R-2018-5964 - 10/11/2018 b
RESOLUTION NO. R-2018-5964
WHEREAS, the City of Round Rock has duly advertised for bids to purchase certain on-site
services in the nature of general building construction trades services (electric) to be performed on and
in various commercial and residential City-owned or City-occupied buildings on a directed as-needed
basis, and for associated goods and 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 M&C Electric, Inc. will provide said goods and
services at the best value for the City; and
WHEREAS, the City Council wishes to accept the bid of M&C Electric, Inc.,Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase of General Building Construction Trades Services (Electric Trade) from M&C
Electric, Inc., 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.
0112.1804;00410503
RESOLVED this 11 th day of October, 2018.
4 Al'
CRAIG ORG , Mayor
City of ound ock, Texas
ATTEST:
SARA L. WHITE, City Clerk
2
LEXHIBJIT„A
CITY OF ROUND ROCK AGREEMENT
FOR PURCHASE OF GENERAL BUILDING CONSTRUCTION
TRADES SERVICES(ELECTRIC TRADE) FROM
.M&C ELECTRIC,INC,
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS
This Agreement for on-site services in the nature of general building construction trades
services (electric) to be performed oil and in various commercial and residential City-owned or
City-occupied buildings on a directed as-needed basis, and for related goods and services,
referred to herein as the "Agreement,” is made and entered into on this the _ _M 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 M&C ELECTRIC, INC., referred to herein as '*M&C
Electric," whose offices are located at 9701 Brown Lane C #305, Austin, Texas 78754. This
Agreement supersedes and replaces any previous agreements between the named parties,
whether oral or written, and whether or not established by custom and practice.
RECITALS:
WHEREAS, City desires to purchase certain on-site services in the nature of general:
building construction trades services (electric)to be performed on and in various commercial and
residential City-owned or City-occupied buildings on a directed as-needed basis, and associated
goods and services, and City desires to purchase same from M&C Electric; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods, and
City has selected the bid submitted by M&C Electric; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties,and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties
mutually agree as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and M&C Electric
whereby City is obligated to buy specified set-vices and M&C Electric is obligated to sell same.
The Agreement includes the following: (a) City's Invitation for Bid designated Solicitation
Number 18-030 (b) M&C Electric's Response to IFB; (c) contract award; and (d) any exhibits,
00409238'ss2
addenda,and/or amendments thereto. Any inconsistencies or conflicts in the contract documents
shall be resolved by giving preference in the following order:
(1) This Agreement;
(2) M&C Electric's Response to IFB;
(3) City's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock,Williamson and Travis Counties,Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
F. M&C Electric means M&C Electric, Inc. or any of its successors or assigns.
2.01 EFFECTIVE DATE,INITIAL TERM,AND ALLOWABLE RENEWALS
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect unless and until it expires by operation of the
term stated herein,or until terminated or extended as provided herein.
hereof.B. The term of this Agreement shall be for sixty(60)months from the effective date
C. Prices shall be firm for the duration of this Agreement and for any renewal
periods. No separate line item charges shall be permitted for invoicing purposes, including but
not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other
extraneous charges. City may permit "unit price"adjustments upwards only in accordance with
Part III, Item 6 of City's Invitation for Bid included as a part of Exhibit"A,"attached hereto and
incorporated herein by reference for all purposes. Any price increase shall be requested by M&C
Electric in writing and accompanied by the appropriate documentation to justify the requested
increase. M&C Electric may offer price decreases at any time and in excess of any allowable
percentage changes.
D. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
2
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City sel.ected,M&C Electric to supply the services as outlined in IFB Solicitation Number
18-030; and Response to IFB submitted by M&C Electric, all as specified in Exhibit "A." The
intent of these documents is to formulate an Agreement listing the responsibilities of both parties
as outlined in the IFB and as offered by M&C Electric in its Response to the IFB.
The services which are the subject matter of this Agreement are described in Exhibit"A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in fiill.
4.01 DUAL PROVIDERS OF SERVICES
The parties specifically acknowledge and agree that M&C Electric shall be considered as
one of two (2) providers ("dual providers") of the specified goods and services (electric
services). M&C Electric specifically fiirther acknowledges and agrees that this Agreement is not
an exclusive agreement. City may, in its sole and unfettered discretion, elect to use either of the
two providers in whatever order it deems most advantageous to City's purposes. City may,in its
sole and unfettered discretion, elect to use any other providers. City is not obligated to use or
purchase any estimated annual quantity of goods, and no guarantee is made of any minimum or
maximum purchase.
5.01 ITEMS AWARDED
Only if, as, and when needed by City, electric services are awarded to M&C Electric in
accordance with bid items shown on Attachment A --Bid Sheet of Exhibit"Al"as follows:
Electric
Master Electrician Hourly Labor Rate $60.00 (no minimum hours)
Master Electrician Overtime Hourly Labor Rate $90.00(no minimum hours)
Journeyman Electrician Hourly Labor Rate $54.50(no minimum hours)
Overtime Journey Electrician Hourly Labor Rate $81.75 (no minimum hours)
Materials(if on Cost-Plus basis)
Percentage Markup 15%
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 M&C Electric.
B. M&C Electric specifically acknowledges and agrees that City is not obligated to
use any estimated annual quantity of services, and City may not expend in excess of Five
Hundred Eighty Thousand and No/100 .Dollars ($580,000.00) per year for M&C Electric's
services combined with the dual provider's services for a total not-to-exceed amount of Two
3
Million Nine Hundred and No/100 Dollars($2,900,000.00) for the term of this Agreement.
7.01 INVOICES
All invoices shall include,at a minimum,the following information:
A. Name and address of M&C Electric;
B. Purchase Order Number;
C. Description and quantity of items received; and
D. Delivery dates.
8.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F. Section 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 of Round Rock's bid, with the consent and agreement of the successful
vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from
lack of exception to this clause in the vendor's response. However, all parties hereby expressly
agree that the City of Round Rock is not an agent of,partner to,or representative of those outside
agencies or entities and that the City of Round Rock is not obligated or liable for any action or
debts that may arise out of such independently-negotiated"piggyback"procurements.
9.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving M&C Electric a written notice of termination at the end of its then-current fiscal year.
10.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A.,Texas Government Code, any payment to be
made by City to M&C Electric will be made within thirty (30) days of the date City receives
goods under this Agreement, the date the performance of the services under this Agreement are
completed, or the date City receives a correct invoice for the goods or services, whichever is
later. M&C Electric may charge interest on an overdue payment at the "rate in effect" on
September I of the fiscal year in which the payment becomes overdue, in accordance with
4
V.T.C.A.,Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not
apply to payments made by City in the event:
A. There is a bona fide dispute between City and M&C Electric, a contractor,
subcontractor, or supplier about the goods delivered or the service performed that causes the
payment to be late; or
B. There is a bona fide dispute between M&C Electric and a subcontractor or between
a subcontractor and its supplier about the goods delivered or the service performed that causes
the payment to be late; or
C. The terms of a federal contract, grant, regulation; or statute prevent City from
making a timely payment with federal funds; or
D. The invoice is not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
11.41 GRATUITIES AND BRIBES
City may, by written notice to M&C Electric, cancel this Agreement without incurring
any liability to M&C Electric if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by M&C Electric or its agents or
representatives to any City officer, employee or elected representative with respect to the
perfonnance of this Agreement. In addition, M&C Electric may be subject to penalties stated in
Title 8 of the Texas Penal Code.
12.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in M&C Electric's charges.
13.01 ORDERS PLACED WITH ALTERNATE VENDORS
If M&C Electric cannot provide the services as specified, City reserves the right and
option to obtain same from another source or supplier(s).
14.01 INSURANCE
M&C Electric shall meet all requirements as stated in Part II, Section 2 of the attached
IFB Solicitation Number 18-030.
15.01 CITY'S REPRESENTATIVE
City hereby designates the following representative(s) authorized to act in its behalf with
regard to this Agreement:
5
Pete Dominguez,Facilities Manager
City of Round Rock
212 Commerce Cove
Round Rock,TX 78664
512-341-3144
pdominguez@roundrocktexas.gov
roundrocktexas.gov
16.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made,then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
17.01 DEFAULT
If M&C Electric abandons or defaults hereunder and is a cause of City purchasing the
specified services elsewhere,M&C Electric agrees that it may be charged the difference in cost,
if any, and that it will not be considered in the re-advertisement of the service,and that it may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
M&C Electric shall be declared in default of this Agreement if it does any of the
following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
hereunder;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance"section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
18.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to M&C
Electric.
B. In the event of any default by M&C Electric, City has the right to terminate this
Agreement for cause, upon ten(10)days' written notice to M&C Electric.
C. M&C Electric has the right to terminate this Agreement only for cause, in the
event of material and substantial breach by City, or by written mutual agreement to terminate.
6
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to M&C Electric, M&C
Electric shall discontinue all services in connection with performance of this Agreement and
shall proceed to cancel promptly all existing orders and contracts insofar as such orders and
contracts are chargeable to this Agreement. Within thirty(30) days after such termination notice,
M&C Electric shall submit a statement showing in detail the goods and services satisfactorily
performed hereunder to the date of termination. City shall then pay M&C Electric that portion of
the charges, if undisputed. The parties agree that M&C Electric is not entitled to compensation
for services it would have performed under the remaining term of the Agreement except as
provided herein.
19.01 INDEMNIFICATION
M&C Electric shall defend (at the option of City), indemnify, and hold City, its
successors, assigns, officers, employees and elected officials harmless from and against all suits,
actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any
and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of
M&C Electric, or M&C Electric's agents, employees or subcontractors, in the performance of
M&C Electric's obligations under this Agreement, no matter how, or to whom, such loss may
occur. Nothing herein shall be deemed to limit the rights of City or M&C Electric (including,
but not limited to the right to seek contribution)against any third party who may be liable for an
indemnified claim.
20.01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES
A. M&C Electric, its agents, employees and subcontractors shall use best efforts to
comply with all federal and state laws, City's Charter and Ordinances, as amended, and with all
applicable rules and regulations promulgated by local, state and national boards, bureaus and
agencies.
B. M&C Electric acknowledges and understands that City has adopted a Storm
Mater Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139
through 14-152 of the City's Code of Ordinances, to manage the quality of the discharges from
its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the
requirements or the Texas Commission on Environmental Quality (TCEQ) and the Texas
Pollutant Discharge Elimination Systems (TPDES). JNA agrees to perform all operations on
City-owned facilities in compliance with the City's Illicit Discharge Ordinance to minimize the
release of pollutants into the MS4. M&C Electric agrees to comply with the City's stormwater
control measures, good housekeeping practices and any facility specific stormwater management
operating procedures specific to a certain City facility. In addition, M&C Electric agrees to
comply with any applicable TCEQ Total Maximum.Daily Load(TMDL)Requirements and/or I-
Plan requirements.
C. In accordance with Chapter 2270,Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and(2)will not boycott
7
Israel during the term of this contract. The signatory executing this Agreement on behalf of
M&C Electric verifies M&C Electric does not boycott Israel and will not boycott Israel during
the term of this Agreement.
21.01 ASSIGNMENT AND DELEGATION
The parties hereby bind themselves, their successors, assigns and legal representatives to
each other with respect to the terms of this Agreement. Neither party shall assign, sublet or
transfer any interest in this Agreement without prior written authorization of the other party.
22.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
A. When delivered personally to recipient's address as stated in this Agreement; or
B. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to M&C Electric:
M&C Electric, Inc.
9701 Brown Lane C#305
Austin,TX 78754
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
cornmLrnications between representatives of City and M&C Electric.
23.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County,Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
8
24.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
M&C Electric and City. This Agreement may only be amended or supplemented by mutual
agreement of the parties hereto in writing, duly authorized by action of the City Manager or City
Council.
25.01 DISPUTE RESOLUTION
City and M&C Electric hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute.
26.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
such void provision shall be deemed severed from this Agreement, and the balance of this
Agreement shall be construed and enforced as if this Agreement did not contain the particular
portion or provision held to be void. The parties further agree to amend this Agreement to
replace any stricken provision with a valid provision that comes as close as possible to the intent
of the stricken provision. The provisions of this section shall not prevent this entire Agreement
from being void should a provision which is of the essence of this Agreement be determined to
be void.
27.01 MISCELLANEOUS PROVISIONS
Standard of Care. M&C Electric represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be perfonned in a manner according to
generally accepted industry practices.
Time is of the Essence. M&C Electric understands and agrees that time is of the essence
and that any failure of M&C Electric to fulfill obligations for each portion of this Agreement
within the agreed timeframes will constitute a material breach of this Agreement. M&C Electric
shall be fully responsible for its delays or for failures to use best efforts in accordance with the
terms of this Agreement. Where damage .is caused to City due to M&C Electric's failure to
perform in these circumstances, City may pursue any remedy available without waiver of any of
City's additional legal rights or remedies.
Force Majeure. Neither City nor M&C Electric shall be deemed in violation of this
Agreement if it is prevented from performing any of its obligations hereunder by reasons for
9
which it is not responsible as defined herein. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together,shall constitute one and the same instrument.
IN WITNESS WHEREOF,City and M&C Electric,Inc. have executed this Agreement on
the dates indicated.
City of Round Rock,Texas M&C Electric, Inc.
By:
_.�_..�..._. ._� _. _......./_ _ _. ....W._...,....__ .._..._ ._ .........,.._. ._
Printed Name: ......._.. Printed Name: i?�
Title: _ __. Title: Cep
Date Signed: _ _ Date Signed: 9/rr ll ap
For City,Attest:
By-
Sara L. White,City Clerk
For City,Approved as to Form:
Y __ �. _.._ ._ —......._._
Stephan L. Sheets,City Attorney
10
I.
F
ROUND ROCK TEXAS
1! S
PURCHASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 76664--6299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
ELECTRICAL SERVICES
SOLICITATION NUMBER 18-030
JUNE 2018
F xh i h it "A"
City of Round Rock
Electrical Services
IFB No. 18-030
Class/Item: 910-82
June 2018
ELECTRICAL SERVICES
PART I
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock,herein after"the City"seeks an agreement with a qualified firm(s)
to provide on-site Electrical Services for various City owned or occupied buildings on an as needed
basis.
The City intends to award one primary contract and one secondary contract based on the Best
Value for the City. The City may contact the Prime Contractor and/or Secondary Contractor to
request a quote by project and will select the Contractor that best meets the needs of the City.
An anticipated total contract award will be made by the City in an amount not to exceed$580,000
per year.
2. BACKGROUND:The City has approximately 800,000 square feet of maintained property and
occupies approximately 46 facilities. The buildings consist of both commercial and residential type
structures. Facilities that may require professional electrical services include but are not limited to
office buildings,fire stations, parks facilities, police facilities and parking garages.
3. SOLCITATION PACKET: This solicitation packet is comprised of the following:
Description Index
Part I--General Requirements Pages 2-5
Part 11—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 8—Reference Sheet Page 16
Attachment C—Prevailing Wage Page 17
Attachment D—Respondent Questionnaire Page 18
Rev]sed 10,°17 Page 2 of 1.8
srli.,r";4. 11 A 11
City of Round Rock
Electrical Services
IFB No. 18-030
Class/Item:910-82
June 2018
4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may
contact:
Michael Schurwon,CPPB, CTPM
Purchaser
Purchasing Division
City of Round Rock
Phone: 512-218-5456
E-mail:rnshunvon@roundrocktexas.gov
The individual listed above may be contacted by e-mail for clarification of the specifications only. No
authority is intended or implied that specifications may be amended or alterations accepted prior to
solicitation opening without written approval of the City of Round Rock through the Purchasing
Department.
5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT DATE
Solicitation released ,lune 13th, 2018
Optional Pre-Bid meeting June 20, 2018 a@ 9:30 AM, CST
Deadline for submission of questions June 22, 2018 @ 12:00 PM, CST
City responses to questions or addendums June 26 th 2018 Q@ 5:00 PM, CST
Deadline for submission of responses July 10, 2018 @ 3:00 PM, CST
All questions regarding the solicitation shall be submitted in writing by 5:00 PM,CST on the due date
noted above. A copy of all the questions submitted and the City's response to the questions shall be
posted on the City's webpage in the form of an addendum at: http.//www.round rocktexas. ov/bids
Questions shall be submitted in writing to the "Authorized Purchasing Contact". The City reserves
the right to modify these dates. Notice of date change will be posted to the City's website
http://www,roundrocktexas.gov/bids .
6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation described herein.
Various updates may include addendums, cancellations, notifications, and any other pertinent
information necessary for the submission of a correct and accurate response. The City will not be
held responsible for any further communication beyond updating the website.
7. OPTIONAL PRE-BID MEETING: A pre-bid meeting will be conducted to fully acquaint Respondents
with the specifications and bid submittal requirements. The pre-bid meeting will be conducted on the
date specified in PART I Section 5-Schedule of Events.
7.1. Attendance at the pre-bid meeting is optional. Respondents shall sign-in at the pre-bid meeting
to document their attendance.
7.2. Executive Conference Room- City Hall Council Chambers, 15t Floor
221 East Main St
Round Rock,Texas 78664
7.3. Respondents are strongly encouraged to bring a copy of the solicitation document with them
to the pre-bid meeting.
Revised 10A7 17 Page 3 of 18
Fyhihit ",A"
City of Round Rock
Electrical Services
IFB No. 18-030
Class/Item: 910-82
June 2018
8. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due
date noted in PART I, Section 5--Schedule of Events. Mail or hand deliver sealed responses to:
City of Round Rock
Attn: Mike Schurwon, CPPB,CTPM
Purchaser
Purchasing Department
221 E.Main Street
Round Rock,Texas 78664-5299
8.1. Sealed responses shall be clearly marked on the outside of packaging with the Company name,
Solicitation title, Solicitation number, due date and"DO NOT OPEN".
8.2. Facsimile or electronically transmitted responses are not acceptable.
8.3. Responses cannot be altered or amended after opening.
8.4. No response can be withdrawn after opening without written approval from the City for an
acceptable reason.
8.5. The City will not be bound by any oral statement or offer made contrary to the written
specifications.
8.6. Samples and/or copies shall be provided at the Respondent's expense, and shall become the
property of the City.
9. BIDDER RESPONSE REQUIREMENTS: The City of Round Rock makes no warranty that this
checklist is a full comprehensive listing of every requirement specified in the solicitation. This list is
only a tool to assist participating Respondents in compiling their final responses. Bidders are
encouraged to carefully read the entire solicitation.
Bidders shall submit one (1) evident signed "Original" and four (4) copies of the response
requirements including any required attachments and one(1)electronic copy of the IFB response on
a flash drive. The samples and/or copies shall be provided at the Respondent's expense, and shall
become the property of the City.
This invitation for bid (IFB) does not commit the City to contract for any supply or service.
Respondents are advised that the City will not pay for any administrative costs incurred in response
preparation to this IFB; all costs associated with responding to this IFB will be solely at the interested
parties' expense. Not responding to this IFB does not preclude participation in any future
RFP/RFQ/IFB.
For your bid to be responsive,the attachments identified below shall be submitted with your
Rroposal.
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.
Revisers 1 '17 Page 4 of 18
-ark;ki+ VIA If
City of Round Rock
Electrical Services
IFB No. 18-030
Class/Item:910-82
June 2018
10. BEST VALUE EVALUATION AND CRITEPJA: 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;
10.5. 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 15 of City of Round Rock Purchasing
Definitions, Standard Terms and Conditions,all documents submitted in response to a solicitation shall
be subject to the Texas Public Information Act. Following an award, responses are subject to release
as public information unless the response or specific parts of the response can be shown to be exempt
from the Texas Public Information Act. Pricing is not considered to be confidential under any
circumstances
11.1. Information in a submittal that is legally protected as a trade secret or otherwise confidential
must be clearly indicated with stamped, bold red letters stating"CONFIDENTIAL"on that
section of the document. The City will not be responsible for any public disclosure of
confidential information if it is not clearly marked as such.
11.2. If a request is made under the Texas Public Information Act to inspect information
designated as confidential, the Respondent shall, upon request from the City, furnish
sufficient written reasons and information as to why the information should be protected
from disclosure. The matter will then be presented to the Attorney General of Texas for final
determination.
12. CERTFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code
requires the successful offeror to complete a Form 1295"Certificate of Interested Parties"that is
signed for a contract award requiring council authorization. The"Certificate of Interested Parties"form
must be completed on the Texas Ethics Commission website, printed, signed and submitted to the
City by the authorized agent of the Business Entity with acknowledgment that disclosure is made
under oath and under penalty of perjury prior to final contract execution. Link to Texas Ethics
Commission Webpage:https://www.ethics.state.tx.usfwhatsnew/elf info form 1295 htm
Revised 10.17 Page 5 of 18
I=Yhi hit "A"
City ofRound Rock
Electrical Services
[FBNo. 18'O8O
Class/item:910-82
June 2018
PART 11
DEFINITIONS, STANDARD TERMS AND C0NDITO08
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 govem unless specifically provided otherwise in a
separate agreement or on the face of a purchase order. Said Definitions,Terms and Conditions
are subject to change without notice. It is the sole responsibility of Bidders to stay apprised of
changes. The City's Definitions, Standard Terms and Conditions can be viewed and downloaded
from the City's website at: https://www.roundrocktexas.gov/departments/purchasinq/
2. Respondent shall meet orexceed all insurance requirements set forth |n
Standard Insurance Requirements.The City's Standard Insurance Requirements document can
beviewed and downloaded from the City's website at:
PART III
SUPPLEMENTAL TERMS AND CONDTIONS,
1. The terms ofthe awarded agreement shall include but not bolimited tothe
1.1 The term of the Agreement shall begin from date of award and shall remain in full force for sixty
(60) months.
1.2 Upon expiration of the contract term, the Contractor agrees to hold over under the tonnm and
conditions of this agreement for such a period as is reasonably necessary to re-solicit and/or
complete the project uptoQOdays.
2. The City has established the following minimum
qualifications. 'Respondents who do not meet the minimum qualifications will not be considered for
award. The Respondent shall:
2'1 Be firms, norponationa, individuals or partnerships normally engaged in providing commercial
electrical services as specified herein and have adequate organization, facU|Ueo, equipment,
financial capability, and personnel to ensure prompt and efficient service to the City;
2.2 The selected respondent(s) shall provide all |obor, supplies and metare!m required to
satisfactorily perform the services as specified herein and own or acquire at no cost to the City
all construction aida, app|ianoeo, and equipment Respondent deems necessary and maintain
sole responsibility for the maintenance and repair of Respondent's vahic)oa, mquipment, tools
and all associated costs. The City shall not be responsible for any Respondent's too|o,
equipment or materials lost or damaged during the performance of the services specified
herein;
2.3 Commercial Business location from which work crews are dispatched is required to be in o 35-
mi|oradius ofdowntown Round Rock,
Revised 10/|7 Page 8uflD
City of Round Rock
Electrical Services
IFB No. 18-030
Class/Item:910-82
June 2018
I SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to
perform required services. The City seeks to do business directly with a company experienced in
commercial electrical services.
4. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker
employed on a public work project by a city must be paid: (1) not less than the general prevailing
wage rate of per diem wages for work of a similar character in the locality in which the work is
performed;and(2)not less than the general prevailing rate of per diem wages for legal holiday and
overtime work. In accordance with Chapter 2258.022, the City adopted through Resolution No. R-
2016-3760 the wage rates set forth by the Texas Workforce Commission for the Austin-Round
Rock Area as the general prevailing wage rate for the City's public works contracts. A contractor
or subcontractor who is awarded a contract by the City shall pay not less than the rates set forth in
Attachment C and comply with all applicable sections of Chapter 2258.
Attachment C- Prevailing Wage Rates are posted in Solicitation Documents for IFB No. 18-
030- Electrical Services on the City of Round Rock website at:
https:l/kmiA,j.roundrocktexas aov/deagr mentsliDurchasing/purchasing active solicitations/
5. PRICING: The Bidder shall determine and submit a fixed cost for the work and shall include all
incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition
and maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining
permits,insurance,bonds and risk management. No separate line item charges shall be permitted
for either response or invoice purposes.
6. PRICE INCREASE: Contract prices for Electrical Services shall remain firm throughout the initial
twelve (12) month term of the contract. A price increase to the agreement may be considered on
the anniversary date of the Contract each year at no time can the increase be greater than 5%for
any single line item.
6.1 To the extent applicable to this solicitation the Contractor may submit a request for pricing
adjustment subject to the approval by the City. The request must show just cause for an
adjustment in the form of an affidavit or certified statement from a supplier documenting
reasons for the increase. The request must be for goods or services and may in no way
represent an increase to the Contractor's overhead.
6.2 Procedure to Request Increase:
6.2.1 Mail the written price increase request with the rate detail comparison and
comprehensive calculation and any supporting documentation to the designated City
Contract Specialist a minimum of 45 days prior to the annual Contract anniversary
date. The detailed written calculation will be verified and confirmed. All written
requests for increases must include the City of Round Rock contract number,
solicitation reference information and contact information for the authorized
representative requesting the increase. Price increase requests shall be sent by mail
to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock,TX 79664-5299
6,2.2 Upon receipt of the request,the City reserves the right to either, accept the escalation
and make change to the purchase order within 30 days of the request, negotiate with
the Vendor or cancel the agreement or purchase order if an agreement cannot be
reached on the value of the increase.
Revised I.Of.17 Page 7 of 18
Pevhlki# "A"
City of Round Rock
Electrical Services
IFB No. 18-030
Class/item: 910-82
June 2018
7. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents'
performance anytime during the contract term.
B. 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.
10.6 The City will provide the Contractor, the Designated Contact person, and any employees
required for the work, access to the sites where services are required upon approval of the
City's designated representative. The City's designated representative shall issue security
badges to all Respondent's employees assigned to a project.All employees shall be required
to wear the badge in a visible manner at all times while on City property.
11.
PERMITS:The Contractor shall verify and obtain all necessary permits,licenses,and/or certificates
required by federal, state and local laws, ordinances, rules or regulations for the completion of the
services as specified if required for the project.
12.AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single
award, split award, primary and secondary award, non-award, or use any combination that best
serves the interest and at the sole discretion of the City. Award announcement will be made upon
City Council approval of staff recommendation and executed agreement. Award announcement
will appear on the City's website at http:111vww.raundrocktexas.00vfbids.
13. POST AWARD MEETING: The City and Successful Respndent(s)may have a post award meeting
to discuss, but not be limited to the following:
13.1 The method to provide a smooth and orderly transition of services performed from the current
contractor;
13.2 Provide City contact(s)information for implementation of agreement.
13.3 Identify specific milestones, goals and strategies to meet objectives.
Revised 10'17 Page 8 of 18
1=v,k;ki4- 11 A 11
City of Round Rock
Electrical Services
IFS No. 18-030
Class/Item: 910-82
June 2018
14. POINT OF CONTACT I DESIGNATED REPRESENTATIVE:
14.1 Contractor's point of contact: In order to maintain consistent standards of quality work
performed across the City, the City shall be provided with a designated and identified point of
contact upon award of the contract to include contact information. The City's designated
representative shall be notified by the Respondent immediately should the point of contact
change.
14.2 The City's designated representative: The City's designated representative shall be:
Pete Dominguez
Facility Maintenance Manager
General Services
Phone: 512-801-4547
E-mail: pdominguez@roundrocktexas.gov
15. INTERLOCAL PURCHASING AGREEMENTS
16.1 The City has entered into Interfocal Agreements with other Governmental agencies pursuant
to the Interlocal Cooperation Act, Chapter 791 of the Texas Government Code. The
Contractor agrees to offer the same price and terms and conditions to other eligible agencies
that have an interlocal agreement with the City.
15.2 The City does not accept any responsibility or liability for the purchases by other government
agencies through an interlocal cooperative agreement.
Rev]sed 10,.117 Page 9 of 18
City of Round Rock
Electrical Services
IFB No. 18-030
Class/item:910-82
June 2018
PART IV
SPECIFICATIONS
1. HISTORY:The City has approximately 800,000 square feet of maintained property and occupies
approximately 46 facilities. The buildings consist of both commercial and residential type
structures. Facilities maintained vary and can include but are not limited to office buildings, police
department,fire stations, parks facilities and parking garages.
Projects vary and are under the supervision of the City's designated representative:
Pete Dominguez, Facilities Manager
Phone#: 612-341-3144
Email: pdominguez@roundrocktexas.gov
2. SCOPE OF WORK:
2.1 Contractor shall provide on an as needed basis on-site electrical services required by the City
including all personnel, equipment,tools, materials, supervision, labor and other items and
services necessary to perform maintenance, renovations, repair and installation of electrical
systems for various City-owned or occupied locations;
2.2. Contractor shall be available for all electrical work required by the City. Have an organization
proficient in carrying out multiple projects, which may be performed on the exterior or interior
of buildings, simultaneously for emergency and non-emergency calls.
2.3. Contractor shall agree not perform services without prior authorization from the Facilities
Manager.
2.4 Contractor shall notify the Facilities Manager if during work the Contractor
experiences a conflict with the plans/scope of work or the NEC(National Electrical Code),
before proceeding with the work.
3. WORKMANSHIP: Only first-class work shall be performed and all materials furnished in carrying
out this agreement shall be of character and quality as required by the project specifications.
Where no standard is specified,for such work or materials, they shall be the best of their
respective trade and be compliant with all applicable code requirements.
3.1 All electrical parts and materials used in performance of this contract shall be"new" unless
pre-approved by the City's designated representative.
3.2 At the conclusion of each project the Contractor shall demonstrate to the City's designated
representative that the work is fully operational and in compliance with contract specifications
and codes.Any unsatisfactory work done or materials furnished at whatever time they may
be discovered shall be promptly and permanently corrected at the sole expense of the
Contractor prior to final acceptance of work when notified to do so by the authorized City
representative.
3.3 The Contractor shall at all times keep the adjacent areas of the worts site free from rubbish
and the accumulation of any waste materials. It is the Contractor's responsibility to property
dispose of all rubbish and waste materials according to applicable federal, state, and local
health, safety, and environmental laws, ordinances, rules and regulations.
Should the Contractor neglect or refuse to remove such unsatisfactory work or materials
within forty-eight(48)hours of notice by the City, or if they fail to make satisfactory progress
in doing so, the City may cause said work or materials to be removed and satisfactorily
replaced by contract or otherwise and the expense thereof shall be charged to the
Revised 10.117 Page 10 of 18
'a►r i�,i$
11 A r!
City of Round Rock
Electrical Services
IFB No. 18-030
Class/item:910-82
June 20'18
Contractor. Such expense shall be deducted from any monies due or shall become due to the
City by the Contractor under the agreement.
4. WORKFORCE: Contractor and all employees shall perform the services in a timely, professional
and efficient manner. The City reserves the right to remove any employee from City property for
violation of federal, state, and local health, safety and environmental laws, ordinances, rules and
regulations.
4.1 The Contractor shall employ all personnel for work in accordance with the requirements set
forth by the United States Department of Labor. The City reserves the right to verify
citizenship or right to work in the United States.
4.2 The Respondent shall provide background checks on all employees assigned to a project
prior to commencement of work to the City's designated representative. The background
check method will be approved by the City in advance,
4.3 The City will provide the Contractor, the Designated Contact person, and any employees
required for the work, access to the sites where services are required upon approval of the
City's designated representative. The City's designated representative shall issue security
badges to all Respondent's employees assigned to a project. All employees shall be required
to wear the badge in a visible manner at all times while on City property.
5. ELECTRICIAN 1 ELECTRICAL CONTRACTOR REQUIREMENTS: The following contains the
minimum requirements and experience for electrical repair services required by the City. The
Contractor shall ensure that all personnel are skilled and qualified to perform the services as
requested.
5.1 Contractor shall be licensed to perform electrical work as required by the Texas Department
of Licensing and Regulation by either holding a license as a Master Electrician or be licensed
as an Electrical Contractor and employee a Master Electrician.
5.1.1 Master Electrician shall have at least five (5) years of experience with a minimum (3)
three years of commercial experience.
5.1.2 if a Journeyman Electrician is employed and will be assigned to any City project, the
Journeyman Electrician shall have at least three (3)years'experience with a
minimum if two(2) years commercial experience. All work performed by the
Journeyman Electrician shall be inspected and approved by the Contractor's Master
Electrician.
5.2 The Contractor shall access to and a working knowledge of all tools and equipment used to
perform electrical services and be able to work unsupervised and run a crew.
5.3 Perform functions that include but are not limited to: adding additional circuits, replacing
panels and sub-panels, adding dedicated lines and grounds, and replacing motors, and other
electrical work as described by the Faculties Manager.
5.4 It is the responsibility of the Contractor to supervise their employees and to assure that the
work crew acts in a professional manner in regards to conduct, dress and language.
Employees that are found to be non-compliant with these requirements shall be removed by
the Contractor from City property.
6. DESIGNATED CONTACT PERSON: In order to maintain consistent standards of quality work
performed across the City, the City shall be provided with a designated and identified crew
leader/point of contact upon award of the contract.
6.1 The City shall be provided with the designated person's name and telephone number.
Revised 10A7 Page I I of 18
yhihit "A"
City of Round Rock
Electrical Services
IFB No. 18-030
Class/item: 910-82
June 2018
6.2 This contact person shall remain the same throughout the term of the contract or upon
termination of the contact person. If a change has been made in the contact person due to
termination, the City's designated representative shall be noted by the Contractor
immediately at the time of the change. NO substitutions of key personnel shall be permitted
without written approval of the authorized City's designated representative.
6.3 Answering machines are unacceptable as a point of contact.
6.4 The contact person shall be identified on the Solicitation document and may be required to
attend an oral presentation to the selection team prior to award of contract.
7. WARRANTY: Successful Respondent shall provide a one(1)year warranty on all workmanship
and parts including but not limited to manufacturer's warranty, workmanship defects, and
installation.All warranty work shall be completed within five (5)working days from notice of
defect.
S. RESPONSE TIME: Response times shall be as follows:
8.1 Non-Emergency Service Calls: Successful Respondent shall respond and provide a written
estimate for non-emergency service calls within two (2)days and begin work within five(5)
days of the original request.
8.2 Emergency Calls:The City may require emergency electrical services during regular
business hours or after hours.
8.2.1 The Contractor shall respond to emergency calls within two (2) hours after being
contacted by the City.
8.2.2 The Contractor shall arrive onsite within four(4) hours of receiving work
notification from the City.
9. ARK HOURS:
9.1. Regular Business Hours: are 7:00 am to 6:00 pm Monday through Friday (excluding
weekends and holidays).
9.2. Overtime Hours: consist of hours outside the designated regular business hours will be
allowed by the City if deemed necessary and is approved by the City's designated
representative in advance of work. Overtime shall be based on the rate of regular labor not
to exceed one and a half times the fixed hourly rate for the tradesman performing the service.
9.3. Emergency Calls: Contractor shall only respond to an emergency call placed by the
Facilities Manager or his designee.
10. SAFETY: The Successful Respondent and their respective employees are required and shall
comply with all Occupational Safety and Health Administration (OSHA), State and City Safety and
Occupational Health Standards and any other applicable federal, state, and local health, safety,
and environmental laws, ordinances, rules and regulations in the performance of the services. All
Successful Respondents shall be held responsible for the safety of their employees and any
unsafe acts or conditions that may cause injury or damage to any persons or property within and
around the work site area under this contract. In case of conflict, the most stringent safety
requirement shall govern. The Contractor shall indemnify and hold the City harmless from and
against all claims, demands, suits, actions,judgments, fines, penalties and liability of every kind
arising from the breach of the Contractor's obligations under this paragraph.
Revised 1Q l7 Page 12 of 18
City of Round Rock
Electrical Services
IFB No. 18-030
Class/Item: 910-82
June 2018
10.1. Material Safety Data Sheets: Successful Respondent shall be required to have in their
possession at the location of each project and available upon request, material safety data
sheets applicable to hazardous substances.
11. SERVICE/REPAIR PANTS:At the time the City calls for services,and the Contractor
determines a location needs repairs:
11.1. Eighty-five percent(85%)of all parts shall be on-site within twenty-four(24)business
hours;
11.2. All remaining parts shall be normally on-site within forty-eight(48)business hours;
11.3. The Facilities Manager shall be consulted when it is determined major components are in
need of replacement.A major component shall be considered any single item or part
whose estimated cost is in excess of$500.00.
12. ESTIMATES: Contractor shall provide a non-binding written "Not to Exceed"estimate
on all projects at no charge to the City upon request. It is the Contractors responsibility to ensure
that all information is complete to provide an accurate estimate. The Facilities Manager shall be
consulted when it is determined when the actual cost is expected to exceed the original repair
estimate.Additional repair costs must be approved in advance. The City will not incur charges
from the Contractor until the Contractor arrives on site and begins work. In certain circumstances
a sample of materials to be used in a project may be requested by the City's designated
representative for approval before work commences. Any single project shall not exceed $50,000.
Each written estimate shall include the following information:
• Department name and location of the project;
• Contractor's designated contact name and telephone number;
• Breakdown of Labor costs(Number of workers, hourly rate);
• Materials (Detailed description, quantity, unit price and extended price amounts);
• Cost of Equipment rented to complete project;
• Total Cost(Labor and materials);
• Description specifying work to be done;
• Time projected to complete the project.
13. SITE INSPECTION: It shall be the responsibility of the Contractor to visit and inspect the
locations prior to the submittal of a proposal. No variation in price or conditions shall be permitted
based on claims of not being knowledgeable, aware, or informed of all requirements and
specifications for a job assignment. Submittal of the proposal is evidence the Contractor has
familiarized himself with the nature and extent of the work and any local conditions that may, in
any manner, affect the scope of the work to be done and the equipment, materials and labor
required. inspection must be scheduled by contacting the City's designated representative.
14. [DELIVERY AND STORAGE: It shall be the responsibility of the Contractor to make all
arrangements for delivery, unloading, receiving and storing electrical parts and supplies for each
project.The City will not assume any responsibility for receiving these shipments.The Contractor
shall verify with the City's designated representative and make necessary arrangements for
security and storage space in the building during the project.
Revised 10;17 Page 13 of 18
City of Round Rock
Electrical Services
IFB No, 18-030
Class/Item: 910-82
June 2018
15. WORK REPORTS: Respondent shall complete and furnish a work report for each project. A
copy of each work report shall be presented with time and material used. Reports shall include,
at a minimum, the following information:
• Location of the worksite;
• Date and time of arrival at worksite;
• Time spent for repair;
• Date and time work at location is completed;
• Part(s)ordered and Equipment rented, if necessary
• A detailed description of all the completed repair work certifying the location is in
working order, shall be signed by the City's designated representative at the time the
work is performed.
16. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee
of any minimum or maximum purchase is made or implied. The City will only order the services
needed to satisfy requirements within budgetary constraints, which may be more or less than
indicated.
• Prices for materials may be on a cost-plus basis. The percentage(%), if any, of
markup will be designated by the Respondent on the Solicitation Document. Invoices
for work performed, shall require a copy of supplies receipt to be included. Failure to
provide the cost-plus percentage(%)on an invoice may result in payment at cost.
17. INVOICE REQUIREMENTS: Each project shall be invoiced separately; the Contractor shall
include detailed information on each invoice:
The total hours worked and hourly rate for labor. Labor hours hour shall include
costs of labor, overhead charges, travel, and payroll expenses.
• Supplies and materials: The cost of supplies and materials shall be listed separately
from labor. A maximum percentage markup, as indicated on Attachment A-Bid Sheet,
will be allowed for material.
• invoices shall have attached a copy of paid materials receipt from the supplier_
Revised 10/17 Page 14 of 18
I=vhlh1+ "A"
City ofRound Rock
Electrical Services
|FBNo. 18-O3D
Class/Item: 910-82
June 2018
ATTACHMENT
BID SHEET
1. is posted in Solicitation Documents for lFB No. 18-030 -
Electrical Services xmanExcel format onthe City ofRound Rock website at:
1.1 In order to be considered responsive Attachment A'Bid Sheet must be oomp/ated, signed by an
authorized representative and returned by the deadline for submission of response indicated in
Part | Section 5—Schedule of Events.
1.2 The Reapondent, by submitting and signing Attachment A-Bid 8heet, acknowledges that he/she
has received and read the entire document peohot sections defined above including all
documents incorporated by reference, and agrees to be bound by the terms therein.
1'3 In order to do business with the City of Round Rock you must be registered with the City's Vendor
Ootabeoa 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 Reopondent, or anyone acting for such entity
has violated the antitrust laws of this State,codified in Section 15.01 et seq., Texas Business and
Commerce Code. or the Federal antitrust /avva, nor communicated directly orindirectly, the
response made to any competitor or any other person engaged in such line of business.
1'5The Respondent agrees, if this Offer iaaccepted within 12Ocalendar days after the Due Oeteto
fully comply in sthotaccordance with the Solicitation, specifications and the amounts shown on
bid sheet.
Revised 10/17 Page 15o[18
P h~h~f "All
1of1
Attachment A-Bid Sheet
Electrical Services
9F&•No.18-030
ne Respondent represents by their signature below that he/she Is submitting a binding offer and Is authorized to bind the
spondent to fully comply with the solicitation documents contained In IF8 No.18-Electrical Services.The Respondent
.knowledges that he/she has received and read the entire solicitation packet,attachments and all documents Incorporated
l reference,and agrees to be bound by the terms therein.An anticipated total contract award will be made by the City in an
nount not to exceed$580,000 per year.
pecial Instructions: All prices must be quoted in order to be considered responsive.Be advised that exceptions taken to
iy portion of the solicitation may jeopardize acceptance of the bid
Cast -Total 60%Point,,,
No. Description Unit Unit Cast
1 Master Electrican Hourly Lubar Rate Per Mavr $
Master Electrican Overtime Hourly Labor Rate.
The overtime rate shall not exceed one and one half times
he regular hourly rate. Per Hour $
3 Journeyman Electrican Regular Hourly Labor Rate Per Hour $
.Journeyman Electrican Overtime Hourly Labor Rate.
The overtime rate shall not exceed one and one hall '
4 limes the regular hourly rate. Per Hour $
(information Only)Prices for Material shalt be on a cost-plus Percentage
basis.The Percentage(%)if any,of rnarkup will be: Marko %
Attachment D -€despondent Questionnaire-Total 40% Points
R10%Points for staff training and development
"6%Points for vehicle and equipment list
25%Points for coat art sand individual work ex erience
OMPANY NAME; ✓ f c�ic�r.u>c
IUNATURE OFAUTHORIZED REPRESENTATIVE: �-
RINTED NAME:
HONE NUMBER:
MAIL.ADDRESS: °"� C C�-''� IV-XI `Jct. C lee-41 -Il
Pyx ihit "A"
City of Round Rack
Electrical Services
IFB No. 18-030
Class/Item:910-82
June 2018
ATTACHMENT B:
BIDDERS REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: •j• Fra ".A,."' 1?• 0 Z"0
RESPONDENT'S NAME: ...__�r1=c t•1, DATE: '
Provide the name,address,telephone number and E-MAIL of at least three(3y'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 or Round Rock references are not applicable.References may be checked prior
to award. If references cannot be confirmed or if any negative responses are received it may result in the
disqualification of submittal.
1. Company's Name -�,�r l.76-i,) .q
Name of Contact -
Tide of Contact
E-Mail Address
Present Address 9 L i-
City,State,Zip Code C yc 10
Telephone Number ( r ) y'•_r�' �'':ur Fax Number:( ).?3')
2. Company's Name
Name of Contact r ---
Title of Contact
E-Mail Address / f
Present Address
�Ic , 5,..v 5•�,r,a lr }r.►trf r+Jr
City,State,Zip Code
Telephone Number ( �; ) �;f-•� 7y'',;.-, Fax Number:
3. Company's Name 'r'-rg� =t
Name of Contact
104T.Z14w V--,,
Title of Contact
E-Mail Address
�rlTelJG.J3 4W� /U.E_
Present Address yoJ u _.,^.R..
City,State,Zip Code 7 d 7 Z 3�
Telephone Number ( Y,Z. ) !,Y r 7 f 5- Fax Number:{ , z
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Reviscd I0/17 Page 16 of 18
Pvhihit t'W"
City of Round Rock
Electrical Services
IFB No. 18-030
Class/Item: 910-82
June 2018
ATTACHMENT C
PREVAILING WAGE
1. Attachment C- Prevailing Wage Rates are posted in Solicitation Documents for IFB No.
18-030-Electrical Services on the City of Round Rock website at:
https://www.roundrocktexas.00v/depar tmef,jts/purchasinc/purchasigg-active-solicitations/
2. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker
employed on a public work project by a city must be paid: (1)not less than the general prevailing
wage rate of per diem wages for work of a similar character in the locality in which the work is
performed;and(2) not less than the general prevailing rate of per diem wages for legal holiday
and overtime work. In accordance with Chapter 2258.022,the City adopted through Resolution
No. R-2016-3760 the wage rates set forth by the Texas Workforce Commission for the Austin-
Round Rock Area as the general prevailing wage rate for the City's public works contracts. A
contractor or subcontractor who is awarded a contract by the City shall pay not less than the
rates set forth in Attachment C and comply with all applicable sections of Chapter 2258.
Revised 1017 Page 17 of 18
City of Round Rock
Electrical Services
IFS No.18-030
Classlltem.90-82
June 2018
ATTACHMENT D
RESPONDENT QUESTIONNAIRE
40%Points
Name of Business:
__.._._..._..._...._....._......_......................................................
......._....__... _ __ ............__............_.................................:_.._...._...
Physical Address of Headquarters(HQ): l C
Physical Address of Serving Branch:
(if different address from HQ) S rvt ar
........................................._.._..........__..__.___.._._._..._ _ ...........................................................r._._...._._..._.._.. 1
1. On a separate sheet of paper describe training and development provided to staff (10%Points),
2. EQUIPMENT DIST:Attach a separate sheet of paper that describes the type of vehicles and
equipment that will be used to support this contract.(S%Points)
3. Number of full time employees that are eligible to work on City of Round Rock projects
Number of Employees;
4. How many years has your company been in the Commercial Electrical Business?
Number of years In the commercial
Electrical business:
5. EXPERIENCE On a separate sheet of paper describe relevant company and individual experience
for the personnel who will be actively engaged in the performance of this contract.(25%Points)
Company work experience.Describe recent company work experience(2 years or less)for at
least 2 commercial conlracts for Electrical 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,
Rcvised 10 17 P7gc 18 of I a
Pvhihlif "A"
ROUND ROCK TEXAS
PU*tK4WW1yG OIVISW#4
CITY OF ROUND ROCK
INVITATION FOR BID (IFB)
ELECTRICAL SERVICES
IFB No. 18-030 ADDENDUM NO. I Date: June 20, 2018
Addendum No. 1, dated, June 20, 2018, is being issued to clarify the authorized purchasing contact
information and deadline for questions submittal date and time for IFB No. 18-030—Efectrical Services
as outlined below:
AUTHORIZED PURCHASING CONTACT: Change authorized point of contact for clarifications as
outlined below:
4. CHANGE AUTHORIZED PURCHASING CONTACT, For questions or clarification of
specifications, you may contact.
CHANGE FROM:
Michael Schurwon, CPPB, CTPM
Purchaser
Purchasing Division
City of Round Rock
Phone: 512-218-5456
E-mail:mshurwon@roundrocktexas.gov
CHANGE TO:
Michael Schurwon, CPPB, CTPM
Purchaser
Purchasing Division
City of Round Rock
Phone: 512-218-6682
E-mail' rnschurwon@roundrocktexas.Rov
CITY DEADLINE DATE AND TIME FOR QUESTIONS: Change paragraph below the "Schedule of
Events" table on IFS page 3 of 18, as follows:
5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT DATE
Solicitation released June 13th, 2018
Optional Pre-Bid meeting June 20, 2018 @ 9:30 AM, CST
Deadline for submission of questions June 22, 2018 @ 12:00 PM, CST
City responses to questions or addendums June 26 2018 @ 5:00 PM, CST
Deadline for submission of responses July 10, 2018 @ 3:00 PM, CST
Page] of
C:Nzk;k;+ "All
CITY OF ROUND ROCK
INVITATION FOR END(IFB)
ELECTRICAL SERVICES
IF8 No. 118-030 ADDENDUM NO.I Date:June 20,20'19
(Continued)
91JANGE PARAGRAPH STATING-ALL QUESTIONS SHALL 13F-SUSN11ITTED IN WRITING a Uag PM.CST
FBQM: All questions regarding the solicitation shall be submitted in writing by 5 00 PM, CST an 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*/iwww roundrocktexas_qovNd
CHANGE PA96QFZAPH STATING ALL gUESTIO NS SIJ&L DE SUBMITIED IN WFtrTINqM 12:00 PM,C
TO: All quest?ons regarding the solicitation shall be subm4ted In writing by 12 00 PM, CST on the due data
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 htt2tlwww,roundrocktexassovtbids
Approved by: -TY)6. IZ4L L,
Date:
Michael Schurwon,CPPB CTPM
Purchaser
By the signatures affixed below this addendum is hereby incorporated into and made a part of the
above referenced solicitation
ACKNOWLEDGED
Vendor Authorized Signature Date
RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH
YOUR SEALED PROPOSAL. FAILURE TO 00 SO MAY AUTOMATICALLY DISQUALIFY YOUR
RESPONSE FROM CONSIDERATION FOR AWARD.
Pagc 2 of 2
Pxhihit 11A"
ROUND ROCK TEXAS
P11xCMA%UG DWI"
CITY OF ROUND ROCK
INVITATION FOR BID (IFB)
ELECTRICAL SERVICES
IFB No. 18-030 ADDENDUM NO. 2 Date: June 22, 2018
Addendum No. 2, dated, June 22, 2018, is being issued to respond to questions submitted at the optional
pre-bid meeting held on June 20, 2018 @ 9:30 a.m. and all questions submitted by the deadline on June
22, 2018 @ 12:00 p.m., and to clarify the background check requirements UNDER Section 4. Workforce
for IFB No. 18-030—Electrical Services as outlined befow:
1. Can we bill equipment rentals to the contract?
Answer. Yes,Contractor may invoice for rental equipment if required to complete a specific electrical
job and the use of third party equipment rental is approved by the Facilities Manager prior to
beginning work, However, please be advised that any company owned tools utilized on the job shall
not be charged to the City.
2. The contract Is for$580,000.00/year. Is that per contractor or for both contractors?
Answer: The contract amount of$580,000.00 is an annual estimated dollar amount for the year
and includes both Contractors.
3. Will the contractors be reimbursed for any permits and inspections?
Answer: There will be no costs for permits or inspections for work done on city property.
4. Does the contract include UPS's and generator work for contractors?
Answer: Yes, the contract will include services required for an installation, repairs and relocation
of UPS's from time to time, however, the contract will not include generators.
5. Who is the current contractor for CORR?
Answer: The current contract is held by the following:
1, M&C Electric
2. ACM Services, LLC
6. Page 2, Section I — Purpose, it states award to one primary and one secondary contract. Will all
work be divided equally over the primary and secondary contracts or is the secondary contract just
a backup in case the primary cannot perform the work?
Pagel of
CITY OF ROUND ROCK
INVITATION FOR BID(IFB)
ELECTRICAL SERVICES
IFB No. 18.030 ADDENDUM NO. 1 Date: June 20, 2018
(Continued)
Answer: Please refer to Electrical Services, Part I, General Requirements. 1. Purpose, paragraph
2., which states the City may contact the Prime Contractor and/or the Secondary Contract to
request a quote by project and will select the Contractor that best meets the needs of the City.
7. On page 7, Section 5—Pricing, it states the"faxed cost"shall include travel, freight, equipment
acquisition and maintenance, delivery charges and costs associated with permits. Can you please
clarify that the"fixed cost" is defined as the hourly rates (items 1-4) listed in Attachment A-- Bid
Sheet.
Answer: Fixed cost is defined as it is related to Section 5. Pricing on page 7 of 18 as hourly rates
(item 1-4) listed in Attachment A-- Bid Sheet.
If so, does the City expect the quoted hourly rates to include costs for freight and delivery charges
for parts and material used, time taken to acquire (pickup) parts from local vendors and permit fees
charges by the City.
Answer: Yes.
8. On page 7, Section 5--Pricing, will the awarded vendor be able to charge travel time from vendor
sh02 to City facility when responding to a service call?
Answer: No.
What about charging travel time from City facility to City facility when providing Electrical services?
Answer: Contractor will not be allowed to charge travel time from City facility to City facility when
providing electrical services.
9. On page 13, Section 11 — Service/Repair Parts, are overnight and/or expedited delivery charges
pre-approved and allowable expenses to be charged back to the City for Emergency Calls since
there is a requirement that 85% of parts need to be onsite within 24 business hours?
Answer: If servicelrepair parts are required to be overnighted and/or expedited for a particular
electrical project, Contactor may charge back to the City for Emergency calls only provided prior
approval is received from the Facilities Manager.
Page Z of 3
Exhibit "A"
CITY OF ROUND ROCK
INVITATION FOR BID(IFS)
ELECTRICAL SERVICES
11213 No. 18-030 ADDENDUM NO.1 Date:June 24,2018
(Continued)
On page 13.section 13-Site Inspection-Is time spent by the awarded vendor performing a
site i0SQ2ct12n and/or meeting with City staff billable time toward the specific job's cost estimate
for Electrical Services?
Answer:No
10.Based on the past v years of historical data, how often does the Electrical contractor get after-hour
emergency calls from the City?
Answer: It varies, however,the estimated number of after-hour calls is approximately thirty(30)
after-hour calls a year.
The following is a change regarding the required background specifications as stated In Part
IV Specifications,4.Workforce as outlined below.,
PART IV SPECIFICATIONS
4.WORKFORCE
Change 4.2 FROM: The Respondent shall provide background checks on all employees assigned to
a project prior to commencement of work to the City's designated representative The background
check method will be approved by the City in advance.
Change 4.2 TO: The,Respondent shalt provide a ten(10)year background check can all employees
assigned to a project prior to commencement of work to the City's designated representative,The
background check method will be approved by the City in advance
Approved by _ "" �.a►. Date: df&--AS-I
Michael Schurwon,CPPB,CTPM
Purchaser
By the signatures affixed below this addendum is hereby incorporated into and made a part of the
above referenced solicitation.
ACKNOWLEDGED
Vendor Authorized Signature Date
RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH
YOUR SEALED PROPOSAL. FAILURE TO 00 SO MAY AUTOMATICALLY DISQUALIFY YOUR
RESPONSE FROM CONSIDERATION FOR AWARD.
Paga 3 01`3
Exhibit "A"
C Electric Inc. Training i Development
9701 Brown Lane C 4305
Austin,TX 78754
Eric Cain 512-293-5144
Ricky Masters 512-468-4662
Fax 512-926-8022
TELL#24004
Training
Continuing Education: 4 hrs yearly
Code update Courses
Employees are encouraged to take Foreman classes
Apprenticeship program through the local N3ATC
OSHA 10 certifications
3 employees have OSHA 30
Safety
Safety Program
Annual Back Ground Checks
Annual Drug Testing
Drug Policies
MBC Electric is MSHA Certified
Regulated by The Texas Department of Licensing and Regulation,P 0.Box 12157,Austin,Texas,78711,
1-800-803-9202,512.463-6599;website www.license state Lx us/complaints
& C Electric Inc. Vehicles and Equipment
9701 Brown Lane C 4305
Austin,TX 78754
Eric Cain 512-293-5144
Ricky Masters 512-4684662
Fax 512-926-8022
TECL#24004
M&C Electric offers a fleet of fully stocked service trucks with electric tools and
material as well as pickup/delivery trucks fully stocked with tools
Regulated by The Texas Department of Licensing and Regulation,.P.O.Box 12157,Austin,Texas,78711,
1-800-803-9202, 512-463-6599,website:www.license.state.tx.us/complaints
Exhibit "A"
M & C Electric Inc. Work Experience
9701 Brown Lane C#305
Austin, TX 78754
Eric Cain 512-293-5144
Ricky Masters 512468-4662
Fax 512-926-8022
TECL# 24004
16-115 Ridgeview ES-contract included new Chiller and new Mechanical building at
AISD school. Project consisted of trenching under existing COA transformer and
building new 1000a 480v service. Total cost of project$201,255.00
16-210 Georgetown ISD 27 UPS receptacles-New Receptacles for ups systems in IDF
rooms at multiple GISD locations. Total cost $26,255.00
16-275 Texas Capital Extension-Complete demo and remodel of souvenir shop within
the Texas State Capital. Total cost$32,836.00
17-144 GISD Baseball- Original call for lights not working hours before State playoff
game,M&C assisted GISD personnel with troubleshooting and re-pulling broken wire to
get lights on before nightfall. Total cost$1,700.00
17-184 Starflight Helicopter Hanger Expansion-Project including adding an additional
hanger at the Travis County Starflight facility, project was completed during normal
Starflight operations. Total Cost$43,296.00
18-167 Menzies Aviation-Changing 35 pole light heads to LED pole heads at
Bergrstrom Internationals fueling yard. Total cost for labor and equipment-$3,500,00
Regulated by The Texas Department of Licensing and Regulation, P.O. Box 12157,Austin,
Texas, 78711 1-800-803-9202, 512-463-6599;website www license state,tx us/complaints
Exhibit " "
M & C Electric Inc.
9701 Brown Lane C#305
Austin, TX 78754
Eric Cain 512-293-5144
Ricky Masters 512-468-4662
Fax 512-926-8022
TECL# 24004
General Information
M&C Electric Inc was founded in 2006 by Eric Cain and Ricky Masters,we provide
electrical contracting and service for commercial and light industrial projects. M&C
Electric employees 3 chaster electricians to ensure your project is installed as to exceed
industry standards and codes We believe that quality at a reasonable price should not be
unexpected.
Services
Service Contracts
LED lighting upgrades
Electrical Contracting (remodels to ground up public services headquarters)
We have fully stocked service trucks for your needs
Emergency calls are accepted
Past and current.fobs
Anderson High(AISD)- Install LED lighting in all common areas
Acts Church Waco- Upgrade service from 600a to 1200a
Small Middle(AISD)-Upgrade HVAC and Common area lighting to LED
Wells Branch community center- Upgrade lighting to LED throughout building with new
controls.
Waco Housing Authority-Rebuild of unit after fire damage
Taylor Readiness Center-Complete remodel of existing National Guard Facility
including new LED lighting, service,and updated lighting controls
Pflugerville Field Operations-Ground up build of new facilities department for the city
of Pflugerville
City of Round Rock-Facility services contract
Wells Branch ES(RRISD)-Kitchen addition
Regulated by The Texas Department of Licensing and Regulation, P.fl, Box 12157, Austin;
Texas, 78711, 1-800-803-9202, 512.463-6599; website: www.license.state.tx.usicomplaints
Exhibit "A"
M & C Electric Inc. Current Management
9701 Brown Lane C#305
Austin,TX 78754
Eric Cain 512-293-5144
Ricky Masters 512-46&4662
Fax 512-926-8022
TECL# 24004
Eric Cain-Co-Director
Master Electrical License# 132808
OSHA 10
21 years experience
Richard D. Masters Jr.-Co-Director
Master Electrical License#132928
OSHA 10
21 years experience
John Breit-Foreman
Master Electrician
OSHA 30
20 years experience
,Jeremy Bage-Estimator/Foreman
Joumeyman Electrician
OSIIA 30
18 years experience
Byron King-Foreman
Journeyman Electrician
OSHA 10
10 years experience
M &C Electric Inc,
Regulated by The Texas Department of Licensing and Regulation, P 0. Box 12157,Austin,
Texas, 78711 1-800-803-9202,512463-6599;website www.license,state tx.us/complaints
Exhibit "A"
MC
. fr�►� v .'..ate V' .:
q
SHA ..,I.
This card adcnawledges that the recipient has successfully completed a
10-hour Occupational Safety and Health Training Course In
Constructlon Safety and Health
EMC CAIN
Luis Quintanar 02/09/2012
(Trainer name print or We) (Course and date)
Exhibit "A"
'tx r 't.e,sz
t4 � r .s� 4 ; En yf
y .• k
y t� ✓S �� t �' F t 1. 4 ".� :'' a`
t
Y 3 3
.•t X Y L. �' .a ati.s...
s
1df
Exhibit "off"
16-101 Universb Towers
16-102 Murphy #6929 PEPO 66588663
16-103 COIR VMP PO 20160325-00
16-104 Office De of-LOC #403 w/o 27633-01
16-105 Michael Kor's-LOC #509 w/o 27533-01
16-106 RA waits jBroken Down Auto
16-107 Cobra Stone
_16-108 Austin (0010-10479TH
16-109 Paloma Entry
16-110 Balconies Sign & TC
16-111 Balconies Fixtures and Lamps
16-112 Guarda Lights
16-113 Michael Kor's-LOC #596 w/o 160119-037
16-114 Bryan 0010-10482T
16-115 Rid eView ES
16-116 Anderson HS
16-117 Michael Kor's-LOC #104 w/o 28414-01
16-118 Payless Bell
16-119 Michael Kor's-LOC #I I I w/o 28670-01
16-120 3315 El Salido Parkwar�r
16-121 Holiday Inn
16-122 Capital Products
16-123 Oaks , Lakeline
a
16-124 Houston ,0010-1204967"
16-125 Houston (0010-120474TH
16-126 Lombardi Res. 23900 Colorado Canyon
16-127 Avalon
16-128 RA waits
16-129 Landa
16-130 Leander Crossin
16-131 Plains Mop ac LED Lamps
16-132 St. Austin Catholic
16-133 Life Storaize
16-134 PE P5942394 Mu h #7210 Killeen
16-135 Balconies Woods
Exhibit "A"
16-136 2525 S. Lamar
16-137 Houston (0010-10629T)16-138 Houston 10010-1063 0T)
16-139 Life Storage .]Killeen
16-140 Banc Vue UPS (Saturday
16-141 Fedex Austin (Parmer Ln.)
16-142 Plains Round Rock
16--143 (yak Hill ES
16-144 Office Depot#2204 W/O 29075-01
16-145 Michael Kor's #104 W/O 29670-01
16-146 Michael Kor's#104 W/O 29670-01
16-147 Palmera Ride
16-_148 Kennv Fort x-ing
_16-149 Houston (0010-10678T)
16-150 Motherhood Rm. Addition
16-151 JB Stone
16-152 Banc Vue UPS Backup
16-153 Bright Horizons Lamp & Ballast
16-154 Juiceland Frost Ballast
16-155 Mr, Gattis HWY 71 L6-30
16-156 Mr. Gattis S. Lamar Service
16-157 Mr Gattis HWY ?1 Sign
_16_-15 8 Beaumont (0010-1069TH
16-159 PE PO 69453660 Lamaasas
16-160 Mr. Gattis Anderson Breaker
16-161 Langford ES 15-0035-LANA
16-1.62 Wilco Justice Center
16-163 Mr. Gattis Rollingwood
16-164 DQ Franklin
16-165 Sheriff's Association
16-166 Balconies Wood
16-167 Michael Kor's 4104 W/0 30309-02
16-168 Life Storage Pflugerville
16-169 DQ Franklin
16-170 DO Giddings
Exhibit "A"
Exhibit "A""A"/v
16-206 Banc Vue TV
16-207 3901 Rock Cantron Cove
16-208 Office Max #6208 PO 31030-01
16-209 25540 Colorodo Canyon (Chimney. Oaks
16-210 Georgetown .ISI) UPS Receptacles
16-211 Olade Stone Ground Test
16-212 CORR FS43
16-213 CORR Sport Rec Center GFCPs
16-214 CORR Ree Center Projector
16-215 LifeStorage Ballast
16-216 Blackbird Bake
16-217 Stewart Crossing
16-218 240v Furniture Feed
16-219 Bright Horizon's BeeCave Rd
16-220 CORR WTP VF.D&Breaker Chane
16-221 Gatti's William Cannon Game R.m REC
16-222 Houston E. Hardy (0010-10865T),
16-223 Office Depot 31880-01
16-224 Fellowship
16-225 Lanier R.R.
16-226 Austin (0010-10877T1
16-227 Gatti's Riverside
16-228 Banc Vue
16-229 2701 Bois D. Arc Ln .D&S
16-230 Gatti's Breaker City X-firer
I6-231 Office Depot 31967-01
16-232 Office Depot 32211-01
16-233 Arrowhead Ranch
16-234 RanchoSienna
16-235 Capital Products Sign
16-236 LifeStorage Breaker Ln.
16-237 BancVue Cubicles
16-238 Con land Residence
16-239 orange Co-Working CJT
16-240 MUD#1 Tennis Court Lights
16-241 MCC Fans
16-242 LASA
16-243 Beaumont (0010-09914T)
16-244 Gatti's Parmer Ln.
16-245 Orange.Co-working Saturda
16-246 Bancvue Furniture Move Partial
16-247 Rush Rudder
16-248 Beltarra
16-249 DaIry Oueen
16-250 Fellowhip Music Rm.
_1_6-251 Gatti's Guadalupe
16-252 Gatti's DKR
16-253 Hudson Residence
16-254 CORR WTP Pole Lights
16-255 CORR Library
16-256 Rubicon Ex. Fans
16-257 Lago Vista Shopping Center
16-258 Office Deyot -Loc #2204 W/O 33837-01
16-259 Sherwin Williams
1.6-260 306- Receptacles
16-261 Phydeaux-& Friends
16-262 KC Residence
16-263 CORR FS#1
16-264 GISD Eastview Auditorium IiQhts
16-265 Plains Mopac
16-266 GM Call Center
16-267 Iron Workers Union
16-268 Beltera Lamps & Fixtures
16-269 Office Max Cedar Park 3248-01
16-270 Bright Horizons
16-271 313 Sunset Dr. (D
16-272 Balconies Suite 202
16-273 Balconies Lights
16-274 CORR WTP Lights
16-275 Texas Capital Extension
Exhibit „A"
16-276 COR.R. FS#1 Small Dorm Rm.
16-277 Plains RR
16-278 Plains 8" --.
16-279 Murphy 6745 PEP073 5 78243
16-280 Plains Cedar Park
16-281 York Residence
16-282 Burnet MS Portable
16-283 Asklund Residence
16-284 Banc Vue
16-285 Office Depot #2204 WEB-673342
16-286 Office De of #403 WEB-34039-01
16_-287 Barla Bean
16-288 .XYCARB
16-289 CARR PD 20161095-00
16-290 PetsMart
16-291 Nestle DSD Austin LED
16-292 Orchard Ranch
16-293 Schwann's Inside
16-294 Pleasant Hill
16-295 Absolute Sighnage
16-296 Hill Country MS
16-297 GM Call Center
16-298 Office Max #6311 WEB 67895
16-299 Office Max #6253 WEB 675539
16-300 Office Max #6750 WEB 675153
16-301 Chandler Track Li hts
16-302 Plains Cedar Park
16-303 City of Cedar Park office B ui ldWg
16-304 Presidntial Glen
16-305 west Hardy Panel Replacement 0010-11220T
1_+6-306 west Hardy Panel Add 0010-11221T
16-307 Plains 8th
16-308 827 Rays
16-309 Chandler..BB l i hts
16-310 Schwann's Outside
Exhibit "A"
16-3 Ballast
16-312 GM Breaker
16-313 Express Meat
1-6-314...-.- Custom Suns
16-315 Banc Vue
167316 Capitol Products
16-317 2303 Sun Chase
16-318 Nestle DSD
16-319 Houston 0010-11161 T
16-320 Houston 0010-11183T
16-321 Balconies Shopping
16-322 Vehicle Maintenance
16-323 Balconies
16-324 Belterra
16-325 Office Max 6208 WEB 67826
16-326 Sali-funding
16-327 Houston 0010-11271 T
16-328 Houston 0410-11212T
16-329 Houston Trailer 0010-11063T
16-330 Schwann's Tripped Breaker
16-331 CORR Vehicle Maintenace 20170118-00
16-332 Office Max 6822 WEB 685703
16-333 Austin 0010-11359T
16-334 GM Exit Lights
16-335 AISD Office West 6th
16-336 1~ern Bluff MUD
16-337 Austin 0010-11381 T
16-338 Anderson Broken Conduit
16-339 Murphy's 7198 PEPO#76630781
16-340 Banc Vue Switches
16-341 Arrowhead Christmas Lights
16-342 Clean Air Concepts CORR FS#5
16-343 CORR McConnico Roof
16-344 CORR Sports Complex
16-345 Beaumont 0010-11343T
Exhibit "A"
16-346 Texas Hitch & Truck
16-347 Banc Vue TV
1.6-348 Bright Horizons Wyoming Springs
16-349 1201 Tinnin Ford Rd.
16-351_ Murphy #6929 PEPO 0014213
16-351 CORR Library Can Li hits
16-352 CORR FS #7
16-353 Banc Vue Projectors
16-354 Fazzone Offices
16-355 GM Subcontract #60000154-002
16-356 2100 1l2 Falcon Village Ln.
16-357 Office Max 6774 WEB 692548
16-358 Office Max 6774 WEB 692550
16-359 Houston 0010-1137IT
16-360 River Place RestRoom Lack
16-361 Bright Horizons
16-362 Round Rock Vehicle Maintenance
16-363 Office Max 6822 WEB 690644
16-364
16-365
16-36
16-367
16-368
16-369
16-370
17-101. COR.R.PD Traffic
17-102 4708 HW 71
17-103 Bright Horizons Colorado Canyon
17-104 16-0029 Small
17-105 SW Solutions Group-
L771,06
roup17-106 _Portella (Lovejoy)------
17-107 Penske Truck
7-108 Fazzone Return Tr'
17-109 LBJ/LASA, Peredes Group 16-0035-SMALL
17-110 Schwan's RR Receptacles
17-111 Bright Horizons Colorado Canyon
17-112 8733 Birmingham Dr.
17-113 Office Depot 477 WO 3769-01
17-114 Schwan's R.R. Convgyer
17-115 Juiceland Geor t w
17-1. 16 Holiday Inn Lamp Replacement
17-117 Bright Horizons Breaker Replacement
17-118 Office Max 96473 WO 37361-02
17-119 Anderson Freezer
17-120 Office Max #6750 WO 36939701
17-123 Palm ES 16-0022-PALM
1.7-124 Webb MS Service Call
17-125 Fern Bluff Mud- Extra_for_Fem
17-126 Apple Moving;
17-127 Juarez Stone
17-128 Realty Austin
17-129 Nestle Austin
17-130 Bancyue
17-131 Belterra St. Liths
17-132 MCC Pavilion ins esti n
17-133 Bright Horizons EM Fixtures
17-134 Park & Zoom
17-1.35 Office Max #6774 36453-01
17-136 .Riverside Grove
17-137 Office Max #6822 WO 38250-01
EXhibit "A"
17-138 Houston 0010-11601T
17-139 net Valley.landscal2e ligMing
17-140 Belterra Recreation Center
17-141 Lakeline oaks
17-142 HCS Horne
17-143 Penske Extra's
17-144 GISD Basebal l
17-145 Nestle Austin X0010-11781 T
17-146 Schwann's
17-147 827 Ray's Tesla
17-148 Fern Bluff freezer circuit/kitchen extra's
17-149 Fern Bluff Move switches for sound boards
17-150 Fern Bluff Pole Light
17-151 Fern Bluff Kitchen Lights
17-152 Banc Vue Cubicle Move
17-153 Banc Vue CEO TV
1.7_-154 Banc Vue Ceiling J-Box
17-155 Lanier HS troubleshoot & Hookup
17-156 700 LAVACA
17-157 Apple Moving
17-158 Justice Center
17-159 COR VM Power Pole
17-160 Plains Mopac
17-161 Plains Cedar Park
17-162 CORR Multipurpose Ice Machine
17-163 MCC trail li hy, t report
17-164 Sun Chase Park
17-165 BancVue TV's
_1.7-166 Belterra St. Lights
17-167 OD 477 37369-01
17-168 OM 6750 36939-01
17-169 OD 403 36725-01
17-.170 CORR MP Furniture
17-171 Anderson Mill Nest Fazzone
17-172 Lakeline oaks Hasps
Exhibit "A"
17-173 Lakeline Oaks Mini Fridge
1_7-174 Murphy #6929 WO 8031969
17-175 Schwan's Conveyor
17-175 Plains Round Rock
17-177 Houston 0011-11691 T
17-178 LFD Upper Warehouse
17-179 OD 403 Davaco
17-180 Olade Stone
17-181 Austin Powder Coating Oven
17-182 Belterra Rec. Center
17-183 Galindo
17-184 StarFlight
17-185 Sanchez ES
17-186 CSC Raba-Kistner Sign
17-187 OD 2784 WEB-812047
17-188 DJ Sports
17_-189 Murphy's 7211 PEPO#003 8511
17-190 Teravista Splash Pad
17-191 Lakeline Oaks Lamp Replacement
17-192 Sunchase Park Fixture Replacement
17-193 Beltera Rec. Tree Lights
17-194 Houston 0010-11825T
17-195 Austin 0010-12002T
17-196 CORR PD Fast Gates
17-197 3405 El Salido
17-198 Pfluperville Field Onerations
17-199 Voight St. Light Repair
17-200 1512 Gracy Farms Ln.
17-201 Baca Senior Fans
17-202 Banc Vue Tv's & Furniture
17-203 OM 96750 WEB 821253
17-204 Geiko
17-205 3701.5 Grand Ave. Service
17-206 9749 Brown Ln.
17-207 Banc vue TV's
Exhibit „ /,"
17-208 Beaumont 0010-12031T
17-209 OM #6750 WEB 822191
17-210 Shulz Beergarten
17-211 LFD Warehouse LFD Portion
17-212 Schwans Tripped breaker
17-2.13 CORR Central Light Switch
17-214 CORR Citi Hall IT TV Receptacles
17-215 CORR McConico Permit Copier
17-216 CORR Road & Bridge TV Receptacles
17-217 OM 6750 WEB 821253 #2
17-218 OM 6750 WEB 825784
17-219 Belterra Recreation Bell Boxes
17-220 Sheriffs Association Ballast
17-221 Murphy 6745 WO 0043433
17-222 Murphy 7211 WO 0044256
17-223 Bright Horizons Oak mill Fans
17-224 Nestle Austin 0010-12113T
17-225 Plains Cedar Park
1.7-226 Banc Vue TV's 7/25/17
17-227 Texas Health & Aina Switch move
17-228 Houston 0010-11951 T
17-229 Anderson Mill West Pole S.T.
17-230 Schwan's Covers & Inlet
17-231 TSHA Exit, OCC and ex Fan
17-232 Brvan Cords 0010-12051 T
17-233 Br,a Motions 0010-12146T
17-234 John Ganes Pool Rrn Switch
17-235 River Place Fixture Replacement
17-236 CORR Vehicle Maintenance
17-237 CARR McConico Bld
17-238 Murphy 6929 WO 00471.43
17-239 CORR.Public Warks Service Repair
17-240 Rabbit Creek Service
17-241 Sunset Valley Service Call
17-242 Banc Vue Cubicle Install
Exhibit "A"
17-243 X405 Insw. cBay Dr,
17-244 Schwan's Round Rock Re- Anchor
17-245 Plains Mopac _
17-246 Bright Horizons Breaker Lane
17-247 Office Depot Loc 2777 WEB-852347
_17-248 1125 La Conterra Blvd(Fazzone Service
17-249 CORR Public Works new Service
_17-250 Sheriffs Association Ballast and Lamps
17-251 Schwan's Round Rock Fixtures and Extra's
17-252 .Hudson Residence
17-253 CORR Baca Gara e
17-254 CORR Library Receptacles
17-255 CORR City Hall
17-256 OD 2777 WEB 852347
17-257 Plains Capital Cedar Park Outside Receptacles
17-258 Tango Tribe
1.7-259 Bryan-12224T)
17-260 Houston (00 10-1 2147T)
17-261 Fellowship
17-262 Everi
17-263 Grove Building
17-264 iron workers
17-265 Veterans Park Phase 11
17-266 Bright Horizons Oak Hill
17-267 CORR. Vehicle Maintenance
17-268 Bright Horizons Round Rack
17-269 Bright Horizons oak Hill
17-270 Murphy 5.664 (56350)
17-271 Gatti's 290
17-272 Mu h 7211_(58352)
17-273 Mu h 7436 (5 8700)
17-274 Murphy 5661 (58810)
17-275 Murphy 7211 (58859)
17-276 Houston 0010-12265T
17-277 Gattitown USA (South Park)
Exhibit "A"
1.7-278 Freddies Round Rock
17-279 Webb MS Freezer
17-280 Banc Vue Misc.
17-281 827 Ray's
17-282 Acts Church
17-283 UT Towers
17-284 Freddy's Round Rock
17-285 Banc Vue 3 TV's
17-286 atti's.,11
17-287 CORR FS #3 & Public works wall Pack
17-288 Banc Vue Cubicle Add
17-289 Murphy's 5664 (WO 0063 861
s
17--290 Pecan Springs
17-291 Bright .Horizons RR
r
17-292 Bright Horizons Oak Hill
17-293 Rabbit Food Grocery
17-294 Plains RR
17-295 ak Hill ES
17-296_ State Health & Ain
17_-297 Murphy's #7211 WO 006375
17-298 Paloma Receptacle Add
17-299 Bright Horizons Oak Hill
17-300 Arrowhead Photo-Cell
17-301 Banc Vue TV Move
17-302 CORR. Si)orts Complex 20180301-+00
17-303 Sheppard of the Hills
17-304 Arrowhead CFI's
17-305 McConico TJR Const.
17-306 Pleasant Hill .PR#3
17-307 CORR WTP VFI3's
17-308 CORR wTP Service Center
17-309 CORR wTP Misr, Work
17-310 Tuggle Residence
17-311 CORR Public works
17-312 wax That
Exhibit "A"
17-313 apogee
17-314 River Place Blue Box
17-315 Murphy #721. 1
17-316
Exhibit "A"
18-101 Aust.inlenonite
18-102 CO Water Services
-103 Schuran`s
18-104 Plains Cedar Park
18-105 Plaiu.Mopac
18-107 Mur by 47211 WO# 0066375
18-108 town Chea skate
18-109 Fellowship
18-.t 10 Edward Jones
1 g-111 Gatti's William Cannon
18-112 murphy #7211 WO# 007.5409
18-113 Krenek Construction
18-114 Gattis 620
18-115 Freddy's 620
18-116 M rphy #7211 WO# 0075409#2 Call Back)
18-117 # 8 WEB-855388 yZ 45190-01
18-118 CORR Business Center TV Add
18-119 Austin Seafood
18-120 Arrowhead Flagpole Lipaht
18-121 :Banc Vue TV Move
18-122 -Gatti's William Cannon
18-123 Gatti's Rollin wood
18-124 Juarez Stone Inc.
18-125 Rive-enlace Sun Tree Park
18-126 Plains Capital RR
18-127 Trails @, Leander
18-128 CORR WTP 2 VFD's
18-129 Gatti's South Pari;
18-130 Georgetown Sheraton Grease Trap and Fire Suppresion
18-131 CORR WTP Fixtures & Pump Hookup
18-132 Banc Vue Power Pole Move
18-1 3 Mu[phy #7211 PE WO 0082855
18-134 Sun Tree Fixture Repair
18-135 Iron Workers
18-136 MCC Blue Boxes
18-137 MCC Data Logger
18-13 8 MCC Rec. in Raters
18-139 MCC T-Stats
18-140 Banc Vue TV Move
18-141 Sweet Ritual Circuit Move
18-142 WTA
18-143 McConico Swithc TJR Construction
18-144 Banc Vue Extra's _
18-145 CORR.PD Li titin
18-146 CORR PD Recording Studio
18-147 D&S Blue Bonnet
18-148 Plains Cedar Park
18-149 Gong Cha Tea Dobie .Mall
18-150 Freddy's Pflurgerville
18-151 John Gains Bad Breaker
18-152 Eric Switches
18-153 CORR Library
18-154 Banc Vue Proiectors
18-155 Plains Round Rock
18-156 Office Depot 368 wo 54372-01 po 909502
18-157 Nestle Austin
18-158 Acts Church Canopy Lights
18-159 CORK City Hall
18-160 Nestle Bryan
18-161 MCC Flag Pole Lights
18-162 Austin Motel
18-_1.63 Savers 1094 wo 52175-04 po 533478
18-164 OD 2819 wo 55987-01 pg 919939
18-165 OD 477 wo 52191-01,po 99722
1$-166 OD 477 wo 55793-01 Do 919051
18-167 Menzies Avaition #1 wo 5,5Q92-01
18-168 Murphy's#7082 PEPO 93.1.05
18-169 Banc Vue OT Job
18-170 Anderson Mill West
18-171 Juiceland 'Warehouse i ht
_1.8-_1.72 611 Porneg[anite
18-173 Sweet Ritual
18-174 OD 2819 wo 56157-01 W-920841
1
18-175 OD 2784 wo 56134-01 Do-920841
18-176 Buca Di Peppo 4410 wo 53724-03
18-177 Gong Cha 620
18-178 MCC Restroom
18-179 MCC BB Push Button
18-180 MCC Pavilion Lights out
Exhibit "A"
-18-181 MC-C-2avilion Cmduit for low-voltage liis
-1 2
s-182 Anderson Mill West Tennis Court Lights
.18-1 a3 1600 Maple St. Lockhart
I-a-184 ............. Sun Chase
18-185
18-487
18-188
18-190
18-191
1,8-192
18-193
18-194
18-195
18-196
18-197
18-198
18-199
18-200
18-201
18-202
18-203
18-204
18-205
18-206
18-207
18-208
18-209
18-210
18-21. 1,
18-212
18-213
18-214
18-215
18-216
18-217
18-218
18-219
18-220
Exhibit "A"
CITY OF ROUND ROCK
INVITATION FOR BID (IFB)
ELECTRICAL SERVICES
IFI3 No. 18.030 ADDENDUM NO. 1 Date: June 20, 2018
(Continued)
Answer: Please refer to Electrical Services, Part 1, General Requirements. 1. Purpose, paragraph
2., which states the City may contact the Prime Contractor and/or the Secondary Contract to
request a quote by project and will select the Contractor that best meets the needs of the City.
7. On page 7, Section 5—Pricing, it states the"fixed cost"shall include travel, freight, equipment
acquisition and maintenance, delivery charges and costs associated with permits. Can you please
clarify that the"fixed cost" is defined as the hourly rates (items 1-4) listed in Attachment A—Bid
Sheet.
Answer: Fixed cost is defined as it is related to Section 5. Pricing on page 7 of 18 as hourly rates
(item 1-4) listed in Attachment A— Bid Sheet.
If so, does the City expect the quoted hourly rates to include costs for frei ht and delivery charges
for parts and material used, time taken to acquire (pickup)parts from local vendors and permit fees
charges by the City,
Answer: Yes.
8. On page 7, Section 5—Pricing, will the awarded vendor be able to charge travel time from vendor
shopto City facility when responding to a service call?
Answer: No.
What about charging travel time from City facility to City facility when providing Electrical services?
Answer: Contractor will not be allowed to charge travel time from City facility to City facility when
providing electrical services.
9. On page 13, Section 11 —Service/Repair Parts, are overnight and/or expedited delivery charges
pre-approved and allowable expenses to be charged back to the City for Emergency Calls since
there is a requirement that 85% of parts need to be onsite within 24 business hours?
Answer: If service/repair parts are required to be overnighted and/or expedited for a particular
electrical project, Contactor may charge back to the City for Emergency calls only provided prior
approval is received from the Facilities Manager.
Page 2 of 3
Exhibit "A"
CERTIFICATE OF LIABILITY INSURANCE 6/15/2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the
terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER ICONTACT Miranda Amyx
Mullis Newby Hurst NAME:
_.._...._....'-'____.._.........._..._._..........__._.......................... ..._._ ..._.............w. X..........._......�..,_._........................
PHONE (972)201-0100 FAX 1972)201-0123
5057 Keller Springs Rd Ste 400
(A/C,No.Ext): (PJC,No):
E-MAIL
mamyx@mnhins.com
Addison TX 75001
€ADOREss:
INSURER(S)AFFORDING COVERAGE - NAlC#
INSURER A Amerisure Insurance Company 19488
-------.._.............._..__.........._... _...__...................
, _ .._...
INSURED INSURER B:Amerisure Partners Insurance 110.50
_ ................._......................... ......... ..........
Prism Electric, Inc. INSURERC:Great American E&S Ins Co 37532
2985 Market Street
}
INSURER D:
Garland TX 75041
INSURER E:
_ I INSURER F:
COVERAGES CERTIFICATE NUMBER:17-18 Stand - Poll/Prof REVISION NUMBER:
ACS
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED
NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE
ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF
SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
iNSR TYPE OF INSURANCE ADDL,SUIiR. - POLICY EFF POLICY EXP LIMITS
LTR INSD WVD: POLICY NUMBER (MrvvDDIYYYY) (MMfDDiYYYY)'.
A X COMMERCIAL GENERAL LIABILITY CPP2046492 711/2017 7!1/2018
11000,000
i..,,..._..4..........., EACH OCCURRENCE $
CLAIN1S•MADE X OCCUR DAMAGE TO RENTED . 3 00,000
1 ` € PREMISES tEa occurrence)
i r
MED EXP(Any one person) $ 10,000
3GREGATE 1-0,411T APPLIES PER
PRO
ICYCECT LOC >._....._._.__..._..... _ ................._ ..
tER 11000,000
..........; PERSONAL&ADV INJURY $
_
GE GENERAL AGGREGATE $
2,060,000
PRODUCTS-COMP:OPAGG*S 2,..000,000
a
A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT'S 1,000,000
(Ea accident;
_.._._._ __..._. ... ;..__.... .........
X BODILY IN 4.JRY(Per person, S
ANY AUTO
_ _ ......
_.
ALL BOLILY 1NiUP,Y;Per aec.dent)' $
OWNEDSCHEDULED CA2046490 7/1/2017 17/1/2018
AUTJSAUTOS
XC3N-OVvNED PROPERTY DAMAGE S
C"�iNPer acc:denti
H!RED AUTOS AUTOS
..,... ......._.. ....
g
X UMBRELLA LIAR g
EACH OCCURRENCE �g 51000,000
EXCESS UA8 OCCUR AGGREGATE $ 5,000,000
CLAIMS-MAIDE ,
A DED
RETENTION CU2046496 7/1/2017 7/1/2418 .
WORKERS COMPENSATION X 'PER :OTHER`
AND EMPLOYERS'LIABILITY YIN
STATUTE
I N<A L EACH ACCIDENT $
11aoa,=300
H WC2105420 7/1/2017 7/1./2018
ANY PROPRIF..TORIPARTNERIEXECUTIVE' --
OFFICERIMEMSEER EXCLUDED?
(Mandatory In NH)
If y?s,describe under
DESCRIPTION OF OPERATIONS below E," DISEASE-EA EMPLOYEE a 11000,000
E L DISEASE-POLICY LIMIT $ 11000,000
C ;
Professional Liability PCM 2111390 07 7j1j2017 7/1/2018 .$3,OW,000Each Claim•JAggreg $25,000 De
Pollution Liability PCM 2111390 07 7/1/2017 7/1/2018 $2.00DOOOEach Cla;rttAggreg $25,000 De
E
DESCRIPTION OF OPERATIONS'LOCATIONS<`VEHICLES (ACORD 101,Additlonai Remarks Schedule,may be attached if more space is required)
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Sample THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Sam May1 iS/MIR.AND
Cd 1988-2014 ACORD CORPORATION.All rights reserved.
ACORD 25(2014101)The ACORD name and logo are registered marks of ACORD
INS025(201401.