R-04-07-08-9E2 - 7/8/2004 RESOLUTION NO. R-04-07-08-9E2
WHEREAS, the City of Round Rock has a need for . generator
maintenance and repair services for various City facilities, and
WHEREAS, pursuant to section 252 . 021 (a) of the Local Government
Code, bids for said services were not required since the cost will be
less than $25, 000, and
WHEREAS, the City issued a Request for Quotation for vendors to
provide said services, and
WHEREAS, Fleet Maintenance of Texas has submitted a quote to
provide said services which has been determined to provide the best
value to the City, and
WHEREAS, the City Council wishes to enter into an Agreement for
Purchase of Generator Maintenance and Repair with Fleet Maintenance of
Texas, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City an Agreement for Purchase of Generator Maintenance and
Repair with Fleet Maintenance of Texas, a copy of said agreement being
attached hereto as Exhibit "A" and incorporated herein for all purposes.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended.
@PFDesktop\::ODMA/WORLDOX/0:/WDOX/RFSOLi7TI/R4070BE2.WPD/sc
RESOLVED this 8th day of July, 2004 .
LL, or
C' of Round Rock, Texas
ATTEST:
CHRISTINE R. MARTINEZ, City Secr ary
2
CITY OF ROUND ROCK
AGREEMENT FOR PURCHASE OF
GENERATOR MAINTENANCE AND REPAIR
FROM
THE STATE OF TEXAS
FLEET MAINTENANCE OF TEXAS
§
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENT:
COUNTY OF WILLIAMSON §
That this Agreement for services to provide maintenance and repair of generators.,
(referred to herein as the "Agreement') is made and entered into on this the
, 2004, 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 Fleet Maintenance of Texas., whose offices are located at
4812 East 7 1hStreet, Austin Texas (referred to herein as the "Vendor"). This Agreement
supersedes and replaces any previous agreement between the named parties, whether oral or
written, and whether or not established by custom and practice.
RECITALS:
and WHEREAS, City desires to purchase Generator Maintenance and Repairs from Vendor;
WHEREAS, City has issued its "Solicitation" for City to provide said services, and City
has selected the solicitation response submitted by Vendor; 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 Vendor whereby
City is obligated to buy specified goods or services and Vendor is obligated to sell
specified goods or services.
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.
EXHIBIT
"All
Ttill
1
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 mean the specified supplies, materials, or equipment.
F. Services means work performed to meet a demand. The furnishing of labor, time,
or effort by the vendor, involving the delivery of any specific end product.
2.01 EFFECTIVE DATE, DURATION, AND TERM
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 a twelve-month period of time.
C. City reserves the right to review the Vendor's performance at any time during the
initial agreement or renewal period, and may elect to terminate this Agreement
with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor as the integrator of choice to supply the goods or services as
outlined in Exhibit "A"attached hereto and made a part hereof for all purposes. The
intent of these documents is to formulate an Agreement listing the responsibilities of both
parties as outlined in the Solicitation and as offered by Vendor in its Response to the
Solicitation.
The Agreement includes the following in Exhibit A:
a. City's Solicitation designated as RFQ No. 04-010 "Generator Maintenance and
Repair Services,
b. Specification Number 04-936-39, revised April 2004
C. Vendor's Response to solicitation;
d. Any exhibits, 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) Bidder's Response to Solicitation;
(3) City's Solicitation, exhibits, and attachments.
2
4.01 ITEMS AWARDED
The goods or 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.
5.01 COSTS
The bid costs listed in Exhibit A shall be the basis of any charges collected by the
Vendor. Agreement prices shall be original price, terms and conditions plus any
approved changes.
6.01 PRICE ADJUSTMENT
The City may permit "unit price" adjustments upwardly or downwardly when
correlated with the price index specified herein. The base line index shall be the index
announced for the month in which the solicitation was opened. Unit prices may be
adjusted for each renewal period in accordance with changes in index. The allowable
percent change shall be calculated by subtracting the baseline index from the index
announced for the month in which the renewal option is exercised and dividing the result
by the baseline index. The allowable percent change shall be rounded to the nearest one-
hundredth of one percent and shall be the maximum unit price adjustment permitted,
except that the vendor may offer price decreases in excess of the allowable percent
change.
7.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received; and
D. Delivery dates.
8.01 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 goods or
services as d etermined by C ity's b udget for t he f iscal year i n q uestion. C ity in ay effect s uch
termination by giving Vendor a written notice of termination at the end of its then current fiscal
year.
9.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty(30) days of the day on which
3
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge a late fee of one percent (1%) for payments not made in accordance
with this Prompt Payment Policy; however, this Policy does not apply to payments made by City
in the event:
A. There is a bona fide dispute between City and Vendor concerning the supplies,
materials, or equipment delivered or the services performed which causes the
payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between any of the parties and subcontractors or
between a subcontractor and its suppliers concerning supplies, materials, or
equipment delivered or the services performed which causes the payment to be
late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
10.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
12.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products from another supplier or suppliers.
13.01 INSURANCE
Vendor shall meet all requirements as stated in the attached solicitation number 04-010
and its bid response.
4
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Pete Dominguez
Public Works—Building Maintenance
215 Lamar
Round Rock, Texas 78664
512-341-3144
15.01 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 b e 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.
16.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods or services elsewhere, Vendor 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 goods or service and
that it may not be considered in future bids for the same type goods or service unless the scope of
work is significantly changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
B. Fails to provide adequate assurance of performance under the "Right to
Assurance"section herein; or
C. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
17.01 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
Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten(10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to terminate
evidenced in writing by and between the parties.
5
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 Vendor, Vendor
shall discontinue all services in connection with the 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 notice
of termination, Vendor shall submit a statement showing in detail the goods and/or
services satisfactorily performed under this Agreement to the date of termination. City
shall then pay Vendor that portion of the charges, if undisputed. The parties agree that
Vendor is not entitled to compensation for services it would have performed under the
remaining term of the Agreement except as provided herein.
18.01 INDEMNIFICATION
Vendor 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 Vendor, or Vendor's agents, employees or
subcontractors, in the performance of Vendor'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 Vendor (including, but not limited to the right to seek contribution)
against any third party who may be liable for an indemnified claim.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
Vendor, its agents, employees and subcontractors shall use best efforts to comply with all
applicable federal and s tate 1 aws, t he C harter a nd O rdinances o f t he C ity of R ound R ock, a s
amended, and with all applicable rules and regulations promulgated by local, state and national
boards, bureaus and agencies.
20.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives t o e ach other w ith r espect t o t he t erms o f t his A greement. N either p arty s hall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
21.01.1 When delivered personally to the recipient's address as stated in this
Agreement; or
6
21.02.1 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 Vendor:
Fleet Maintenance of Texas.
4812 East 7th Street
Austin, TX. 78702
Notice to City:
James Nuse, City Manager Stephan 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 Vendor.
21.01 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.
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing.
23.01 DISPUTE RESOLUTION
If a dispute or claim arises under this Agreement, the parties agree to first try to resolve
the dispute or claim by appropriate internal means, including referral to each party's senior
management. If the parties cannot reach a mutually satisfactory resolution, then and in that event
any s uch d ispute o r c laim w ill b e sought t o b e resolved w ith t he h elp o f a in utually s elected
mediator. If the parties cannot agree on a mediator, City and Vendor shall each select a mediator
and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney
fees, associated with the mediation shall be shared equally by the parties.
City and Vendor 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.
24.01 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
7
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 void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor 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. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within
the agreed timeframes will constitute a material breach of this Agreement. Vendor 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 Vendor'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 Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for 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 Vendor have executed this Agreement on the dates
indicated.
CITY OF ROUND ROCK, TEXAS FLEET M TENANCE OE TX
By: By:
Nyle Maxwell, Mayor Title:
Date Signed: Date Signed:
ATTEST:
Christine R. Martinez, City Secretary
Date Signed:
8
EXHIBIT "A"
9
04/27/2004 14:35 5123858427 FLEET MAINT OE TX
PAGE 02
Arwduu4
REVISED
REQU6sT FOR QUOTATION
CITY OF ROUNb ROCK PURCHASING OFFICE
221 E.Main Street
Round Rock,Taxas 76664-5299
DUE DATE: Aril 23,2004 TIME: 3:00PM CITY CONTACT: CAROLYN BROOKS
VENDOR: ,QA S FAX V 512-218-7028PIIpNE: 51 -218-5457
ADDRESS: MAILING AND STREET ADDRESS:
CtTY(STATE PHONE# 7Z- -Q 7 CITY OF ROUND ROCK,PURCHASING DIVISION
FED IDO ��aDAa4 FAXiF - �c( 221 EAST MAIN S7RFET ROUND ROCK.T�C7ti684
SIGNATURE OF PERSON AUTHORIZ40 To QUOTE:
'By the alaneturo he mvo nlrued,the btdderhersby eetiMka Ilmt nellher the Dlddernor tic entity represented by the bidder,or anyone acung for such endbl has viwied the antitrust
tewi of this Slats,rddMdd h Section ism et seq..Taw=B"nebs ana Cotnmarm Codc,at U*Faaaral en01w laws,nor canlmunieeleo dimcdy or Indirectly,the quote rmae to any
CwWaIlWr or any othv perlon engaged In avdt fine or bualness.'
INSTRUCTIONS TO BIDDERS
• Fumish one copy of quote by mail or rax before due date
' All deliveries shall be FOB Destination,direct frcight prepaid and allowed
' All City of Round Reek purchase terms and Conditions shall ap0(y
All quotes racelved shall be evaluated based on the yoct value for the City,best value
will be determined by considering all or pan of the criteria listed,as wail as any relevant
cr QAQ spaelflcally I"tsied in the solicitation:
Bid price,Reputation of the bidder and of bidders goods and services,quality of the
bidder's goods or services,the extant to which the 9aods or sorvleas meet the City's
needs and bidder's past relationship with the City.
ITEMS CLASS 6 RE6t DE3CR11rnoN QTY I UNIT IMAKEW it. W dT F�reNSwN
=16'29 PRICE
THIS IS TO ESTABLISH A MULTI-YEAR CONTRACT TO PROVIDE MAINTENANCE SERVICE
FOR CITY OWNED GENERATORS AS IDENTIFIED ON AYTACHMENT"A"OF THE
SPECIFICATION NO.0¢936-39,R0ASED APRIL 2'004(13 pgs)ATTACHED.
FOR INFORMATION PURPOSES ONLY PLEASE PROVIDE THE FOLLOWINGl
REFERENCES: �`
Name -t' Phone -Z -a 1
Name Phone
Neme w,w Phone - t3
SIT&MslYbATE: Aard 21.20aa MI!: I otiPLl
LOCATION: 17,1E Maln Strset Lobby.R—nd Rook,TX
CONTACT PERSON: PETE DOMINGUEZ
PHONE TO CALL: 512,341-0140
1 CENERATOR FIRE STATION 2 QUARTERLY IPM) 3 QTR /v AllGC
ANNUAL MAINT,(A►1) I CTR %7 4-00: /74- d c
PARTSFORAM I EA.
Z GENERATOR FIRE STATION 3 QUARTERLY(PM) 3 CTR
ANNUAL MAIM.(AM) t QTR 2q-04'
PARTS FOR AM 1 EA
3 GENERATOR FIRE STAMN 4 QUARTERLY(PM) 3 QTR /OL;.Z,v 00.4V
ANNUAL MAINT.(AM) 1 GTA /75. QU /79,00
PAM FORAM I EA dg QC 0O0.
4 GENEPATOR FIRS STATION 5 QUARTERLY(PM) 3 QTR
ANNUAL b1AINT,(AM) 1 GTR / CC) / 7y°.G'G
PARTS FOR AM 1 E4 3 Z Clel t f 2•[,41
5 GENERATOR FIAG STATION a QUARIVALY(PM) 3 DTR M3CG7,C:-0 .-...
ANNUAL MAINT.(AM) o QTR 00 ! TSI• _
PARTS FOR AM 1 GA
6 GENERATOR POLICE DEFT 1 QUARTERLY(PM) 3 QTR /GU,<,C; �ejeV•G'�' -
ANNUAL MAINT.(AM) I OTR GV i /?1•tib
PARTS FORAM 1 EA /��, ! 3/•LY/
04/27/2004 TUE 14:52 1T%/R% NO 71871 11002
04/27/2004 14.35 '5123858427 FLEET MAINT OE TX
04/ZZ/ZUV4 11!bH t'AA biZZ16'iuz1 wnx'r�aA�rucoii�u PAGE 01AGS+
�./
ROUND R0(,-,K, TEXAS
PURPOSE. PASSION. PROSPERITY
rtl�
QUEST FOR QUOTAS Z01V
/ ADDENDUM
ATE: April 22. 2004
CITY CONTACT: Carolyn Brooks
PHONE # 51.2.218-5457 FAX #: 512-218-7028
The EOHowing changes have been made to RFQ for Generator Maintenance:
• REVISED QUOTE SHEET SHALL REPLACE THE ORIGINAL FAXED APRIL 19,
2004.
Paragraph 5.1, PART II, page 8 of specification No. 04-936-39 is changed to
delete " unlimited Interim service calls from the first sentence.
• Paragraph 7, PART ll, page 9of Specification No. 04-936-39 is changed from:
REMEDIAL MAINTENANCE to REMEDIAL SERVICE, as well as all references for
the term through out the solicitation.
• Revised Attachment A to include: Stone Oak Lift Station
■ All other terms and conditions remain unchanged.
MAIL RESPONSE TO: PHYSICAL LOCATION:
City of Round Rock City of Round Rock
Purchasing Dept- 2nA Floor Council Chambers, Int floor
221 East Main Street - 221 East Main Street
Round Rock, Teams 78664 Round Rock, Texas 78664
Phone: (512) 218-5400
04/27/2004 TUE 14:52 (T%/R% NO 71871 ID001
04/27/2004 14:35 5123858427 FLEET MAINT OE TX
PAGE 03
ITEM 4 CLASS 6 ITEM 065GRIPTION QTY UNJT MAKFJMDDEL UNIT EXTENSLON
036.39 PFJcE
7 GENERATOR PARD 1 QUARTERLY(PM) 3 QTR 149C
ANNUAL MAW,{AMI 1 QTR ! -7 cl,� � 7 11-U
PARTS FORAM 1 EA
e GENERATOR CENTRAL FIRE QUARTERLY(PM) 3 47R ! DG
ANNUAL"WT.(AM) 1 QTR
PARTS FOR AM 1 Er► ! 3't' lJ U
9 GENERATOR PUH WKS 1 QUARTERLY(PM) OTAOG.Lir $ j00.CO
ANNUAL I+IAINT.(AA1) 1 QTR %7y•G
PARTa FOR AM 1 f3A 131,
♦�. cao $�lz.ao
10 GGNERATOR HILTON OUARTERLY(4Ml 3 OTR •��•
ANNUAL MAINY.IAM) 1 QTR iG�G.CO ��'�•u
PARTS FORAM 1 MA
11 GENERATOR CARNOUSTY QUARTERLY(PM) 3 OTR Dc;,(4'� 1� 043
ANNUAL JdAINT.(AM) t OTR �t �CJG7•4�1O
PARTS FORAM 1 EA
1Z 43F.NERATOIR TREVINO QUARTERLY(PM) I QTRl
/7�•
ANNUAL MAINT.(AM) 7 OTIR Z 6�1
PARTS FOR AM 1 EA 5,( J 1 L( CL
19 GENEPAVOR BAY HILL QUARTERLY 0441 3 QYR I(DS,co 'h 1445-<x
ANNUAL MAINT,(AM) 1 QTR9.t oS.l L Cb
PARTS FOR AM I l;d j a„(�,(� (kSICY)
1A GENERATOR OAKLANDS QUARTERLY(PM) 3 QTR lryS� �uSS•Cd
ANNUAL MAPN'T.(AM) 1 QTR
PARTS FOR AM 1 F4 l��j_r7U C 4S�I�
15 GENERATOR LAKE Q-TWN QUARTERLY(PN) 9 CTR //V�
ANNUAL MAINT.(AM) 1 QTR (be C C �Gi D''•LX
PARTS FOR AM i NA •7((✓ L t 0,GJ
1e GENERATOR STONE OAK QUARTERLY(PM) a QTR
S icy � �(-I;x GL
ANNUAL MAINT.(AM) 1 qTR
PAR-i Z FOR AM 1 EA )
17 ).AEOR PATE•REG HOURLY RATE i 1 HR (� ?U.Uo
MINIMUM CHANGE IIF AW CF---L HOURS C
19 LABOA RATE.A0TQR HOURS RATE i HK j• �, 7 �%�
MINIMUM CHANGE(IF ANY)OF I HOURS
19 CMERGeVr-Y-REG HOURLY RATE 1 HR
MINIMUM CHANCE O!ANY)OF HOURS V Yv U
20 CMSRGFf/CY•AFTER HOURS RA 1 HR etc? Cy
JAINMMUM CHANGE Oc'ANY)OF HOURS C1.-7 CI
11 ANNUAL LOAD CHECK ON ALL MACHINES ON ATCH•t1 1EA '!
NOTE:FOR EVALUATION PURPOSE THE CITY t5 LOQKiNG FOR 5 W
FLAT FEE INCLUSIVE OF MACHINE RENTAL,ONE NOUF LOAD TEST
ANO W3CR COVS,
7Z TRIP CHARGE 36 EA
(NOTE IT IS UNDE93TOOD BY BOTH PARTIES THAT A SINGLE TRIP
AND NOT MILA/GE WILL BE INVOICED BT SUPPLIER PER sgRvICE ' If
TRIP FOR TH i l.1GE OF THIS CONTRACT,TNIRTTSIX(3B)TRIPS LS
ONLY AN 6ITIMATE AND USED FaR BUDGETING PURPORES ONLY,
(e.g:1 eenmtar sm-Aced-1 bop ofurge;3 germaLbm zer Amd.I(ria dyg-)
TOTAL FOR ONE YEAR S
r
�l�-0
04/27/2004 TUE 14:52 (TX/RX NO 71871 Q003
GENERATOR MAINTENANCE
4/292004
1 of 2
REVISED
REQUEST FOR QUOTATION
CITY OF ROUND ROCK PURCHASING OFFICE
221 E.Main Street
Round Rock,Texas 78664-5299
DUE DATE: Aril 23 2004 TIME: 3:OOPM CITY CONTACT:
CAROLYN BROOKS
VENDOR: FAX# 512-218-7028 PHONE: 512-218-5457
ADDRESS: MAILING AND STREET ADDRESS:
CRY/STATE PHONE# CITY OF ROUND ROCK,PURCHASING DIVISION
FED ID# Fax#: 221 EAST MAIN STREET,ROUND ROCK,TX 78664
SIGNATURE OF PERSON AUTHORIZED TO QUOTE:
'By the signature hereon affixed,the bidder hereby ceAifies that neither the bidder nor the entity represented by the bidder,or anyone acting for such entity has violated the antitrust
laws of this Slate,codified in Section 15.01 el seq.,Texas Business and Commerce Code,or the Federal antitrust laws,nor communicated directly or indirectly,the quote made to any
competitor or any other person engaged in such line of business.-
INSTRUCTIONS TO BIDDERS
Furnish one copy of quote by mail or fax before due date
All deliveries shall be FOB Destination,direct freight prepaid and allowed
All City of Round Rock purchase terms and conditions shall apply
" All quotes received shall be evaluated based on the best value for the City,best value
will be determined by considering all or part of the criteria listed,as well as any relevant
criteria specifically listed in the solicitation:
Bid price,Reputation of the bidder and of bidder's goods and services,quality of the
bidder's goods or services,the extent to which the goods or services meet the City's
needs and bidder's past relationship with the City.
ITEM# CLASS&ITEM DESCRIPTION
936-39 QTY UNIT MAKE/MODEL
UNIT EXTENSION
THIS IS TO ESTABLISH A MULTI-YEAR CONTRACT TO PROVIDE MAINTENANCE SERVICE PRICE
FOR CITY OWNED GENERATORS AS IDENTIFIED ON ATTACHMENT"A"OF THE
SPECIFICATION NO.04-936-39,REVISED APRIL 2004(13 pgs)ATTACHED.
FOR INFORMATION PURPOSES ONLY PLEASE PROVIDE THE FOLLOWING
REFERENCES: I I
Name Phone
Name Phone
Name Phone
SITE VISIT DATE: April 21,2004 TIME. 1:00PM
LOCATION: 221 E.Main Street,Lobby,Round Rock,TX
CONTACT PERSON: PETE DOMINGUEZ
PHONE TO CALL: 512-341-3144
1 GENERATOR FIRE STATION 2 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
2 GENERATOR FIRE STATION 3 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
3 GENERATOR FIRE STATION 4 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
4 GENERATOR FIRE STATION 5 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
5 GENERATOR FIRE STATION 6 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
6 GENERATOR POLICE DEPT 1 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
GENERATOR MAINTENANCE
4292004
2 o/2
ITEM# CLASS&ITEM DESCRIPTION
QTY UNIT MAKE/MODEL UNIT EXTENSION
936-39
PRICE
7 GENERATOR PARD1 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
8 GENERATOR CENTRAL FIRE QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 OTR
PARTS FOR AM 1 EA
9 GENERATOR PUB WKS1 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
10 GENERATOR HILTON QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
11 GENERATOR CARNOUSTY QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
12 GENERATOR TREVINO QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
13 GENERATOR BAY HILL QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
14 GENERATOR OAKLANDS QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
15 GENERATOR LAKE G-TWN QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM i EA
16 GENERATOR STONE OAK QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
17 LABOR RATE-REG HOURLY RATE i HR
MINIMUM CHANGE(IF ANY)OF HOURS
18 LABOR RATE-AFTER HOURS RATE 1 HR
MINIMUM CHANGE(IF ANY)OF HOURS
19 EMERGENCY-REG HOURLY RATE 1 HR
MINIMUM CHANGE(IF ANY)OF HOURS
20 EMERGENCY-AFTER HOURS RATE 1 HR
MINIMUM CHANGE(IF ANY)OF HOURS
21 ANNUAL LOAD CHECK ON ALL MACHINES ON ATCH-8- 1 EA
NOTE:FOR EVALUATION PURPOSE THE CITY IS LOOKING FOR
FLAT FEE INCLUSIVE OF MACHINE RENTAL.ONE HOUR LOAD TEST
AND LABOR COSTS.
22 TRIP CHARGE
(NOTE: R IS UNDERSTOOD BY BOTH PARTIES THAT A SINGLE TRIP 36 EA
AND NOT MILAGE WILL BE INVOICED BY SUPPLIER PER SERVICE
TRIP FOR THE LIFE OF THIS CONTRACT. THIRTY-SIX(36)TRIPS IS
ONLY AN ESTIMATE AND USED FOR BUDGETING PURPOSES ONLY.
(e.g.:1 generator serviced-1 trip charge;3 generators serviced-1 trip charge)
TOTAL FOR ONE YEAR
CITY OF ROUND ROCK
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
GENERATORS:
ON-SITE PREVENTIVE MAINTENANCE AND REMEDIAL SERVICE
1. PURPOSE: The City seeks to contract with a qualified bidder to provide all goods and labor for
on-site preventive maintenance and remedial service by trained technicians for generators at
location(s)listed on Attachment A.
2. DEFINITIONS: The following definitions will be used for identified terms throughout the
specification and bid document:
2.1. Bidder identified throughout this specification shall describe persons and entities that
consider themselves qualified to provide the goods, equipment or services.
2.2. City—Identifies the City of Round Rock, Williamson County,Texas.
2.3. Contract—A mutually binding legal document obligating the Contractor to furnish the
goods, equipment or services,and obligating the City to pay for it.
2.4. Contractor—A person or business enterprise providing goods, equipment, labor and/or
services to the City as fulfillment of obligations arising from a contract or purchase order.
2.5. Goods represent materials,supplies,commodities and equipment.
2.6. Purchase Order-is an order placed by the Purchasing Office for the purchase of Goods
or Services written on the City's standard Purchase Order form and which,when
accepted by the Bidder, becomes a contract. The Purchase Order is the Bidder's authority
to deliver and invoice the City for Goods or Services specified,and the City's commitment
to accept the Goods or Services for an agreed upon price.
2.7. Subcontractor-Any person or business enterprise providing goods, equipment, labor,
and/or services to a Contractor if such goods, equipment,labor, and/or services are
procured or used in fulfillment of the Contractor's obligations arising from a contract with
the City.
3. CLARIFICATION:For clarification of specifications, bidders may contact:
Carolyn Brooks
City of Round Rock
Telephone: 512-218-5457
The individual listed above may be contacted by telephone or visited for clarification of the
specifications only. No authority is intended or implied that specifications may be amended or
alterations accepted prior to bid opening without written approval of the City of Round Rock through
the Purchasing Division.
PARTI
GENERAL CLAUSES AND CONDITIONS
1. The Contractor shall provide all labor and goods necessary to perform the project. The
Contractor shall employee all personnel for work in accordance with the requirements set forth by
the United States Department of Labor.
2. The Contractor shall be responsible for damage to the City's equipment and/or property,the
workplace and its contents by its work, negligence in work, its personnel and equipment. The
Contractor shall be responsible and liable for the safety; injury and health of its working personnel
while its employees are performing service work.
Page 1 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
3. The City is committed to maintaining an alcohol and drug free workplace. Possession, use, or
being under the influence of alcohol or controlled substances by Contractor, Contractor's
employees, subcontractor(s)or subcontractor(s')employees while in the performance of the
service is prohibited. Violation of this requirement shall constitute grounds for termination of the
service.
4. BEST VALUE EVALUATION:All bids received shall be evaluated based on the best value for the
City. Best value will be determined by considering all or part of the criteria listed, as well as any
relevant criteria specifically listed in the solicitation.
4.1. Bid price
4.2. Reputation of the bidder and of bidder's goods and services.
4.3. The quality of the bidder's goods or services.
4.4. The extent to which the goods or services meet the City's needs
4.5. Bidder's past relationship with the City. All vendors will be evaluated on their past,
performance and prior dealings with the City to include, but not limited to, failure to meet
specifications, poor quality, poor workmanship, late delivery.
5. BIDDER QUALIFICATONS: The opening of a bid will not be construed as the City's acceptance
of such bidder as qualified and responsible. The City reserves the right to determine the best
value from information submitted with the bid. All bidders shall furnish the following information at
a minimum:
5.1. References: Provide the name, address, telephone number and point of contract of at
least three firms that have utilized the exact technology for at least 2 years. References
may be checked prior to award. Any negative responses received may result in
disqualification of bid.
5.2. Identify any subcontractors to be used for this project. Experience, qualifications and
references of the subcontractors shall be submitted. The City reserves the right to
approve or disapprove all subcontractors prior to any work being performed.
6. COMPLIANCE WITH LAWS: The successful bidder shall comply with all federal, state, and local
laws, statutes, ordinances, rules and regulations,and the orders and decrees of any court or
administrative bodies or tribunals in any matter affecting the performance of the resulting
agreement, including without limitation,workers'compensation laws, minimum and maximum
salary and wage statutes and regulations,and licensing laws and regulations. When requested,
the Contractor shall furnish the City with satisfactory proof of its compliance.
7. CODES. PERMITS AND LICENSES: The successful bidder shall comply with all National, State
and Local standards, codes and ordinances and the terms and conditions of the services of the
electric utility, as well as other authorities that have jurisdiction pertaining to equipment and
materials used and their application. None of the terms or provisions of the specification shall be
construed as waiving any rules, regulations or requirements of these authorities. The successful
bidder shall be responsible for obtaining all necessary permits, certificates and/or licenses to fulfill
contractual obligations (City of Round Rock fees and costs will be waived).
8. ABANDONMENT OR DEFAULT: A Contractor who abandons or defaults the work on the
contract and causes the City to purchase the services elsewhere may be charged the difference in
service(if any)and shall not be considered in the re-advertisement of the service and may not be
considered in future bids for the same type of work unless the scope of work is significantly
changed.
Page 2 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
9. INDEMNITY: Contractor shall indemnify, save harmless and defend the City, its officers, agents,
servants, and employees from and against any and all suits, actions, legal proceedings, claims,
demands, damages, costs, expenses, attorney's fees and any and all other costs or fees incident
to the performance of the resulting agreement and arising out of a willful or negligent act or
omission of the Contractor, its officers, agents, servants and employees.
10. INSURANCE: The Contractor shall procure and maintain at its sole cost and expense for the
duration of the contract or purchase order resulting from a response to this bid/Specification
insurance against claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work as a result of this bid by the successful bidder, its
agents,representatives,volunteers, employees or subcontractors.
10.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by
the City before work commences.
10.2. The following standard insurance policies shall be required:
10.2.1. General Liability Policy
10.2.2. Automobile Liability Policy
10.2.3. Worker's Compensation Policy
10.3. The following general requirements are applicable to all policies:
10.3.1. Only insurance companies licensed and admitted to do business in the State of
Texas shall be accepted.
10.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only
on a per occurrence basis for property damage only.
10.3.3. Claims made policies shall not be accepted,except for Professional Liability
Insurance.
10.3.4. Upon request,certified copies of all insurance policies shall be furnished to the
City
10.3.5. Policies shall include, but not limited to, the following minimum limits:
10.3.6. Minimum Bodily Injury Limits of$300,000.00 per occurrence.
10.3.7. Property Damage Insurance with minimum limits of$50,000.00 for each
occurrence.
10.3.8. Automobile Liability Insurance for all owned,non-owned,and hired vehicles with
minimum limits for Bodily Injury of$100,000.00 each person,and$300,000.00 for
each occurrence, and Property Damage Minimum limits of$50,000.00 for each
occurrence.
10.3.9. Statutory Worker's Compensation Insurance and minimum $100,000.00
Employers Liability Insurance.
10.3.10. Coverage shall be maintained for two years minimum after the termination of the
Contract.
10.4. The City shall be entitled, upon request, and without expense to receive copies of
insurance policies and all endorsements thereto and may make reasonable request for
deletion, revision, or modification of particular policy terms, conditions, limitations, or
exclusions (except where policy provisions are established by law or regulation binding
either of the parties hereto or the underwriter of any of such policies). Upon such request
by the City, the Contractor shall exercise reasonable efforts to accomplish such changes
in policy coverage and shall pay the cost thereof. All insurance and bonds shall meet the
requirements of the bid specification and the insurance endorsements stated below.
Page 3 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
10.5. Contractor agrees that with respect to the required insurance, all insurance contracts and
certificate(s)of insurance will contain and state, in writing, on the certificate or its
attachment, the following provisions
10.5.1. Provide for an additional insurance endorsement clause declaring the
Contractor's insurance as primary.
10.5.2. Name the City and its officers, employees, and elected officials as additional
insureds, (as the interest of each insured may appear)as to all applicable
coverage.
10.5.3. Provide thirty days notice to the City of cancellation, non-renewal, or material
changes
10.5.4. Remove all language on the certificate of insurance indicating:
10.5.4.1. That the insurance company or agent/broker shall endeavor to
notify the City; and,
10.5.4.2. Failure to do so shall impose no obligation of liability of any kind
upon the company, its agents, or representatives.
10.5.5. Provide for notice to the City at the addresses listed below by registered mail:
10.5.6. Contractor agrees to waive subrogation against the City, its officers, employees,
and elected officials for injuries, including death, property damage, or any other
loss to the extent same may be covered by the proceeds of insurance.
10.5.7. Provide that all provisions of this contract concerning liability, duty, and standard
of care together with the indemnification provision, shall be underwritten by
contractual liability coverage sufficient to include such obligations within
applicable policies.
10.5.8. All copies of the Certificate of Insurance shall reference the project name, bid
number or purchase order number for which the insurance is being supplied.
10.5.9. Contractor shall notify the City in the event of any change in coverage and shall
give such notices not less than thirty days prior notice to the change,which
notice shall be accomplished by a replacement Certificate of Insurance.
10.5.10. All notices shall be mailed to the City at the following addresses:
Assistant City Manager CityAttorney
City of Round Rock City of Round Rock
221 East Main Street 309 East Main Street
Round Rock, TX 78664-5299 Round Rock, TX 78664
10.6. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the
Contractor shall not relieve the Contractor of full responsibility or liability for damages and
accidents as set forth in the these requirements. Neither shall bankruptcy, insolvency, or
denial of liability by the insurance company relieve the Contractor from liability.
10.7. If the Contractor employs, contracts with or otherwise permits any other individual or entity
to perform any of the obligations of the Contractor, then any and all of these individual or
entities shall be bound by the same insurance requirements as the successful bidder.
11. WORKERS COMPENSATION INSURANCE:Texas Labor Code,Section 406.098 requires workers'
compensation insurance coverage for all persons providing services on building or construction
projects for a governmental entity.
11.1. Certificate of coverage -certificate")-A copy of a certificate of insurance,a certificate of
authority to self-insure issued by the Texas Workers'Compensation Commission, or a
coverage agreement(TWCC-81,TWCC-82,TWCC-83,or TWCC-84), showing statutory
Page 4 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
workers'compensation insurance coverage for the person's or entity's employees providing
services on a project,for the duration of the project.
11.2. Duration of the vroiect-includes the time from the beginning of the work on the project until
the CONTRACTOR's/person's work on the project has been completed and accepted by
the OWNER.
11.3. Persons providing services on the project("subcontractor")in Section 406 096 includes all
persons or entities performing all or part of the services the CONTRACTOR has undertaken
to perform on the project,regardless of whether that person contracted directly with the
CONTRACTOR and regardless of whether that person has employees. This includes,
without limitation, independent contractors,subcontractors,leasing companies,motor
carriers, owner-operators,employees of any such entity,or employees of any entity,which
furnishes persons to provide services on the project. "Services"include,without limitation,
providing,hauling,or delivering equipment or materials,or providing labor, transportation,or
other service related to a project. "Services"does not include activities unrelated to the
project,such as food/beverage vendors,office supply deliveries,and delivery of portable
toilets.
11.4. The CONTRACTOR shall provide_coverage,based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements,that meets the statutory
requirements of Texas Labor Code, Section 401.011(44)for all employees of the
CONTRACTOR providing services on the project,for the duration of the project.
11.5. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being
awarded the contract.
11.6. If the coverage period shown on the CONTRACTOR's current certificate of coverage ends
during the duration of the project,the CONTRACTOR must, prior to the end of the coverage
period, file a new certificate of coverage with the OWNER showing that coverage has been
extended.
11.7. The CONTRACTOR shall obtain from each person providing services on a project,and
provide to the OWNER:
11.7.1. a certificate of coverage,prior to that person beginning work on the project, so the
OWNER will have on file certificates of coverage showing coverage for all persons
providing services on the project;and
11.7.2. no later than seven calendar days after receipt by the CONTRACTOR,a new
certificate of coverage showing extension of coverage, if the coverage period shown
on the current certificate of coverage ends during the duration of the project.
11.8. The CONTRACTOR shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
11.9. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery,
within 10 calendar days after the CONTRACTOR knew or should have known, or any
change that materially affects the provision of coverage of any person providing services on
the project.
11.10. The CONTRACTOR shall post on each project site a notice,in the text,form and manner
prescribed by the Texas Workers'Compensation Commission, informing all persons
providing services on the project that they are required to be covered,and stating how a
person may verify coverage and report lack of coverage.
Page 5 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
11.11. The CONTRACTOR shall contractually require each person with whom it contracts to
provide services on a project,to:
11.11.1. provide coverage,based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements,that meets the statutory
requirements of Texas labor Code, Section 401.011(44)for all its employees
providing services on the project,for the duration of the project;
11.11.2. provide to the CONTRACTOR,prior to that person beginning work on the
project, a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on a project,for the duration of the
project;
11.11.3. provide the CONTRACTOR,prior to the end of the coverage period,a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
project;
11.11.4. obtain from each other person with whom it contracts, and provide to the
CONTRACTOR:
11.11.5. a certificate of coverage, prior to the other person beginning work on the project;
and
11.11.6. a new certificate of coverage showing extension of coverage,prior to the end of
the coverage period,if the coverage period shown on the current certificate of
coverage ends during the duration of the project
11.11.6.1. retain all required certificates of coverage on file for the duration of
the project and for one year thereafter,
11.11.6.2. notify the OWNER in writing by certified mail or personal delivery,
within 10 calendar days after the person knew or should have
known,of any change that materially affects the provision of
coverage of any person providing services on the project;and
11.11.6.3. contractually require each person with whom it contracts, to
perform as required by paragraphs(A thru G),with the
certificates of coverage to be provided to the person for whom
they are providing services.
11.12. By signing the solicitation associated with this specification,or providing, or causing to be
provided a certificate of coverage, the Contractor is representing to the Owner that all
employees of the Contractor who will provide services on the project will be covered by
workers'compensation coverage for the duration of the project,that the coverage will be
based on proper reporting of classification codes and payroll amounts,and that all coverage
agreements will be filed with the appropriate insurance carrier or,in the case of a self-
insured,with the Commission's Division of Self-Insurance Regulation. Providing false or
misleading information may subject the Contractor to administrative penalties,criminal
penalties,civil penalties, or other civil actions.
11.13. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor that entitles the Owner to declare the contract void if the Contractor does not
remedy the breach within ten calendar days after receipt of notice of breach from the owner.
Page 6 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
12. LIENS: Contractor agrees to and shall indemnify and save harmless the City against any and all
liens and encumbrances for all labor, goods and services which may be provided under the
resulting agreement. At the City's request the Contractor or subcontractors shall provide a proper
release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City.
13. VENUE: Both the City and the Contractor agree that venue for any litigation arising from a
resulting agreement shall lie in Williamson County.
14. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor shall not be
considered an employee of the City. The Contractor shall not be within protection or coverage of
the City's Worker'Compensation insurance, Health Insurance, Liability Insurance or any other
insurance that the City from time to time may have in force and effect.
15. AGREEMENT:The term of this Agreement shall be for a twelve-month period of time from the
date of award. Prices shall be firm for the duration of the Agreement, except as provided for
herein. This contract may be renewed for four additional periods of time not to exceed twelve
months for each renewal provided both parties agree.
16. VENDOR PERFORMANCE: The City reserves the right to review the Vendor's performance at
the end of each twelve month agreement period and to cancel all or part of the Agreement
(without penalty)or continue the agreement through the next period.
17. PRICE ADJUSTMENT:The City may permit"unit price"adjustments upward and downward, as a
result of a cost increase or decrease in product or commodity in accordance with the Producers
Price Index(PPI). Any price increase shall be requested by the Contractor in writing and
accompanied with the appropriate documentation to justify the increase. The vendor may offer
price decreases in excess of the allowable PPI percentage change.
18. NON-APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues
only. It is understood and agreed the City shall have the right to terminate the Agreement at the
end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to
purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in
question. The City may effect such termination by giving Contractor a written notice of termination
at the end of its then current fiscal year.
19. CANCELLATION:The City reserves the right to cancel the Agreement without penalty by
providing 30 days prior written notice to the other party. Contractor shall provide the City with 120
days written notice prior to cancellation of the Agreement and shall continue services for a period
of time not to exceed 120 days after written notification. Termination under this paragraph shall
not relieve the Contractor of any obligation or liability that has occurred prior to cancellation.
NOTE: This Agreement is subject to cancellation,without penalty,at any time the City
deems the vendor to be non-compliant with contractual obligations.
20. PROMPT PAYMENT POLICY: Payments will be made within thirty days after the city receives the
supplies, materials, equipment, or the day on which the performance of services was completed
or the day on which the City receives a correct invoice for the supplies, materials, equipment or
services,whichever is later. The Contractor may charge a late fee(fee shall not be greater than
that which is permitted by Texas law)for payments not made in accordance with this prompt
payment policy; however, this policy does not apply to payments made by the City in the event:
20.1. There is a bona fide dispute between the City and Contractor concerning the supplies,
materials, services or equipment delivered or the services performed that causes the
payment to be late; or
20.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from
making a timely payment with Federal Funds; or
Page 7 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
20.3. The is a bona fide dispute between the Contractor and a subcontractor or between a
subcontractor and its suppliers concerning supplies, material, or equipment delivered or
the services performed which caused the payment to be late; or
20.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the
purchase order or agreement or other such contractual agreement.
21. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims for overcharges
associated with this agreement which arise under the antitrust laws of the Untied States, 15 USGA
Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Bus. and Com.
Code, Section 15.01, et seg.
PART 11
SPECIFICATIONS
�. SCOPE:This specification describes a service to provide labor and materials for on-site preventive
and remedial service by factory trained technicians for generators at location(s)to include, but not
limited to Attachment A.
2. STATEMENT OF INTENT:These specifications cover only the general requirements as to the
performance and certain details to which the successful bidder shall conform. Bidders shall be
responsible for furnishing and installing equipment that meets or exceeds all of the requirements as
set forth herein, as well as provide equipment that is designed for the intended application.
3. ADDITIONS/DELETIONS: Equipment may be added or deleted during the term of the purchase
order/contract. Prices bid shall be used for adding/deleting such equipment.
3.1 If new equipment is procured during the term of the purchase order/contract, City reserves
the option to add the equipment at the vendor's current basic monthly charge less any
applicable discounts.
4. MAINTENANCE PARTS: Eighty-five percent of all parts shall be on-site within twenty-four
business hours for repair of equipment.All remaining parts shall be normally on-site within forty-
eight hours. Maintenance does not include normal operating supplies.
4.1 Refurbished parts may be used on an exchange basis; however, the refurbished parts shall
be equivalent to new.
4.2 Rental Generator, if required, shall be provided to City by supplier as a separate expense
outside the realm of this maintenance Contract and will be authorized by issuance of
purchase order.
5. PREVENTIVE MAINTENANCE:shall be performed on equipment to include but not limited to
locations shown on Attachment A.
5.1 Provide a minimum of four(4)quarterly Preventive Maintenance(PM)calls annually. Quarterly
visits are defined to mean substantially spaced visits that are spaced three(3)months apart.
During each of the quarterly inspections,all systems are visually checked for potential
problems,and are physically tested to assure reliability. Preventive maintenance service shall
include, but not be limited to, items identified on Attachment B as a minimum.
5.2 Contact City Representative of any discrepancies,and advise as to the cost of repairs. No
parts, supplies or annual services are included in the basic inspection costs.
5.3 Perform preventive maintenance at a time mutually agreed upon between the City
representative and the vendor.
Page 8 of 13
SPECIFICATION NO,
04-936-39
REVISED:APRIL 2004
6. ANNUAL MAINTENANCE(AM)shall be included in one of the three PM services. AM service shall
be accomplished on each designated machine in the fall. AM shall include:
6.1 Checking fuel and changing (if needed),changing oil and oil filters, fuel filters, coolant filters,
air filters, perform analysis on samples of oil and coolant, replace ignition parts(gas-
gasoline units only), and test all safety shutdowns. At this time, a series of tests shall be
conducted to ensure reliability and satisfactory interfacing between components.
7. REMEDIAL SERVICE: Remedial service shall be performed at the location(s)of equipment within
time allocations specified after call for service.
7.1 Consistent failure by the vendor to respond to service calls within the allowed response time
may place the vendor in default and subject to cancellation of the purchase order and, or
contract. Consistent failure is defined as not responding within the allowed response time
at any or all locations on three(3)out of five(5)consecutive occurrences.
7.2 Service technicians shall be fully qualified to work on the listed equipment and employed by
the vendor on the effective date of this purchase order/contract. Vendor shall be able to
verify that service personnel have had training with a minimum of one year of"hands on"
experience working on the listed equipment.
7.3 Service technicians performing work shall remain on-site until the problem is resolved or
until authorized to leave by the City site manager or designated point of contact(POC)as
per Attachment A.
8. ENGINEERING CHANGES (EC): The vendor shall advise City within 30 days of Engineering
Changes (EC)made available by the equipment manufacturer. City reserves the right to agree or
disagree to the installation of the part at time of notification. When City agrees to installation, the
following applies:
8.1 The equipment manufacturer, or their designated representative, shall install within 90 days
of acceptance by City contract administrator.
8.2 EC will be authorized by the issuance of a purchase order separate from this contract.
8.3 At the end of this purchase order/contract the vendor agrees to estimate and quote the City
for costs involved in bringing all equipment to current EC levels. Due to age of all City
owned generators sets, EC levels shall NOT be interpreted to include generator
replacement due to obsolescence. Also, Supplier agrees to replace, at the discretion of the
City, any parts installed during the service period that was not manufactured by the OEM.
9. LOAD TEST:A load test shall be performed on each of the designated generators at a time agreed
upon by City contract administrator and service supplier. Load bank equipment rental costs and
AWGS personnel costs shall be included in the quoted fee.
10. TECHNICAL DOCUMENTATION: The vendor shall obtain necessary technical documentation
pertaining to maintenance or service of the listed equipment.
11. MALFUNCTION REPORTS: Vendor shall complete and furnish a malfunction report for each
maintenance or service call with the invoice.A copy of each malfunction report shall be presented
with time and material maintained (if used outside the parameters of the monthly/annual charge)
invoices no later than date of subsequent invoice for monthly maintenance. Reports shall include,
as minimum, the following information:
Date and time notification received.
Date and time of arrival.
9of13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
Type and model of equipment.
Time spent for repair.
Description of malfunction.
Date and time equipment is made operational.
Part(s)ordered.
The vendor shall ensure that both parties verify acceptance of equipment as completely
operational.
The vendor shall ensure that both parties sign a malfunction report.
11.1 Malfunction report must be signed by designated City Representative A for that machine and
building. The Contract Administrator identified in this specification and they shall certify that
the individual generators are again in working order.
PART III
DELIVERY,SERVICE,ACCEPTANCE AND PAYMENT
1. SERVICE: Contractor shall have service and maintenance available to the City and shall be able
to respond to a request for service as specified.
1.1. Emergency Service—Contractor shall:
1.1.1. Respond within one hour of City's call(s)for service.
1.1.2. Be at location of required service within four hours after notification by City.
1.2. Perennial Maintenance—Contractor shall:
1.2.1. Respond within four hours of City's call(s)for service.
1.2.2. Be at location of required service with in twenty-four after notification by City.
3. INVOICING: Contractor shall submit one original and one copy of each invoice as required to the
following address:
City of Round Rock
Accounts Payable
221 East Main Street
Round Rock, TX78664-5299
4. PROMPT PAYMENT POLICY: Payments will be made within thirty days after the City receives
the supplies, materials, equipment, or the day on which the performance of services was
completed or the day on which the City receives a correct invoice for the supplies, materials,
equipment or services,whichever is later. The Contractor may charge a late fee(fee shall not be
greater than that which is permitted by Texas law)for payments not made in accordance with this
prompt payment policy, however, this policy does not apply to payments made by the City in the
event:
4.1. There is a bona fide dispute between the City and Contractor concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment to
be late;or
4.2. The terms of a federal contract, grant, regulation, or statute prevent the City from making
a timely payment with Federal Funds; or
4.3. The is a bona fide dispute between the Contractor and a subcontractor or between a
subcontractor and its suppliers concerning supplies, material, or equipment delivered or
the services performed which caused the payment to be late; or
4.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the
purchase order or contract or other such contractual agreement.
10 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
PART IV
ATTACHEMENTS
Attachment A—Equipment Make, Mode, Type and Location
Attachment B—Service Data
11 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
ATTACHMENT A
EQUIPMENT AND THEIR LOCATION
LOCATION EQUIPMENT
Fire Station#2(to be added later) ONAN MDL#70GGHF DESEL, 70 KW, 87.5KVA
206 West Bagdad Ave. Round Rock TX
Fire Station #3 ONAN MDL. #LTAEA30-3V126004F
1991 Rawhide, Round Rock TX Ser.#n/a
p-plant Kubota eng. (no tag)
Fire Station #4 Olympian MDL.#CD015—A162 2D18CBHYY 3300
Gattis School Rd., Round Rock TX Ser.#2019815, Power plant p/n 67057 2.2L
Fire Station #5 Olympian MDL.#D50P1, Ser.#E6929A/001
350 Deepwood, Round Rock, TX P-Plant#LJ50418*U895845F, Perkins Turbo
Fire Station #6(to be added later) ONAN MDL.#70GGHF DESEL, 70 KW, 7.5KVA
2919 Joe Dimaggio Blvd.,Round Rock,TX
Police Department Kohler MDL#100R02J81, ser.#386549
615 E. Palm Valley Blvd. P-Plant MDL.#CD6059T3118811, SER.
#6059TF003,John Deere Eng.
Police Department ONAN, P-Plant MDL.#591205A51-5357
604 Palm Valley Blvd. Round Rock TX Ser. #53132476, Cummins Eng.
Central Fire Station White, MDL.#D2300-X260,Ser.#XF3446344
203 Commerce, Round Rock,TX P-Plant MDL. 591205A51-5357, Ser.#30R0281,White
Eng.
Public Works Empire MDL.#400-0270,W.O#65-9834
2008 Enterprise,Round Rock,TX P-Plant, no tag, Perkins eng.
Hilton Head Left Station Olympian MDL.#D150PI
Round Rock,TX
Carnousty Lift Station Generac MDL.#98A03027S
Round Rock,TX
Trevino Court Lift Station Olympian/Generac MDL#97A05559-S
Round Rock,TX
Bay Hill Lift Station Olympian MDL.#D40PS
Round Rock,TX
Oaklands Lift Station Lima MDL.#AC96759CGH
Round Rock, TX
Lake Georgetown Lift Station ONAN MDL.#900DFHC
Georgetown,TX
Stone Oak, Lift Station PERKINS, MDL D50P3, SERIAL OLYOOOOOTNPF01860
Round Rock TX 62.5 KVA, 50KW 480/277VOLTS
12 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
ATTACHMENT B
Inspection List shall be inclusive of the following items as a minimum:
Fb.
RICATION
System leaks 7. HOUSING/CABINETS
Oil level a. General
ilters b. Fit
c. Decals
2. COOLING SYSTEM
a. Leaks 8. DC ELECTRICAL
b. Water level a. Batteries
c. DCA/antifreeze Water level
d. Filters Specific gravity
e. Hoses Terminals
f. Belts b. Engine safeties
g. Cooling fans Ammunciator
h. Block heater Battery charge rate
I. Pillow block
9. AC ELECTRICAL
3. FUEL SYSTEM a. Brushes
a. Fuel b. Instruments
b. Leaks c. Regulator
c. Filters d. Generator
d. Lines e. Circuit breakers
e. Tank levels f. Transfer switches
f. Transfer pump
g. Water separators 10. OPERATIONAL TESTS
h. Solenoid a. Load/no load
I. Wiring b. Voltage—AC/DC
c. Amps—AC/DC
4. IGNITION SYSTEM d. Frequency
a. Plugs e. Time delays
b. Points f. Oil pressure
C. Wiring 9• Engine temperature
d. Coil
e. Corrosion 11. OTHER
5. EXHAUST SYSTEM
a. Leaks
b. Condensation
c. Turbo charger
d. Flex pipe
e. Rain cap NOTE: THE CITY SHALL BE
f. Muffler NOTIFIED IN WRITING OF ANY
CHANGES MADE TO THIS LIST
6. HOUSING/DOORS
a. Hinges
b. Panels
c. Fit
d. Leaks
13 of 13
DATE: July 2, 2004
SUBJECT: City Council Meeting - July 8, 2004
ITEM: 9.E.2. Consider a resolution authorizing the Mayor to execute an Agreement for
Purchase of Generator Maintenance and Repair from Fleet Maintenance
of Texas.
Department: Transportation Services
Staff Person: Tom Martin, Director of Transportation Services
Justification:
The City recommends awarding the multi-year contract to Fleet Maintenance of Texas as the
lowest responsible bidder.
Funding:
Cost: $ 19,125.00
Source of funds: Street Department Operating Funds
Outside Resources: Fleet Maintenance of Texas
Background Information:
The City recommends awarding the multi-year contract to Fleet Maintenance of Texas as the
lowest responsible bidder. The City has a good relationship with Fleet Maintenance, as they have
maintained and repaired all the City's generators for the last five years. Fleet Maintenance is a
HUB vendor.
Public Comment: N/A
Executed
Document
Follows
CITY OF ROUND ROCK
AGREEMENT FOR PURCHASE OF
GENERATOR MAINTENANCE AND REPAIR
FROM
FLEET MAINTENANCE OF TEXAS
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENT:
COUNTY OF WILLIAMSON §
That this Agreement for services to provide maintenance and repair of generators,
(referred to herein as the "Agreement") is made and entered into on this the 8-Uv Lc
2004, by and between the CITY OF ROUND ROCK, TEXAS, a home-ru e
munici ality whose offices are located at 221 East Main Street, Round Rock, Texas 78664
(referred to herein as the "City"), and Fleet Maintenance of Texas., whose offices are located at
4812 East 7 t Street, Austin Texas (referred to herein as the "Vendor"). This Agreement
supersedes and replaces any previous agreement between the named parties, whether oral or
written, and whether or not established by custom and practice.
RECITALS:
WHEREAS, City desires to purchase Generator Maintenance and Repairs from Vendor;
and
WHEREAS, City has issued its "Solicitation" for City to provide said services, and City
has selected the solicitation response submitted by Vendor; 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 Vendor whereby
City is obligated to buy specified goods or services and Vendor is obligated to sell
specified goods or services.
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.
1
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 mean the specified supplies, materials, or equipment.
F. Services means work performed to meet a demand. The furnishing of labor, time,
or effort by the vendor, involving the delivery of any specific end product.
2.01 EFFECTIVE DATE, DURATION, AND TERM
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 a twelve-month period of time.
C. City reserves the right to review the Vendor's performance at any time during the
initial agreement or renewal period, and may elect to terminate this Agreement
with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor as the integrator of choice to supply the goods or services as
outlined in Exhibit "A" attached hereto and made a part hereof for all purposes. The
intent of these documents is to formulate an Agreement listing the responsibilities of both
parties as outlined in the Solicitation and as offered by Vendor in its Response to the
Solicitation.
The Agreement includes the following in Exhibit A:
a. City's Solicitation designated as RFQ No. 04-010 "Generator Maintenance and
Repair Services,
b. Specification Number 04-936-39, revised April 2004
C. Vendor's Response to solicitation;
d. Any exhibits, 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) Bidder's Response to Solicitation;
(3) City's Solicitation, exhibits, and attachments.
2
4.01 ITEMS AWARDED
The goods or 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.
5.01 COSTS
The bid costs listed in Exhibit A shall be the basis of any charges collected by the
Vendor. Agreement prices shall be original price, terms and conditions plus any
approved changes.
6.01 PRICE ADJUSTMENT
The City may permit "unit price" adjustments upwardly or downwardly when
correlated with the price index specified herein. The base line index shall be the index
announced for the month in which the solicitation was opened. Unit prices may be
adjusted for each renewal period in accordance with changes in index. The allowable
percent change shall be calculated by subtracting the baseline index from the index
announced for the month in which the renewal option is exercised and dividing the result
by the baseline index. The allowable percent change shall be rounded to the nearest one-
hundredth of one percent and shall be the maximum unit price adjustment permitted,
except that the vendor may offer price decreases in excess of the allowable percent
change.
7.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received; and
D. Delivery dates.
8.01 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 goods or
services as d etermined by C ity's b udget for t he f iscal year i n q uestion. C ity in ay effect s uch
termination by giving Vendor a written notice of termination at the end of its then current fiscal
year.
9.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty (30) days of the day on which
3
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge a late fee of one percent (1%) for payments not made in accordance
with this Prompt Payment Policy; however, this Policy does not apply to payments made by City
in the event:
A. There is a bona fide dispute between City and Vendor concerning the supplies,
materials, or equipment delivered or the services performed which causes the
payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between any of the parties and subcontractors or
between a subcontractor and its suppliers concerning supplies, materials, or
equipment delivered or the services performed which causes the payment to be
late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
10.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
12.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products from another supplier or suppliers.
13.01 INSURANCE
Vendor shall meet all requirements as stated in the attached solicitation number 04-010
and its bid response.
4
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Pete Dominguez
Public Works—Building Maintenance
215 Lamar
Round Rock, Texas 78664
512-341-3144
15.01 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 b e 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.
16.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods or services elsewhere, Vendor 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 goods or service and
that it may not be considered in future bids for the same type goods or service unless the scope of
work is significantly changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
B. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
C. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
17.01 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
Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to terminate
evidenced in writing by and between the parties.
5
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 Vendor, Vendor
shall discontinue all services in connection with the 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 notice
of termination, Vendor shall submit a statement showing in detail the goods and/or
services satisfactorily performed under this Agreement to the date of termination. City
shall then pay Vendor that portion of the charges, if undisputed. The parties agree that
Vendor is not entitled to compensation for services it would have performed under the
remaining term of the Agreement except as provided herein.
18.01 INDEMNIFICATION
Vendor 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 Vendor, or Vendor's agents, employees or
subcontractors, in the performance of Vendor'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 Vendor (including, but not limited to the right to seek contribution)
against any third party who may be liable for an indemnified claim.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
Vendor, its agents, employees and subcontractors shall use best efforts to comply with all
applicable federal and s tate 1 aws, t he C harter a nd O rdinances o f t he C ity of R ound R ock, a s
amended, and with all applicable rules and regulations promulgated by local, state and national
boards, bureaus and agencies.
20.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives t o e ach other w ith r espect t o t he t erms o f t his A greement. N either p arty s hall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
21.01.1 When delivered personally to the recipient's address as stated in this
Agreement; or
6
21.02.1 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 Vendor:
Fleet Maintenance of Texas.
4812 East 7`" Street
Austin, TX. 78702
Notice to City:
James Nuse, City Manager Stephan 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 Vendor.
21.01 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.
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing.
23.01 DISPUTE RESOLUTION
If a dispute or claim arises under this Agreement, the parties agree to first try to resolve
the dispute or claim by appropriate internal means, including referral to each party's senior
management. If the parties cannot reach a mutually satisfactory resolution, then and in that event
any s uch dispute o r c laim w ill b e sought to b e resolved with the h elp o f a mutually s elected
mediator. If the parties cannot agree on a mediator, City and Vendor shall each select a mediator
and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney
fees, associated with the mediation shall be shared equally by the parties.
City and Vendor 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.
24.01 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
7
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 void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor 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. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within
the agreed timeframes will constitute a material breach of this Agreement. Vendor 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 Vendor'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 Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for 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 Vendor have executed this Agreement on the dates
indicated.
CITY OF ROUN ROC XAS FLEET M TEN�A'NCE F TX
By: By: C l
Ny ell, ayor Title:
Date Signed: 7-9-0 Ll Date Signed: -7
ATTEST: n
WTChristine R. Martinez, City ecretary
Date Signed: 74-Q
8
EXHIBIT "A"
9
04/27/2004 14:35 5123858427 FLEET MAINT OE TX
PAGE 02
ar;tuuu�
1&s
REVISED
REQUEST FOR QUOTATION
CITY OF ROUNt)ROCK PURCHASING OFFICE
221 E.Main Strget
Round Rork,Texas 7R6s4-5299
DUE DATE_ April 23,2004 TIME: 3:OOPM CITY CONTACT: CAROLYN BROOKS
VENDOR: E .QA Q p S FAX V 512418-7028 PHONE: 512218-Sd57
ADDRESS: �� 4- MAILIN13 AND STRUT ADDRESS:
CrW STATE PHONE w. 7�- ��{' 7 CITY OF ROUND ROCK,PURCHASING DIVISION
FED IDI "7q app Q FAX S: 221 EAST MAIN STRMT ROUND ROCK Tx?W4
SIGNATURE OF PERSON AUTHORIZ4D TO QUOTE:
'9y trip slpharurs horcon alrired,the bidder hamby c-: Mo ii et neither are bidder nor the maty repreaentad by 1Ae bidder,or anyone acting lar such entity hal vioialed Vie anlumst
lewa or thin Sive,wdlil4d N Section 15.01 pc sop.•7axat&,sings and co merce Codc,ar the Federal enalrw laws,nor cainmuniceiea elrewy ,cr Mdl.adly,the quoin mace to ehy
convolik r or any attra person engaged In such Fne or bualnees'
INSTRUCTIONS TO BIDDERS
• Furnish one copy of quote by mail or rax before due date
' All deliveries shalt be FOB Destination,direct freight prepaid and allowed
All City of Round Reck purchase terms and conditions shall apply
• All quotas recelved shall be evaluated baaed on the pact vogue for the City,best value
will tie determined by considering all or part of the criteria listed,as well as any relevant
crttafia speClfically listed In the solicitation:
1014 PPICe,Reputation of the bidder and of bidder's ponds and services,quality of the
bidder's goods or servicers,the extent to which the goods or services meet the City's'
needs and bidder's past relationship with the City.
)TEM D cLA55 R REM DESCRIPTION QTY UNIT MAK&MOp64 UNIT FJr7CN510N
=101-112 PRICE
THIS IS TO ESTABLISH A MULTI-YCAR CONTRACT TO PROVIDE MAINTENANCE SERVICE
FOR CITY OWNED GENERATORS AS IDENTIFIED ON AYTACHMENT"A"OF THE
SPECIFICATION NO.04-836-39,REVISED APRIL 2004(13 pgs)ATTACKED.
FOR INFORMATION PURPOSES ONLY PLEASE PROVIDE THE FOLLOWING
REFERENCES: /� f
Name -.2 l cs✓Y1 Phone •�z
Name Phone 7a-0�b'S
Name 1 1-vrw L$IT5,V sr7DATE_ Ann121.2adA MH: t_PhoneC:;QL-
1:'OPM
LOCATION: 221 F-Main Shwk bobby,R—nd R*4K-rX
CONTACT PERSON: PETE POMINGUE[
PHONE TO CALL: 512.141-3746
1 GENERATOR FIRE STATION 2 QUARTERLY IPM) 3 OTR /U C.5
ANNUAL MNNT,(Alt) i OTR //
PARTSFORAM I EA /74-
y. QL
Z GENERATOR FIRE STATION 3 QUARTERLY(PM) 3 OTR /C C,Gyp I 3CC G d
ANNUAL MArNT.(AM) 1 OTR ; ?C/. GC t•Ly
PARTS FORAM 1 EA 9 j•�.(; 4,
3 GENERATOR FIRE STATION 4 QUARTERLY(PM) 3 CITR /pG:.C'v UCS.Cd
ANNUAL MAINT.(AM) 1 QTR /79;- pV /7-9,00
PARTS FORAM 1 EA
4 GENERATOR FIRS STATION 5 OUAKMIZLY(PM) 3 QTR jtSC,rva �L1p ,,+tr
ANNUAL MAINT,(AM) 1 GTR / G U 7tr7.GQ
PARTS FOR AM 1 FA ? t)o "f2-4,0
5 GENERATOR FIRE STATION a QUARTRRLY(PM) 3 QT?t Crj c-0
ANNUAL MAINT.(AM) QTRG' It
/I S �u r 79.Civ
PARTS FOR AM 1 CA
6 GENERATOR POLICE OEFT 1 QUARTERLY(PM) 3 QTR /GU,C.C: 04
ANNUAL MAINT,(AM) 1 OTR
?cJ.G�' :?7
�
PARYS POR AM 1 CA fl�a� / S1•40
04/27/2004 TUE 14:52 [TX/RX NO 71871 0 002
04/27/2004 14:35 5123858427 FLEET MAINT OE TX
04/22/LUU4 11:4b kAA 51Z21tfNZa wnn ruA�nxulivu PAGE 01
ROUND ROCS, TEXAS
v PURPOSE. PASS101% PRDSPERITY.
REQUEST FOR OUOTATI01V
/ ADDENDUM
ATE: April = 2004
CITY CONTACT Carolyn Brooks
PHONE #_ 512-218-5457 PAX #: _ 512-218-7029
The foAowing changes have been made to RFQ for Generator Maintenance:
• REVISED QUOTE SHEET SHALL REPLACE THE ORIGINAL FAXED APRIL 19,
2004.
• Paragraph 5.1, PART II, page 8 of specification No. 04-93639 is changed to
delete " unlimited interim service calls from the first sentence.
• Paragraph 7, PART 11, page 9of Specification No. 04-936-39 is changed from:
REMEDIAL MAINTENANCE to REMEDIAL SERVICE, as well as all references for
the term through out the solicitation.
• Revised Attachment A to include: Stone Oak Lift Station
■ All other terms and conditions remain unchanged.
MAIL RESPONSE TO; PHYSICAL LOCATION:
City of Round Rock City of Mound Rock
Purchasing Dept- 2a4 Floor Council Chambers, int floor
221 East Zdzin Street - 221 East Main Street
Round Rock, Texas 18664 Round Rock, Texas 78664
Phone: (512) 218-5400
04/27/2004 TUE 14:52 [T%/R% NO 71871 ID001
04/27/2004 14:35 5123858427 FLEET MAINT OE TX PAGE 03
ITEM A CLASS b ITEM OESGRIPTION QTY TUNITM:AKE�IMODEL UNIT WENSION
PRICE
GENERATOR PARD 1 QUARTERLY(PMI -7 C� CCf ( 7
ANNUAL MAINY.(AMI ; Y 3-Z GJ e
PARTS FOR AM
B GENERATOR CENTRAL FIRE EA
QUARTERLY(PM) i QQTK i/-717,00 c. c U
ANNUAL MAINT.(AM) �! G�/
PAIITS FOR AM 1
9 GEN&ATOR PUB WKS I OUARTEXLY(PM) 3 CTK
OTR Tf� /'4•ANNUAL I.WNT.(AM) 1 EA �3 .oo ! 3!`U
PARTS FOR AM
10 GGN0:VTOR HILTON QUARTERLY IPM) 3 QTR �q ev
ANNUAL MAINT,(AM) 1 QTR co �(B
PARTS FOR nM 1 &A �C'a�• ^
11 GENERATOR CARNOUSTY QUARTERLY WM) J QTR C70
ANNUAL MAINT.(AAI) 1 OTA
PARTS FORAM / EA
1Z GENERATOR TREVINO QUARTERLY(PM) 3 QTR ZtoL{r.LO
ANNUAL MAINT.(AM) I OTR �i Z: •
PARTS FOR AM 1 EA ('-(
10 GENERATOR BAY HILL QUARTERLY(PMJ 3 Q7'R
ANNUAL MAINT,(AM) 1 QTR -/Z,' w
PARTS FOR AM 1 6A I L(;.Lo (kSr oc)
1A G6NFRATOR OA1MN06 QUARTERLY(PM) 3 QTRq�(-[c15,C-0
ANNUAL MAINT,(AM) 1 QTR (�LO ��S•Ct
PARTS FOR AM 1 EA (c{C� ( q5,o
15 G£NWATOR LAKE r.T1NN QUARTERLY(PM) I
ANNUAL"NT.(AM) 1 qYm
PARTS FORAM 1 HA
i
1Q GENERATOR STONE OAK QUARTERLY(PM)
ANNUAL MAINT.(AN) 1 OTR
FAR i5 FOR AM 1 VA
17 LABOR RATE•REG WOURLYRAT6 1' HR
MNIMUM CHANG9(VF ANY)CF HOURS
18 LASOR RATE-AFTER HOURS PLATE 1 HR �Lj,' $8 5.C'2)
MINIMUM CHANGE(IF ANY)OF HOURS Q
19 CMERGENCY-REG HOURLY RATE 1 HR
MINIMUM CHANGE(10 ANY)OF LLL HOURS
20 %MERGFMCY•AFTER HOURS RA 1 HR 1] G
MINIMUM CHANGE(ICANY)OF I HOURS C1 C1 7
11 ANNUAL LOAD CHECK ON ALL MACHINES ON ATCH'H' 1 EA r
NOTE: FOR EVALUATION PURPOSE THE CITY IS LOOKING FOR
FLAT FEE INCLUSIVE OF MACHINE R&NTAL,ONE HOUR LOAD TEST
ANC 1A13CR COSTS,
Z2 TRIP CHARGE 36 EA
(NOTE: IT IS UNDERSTOOD BY BOTH PARTIES THAT A SINGLE TRIP
AND NOT MILAQE WILL B£INVOICED B7!WPPLIER PER SERVICE JJJ
TPAP FOR THti LIFE OF THIS CONTRACT,THIRTY.SLY(30)TRIPS IS �
ONLY AN UTIMATE AND VSFD FOR BUDGETING PURPORES ONLY,
(e.g_1 Benermlor serviced.1 Wp charge;3 gerwroL%m acrvimd.1 Irip ehsuge)
TOTAL FOR ONE YEAR
Aw
04/27/2004 TUE 14:52 [TX/RX NO 71871 IM003
GENERATOR MAINTENANCE
4/29/2004
1 of 2
REVISED
REQUEST FOR QUOTATION
CITY OF ROUND ROCK PURCHASING OFFICE
221 E.Main Street
Round Rock,Texas 78664-5299
DUE DATE: Aril 23 2004 TIME: 3:OOPM FEAST
:
CAROLYN BROOKS
VENDOR: -7028 PHONE: 512-218-5457
ADDRESS: TREET ADDRESS:
CITY/STATE PHONE# D ROCK,PURCHASING DIVISION
FED ID# FAX#: STREET,ROUND ROCK,TX 78664
SIGNATURE OF PERSON AUTHORIZED TO QUOTE:
"By the signature hereon affixed,the bidder hereby certifies that neither the bidder nor the entity represented by the bidder,or anyone acting for such entity has violated the
antitrust
of this State,codified in Section 15.01 et seq.,Texas Business and Commerce Code,or the Federal antitrust laws,nor communicated directly h indirectly,the quote made to any
competitor or any other person engaged in such line of business'
INSTRUCTIONS TO BIDDERS
' Furnish one copy of quote by mail or fax before due date
All deliveries shall be FOB Destination,direct freight prepaid and allowed
' All City of Round Rock purchase terms and conditions shall apply
' All quotes received shall be evaluated based on the best value for the City,best value
will be determined by considering all or part of the criteria listed,as well as any relevant
criteria specifically listed in the solicitation:
Bid price,Reputation of the bidder and of bidder's goods and services,quality of the
bidder's goods or services,the extent to which the goods or services meet the City's
needs and bidder's past relationship with the City.
ITEM# CLASS&ITEM DESCRIPTION OTY UNIT MAKE/MODEL
936-39 UNIT EXTENSION
THIS IS TO ESTABLISH A MULTI-YEAR CONTRACT TO PROVIDE MAINTENANCE SERVICE PRICE
FOR CITY OWNED GENERATORS AS IDENTIFIED ON ATTACHMENT"A"OF THE
SPECIFICATION NO.04-936-39,REVISED APRIL 2004(13 pgs)ATTACHED.
FOR INFORMATION PURPOSES ONLY PLEASE PROVIDE THE FOLLOWINGI
REFERENCES: I
Name Phone
Name Phone
Name Phone
SITE VISIT DATE: April 21,2004 TIME: 1:00PM
LOCATION: 221 E.Main Street,Lobby,Round Rock,TX
CONTACT PERSON: PETE DOMINGUEZ
PHONE TO CALL: 512.341.3144
1 GENERATOR FIRE STATION 2 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
2 GENERATOR FIRE STATION 3 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
3 GENERATOR FIRE STATION 4 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
4 GENERATOR FIRE STATION 5 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
5 GENERATOR FIRE STATION 6 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
6 GENERATOR POLICE DEPT 1 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
GENERATOR MAINTENANCE
4/29/2004
2of2
ITEM N CLASS&ITEM DESCRIPTION
QTY UNIT MAKE/MODEL UNIT EXTENSION
936-39
PRICE
7 GENERATOR PARD1 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 OTR
PARTS FOR AM 1 EA
8 GENERATOR CENTRAL FIRE QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
9 GENERATOR PUB WKS 1 QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 37
QTR
PARTS FOR AM 1 EA
10 GENERATOR HILTON QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
11 GENERATOR CARNOUSTY QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
12 GENERATOR TREVINO QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
13 GENERATOR BAY HILL QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
14 GENERATOR OAKLANDS QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
15 GENERATOR LAKE G-TWN QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM i EA
16 GENERATOR STONE OAK QUARTERLY(PM) 3 QTR
ANNUAL MAINT.(AM) 1 QTR
PARTS FOR AM 1 EA
17 LABOR RATE-REG HOURLY RATE 1 HR
MINIMUM CHANGE(IF ANY)OF HOURS
18 LABOR RATE-AFTER HOURS RATE 1 HR
MINIMUM CHANGE(IF ANY)OF HOURS
19 EMERGENCY-REG HOURLY RATE 1 HR
MINIMUM CHANGE(IF ANY)OF HOURS
20 EMERGENCY-AFTER HOURS RATE 1 HR
MINIMUM CHANGE(IF ANY)OF HOURS
21 ANNUAL LOAD CHECK ON ALL MACHINES ON ATCH"B" 1 EA
NOTE: FOR EVALUATION PURPOSE THE CITY IS LOOKING FOR
FLAT FEE INCLUSIVE OF MACHINE RENTAL,ONE HOUR LOAD TEST
AND LABOR COSTS.
22 TRIP CHARGE 36 EA
(NOTE: IT IS UNDERSTOOD BY BOTH PARTIES THAT A SINGLE TRIP
AND NOT MILAGE WILL BE INVOICED BY SUPPLIER PER SERVICE
TRIP FOR THE LIFE OF THIS CONTRACT. THIRTY-SIX(36)TRIPS IS
ONLY AN ESTIMATE AND USED FOR BUDGETING PURPOSES ONLY.
(e.g.:1 generator serviced-1 trip charge;3 generators serviced-1 trip charge)
TOTAL FOR ONE YEAR
CITY OF ROUND ROCK
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
GENERATORS:
ON-SITE PREVENTIVE MAINTENANCE AND REMEDIAL SERVICE
1. PURPOSE: The City seeks to contract with a qualified bidder to provide all goods and labor for
on-site preventive maintenance and remedial service by trained technicians for generators at
location(s) listed on Attachment A.
2. DEFINITIONS: The following definitions will be used for identified terms throughout the
specification and bid document:
2.1. Bidder identified throughout this specification shall describe persons and entities that
consider themselves qualified to provide the goods, equipment or services.
2.2. City—Identifies the City of Round Rock, Williamson County, Texas.
2.3. Contract—A mutually binding legal document obligating the Contractor to furnish the
goods, equipment or services, and obligating the City to pay for it.
2.4. Contractor—A person or business enterprise providing goods, equipment, labor and/or
services to the City as fulfillment of obligations arising from a contract or purchase order.
2.5. Goods represent materials, supplies,commodities and equipment.
2.6. Purchase Order-is an order placed by the Purchasing Office for the purchase of Goods
or Services written on the City's standard Purchase Order form and which, when
accepted by the Bidder, becomes a contract. The Purchase Order is the Bidder's authority
to deliver and invoice the City for Goods or Services specified, and the City's commitment
to accept the Goods or Services for an agreed upon price.
2.7. Subcontractor-Any person or business enterprise providing goods, equipment, labor,
and/or services to a Contractor if such goods, equipment, labor, and/or services are
procured or used in fulfillment of the Contractor's obligations arising from a contract with
the City.
3. CLARIFICATION: For clarification of specifications, bidders may contact:
Carolyn Brooks
City of Round Rock
Telephone: 512-218-5457
The individual listed above may be contacted by telephone or visited for clarification of the
specifications only. No authority is intended or implied that specifications may be amended or
alterations accepted prior to bid opening without written approval of the City of Round Rock through
the Purchasing Division.
PART I
GENERAL CLAUSES AND CONDITIONS
1. The Contractor shall provide all labor and goods necessary to perform the project. The
Contractor shall employee all personnel for work in accordance with the requirements set forth by
the United States Department of Labor.
2. The Contractor shall be responsible for damage to the City's equipment and/or property, the
workplace and its contents by its work, negligence in work, its personnel and equipment. The
Contractor shall be responsible and liable for the safety; injury and health of its working personnel
while its employees are performing service work.
Page 1 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
3. The City is committed to maintaining an alcohol and drug free workplace. Possession, use, or
being under the influence of alcohol or controlled substances by Contractor, Contractor's
employees, subcontractor(s)or subcontractor(s')employees while in the performance of the
service is prohibited. Violation of this requirement shall constitute grounds for termination of the
service.
4. BEST VALUE EVALUATION:All bids received shall be evaluated based on the best value for the
City. Best value will be determined by considering all or part of the criteria listed, as well as any
relevant criteria specifically listed in the solicitation.
4.1. Bid price
4.2. Reputation of the bidder and of bidder's goods and services.
4.3. The quality of the bidder's goods or services.
4.4. The extent to which the goods or services meet the City's needs
4.5. Bidder's past relationship with the City. All vendors will be evaluated on their past
performance and prior dealings with the City to include, but not limited to, failure to meet
specifications, poor quality, poor workmanship, late delivery.
5. BIDDER QUALIFICATONS: The opening of a bid will not be construed as the City's acceptance
of such bidder as qualified and responsible. The City reserves the right to determine the best
value from information submitted with the bid. All bidders shall furnish the following information at
a minimum:
5.1. References: Provide the name, address, telephone number and point of contract of at
least three firms that have utilized the exact technology for at least 2 years. References
may be checked prior to award. Any negative responses received may result in
disqualification of bid.
5.2. Identify any subcontractors to be used for this project. Experience, qualifications and
references of the subcontractors shall be submitted. The City reserves the right to
approve or disapprove all subcontractors prior to any work being performed.
6. COMPLIANCE WITH LAWS: The successful bidder shall comply with all federal, state, and local
laws, statutes, ordinances, rules and regulations, and the orders and decrees of any court or
administrative bodies or tribunals in any matter affecting the performance of the resulting
agreement, including without limitation,workers'compensation laws, minimum and maximum
salary and wage statutes and regulations, and licensing laws and regulations. When requested,
the Contractor shall furnish the City with satisfactory proof of its compliance.
7. CODES, PERMITS AND LICENSES: The successful bidder shall comply with all National, State
and Local standards, codes and ordinances and the terms and conditions of the services of the
electric utility, as well as other authorities that have jurisdiction pertaining to equipment and
materials used and their application. None of the terms or provisions of the specification shall be
construed as waiving any rules, regulations or requirements of these authorities. The successful
bidder shall be responsible for obtaining all necessary permits, certificates and/or licenses to fulfill
contractual obligations (City of Round Rock fees and costs will be waived).
8. ABANDONMENT OR DEFAULT: A Contractor who abandons or defaults the work on the
contract and causes the City to purchase the services elsewhere may be charged the difference in
service (if any)and shall not be considered in the re-advertisement of the service and may not be
considered in future bids for the same type of work unless the scope of work is significantly
changed.
Page 2 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
9. INDEMNITY: Contractor shall indemnify, save harmless and defend the City, its officers, agents,
servants, and employees from and against any and all suits, actions, legal proceedings, claims,
demands, damages, costs, expenses, attorney's fees and any and all other costs or fees incident
to the performance of the resulting agreement and arising out of a willful or negligent act or
omission of the Contractor, its officers, agents, servants and employees.
10. INSURANCE: The Contractor shall procure and maintain at its sole cost and expense for the
duration of the contract or purchase order resulting from a response to this bid/Specification
insurance against claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work as a result of this bid by the successful bidder, its
agents, representatives,volunteers,employees or subcontractors.
10.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by
the City before work commences.
10.2. The following standard insurance policies shall be required:
10.2.1. General Liability Policy
10.2.2. Automobile Liability Policy
10.2.3. Worker's Compensation Policy
10.3. The following general requirements are applicable to all policies:
10.3.1. Only insurance companies licensed and admitted to do business in the State of
Texas shall be accepted.
10.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only
on a per occurrence basis for property damage only.
10.3.3. Claims made policies shall not be accepted, except for Professional Liability
Insurance.
10.3.4. Upon request,certified copies of all insurance policies shall be furnished to the
City
10.3.5. Policies shall include, but not limited to,the following minimum limits:
10.3.6. Minimum Bodily Injury Limits of$300,000.00 per occurrence.
10.3.7. Property Damage Insurance with minimum limits of$50,000.00 for each
occurrence.
10.3.8. Automobile Liability Insurance for all owned, non-owned,and hired vehicles with
minimum limits for Bodily Injury of$100,000.00 each person, and$300,000.00 for
each occurrence, and Property Damage Minimum limits of$50,000.00 for each
occurrence.
10.3.9. Statutory Worker's Compensation Insurance and minimum $100,000.00
Employers Liability Insurance.
10.3.10. Coverage shall be maintained for two years minimum after the termination of the
Contract.
10.4. The City shall be entitled, upon request, and without expense to receive copies of
insurance policies and all endorsements thereto and may make reasonable request for
deletion, revision, or modification of particular policy terms, conditions, limitations, or
exclusions (except where policy provisions are established by law or regulation binding
either of the parties hereto or the underwriter of any of such policies). Upon such request
by the City, the Contractor shall exercise reasonable efforts to accomplish such changes
in policy coverage and shall pay the cost thereof. All insurance and bonds shall meet the
requirements of the bid specification and the insurance endorsements stated below.
Page 3 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
10.5. Contractor agrees that with respect to the required insurance, all insurance contracts and
certificate(s)of insurance will contain and state, in writing, on the certificate or its
attachment, the following provisions
10.5.1. Provide for an additional insurance endorsement clause declaring the
Contractor's insurance as primary.
10.5.2. Name the City and its officers, employees, and elected officials as additional
insureds, (as the interest of each insured may appear)as to all applicable
coverage.
10.5.3. Provide thirty days notice to the City of cancellation, non-renewal, or material
changes
10.5.4. Remove all language on the certificate of insurance indicating:
10.5.4.1. That the insurance company or agent/broker shall endeavor to
notify the City; and,
10.5.4.2. Failure to do so shall impose no obligation of liability of any kind
upon the company, its agents, or representatives.
10.5.5. Provide for notice to the City at the addresses listed below by registered mail:
10.5.6. Contractor agrees to waive subrogation against the City, its officers, employees,
and elected officials for injuries, including death, property damage, or any other
loss to the extent same may be covered by the proceeds of insurance.
10.5.7. Provide that all provisions of this contract concerning liability,duty, and standard
of care together with the indemnification provision, shall be underwritten by
contractual liability coverage sufficient to include such obligations within
applicable policies.
10.5.8. All copies of the Certificate of Insurance shall reference the project name, bid
number or purchase order number for which the insurance is being supplied.
10.5.9. Contractor shall notify the City in the event of any change in coverage and shall
give such notices not less than thirty days prior notice to the change,which
notice shall be accomplished by a replacement Certificate of Insurance.
10.5.10. All notices shall be mailed to the City at the following addresses:
Assistant City Manager City Attorney
City of Round Rock City of Round Rock
221 East Main Street 309 East Main Street
Round Rock, TX 78664-5299 Round Rock, TX 78664
10.6. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the
Contractor shall not relieve the Contractor of full responsibility or liability for damages and
accidents as set forth in the these requirements. Neither shall bankruptcy, insolvency, or
denial of liability by the insurance company relieve the Contractor from liability.
10.7. If the Contractor employs, contracts with or otherwise permits any other individual or entity
to perform any of the obligations of the Contractor, then any and all of these individual or
entities shall be bound by the same insurance requirements as the successful bidder.
11. WORKERS COMPENSATION INSURANCE: Texas Labor Code, Section 406.098 requires workers'
compensation insurance coverage for all persons providing services on building or construction
projects for a governmental entity.
11.1. Certificate of coverage("certificate")-A copy of a certificate of insurance,a certificate of
authority to self-insure issued by the Texas Workers'Compensation Commission, or a
coverage agreement(TWCC-81,TWCC-82,TWCC-83,or TWCC-84), showing statutory
Page 4 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
workers'compensation insurance coverage for the person's or entity's employees providing
services on a project,for the duration of the project.
11.2. Duration of the project-includes the time from the beginning of the work on the project until
the CONTRACTOR's/person's work on the project has
the OWNER. been completed and accepted by
11.3. Persons providing services on the project("subcontractor")in Section 406.096 includes all
persons or entities performing all or part of the services the CONTRACTOR has undertaken
to perform on the project, regardless of whether that person contracted directly with the
CONTRACTOR and regardless of whether that person has employees. This includes,
without limitation, independent contractors,subcontractors, leasing companies,motor
carriers, owner-operators, employees of any such entity,or employees of any entity,which
furnishes persons to provide services on the project. "Services"include,without limitation,
providing, hauling,or delivering equipment or materials, or providing labor, transportation, or
other service related to a project. "Services"does not include activities unrelated to the
project,such as food/beverage vendors,office supply deliveries, and delivery of portable
toilets.
11.4. The CONTRACTOR shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements, that meets the statutory
requirements of Texas Labor Code, Section 401.011(44)for all employees of the
CONTRACTOR providing services on the project,for the duration of the project.
11.5. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being
awarded the contract.
11.6. If the coverage period shown on the CONTRACTOR's current certificate of coverage ends
during the duration of the project,the CONTRACTOR must, prior to the end of the coverage
period, file a new certificate of coverage with the OWNER showing that coverage has been
extended.
11.7. The CONTRACTOR shall obtain from each person providing services on a project, and
provide to the OWNER:
11.7.1. a certificate of coverage,prior to that person beginning work on the project, so the
OWNER will have on file certificates of coverage showing coverage for all persons
providing services on the project;and
11.7.2. no later than seven calendar days after receipt by the CONTRACTOR,a new
certificate of coverage showing extension of coverage, if the coverage period shown
on the current certificate of coverage ends during the duration of the project.
11.8. The CONTRACTOR shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
11.9. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery,
within 10 calendar days after the CONTRACTOR knew or should have known, or any
change that materially affects the provision of coverage of any person providing services on
the project.
11.10. The CONTRACTOR shall post on each project site a notice, in the text,form and manner
prescribed by the Texas Workers'Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how a
person may verify coverage and report lack of coverage.
Page 5 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
11.11. The CONTRACTOR shall contractually require each person with whom it contracts to
provide services on a project, to:
11.11.1. provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, that meets the statutory
requirements of Texas Labor Code, Section 401.011(44)for all its employees
providing services on the project,for the duration of the project;
11.11.2. provide to the CONTRACTOR, prior to that person beginning work on the
project,a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on a project,for the duration of the
project;
11.11.3. provide the CONTRACTOR, prior to the end of the coverage period,a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
project;
11.11.4. obtain from each other person with whom it contracts,and provide to the
CONTRACTOR:
11.11.5. a certificate of coverage, prior to the other person beginning work on the project;
and
11.11.6. a new certificate of coverage showing extension of coverage,prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project
11.11.6.1. retain all required certificates of coverage on file for the duration of
the project and for one year thereafter;
11.11.6.2. notify the OWNER in writing by certified mail or personal delivery,
within 10 calendar days after the person knew or should have
known,of any change that materially affects the provision of
coverage of any person providing services on the project;and
11.11.6.3. contractually require each person with whom it contracts, to
perform as required by paragraphs (A thru G),with the
certificates of coverage to be provided to the person for whom
they are providing services.
11.12. By signing the solicitation associated with this specification, or providing, or causing to be
provided a certificate of coverage,the Contractor is representing to the Owner that all
employees of the Contractor who will provide services on the project will be covered by
workers'compensation coverage for the duration of the project, that the coverage will be
based on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a self-
insured, with the Commission's Division of Self-Insurance Regulation. Providing false or
misleading information may subject the Contractor to administrative penalties,criminal
penalties, civil penalties, or other civil actions.
11.13. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor that entitles the Owner to declare the contract void if the Contractor does not
remedy the breach within ten calendar days after receipt of notice of breach from the owner.
Page 6 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
12. LIENS: Contractor agrees to and shall indemnify and save harmless the City against any and all
liens and encumbrances for all labor, goods and services which may be provided under the
resulting agreement. At the City's request the Contractor or subcontractors shall provide a proper
release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City.
13. VENUE: Both the City and the Contractor agree that venue for any litigation arising from a
resulting agreement shall lie in Williamson County.
14. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor shall not be
considered an employee of the City. The Contractor shall not be within protection or coverage of
the City's Worker'Compensation insurance, Health Insurance, Liability Insurance or any other
insurance that the City from time to time may have in force and effect.
15. AGREEMENT: The term of this Agreement shall be for a twelve-month period of time from the
date of award. Prices shall be firm for the duration of the Agreement, except as provided for
herein. This contract may be renewed for four additional periods of time not to exceed twelve
months for each renewal provided both parties agree.
16. VENDOR PERFORMANCE: The City reserves the right to review the Vendor's performance at
the end of each twelve month agreement period and to cancel all or part of the Agreement
(without penalty)or continue the agreement through the next period.
17. PRICE ADJUSTMENT:The City may permit"unit price"adjustments upward and downward, as a
result of a cost increase or decrease in product or commodity in accordance with the Producers
Price Index (PPI). Any price increase shall be requested by the Contractor in writing and
accompanied with the appropriate documentation to justify the increase. The vendor may offer
price decreases in excess of the allowable PPI percentage change.
18. NON-APPROPRIATION:The resulting Agreement is a commitment of the City's current revenues
only. It is understood and agreed the City shall have the right to terminate the Agreement at the
end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to
purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in
question. The City may effect such termination by giving Contractor a written notice of termination
at the end of its then current fiscal year.
19. CANCELLATION:The City reserves the right to cancel the Agreement without penalty by
providing 30 days prior written notice to the other party. Contractor shall provide the City with 120
days written notice prior to cancellation of the Agreement and shall continue services for a period
of time not to exceed 120 days after written notification. Termination under this paragraph shall
not relieve the Contractor of any obligation or liability that has occurred prior to cancellation.
NOTE: This Agreement is subject to cancellation,without penalty,at any time the City
deems the vendor to be non-compliant with contractual obligations.
20. PROMPT PAYMENT POLICY: Payments will be made within thirty days after the city receives the
supplies, materials, equipment, or the day on which the performance of services was completed
or the day on which the City receives a correct invoice for the supplies, materials, equipment or
services,whichever is later. The Contractor may charge a late fee(fee shall not be greater than
that which is permitted by Texas law)for payments not made in accordance with this prompt
payment policy; however, this policy does not apply to payments made by the City in the event:
20.1. There is a bona fide dispute between the City and Contractor concerning the supplies,
materials, services or equipment delivered or the services performed that causes the
payment to be late; or
20.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from
making a timely payment with Federal Funds; or
Page 7 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
20.3. The is a bona fide dispute between the Contractor and a subcontractor or between a
subcontractor and its suppliers concerning supplies, material, or equipment delivered or
the services performed which caused the payment to be late; or
20.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the
purchase order or agreement or other such contractual agreement.
21. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims for overcharges
associated with this agreement which arise under the antitrust laws of the Untied States, 15 USGA
Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Bus. and Com.
Code, Section 15.01, et seg.
PART II
SPECIFICATIONS
1. SCOPE:This specification describes a service to provide labor and materials for on-site preventive
and remedial service by factory trained technicians for generators at location(s)to include, but not
limited to Attachment A.
2. STATEMENT OF INTENT: These specifications cover only the general requirements as to the
performance and certain details to which the successful bidder shall conform. Bidders shall be
responsible for furnishing and installing equipment that meets or exceeds all of the requirements as
set forth herein, as well as provide equipment that is designed for the intended application.
3. ADDITIONS/DELETIONS: Equipment may be added or deleted during the term of the purchase
order/contract. Prices bid shall be used for adding/deleting such equipment.
3.1 If new equipment is procured during the term of the purchase order/contract, City reserves
the option to add the equipment at the vendor's current basic monthly charge less any
applicable discounts.
4. MAINTENANCE PARTS: Eighty-five percent of all parts shall be on-site within twenty-four
business hours for repair of equipment. All remaining parts shall be normally on-site within forty-
eight hours. Maintenance does not include normal operating supplies.
4.1 Refurbished parts may be used on an exchange basis; however, the refurbished parts shall
be equivalent to new.
4.2 Rental Generator, if required, shall be provided to City by supplier as a separate expense
outside the realm of this maintenance Contract and will be authorized by issuance of
purchase order.
5. PREVENTIVE MAINTENANCE: shall be performed on equipment to include but not limited to
locations shown on Attachment A.
5.1 Provide a minimum of four(4)quarterly Preventive Maintenance(PM)calls annually. Quarterly
visits are defined to mean substantially spaced visits that are spaced three(3)months apart.
During each of the quarterly inspections,all systems are visually checked for potential
problems, and are physically tested to assure reliability. Preventive maintenance service shall
include, but not be limited to, items identified on Attachment B as a minimum.
5.2 Contact City Representative of any discrepancies, and advise as to the cost of repairs. No
parts, supplies or annual services are included in the basic inspection costs.
5.3 Perform preventive maintenance at a time mutually agreed upon between the City
representative and the vendor.
Page 8 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
6. ANNUAL MAINTENANCE (AM)shall be included in one of the three PM services. AM service shall
be accomplished on each designated machine in the fall. AM shall include:
6.1 Checking fuel and changing (if needed), changing oil and oil filters, fuel filters, coolant filters,
air filters, perform analysis on samples of oil and coolant, replace ignition parts (gas-
gasoline units only), and test all safety shutdowns. At this time, a series of tests shall be
conducted to ensure reliability and satisfactory interfacing between components.
7. REMEDIAL SERVICE: Remedial service shall be performed at the location(s)of equipment within
time allocations specified after call for service.
7.1 Consistent failure by the vendor to respond to service calls within the allowed response time
may place the vendor in default and subject to cancellation of the purchase order and, or
contract. Consistent failure is defined as not responding within the allowed response time
at any or all locations on three(3)out of five (5)consecutive occurrences.
7.2 Service technicians shall be fully qualified to work on the listed equipment and employed by
the vendor on the effective date of this purchase order/contract. Vendor shall be able to
verify that service personnel have had training with a minimum of one year of"hands on"
experience working on the listed equipment.
7.3 Service technicians performing work shall remain on-site until the problem is resolved or
until authorized to leave by the City site manager or designated point of contact(POC)as
per Attachment A.
8. ENGINEERING CHANGES (EU The vendor shall advise City within 30 days of Engineering
Changes (EC)made available by the equipment manufacturer. City reserves the right to agree or
disagree to the installation of the part at time of notification. When City agrees to installation, the
following applies:
8.1 The equipment manufacturer, or their designated representative, shall install within 90 days
of acceptance by City contract administrator.
8.2 EC will be authorized by the issuance of a purchase order separate from this contract.
8.3 At the end of this purchase order/contract the vendor agrees to estimate and quote the City
for costs involved in bringing all equipment to current EC levels. Due to age of all City
owned generators sets, EC levels shall NOT be interpreted to include generator
replacement due to obsolescence. Also, Supplier agrees to replace, at the discretion of the
City, any parts installed during the service period that was not manufactured by the OEM.
9. LOAD TEST:A load test shall be performed on each of the designated generators at a time agreed
upon by City contract administrator and service supplier. Load bank equipment rental costs and
AWGS personnel costs shall be included in the quoted fee.
10. TECHNICAL DOCUMENTATION: The vendor shall obtain necessary technical documentation
pertaining to maintenance or service of the listed equipment.
11. MALFUNCTION REPORTS: Vendor shall complete and furnish a malfunction report for each
maintenance or service call with the invoice.A copy of each malfunction report shall be presented
with time and material maintained (if used outside the parameters of the monthly/annual charge)
invoices no later than date of subsequent invoice for monthly maintenance. Reports shall include,
as minimum, the following information:
Date and time notification received.
Date and time of arrival.
9of13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
Type and model of equipment.
Time spent for repair.
Description of malfunction.
Date and time equipment is made operational.
Part(s)ordered.
The vendor shall ensure that both parties verify acceptance of equipment as completely
operational.
The vendor shall ensure that both parties sign a malfunction report.
11.1 Malfunction report must be signed by designated City Representative A for that machine and
building. The Contract Administrator identified in this specification and they shall certify that
the individual generators are again in working order.
PART III
DELIVERY,SERVICE,ACCEPTANCE AND PAYMENT
1. SERVICE: Contractor shall have service and maintenance available to the City and shall be able
to respond to a request for service as specified.
1.1. Emergency Service—Contractor shall:
1.1.1. Respond within one hour of City's call(s)for service.
1.1.2. Be at location of required service within four hours after notification by City.
1.2. Perennial Maintenance—Contractor shall:
1.2.1. Respond within four hours of City's call(s)for service.
1.2.2. Be at location of required service with in twenty-four after notification by City.
3. INVOICING: Contractor shall submit one original and one copy of each invoice as required to the
following address:
City of Round Rock
Accounts Payable
221 East Main Street
Round Rock, TX78664-5299
4. PROMPT PAYMENT POLICY: Payments will be made within thirty days after the City receives
the supplies, materials, equipment, or the day on which the performance of services was
completed or the day on which the City receives a correct invoice for the supplies, materials,
equipment or services,whichever is later. The Contractor may charge a late fee (fee shall not be
greater than that which is permitted by Texas law)for payments not made in accordance with this
prompt payment policy; however, this policy does not apply to payments made by the City in the
event:
4.1. There is a bona fide dispute between the City and Contractor concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment to
be late; or
4.2. The terms of a federal contract, grant, regulation, or statute prevent the City from making
a timely payment with Federal Funds; or
4.3. The is a bona fide dispute between the Contractor and a subcontractor or between a
subcontractor and its suppliers concerning supplies, material, or equipment delivered or
the services performed which caused the payment to be late; or
4.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the
purchase order or contract or other such contractual agreement.
10 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
PART IV
ATTACHEMENTS
Attachment A—Equipment Make, Mode, Type and Location
Attachment B—Service Data
11 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
ATTACHMENT A
EQUIPMENT AND THEIR LOCATION
LOCATION EQUIPMENT
Fire Station#2 (to be added later) ONAN MDL#70GGHF DESEL, 70 KW, 87.5KVA
206 West Bagdad Ave. Round Rock TX
Fire Station#3 ONAN MDL.#LTAEA30-3V126004F
1991 Rawhide, Round Rock TX Ser.#n/a, p-plant Kubota eng. (no tag)
Fire Station#4 Olympian MDL.#CD015—A162 2D18CBHYY 3300
Gattis School Rd., Round Rock TX Ser.#2019815, Power plant p/n 67057 2.21-
Fire Station#5 Olympian MDL.#D50P1, Ser.#E6929A/001
350 Deepwood, Round Rock,TX P-Plant#LJ50418*U895845F, Perkins Turbo
Fire Station #6(to be added later) ONAN MDL.#70GGHF DESEL, 70 KW, 7.5KVA
2919 Joe Dimaggio Blvd.,Round Rock,TX
Police Department Kohler MDL# 100R02J81, ser. #386549
615 E. Palm Valley Blvd. P-Plant MDL.#CD6059T3118811, SER.
#6059TF003, John Deere Eng.
Police Department ONAN, P-Plant MDL.#591205A51-5357
604 Palm Valley Blvd. Round Rock TX Ser.#53132476, Cummins Eng.
Central Fire Station White, MDL.#D2300-X260, Ser.#XF3446344
203 Commerce, Round Rock,TX P-Plant MDL. 591205A51-5357, Ser.#30R0281,White
Eng.
Public Works Empire MDI-.#400-0270,W.O#135-9834
2008 Enterprise, Round Rock,TX P-Plant, no tag, Perkins eng.
Hilton Head Left Station
Round Rock,TX Olympian MDL.#D150P1
Carnousty Lift Station Generac MDL.#98A03027S
Round Rock, TX
Trevino Court Lift Station Olympian/Generac MDL#97A05559-S
Round Rock,TX
Bay Hill Lift Station Olympian MDL.#D40PS
Round Rock,TX
Oaklands Lift Station Lima MDL.#AC96759CGH
Round Rock,TX
Lake Georgetown Lift Station ONAN MDL. #900DFHC
Georgetown,TX
Stone Oak, Lift Station PERKINS, MDL D50P3, SERIAL OLYOOOOOTNPF01860
Round Rock TX 62.5 KVA, 50KW 480/277VOLTS
12 of 13
SPECIFICATION NO.
04-936-39
REVISED:APRIL 2004
ATTACHMENT B
Inspection List shall be inclusive of the following items as a minimum:
1. LUBRICATION
a. System leaks 7. HOUSING/CABINETS
b. Oil level a. General
c. Filters b. Fit
c. Decals
2. COOLING SYSTEM
a. Leaks 8. DC ELECTRICAL
b' Water level a. Batteries
c. DCA/antifreeze Water level
d' Filters Specific gravity
e. Hoses Terminals
f. Belts b. Engine safeties
g. Cooling fans Ammunclator
h. Block heater Battery charge rate
I. Pillow block
9. AC ELECTRICAL
3. FUEL SYSTEM a. Brushes
a. Fuel b. Instruments
b. Leaks c. Regulator
c. Filters d. Generator
d. Lines e. Circuit breakers
e. Tank levels f. Transfer switches
f. Transfer pump
g. Water separators 10. OPERATIONAL TESTS
h. Solenoid a. Load/no load
i. Wiring b. Voltage—AC/DC
c. Amps—AC/DC
4. IGNITION SYSTEM d. Frequency
a. Plugs e. Time delays
b. Points f. Oil pressure
c. Wiring g. Engine temperature
d. Coil
e. Corrosion 11. OTHER
5. EXHAUST SYSTEM
a. Leaks
b. Condensation
c. Turbo charger
d. Flex pipe
e. Rain cap NOTE: THE CITY SHALL BE
f. Muffler NOTIFIED IN WRITING OF ANY
CHANGES MADE TO THIS LIST
6. HOUSING/DOORS
a. Hinges
b. Panels
C. Fit
d. Leaks
13 of 13