R-2017-4709 - 8/24/2017 RESOLUTION NO. R-2017-4709
WHEREAS, the City of Round Rock has duly advertised for bids to provide on-site
preventative maintenance and repair services for generators at various City locations, and
WHEREAS, Loftin Equipment Company has submitted the lowest responsible bid, and
WHEREAS, the City Council wishes to accept the bid of Loftin Equipment Company, 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 Services With Loftin Equipment
Company, a copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein.
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.
RESOLVED this 24th day of August, 2017.
z#/
CRAI ORG , Mayor
City Round ock, Texas
ATTEST:
SARA L. WHITE, City Clerk
0112.1704;00383868
EXHIBIT
„A„
CITY OF ROUND ROCK AGREEMENT FOR
PURCHASE OF GENERATOR PREVENTATIVE MAINTENANCE
AND REPAIR SERVICES
WITH
LOFTIN EQUIPMENT COMPANY
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS AGREEMENT for preventative maintenance and repair services for City of
Round Rock's generators, and for related goods and services (referred to herein as the
"Agreement"), is made and entered into on this the day of the month of
, 2017 by and between the CITY OF ROUND ROCK, a Texas home-rule
municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299
(referred to herein as the "City"), and LOFTIN EQUIPMENT COMPANY, whose offices are
located at 1241 Universal City Boulevard, Universal City, TX 78148 (referred to herein as the
"Services Provider").
RECITALS:
WHEREAS, City desires to purchase generator preventative maintenance and repair
services, and City desires to procure same from Services Provider; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and
services, and City has selected the bid submitted by Services Provider; 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 sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Services Provider
whereby City is obligated to buy specified services and Services Provider is obligated to sell
same. The Agreement includes the following: (a) City's Invitation for Bid, designated
00382791/ss2
1
Solicitation Number 17-011, Class/Item: 936/39 dated April 2017 ("IFB"); (b) Addendum No. 1,
Addendum No. 2, and Addendum No. 3 to the TFB (collectively the "Addenda"); (c) Services
Provider's Response to IFB; (d) contract award; and (e) any exhibits 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) Services Provider's Response to IFB;
(3) City's Invitation for Bids,Addenda, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties,Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
2.01 EFFECTIVE DATE,TERM,ALLOWABLE RENEWALS,PRICES FIRM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
B. The term of this Agreement shall be for sixty(60) months from the effective date
hereof.
C. Prices shall be firm for the duration of this Agreement. No separate line item
charges shall be permitted for invoicing purposes, including but not limited to equipment rental,
demurrage, costs associated with obtaining permits,or any other extraneous charges.
D. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Services Provider to supply the services as outlined in the IFB; Addenda to
IFB; and Response to IFB submitted by Services Provider, all as specified in Exhibit "A." The
intent of these documents is to formulate an Agreement listing the responsibilities of both parties
as outlined in the IFB and Addenda to IFB and as offered by Services Provider in its Response to
the IFB.
The services which are the subject matter of this Agreement are described in Exhibit"A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4.01 ITEMS AWARDED; AND SCOPE OF WORK
Items Awarded. All bid items in Exhibit"A"are awarded to Services Provider.
Scope of Work: For purposes of this Agreement, City has issued documents delineating the
required services (specifically IFB 17-011, Class/Item: 936/39 dated April 2017 and Addenda to
IFB 17-011). Services Provider has issued its response agreeing to provide all such required
services in all specified particulars. All such referenced documents are included in Exhibit "A"
attached hereto and made a part hereof for all purposes. When taken together with the appended
exhibits, this Agreement shall evidence the entire understanding and agreement between the
parties and shall supersede any prior proposals, correspondence or discussions.
Services Provider shall satisfactorily provide all services described under the attached
exhibits within the contract term specified in Section 2.01. Services Provider's undertakings shall
be limited to performing services for City and/or advising City concerning those matters on
which Services Provider has been specifically engaged. Services Provider shall perform its
services in accordance with this Agreement, in accordance with the appended exhibits, in
accordance with due care, and in accordance with prevailing industry standards for comparable
services.
5.01 COSTS
A. In consideration for the grounds maintenance services to be performed by Services
Provider, City agrees to pay Services Provider the amounts set forth in pages sixteen (16)
through nineteen(19)("Bid Form")of the attached Exhibit"A."
B. The City shall be authorized to pay the Services Provider an amount not-to-exceed
Forty-Eight Thousand Two Hundred Twenty-Seven and No/100 Dollars ($48,227.00) per
year for the term of this Agreement.
3
6.01 INVOICES
All invoices shall include,at a minimum,the following information:
A. Name and address of Services Provider;
B. Purchase Order Number;
C. Description and quantity of items received or services provided;and
D. Delivery or performance dates.
7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 271.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful service
provider(s) and the City. Such agreement shall be conclusively inferred for the services provider
from lack of exception to this clause in the service provider's response. However, all parties
hereby expressly agree that the City is not an agent of, partner to, or representative of those
outside agencies or entities and that the City is not obligated or liable for any action or debts that
may arise out of such independently-negotiated"piggyback"procurements.
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 services as
determined by City's budget for the fiscal year in question. City may affect such termination by
giving Services Provider 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
Services Provider 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 City receives a correct invoice for the performance and/or deliverables or services,
whichever is later. Services Provider may charge interest on an overdue payment at the "rate in
4
effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance
with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not
apply to payments made by City in the event:
A. There is a bona fide dispute between City and Services Provider, a contractor,
subcontractor or supplier about the goods delivered or the service performed that
cause 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 Services Provider and a subcontractor or
between a subcontractor and its supplier about the goods delivered or the service
performed that causes the payment to be late;or
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 Services Provider, cancel this Agreement without liability
to Services Provider if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or
representatives to any City officer, employee or elected representative with respect to the
performance of this Agreement. In addition, Services Provider 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 Services Provider's charges.
12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS
If Services Provider cannot provide the goods as specified, City reserves the right and
option to obtain the products from another supplier or suppliers.
13.01 INSURANCE
Services Provider shall meet all insurance requirements set forth by in the "Insurance
Requirements"documents on the City's website at:
https://www.roundrocktexas. og v/wp-content/uploads/2014/12/corr insurance 07 201 12 pdf
5
14.01 CITY'S REPRESENTATIVES
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Chad McDowell
General Services Director
212 Commerce Cove
Round Rock, Texas 78664
512-341-31.91
cmcdowel I@roundrocktexas.gov
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 be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
16.01 DEFAULT
If Services Provider abandons or defaults under this Agreement and is a cause of City
purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the
ditTerence in cost, if any, and that it will not be considered in the re-advertisement of the service
and that it may not be considered in future bids for the same type of work unless the scope of
work is significantly changed.
Services Provider shall be declared in default of this Agreement if it does any of the
following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance"section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
6
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 Services
Provider.
B. In the event of any default by Services Provider, City has the right to terminate
this Agreement for cause, upon ten (10)days' written notice to Services Provider.
C. Services Provider 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.
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 Services Provider,
Services Provider 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, Services Provider 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 Services Provider that portion of the charges, if undisputed. The parties agree that Services
Provider 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
Services Provider 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
Services Provider, or Services Provider's agents, employees or subcontractors, in the
performance of Services Provider'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
Services Provider (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
A. Services Provider, its agents, employees and subcontractors shall use best efforts
to comply with all applicable federal and state laws, the Charter and Ordinances of the City of
Round Rock, as amended, and with all applicable rules and regulations promulgated by local,
state and national boards, bureaus and agencies.
7
B. Services Provider acknowledges and understands that City has adopted a Storm
Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139
through 14-152 of the City's Code of Ordinances, to manage the quality of the discharges from
its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the
requirements of the Texas Commission on Environmental Quality (TCEQ) and the Texas
Pollutant Discharge Elimination System (TPDES). The Services Provider agrees to perform all
operations on City-owned facilities in compliance with the City's Illicit Discharge Ordinance to
minimize the release of pollutants into the MS4. The Services Provider agrees to comply with of
the City's stormwater control measures, good housekeeping practices and any facility specific
stormwater management operating procedures specific to a certain City facility. In addition, the
Services Provider agrees to comply with any applicable TCEQ Total Maximum Daily Load
(TMDL) Requirements and/or I-Plan requirements.
20.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
21..01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. 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 Services Provider:
Loftin Equipment Company
1241 University City Boulevard
Universal City,Texas 78148
Notice to City:
Laurie Hadley,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
8
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Services Provider.
22.01 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.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Services Provider and City. This Agreement may only be amended or supplemented by mutual
agreement of the parties hereto in writing, duly authorized by action of the City Manager or City
Council.
24.01 DISPUTE RESOLUTION
City and Services Provider 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.
25.01 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
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.
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Services Provider 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 perfonned in a manner according to
generally accepted industry practices.
Time is of the Essence. Services Provider understands and agrees that time is of the
essence and that any failure of Services Provider to fulfill obligations for each portion of this
Agreement within the agreed timeframes will constitute a material breach of this Agreement.
Services Provider 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 Services
Provider'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 Services Provider 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.
[Signatures on the following page.]
to
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of Round Rock,Texas Loftin Equipment Company
By• By:
Printed Name: Printed Na Mario Rodriguez
'ritle: Title: Account Manager
Date Signed: Date Signed: 7/25/17
Attest:
By:
Sara L. White, City Clerk
For City,Approved as to Form:
By:
Stephan L. Sheets,City Attorney
13
ROUND ROCK TEXAS
PURCHASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.round rocktexas.gov
INVITATION FOR BID (IFB)
GENERATOR PREVENTIVE MAINTENANCE AND REPAIR
SERVICES
SOLICITATION NUMBER 17-011
April 2017
Exhibit "A"
Page 1 of 20
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No.17-011
Class/Item:936/39
April 2017
PART I
GENERAL
1. PURPOSE: The City of Round Rock, herein after "City", seeks to contract with a qualified individual, firm, or
Corporation, hereafter referred to as "Respondent", to provide on-site preventive maintenance and repair services for
generators at various City locations.
2. ATTACHMENTS: Attachments A, B, and C are herein made part of this Invitation For Bid:
2.1 Attachment A:Bid Sheet
2.2 Attachment B: Respondent's Reference Sheet
2.3 Attachment C: Signed copy of the Addendum Acknowledgement Form or a signed copy of each issued
addendum with bid upon submission, if necessary.
3. CLARIFICATION: For questions or clarification of specifications, you may contact:
Yvonne Hopkins,CTPM
Purchasing Department
City of Round Rock
Phone: 512-218-3228
Email:yhopkins@roundrocktexas.gov
The individual listed above may be contacted by e-mail for clarification of the specifications only.No authority is intended
or implied that specifications may be amended or alterations accepted prior to solicitation opening without written
approval of the City of Round Rock through the Purchasing Department.
4. RESPONDENT(QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who
do not meet the minimum qualifications will not be considered for award.
4.1 Respondent shall be firms, corporations, individuals or partnerships normally engaged in the sale, service and
distribution of the commodity as specified herein and have adequate organization,facilities, equipment,financial
capability, and personnel to ensure prompt and efficient service to the City;
4.2 Respondent shall provide all labor, supplies and materials required to satisfactorily perform the services as
specified herein and own or acquire at no cost to the City all construction aids, appliances, and equipment
Respondent deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's
vehicles,equipment,tools and all associated costs.The City shall not be responsible for any Respondent's tools,
equipment or materials lost or damaged during the performance of the services specified herein;
4.3 Respondent shall employ a minimum of two qualified technicians. Service technicians shall be fully qualified to
work on the listed equipment and employed by the successful respondent on the effective date of the contract.
Respondent shall verify that service personnel have had training with a minimum of one year of "hands on"
experience working on the listed equipment.
4.4 Respondent shall provide the name, address, telephone number and email address of at least three firms that
have utilized similar service(s)for at least(two)2 years. References may be checked prior to award.Any negative
responses received may result in disqualification of submittal. Reference form provided,Attachment B. E-MAIL
ADDRESSES ARE REQUIRED.
4.5 Respondent shall be domiciled in or have a home office inside the United States. Respondents domiciled outside
the United States, or not having a home office inside the United States will not be included for consideration in
this procurement process.
5. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform required
services. The City seeks to do business directly with a company experienced in on-site preventive maintenance and
repair services for generators.
Exhibit "A"
Page 2 of 20
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No.17-011
Class/Item:936/39
April 2017
6. DAMAGE: The Respondent 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 usage.
7. SAFETY:The City reserves the right to remove any employee from City property for violation of federal,state,and local
health, safety and environmental laws, ordinances, rules and regulations.
The Respondent shall:
7.1. Ensure that all employees comply with all Occupational Safety and Health Administration(OSHA), State and City
safety and occupational health standards and other applicable federal, state, and local health, safety, and
environmental laws ordinances, rules and regulations in the performance of these services;
7.2. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury or
damage to any persons or property within and around the work site. In case of conflict, the most stringent safety
requirement shall govern;
7.3. Indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments, fines
penalties and liability of every kind arising from the breach of the Successful Respondents'obligations under this
paragraph.
8. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs,
labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, demurrage, fuel
surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds and risk management. No
separate line item charges shall be permitted for either response or invoice purposes.
9. PRICE INCREASE: Contract prices shall remain firm throughout the initial twelve (12) month term of the contract. A
price increase to the agreement may be considered at renewal time each year and shall be equal to the consumer price
index for that year, but at no time can the increase be greater than 25%of the contract price.
9.1. Consumer Price Index(CPI): Price adjustments will be made in accordance with the percentage change in the
U.S. Department of Labor Consumer Price Index(CPI-U)for all Urban Consumers.The price adjustment rate will
be determined by comparing the percentage difference between the CPI in effect for the base year six month
average(January through June OR July through December); and each (January through June OR July through
December six month average) thereafter. The percentage difference between those two CPI issues will be the
price adjustment rate. No retroactive contract price adjustments will be allowed.The Consumer Price Index(CPI)
is found at the Bureau of Labor Statistics, Consumer Price Index website: http://www.bls.gov/cpi/.
9.2. Procedure to Request Increase:
9.2.1. Mail the written price increase request with the rate detail comparison and comprehensive calculation to
the designated City Contract Specialist a minimum of 45 days prior to each renewal period.The detailed
written calculation will be verified and confirmed.All written requests for increases must include the City
of Round Rock contract number, solicitation reference information and contact information for the
authorized representative requesting the increase. Price increase requests shall be sent by mail to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock,TX 79664-5299
9.2.2. Upon receipt of the request,the City reserves the right to either accept the escalation and make change
to the purchase order within 30 days of the request, negotiate with the Vendor, or cancel the Agreement
or Purchase Order if an agreement cannot be reached on the value of the increase.
10. AGREEMENT TERM:The terms of the awarded agreement shall include but not be limited to the following:
10.1 The term of the initial Agreement shall begin from date of award and shall remain in full force for five(5)years,
equal to sixty(60)months.
Exhibit "A"
Page 3 of 20
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No.17-011
Class/item:936139
April 2017
10.2 The City reserves the right to review the awarded respondents'performance anytime during the contract term.
10.3 If the awarded respondent fails to perform its duties in a reasonable and competent manner, the City shall give
written notice to the respondent of the deficiencies and the respondent shall have thirty(30)days to correct such
deficiencies. If the respondent fails to correct the deficiencies within the thirty(30) days, the City may terminate
the agreement by giving the respondent written notice of termination and the reason for the termination.
11. ACCEPTANCE/INSPECTION:Acceptance inspection should not take more than ten (10)working days.The awarded
respondent will be notified within the time frame if the services delivered are not in full compliance with the specifications.
In the event the services are not performed to the satisfaction of the City, the site shall be re-cleaned at no additional
cost to the City. The City designated representative shall determine if the entire site is to be re-cleaned, or portions
thereof. If any agreement or purchase order is cancelled for non-acceptance, the needed services may be purchased
elsewhere and the vendor may be charged liquidated damages.
PART 11
SPECIFICATIONS
1. SCOPE:The City requests on-site maintenance and repair service for generators at various City locations noted on Bid
Form herein.This specification covers only the general requirements as to the performance and certain details to which
the successful Respondent shall conform. Respondent shall be responsible for the servicing,troubleshooting,repairing,
ordering and replacement of parts on generators,in accordance with manufacturer's recommendations,to ensure each
unit is operating as designed for the intended application.
2. ADDITIONS,DELETIONS,OR REPLACEMENTS:The City may add,delete or replace a generator on the solicitation.
If a generator is replaced, vendor shall perform maintenance on replacement generators when the manufacturer's
warranty has expired. The City will advise the vendor by written amendment within twenty (20) business days of the
addition or deletion of any location, any new or old generator, and when service shall begin if the generator is new.
3. MAINTENANCE PARTS: At the time the successful Respondent determines a generator needs maintenance or the
City calls for service:
3.1 Eighty-five percent of all parts shall be on-site within twenty-four(24)business hours for repair of equipment.
3.2 All remaining parts shall be normally on-site within forty-eight (48) hours. Maintenance does not include normal
operating supplies.
3.3 All parts shall be on a cost plus percentage (%) markup basis. invoices for work performed shall require an
itemized copy of supplies/parts receipt to be included. Failure to provide the cost plus percentage(%) markup on
an invoice may result in payment at cost.
4. PREVENTIVE MAINTENANCE(PM): Preventive maintenance shall be performed on equipment to include, but not be
limited to, locations shown on the Bid Form. All PM inspections and repairs shall be in accordance with the
manufacturer's recommended guidelines.
Successful respondent shall:
4.1 Provide a minimum of three (3) quarterly PM inspections annually. Quarterly inspections are defined as
inspections spaced three(3)months apart.During each quarterly inspection,all systems shall be visually checked
for potential problems, and shall be manually tested to assure reliability. Preventive maintenance service shall
include, but not be limited to,items identified on ATTACHMENT A and as recommended by manufacturer.
4.2 Contact City Representative with any problems and advise as to the cost of repairs. No parts,supplies,or annual
services are included in the basic inspection costs.
4.3 Contact the City representative to coordinate mutually agreed upon dates/times between the City representative
and the Respondent before any work, inspections, and/or preventive maintenance are performed.
Exhibit "A
Page 4 of 20
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No.17-011
Class/Item:936139
April 2017
4.4 Supply a detailed inspection and PM sheet to the facilities manager upon completion of each PM and/or
inspection.
5. ANNUAL MAINTENANCE JAM):Annual Maintenance service shall be performed on each designated generator in the
fall or fourth quarter of each year and in conjunction with the Preventive Maintenance.Annual Maintenance shall include
but not be limited to accordance with the manufacturer's recommended guidelines:
5.1 Check fuel level and drain separator and add fuel additive, as applicable.
5.2 Change oil.
5.3 Filter Replacement-Oil filters, fuel filters, coolant filters and air filters.
5.4 Analysis on oil,fuel and coolant.
5.5 Replacing ignition parts(gas-gasoline units only).
5.6 Testing all safety shutdowns.At this time, a series of tests shall be conducted to ensure reliability and
satisfactory interfacing between components.
6. Load Test: Load test shall be performed in conjunction with Annual Maintenance.
6.1 A minimum two-hour load bank test shall be performed on each of the generators at the time of the Annual
Maintenance, unless otherwise noted on the solicitation.
6.2 toad bank equipment rental costs and personnel costs shall also be included in the Annual Maintenance.
6.3 A copy of the load test results shall be provided to the City within 5 business days.
6.4 Load Tests shall be performed annually on all generator systems listed below:
6.4.1 Central Fire Station—203 Commerce Blvd.
6.4.2 City Hall—221 E. Main St.
6.4.3 Fire Station#2—206 W. Bagdad Ave.
6.4.4 Fire Station#3—1991 Rawhide Dr.
6.4.5 Fire Station#5—350 Deepwood Dr.
6.4.6 Fire Station#6—2919 Joe DiMaggio Blvd.
6.4.7 Fire Station#7—2811 Oakmont Dr.
6.4.8 High Service—5200 N. IH 35
6.4.9 Lake Georgetown—2040 Cedar Bend(DB Woods&Cedar Breaks Rd.)
6.5.0 Logistics Warehouse—3300 Gattis School
6.5.1 Police Department—2701 N. Mays
6.5.2 All other locations not listed shall be at the discretion and request of the City.
7. Test Results: Respondents shall provide to the City a copy of all test results upon completion of Annual Maintenance,
to include, but not be limited to fuel,oil and coolant analysis, safety shutdowns and load test.
7.1 Perform Annual Maintenance at a time mutually agreed upon between the City representative and the
Respondent.
8. REPAIR SERVICE: Repair service shall be performed at the location(s) of equipment within time allocations specified
after call for service.
8.1 For Emergency Service Call, Respondent shall:
8.1.1 Respond within one hour of City's call(s)for service.
8.1.2 Be at location of required service within two hours after notification by City.
Exhibit "A"
Page 5 of 20
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No.17-011
Class/Item:936139
April 2017
8.1.3 If, during the emergency repair of a generator, the City determines a rental generator is required,
Respondent shall provide a rental unit until the City's generator is repaired and fully functional.In addition,
if an emergency arises that requires the use of a rental generator, Respondent shall provide a rental
generator at the bidded price.All rentals shall be approved by an authorized City representative and billed
at the contractor's cost plus bid markup.
8.2 For Non-Emergency Service Call, Respondent shall:
8.2.1 Respond within four hours of City's call(s)for service.
8.2.2 Be at location of required service within twenty-four hours after notification by City.
9. 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(POG).
9.1 Service technicians shall be fully qualified to work on the listed equipment and employed by the Respondent on
the effective date of the contract. Respondent shall be able to verify that service personnel have had training with
a minimum of one year of"hands on"experience working on the existing and new equipment.
10. Consistent failure by the Respondent to respond to service calls within the allowed response time may place the
Respondent 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 two (2) out of three (3) consecutive
occurrences.
11. ENGINEERING CHANGES (EC}: The successful respondent shall advise the City within thirty (30) days of EC made
available by the equipment manufacturer. The City reserves the right to agree or disagree to the installation of the EC
at time of notification.When City agrees to installation, the following applies:
11.1 The equipment manufacturer,or their designated representative,shall install within ninety(90)days of acceptance
by City contract administrator.
11.2 Engineering Changes shall be authorized by the issuance of a Purchase Order separate from this contract.
11.3 At any point during Purchase Order or contract term, at the request of the City, Respondent agrees to estimate
and quote the City for costs involved in bringing all equipment to current Engineering Changes levels.Due to age
of all City owned generators, Engineering Changes levels shall NOT be interpreted to include generator
replacement due to obsolescence. Also, Respondent agrees to replace, at the discretion of the City, any parts
installed during the service period that were not manufactured by the OEM.
12. TECHNICAL DOCUMENTATION: The Respondent shall maintain necessary technical documentation pertaining to
maintenance or service of the listed equipment and any additions to the City's inventory throughout the contract and
extension periods.
13. MALFUNCTION REPORTS: Respondent shall complete and furnish a malfunction report for each maintenance and/or
service call with the invoice.A copy of each malfunction report shall be presented with time and material used outside
the parameters of the quarterly and/or annual charge. Invoices shall be received by the City before the next scheduled
quarterly maintenance.
13.1 Reports shall include, at a minimum,the following information:
13.2 Date and time notification received.
13.3 Location of equipment.
13.4 Date and time of arrival.
13.5 Type and model of equipment.
13.6 Time spent for repair.
13.7 Description of malfunction and repair
13.8 Date and time equipment is made operational.
Exhibit "A"
Page 6 of 20
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No.17-011
Class/Item:936/39
April 2017
13.9 Part(s)ordered.
14. Detailed description of all completed repair work certifying equipment is in working order, shall be signed by authorized
City Representative at the time work is performed and shall accompany the invoice for such work.
16. SERVICE RECORDS: In addition to the malfunction incident report(s), Respondent shall maintain a complete record of
all service performed on each piece of equipment,including all parts replaced.The service record shall be an individual
record identifying each piece of equipment explicitly, with a complete history of service and all parts used. All service
records and all test results shall be furnished to the City for review.
16. PREVENTIVE MAINTENANCE: All maintenance shall be performed as per the manufacturer's recommendations. If,
in the event of any conflict,the manufacturer's recommendations shall prevail.
16.1 A trained service representative shall visit a site, as requested by the City, as many times as needed in a year on
mutually agreed dates and times to perform preventive maintenance work.All work shall be performed in a safe
and professional manner and the work area shall be left in a neat and clean condition.
16.1.1 STARTING SYSTEM:
• Clean batteries and cables.
• Check and record specific gravity if batteries are lead-acid or, check and record voltage readings if
batteries are nickel-cadmium.
• Check for proper starter operations, noting any usual noises.
• Check for proper cranking motor disconnect.
• Replace plugs, points, cap, rotor, condenser (where applicable), and clean as required. Check all
connections in fuel, oil, cooling, battery, and exhaust systems.
16.2 BATTERY CHARGING SYSTEM:
• Clean all battery terminals,verify integrity of cables and connectors.Apply corrosion inhibitor.
• Check battery charging alternator for proper output.
• Check electrolyte level and fill.
• Load test batteries.
• Hydrometer test batteries.
• Inspect test battery charger for high and low rate and alarms(if applicable).
• Check engine alternator. Verify and record output.
16.3 FUEL SYSTEM:
• Check engine and supply system for any fuel leaks.
• Check operation of day tank pump and float switch.
• Check electrical and piping connections to day tank.
• Drain condensation from fuel water separator.
• Change fuel filters if applicable.
• Fuel treatment at City's request to add stabilizer to fuel tanks.
• Inspect all fuel lines and injector pump for leak(s).
16.4 LUBE OIL SYSTEM:
• Check engine oil level.
• Check engine oil pressure.
• Take sample of lube oil for analysis [one(1) per year].
• Change lube oil filter if applicable.
• Properly dispose of used oil filters.
16.5 AIR INTAKE SYSTEM:
Exhibit "A"
Page 7 of 20
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No.17-011
Class/Item:938/39
April 2017
Inspect air intake system including filter condition, crankcase breather, turbocharger, air-box drains, louvers
and ductwork(where applicable). Change filters if applicable.
• Listen for any unusual noises from this area.
• Insure that air intake flow is not unduly restricted.
16.6 EXHAUST SYSTEM:
• Inspect exhaust system including muffler(s) and drain condensation trap. Inspect exhaust flex coupling and
piping for leaks and proper operation.
• Verify rain cap operation.
• Check for abnormal vibration noise.
• Inspect spark plugs, plug wires and distributors(gas fueled only).
• Visually check exhaust outlet for excessive smoking.
• Visually check crankcase breather for excessive smoking.
16.7 ENGINE COOLING SYSTEM:
• Check coolant level. Fill as needed per manufacturer specifications.
• Check for proper amount of anti-freeze.
• Check coolant freeze point.
• Check radiator core for obstruction or buildup of foreign matter.
• Check general condition of engine coolant.
• Check for and repair leaks.
• Check inhibitors(nitrites).
• Replace coolant filter(if applicable).
• Check radiator for obstructions and air flow.
• Check for proper operation of louvers, either motorized of gravity(if applicable).
• Check all belts for wear and proper tension.
• Check all hoses for cracks and brittleness.
• Check jacket water heaters and thermostats for proper operation.
17. Take sample of coolant for analysis[one(1) per year].
18. SPEED CONTROL SYSTEM:
• Check governor rods and linkage for loose or wom parts.
• Check governor operation under load.
• Tighten loose wiring connections and note any potential problems.
19. SAFETY SYSTEM:
• Verify and record oil pressure and water temperature.
• Test all safety shut down circuits and alarms including over-speed, over-crank, low oil pressure, high water
temperature, low coolant level, pre-alarms(if applicable).
20. AC POWER GENERATOR:
• Make a general inspection of all electrical connections on regulator and generator.
• Grease bearings if necessary.
• Check and adjust voltage regulator. Inspect slip rings.
21. ENGINE CONTROL PANEL:
• Inspect for any loose connections, terminals, hour meter, oil pressure @ operation RPM (include hot cold PSI)
voltmeter, water temperature, and ammeter.
• Inspect condition of relay contacts.
Exhibit "A"
Page 8 of 20
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No.17-011
Class/Item:936139
April 2017
• Thoroughly clean control panel.
• Check operation of all lights and replace any indicator lights not working.
• Replace any blown fuses.
• Check operation of main circuit breaker and leave in"READY"position.
• Verify and record output voltage and adjust regulator if needed.
* Calibrate control meters.
• Verify and record output frequency and adjust governor, if necessary.
22. TRANSFER SWITCHES:
• Inspect general cleanliness(interior and exterior).
• Inspect lugs, terminals and connections.Tighten lugs, as needed.
• Inspect wires for chafing.
• Clean contacts.
• Lubricate per manufacturer specifications.
• Check for binding or wear of mechanical linkage.
• Inspect for arc damage or contact pitting.
• Verify proper operation of all panel lamps. Replace, as needed.
23. GENERAL:
• Carefully inspect engine for leaks or deterioration.
• Make note of any unusual sounds during walk-around inspections.
• Check and adjust voltage and frequency.
• Add engine fluids as required.
• Grease necessary fittings.
• General maintenance on jacket water heaters, engine plumbing, etc.
24. FLUID CHANGE:
• One(1)engine oil and oil filter change per year.
• Coolants change if applicable.
25. LOAD TESTING: During load testing, readings of the following must be recorded:
• Lube oil pressure.
• Water Temperature.
• Frequency.
• Current(all three phases).
® Voltage(all three phases).
• Kilowatts.
• Check auto start-stop move.
• Check operation of transfer switch when requested by City.
26. POINT OF CONTACT l DESIGNATED REPRESENTATIVE:
26.1 Respondent's point of contact: In order to maintain consistent standards of quality work performed across the
City, the City shall be provided with a designated and identified point of contact upon award of the contract to
include contact information.The City's designated representative shall be notified by the Respondent immediately
should the point of contact change.
26.2 The City's designated representative:The City's designated representative shall be:
Pete Dominguez
Facilities Manager, General Services
Phone: (512) 341-3144
Exhibit "A"
Page 9 of 20
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No.17-011
Class/Item:936/39
April 2017
Email: pdominquez(a)round rocktexas.Qov
27. WORKFORCE: Successful Respondent shall:
27.1 Ensure Respondent's employees perform the services in a timely, professional, and efficient manner.
27.2 Ensure Respondent's employees,while working on City property,wear a company uniform that clearly identifies
them as the Respondent's employee.
27.3 Employ all personnel for work in accordance with the requirements set forth by the United States Department of
Labor.The City reserves the right to verify citizenship or right to work in the United States.
28. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or
maximum purchase is made or implied. The City will only order the services/goods needed to satisfy requirements
within budgetary constraints,which may be more or less than indicated.
29. PERMITS: The Successful Respondent shall obtain all necessary permits, licenses, and/or certificates required by
federal, state and local laws, ordinances, rules or regulations for the completion of the services as specified herein.
PART III
SCHEDULE AND RESPONSE INSTRUCTIONS
1. SCHEDULE OF EVENTS: It is the City's intention to comply with the following solicitation timeline:
EVENT DATE
Solicitation released April 11, 2017
Mandatory Pre-Bid meeting/site visit April 21,2017 @ 10:00AM, CST
Deadline for submission of questions April 28, 2017 @ 5:00PM,CST
City responses to questions or addendums May 5, 2017 @ S:OOPM, CST
Bid Response Due Date(Due Date) May 19, 2017 @ 3:OOPM,CST
All questions regarding this solicitation shall be submitted in writing by 5:OOPM, CST on the due date noted above. A
copy of all the questions submitted and the City's response to the questions shall be posted on the City's webpage in
the form of an addendum at http://www.roundrocktexas.gov/.bids.
Questions shall be submitted to the City contact named herein.The City reserves the right to modify these dates. Notice
of date change will be posted to the City's website.
2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation described herein. Various updates
may include addendums, cancellations, notifications, and any other pertinent information necessary for the submission
of a correct and accurate response.The City will not be held responsible for any further communication beyond updating
the website.
3. MANDATORY PRE-SOLICITATION MEETING/SITE VISIT AND INSPECTION:A pre-solicitation meeting/site visit,
and inspection will be conducted to fully acquaint Respondents with the facilities,difficulties and/or restrictions inherent
in the services specified.The pre-solicitation meeting/site visit will be conducted on the date specified in the schedule
of events(Part III, Section 1).
3.1 Attendance at the pre-solicitation meeting/site visit is mandatory. Respondents shall sign-in at the pre-solicitation
meeting to document their attendance. Immediately following the pre-solicitation meeting a site visit tour will be
conducted to enable Respondents to determine labor, equipment, supplies and materials necessary to perform
the services specified herein. Respondents shall sign-in at each site of the tour to document their attendance.
The City reserves the right to determine a response"not available for award"if the Respondent fails to attend the
mandatory pre-solicitation meeting and site visit tour, which shall initially begin at:
Exhibit "A"
Page 10 of 20
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No. 17-011
Class/Item:936/39
April 2017
City of Round Rock
City Hall
221 E. Main Street
Round Rock,Texas 78664
On-Site Cell Phone: 512-801-4547
A City representative will carry the above listed cell phone during the pre-solicitation meeting/site visit to assist
attendees with directions.
3.2. Respondents will be responsible for their own transportation for the site visit tour.
3.3. A map for each facility location will be provided at the pre-solicitation meeting.
3.4. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre-solicitation
meeting/site visit.
3.5. It is the responsibility of the Respondent to examine each facility and determine quantity, amounts, take precise
measurements, determine material requirements, equipment requirements, labor requirements and other
solicitation related details during said inspections.
4. RESPONSE DUE DATE: Signed and sealed responses are due at or before 5:OOPM,on the due date noted in Part III,
Section 1. Respondent shall provide one (1) original and five (5) copies of their solicitation response. Mail or hand
deliver sealed responses to:
City of Round Rock
Attn: Yvonne Hopkins
Purchasing Department
221 E. Main Street
Round Rock,Texas 78664-5299
4.1 Sealed responses shall be clearly marked on the outside of packaging with Solicitation title Generator
Maintenance, Solicitation No. 17-011, Solicitation opening date May 19,2017 and the phrase: "DO NOT OPEN".
4.2 Facsimile or electronically transmitted responses will not accepted.
4.3 Responses cannot be altered or amended after opening.
4.4 No response can be withdrawn after opening without written approval from the City for an acceptable reason.
4.5 The City will not be bound by any oral statement or offer made contrary to the written specifications.
4.6 Samples and/or copies shall be provided at the Respondent's expense, and shall become the property of the
City.
5. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to accept
any response deemed most advantageous, or to waive any irregularities or informalities in the response received that
best serves the interest and at the sole discretion of the City.All solicitations received may be evaluated based on the
best value for the City. In determining best value, the City may consider:
5.1 Purchase price;
5.2 Reputation of Respondent and of Respondent's goods and services;
5.3 Quality of the Respondent's goods and services;
5.4 The extent to which the goods and services meet the City's needs;
5.5 Respondent's past performance with the City;
5.6 The total long-term cost to the City to acquire the Respondent's goods or services;
5.7 Any relevant criteria specifically listed in the solicitation.
Exhibit "A"
Page I 1 of 20
City of Round Rock
Generator Preventive Maintenance and Repair Services
IF8 No.17-011
Class/Item:936/39
April 2017
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are proposing.This
may include a presentation and/or the request for additional material/information to clarify.
6. AWARD:The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split award,
primary and secondary award,non-award,or use any combination that best serves the interest and at the sole discretion
of the City. Award announcement will be made upon City Council approval of staff recommendation and executed
agreement.Award announcement will appear on the City's website at http://www,roundrocktexas.gov/bids.
7. POST AWARD MEETING:The City and Successful Respondent(s)may have a post award meeting to discuss, but not
be limited to the following:
7.9 The method to provide a smooth and orderly transition of services performed from the current contractor;
7.2 Provide City contact(s) information for implementation of agreement.
7.3 identify specific milestones,goals and strategies to meet objectives.
8. NON-APPROPRIATION:The resulting Agreement is a commitment of the City's current revenues only. It is understood
and agreed that 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 affect such termination by giving Vendor a written notice of
termination at the end of its then current fiscal year.
9. INTERLOCAL COOPERATIVE CONTRACTING (PIGGYBACK) Other governmental entities may be extended the
opportunity to purchase off of the City's agreements, with the consent and agreement of the awarded Vendor(s) and the
City. Such consent and agreement shall be conclusively inferred from lack of exception to this clause in a Respondent's
submittal. However, all parties indicate their understanding and hereby expressly agree that the City is not an agent of,
partner to,or representative of those outside agencies or entities and that the City is not obligated or liable for any action or
debts that may arise out of such independently-negotiated"piggyback"procurements.
PART IV
RESPONSE REQUIREMENTS
The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every requirement specified in
the solicitation.This list is only a tool to assist participating Respondents in compiling their final responses. Respondents are
encouraged to carefully read the entire solicitation.
Respondents shall submit one (1) evident signed "Original" and five (5) copies of the response requirements including any
required attachments. The samples and/or copies shall be provided at the Respondent's expense, and shall become the
property of the City.
This invitation for bid (IFS) does not commit the City to contract for any supply or service. Respondents are advised that the
City will not pay for any administrative costs incurred in response preparation to this IFB;all costs associated with responding
to this IFB,will be solely at the interested parties'expense. Not responding to this IFB does not preclude participation in any
future RFP/RFQ/IFB.
For your bid to be responsive, all required items identified below shall be submitted with your proposal.
Attachment A: Responses shall be submitted on itemized, signed Bid Sheet provided herein. Failure to itemize or sign
solicitation may result in disqualification. Submission of responses on forms other that the City's Solicitation Document
may result in disqualification of the response.
Attachment B: Provide the name, address,telephone number and E-MAIL of at least three(3)Municipal, Government
agencies or firms of comparable size that have utilized similar service within the last two(2)years.City of Round Rock
references are not applicable. References may be checked prior to award.Any negative responses received may result
in disqualification of submittal.
Exhibit "A"
Page 12 of 20
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No.17-011
Class/item:938/39
April 2017
Attachment C: Provide signed copy of the Addendum Acknowledgement Form or a signed copy of each issued
addendum with bid upon submission.
Additional Information Requested:
Contract Information: Respondent shall provide information of any current established contract with a local City,
County,Municipality,Cooperative Agreement,Comptroller of Public Accounts(CPA)Texas Smart Buy Contract,Texas
Multiple Award Schedule (TXMAS), General Services Administration (GSA), Inter-local Agreement, or any other
contractual resource.
The following items shall be made available upon request by the City prior to award and the approval of any contract:
Proof of insurance for General Liability, Worker's Compensation and standard automobile liability coverage as set forth
by the Insurance Requirements as identified on the City's website at: htti)://www.roundrocktexas.gov/bil-
PART V
CONFIDENTIALITY OF CONTENT
1. CONFIDENTIALITY OF CONTENT:All documents submitted in response to a solicitation shall be subject to the Texas
Public information Act. Following an award,responses are subject to release as public information unless the response
or specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing is not
considered to be confidential under any circumstances.
1.1 Information in a submittal that is legally protected as a trade secret or otherwise confidential must be clearly
indicated with stamped, bold red letters stating"CONFIDENTIAL" on that section of the document. The City will
not be responsible for any public disclosure of confidential information if it is not clearly marked as such.
1.2 If a request is made under the Texas Public Information Act to inspect information designated as confidential,the
Respondent shall, upon request from the City, furnish sufficient written reasons and information as to why the
information should be protected from disclosure. The matter will then be presented to the Attorney General of
Texas for final determination.
PART Vi
GENERAL TERMS AND CONDITIONS 1 INSURANCE REQUIREMENTS
(ITEMS BELOW APPLY TO AND BECOME A PART OF THE CONTRACT)
1. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth by the insurance
Requirements as identified on the City's website at: http://www,roundrocktexas.gov/bids.
2. DEFINITIONS,TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that
the City's standard Definitions, Terms and Conditions, in effect at the time of release of the solicitation, shall govern
unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said Definitions,
Terms and Conditions are subject to change without notice. It is the sole responsibility of respondents to stay apprised
of changes. The City's Definitions, Terms and Conditions can be obtained from the City's website
http://www.roundrocktexas.gov/bids.
3. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas
Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after the acceptance of 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 Vendor
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:
Exh v b it "A"
Page 13 of 20
City of Round Rock
Generator Preventive Maintenance and Repair services
IFB No.17-011
Class/Item:936139
April 2017
3.1 There is a bona fide dispute between the City and Vendor concerning the supplies, materials, services or
equipment delivered or the services performed that causes the payment to be late; or
3.2 The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment
with Federal Funds; or
3.3 The is a bona fide dispute between the Vendor 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
3.4 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.
Exhibit "A"
Page 14 of 20
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No 17-011
Classlltem 936'39
April 2017
ATTACHMENT A:
BID SHEET
CITY OF ROUND ROCK, PURCHASING
221 E.Main Street
Round Rock,Texas 78664-5299
Bids are due to the Purchasing Office Bidding Information
at the above address by 3:OOPM,May 19,2017. Bid Name: Generator Preventive Maintenance✓g Repair
Services
Bid Number 17-011
Bid closing(due)date B bid number must be in lower left-hand Bid Closing(Due)Date: 05/19/2017
comer of sealed bid envelope with return address of bidding gid Closing Time: 3 OOPM
firm Bid F.O.B.Destination,Freight prepaid and allowed unless gid Location:
otherwise specified below. City of Round Rock
City Hall,Council Chambers
Facsimile or emailed bid responses shall not be accepted. 221 E Main Street
Round Rack,TX 78664
Invoice To•
City of Round Rock
Accounts Payable
221 East Main Street REQUIRED INFORMATION.
Round Rock.TX 76664-5299
TAX ID NO 86-0041520
LEGAL BUSINESS NAME:
Loftin Equipment CO
ADDRESS. 1241 Universal City Blvd.,Universal City,TX 78148
CONTACT.
Mario Rodriguez
TELEPHONE NO (210)788-9857
8U51NESS ENTITY TYPE: S-Corp
E-MAIL mrodriguez@loftinequip.com
Bidder shall print,sign,and[late below.
Failure to sign bid sheet will disqualify bid.
Mario Raddguez
Print Name
A 5/26117
.Auth._orize ignat._.._......,.. . .._
ure ___ .....�...___....._____._Oat....a,I,e..,...._
By the signature hereon affixed,the respondent hereby certifies that neither the respondent nor the entity represented by the respondent,or anyone acting
for such entity has violated the antitrust laws of the State,codified in Section 15.01 et seq Texas business and commerce Code,or he Federal antitrust
laws,nor communicated directly or indirectly,the bid made to any competitor or any other person engaged in such line of business.
Respondent agrees to comply with all conditions set forth in this Invitation For Bid(IFB?
This is for a five year agreement for Generator Preventive Maintenance and Repair Service in accordance with IFB No.1T-011.
Exhildif21 Alt
CITY OF'ROUND ROCK.TEXAS
I.%\ITATION FOK BID
SlIJILILIlion I IF 17-011 Gencrilor Pret ematit L!%l.t111I0f1J11LC II)d ft,:17.111 Smit.
r .
ROUND ROCK
P:?;KNAr1Mr 0:11;tll 1114
CITY OF ROUND ROCK, TEXAS
INVITATION FOR BID
Solicitation No. 17-011 Generator Preventative Maintenance and Repair Services
IFB No. 17-011 Addendum No. 2 Date of Addendum: May 12, 2017
Please note the following changes to this Invitation For Bid:
1. Please disregard the BID SHEET Section of Addendum No. 1. The Bid Sheet has been updated as
shown below on this Addendum No. 2, It has been updated to include a line for"Generator Standby
Rental" estimated for 1 day cost for each generator. Please use this Bid Sheet (Addendum 2)when
submitting your Bid Sheet.
The quantities shown on the solicitation are estimates only No guarantee of any minimum or m"murn purchase is made or implied The City will only
order the Services/goods needed to sausty requirements%-Athm budgetary consimints which may be more or less than indicated
SECTION A
ITEM LOCATION OF i
GENERATORSMAKE&MODEL SCHE0J,E QTYLiot.1 U141T PRICE EXWW'
7F ,-s
Baca Senior gjDf-tj1.tLr-Make-Kohler I f3d, QUARTERLY Preverl,va Maknionance tpm� 435
H3 OTR S 145
Center I GOREOZJB�Serial No.2025920
S 410
301 E 62kW Phase 3 480V ANNUAL.IJAINTENAiCE i AM) I YR 410
Bagdad Ave t Transfer Svmch-Make Koh er Milli LOAD TEST AM I YR S 260 5 260
Bldg 2 KVT-A k4VA 0 1104S I Serial Nf-
K2025711 GENERATOR STANDBY RENTAL I DAY 5 152 152
I QUARTERLY PraveolveM,onlenaric, PfAm 3 OTR S 145 s 435
C21nously
generator-Make.Gene. c W1
3621 ANNUAL MAINTENANCE:AM YR
2 98AO3021 51 Set of No - I --
a, 405 405
Cainousty 100kW Pha:C3/-Iscv
Cove Transfer S,.%rildi klake.Asco Oul LOAD TEST AM 260 260
Senes 300 tSenal No.21651 l GENERATOR STANDBY RENTAL I DAY s 232 s 232
Qermr;stor Make Caterp far h—tdi "'
Central Fife 080 'Sonat Na. QUARTERLY-Preventive I-lainleriance IPM OTR S 145 435
-4
Stal,on CATODC4.-ICNCE00575
3 203 60KW,Phase 31208V ANNUAL MAINTENANCE,AMI YR s 425 425
Commerce Transfer Svnich Blake AWd LOAD TEST AM YR 5
260 260
Blvd Ser-es 300 Set at No 3615079-
010RE GENERATOR STANDBY RENTAL I DAY 5 232 S 232
gtDXrL1qr Make,Olymp,an Lid, f QUARTS-RLY Preventive l.lamenance(PI.i. 3 OTR S 165 i 5 495
City Ha I D200P3 Serial No
221 E Main OLYOOOO4LNNS02324 ANNUAL MAINTENANCE JAM) I- YR S 585 585
street 2DQhW Phase 3/4130V LOAD TEST-AM 1 YR 5 315 S 315
ranzfer St-nich-Make Calerp:;.11
Kidl CTG I Serial No TSAI 1374 GENERATOR STANDBY RENTAL t DAY S 320 320
QUARTERLY Pre,ent. e Mxn(enanca JPM11 3- OTR S 145 3 435
Fire Station I Generator-Make-Generac md!
2 ANNUAL MAINTGNANCE(Af.11 1 445
5 1 7168650100 Serial 2091130 YR 445
206 West ;
: 100h',N Phasi!31208V
Bagdad Ave LOAD TEST-AM I YfR S 260 S 260
Transfer Svnich-Make General
W1 005683 Serial No -152D3-- GENERATOR STANDBY RENTAL I DAY s 232 5 232
Generator MaXe:Calerpl!ar Mdl QUARTERLY-Piejent�,e Maintenance(Phl) 3 QTR 435
145
rife station
D30-9S'Sena No
-3 1 YR
ANNUAL MAINTENANCE JAM 395 g 395
1991 2131<W I Phase I I 240V
Rav�hide Or LOAD TEST-A1.1 275 275
Translef S1.-.Icn-Mahe.Caterpillar
I Mdl.ATC I Serial No.TAT00640 GENERATOR STANDBY RENTAL I DAY 5 55 J s 55
Generator-(:take.Gensel hldl I QUARTERLY-Priavenirm Maintenance(PH: 3 I OTR 5 145 s 435
Fire Stat-ion 60REDZK I Serial No.SGt.132GSZD
7 GUM I Phase 31 1701208V ANNUAL MAINTENANCE W.li i I YR s 440 15 440
1301 Double
Transfer SvAith-Make:Kohler Mul260 260
Creek Dr. KSS-ACTC-0200S i Set,.,I NoLOAD TEST-A
SGf-132GMA GENERAJOR STANDBY RENTAL I DAY S 157- I $ 152
Exhibit "A" Pace ) ()1-1
CITY OF ROUND ROCK,TEXAS
INVITATION FOR BID
Solicitation No.17-011 Generator Preventative Maainienmice and RepairServices
Pre Station fiftptcpVr-Makri<Caterpillar 1 MdL QUARTERLY-Pmvpn ive Maintenance PM 3 CITR S 145 S 435
eb t]50-8/5ert2!No. ANNUAL MAWTEDtANCE AM 1 YR S 425
8 358 CATiIOC,t4Kt.GW0408 $425
Deepsoci d 4.5kW J Phase 3/208V LOAD TEST-AM t YR $ 260 S 260
Dr. Transfer Swfth-Make:Asco 1 Mdl.
Series 300/Serial No.118081-7 GENERATOR STANDBY RENTAL 1 DAY S 140 ; 140
QOMM&-Malta Ciariterial Qnan J QUARTERLY-Prevedve Maintenance PM 3 crrR S 150
Are Sta4ian MdL DGDA-SSB1453!Serial Na. ; 450
06 LU0694359 ANNUAL MAINTENA14CE1 YR S 440 ; 44p
9 2919 Joe 80kW i Photo 31208V
Dimamlo Transfer Switch-Make:Cummtn3- LOAD TEST-AM 1 YR S 270 g 270
Blvd. Onen J MW.OTPCB-56902 19 1
Salol No.HD40580179 GENERATOR STANDBY RENTAL 1 DAY S 232 232
Piro Station Gffl41AtQr-Make:Kohtar/Mdl. QUAntive Maintenance PM 3 QTR S 150 S 450
07 80REOZJD I Serial No.2168718 ANNUAL MAINtTENANCE AM 1 YR S `165
10 2811 60kW t Phase 3/209V 5 465
Oakmont Dr. Transfer Switch-Make:Kohler i Mdi. LOAD TEST-AM 1 YR L 270 s 270
KSS-OCTA-04MS 1 Serial No.
K2166050 GENERATOR STANDBY RENTAL 1 DAY S 232 ; 232
Fire Stallan �-MAe:Genet 1 Mdl. QUARTERLY-Preventive Maintenance PM 3 QTR S 145 S 435
t30RE07-K I SaW No.SGM32GSZC ANNUAL UAWTENANCE AM 1 YR S 440
11 68kW/Phase 3/120f208V ; 440
SW Red Transfer Switch-Makes Kohler/Mdl.
Lane KSS-ACTC-02ODS/Serial No. LOAD TEST-Alin 1 YR f 260 S 260
SGM32GM GENERATOR STANDBY RENTAL 1 DAY S 152 S 152
Forest Crock QUARTERLY-Preverdfve Maintonarme PM 3 QTR i 145 ; 435
12 -Bay y �Se W o.EM2A/001 AN
L ANNUAL MAINTENANCE(AM) 1 YR S 395 $ 395
��Day� 40xW/�1/240v
Lana Transfer Switch-Make:Asco J Mdl,
LOAD TEST t YR S 260 ; 260
Series 3001 Serial N2.101081-1 GENERATOR STANDBY RENTAL 1 DAY S 140 x 140
Forest Creek QUARTERLY-Preventive MalntanarwA Phut 3 GTR S 160 $480
-Hilton Head -Make:Olymplan 1 Mdt ANNUAL MAINTENANCE AM 1 YR S 535
13 2119 Hilton D150PI I Serial No.E7027A1001 S535
Head Dr. 1 50k i Phase 31480V LOAD TEST AM 1 YR S 285 ; 285
Transfer SvAWh-Makes:Asda J Mdl,
Series 3041 Serial No.180a33 GENERATOR STANDBY RENTAL 1 DAY S 280 S 280
Forest Creek . QUARTERLY-Prrrvm*m Maintenance l�h+i 3 QTR S 145 ; 435
14 Trevino 97A05S59-.S/Sellar No.t-Make:al No.2c/Md]
ANNUAL MAINTENANCE AM 1 YR S 420 S 420
3820 Trevino
-MMake:Ceneruc!
Dr. 60kW 1 Swi
Trarssfu SwiEclh hase 3! am LOAD TEST AM 1 YR S 260 260
W.97AO5559-W 1 Serial No.41288 GENERATOR STANDBY RENTAL 1 DAY S 152 $152
re r-Maks.:Kohler/Mdi.
182DREOZM/Serial No.2064745 QUARTERLY-Pmv&TUve Maintenance PM 3 QTR 3 280 j 840
High Servtee Transder Svvlleh-Make: ANNUAL.MAINTENANCE AM 1 YR S 1945 ; 1945
15 5200 N.iH 35 Ealon/CWer-Hammer/MdL
SSHM156 I Serial No.900P0251i01 LOAD TEST AM
R5 1 YR S 1350 ; 1350
1820kW I Phase 31480V GENERATOR STANDBY RENTAL 1 DAY S 2880 S 2880
Lake
Ge OMOD n C. _nr_-MAC:Cummins-Onan I QUARTERLY-Pmvenvve Maintenance pm 3 QTR 3 230 S 690
2040 Cedar Mdl,W0DFHC-13331 Serlal No, ANNUAL MAINTENANCE(AM)
BMW(08 M01358131 t YR S 9460 ; 1460
1B
Woods& 900kW 1 Phase 312400V L26 TEST 1 YR S 2600 S 2600
Cedar Brinks Trarnsfer SvAIch-Mako:rtla 1 MM.
Rd. nla!-Serial No.n/a GENERATOR.STANDBY RENTAL 1 DAY S 1440 S 1440
Logistics --Make* C l Mdi. QUARTERLY-PmvEkm MWn
anw PM 3 QTR $ 135 S405
17 Wareh016 9A1644-5/Sarial No.2p19815ANNUAL MAINTENANCE AM
1 YF? S 350 ; 350
3300 GaMs 1&W J Phase 11240V
Sal Rd- Transfer Switch-Make:Caeneras/ LOAD TEST AM 1 YR S 245 S 245
MdL 9WI644-WY/Serial No.29729 GENERATOR STANDBY RENAL 1 RAY 56 56
QUARTERLY-Preventive Maintenance PM 3 QTR $ 180 S 540
N}d�uti 7 A/ _Serial No.2093492 ANNUAL MAINfTENtAr4CE AM 1 YR S S
1 B 393V E. n Tramfer SvAteh-Make:Genese 1 LOAD TEST AM ]
Md.78OM200/Serial No.93827 1 YR $ 340 �340
300kW I Phase 31480V GENM:MTOR STANDBY FtEmTAL 1 DAY S 550 $560
Paltce 59-MM&-Make Koller/UdL QUARTERLY-Prevertyve MaMW=W(pM) 3 OTR S 205 $615
50OREOZVB/Somal No.2160408 ANNUAL MAWT1:NANCL=AM 1 YR 5 S
19 went Transfer SyAtch-Makes:Kohler/MdL
27015LMe" KCT-A.MVA-030aS/Serial No, LUA[7tTEST(AAA) Yet S 530 530
475kW J Blease 3/aBOV CIENERATOR STANDBY RENTAL 1DAY S 720 720
Exhibit "A"
11 Page 2 of 4
0'11'1 Of ROUND ROCK 'TEXAS
J\k I'r 1I ION FOR BID
Sn)icrtalwn Nii. 17-011 GLnr r Iter hrCt C(ttdrit�til.rint,nantc at1J Rc)t.Iir 5rP irc� r
QUARTERLY Preventive t.la nienance IPM, 3 � QTR g 145 S435 Y
PUWK:WarkS Generator•Make.Empire I Aidl. ##
20 2008 -150DGW-BE 1 Serlat No 373-304 ANNUAL MAIN ENANCE(AM) t 1 � YR 5 3701 � S 370
Enterprise Dr. Transfer Switch-Make:Empire 1 LOAD TEST(AM) � 1 � YR S 260 5 260
W1.A3C150A 1 Serial No.558-194
45kW 1 Phase 3 t 206V GENERATOR STANDBY RENTAL. 1 DAY S 130 S 1.40
QUARTERLY-Prevewive Ma•ntennnce tPR1) 3 OTR S 145 S 435
Sewer, Generator•)•1a s?:Gcnerc!I.SdI
2,
Crossing 5267.±5001001 Serial No,2003251 f ANrlUAI MAINTENANCE tAh11 t YR S 445 $ 445
1255 Country 80l,,4v 1 Phase 31 480v _
Rd.117 Transfer S..iich•Make.Gencrae 1 ICI LOAD TEST tAt.flYid S 260 � 5 260
Mal .52674502001 Serial No.68263 E GENERATOR STANDBY RENTAL 1 DAY S 232 S 232
Generator-h13ke:Olympian 1 pidt.
054P31 S/Sehil No. OUARTERLY-Plevenlive.t.laintenance(PH) 3 1 OTR ? S 145 S 435
Stone Oak OLY00000TNPF01E35i0
;4984 ANNUAL MAINTENANCE(r1Ri) I YR S 3$5 5 3 5
2F Wyoming 50kW 1 Phase 31 r180V — _
Springs Transfer SvjIC11-Make*Asco l MdL LOAD 7 EST IAM 1YR � 5 260 S 260
D30037ON IC 1 Serial No 213237-2
RE f GENERATOR STANDBY MENTAL t DAY � S 140 � S 140
eatrator-Make:Ohiniplan 1 hldl.
05OP3/Serial No,
OLY00000PNPF018.1.i QUARTERLY•Peeveniive Naintenance IPt.I) 3 OTR LS 145 S 435
Water 50*W i Phase 31•180V
23 Treatment Transfer Switch-Atake.ZENITH x ANNUAL I-WNTENANCE W.11 1 f YR S 305 S 395
Plant T::a(2) i ----
5200 N IH35 Tv:o(2)RMadels ZTS051-60EX-5 and LOAD TEST tAti: ! 1 YR S 260 5 260
Z)•S0zL26EX-5 -
Tv.•o(2)Serial Nos 1417964 and E
1417983 GENERATOR STANDBY RENTAL 1 � DAY S 140 5 140
Generator-M1ake Olympian Mdl QUARTERLY-Preventive Maintenance Pl.1) 3 LTR 5 145 5 435
Water 030Pt5/SetiSt Na MJA080A100d
2« Treatment 30!(W 1 Phase 1 1 2400 ANNUAL.MAINTENANCE IAM) t YR $ X06 5195
Plant Transfer Smictt-stake ASco hid1
5200 N.EH35 LOAD TEST(AM 1 YR S 260 5 260
0(1030002010-11=70C/Serial No -'--.---
767830 002 RE GENERATOR STA14DBY RENTAL t DAY S 140 � S 140
SECTION B Estimated Annual Total ' S 36,442 S 44,1012
17E!•l
O SCr71Pf1Qt1 ( ary Utr 7 ;:NIT PR CE EXTenslora
1 LABOR RATE FOR REPAIR SERVICE-REGULAR HOURLY PATE
MINIh1UM CHARGE(IF ANY)OF—G_HOURS 20 HR 5 75 5 1500
2 LABOR RATE FOR REPAIR SERVICE-AFTER HOUfJS RATE
MINIMUM CHARGE(1F ANY)OF_G_140LJR5 5 HR S 11Z5 $ 552.5
3 LABOR RATE_FOR EMERGENCY REPAIR SERVICE-REGULAR HOURLY DATE
MINIMUM CHARGE(IF ANY)OF HOURS � V 24 � HR S 75 $ 1500
LABOR RATE FOR EMERGENCY REPAIR SERVICE-AFTER HOURS PATE
1AININIU41 CHARGE(IF ANY)OF. _HOURS
III 5 S 1125 S 562.5
Estimated Annual Total 5 375 5 4125
SECTION A 8t B= Grand Total
Estimated Annual Grand Total S 48,227
Exhibit "A" i'muc 3 ol•4
rITYoFxouwuROCK.rsX^s
'mnr^rmxFOR DID
y"^""uit~u` no'/ooicrawr I'lloolla^.^n^.�="='^idxep""`"°",,
SECTION Information Only
ITEM
DESCRIPTION U01.1
PRICES FOR PARTS SHALL BE UN A C05T-PLUS BASIS THE PERCENTAGE j OF MARKUP
WILL BE 29,�
I (INVOICES FOR WORK PERFORMED SHALL REQUIRE A COPY OF ITEMIZED PARTS RECEIPT 5
FAILURE TO PROVIDE COST-PLIJS PERCENTAGE MARKUP ON AN 114VOICE MAY RESULT IN IL
PAYMENT AT COST
"/-
20
TRIP CHARGE.IF ANY
2 NOTE'IT IS UNDERSTOOD BY BOTH PARTIES THAT A SINGLE TRIP AND NOT MILEAGE k)AY HE
INVOICED BY SUPPLIER PER SERVICE TRIP FOR'T HE LIFE OF THIS CONTRACT
�r-
~~ nouNomocu
Approved by
Yvonne Hopkins, Purchaser
By the signatures affixed below this addendum is hereby incorporaled into and made a part of the above
referenced solicitation
ACKNOVVLEOGEO
Mario Rodriguez 5V12/17
Print Name Authorirn��x"-na-/ ---- -- - -- -- —'
_�_ _= ure Date
Loftin Equipment Company
Vendor Name
RETURN ONE COPY SIGNED COPY OFTHIS ADDENDUM TOTHE PURCHASING OFFICE WITH
YOUR SEALED BID. FAILURE TO D0 9O MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE
FROM CONSIDERATION FOR AWARD.
Pxur�"|�
Exhibit "A"
« �� '»
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No 17-011
Class/item 936/39
April 2017
ATTACHMENT B:
RESPONDENT'S REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 17-011
RESPONDENT'S NAME: Mado Rodriguez DATE: 5/26/17
Provide the name,address, telephone number and e-mail of at least three(3)Municipal and/or Government agencies or
firms of comparable size that have utilized similar service within the last two(2)years. City of Round Rock references are
not applicable. References may be checked prior to award. Any negative responses received may result in disqualification
of submittal.
1. Company's Name HEB
Name of Contact Russell Lucas
Title of Contact Facilities Operations Manager
E-Mail Address lucas.russell@heb.com
Present Address 15103 Huebner Rd.
City,State,Zip Code San Antonio,TX 78231
Telephone Number 210 ) 3634332 Fax Number:
2. Company's Name Emerus
Name of Contact Starla Cupples
Title of Contact Developmental Coordinator
E-Mail Address starla.cupples@emerus.com
Present Address 8686 New Trails Dr.
City, State,Zip Code The Woodlands,TX 77381
Telephone Number 713 ) 637-1072 Fax Number:
3. Company's Name Neighbors Emergency Centers
Name of Contact Myra Graves
Title of Contact Operations Manager
E-Mail Address m9raves@neighborshealth.corn
Present Address 10800 Richmond Ave.
City,State,Zip Code Houston,TX 77042
Telephone Number 832 ) 721-0132 Fax Number:
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Exhibitl)'A"
City of Round Rock
Generator Preventive Maintenance and Repair Services
IFB No 17-011
CiassAtem•936139
April 2017
ATTACHMENT C:
ADDENDUM ACKNOWLEDGMENT FORM
!VOTE: If multiple addendums have been issued, respondents may complete and return this attachment with their proposal
in place of the individual addendums to be submitted. Failure to provide either this form or the individual addendums with
signatures may result in disqualification of the proposal.
Addenda Acknowledgment: The undersigned acknowledges the receipt of the following Addenda:
Addendum#: 1 Dated: 4/28/17
Addendum#: 2 Dated: 5112/17
Addendum#: 3 Dated: 5112/17
Addendum#: Dated:
Addendum#: Dated:
Respondent(Company): Loftin Equipment Company
Signature(in ink):
Name(Typed/printed): Mario Rodriguez
Title: Account Manager Date: 5/26/17
E xW '�U"it'd'A"
I1) 01 1?0! \11)lit C I I %\It
1\\11 \110%I Olt 131(�
"oliclitilloll 1-011 Ocllcroli r Pr4k 011011+Q V 3131101,4111.1.011il It Cp'.11(SA:nILC1
Or
R03Us 0 ROCK TE,4S
CITY OF ROUND ROCK, TEXAS
INVITATION FOR BID
Solicitation No. 17-011 Generator Preventative Maintenance and Repair Services
IFB No 17-0,11 Addendum No 1 Date of Addendum April 28. 2017
Please note the following changes to this Invitation For Bid:
1. This statement has been added to Attachment A, BID SHEET, "The quantities shown on the solicitation are
estimates only. No guarantee of any minimum or maximum purchase is made or implied The City will only order
the services/goods needed to satisiy requirements within budgetary constraints which may be more or less than
indicated 'Also a row has been added for Estimated Annual Total. as shown below
Attachment A BID SHEET
The quantities shown an the solicitation are estimates only.No guarantee of any mmirnum or maximum purchase is made or implied The City
will onl�,�order the servicestgoods needed to satisfy requirements within budgetary constraints.which may be more or less than indicated
-�� 1 7 �-............
LOCATION OF
UNIT PRICE EXTENSION
ITEM N GENERATORS MAKE&MOM1 SCHEDULE OTY UOIA
..........-
Generator Make Kohler.I'd; QUARTERLY-
60REOZJ8,Serial No 2025920 Preventive
62kVil Phase 31480V filarnlenance 11210� 3 OTR S
Baca Sen:.; ............................ S
301 E Bagdad Ave Slda2 I
i Kvr-Ar.4VA.0 S i Sei ra N,.i ANNUAt.
i K2025'€1 i.1AINTENANCE.(AM) I YR S S
.......... ..................... A44 I YR S
Generator-Make Generic I lildl r3UARTERI,.Y-
9BA03027-5 i Serial Nu 20470155 Preve.nl;ve
Cairw!:sty
2 _.IGGkW t Pha,.3e 31480V Mamlenance 0110) 31 it QTR S 5
3621 Carnousty Cove Transfer 5%,4ch-Make Asco (41d` ANNUAI.
Series 300 1 Senal No 21651 NIAINTENANCE IMAI, 1 Y11 S
................ .......... .......:� I................................................................................................................. ------------
..............
LOAD TEST-AMI i y R,
G-,riaralo Ma'e Calerp i'.ar Md
DBO.41 Sefiw No QUARTEPLY.
CATO0C4ZCNCE0O675 Pfevenl:ve
Central Fire Station SOMPhase3 208V filimienance C`Mi
............ .......................... ...............................
203 Commerce Siva
Tran lCr4.v.iLqLi Ivlake Asco,Mdi ANNUAL
Series 3001 Ser4 No 365019-01 ORE MAINTENANCE(Alvl)
LOAD TEST-A.NI
i YR S
..................... ...........
Generator-Make Olymp an NIdl
D200P3 f Serial No QUARTERLY
OLY0001301-NNS0232z Prevenli-m
City HallZZ
MOM I Phase-3-e8ov Maintenance:F1,M,1 3 OTR
221 E Main Street
Triunsfer Symch,Nlahe CaterpWar ANNUAL
I-Adl CTGSerial No TSAI 1374 LIAINTENANU?AMi It YR S -S
..........................
LOAD TEST Av'�! i 7 R 7) 5
———--—-------------------
9mcrazor-Make Generac Mal QUARTERLY.-
71686501001 Serial No 2091130 Preventive
Fire Station„2 I00kW I Phase 31208V Mainjanance{FIM} .....i 1 0!*R $ S
.........................
206 West Bagdad Ave Transfer S%vitch Make Generac ANNUAL
Mdl 0065631 Senal No 4520356 MAINTENANCE'fiM! i fy S
............. ....... L'OAD-i-EST-P,14 i YN
............................................. ................. ........................... .........................
Generator.Make Coteirp ila
030 as/Ser;01 No OUARTEPLY
CAT00130TGBE00493 prevflt!"
F re Slatan z3 1 233KW/Pilasel 240V Maintenance Pfel,) R 5
?_,11 1,",1,"Irl, '' * .........................-.... ..............--:., -
Rawri.00 or .........
ranShlr 1-tlnich Make Caletp at ANNUAL
A ts.1) y R, 1�
(it C/Serial No TAT00640 MAINTENANC,- A
__r_.._...._....._.......__
t 0A0 TEST
i„„,,,,„,,,-„.-„„,_,.i......_.........._
..............
Exhibit "A"
CITY OT ROUND ROCK.TEXAS
INVITATION FOR BID
Solicitar)on No 17-011 Generator Preventative Maintenance and Repair Scrvices
rio t -Makm Hensel 1 Mdl. QUARTERLY-
OGREOZ1t 1 Serial No.SGM32GSZD Preventive
Fire Station#4 60kW 1 Please 3 1 1 201208V Maintenance PM 3 QTR $
5
? 1301 Double Creek Dr TTmns(er SSS-Make:Kohler/Mdl.
KSS4%CTC-02005 f Serial No. ANNUAL
SGM32GKVM MAINTENANCE t YR S 5
LOAD TEST-AM 1 YR S 5
2Sne&r-Make:Caterpiller 1 Mat
050-81 Serial No. QUARTERLY-
Fire
CATOOC44KLC�400408 Preventive
8 F7ra Station fry 45XW I Phase 31 X1811 Maintenance M 3 QTR S S
350 OeePvrood Dr. ranatet
SKtt11-Make:Asch/Mdl. ANNUAL
Sorim 3001 Serial No.116061-7 MAINTENANCE AM i YR 5 $
LOAD TEST-AM 1 YR S S
Gr nerator-Make:Cummins-Omen t
MdL OGMA-5891453/Sorlal No. QUARTERLY-
Io40694359 Preventive
9 Fire Station fie SO W/Phase 31208V MainbonAnce PM 3 QTR S S
2919 Joe Di Maggio 61vd. Tmrisfei SWtch-Make:Cummins-
Ortan/Mdl.OTPCB-56902191 Serial ANNUAL
No.1-10101180179 MAINTENANCE VJM 1 YR $ 3
LOAD TEST-AM 1 YR $ S
ggn Our-Make:Kohler t Mal. QUARTERLY-
8t3RE0ZJD 1 Serial No.2166718 Preventive
Fine Station 07 WKW t Phase 31205V Maintenance PM 3 QTR 3 S
10 TraWer Svvitth-Make:Kohler 1 Mdl.
2811 Oakmont Qr. KSS-DCTA-W ODS/Sedal No- ANNUAL
K21BUSO MAINTENANCE 1 I YR S S
LOAD TEST-AM 1 YR S 5
Genatsstar-make:Genet 1 Mdl. QUARTERLY-
69REGZK 1 Soft No.SGM32GSZC Preventive
Fife StWGn 98 SOkW 1 Phase 311201208V Maint�nnce PM 3 QTR S S
1 i
1012 Red 9uo lane Tr!nafw S&jn-WlakO:Kohler/MdL
KS.S4kCTtr-0200S/Serlad No. ANNUAL
SGM32GKVL MAWTENANCE(An 1 YR $ S
LOAD rES1'-AM 1 YR $ S
G+r tyr-Make:03fmplrn/MdL QUARTERLY-
040P1S/Sarial No.E3052AA)ol Prpvantivm
72 Forest Creek-ILW Kill 40kW 1 Phase 1 1240V )Aaintananca PM 3 QTR S $
3M Bay Etat Lane Trang—er SWIM-Make:Asca/Md). ANNUAL
Series 3001 Serial No.101001-1 MAINTENA C 1 YR 5 5
LOAD TEST AM 1 YR S 5
-Make:Olympian I MRI. QUARTERLY-
D150P1/Serial No,E7027AI001 Pmentive
13 Forest Creek-HMon Head 150kW I Please 31480V Maintemmoe(Pn 3 QTR 5 3
2119 Hilton Read Dr. T angK Switch-Make:Asco I Md) ANNUAL
Series 3001 Serial No.180933 i MAINMNANCE AM 1 _YR S 5
LOAD TEST Ali{ i YR 9 S
reengralg -Make:Generec I Mdl QUARTERLY.
97AO5559-S
UARTERLY-
97AO5559-S I Serial No,2037576 Preverbie
14 Forest Creek-Trevino GORW I phase 31480V Maintianxnce PM 3 QTR S 3
3820 Trevino Dr. r 0.S�-Make:Generac/ ANNUAL
MdL 07AOS559-W/Serial No.41269 MAIWENANCE 1 YR S !
LOAD TEST AM i YR S S
Nr -Make'Kohler I Md1. QUARTERLY-
I829REOZM/Seraal No.2VO4745 Preventive
95 High Service 1820kW I Phase 3/480V Maintenance PM 3 OTR s S
S200 N.Oi 35 Tr
ngfr SF�M-Make:Faton/Cutier
Hammer l MO.5SH28156 I Serial No. ANNUAL
SUP02SHOI R5 MAINTENANCE I YR S 5
LOAD T;=ST AM 1 YR S S
Cenerafor-Make-,Curnmina-Onsn I
Md1.ODDDFHC-13331 Serial No QUARTERLY-
Lake Gmgetnvrn 11000135113 Pmventive
16 20440 Cedar Send(D8 9NkW 1 Phase 3 1 240 Mairdenance PM 3 QTR S S
WOC4d3 8 Breaks
Rd) Transfer vsntCh-Make n/a/Mdl nra ANNUAL,
Rd} Serial No.Na MAINTENANCE 1 YR 5 S
LOAD TEST LArB 1 YR 5 5
Exhibit "A" Page 2 of 5
CITY OF ROUND ROCK,TEXAS
INVITATION FOR BID
Solicitation No 17-011 Gencraior Preventative Maintenance and Rcpair 5crvires
Qengor�rt -Make:Gerreraa 1 Mello QUARTERLY-
95AOf8M-S 1 Seriat Na.2016815 Preventive
17 Logistics Warehouse 15kW/Phase i/240V Maintenance PM 3 QTR S S
3300 Gaols Scnool Rd Transtir Switch-Make:Generac I ANNUAL
MdL 95A01 644-W 1 Serial No.29729 MAINTENANCE Alit 1 YR S 5
LOAD TEST AM 1 YR 5 S
Cggn r r-Make:Generac 1 MO. QUARTERLY
780890040D/Serial No.2093492 Preventive
18 McNutt 300kW I Phase 31480V Maintenance PM 3 QTR S S
3939 E Patin Valley Transfer SvdIch-Make:Generac 1 ANNUAL
Mdi.7®08800200/Serial No.93627 MAINTENANCE AM 1 YR S 5
LOAD TEST AfA 1 YR 5 $
sor-Make:Kohler I Mdl. QUARTERLY-
500REOZV8 I Serial No.2160408 Preventive
Police Oeparlment 475kW r Phase 31466 Matntenance! M 3 QTR S S
19 2701 N.Abyz SL TiaB2 i§. -Make:Kohler 1 Md).
KCT4kMVA-080t>,S/Serial No. ANNUAL
K218033e MAINTENANCE M 1 YR S S
LOAD TEST AM 1 YR S S
r t r-intake:Empiry I Md{. QUARTERLY
45ODGW-8E 1 Serial No.373-304 Preventive
20 Pubfic Works 46kW/Phase 3 1208V Maintenance PM 3 QTR $ $
2009 Enterprise Or. Transfer vriteh-Make:Empire 1 hdldi ANNUAL
A3C150A 1 Serial No.958-194 MAINTENANCE 1 YR I S S
LOAD TEST(AM) t YR S S
-Make:Generac i W. QUARTERLY-
525745001001
UARTERLY-
52874500100/Serial No.2003251 Preventive
21 Settlers Crossing 80hW/Phase 31-430V Maintenanco JFM) 3 M 5 3
1295 Country Rd.117 Trenater Sw4,gh-Make:Generac/ ANNUAL
Melt.52674502001 Serial No.68263 MAINTENANCE ArN 1 YR S S
LOAD TEST AM f YR S S
Hera -Mike:Olympian!A+IdI.
05oP3/Sert7tl Na. QUARTERLY-
OLY00000TNPF01860 Prevef&a
22 Ston Oak 50kW/Phase 31486V Maintenance PM 3 QTR S $
10999 Wyoming Springs TfarrJer Svvitth-Make:Asco t Mdl.
D30037QNlC 1 Serial No.213237-2 ANNUAL
RE MAINTENANCE AM 1 YR S S
LOAD TEST M 1 YR $ S
Gra -Make:Olympian I Md).
05UP3 I Sertal No. QUARTERLY-
OLYDt1t)00PNPF01844 Preventive
50kW/Phase 31480V Mainlenanne PM 3 QTR 5 S
23 Water Treatment Plant Two(2) S 10-Make:ZENITH x
5200 N.IH35 Two(2)Models:.ZTS05L60EX-5 and
2TS02L2SEX-5
Two(2)Serial Nos.1417984 and ANNUAL
1417983 MAINTENANCE 1 YR S S
LOAD TEST 1 YR S S
rejj&Mtqr-Make:Olympian/Md). QUARTERLY-
t330PI S d SerW No,D4080AIDOA Preventive
Wath Treatment Plant 30kW/Phase 1/240V Malntertan e 3 QTR S S
2e 5200 N.IH35 Trans(e{Switch-Make.Asco I Mdl.
DD03NO20IC11F10C I Seriro!No. ANNUAL
7871330-002 RE MAINTENANCE 1 YR S 5
LOAD TEST 1 YR S $
Estlmated Annual Total S S
Exhibit "A" Page 3of5
CITY OF ROUND ROCK.TEXAS
INVITATION FOR BID
Solicitation No 17-011 Generator Prcvcntaiive Maintenance and Repair Services
2. The quantities for the labor rates are changed from Qty 1 to what is shown below and a row has been
added for Estimated Annual total.This section is now named Section A. as shown below:
ITEMIt DESCRIPTION QTY UNIT UNIT PRICE EXTENSION
LABOR RATE-REGULAR HOURLY RATE
MINIMUM CHARGE(IF ANY)OF_HOURS
20 HR S 3
2 LABOR RATE-AFTER HOURS RATE
MINIMUM CHARGE(IF ANY)OF_HOURS S HR $ 5
3 EMERGENCY-REGULAR HOURLY RATE
MINIMUM CHARGE(IF ANY)OF_HOURS 20 HR S S
4 EMERGENCY-AFTER FLOURS RATE
MINIMUM CHARGE(IF ANY)OF_HOURS S HR S !
Estimated
Annual
Section A Total 5 =
3. A row has been added for Estimated Annual Total and this section is now named Section B,as shown
below:
ITEM
$ DESCRIPTION
PRICES FOR PARTS SHALT.BE ON A COST-PLUS
BASIS.THE PERCENTAGE(%)OF MARKUP WILL BE
2%,
I (INVOICES FOR WORK PERFORMED SHALL REQUIRE
A COPY OF ITEMIZED PARTS RECEIPT.FAILURE YO
PROVIDE COST-PLUS PERCENTAGE MARKUP ON AN %OF
INVOICE MAY RESULT M PAYMENT AT COST.1 MARKUP I PART %
TRIP CHARGE,IF ANY.
NOTE:IT IS UNDERSTOOD BY BOTH PARTIES THAT A
SINGLE TRIP AND NOT MILEAGE MAY BE INVOICED
2 BY SUPPLIER PER SERVICE TRIP FOR THE LIFE OF
THIS CONTRACT.
(e.g.:1 genvator serviced—t trip charge;3 enerators
aervieM—t tip Cha e) 1 1 TRIP S S
Estimated
Annual
Section B Total $
4. A section has been added for your stimated Annual Grand Total, as shown below:
Estimated Annual Grand Total $
5. The remaining scheduled events have been extended by one week, as shown below,to provide
additional time to respond to the IFB.
SCHEDULE OF EVENTS: It is the City's intention to comply with the following solicitation timeline
EVENT MATE
Solicitation released April 11,2017
Mandatory Pre-Bid meeting i site visit April 21,2017 @ 10:o0AM,CST
Deadline for submission of questions May 5,2017 @ 5:OOPM,CST
City responses to questions or addendums May 12,2017 @ 5:OOPM,CST
Bid Response Dine Date(Due Date) May 26, 2017 @ 3.00PM,CST
Exhibit "A" Page 4of5
t 1 I-) i)f J{()t \I)R0(.k I I\1',
I\%II 1IIM I OR BID
Stiltc3t.s�33>n�4. I'-UI 14irstcr7tar Pt:scnl.stitc�t,t3nii•n,3ii�c,sn�I{i(t,nt�lfSitt.a
ROUND ROLL
Approved by /'r Z4S 1'7
Yvonne Hopkins, Purchaser
By the signatures affixed below this addendum is hereby Incorporated into and made a part of the above
referenced solicitation
ACKNOWLEDGED.,
Mario Rodriquez 4/28/17
Print Name Authonz Signature Date
Loftin Equipment Company
Vendor Name
RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR
SEALED BID. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.
CITY OF ROUND ROCK TEXAS
INVITATION FOR BID
Sohcitalron No 17-0 i't Generator Preventative Mainienance and Repair Service
ROUND ROCK
P 2— 0. +
CITY OF ROUND ROCK, TEXAS
INVITATION FOR BID
Solicitation No. 17-091 Generator Preventative Maintenance and Repair Services
IFt3 No. 17-011 Addendum No. 3 Date of Addendum: May 12. 2017
Please note the answers to questions,clarifications, revisions or additions to the solicitation referenced
above.
Q1: Are these generators stand alone or emergency generators?
<(::€'`'i xl€'t'I';t',tl i `t J�4i "!Uric. !>Il.i e .
02: Will there be a City representative on site during maintenance or repair?
��.4.
es, a Cay :epre senJ,;at#L+ ;?: d } s. z
(� E•r '#1•,3_cI E'it:; z`'€t%s 1.'-I.I: Wil£::C3Ff;. isF t' :;.fir Of I'C:.�.}alr you I# :I i;
f'cola::1 tho Prom ni 01 i.eZ d##iif ii> I;
part it �
l c�3 .i1€tIE~i t�Ii3l1cd r,Gef-E't"cs; fzr'l;I E?
Q3: Regarding the load bank tests, are there special permits needed and space available to conduct these
tests'?
A3*: : ;s.3:CIN r err>llt.i `,'Gi ll t l 3 ,'L E;t eri :.is 0-1; €� a t"�i'' r.>i3i 1 10 3 "'ri �" �" �'a t, 2i
Qrt: Can load bank tests be performed at any time?
.% !, .: s ... <{ ..f 3Et.t'r;<'I�.l 1%1?:y2-nes.'-> Ii;,%?..li
Q5: Are vire to provide pricing on load bank testing for ail of the generators, even those no(listed specifically
in Part il, Section 6 4'7
6n i3 'y;^:y"7 �•y to ,,.3 e,'3 f'.rations,C; r�8 , r..s3 ;...a f ":�';
k"' s;i:> 0 I..'si,:; All :s,fs.F#"I S�c::t1 fi_ not li st Sri-,.11 ,3 i '>".< t,# ..,t. CI
t
QS: Are we to carry inventory for spare and replacement parts on the generators?
Page 1 of 3
Exhibit "A"
CITY OF ROUND ROCK,TEXAS
INVITATION FOR BID
Solicitation No 17-011 Generator Preventative Maintenance and Repair Service
Q7: Generator maintenance-Does the City have a standard or specifics to follow?
ilk
Q8: Generator rental-How do we provide the information?On the bid form or separately?
AS�- �-s 1 - " - '?�C. Rental'5r),�t, -,� 1 0 :1
k-H,:Ad,"!)du;-n 2 f�., I , '--, !.�!- �en zi: lo e---xh Generalar
liner:;s.'nn fo' ci:ist shall:t,�,���ppri-;Ved 1-y an ai,-,[Nona.--�(` Gily re--resenlahve
Q9; Generator rental-Do we provide the price with our markup or just the price of the daily standby rate?
AT r7�mv!de, !h= d--Afly s.andlhjy rote, (),!') A.1_!dt,,"5.-'1-fim
.I W, . : 'k.A clq1
..........
-11:nOlk; shr.�",k ih":� p En rcn n mar� i,!P '}'C .l w�-,ich :0
id �0 Charge e'!SeraIor
Q'10: Question concerning the 9OOkw listed on page 17, 916—it shows the voltage listed as Phase
3124OOv. Is that 2400v correct?
aroFc -- 90kV,,/i are1ci 03
Q11'. Could I get last year's pricing on the generator PM's?
Al I A,-Op4-.n
-k
Nck We!:rfl
d d
............... ................ ............................
W, r',iM,k Wit.;
the
Q12-. Air filters can be expensive and generally do not need to be replaced on an annual basis. Would the
City consider revising this statement to: "Inspect air filter, provide quote to replace air filter when
necessary."Is the City requesting Air Filters to be changed quarterly or annually?
A*12. Aii- F)iWi- shall b-e, analua!&V
Q13: Could The City reconsider revising this statement to: "Provide quote to replace coolant filter when test
results indicate it is necessary
P@ge 2 of 3
Exhibit "A"
CITY OF ROUND ROCK TEXAS
INVITATION FOR$la
Solicitation No 17-011 Generator Preventative Maintenance and Repair Serw_e
Q14: In reference to page 9, Item 2.4 Fluid Change Coolant change if applicable Could The City reconsider
revising this statement to "Provide quote to flush coolant (anti-freeze) system and fill with new coolant
when test results indicate it is necessary" Now often will the City require coolant checks"
Q15: Will the City supply electricians and cables?
016. In reference to page 9, Item 22 Transfer Switches, In Order to tighten lugs and lubricate any
Q16. In reference to page 9, Item 22 TranJer Switches, In order to tighten tugs and lubricate any
I i I d r: .01I;:;Cilr? l v'.Jlccl<icican.s anclt {:4=bl--:s w•'lan
sr..,.+•.e',x, !.:. •::: e.•»..,::•x<:a a.r:_:.x..s.t. ::s.-...r,-:.a>x..a:. W�..rr...' v rw r;•.rr»- xe».-,.<- ......, ... .. .. a .. -,,s ..,. a ..:..,eeu;,,..
^^s•...-.i,Yx,..:...A s,<..s;•.,.:r-,.....v-r
.:w:::....a.-..:>.1 r'Xt.<.!'wA x.t,....... .;<...r<f A..�4••: .,. .. ., .. .. _
Q16_ in reference to page 9, Item 22 Transfer Switches, In order to tighten lugs and lubricate any
Q16-- In reference to page 9, Item 22 Transfer Switches, In order to tighten lugs and lubricate any
F7G-..'C:- .:'i<: :t.•t.:/a t^r"A':' 'S YS4<ot s."i:^.1 t•':,7^.`:';Y':A+'.•r••v".w:Yt.-::r!aa+.-°f'�y.M4•.+7.'. .CA':+,'v a.Y'.i
._ —.7;R.a`aA`.rf x l eF'..y;':">a.`i i:5:`:<r•_v-y,A,,; ;..
.. r;::r.'rrrx r'>:•_`;::s:':<:�r<,X. ..yA>:•r':,:i».. ""' `}:. _ _. _..._.. ...._.... .. . ... _. ,......._.... ., ,.,» .M.x ,...... _.. .. ,...,c _ ._.
Q16. In reference to page 9, Item 22 Transfer Switches, In order to tighten lugs and lubricate any
Ala N
ACKNOWLEDGED:
ACKNOWLEDGED:
ACKNOWLEDGED: