713-668-8880 409-832-4888 ' 14.0 Bank References: Chase Bank ' 6025 Eastex Freeway Beaumont, Tx 77706 ' 15.0 Name of Bonding Company and name and address of agent: Bituminous Casualty Corp. Talon Insurance - Bob Cain ' P O Box 1609 Nederland, Tx 77627 ' 16.0 Attach a financial statement, audited if available,including Contractor's latest balance sheet and income statement, in a generally acceptable accounting form. Upon request IName of firm preparing financial statement and date thereof: Pol Tans & Cohen Is this financial statement for the identical organization named oBeaumont,e one? Tye s I If not, explain the relationship and financial responsibility of the organization whose financial statement I is provided (e.g., parent-subsidiary). I Will this organization act as guarantor of the contract for construction? yes Contractor's Qualification Statement - Page 2 17.0 Dated at T---i*:1@1 Tv this 4th day of 7„n- A-2nn9 Name of Organ' i C n: C & I Mechanical, Ltd. By' Rodney Broussard Title: President 18.0 M, R�o dnee y R r n u s s a r d being duty sworn deposes and says that he/she is ' the President of C & I Mech. , Ltd. Contractor(s),and that answers to ' the foregoing questions and all statements therein contained are true and correct. i Subscribed and before me this ,, 4th day of June 102-00P Notary Public: swo C L in and for the County of My Commission Expires: 0 7/2 9/2 012 twrrwrrrwr.r.�rrrw.r.w.r•►•..•� LINDA L MELVIN t t Notary Pubk State Of Texas t y *Commission Expires )t a 07-29.20"2 t I I Contractor's Qualification Statement - Page 3 End of Contractor's Qualification Statement CONSTRUCTION PROJECTS IN PROGRESS PROJECT OWNER/GENERAL ARCH/ENGINEER CONTRACT AMT %COMPLETE COMP DATE New Memorial High School- Port Arthur, Tx Allco, Inc. PBK $5,835,730.00 98% 2010 Hardin Jefferson High School Daniels Construction PBK $2,534,479.00 95% 2009 SE Texas Regional Airport Renov. Setex Construction SIGMA $870,000.00 99% 2009 Port Neches Middle School H B Neild SHW Group $2,703,150.00 31% 2009 Groves Middle School H B Neild SHW Group $2,792,162.00 36% 2009 Port Neches Packakge"A" Allco DBR $2,795,000.00 21 2010 Memorial High School Gym Port Arthur I.S.D. PBK $497,000.00 0.99 2010 New Cate Building Allco, Inc. PBK $2,146,000.00 p 2009 Warren Gym/Fred Elementary Daniels Construction Long Arch. $2,475,000.00 5% 2009 Stilwell Education Port Arthur ISD Allco, Inc. SHW Group $1,530,000.00 0 2010 Shangri La Gardens Rev 12 Stark Foundation Lake Flato $78,501.00 0 2009 Washington Elementary Daniels Harrison Kornberg $2,422,000.00 0 2010 Little Cypress Mauriceville ISD TAC TAC $682,992.00 0 2009 I COMPLETED PROJECTS Lamar Energy Conservation TAC Americas Energy Engineering $5,248,780.00 2007 McDonald Gym Lamar Beaulmont,Tx Allco, Inc. LAN $2,018,928.00 2007 Lee Elementary Port Arthur,Tx Allco, Inc. Healthy Resources $1,405,023.00 2007 Sheldon ISD TAC Americas Energy Engineering $1,559,943.00 2007 Richmond State School TAC Americas DBR $3,880,261.00 2008 BISD 4 Middle School Gyms BISD $618,500.00 2008 RODNEY BROUSSARD 404 Countrywood Blvd. Sour Lake, Tx 77659 EDUCATION: DIPLOMA, Thomas Jefferson High School 1977-1980 Machinist, Lamar University, Beaumont, Tx 1982-1984 Computer Drafting, Eastfield College, Mesquite, Tx 1986-1989 EXPERIENCE: H & H Shipyard Years Employed 1980-1985 Bridge City, Texas Head Machinist Responsible for all machined parts on marine vessels Signal Metals Machine Shop Years Employed 1986-1993 Irving, Texas Responsible for wide variety of machined parts Equipment used: 6" & 8" boring mill, engine lathe, milling machine, vertical turret lathe, drill press, and shapers Project Mechanical Services Years Employed 1994-2002 HVAC Contractor Beaumont,Tx Began as Drafter/Coordinator. Responsibilities included shop drawings for all projects& field coordination with other trades. Spent the last three years as Project Manager in charge of all projects in the Beaumont areas: Projects included: Lamar University Chilled Water Renov. 5+million dollars Nederland Performing Arts Bldg: $1,000,000 (new const.) Little Cypress Mauriceville School: $900,000 (new const) Lamar Archer Physics Bldg: $600,000 (renovation) Federal Prison Expansion, Unicor: $800,000 (new const) Completed several HVAC renovation projects for BISD C & I Mechanical, Ltd. Years Employed 2002 to current Kountze, Texas General Partner Oversee all projects in progress JAMES W. WATTERS SSN 459-56-1071 DOB 10/17/36 5623 FM 943 Kountze,Tx 77625 EDUCATION: Kennard High School - Kennard, Texas 1955 U.S. Army 1955-1957 Lamar University, Beaumont, Tx 1957-1961 UA Apprentice Pipefitter School 1959-1961 LICENSES & CERTIFICATIONS: Master/Journeyman Plumbers License-LPG State of Texas Air Conditioning& Refrigeration Contractors License State of Texas TACLA 008232E EXPERIENCE: Natkin Construction Co. Division of Natkin Group-Englewood,Colorado Project/Construction Manager Years Employed 1963-1988 Vice President, Construction Manager of Southeast Texas & Southwest Louisiana Estimated and installed over$300,000,000 in the HVAC Industry Prepared annual budgets for review$500,000 11,000,000 range for G&A expenses Employed 50 1100 employees in local office in Beaumont, Tx Estimate Bid Team to review bids and specifications for work Natkin was bidding throughout the United States Taught Project Management and estimating at Natkin Employment Center in Oklahoma City, OK Worked at Natkin Central Estimating Group in Dallas, Tx with responsibilities of estimating and value engineering on larger projects throughout the US and all foreign work Reviewed and worked on schedule and claims for projects throughout the US Analyzed the validity of claims for presentation to responsible parties Project Mechanical Service,Inc. Beaumont,Tx President Years Employed 1989-1998 Founding principle of Project Mechanical Services, Inc. In 10 years we had an annual business of$30,000,000 Under my management, this firm was a crown jewel in this area. I had taken $100,000 and when I sold my stock in 1998 the company had a net worth of approximately $4,000,000.00 Retired in 1998 (sold stock) C & I Mechanical, Ltd. Kountze,Tx Current I work with C & I Mechanical, Ltd. as consultant, estimating & project management. RYAN A ROSSON DOB 01-24-73 12735 Satinwood Ln Beaumont, Tx 77713 EDUCATION: DIPLOMA, Msgr Kelly Catholic High School 1991 Lamar Univ., Orange, Tx 1991-1993 LICENSES: Air Conditioning& Refrigeration Contractor's License State of Texas# TACLA 0028209E EXPERIENCE: Project Mechanical Services, Inc. Years Employed 1995-2002 Beaumont, Tx Began working as laborer and advanced to pipe-fitter helper, pipe-fitter, foreman and became superintendent. As superintendent, I was responsible for the day to day operations on numerous projects. My responsibilities included scheduling, material requisition, time keeping, and job completion. C & I Mechanical, Ltd. Years Employed 2002 to current Kountze, Texas Sr. Project Manager/Estimator Overall responsibility for daily operations of all projects under construction. Establish cost accounting and schedules for all projects with man/load schedules, man power requirements, sub contractor coordination and delivery schedules. Review& coordinate all H/R/Safety/Project Management procedures &policies. Budget & cost accounting assessments; value engineering for owners and general contractors. i w CERTIFICATION OF COMPARABLE EXPERIENCE _ This Certification of Comparable Experience is intended to qualify the ability of the Bidder to perform the work of the project as advertised for bid. Each Bidder is required to com- plete this form. Failure to complete this form will constitute an irregular bid, which may be rejected. CERTIFICATION BY BIDDER ' BIDDER'S NAME: c & i mechanical , Ltd. P 0 Box 249 ' BIDDER'S ADDRESS: Kountze Tx 77625 1 hereby certify that this firm has, for not less than three (3) years, successfully performed ' work of the same or greater magnitude, complexity and character as that for which bids have been solicited. Respectfully Submitted, (SEAL - If by a Corporation) Y; Rod ey Broussard ' President Title ' P 0 Box 249 ATTEST: Kountze Tx 77625 Address a�h ( 409-246-1335 S cretary Telephone ' June 40 2009 Date ' Page I of I 01YOF BEALUON7 INSMOCt REQUIRERENT AFFIDAN IT To be Completed By Appropriate bsuranct Agent arse sum bid wropasW L the underviped Agat./Droker,cesiify Chat the insunncc requirements contained in this bid dmummf I%-vv bemt reviewed by ma with the below idenlihod CrmtrActor. If the bolow identified Contractor is awarded this torntract by the City oi'Ek'aumont,I will be able to,within ten(10)days after being no6fitd of sums award,furnish a valid insutat2ce um tilicate to the City mctdng all of the re.quirem*,ta& ncd irL tbia bid. ' 7 Robert L. Cain Aral.oq orate) Agmt(Nnt) , NameofAgancy/Aroker: Talon Insurance Agency, Ltd. Ad&%9 of Alenti'Droker, P.O. Box 1609 ,4 y t ityifitaFeJip: Nederland, TX 77627 AgerevBrokrr Telephone#: {409 ' ) 721-6400 W CONTRACTOR'S NAME: Commercial&institutional, Ltd. (larint,or Type) NM TO AGJ�;e'�l'�Y.IIiRR.1 UR Zi this time vgWremcnt is not=4 the City haQ the right to invabdate the bid award and awarFi��] car>b act tU the tZr;•xt lowest bidder traeoting specifeations, Should an awarded bid be invalidatm Untractor may be liable for breach of contract, I you Dave tiny questions concerning thin rc uircmatlts leas contact the ju asin •Mona er for tha City of Re nttntamt at 4D9 880.3720- - - •� P COMPETITIVE BIDDING: INCLUDE THIS FORM WITH YOUR BID FILLED INAS NOTED BELOW FELONY CONVICTION NOTICE Statutory citation covering notification of criminal history of contractor is found in the Texas Education Code 44.034. Following is an example of a felony conviction notice: FELONY CONVICTION NOTIFICATION State of Texas Legislative Senate Bill No. 1, Section 44.034, Notification of Criminal History, Subsection (a), states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony." Subsection (b) states"a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract." .______ THIS NOTICE IS NOT REQUIRED OF A PUBLICLY-HELD CORPORATION___________ I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. VENDOR'S NAME: rAUTHORIZED COMPANY OFFICIAL'S NAME PR ( INTED): Rodney BrnuGc»-d ' My firm is a publicly-held corporation, therefore, this reporting requirement is not applicable. Signature of Company Official: ' My firm is not owned or operated by y n wh�qj s been convicted of a felony: Signature of Company Offici My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s): Signature of Company Official: s � NON-COLLUSION NOTICE The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this quote in collusion with any other bidder, and that the contents of this quote as to prices, terms or conditions of said quote have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid. SUBMITTED BY: NAME C & I Mechanical, Ltd. ADDRESS P o sox 249 r CITY Kountze, Tx 77625 TELEPHONE _ 09 46-1335 SIGNATURE June 4, 2009