R-2018-5906 - 9/27/2018 i
RESOLUTION NO. R-2018-5906
WHEREAS, the City of Round Rock has duly advertised for bids to purchase HVAC services;
and
WHEREAS, Section 252.043 of the Texas Local Government Code requires a city to award a
contract to the lowest responsible bidder or to the bidder who provides goods or services at the best
value for the city based on criteria set forth in §252.043(b); and
WHEREAS, the City has determined that Mechanical & Process Systems, LLC will provide
said goods and services at the best value for the City; and
WHEREAS, the City Council wishes to accept the bid of Mechanical & Process Systems,
LLC, 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 HVAC Services with Mechanical & Process Systems, LLC, 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 27th day of September, 2018.
./Z4
CRAIG ORG , Mayor
City of Round ck, Texas
ATTEST:
<�3M L,-
SARA L. WHITE, City Clerk
01 12.1804;00409595
EXHIBIT
',A„
CITY OF ROUND ROCK
AGREEMENT FOR HVAC SERVICES
WITH
MECHANICAL&PROCESS SYSTEMS LLC
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS Agreement for purchase of HVAC services for the City of Round Rock,
Texas (referred to herein as the "Agreement"), is made and entered into on this the day of
the month of , 2018, by and between the CITY OF ROUND ROCK, TEXAS, a
home-rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas
78664 (referred to herein as the "City") and MECHANICAL & PROCESS SYSTEMS, LLC,
whose offices are located at 1804 Central Commerce Court, Round Rock, Texas 78664 (referred
to herein as the"Vendor").
RECITALS:
WHEREAS, City desires to purchase HVAC services, and City desires to procure same
from Vendor; 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 the Vendor; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETIJ:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, 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 Vendor whereby
City is obligated to buy specified services and Vendor is obligated to pay for said services. The
Agreement includes the following: (a) City's Invitation for .Bid, designated Solicitation Number
18-022; (b) Vendor's Response to the IFB; (c) contract award; and (d) any exhibits, addenda,
and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be
resolved by giving preference in the following order:
00406664`ss2
(1) This Agreement;
(2) Vendor's Response to IFB;
(3) City's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties,Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities,or equipment.
2.41 EFFECTIVE DATE; TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect, unless and until it expires by operation of the
term stated herein, or until terminated as provided herein.
B. The term of this Agreement is for sixty months (60) months from the effective
date hereof. 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 Vendor to supply the services as outlined in the IFB and Response to IFB
submitted by Vendor, all as specified in Exhibit "A," attached hereto and incorporated herein by
reference. The intent of these documents is to formulate an Agreement listing the
responsibilities of both parties as outlined in the 11713 and as offered by Vendor in its Response to
the IFB.
The services which are the subject 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 PRIMARY AND SECONDARY PROVIDERS
The parties specifically acknowledge and agree that Vendor shall be considered as one of
the two (2) providers for specified goods and services set forth in the Contract Documents and
Vendor shall be considered the primary provider. Vendor specifically further acknowledges and
agrees that this Agreement is not an exclusive Agreement. City may, in its sole and unfettered
discretion, elect to use either Vendor or secondary provider in whatever order it deems to be the
"best value" for the City. City is not obligated to use or purchase any estimated annual quantity
of goods, and no guarantee is made of any minimum or maximum purchase.
5.01 ITEMS AWARDED; SCOPE OF WORK
A. All bid items listed on "Attachment A , Bid Sheet" in Exhibit"A"are awarded to
Vendor.
B. For purposes of this Agreement, City has issued documents delineating the
required services (specifically Invitation for Bid Solicitation Number 18-022. Vendor has issued
its response agreeing to provide all such required service in all specified particulars. All such
referenced documents are included in Exhibit "A." 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.
C. Vendor shall satisfactorily provide all services described under the attached
exhibits within the contract term specified in Section 2.01. Vendor's undertakings shall be
limited to performing services for the City and/or advising City concerning those matters on
which Vendor has been specifically engaged. Vendor 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.
6.01 COSTS
A. Only if, as, and when needed by City, the bid costs listed on Attachment A—Bid
Sheet of Exhibit "A," which are specifically relevant to the referenced bid items, shall be the
basis of any charges collected by Vendor.
B. Vendor specifically acknowledges and agrees that City is not obligated to use any
estimated quantity of services,and City may not expend in excess of Three Hundred Thousand
and No/100 Dollars ($300,00.00) per year for Vendor's services combined with the secondary
provider's services for a total not to exceed amount of One Million Five Hundred Thousand
and No/.100 Dollars ($1,500,000.00)for the term of this Agreement.
7.0.1 INVOICES
All invoices shall include, at a minimum, the following information:
3
A. Name and address of Vendor,
B. Purchase Order Number;
C. Description and quantity of items received or services provided;and
C. Delivery or performance dates.
8.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 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 vendor(s) and
the City. Such agreement shall be conclusively inferred for the vendor from lack of exception to
this clause in the vendor's response. However, all parties hereby expressly agree that the City 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.
9.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
10.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty (30) days of the day on which
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1
of the fiscal year in which the payment becomes overdue, in accordance with 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;
4
i
A. There is a bona fide dispute between City and Vendor, a contractor, a
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 Vendor 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.
11.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
12.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
13.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products or services from another supplier or suppliers.
14.01 INSURANCE
Vendor shall meet all requirements as stated in the attached IFB Number 18-022,
including all attachments and exhibits thereto, and Vendor's bid response.
15.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
5
Pete Dominguez
Facilities Manager
212 Commerce Cove
Round Rock,Texas 78664
512-671-3144
domin uez wroundrocktexas. ov
16.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
17.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re-advertisement of the 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.
Vendor 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.
.18.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty(30)days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to tenninate this
Agreement for cause, upon ten (10)days' written notice to Vendor.
6
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City or by mutual agreement to terminate evidenced
in writing by and between the parties.
D. in the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
19.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution)against any third party who may be liable for an indemnified claim.
20.01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES
A. Vendor, 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.
B. Vendor 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 Vendor 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 Vendor 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 Vendor agrees to comply with any applicable
TCEQ Total Maximum Daily Load (TMDL) Requirements and/or I-Plan requirements.
7
C. In accordance with Chapter 2270,Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1)does not boycott Israel; and (2)will not boycott
Israel during the term of this contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel at any term of this
Agreement.
21.01 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.
22.01 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 Vendor:
Mechanical & Process Systems, LLC
1804 Central Commerce Court
Round Rock,Texas 78664
Notice to City:
City Manager Stephen L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
23.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
8
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.
24.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
25.01 ]DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
26.41 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 arnend 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.
27.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
9
responsible as defined herein. However, notice of such impediment or delay in performance
must be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock,Texas Mechanical&Process Sy ems,L C
By: _ By:
Printed Name: Print ame:01N)f''N P 4 t,,,AS ,
Title: Title: L A
Date Signed: Date Signed:
Attest:
By:
Sara White, City Clerk
For City,Approved as to Form:
By: .........., _ _. _ __ _.m ......_... ___.._
Stephan L. Sheets, City Attorney
10
Exhibit "A"
ROUND ROCK TEMS
P�URCNAStIti1G DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-8299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
HVAC SERVICES
SOLICITATION NUMBER 18-022
June 2018
City of Round Rock
HVAC Services
IFB No. 18-022 Exhibit "A"
Class/Item:910-36
June 2018
HVAC SERVICES
PART
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock, herein after"the City"seeks an agreement with a qualified firm(s)to
provide on-site Heating,Ventilation and Air Conditioning(HVAC)System Installation, Repair and
Maintenance Services, hereafter known as HVAC Services, for various City owned or occupied buildings
on an as needed basis.
The City intends to award one primary contract and one secondary contract based on the
Rest Value for the City.The City may contact the Prime Contractor and/or Secondary Contractor
to request a quote by project and will select the Contractor that best meets the needs of the City.
An anticipated total contract award will be made by the City in an amount not to exceed$300,000
per year.
2. EACKGROUND:The City has approximately 800,000 square feet of maintained property and occupies
approximately 46 facilities. The buildings consist of both commercial and residential type structures,
Facilities that may require professional HVAC services include but are not limited to office buildings,fire
stations, parks facilities, police facilities and parking garages.
3. SOLCITATION PACKET: This solicitation packet Is com,Erised of the following:
Description Index
Part I—General Requirements Pages 2-5
Part II—Definitions,Standard Terms and Conditions Page 6
and Insurance Requirements
Part III—Supplemental Terms and Conditions Pages 6-9
Part IV—Specifications Pages 10-14
Attachment A—Bid Sheet Page 15
Attachment B—Reference Sheet Page 16
Attachment C—Prevailing Wage Page 17
Attachment D—Respondent Questionnaire Page 18
Attachment E- City MVAC Equipment Listing Page 19
Revised 10/17 Page 2 of 19
City of Round Rock
HVAC Services
I F B No. 18-022 Exhibit �"A"
Class/Item:910-36
June 2018
4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may
contact:
Oscar Wise, CTCM
Purchaser
Purchasing Division
City of Round Rock
Phone: 512-218-5456
E-mail: o%vise ct roundrocktesas.-ov
The individual listed above may be contacted by e-mail for clarification of the specifications only. No
authority is intended or implied that specifications may be amended or alterations accepted prior to
solicitation opening without written approval of the City of Round Rock through the Purchasing
Department.
5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT DATE
Solicitation released June 41h 2018
Optional Pre-Bid meeting June 14th, 2018 @ 10:00 AM, CST
Deadline for submission of questions June 19"', 2018 @ 5:00 PM, CST
City responses to questions or addendums June 21s', 2018 @ 5:00 PM, CST
Deadline for submission of responses June 281', 2018 @ 3:00 PM, CST
All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date
noted above. A copy of all the questions submitted and the City's response to the questions shall be
posted on the City's webpage in the form of an addendum at: http://www.roundrockteKas.govtbids
Questions shall be submitted in writing to the"Authorized Purchasing Contact". The City reserves the
right to modify these dates. Notice of date change will be posted to the City's website
httg://www roundrocktexas.gov/bids .
6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
htto://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation described herein.
Various updates may include addendums,cancellations,notifications,and any other pertinent information
necessary for the submission of a correct and accurate response. The City will not be held responsible
for any further communication beyond updating the website.
7. OPTIONAL PRE:-BID MEETING: A pre-bid meeting will be conducted to fully acquaint Respondents with
the specifications and bid submittal requirements. The pre-bid meeting will be conducted on the date
specified in PART I Section 5-Schedule of Events.
7.1. Attendance at the pre-bid meeting is optional. Respondents shall sign-in at the pre-bid meeting to
document their attendance,
7.2. Executive Conference Room - City Hall
221 East Main St
Round Rock,Texas 78664
On-Site Cell Phone: 512-534-1287
7.3. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the
pre-bid meeting.
Revised 10/17 Pave 3 of 19
City of Round Rock
HVAC Services
IFB,No. 18-022 Exhibit "A"
Class/Item: 910-36
June 2018
8. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date
noted in PART 1, Section 5—Schedule of Events. Mail or hand deliver sealed responses to:
City of Round Rock
Attn:Oscar VAse
Purchasing Department
221 E.Main Street
Round Rock,Texas 78664-5299
8.1. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title,
number,due date and"DO NOT OPEN".
8.2. Facsimile or electronically transmitted responses are not acceptable.
8.3. Responses cannot be altered or amended after opening.
8.4. No response can be withdrawn after opening without written approval from the City for an
acceptable reason.
8.5. The City will not be bound by any oral statement or offer made contrary to the written specifications.
8.6. Samples and/or copies shall be provided at the Respondents expense, and shall become the
property of the City.
9. BIDDER RESPONSE REQUIREMENTS•The City of Round Rock makes no warranty that this checklist
is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to
assist participating Respondents in compiling their final responses. Bidders are encouraged to carefully
read the entire solicitation.
Bidders shall submit one(1)evident signed"Original" and four(4)copies of the response requirements
including any required attachments and one(1)electronic copy of the IFB response on a flash drive.The
samples and/or copies shall be provided at the Respondents expense,and shall become the property of
the City.
This invitation for bid(IFB)does not commit the City to contract for any supply or service. Respondents
are advised that the City will not pay for any administrative costs incurred in response preparation to this
IFB;all costs associated with responding to this IFB will be solely at the interested parties'expense. Not
responding to this IFS does not preclude participation in any future RFP/RFQ/IFB.
Eor your bid to be responsive, the attachments identified below shall be submitted with you
proposal.
Attachment A:BID SHEET:The bid response shall be submitted on itemized,signed Bid Sheet provided
in the solicitation packet Failure to complete and sign the bid sheet may result in disqualification. If there
is a conflict between the unit price and extended price,the unit price will take precedence.Submission of
responses on forms other that the City's Solicitation Document may result in disqualification of the
response.
Attachment B:REFERENCE SHEET: Provide the name, address, telephone number and E-MAIL of at
least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized
services that are similar in type and capacity within the last two(2)years.City of Round Rock references
are not applicable. References may be checked prior to award. If references cannot be confirmed or if
any negative responses are received it may result in the disqualification of submittal.
Attachment D: RESPONDENT QUSTIONNAIRE: Complete the respondent questionnaire and submit
with bid packet. Attach additional pages as needed. Failure to complete the respondent questionnaire
may result in disqualification
Revised 10/17 Page 4 of 19
City of Round Rock
HVAC Services
I FB No. 18-022 Exhibit "A"
Class/Item: 910-36
June 2018
10. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses,
or to accept any response deemed most advantageous, or to waive any irregularities or informalities in the
response received that best serves the interest and at the sole discretion of the City. All solicitations
received may be evaluated based on the best value for the City. In determining best value, the City may
consider:
10.1. Purchase price;
10.2. Reputation of Respondent and of Respondent's goods and services;
10.3. Quality of the Respondent's goods and services;
10.4. The extent to which the goods and services meet the City's needs;
10.5. Respondent's past performance with the City;
10.6. The total long-term cost to the City to acquire the Respondent's goods or services;
10.7. Any relevant criteria specifically listed in the solicitation.
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are
proposing. This may include a presentation and/or the request for additional material/information.
10.8. EVALUATION FACTORS
Total 100% Points
• Cost-60% Points
• Response to Attachment D—Respondent Questionnaire—40% Points
o Training and development 10% Points
o Vehicle and equipment list 5% Points
o Company and individual work experience 25% Points
11. CONFIDENTIALITY OF CONTENT:As stated in Section 16 of City of Round Rock Purchasing Definitions,
Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to
the Texas Public Information Act. Following an award, responses are subject to release as public
information unless the response or specific parts of the response can be shown to be exempt from the
Texas Public Information Act. Pricing is not considered to be confidential under any circumstances
11.1.Information in a submittal that is legally protected as a trade secret or otherwise confidential
must be clearly indicated with stamped, bold red letters stating"CONFIDENTIAL" on that section
of the document. The City will not be responsible for any public disclosure of confidential
information if it is not clearly marked as such.
11.2.If a request is made under the Texas Public Information Act to inspect information designated as
confidential,the Respondent shall, upon request from the City, furnish sufficient written reasons
and information as to why the information should be protected from disclosure. The matter will
then be presented to the Attorney General of Texas for final determination.
12. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires
the successful offeror to complete a Form 1295"Certificate of Interested Parties" that is signed and
notarized for a contract award requiring council authorization. The"Certificate of Interested Parties" form
must be completed on the Texas Ethics Commission website, printed, signed and submitted to the City by
the authorized agent of the Business Entity with acknowledgment that disclosure is made under oath and
under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission
Webpage:httos,/1www.ethirc;-v*;tP-tx.us/whatsnew/elf info form1295.htm
Revised 10/17 Page 5 of 19
City ofRound Rock
HVAC Services
|FBNo. 18-O22 ������^��~� n/�n
Class/item: 910'38 Exhibit ^ ~
June 2018
PART 11
DEFINITIONS, STANDARD TERMS AND C0NDITONS
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this
solicitation, the Bidder agrees that the City's Definitions, Standard Terms and Conditions,in effect at
the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate
agreement or on the face of a purchase order, Said Definitions, Terms and Conditions are subject to
change without notice. It is the sole responsibility of Bidders to stay apprised of changes. The City's
Definitions, Standard Terms and Conditions can be viewed and downloaded from the City's website
2. Respondent shall meet or exceed all insurance requirements set forth in
Soanuon1 Insurance Requirements. The City's Standard Insurance Requirements document can be
viewed and downloaded from the City's website at:
PART III
SUPPLEMENTAL TERMS ANOCONDT|{]NS
l. The terms ofthe awarded agreement shall include but not belimited knthe
1.1 The hsnn of the Agreement shall begin from date of award and shall remain in full force for sixty
(60) months.
1.2 Upon expiration of the contract term, the Contractor agrees bu hold over under the terms and
conditions of this agreement for such a period as is reasonably necessary to re-solicit and/or
complete the project upboQOdays.
2' The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The
RospondontohaU:
2.1 Be firms,corporations,individuals or partnerships normally engaged in providing commercial HVAC
services as specified herein and have adequate orQanizaUon, faoi|itiaa, oquipment, financial
capability, and personnel boensure prompt and efficient service bzthe City;
2.2 The selected respondent(s) shall provide all labor, supplies and materials required to satisfactorily
perform the services as specified herein and own or acquire at no cost to the City all construction
aido, appliances, and equipment Respondent deems necessary and maintain eo|a 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 too/a, equipment or materials lost or
damaged during the performance ofthe services specified herein;
2.3 Commercial Business location from which work crews are dispatched is required to be in a35-mi|e
radius ofdowntown Round Rock.
3. Respondent shall not subcontract or otherwise engage subcontractors to
perform required services. The City seeks to do business directly with a company experienced in
commercial HVAC services.
Revised |0|7 Page 6o[|9
City of Round Rock
HVAC Services
IFB No. 18-022 Exhibit "A"
Class/Item: 910-36
June 2018
4. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker employed
on a public work project by a city must be paid: (1)not less than the general prevailing wage rate of per
diem wages for work of a similar character in the locality in which the work is performed; and (2) not
less than the general prevailing rate of per diem wages for legal holiday and overtime work. In
accordance with Chapter 2258.022, the City adopted through Resolution No. R-2016-3760 the wage
rates set forth by the Texas Workforce Commission for the Austin-Round Rock Area as the general
prevailing wage rate for the City's public works contracts. A contractor or subcontractor who is awarded
a contract by the City shall pay not less than the rates set forth in Attachment C and comply with all
applicable sections of Chapter 2258.
Attachment C- Prevailing Wage Rates are posted in Solicitation Documents for IFB No. 18-022
HVAC Services on the City of Round Rock website at:
:llwww r undr ckteI ov/de Dartments/ urchasin l urchasin -active-solicitations/
5. PRICING: The Bidder shall determine and submit a fixed cost for the work and shall include all
incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and
maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits,
insurance, bonds and risk management. No separate line item charges shall be permitted for either
response or invoice purposes.
6. PRICE INCREASE: Contract prices for HVAC Services shall remain firm throughout the initial twelve
(12) month term of the contract. A price increase to the agreement may be considered on the
anniversary date of the Contract each year and shall be equal to the consumer price index for that
year, but at no time can the increase be greater than 5% for any single line item.
6.1 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: h.t.JQ://www.bls,q v/col/,
6.2 Procedure to Request Increase:
6.2.1 Mail the written price increase request with the rate detail comparison and comprehensive
calculation and any supporting documentation to the designated City Contract Specialist a
minimum of 45 days prior to the annual Contract anniversary date, The detailed written
calculation will be verified and confirmed. All written requests for increases must include
the City of Round Rock contract number, solicitation reference information and contact
information for the authorized representative requesting the increase. Price increase
requests shall be sent by mail to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock,TX 79664-5299
6.2.2 Upon receipt of the request, the City reserves the right to either, accept the escalation and
make change to the purchase order within 30 days of the request, negotiate with the Vendor
or cancel the agreement or purchase order if an agreement cannot be reached on the value
of the increase.
Revised 10/17 Page 7 of 19
ti
City of Round Rock
HVAC Services
IFB No. 18-022 Exhibit "A"
Class/item: 910-36 [J
,June 2018
7. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents'
performance anytime during the contract term.
8. ACCEPTANCE/INSPECTION:Acceptance inspection should not take more than five(5)working
days. The awarded respondent will be notified within the time frame if the services delivered are not
in full compliance with the specifications. In the event the services are not performed to the
satisfaction of the City; the vendor shall agree to reperform services to specification at no additional
cost to the City. If any agreement or purchase order is cancelled for non-acceptance, the needed
services may be purchased elsewhere and the vendor may be charged liquidated damages.
9. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum purchase is made or implied. The City will only order the services/goods needed
to satisfy requirements within budgetary constraints, which may be more or less than indicated.
10.WORKFORCE: Contractor shall:
10.1 Ensure Respondent's employees perform the services in a timely, professional and efficient
manner;
10.2 Ensure Respondent's employees, wear a company uniform that clearly identifies them as the
Respondent's employee, while working on City property.
10.3 Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor. The City reserves the right to verify citizenship or right to work in the United
States.
10.4 The Respondent shall provide background checks on all employees assigned to a project prior
to commencement of work to the City's designated representative.
10.5 The City will provide the Contractor,the Designated Contact person,and any employees required
for the work, access to the sites where services are required upon approval of the City's
designated representative. The City's designated representative shall issue security badges to
all Respondent's employees assigned to a project. All employees shall be required to wear the
badge in a visible manner at all times while on City property.
11.PERMITS: The Contractor shall verify and obtain all necessary permits, licenses, and/or certificates
required by federal, state and local laws, ordinances, rules or regulations for the completion of the
services as specified if required for the project.
12.AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single
award, split award, primary and secondary award, non-award, or use any combination that best serves
the interest and at the sole discretion of the City. Award announcement will be made upon City Council
approval of staff recommendation and executed agreement. Award announcement will appear on the
City's website at ht :/lwww.roundrocktexas.gov/bids.
13. POST AWARD MEETING: The City and Successful Respndent(s) may have a post award meeting to
discuss, but not be limited to the following:
13.1 The method to provide a smooth and orderly transition of services performed from the current
contractor;
13.2 Provide City contact(s)information for implementation of agreement.
13.3 Identify specific milestones, goals and strategies to meet objectives.
Revised 10/17 Page 8 of 19
City of Round Rock
HVAC Services
!FB No. 18-022 Exhibit " n n
Class/item: 910-36
June 2018
14.POINT OF CONTACT t DESIGNATED REPRESENTATIVE:
14.1 Contractor's point of contact: In order to maintain consistent standards of quality work
performed across the City, the City shall be provided with a designated and identified point of
contact upon award of the contract to include contact information. The City's designated
representative shall be notified by the Respondent immediately should the point of contact change.
14.2 The City's designated representative: The City's designated representative shall be:
Pete Dominguez
Facility Maintenance Manager
General Services
Phone: 512-501-$547
E-mail: pdominguez@roundrocktexas.gov
IS.INTERLOCAL PURCHASING AGREEMENTS
15.1 The City has entered into Interlocal Agreements with other Governmental agencies pursuant to
the Interlocal Cooperation Act, Chapter 791 of the Texas Govemment Code. The Contractor
agrees to oiler the same price and terms and conditions to other eligible agencies that have an
interlocal agreement with the City.
15.2 The City does not accept any responsibility or liability for the purchases by other government
agencies through an interlocal cooperative agreement.
Revised 10117 Page 9 of 19
City of Round Rock
HVAC Services
IFB No. 18-022 Exhibit "A"
Class/Item: 910-36
June 2018
PART IV
SPECIFICATIONS
1. HISTORY:The City has approximately 800,000 square feet of maintained property and occupies
approximately 46 facilities. The buildings consist of both commercial and residential type
structures. Facilities maintained vary and can include but are not limited to office buildings, Police
department,fire stations, parks facilities and parking garages.
• Projects vary and are under the supervision of the City's designated representative:
Pete Dominguez, Facilities Manager
Phone#:612-341-3144
Email: pdominguez@roundrocktexas.gov
2. SCOPE OF WORK:The Contractor shall provide on-site services including all
materials and labor necessary to perform HVAC installation, repair and maintenance for various City
owned or occupied locations. Services performed shall require prior authorization from the City's
Facility Maintenance Department.
3. WORKMANSHIP:Only first-class work shall be performed and all materials fumished in carrying
out this agreement shall be of character and quality as required by the project specifications.
Where no standard is specified, for such work or materials, they shall be the best of their respective
trade and be compliant with all applicable code requirements.
3.1 All materials used in any project shall be"new"unless pre-approved by the City's designated
representative.All HVAC installation, repair and maintenance shall be in compliance with
manufactures specification.
3.2 At the conclusion of each project the Contractor shall demonstrate to the City's designated
representative that the work is fully operational and in compliance with contract specifications and
codes.Any unsatisfactory work done or materials furnished at whatever time they may be
discovered shall be promptly and permanently corrected at the sole expense of the Contractor
prior to final acceptance of work when notified to do so by the authorized City representative.
3.3 The Contractor shall at all times keep the adjacent areas of the work site free from rubbish and
the accumulation of any waste materials. It is the Contractor's responsibility to properly dispose of
all rubbish and waste materials according to applicable federal,state,and local health,safety,
and environmental laws, ordinances, rules and regulations.
Should the Contractor neglect or refuse to remove such unsatisfactory work or materials within
forty eight(48)hours of notice by the City,or if they fail to make satisfactory progress in doing so,
the City may cause said work or materials to be removed and satisfactorily replaced by contract
or otherwise and the expense thereof shall be charged to the Contractor. Such expense shall be
deducted from any monies due or shall become due to the City by the Contractor under the
agreement.
4. WORKFORCE: Contractor and all employees shall perform the services in a timely,professional and
efficient manner. The City reserves the right to remove any employee from City property for violation
of federal, state,and local health, safety and environmental laws,ordinances, rules and regulations.
4.1 The Contractor shall employ all personnel for work in accordance with the requirements set forth
by the United States Department of Labor. The City reserves the right to verify citizenship or right
to work in the United States.
4.2 The Respondent shall provide background checks on all employees assigned to a project prior to
commencement of work to the City's designated representative.The background check method
will be approved by the City in advance,
Revised 10/17 Page 10 of 19
City of Round Rock
HVAC Services
IFB No. 18-022 Exhibit "A"
Class/item: 910-36
June 2018
4.3 The City will provide the Contractor,the Designated Contact person,and any employees required
for the work, access to the sites where services are required upon approval of the Cit)(s
designated representative. The City's designated representative shall issue security badges to all
Respondent's employees assigned to a project. All employees shall be required to wear the
badge in a visible manner at all times while on City property.
S. WAC CONTRACTOR REQUIREMENTS: The following contains the minimum requirements and
experience for HVAC installation, repair and maintenance services required by the City. The
Contractor shall ensure that all personnel are skilled and qualified to perform the services as
requested.
6.1 Contractor shall have a working knowledge of commercial and residential HVAC installation,
repair and maintenance work and be qualified to work on HVAC systems currently installed in City
locations.
5.2 Contractor shall be licensed to perform HVAC work as required by the Texas Department of
Licensing and Regulation as an air-conditioning and refrigeration Contractor. Respondents shall
submit a copy of the Contractor's license with the solicitation response.
5.3 The HVAC licensed Contractor shall have at least five(5)years of experience.
5.4 Only certified technicians shall perform, installation,repair or maintenance on City HVAC units.A
copy of the Technicians certifications shall be submitted by the Contractor with the response to
this IFB. If new Technicians are hired proof of certification shall be provided to the City before
work begins.
5.5 The HVAC functions shall include but not be limited to: installation, repair and regular
maintenance as scheduled by the City's Facilities Manager.
5.6 Contractor must be familiar with and have a working knowledge of all tools and equipment
applicable to the HVAC trade,and have extensive knowledge of HVAC operating systems.
5.7 It is the responsibility of the Contractor to supervise their employees and to assure that the work
crew acts in a professional manner in regards to conduct,dress and language. Employees that
are found to be non-compliant with these requirements shall be removed by the Contractor from
City property.
6. DESIGNATED CONTACT PERSON: In order to maintain consistent standards of quality work
performed across the City,the City shall be provided with a designated and identified crew
leader/point of contact upon award of the contract.
6.1 The City shall be provided with the designated person's name and telephone number.
6.2 This contact person shall remain the same throughout the term of the contract or upon
termination of the contact person. If a change has been made in the contact person due to
termination,the City's designated representative shall be notified by the Contractor immediately
at the time of the change. NO substitutions of key personnel shall be permitted without written
approval of the authorized City's designated representative.
6.3 Answering machines are unacceptable as a point of contact.
6.4 The contact person shall be identified on the Solicitation document and may be required to attend
an oral presentation to the selection team prior to award of contract.
7. WARRANTY: Successful Respondent shall provide a five(5)year warranty on all workmanship and
parts including but not limited to manufacturer's warranty,workmanship defects, and installation.All
warranty work shall be completed within five(5)working days from notice of defect.
Revised 10/17 Page 11 of 19
City of Round Rock
HVAC Services
IF8 No. 18-022 Exhibit "A"
Class/Item: 910-36
June 2018
8. RESPONSE TIME: Response times shall be as follows:
8.1 Non-Emergency Service Calls: Successful Respondent shall respond and provide a written
estimate for non-emergency service calls within two(2)days and begin work within five(5)days
of the original request.
8.2 Emergency Calls:The City may require emergency HVAC repair,maintenance or replacement
services during regular business hours or after hours.
8.2.1 The Contractor shall respond to emergency calls within two(2)hours after being
contacted by the City.
8.2.2 The Contractor shall arrive onsite within four(4)hours of receiving work notification
from the City.
9. WORK HOURS•
9.1. Regular Business Hours: are 7:00 am to 6:00 pm Monday through Friday(excluding
weekends and holidays).
9.2. Overtime Hours: consist of hours outside the designated regular business hours will be
allowed by the City if deemed necessary and is approved by the City's designated
representative in advance of work. Overtime shall be based on the rate of regular labor not to
exceed 1 Y2 times the fixed hourly rate for the tradesman performing the service.
9.3. Emergency Calls:Contractor shall only respond to an emergency call placed by the Facilities
Manager or his designee.
10. SAFETY: The Successful Respondent and their respective employees are required and shall comply
with all Occupational Safety and Health Administration(OSHA), State and City Safety and
Occupational Health Standards and any other applicable federal,state,and local health,safety,and
environmental laws,ordinances, rules and regulations in the performance of the services. All
Successful Respondents shall be held responsible for the safety of their employees and any unsafe
acts or conditions that may cause injury or damage to any persons or property within and around the
work site area under this contract In case of conflict,the most stringent safety requirement shall
govern. The Contractor shall indemnify and hold the City harmless from and against all claims,
demands, suits, actions,judgments, fines, penalties and liability of every kind arising from the breach
of the Contractor's obligations under this paragraph.
10.1. Material Safety Data Sheets: Successful Respondent shall be required to have in their
possession at the location of each project and available upon request, material safety data
sheets applicable to hazardous substances.
11. SERVICEIREPAIR PARTS:At the time the City calls for services,and the Contractor
determines a location needs repairs:
11.1. Eighty-five percent(85%)of all parts shall be on-site within twenty-four(24)business hours;
11.2. All remaining parts shall be normally on-site within forty-eight(48) business hours;
11.3. The Facilities Manager shall be consulted when it is determined major components are in
need of replacement.A major component shall be considered any single item or part whose
estimated cost is in excess of$500.
Revised 10/17 Page 12 of 19
City of Round Rock
HVAC Services
1FB No. 18-022 Exhibit "A"
Class/item: 910-36
June 2018
12. ESTIMATES: Contractor shall provide a non-binding written"Not to Exceed"estimate
on all projects at no charge to the City upon request. It is the Contractor's responsibility to ensure that
all information is complete to provide an accurate estimate. The City will not incur charges from the
Contractor until the Contractor arrives on site and begins work. in certain circumstances a sample of
materials to be used in a project may be requested by the City's designated representative for
approval before work commences.Any single project shall not exceed$50,000.
Each written estimate shall include the following information:
• Department name and location of the project;
• Contractor's designated contact name and telephone number;
• Breakdown of Labor costs(Number of workers, hourly rate);
• Materials(Detailed description,quantity, unit price and extended price amounts);
• Cost of Equipment rented to complete project;
• Total Cost(Labor and materials);
• Description specifying work to be done;
• Time projected to complete the project.
13. SITE INSPECTiON: It shall be the responsibility of the Contractor to visit and inspect the locations
prior to the submittal of a proposal. No variation in price or conditions shall be permitted based on
claims of not being knowledgeable, aware, or informed of all requirements and specifications for a job
assignment. Submittal of the proposal is evidence the Contractor has familiarized himself with the
nature and extent of the work and any local conditions that may, in any manner,affect the scope of
the work to be done and the equipment, materials and labor required.
Inspection must be scheduled by contacting the City's designated representative.
14. DELIVERY AND STORAGE:It shall be the responsibility of the Contractor to make all arrangements
for delivery,unloading, receiving and storing HVAC units and parts for each project.The City will not
assume any responsibility for receiving these shipments. The Contractor shall verify with the City's
designated representative and make necessary arrangements for security and storage space in the
building during the project.
15. WORK REPORTS: Respondent shall complete and furnish a work report for each project. A copy of
each work report shall be presented with time and material used. Reports shall include, at a
minimum,the following information:
• Location of the worksite;
• Date and time of arrival at worksite;
• Time spent for repair;
• Date and time work at location is completed;
• Part(s)ordered and Equipment rented,if necessary
• A detailed description of all the completed repair work certifying the location is in working
order, shall be signed by the City's designated representative at the time the work is
performed.
Revised 10/17 Page 13 of 19
City of Round Rock
MVAC Services
IFB No. 18-022 Exhibit "A"
Class/Item: 910-36
June 2018
16. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of
any minimum or maximum purchase is made or implied. The City will only order the services needed
to satisfy requirements within budgetary constraints,which may be more or less than indicated.
• Prices for materials may be on a cost-plus basis. The percentage(%), if any, of markup
will be designated by the Respondent on the Solicitation Document. Invoices for work
performed,shall require a copy of supplies receipt to be included. Failure to provide the
cost-plus percentage(%)on an invoice may result in payment at cost.
17. INVOICE REgUIREMENTS: Each project shall be invoiced separately;the Contractor shall include
detailed information on each invoice:
• The total hours worked and hourly rate for labor. Labor hours hour shall include costs of
labor,overhead charges, travel, and payroll expenses.
• Supplies and materials:The cost of supplies and materials shall be listed separately
from labor. A maximum percentage markup, as indicated on Attachment A-Bid Sheet,will
be allowed for material.
• Invoices shall have attached a copy of paid materials receipt from the supplier.
Revised 10117 Page 14 of 19
City ofRound Rock
HVAC Services
|F8 No. 18'022 Exhibit "A"
Class/Item'. 910'36
June 2018
ATTACHMENT
BID SHEET
1' is posted in Solicitation Documents for /FB No. 18-822 HVAC
Services /namExcel format onthe City ofRound Rock website at:
1.1 In order to be considered responsive Attachment A' Bid Sheet must be oomp|eted, signed by an
authorized representative and returned by the deadline for submission of response indicated in Part
| Section 5—Schedule ofEvents.
1.2 The Respondent, by submitting and signing AMaohmentA — Bid Gheot, acknowledges that he/she
has received and naod the entire document packet sections defined above including all documents
incorporated byreference, and agrees iobebound bythe terms therein.
1.3 In order to do business with the City of Round Rock you must be registered with the City's Vendor
Database, To register, go to:
1.4 By the signature affixed on Attachment A-Bid Sheet, the Respondent hereby certifies that neither the
Respondent nor the entity represented by the Reapondent, or anyone acting for such entity has
violated the antitrust laws of this 8tate, codified in Section 15.01 et seq. Texas Business and
Commerce Code,or the Federal antitrust laws, nor communicated directly or indirectly, the response
made boany competitor orany other person engaged msuch line ofbusiness.
1.5 The Respondent agrees, if this Offer is accepted within 120 calendar days after the Due Date,to fully
comply in strict accordance with the 8o|ioitadon, specifications and the amounts shown on bid sheet.
Revised l017 Pogo 15o[|g
loft
Exhibit "A"
Attachment A-Bid Sheet
MVAC Services
IFEI-No.18-022
The Respondent represents by their signature below that he/she is submitting a binding offer and is authorized to bind the
respondent to fully comply with the solicitation documents contained in IFB No. 18-022 HVAC Services,The Respondent
acknowledges that he/she has received and read the entire solicitation packet,attachments and all documents incorporated by
reference,and agrees to be bound by the terms therein.An anticipated total contract award will be made by the City in an
amount not to exceed$300,000 per year.
Special Instructions: All prices must be quoted in order to be considered responsive Be advised that exceptions taken to any
portion of the solicitation may jeopardize acceptance of the bid.
Cost-Total 60% Points
No. Description Unit Unit Cost
1 Certified HVAC Technician Hourly Labor Rate Per Hour $ 82.00
Certified HVAC Technician Overtime Hourly Labor Rate.
The overtime rate shall not exceed one and one half times the
2 regular hourly rate. Per Hour $ 105.00
3 HVAC Helper Regular Hourly Labor Rate Per Hour $ 60.00
HVAC Helper Overtime Hourly Labor Rate.
The overtime rate shalt not exceed one and one half times the
4 regular hourly rate. Per Hour $ 90.00
(information Only)Prices for Material shall be on a cost-plus Percentage
5 basis.The Percentage % if any,of markup will be Markup 30%
Attachment D-Respondent Questionnaire-Total 40% Points
"10%Points for staff training and development
"5%Points for vehicle and equipment list
"25%Points for company and individual work experience
COMPANY NAME: Me hani al LL
SIGNATURE OF AUTHORIZED REPRESENTATIVE:
PRINTED NAME: Jimmy Polasek
PHONE NUMBER: 512-691-9259_
EMAIL ADDRESS: iimmv(0mpsltd us--
�,,,�
City of Round Rock Exhibit "A"
HVAC Services
IFB No. 18-022
Classi tem:910-39
June 2018
ATTACHMENT B:
BIDDERS REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITA'RCN RESPONSE
SOLICITATION NUMBER: IFB No. 18-22
RESPONDENTS NAME:Mechanical&Process Systems, LLC DATE:6-28-2018
Provide the name,address,telephone number and E-MAIL of at least three(3)valid Municipal, Government
agencies or firms of comparable size that have utilized services that are similar In type and capacity within the
last two (2)years.City of Round Rock references are not applicable. References may be checked prior to
award. If references cannot be confirmed or if any negative responses are received it may result In the
disqualiftcaffon of submittal.
1. Company's Name City ofl.eander
Name of Contact Joy Simonton
Title of Contact General Services Manager
. II■ �
E-MaU Address jsimonton@leanderbc.gov
Present Address PO Box 319
City,State,Zip Code
Leander,Texas 78664
Telephone Number -( 512 ) 528-2730 Fax Number:{ )
2- Company's Name Austin Regional Clinic
Name of Contact pony Mouser
Title of Contact Facilities Maintenance Manager
E-Mail Address
pgmouser@covenantmso.com
Present Address 4515 Seton Center Parkway,Suite 150
City,She,Zip Code Austin,Texas 78759
Telephone Number ( 512 )231-5539 Fax Number( )
3. Company's Name Austin Indeeendent School District
Name of Contact Stuart Miller
Title of contact AIC Maintenance Foreman
E-MsII Address stuart.miiler@austinisd.org
Present Address 5101 East 51 st Street
Glty,State,Zip Code
Austin Texas 78723
Telephone Number ( 512 ) 414-1107 Fax Number( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Revised 10/17 Page 16 of 19
City of Round Rock
HVAC Services
IFB No. 18-022 Exhibit "A"
Class/Item: 910-36 Exhibit
June 2018
ATTACHMENT C
PREVAILING WAGE
1. Attachment C- Prevailing Wage Rates are posted in Solicitation Documents for lFB No. 18-
022 HVAC Services on the City of Round Rock website at:
htt s://www.rou drocktexas. ov/de artments/ urc,hastn ! urchasin -actio -solicitations/
2. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker
employed on a public work project by a city must be paid: (1) not less than the general prevailing
wage rate of per diem wages for work of a similar character in the locality in which the work is
performed; and(2)not less than the general prevailing rate of per diem wages for legal holiday and
overtime work. In accordance with Chapter 2258.022, the City adopted through Resolution No 8-
2016-3760 the wage rates set forth by the Texas Workforce Commission for the Austin-Round
Rock Area as the general prevailing wage rate for the City's public works contracts. A contractor
or subcontractor who is awarded a contract by the City shall pay not less than the rates set forth in
Attachment C and comply with all applicable sections of Chapter 2258.
Revised 10117 Page 17 of 19
City of Round Rocs` Exhibit "A"
HVAC Services
IFB No. 18-M
Classilt�em:910-38
.lune 2018
ATTACHMENT D
RESPONDENT QUESTIONNAIRE
40%Points
Neste of Business:
Mechanical&Process Systems, LLC
Physical Address of Headquarters(HQ):
1804 Central Commerce Court, Round Rock Tx 78664
Physical Address of Serving Branch:
(d different address from HQ)
1. On a separate sheet of paper describe training and development provided to staff.(10%Points).
2. EQUIPMENT UST:Attach a separate sheet of paper that describes the type of vehicles and equipment
that will be used to support this contract(696 Points)
3. Number of full time employees that are eligible to work on City of Round Rods projects:
Number of Employees:
F30
_
4. How many years has your company been in the CommemW HVAC Business?
Number of years In the commercial
HVAC business: 1 15
S. EXPERIENCE:On a separate sheet of paper describe relevant company and Individual experience for
the personnel who will be actively engaged In the perfar nance of this conbzct(25%Points)
• Company work experience:Describe recent company work experience(2 years or fess)for at least 2
commercial contracts for HVAC Services.
• Individual Work Experience-Include the resume of the owner and lead personnel as well as
supporting documentation as applicable;such as certifications,licenses and years of experience.
Revised 10/17 Page 18 of 19
City of Round Rock
HVAC Services
IFB No. 18-022 Exhibit "A"
Class/Item: 910-36
June 2018
ATTACHMENT E
City HVAC Equipment Listing
1. Attachment E-City HVAC Equipment Listing is posted in Solicitation Documents for lFB No.
18-022 HVAC Services on the City of Round Rock website at:
httgs://wvvw roundrocktexas,.qov/dei)artments/purchasing/Sr�ch.asing-active-solicitations/
Revised 10/17 Pacyc 19 of 19
`
Exhibit n An
^~ R13UN0ROCK TEXAS
� PU=="MGu=mw
CITY OFROUND ROCK
INVITATION FOR BID (|FB)
HVAC SERVICES
|FBNo.18-022 Addendum No. 1Date ofAddendum: OG/21M8
Addendum No. 1, dated Thursday, 06/21/18 is being issued to respond to all questions submitted
by the deadline on Tuesday, 08/18/18 @ 5p.m. for|F8 No. 18'D22—HVAC 8ervioem, as outlined
below:
SECTION A: QUESTIONS And ANSWERS:
1. Question: Warranty. |othis a5 (Five) year warranty oneverything?
Answer: The 5 (fivm) year warranty imfor new equipment parts and labor.
2. Question: Can we lock in pricing for the first 3 (Three) years and propose an increase for
years 4(four)and 5 (five)7
Answer: No. Per page 8. No. G of the mm|idtmUmn. Contract prices
for MVAC Services shall remain firm throughout the initial twelve (12) month
term of the contract. A pv1mm increase to the agreement may be considered
onthe anniversary date m[ the Contract each year and shall beequal 1othe
oomaurnmr price index for that year, but at no time can the increase be
greater than 5%for any m|ng|o line item
3' Question: Page 2. section 1 — Purpooe. it states award to one primary and one secondary
contract. Will all work be divided equally over the primary and secondary
contracts or is the secondary contract just ebackup in case the primary cannot
perform the work?
Answer: The oornrnon practice will be to ask both vendors to quote on the job. The
vendor will be selected based on price and availability. The City reserves the
right toselect either Vendor per job.
4. Question: On page 6, section 3— 8uboontnaotore, are there exceptions to use subcontractors
for sheet metal fabrication and installation on equipment change outs and new installations?
Answer: No.
5. Question: On page 7, section 5—Pricing, itstates the "fixed cost" shall include travel, fnaiBht,
equipment acquisition and maintenance, delivery charges and costo associated with permits.
Can you please clarify that the "fixed cost" is defined as the hourly rehyo (items 1'4) listed in
AttochmentA—BidSheet.
Answer: Yas, fixed costs is defined as the hourly rates (items 1-4) listed in Attachment
/\-Bid Sheet.
Exhibit "A"
8. Question: Does the City expect the quoted hourly rates to include costs for freight and delivery
charges for parts and material used, time taken to acquire (pickup) parts from local vendors
and permit fees charges by the City
Answer: Yes, the City expects the quoted hourly rates to include costs for freight and
delivery charges for parts and material used, time taken to acquire (pickup) parts from
local vendors and permit fees charges by the City
7. Question: On page 7, section 5– Pricing, will the awarded vendor be able to charge travel
time from vendor shop to City facility when responding to a service tail?
Answer: No
8. Question: What about charging travel time from City facility to City facility when providing
HVAC services?
Answer: No
9. Question: On page 12, section 11 --Service/Repair Parts, are Hotshot services (overnight or
same day delivery) pre-approved for"E call"jobs if 85% of parts need to be onsite within 24
business hours?
Answer: No
10. Question: On page 13, section 13–Site Inspection –is time spent by the vendor
performing a site inspection and/or meeting with City staff billable time that we can include in
our proposal?
Answer: No.
11. Question: Based on the past 5 years of historical data, how often does the HVAC contractor get
after-hour emergency calls from the City?
Answer: 10 to 15 calls per year.
12: Question: Does the City want awarded vendor to perform Preventative Maintenance on HVAC
units? If so, what frequency does the City want the preventative maintenance performed (i.e.
quarterly, semiannually, annually)?
Answer: No, preventive maintenance is not required at this time.
Approved by: OletA,— 414,1 ' Date: l 1?1"
Oscar Wise, Purchaser
By the signatures affixed below this addendum is hereby incorporated into and made a part of the
above referenced solicitation.
ACKNOWLEDGED:
Mechanical &Process Systems, LLC 6-28-2018
Vendor ,Authorized Sig ture Date
RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE
WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY
DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD,
Pag,c 2 or 2
, o
Mechanical & Process Systems, LLC
1804 Central Commerce Court - Round Rock,Texas - 78664-Office:512.591.9259 - Fax: 512.691.9258
Providing Commercial&industrial Mechanical Services Since 2003
www.mpsitd.us
HVAC EQUIPMENT LIST
Trucks:
• 6- GMC/Chevrolet service/utility body trucks dedicated to MPS HVAC Services Department.
Truck Tool Inventory:
• Assorted hand tools
• Assorted ladders
• Assorted power tools—drills, Hammer drills,porta band saws, cutoff saws, etc.
• Refrigerant Gauges
• Refrigerant Recovery Machines
• Nitrogen Purge Tanks and Guages
• Co2 Tanks and Guages
• Refrigerant Scales
• Electronic Leak Detectors
• Multi Meters
• Ammeters
• Torchs and associated soldering and brazing equipment
• Jet Swets of various sizes
• Lock Out Tag Out and various safety equipment including PPE
Supporting Equipment Inventory at MPS Round Rock Shop Location:
* Air Compressors
• Air Balance Hoods
• Pressure Test Kits
• Arc Welders
• B-Tanks
• Chain Come-alongs
• Chainfalls- 1112 Ton
• Pressure Washers
• Jack Stands
Pipe Threaders
• Roll-A-Lifts
• Roust-A-Bouts
• Phase Rotation Indicators
The Texas Department of Licensing and Regulation,PO Box 12157 Austin,Texas 78711, 1-804-803-9202, 512-463-6599 License TACLA023236C
Texas State Board of Plumbing Examiners,P.Q.Box 4200 Austin,Texas 78765 1-800-845-6584,512-458-2145.License M-38061 (Harry Huf)
Mechanical & Process Systems, LLC
1804 Central Commerce Court- Round Rock,Texas• 78664- office:512.691.9259- Fax:512.691.9258
Providing Commercial&Industrial Mechanical Services Since 2003
www.mpsltd.us
TRAINING AND ADDITIONAL DEVELOPMENT
Training:
All MPS HVAC technicians are trained through the Pipefitters Local 286 HVAC school.The HVAC
program consists of training two nights a week for a five year period. Please see the following
syllabus.
1st Year Classes
Introduction to Pipe Trades (OSHA 30; CPR, First Aid; Rigging; Crane Signaling; Soldering
&Brazing)
• Related Trade Math (Fractions, Decimals; Pythagorean Theorem; Builders Level; Total
Station)
2nd Year Classes
• HVAC-A (Basic Electricity; Circuits/Conductors/Wiring)
• HVAC-B (EPA Section 606; R-41 OA&407C; CFC Certification)
3rd Year Classes
• HVAC-A (Gas/Oil Heat; Steam; Pump Alignment)
• HVAC-B (Compressor Operation; Properties of Air; Special Refrigeration)
4th Year Classes
• HVAC-A (Cross Flow/Counter Flow& Closed Loop)
• HVAC-B (Air Cooled Chillers; DX; Comfort; Motor&VFD)
5th Year Classes
• HVAC-A (Centrifugal; Green Mechanical Systems; Motor Bearing)
• HVAC-B (Water Source Heat Pumps; Chill Water AHU's; Geothermal Application
Additional Development
• All MPS technicians are trained on the latest industry technology, regulations and
procedures as needed or required.
• All employees are safety trained on a regular basis
• All employees have had silica dust training
The Texas Department of Licensing and Regulation,PO Box 12157 Austin.Texas 78711,1-800-803-9202,512-463-6599 Ucense TACLA023236C
Texas State Board of Plumbing Examiners,P,O.Box 4200 Austin,Texas 78765 1-800-845-6584.512-458-2145.License M-38081(Harry Huff
Exhibit "A"
Michael Gonsalvez
President
Round Rock,TX
3YQRK EXPERIENCE;
Mechanical&Process Systems, L.L.0
President/HVAC licensee—TACLA023236C
Founder Mechanical&Process Systems,L.L.C.
Responsible for public relations and marketing
Provides oversight for Project Managers, Estimators and office personnel
Negotiates contract terms with General Contractors and clients
Secure and negotiate contracts with subcontractors necessary to facilitate job completion
D.Carlson and Company, Inc.
Estimator/Project Manager
Solicited new clientele
Estimated projects ranging in value from$500-$10,000,000
Assisted owners and consulting engineers in the development of cost estimates and schedules
for feasibility studies
Managed projects ranging in size from $500 - $3,200,000. Duties included material and
equipment procurement, subcontractor evaluation and selection, writing of contracts, shop
drawing submittal, construction management, value engineering and project closeout.
Texas Industrial Mechanical
Estimator/Project Manager
Estimated projects ranging in size from$500-$1,500,000
Managed project ranging in size from$500- $1,100,000. Duties included material and
equipment procurements,shop drawing submittal, management of construction,value
engineering,and project closeout.
Assisted in contract negotiations.
ii N
............
State of Texas Air Conditioning and Refrigeration License
- Environmental Air Conditioning Endorsement
- Commercial Refrigeration and Process Cooling and Heating Endorsement
R�CENT TEXAS FACT ITIES COMMISSION PROJECTS:
Five Buildings Project:William P.Clements and Robert D.Morten 2016
Insurance Annex Building Boiler Change Out 2015
Four Buildings Project:
Insurance,Price Daniels,Supreme Court and John H.Reagan Bldg 2014
Exhibit "A"
Marry J. Huf, Jr.
Vice President
Austin, TX
WORK EXPERIENCE;
Mechanical&Process Systems, L.L.0
Vice President/Responsible Master Plumber—M38061
Create plumbing and mechanical cost estimates of projects with a cost up to$10,000,000
Manage all aspects of plumbing/medical gas operations.
Manage projects including procurement of materials and equipment,coordinate and
communicate with General Contractor,Project Manager,and on-site foremen;Maintain
working relationship with employees on multiple sites,maintain job schedule and budget as per
previously negotiated contracts.
Assist in contract negotiations with General Contractors to successfully secure contracts for
plumbing construction work
Secure and negotiate contracts with subcontractors necessary to facilitate job completion
Carrier,Inc.
Commercial Service Tech Foreman
Scheduled commercial service repairs
Responded to and efficiently completed commercial plumbing service repairs
Served as point of contact for large commercial clients
Solicited and secured plumbing service contracts with new clientele
Managed multiple employees including job assignments, payroll distribution, and scheduling
Quickly procured tools and equipment necessary for plumbing repair completion
Negotiated and secured contracts with supply and equipment distributors
LJCENSESJENUOR E JENTa, _
State of Texas Master Plumber License
State of Texas Medical Gas Endorsement
Plumbing Union Local 286 Apprenticeship Training Program
ECENT PRQ1F.LC1J,
...... ... ......
UT JOC Contract(Harry provides all estimates for the JOC proposals as well)
UT College of Business Administration AHU-1 & AHU-3 Cooling Coil Replacements
HVAC&Electrical Renewal Phase If Winship Drama Building
Cryo-Electron Microscope&.X-Ray Crystallography Lab FNT
Capitol Beverage Company Mechanical & Plumbing
UT Welch Hall Phase 111929 Wing
Warfield Center Art Gallery Renovation JES
Moore-Hill Dormitory Maintenance&Interior Finishes MHD
Jester West Maintenance& Interior Finishes Floors 9i1, 10".& 1 I"'Floors
John.H. Winters Building Restroom Repair/System Replacement
Exhibit "A"
Jimmy W. Polasek
Service Department Manager/ Project Manager
Taylor, TX
.RKEXPERIENCE:
Mechanical&Process Systems
MPS Service Department Manager/Project Manager
Create HVAC cost estimates of projects with a cost up to$2,000,000
Manage projects including procurement of materials and equipment,coordinate and
communicate with General contractor,Project Manager,and on-site foremen,maintain working
relationship with employees on multiple sites,maintain job schedule and budget as per
previously negotiated contract
Manage all aspects of MPS'HVAC installation and service operations
Secure and negotiate contracts with subcontractors necessary to facilitate job completion
Beard Mechanical Contractors
Service Manager
Responsible for day-to-day operations of Refrigeration,HVAC,Plumbing Service and Sales
Directly responsible for the management of and oversight of the AISD Geo-thermal contract
Duties included hiring,training,and scheduling of service technicians
Responsible for accounts receivable and invoicing
Carrier Commercial Service t YPS Refrigeration
General Manager YPS Refrigeration
Responsible for day-to-day operations of Refrigeration,HVAC,Plumbing Service and Sales,
Commercial Plumbing and Supermarket Refrigeration
Directly responsible for the management of and oversight of the AISD Geo-thermal contract
Responsible for hiring,training,and scheduling of service technicians,accounts receivable and
invoicing
Project Management and estimating of construction projects
Service Supervisor/Sales Carrier Commercial Service
Pneu-Temp Inc.
Service Manager/Project Manager
Responsible for hiring,training,and scheduling of service technicians as well as day-to-day
operations of service department
Manage installation and service of all HVAC projects
Tempset Controls
Foreman
In charge of all Direct Digital Controls(DDC)and Pneumatic Control Systems installation.
YPS Inc
A/C Service Technician
ACI Systems Inc.
A/C Service Technician
State of Texas Master Mechanical License TACLA0020600C
Plumbing Union Local 286 Apprenticeship Training Program
Exhibit "A"
Christopher Reed
HVAC Technical Sales/ Business Development
ork Experience
Mechanical&Process Systems,LLC(Round Rock,TX)7017-Present
Business Development
+ Provide and enhance customer relations and support
• Provide companywide sales support
• Develop strategy to increase sales of HVAC services
• Assist service department in job surveys
• Estimate and provide proposals for new HVAC equipment and major repairs/retrofits
Way Service,LTD(Austin,TX)2014—2017
HVAC Project Sales Engineer/Service Manager.
+ Provided HVAC equipment and maintenance contract sales in Austin and San Antonio well as sales support for Texas P.A.C.E.and
Bundled Energy Projects at various locations in Central Texas,
+ Provide technical support to field technicians and sales team.
+ Review all equipment and maintenance contract sales proposals for profit margin.
• Evaluate financial performance of all existing maintenance contracts.
• Provide project management for bundled energy projects up to$1M and supervise retro
commissioning of existing HVAC and commissioning of new HVAC.
Owner,Penn Energy Systems,LLC(Coplay,PA)2005—2019
President
+ Purchased and managed residential and commercial HVAC business.
+ Provided sales service and installation of HVAC equipment.Sourced and qualified new products and vendors.
• Selected and sized various types HVAC equipment including chilled water,oil and gas fired systems.
• Developed new customer relations strategy utilizing CRM sales management software to benchmark and monitor all aspects of business
performance.
* Increased equipment sales by 200%and service sales by 325%.Sold business to relocate to Texas.
Merck Pharmaceutical West Point,PA 1999-2005
Lead Research Utilities Supervisor
• Supervised HVAC and plumbing personal,Provided HVAC services to internal customers at Merck's West Point Facility.
• Assisted Site Engineering Services in design of new HVAC,process piping,and exhaust systems for sterile processing ISO 5 cleanroom
areas.
• Supervised building automation team and assisted in validation of BAS,process piping and SCADA systems.
• Led site wide fume hood and biological safety cabinet certification team.
1, LICENSES AND ENDORSEMENTS
+ Pharmaceutical Regulated Clean room&HEPA filter Testing
• Pharmaceutical Process Piping Layout,Design and Application
• ASHRAE 110 Testing Fume Hood Testing
• Business Courses-Lehigh County Community Collage
• Universal Certification(EPA)Refrigerant Recovery-Ferris State University
• Oil and Gas Fired Heating Systems Service&Design-Lehigh County Heat Council
• Advanced Oil Heat Certification-Pennsylvania Petroleum Association
* HVAC control system design and service—Honeywell
Exhibit "A"
Troy Smart
HVAC Service Technician
Austin, TX
WORK EXPERIENCE:
Mechanical&Process Systems 2015-Present
Service Technician/Service Foreman
• Service and repair of Commercial&Industrial A/C equipment
• Start-up of HVAC Equipment and systems
Assist Technicians with field diagnostics
Wattinger Service Co. 1999-2015
Service Technician
Service and repair of Commercial&Industrial A/C equipment
• Start-up of HVAC Equipment and systems
Special Projects,Diagnostics Technician
Dynamic Systems Inc. 1997-1999
Service Technician
g Service and repair of Commercial&industrial A/C equipment
• Start-up of HVAC Equipment and systems
* Special Projects, Diagnostics Technician
Johnson Controls 1993-1997
Service Technician
Service and repair of Commercial&Industrial A/C equipment
Troubleshoot and repair of Pneumatic controls systems.
Pox Service Co. 1992-1993
Service Technician
Service and repair of Commercial&Residential A/C equipment
E.C.Electric and Mechanical 1990-1992
Service Technician
Service and repair of Commercial&Residential A/C equipment
US Army 1985-1989
CBTRY V Bn.7t"FA
Alice Dome Appliance 1984-1988
Service Technician
Service and repair of Residential A/C equipment and appliances
Plumbing&Pipefitter Union Local 286 Apprenticeship Training Program
Plumbing&Pipefitter Union Local 286 Apprenticeship Training Instructor
UA Instructor Certification Training Course
Trane CVHE Tear flown Course
Trane Screw Chiller operations Course
Johnson Controls Centrifugal operation and Maintenance Training course
Exhibit "A"
Mark Cobb
HVAC Service Technician
Troy,TX
WORK EXPERIENCE;
Mechanical& Process Systems 2015-Present
Service Technician
+ Service and repair of Commercial&Industrial A/C equipment
+ Boiler Service and repair
Wattinger Service Co, 2009-2015
Service Technician
+ Service and repair of Commercial&Industrial A/C equipment
• Boiler Service and repair
YPS 2009-2009
Service Technician
+ Service and repair of Commercial&Industrial A/C equipment
Carrier Corporation 2005-2009
Service Technician
+ Service and repair of Commercial&Industrial A/C equipment
+ Troubleshoot and repair of Pneumatic controls systems,
Texas State Technical college 2000-2005
A/C Refrigeration Lab Assistant
• Responsible for maintaining equipment,iab set up,direction
of student in equipment usage.
Plumbing&Pipefitter Union Local 286 Apprenticeship Training Program
PVl Boiler Certified Technician
Aerco Boiler,certified boiler start-up Technician
Exhibit "A"
Andrew Baxa
HVAC Service Technician
WORK EXPERIENCE:
Mechanical &Process Systems 2017-Present
Service Technician
• Service and repair of Commercial&Industrial A/C equipment
• HVAC equipment installation
• Test and Balance HVAC duct systems
Pipefitters Local 266 2017-Present
Various Assignments
Service Technician
• Service and repair of Commercial&Industrial A/C equipment
HVAC equipment installation
• Test and Balance HVAC duct systems
Sheet Metal Workers Local 67 2011-2017
Various Assignments
Service and Installation Technician
• Forman for HVAC projects at University of Texas Austin Campus
• Serviced and installation of HVAC equipment at Samsung
• Test and Balance HVAC duct systems
» Provide Fume Hood Performance Testing
LICENSES/ENDORSEMENTS:
Sheet Metal Workers Intemationai Association School
Plumbing& Pipefitter Union Local 286 Apprenticeship Training Program
EPA Universal Certification—Refrigerant Recovery and Transition
TABB—Test Adjust Balancing Bureau Certified
HVAC Fire Life Safety 1 & 2 Certified
Fume Hood Performance Testing Certified
Exhibit / A'
Carlos Trevino
HVAC Service Technician
WORK EXPERIENCE:
Mechanical&Process Systems March oo1e'Present
Service Technician
"
Service and repair of Commercial& Industrial A/C equipment
° HVAC equipment installation
Wattinger Company oD1m-March Jo10
Service Technician
°
Service and repair ofCommercial& Industrial A/C equipment
"
HVAC equipment installation
Thermal Mechanical
2O14-2O17
Service and Installation Technician
�
Serviced and installation oYHVAC equipment
�
Rooftop HVAC
° 8p|b system HVAC
Everest Institute—HVAC Certification
Plumbing& Pipefitter Union Local 286 Training Program
EPAUnkemaa|Certifioodon—RofriganantRocovaryandTransition
e
{ INDUSTRIALUFETY P
ROGRAM
r
FOR
Mechanical & Process Systems, L.L.C.
IMPLEMENTATION DATE
October 2004
29 CFR 1910
REGULATORY STATUTE
Michael Gonsalvez
PRESIDENT
Jennifer Sandifer
SAFETY DIRECTOR
8.A.PSOccmpatieAd Safety Program
Corporate Policy Statement
The Occupational Safety and Health Act of 1970 clearly states our common goal of safe and
healthful working conditions. The safety and health ofour employees continues to be the
first consideration inthe operation ofthis business.
Safety and health in our business must be a pert of every operation. Without question it is
every employee's responsibility at all levels.
/t is the intent of this company to comply with all laws. To do this we must constantly be
avvero of conditions in all work areas that can produce injuries. NO employee is required to
work at ajob heorshe knows imnot safe orhealthful. Your cooperation indetecting hazards
and, in turn, controlling them is a condition ofyour employment. Inform your supervisor
immediately of any situation beyond your ability or authority to correct.
The personal safety and health of each employee of this company is of primary irnportanoe.
The prevention of occupationally induced injuries and illnesses is of such consequence that
it will be given precedence over operating productivity whenever necessary. Tothe greatest
degree poss/b|e, management will provide all nneohonioo| and physical facilities required for
personal safety and health inkeeping with the highest standards.
We will maintain a safety and health program conforming to the bon1 management practices
of organizations of this type. To be ouooeemfu|, such a program must embody the proper
attitudes toward injury and illness prevention not only on the part of supervisors and
ernp|oyeeo, but also between each employee and his orher oo-vvorhers. Only through such
a cooperative effort can a safety program in the beet interest of all be established and
preserved.
Our objective is a safety and health program that will reduce the number ofi injuries and
illnesses to an absolute minimum, not merely in keeping with, but surpasoing' the best
experience of operations similar to ours. Our goal is nothing less than accidents and
injuries.
Michael Gonsalvez
President
MPS
l
Y
Exhibit "A"
MPS Occupational Health and Safety Program
Health and Safety Guidelines
Date of Last Revision: 05-2018
Program Responsibility: The company Safety Director is Jennifer Sandifer. She is solely
responsible for all managerial facets of this program and has full authority to make
necessary decisions to ensure success of the program. Safety is also the responsibility of
every employee of this company. All members of the company are subject to all directives
concerning safety and may be disciplined for infractions. The Safety Director has developed
written detailed instructions covering each of the basic elements in this program, and is the
sole person authorized to amend these instructions. This company has expressly authorized
the Safety Director,or any employee, to halt any operation of the company where there is
danger of serious personal injury.
Program Content
The MPS safety and health program includes, but is not limited to development and
maintenance of the following:
I. Company Health and Safety Program Guidelines.
2. Written Programs as needed for Specific and General Projects.
3. Safety Committee:
4. Routine Safety and Health Inspections:
5. Safety Meetings:
6. Accident and Incident Reporting:
7. Accident Investigation:
8. General Safety Rules for all Departments.
9. Recordkeeping Requirements:
10. Disciplinary Actions for Willful Unsafe Acts:
Exhibit n��,v
^_��� o�x�|� ��
1. Company Health and Safety Program Guidelines. MPS will review and evaluate this
document',
1.1 Onanannual basis.
1.2When changes occur to2QCFR that prompt arevision.
1.3 When changes occur to any related regulatory document that prompts a revision
of this document.
1.4 When facility operational changes occur that require a revision of this document
2. Written Individual Programs. This company will maintain written individual procedures
for the types of hazards/issues that our employees will or could potentially be exposed to.
Each program will be reviewed/revised on an annual basis, or as required by the respective
governing OSHA Standard. Each program insofar ampossible will bemaintained oaan
independent program to avoid situations where it is unclear where responsibility for given
issues belong. Effective implementations of these programs require support from all levels
ofmanagement within this company. Each written program will becommunicated toall
personnel that are affected byit. Each will encompass the total workplace, regardless of
number ofworkers employed orthe number ofwork shifts. They will bedesigned to
establish clear als, nd objectives.
5 _===____04
3. Safety Committee:
3.1 Composition: The company safety committee will be comprised of(2) members of
management/supervision and hourly personnel. The make-up ofthe committee vvi||
consist ofthe following:
Safety Committee
Jennifer Sandifer—Safety Director
Michael (3onma|vez— President
Eric Merha —piping Superintendent
3.2 Principal Responsibilities: The principal responsibilities o[the company safetv
rnrn
ooi�oevviUbeeo [oUowe: '
3.2.1Assemble oneweekly basis toconduct safety meetings.
3.2.2 Conduct and oversee departmental safety inspections.
Exhibit "A"
3.2.4 Direct and monitor departmental training and safety meetings.
3.2.5 Discuss and report on unfinished business from previous meetings.
3.2.6 Discuss new business.
3.2.7 Maintain appropriate records of activities.
3.2.9 The Safety Director will be present to make notations of the meeting and offer
advice. He will track open safety items to conclusion. He will also act as
chairman in the absence of the designated chairman or vice chairman.
3.3 Charter. Charter for the MPS Safety Committee. This safety committee will encourage
safety awareness among all employees. It will be established to monitor safety
performance, safety inspections, and aid the Safety Director in administering the
company safety program.
-To reduce injuries and save lives.
-To constantly be aware of conditions in all work areas that can produce injuries.
-To aid the company in complying with all laws pertaining to safety.
-To ensure that no employee is required to work at a job that is not safe or healthful.
-To place the personal safety and health of each employee of this company in a position of
primary importance.
-To aid in the prevention of occupationally induced injuries and illnesses.
-To the greatest degree possible, aid management in providing all mechanical and physical
facilities required for personal safety and health in keeping with the highest standards.
-To maintain a safety and health program conforming to the best management practices of
organizations of this type.
-To establish a program that instills the proper attitudes toward injury and illness prevention
not only on the part of supervisors and employees, but also between each employee
and his or her co-workers.
- To ultimately achieve a safety program maintained in the best interest of all concerned.
6
Exhibit "A"
4. Routine Safety and Health Inspections: Routine safety and health inspections of all
company facilities and job sites. The inspection will be conducted to discover through
specific, methodical auditing, checking, or inspection procedures; conditions and work
practices that lead to job accidents and industrial illnesses.
4.1 Inspection team composition. The company safety inspection team will be
comprised of at least 1 member of management/supervision. The recommended
make-up of the team will consist of at least one of the following:
Safety Inspection Team
Title Member
Safety Director Jennifer Sandifer
Member Jobsite Superintendent
Member Jobsite Foreman
4.2 Inspection Intervals: The safety director will coordinate inspection dates and
times with all assigned inspection team members. The team will conduct inspections
on a weekly basis.
4.3 Hazard priority classification system. Hazards will be rated according to the
following rating system. Where it is unclear where a hazard should be rated the next
higher priority classification will be assumed.
4.3.1 Priority 1 Hazard. The most serious type of unsafe condition or unsafe
work practice that could cause loss of life, permanent disability, the loss of a
body part(amputation or crippling injury), or extensive loss of structure,
equipment, or material,
4.3.2 Priority 2 Hazard. Unsafe condition or work practices that could cause
serious injury, industrial illness, or disruptive property damage.
4.3.3 Priority 3 Hazard. Unsafe condition or work practice that might cause a
recordable injury or industrial illness or nondisruptive property damage.
4.3.4 Priority 4 Hazard. Minor condition, a housekeeping item or unsafe work
practice infraction with little likelihood of injury or illness other than perhaps a
first-aid case.
4.4 Inspection elements: The following inspection elements will be checked during
safety inspections. Where an individualized safety program exists, the company
standard practice instruction will be used as the basis for development of inspection
criteria,
Element Criteria Exhibit "A"
Floors Condition, slip, trip, falls
Aisles Marking, obstructions
Stairs Condition, railings, obstructions
Ladders Condition, Metal in electrical areas
Scaffolds Condition, Nonskid, level, 2 feet wide
Lighting Suitable Illumination for work
Exits Obstructions, locked, lit?
Ventilation Adequate, fans guarded, maintained?
Hand tools Grounded, guarded, pressure switches
Machine tools Guarded, stop buttons, training?
Chemicals Mess's, labels, storage, separated
Hoists/lifts Load limits, unrestricted view, limits
Compressed gas Storage, heat sources, labels, training
Guarding Installed, over, under, around, between
Forklifts Licenses, checklists, capacity, keys
Lockout tag out Procedures, training, devices, tags
Eye protection used, training, Z-87 rated protectors
Fire protection Extinguishers, training, locations
First Aid Kits, OSHA 200 logs, training
Waste disposal Containers, labeled, separated
Building exterior Defective overhangs, lighting
Building interior Defective overhangs, lighting
Yards/roads Obstructions, housekeeping, signs
Confined Spaces Marked, training, ventilation, equipment
Elevators Good repair, load rating, inspected
Offices Floors, aisles, exits, ventilation
Power systems Mechanical, hydraulic,electrical
Work practices unsafe work practices observed? (List)
4.5 Inspection report. The safety director will develop a safety report based on the
inspection items noted during the inspection.The following items will be accomplished:
4.5.1 The report will be distributed immediately to maintenance personnel
responsible for correcting deficiencies noted during the inspection.
Maintenance personnel will use the hazard classification system to prioritize
deficiency correction.
4.5.2 The report will be distributed to all supervisors and key management
personnel. Supervisors will brief the results to all employees under their
control. Any employee requesting to be placed on the distribution list will be
accommodated.
4.5.3 The safety director will develop a statistical analysis of deficiencies noted
to determine jobs/areas that have a high incidence of injury potential. These
areas will be emphasized during inspections and meetings.
5. Safety Meetings:A well ordered flow of information is essential to a good safety
program. The company,through a program of safety meetings at all levels, intends to
accomplish the goals of safety awareness, education, and participation.
5.1 Safety meeting outlines. The safety director will maintain outlines serving various
Exhibit "A"
topics of importance to the safety of company employees. The outlines will be
flexible. They will be intended to be adapted to the widest range of situations and
groups. Supervisors can add the level of detail required to make the material
completely relevant to his or employees.
5.2 Safety meeting schedules. Employees will be given safety briefings by their
respective supervisors on a weekly basis. Safety briefings will be given immediately:
5.2.1 upon initial job assignment or reassignment.
5.2.2 When operational changes to equipment or the job occur.
5.2.3 When a co-worker in their department is injured.
5.2.4 When manufacturers provide safety-related information pertaining to
defects, use, etc., for equipment used by this company.
5.3 Departmental staff meetings. Safety will be included in the agenda of all staff
meetings. The safety director will keep management informed of safety performance
developments in the area of accident prevention, and safety. Management may ask
the safety director to provide safety briefings as required.
5.4 Supervisor meetings: Safety will be included in the agenda of all routine
supervisor meetings. The safety director will keep management informed of safety
performance developments in the area of accident prevention, and safety.
Management will ensure the information is transmitted to supervisors for inclusion in
meetings. Supervisors may ask the safety director to provide safety briefings as
required.
6. Accident and Incident Reporting: The MPS Hazard Report will be used by all
employees to report potential or known hazards. The following procedures apply:
6.1 Person reporting hazard:
6.1.1 Notify department supervisor of the hazard.
6.1.2 Accomplish lock-out/tag-out if required on the machine.
6.1.3 Fill out required sections of the hazard report.
6.1.4 Forward report immediately to the safety director.
6.2 Supervisor:
6.2.1 Notify all affected workers of hazard.
6.2.2 Notify maintenance of hazard, if required.
6.2.3 Ensure hazard is properly marked and controlled.
6.2.4 Contact Safety Director if needed.
Exhibit "A"
7. Accident Investigation: Accident investigation is primarily a fact-finding procedure; the
facts revealed are used to prevent recurrences of similar accidents. The focus of accident
investigation will be to prevent future accidents and injuries to increase the safety and health
of all our employees.
7.1 Immediate concerns.
7.1.1 Ensure any injured person receives proper care.
7.1.2 Ensure co-workers and personnel working with similar equipment or in
similar jobs are aware of the situation. This is to ensure that procedural
problems or defects in certain models of equipment do not exist.
7.1.3 Start the investigation promptly.
7.2 Investigation Team. The accident investigation team will be composed of the
following:
Accident Investigation Team
Title
Safety Director
Supervisor of injured employee
7.3 Accident Investigation Form. A standardized investigation form which details
specific company requirements for investigation will be developed and used to gather
data to determine causes and corrective actions. As a minimum the form will contain
the following areas of concern.
7.3.1 Accident investigation form data.
- Injured employee's name
Date and time of injury
- Occupation or task being performed when injured
-Shift and department
-Company ID number
- Employee's address
-Sex/age/DOD
-Social security number
- Length of service
- Length of time at specific job
-Time shift started
-Overtime length when injury occurred
-Physician's and hospital name (if transported)
-Type of injury
- Resulting fatalities
- Description and analysis of accident
-Complete accident tree
-Action taken to prevent recurrence and person
- Employee's statement
-witnesses'statement
- Employer's statement
- Person completing form and date
-Person reviewing form and date
Exhibit "A"
7.4 Reviewers: All injury investigation reports will be reviewed by a member of
management responsible for the department/section involved to ensure pertinent
information in transmitted to all concerned and remedial action taken.
Accident Investigation Review Team
Title
President
Safety Director
Supervisor of injured employee
7.5 Accident investigation report. The final report will be numbered in the upper right
hand corner, Page of Pages. The report will include but is not limited to the following.
7.5.1 Investigation form and pertinent data
7.5.2 Photographs/drawings/exhibits of scene
7.5.3 Narrative of accident
7.5.4 Sequence of events
7.5.5 Contributing information
7.5.6 Findings and recommendations of review team
7.5.7 Action items and completion dates
7.5.8 Responsible persons
7.5.9 Follow-up procedures to ensure completion
7.5.10 Distribution list
8. General Safety Rules for all Departments. The following safety rules are established by
this company as general safety rules for all departments/sections.
8.1 Never operate any machine or equipment unless you are authorized and trained
to do so.
8.2 Do not operate defective equipment. Do not use broken hand tools. Report them
to your supervisor immediately.
8.3 Obtain full instructions for your supervisor before operating a machine with which
you are not familiar.
8.4 Never start on any hazardous job without being completely familiar with the safety
techniques which apply to it. Check with your supervisor if in doubt.
8.5 Make sure all safety attachments are in place and properly adjusted before
operating any machine.
Exhibit "A"
8.6 Do not operate any machine or equipment at unsafe speeds. Shut off equipment
which is not in use.
8.7 Wear all protective garments and equipment necessary to be safe on the job.
Wear proper shoes; sandals or other open-toed or thin-soled shoes should not be
worn.
8.8 Do not wear loose, flowing clothing or long hair while operating moving machinery.
8.9 Never repair or adjust any machine or equipment unless you are specifically
authorized to do so by your foreman.
8.10 Never oil, clean, repair, or adjust any machine while it is in motion.
8.11 Never repair or adjust any electrically driven machine without opening and
properly tagging the main switch.
8.12 Put tools and equipment away when they are not in use.
8.13 Do not lift items which are too bulky or too heavy to be handled by one person.
Ask for assistance.
8.14 Keep all aisles, stairways, and exits clear of skids, boxes, air hoses, equipment,
and spillage.
8.15 Do not place equipment and materials so as to block emergency exit routes,
fireboxes, sprinkler shutoffs, machine or electrical control panels, or fire extinguishers.
8.16 Stack all materials neatly and make sure piles are stable.
8.17 Keep your work area, machinery and all company facilities which you use clean
and neat.
8.18 Do not participate in horseplay, or tease or otherwise distract fellow workers. Do
not run on company premises - always walk.
8.19 Power-truck operators must safeguard other workers at all times;workers must
show courtesy to power-truck operators.
8.20 Filing cabinets, desks, storage cabinets, and other storage devices should have
drawers closed when not in use to prevent tripping hazards.
8.21 Floor mounted extension cords should be placed so that they are flush to the
ground at all times.
8.22 Coffee bar electrical outlets should be properly used. Never overload electrical
outlets.
8.23 Burned out light bulbs should be replaced immediately.
8.24 Frayed or damaged electrical cords should be replaced.
Y
Exhibit "A"
8.25 Never take chances. If you're unsure, you're unsafe!
8.26 Ask for help; Let good common sense be your guide.
9. Recordkeeping requirements: This employer fully understands that companies with
eleven (11) or more employees at any time during the calendar year immediately preceding
the current calendar year must comply with the provisions of 29 CFR 1904. This section
provides for recordkeeping and reporting by MPS covered under 29 CFR 1904 as necessary
or appropriate for developing information regarding the causes and prevention of
occupational accidents and illnesses, and for maintaining a program of collection,
compilation, and analysis of occupational safety and health statistics both for this company
and as part of the national system for analysis of occupational safety and health. Records
shall be established on a calendar year basis.
9.1 This employer will report under 29 CFR 1904.8 concerning fatalities or multiple
hospitalization accidents.
9.2 This employer will maintain a log of occupational injuries and illnesses under 29
GFR 1904.2 and to make reports under 29 CFR 1904.21 upon being notified in writing
by the Bureau of Labor Statistics that the employer has been selected to participate in
a statistical survey of occupational injuries and illnesses.
9.3 Log and summary of occupational injuries and illnesses:This employer shall:
9.3.1 Maintain a log and summary of all recordable occupational injuries and
illnesses by calendar year.
9.3.2 Enter each recordable injury and illness on the log and summary as early
as practicable but no later than 6 working days after receiving information that
a recordable injury or illness has occurred. For this purpose form OSHA No.
200 or an equivalent which is as readable and comprehensible to a person not
familiar with it will be used. The log and summary shall be completed in the
detail provided in the form and instructions on form OSHA No. 200.
9.3.3 If this employer elects to maintain the log of occupational injuries and
illnesses at a place other than this establishment or by means of data-
processing equipment, or both, it will meet the following criteria:
9.3.3.1 There will be available at the place where the log is maintained
sufficient information to complete the log to a date within 6 working days
after receiving information that a recordable case has occurred.
9.3.3.2 At each facility belonging to this company, there will be available
a copy of the log which reflects separately the injury and illness
experience of that establishment complete and current to a date within
45 calendar days.
9.4 Supplementary record: In addition to the log of occupational injuries and illnesses
(OSHA 200) this employer shall have available for inspection at each of our facilities
within 6 working days after receiving information that a recordable case has occurred,
a supplementary record for each occupational injury or illness for that establishment.
Exhibit "A"
The record shall be completed in the detail prescribed in the instructions
accompanying Occupational Safety and Health Administration Form OSHA No. 101.
Workmen's compensation, insurance, or other reports are acceptable alternative
records if they contain the information required by Form OSHA No.-101 (according to
OSHA). If no acceptable alternative record is maintained for other purposes, Form
OSHA No. 101 shall be used or the necessary information will be otherwise
maintained.
9.5 Annual summary: This employer shall post an annual summary of occupational
injuries and illnesses for each facility under our control. This summary shall consist of
a copy of the year's totals from the form OSHA No. 200 and the following information
from that form:
9.5.1 Calendar year covered.
9.5.2 Company Name and establishment address.
9.5.3 Certification signature, title, and date.
9.5.4 A form OSHA No. 200 shall be used in presenting the summary. If no
injuries or illnesses occurred in the year, zeros will be entered on the total
line, and the form posted.
9.5.5 The summary shall be completed by February 1 of each calendar year.
This company, or the director or employee of the employer who supervises the
preparation of the log and summary of occupational injuries and illnesses, shall
certify that the annual summary of occupational injuries and illnesses is true
and complete. The certification shall be accomplished by affixing the signature
of the employer, or the director or employer who supervises the preparation of
the annual summary of occupational injuries and illnesses, at the bottom of the
last page of the log and summary or by appending a separate statement to the
log and summary certifying that the summary is true and complete.
9.5.6 A copy of the establishment's summary in shall be posted in each facility
in the same manner required under 29 CFR 1903.2 The summary covering the
previous calendar year shall be posted no later than February 1, and shall
remain in place until March 1. For employees who do not primarily report or
work at a fixed site belonging to this company, or who do not report to any fixed
site on a regular basis,we shall satisfy this posting requirement by presenting
or mailing a copy of the summary during the month of February of the following
year to each such employee who receives pay during that month.
9.6 Records retention. Records provided for in 29 CFR 1904.2, 1904.4, and 1904.5
(including form OSHA No. 200 and its predecessor forms OSHA No. 100 and OSHA
No. 102)will be retained for 5 years following the end of the year to which they relate.
9.7 Access to records. This employer shall provide, upon request, records provided
for in 29 CFR 1904.2, 1904.4, and 1904.5, for inspection and copying by any
representative of the Secretary of Labor for the purpose of carrying out the provisions
of the OSHA act, and by representatives of the Secretary of Health, Education, and
Welfare, or by any representative of a State accorded jurisdiction for occupational
safety and health inspections or for statistical compilation.
Exhibit "A"
9.7.1 The log and summary of all recordable occupational injuries and illnesses
(OSHA No. 200)will, upon request, be made available to any employee, former
employee, and to their representatives for examination and copying in a
reasonable manner and at reasonable times. The employee, former employee,
and their representatives shall have access to the log for any establishment in
which the employee is or has been employed.
9.8 Reporting of fatality or multiple hospitalization accidents. Within 8 hours after the
occurrence of an employment accident which is fatal to one or more employees or
which results in hospitalization of three or more employees, this employer shall report
the accident either orally or in writing to the nearest office of the Area Director of the
Occupational Safety and Health Administration, U.S. Department of Labor. The
reporting may be by telephone or telegraph. The report shall relate the circumstances
of the accident, the number of fatalities, and the extent of any injuries. It is
understood that the Area Director may require such additional reports, in writing or
otherwise, as he deems necessary, concerning the accident.
9.9 Change of ownership. Should this company change ownership, the company
shall preserve those records, if any, of the prior ownership which are required to be
kept.
9.10 Petitions for recordkeeping exceptions. Should this wish to maintain records in a
manner different from that required the company will submit a petition containing the
information specified by the Regional Commissioner of the Bureau of Labor Statistics
in our region.
9.11 Employees not in fixed establishments: Record requirements for company
employees engaged in physically dispersed operations such as occur in construction,
installation, repair or service activities who do not report to any fixed company
establishment on a regular basis but are subject to common supervision will be
satisfied by:
9.11.1 Maintaining the required records for each operation or group of
operations which is subject to common supervision(field superintendent, field
supervisor, etc.)in an established central place located in Houston, Texas.
9.11.2 Having the address and telephone number of the central place listed in
section 9.11.1 available at each worksite.
9.11.3 Having personnel available at the central place listed in section 9.11.1
during normal business hours to provide information from the records
maintained there by telephone and by mail.
9.12 Statistical program: This employer will comply with all requirements to maintain,
provide, and use statistical summaries. Upon receipt of an Occupational Injuries and
Illnesses Survey Form, this employer shall promptly complete the form in accordance
with the instructions contained therein, and return it in accordance with the
instructions.
10. Disciplinary Actions for Willful Unsafe Acts: Employee safety is paramount at this
company. The willful commitment of an unsafe act cannot and will not be condoned.
Exhibit "A"
Supervisors and/or employees who willfully jeopardize their own or coworkers safety will be
disciplined. The type of discipline can range from a verbal warning to dismissal. The
company safety director and supervisory personnel in the administrative chain of any
employee may give employees a verbal warning for a known unsafe act or procedural, or
operational infraction. The company safety director and management personnel may give
supervisory personnel a verbal warning for a known unsafe act or procedural, or operational
infraction. Disciplinary action other than a release from shift without pay must be reviewed by
the President
10.1 Forms of discipline.
10.1.1 Verbal warning: The company safety director, managers, and
supervisory personnel in the administrative chain of any employee may give
employees a verbal warning for a known unsafe act or procedural, or
operational infraction. A second verbal warning in the same shift will be
grounds for release from the current work shift without pay. The immediate
supervisor will be consulted in all cases and will make the determination for
release.
10.1.2 Written warning. A written warning will be issued automatically for a
second verbal warning for an unsafe act. The written warning will become part
of the employee's permanent personnel record.
10.1.3 Retraining: It must be considered that the possibility exists that lack of
proper training may be a cause of the unsafe act. Supervisors will review the
need for employee remedial training in their job skill code to enable them to
better accomplish their jobs.
10.1.4 Dismissal hearing: The employee concerned will be notified of his or her
rights in writing at least one(1) day in advance of the hearing. The employee
will be told in writing of the cut-off date for submission of a rebuttal. The option
of dismissal will be reviewed by the President at a dismissal hearing. The
immediate supervisor will be consulted to determine if a lesser form of
discipline is warranted (if a supervisor is being dismissed an additional member
of management will be consulted). The employees' rebuttal (if provided)will be
considered along with the severity of the act, the supervisor's recommendation
and any other supporting information provided at the time of the time of the
hearing.
10.2 Unsafe act priority classification system: Unsafe acts will be rated according to
the following rating system. Where it is unclear where an unsafe act should be rated
the next higher priority classification will be assumed. While any unsafe act is
serious, this classification system will be used to gage the severity of an unsafe act for
use in determining the appropriate level of disciplinary action.
10.2.1 Priority 1 Unsafe Act The most serious type of unsafe act or unsafe
work practice that could cause loss of life, permanent disability, the loss of a
body part(amputation or crippling injury), or extensive loss of structure,
equipment, or material.
10.2.2 Priority 2 Unsafe Act. Unsafe act or work practice that could cause
serious injury, industrial illness, or disruptive property damage.
Exhibit "A"
a
10.2.3 Priority 3 Unsafe Act. Unsafe act or work practices that might cause a
recordable injury or industrial illness or nondisruptive property damage.
10.2.4 Priority 4 Unsafe Act. Minor unsafe work practice infraction with little
likelihood of injury or illness.
i M
C1
Mechanical & Process Systems, LLC
1804 Central Commerce Court• Round Rock, Texas- 78664 - Office:512.691.9259- Fax:512.691.9258
Providing Commercial&Industrial Mechanical Services Since 2003
www.mpsltd.us
TRAINING AND ADDITIONAL DEVELOPMENT
Training:
All MPS HVAC technicians are trained through the Pipefitters Local 286 HVAC school. The HVAC
program consists of training two nights a week for a five year period. Please see the following
syllabus.
1st Year Classes
• Introduction to Pipe Trades (OSHA 30; CPR; First Aid; Rigging; Crane Signaling; Soldering
&Brazing)
• Related Trade Math (Fractions; Decimals; Pythagorean Theorem; Builders Level; Total
Station)
2nd Year Classes
• HVAC-A(Basic Electricity; Circuits/Conductors/Wiring)
• HVAC-B (EPA Section 608; R-41 OA&407C; CFC Certification)
3rd Year Classes
• HVAC-A (Gas/Oil Heat; Steam; Pump Alignment)
• HVAC-B (Compressor Operation; Properties of Air; Special Refrigeration)
4th Year Classes
• HVAC-A (Cross Flow/Counter Flow& Closed Loop)
• HVAC-B (Air Cooled Chillers; DX; Comfort; Motor&VFD)
5th Year Classes
• HVAC-A(Centrifugal; Green Mechanical Systems; Motor Bearing)
• HVAC-B (Water Source Heat Pumps; Chill Water AHU's; Geothermal Application
Additional Development
• All MPS technicians are trained on the latest industry technology, regulations and
procedures as needed or required.
® All employees are safety trained on a regular basis
• All employees have had silica dust training
The Texas Department of Licensing and Regulation,PO Box 12157 Austin,Texas 78711,1-600.803-9202,512-463-6599 License TACLA023236C
Texas State Board of Plumbing Examiners,P.0 Box 4200 Austin,Texas 78765 1-800-845-6584,512-458-2145.License M-38061(Harry Huff
AFEDEMTED
INSURANCE70
Dear Policyholder,
Thank you for choosing Federated Insurance to handle your insurance and risk management
needs. The attached certificate document(s) have been issued or updated.
Please feel free to contact us with any additional changes, additions or deletions that may be
needed by contacting the Federated Client Contact Center at:
Phone: 1-888-333-4949
Fax: 507446-4664
E-mail: clientcontactcenter@fedins.com
Thank you for your business!
Client Contact Center
Enclosed:
Certificate Document(s)
MISC-0829 (04-13)
ACC)RI30DATE(MMAXWYYY )
+%._..--- CERTIFICATE ATE CSF LIABILITY INSURANCE 01104=8
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS
CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR
PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED Provisions or be endorsed. If
SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this
certificate does not coMer rights to the certificate holder In lied of such emtorsement s.
PRODUCER CONTACT
FEDERATED MUTUAL INSURANCE COMPANY
HOME OFFICE:P.O.BOX 328 (A/ ,EO Ext:888-333-4949 CLI NT CONTACT CENTER FSC No):507-446-4664
OWATONNA,MN 55060 E-MAIL CLIENTCONTACTCENTERUFEQINS.COM
INSURERS AFFORDING COVERAGE MAIC#
INSURER A:FEDERATED SERVICE INSURANCE COMPANY 28304
INSURED 238493-1 INSURER B:
MECHANICAL&PROCESS SYSTEMS LLC INSURER C:
PO BOX 7909
ROUND ROCK,TX 78683-7909 INSURER D:
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER:198 REVISION NUMBER:1
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1S SUBJECT TO ALL THE TERMS, EXCLUSIONS
AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE DL SU13R POLICY NUMBER POLICY EFF POLICY EXP LIMITS
LTH
X COMMERCIAL GENERAL UABILITY EACH OCCURRENCE $1,000,000
CLAIMS•MADEa OCCUR DAMAGE TRENTED $100,000
MED EXP(Any one person) $5,000
A Y N 9361974 10/12/2017 10/12/2018 PERSONAL a ADV INJURY $1,000,000
G N'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000
X POLICY JECT ❑LOC PRODUCTS-COMPIOP AGO $2,000,000
OTHER:
AUTOMOBILE LIABIUTY COMBINED SINGLE LIMIT $1,000,000
X ANY AUTO (El accidentl BODILY INJURY(Per person)
A OWNED AUTOS ONLY
SCHEDULED Y N 9361974 10/12/2017 10/12/2018 BODILY INJURY(Per accident)
HIRED AUTOS ONLYNON-OWNED PROPERTY DAMAGE
AUTOS ONLY (Per uddend
�( UMBRELLA LIA13 X OCCUR EACH OCCURRENCE $10,000,000
A EXCESS LIAB CLAIMS-MADE N N 9351975 10/12/2017 10/12/2018 AGGREGATE $10,000,000
DED RETENTION
WORKERS COMPENSATION PER STATUTE OTH-
AND EMPLOYERS'LIABILITY Y/N ER
ANY PROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT
OFFICERIMEMBER EXCLUDED? N I A
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE
It yes,describe under
DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT
DESCRIPTION OF OPERATIONS f LOCATIONS f VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more span is required)
SEE ATTACHED PAGE
CERTIFICATE HOLDER CANCELLATION
238-493-1 1981
CITY OF ROUND ROCK SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
221 E MAIN ST THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ROUND ROCK,TX 786545299 ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
0 1988-2015 ACORD CORPORATION.All rights reserved.
ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD
AGENCY CUSTOMER ID: 238-493-1
,......,� LOC 4:
ACC>R"
`—� ADDITIONAL REMARKS SCHEDULE page 1 of 1
AGENCY NAMED INSURED
FEDERATED MUTUAL INSURANCE COMPANY MECHANICAL&PROCESS SYSTEMS LLC
POLICY NUMBER PO BOX 7909
SEE CERTIFICATE#198.1 ROUND ROCK,TX 78683-7909
CARRIER NAIC CODE
SEE CERTIFICATE#198.1 EFECTiVE DATE:SEE CERTIFICATE#198.1
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: _CERTIFICATE OF LIABILITY IN5URANCE
CONTRACT IFB 18-022
CITY OF ROUND ROCK AND ITS OFFICERS, EMPLOYEES AND ELECTED OFFICIALS ARE INCLUDED AS ADDITIONAL INSURED AS THEIR
INTEREST MAY APPEAR
THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED - OWNERS,
LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU ENDORSEMENT FOR
GENERAL LIABILITY.
THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED BY CONTRACT
ENDORSEMENT FOR BUSINESS AUTO LIABILITY.
FOR REASONS OTHER THAN NON-PAYMENT OF PREMIUM, 30 DAYS NOTICE WILL BE PROVIDED TO THE CERTIFICATE-HOLDER IN THE
EVENT THAT THE ISSUING COMPANY CANCELS THE POLICY BEFORE THE EXPIRATION DATE OF THE POLICY.
INSURANCE PROVIDED BY THE GENERAL LIABILITY COVERAGE IS PRIMARY AND NONCONTRIBUTORY OVER OTHER INSURANCE.
FOR REASONS OTHER THAN NON-PAYMENT OF PREMIUM, _,,,- DAYS NOTICE WILL BE PROVIDED TO THE CERTIFICATE-HOLDER IN THE
EVENT THAT THE ISSUING COMPANY CANCELS THE POLICY BEFORE THE EXPIRATION DATE OF THE POLICY.
ACCIRD 101 (2008/01) A 2008 ACORD CORPORATION.All rights reserved.
The ACORD name and Iogo are registered marks of ACORD
AC V CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY)
10126/2017
THIS CERTIFICATE 1S ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER NAME CT Nicole Peterson
Primary Source Insurance Agency Inc PHONE. (800)760-2809 FA (877)446-4631
121 E Park Square MA�p Exit:NLPeterson@fedins.com A1C No
ADDRESS:
tNSURER(S)AFFORDING COVERAGE NAIC#
Owatonna MN 55060 INSURER A: Texas Mutual Ins Co
INSURED INSURER 8:
Mechanical&Process Systems LLC INSURER C:
PO Box 7909
INSURER D
INSURER E:
Round Rack TX 78683-7909 INSURER F:
COVERAGES CERTIFICATE NUMBER: 17-18 WC REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS;
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
INSR ADDLISUBRI POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MMIDD/YYYY MMiDD1YYYY LIMITS
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE 5
DAMAGE 75 A PNTED
CLAIMS-MADE 0OCCUR PREMISES Ea occurrence 5
MED EXP(Any oneperson) S
PERSONAL&ADV INJURY 5
GEN'LAGGREGATE LIMITAPPLIES PER
PRO- GENERAL AGGREGATE 5
POLICY D JECT 0 LOC
PRODUCTS-COMP/OPAGG S
OTHER
S
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 5
Ea accident
ANYAUTO BODILY INJURY(Per person) 5
OWNED SCHEDULED
AUTOS ONLY AUTOS BODILY INJURY(Per accident) S
HIRED NON-OWNED PROPERTY DAMAGE
AUTOS ONLY AUTOS ONLY Wer accident) $
5
UMBRELLA LIAR OCCUR EACH OCCURRENCE 5
EXCESS LIAR CLAIMS-MADE AGGREGATE S
DED I I RETENTION 5 5
WORKERS COMPENSATION PER DTH-
AND EMPLOYERS'LIABILITY YIN STATUTE ER
A ANY PROPRIETORIPARTNERIEXECUTIVE 1,000,000
OFFICERIMEMBEREXCLUDED? ❑ N/A TSF-0001296654 11/05/2017 11/05/201E L EACH ACCIDENT 58
(Mandatory In NH) 1,000 000
If yes,describe under
E L DISEASE-EA EMPLOYEE $
DESCRIPTION OF OPERATIONS below E t. DISEASE-POLICY LIMIT 5 1.000,000
DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached N mora space is required)
PROJECT.,CONTRACT IFB 18-022
BLANKET WAIVER OF SUBROGATION APPLIES TO WORK COMP POLICY WHERE REQUIRED BY WRITTEN CONTRACT
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
CITY OF ROUND ROCK ACCORDANCE WITH THE POLICY PROVISIONS.
910 LUTHER PETERSON
AUTHORIZED REPRESENTATIVE
ROUND ROCK TX 78665-1312 z 4 /f
031988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
101`1
Compete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2.3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
I Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business.
Mechanical&Process Systems LLC 2018-387658
Round Rock,TX United States Date Filed:
2 ams of goveMmental entity or state agency at is a party to-the contract for which ffi-eTo-r—m-rs 08/02/2018
being filed,
City Of Round Rock Texas Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
18-022
HVAC Service
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermedi
5 Check only if there Is NO Interested Party.
X
6 UNSWORN DECLARATION
My name is Jimmy Polasek , and my date of birth Is 02109/1967 _
My address is 1804 Central CQM _erQg CoUrt
-Round..Rock�.�,._..,_._. . TX _ 7$664 ,.._.USA
{street} (city) (ateta) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in_ Williamson County, State of Texas ,on the„ ,„_day Of-A99U4t ,20j ,
(month) (year)
SAL
Sign of auth ed agent of contracting busy ss entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us
Version V1.0.6711