Contract - Oracle Elevator - 12/6/2018 CITY OF ROUND ROCK
AGREEMENT FOR ELEVATOR MAINTENANCE AND REPAIR
WITH
AVL ELEVATOR
D/B/A ORACLE ELEVATOR COMPANY
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS Agreement for purchase of elevator maintenance and repair services for the
City of Round Rock, Texas (referred to herein as the "Agreement"), is made and entered into on
this the-(O7' day of the month of VC4t* 9,L9—, 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 AVL ELEVATOR d/b/a
ORACLE ELEVATOR COMPANY whose offices are located at 100 Ezell Drive, Desoto, Texas
75115 (referred to herein as the "Services Provider").
RECITALS:
WHEREAS, City desires to purchase elevator maintenance and repair services, and City
desires to procure same from Services Provider; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said services, and
City has selected the Bid submitted by the Services Provider; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, sufficiency and receipt of which are hereby acknowledged, it is mutually
agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Services Provider
whereby City is obligated to buy specified services and Services Provider is obligated to pay for
said services. The Agreement includes the following: (a) City's Invitation for Bid, designated
Solicitation Number 18-036; (b) Services Provider's Response to the IFB; (c)contract award; and
(d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the
contract documents shall be resolved by giving preference in the following order:
00412466/ss2
(1) This Agreement;
(2) Services Provider's Response to IFB;
(3) City's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties to
this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides,lightning,earthquakes,fires,hurricanes,storms,floods,restraint of the government and
the people, civil disturbances, explosions, or other causes not reasonably within the control of the
party claiming such inability.
E. Goods and services mean the specified services, supplies,materials,commodities,
or equipment.
2.01 EFFECTIVE DATE; TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto,and shall remain in full force and effect, unless and until it expires by operation of the term
stated herein, or until terminated as provided herein.
B. The term of this Agreement is for sixty months (60)months from the effective date
hereof. City reserves the right to review the relationship at any time, and may elect to terminate
this Agreement, with or without cause, or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
A. City selected Services Provider to supply the services as outlined in the IFB and
Response to IFB submitted by Services Provider, all as specified in Exhibit"A," attached hereto
and incorporated herein by reference. The intent of these documents is to formulate an Agreement
listing the responsibilities of both parties as outlined in the IFB and as offered by Services Provider
in its Response to the IFB.
B. The services which are the subject of this Agreement are described in Exhibit"A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4.01 ITEMS AWARDED; SCOPE OF WORK
A. All bid items listed on"Attachment A—Bid Sheet" in Exhibit"A" are awarded to
Services Provider.
B. For purposes of this Agreement,City has issued documents delineating the required
services(specifically Invitation for Bid Solicitation Number 18-036. Services Provider has issued
its response agreeing to provide all such required services in all specified particulars. All such
referenced documents are included in Exhibit "A." When taken together with the appended
exhibits,this Agreement shall evidence the entire understanding and agreement between the parties
and shall supersede any prior proposals, correspondence or discussions.
C. Services Provider shall satisfactorily provide all services described under the
attached exhibits within the contract term specified in Section 2.01. Services Provider's
undertakings shall be limited to performing services for the City and/or advising City concerning
those matters on which Services Provider has been specifically engaged. Services Provider shall
perform its services in accordance with this Agreement, in accordance with the appended exhibits,
in accordance with due care, and in accordance with prevailing industry standards for comparable
services.
5.01 COSTS
A. The bid costs listed on Attachment A—Bid Sheet of Exhibit"A,"shall be the basis
of any charges collected by Services Provider.
B. In consideration for the services set forth in Exhibit "A," the City shall be
authorized to pay the Services Provider for an amount not-to-exceed Seventy-Five Thousand and
No/100 Dollars ($75,000.00) per year for Services Provider's services for a total not to exceed
amount of Three Hundred Seventy-Five Thousand and No/100 Dollars ($375,000.00) for the
term of this Agreement.
6.01 INVOICES
All invoices shall include, at a minimum,the following information:
A. Name and address of Services Provider;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is granted
under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B
and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section
27 1.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful Services
Provider(s) and the City. Such agreement shall be conclusively inferred for the Services Provider
from lack of exception to this clause in the Services Provider's response. However, all parties
hereby expressly agree that the City is not an agent of,partner to,or representative of those outside
agencies or entities and that the City is not obligated or liable for any action or debts that may arise
out of such independently-negotiated"piggyback"procurements.
8.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Services Provider a written notice of termination at the end of its then current fiscal year.
9.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251,V.T.C.A.,Texas Government Code,payment to Services
Provider will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty(30) days of the day on which
the performance of services was complete, or within thirty (30) days of the day on which City
receives a correct invoice for the performance and/or deliverables or services, whichever is later.
Services Provider may charge interest on an overdue payment at the"rate in effect" on September
1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City in the event:
A. There is a bona fide dispute between City and Services Provider, a contractor, a
subcontractor or supplier about the service performed that cause the payment to be
late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Services Provider and a subcontractor or
between a subcontractor and its supplier about the service performed that causes
the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
10.01 GRATUITIES AND BRIBES
City may, by written notice to Services Provider, cancel this Agreement without liability
to Services Provider if it is determined by City that gratuities or bribes in the form of entertainment,
gifts, or otherwise were offered or given by Services Provider or its agents or representatives to
any City officer, employee or elected representative with respect to the performance of this
Agreement. In addition, Services Provider may be subject to penalties stated in Title 8 of the Texas
Penal Code.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax;therefore,tax shall not be included
in Services Provider's charges.
12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS
If Services Provider cannot provide the services as specified, City reserves the right and
option to obtain the services from another supplier or suppliers.
13.01 INSURANCE
Services Provider shall meet all requirements as stated in the attached IFB Number 18-036,
including all attachments and exhibits thereto, and Services Provider's bid response.
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Chad McDowell
General Services Director
212 Commerce Cove
Round Rock, Texas 78664
512-341-3191
cmcdowell@roundrocktexas.gov
15.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
16.01 DEFAULT
If Services Provider abandons or defaults under this Agreement and is a cause of City
purchasing the specified services elsewhere, Services Provider 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 services
and that it may not be considered in future bids for the same type of work unless the scope of work
is significantly changed.
Services Provider shall be declared in default of this Agreement if it does any of the
following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
C. Fails to provide adequate assurance of performance under the"Right to Assurance"
section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
17.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for convenience
and without cause, at any time upon thirty(30) days' written notice to Services Provider.
B. In the event of any default by Services Provider, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Services Provider.
C. Services Provider has the right to terminate this Agreement only for cause, that
being in the event of a material and substantial breach by City or by mutual agreement to terminate
evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Services Provider,Services
Provider shall discontinue all services in connection with the performance of this Agreement and
shall proceed to cancel promptly all existing orders and contracts insofar as such orders and
contracts are chargeable to this Agreement. Within thirty (30) days after such notice of
termination, Services Provider shall submit a statement showing in detail the services satisfactorily
performed under this Agreement to the date of termination. City shall then pay Services Provider
that portion of the charges, if undisputed. The parties agree that Services Provider is not entitled
to compensation for services it would have performed under the remaining term of the Agreement
except as provided herein.
18.01 INDEMNIFICATION
Services Provider shall defend (at the option of City), indemnify, and hold City, its
successors, assigns, officers, employees and elected officials harmless from and against all suits,
actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any
and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of
Services Provider, or Services Provider's agents, employees or subcontractors, in the performance
of Services Provider's obligations under this Agreement, no matter how, or to whom, such loss
may occur. Nothing herein shall be deemed to limit the rights of City or Services Provider
(including, but not limited to the right to seek contribution) against any third party who may be
liable for an indemnified claim.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Services Provider, its agents,employees and subcontractors shall use best efforts to
comply with all applicable federal and state laws,the Charter and Ordinances of the City of Round
Rock, as amended, and with all applicable rules and regulations promulgated by local, state and
national boards, bureaus and agencies.
B. Services Provider acknowledges and understands that City has adopted a Storm
Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139
through 14-152 of the City's Code of Ordinances,to manage the quality of the discharges from its
Municipal Separate Storm Sewer System (MS4) and to be in compliance with the requirements of
the Texas Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge
Elimination System (TPDES). The Services Provider agrees to perform all operations on City-
owned facilities in compliance with the City's Illicit Discharge Ordinance to minimize the release
of pollutants into the MS4. The Services Provider agrees to comply with of the City's stormwater
control measures, good housekeeping practices and any facility specific stormwater management
operating procedures specific to a certain City facility. In addition, the Services Provider agrees
to comply with any applicable TCEQ Total Maximum Daily Load (TMDL) Requirements and/or
I-Plan requirements.
C. In accordance with Chapter 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for services unless the contract contains written
verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel
during the term of this contract. The signatory executing this Agreement on behalf of Services
Provider verifies Services Provider does not boycott Israel and will not boycott Israel at any term
of this Agreement.
20.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves,their successors,assigns and legal representatives
to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or
transfer any interest in this Agreement without prior written authorization of the other party.
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in writing
and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three(3)days after being deposited in the United States mail,with postage prepaid
to the recipient's address as stated in this Agreement.
Notice to Services Provider:
AVL Elevator
d/b/a Oracle Elevator Company
100 Ezell Drive
Desoto, Texas 75115
Notice to City:
City Manager Stephen L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Services Provider.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock,Texas,and if legal action is necessary
by either party with respect to the enforcement of any or all of the terms or conditions herein,
exclusive venue for same shall lie in Williamson County,Texas.This Agreement shall be governed
by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Services Provider and City. This Agreement may only be amended or supplemented by mutual
agreement of the parties hereto in writing, duly authorized by action of the City Manager or City
Council.
24.01 DISPUTE RESOLUTION
City and Services Provider hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration
Act(9 USC Section 1-14) or any applicable state arbitration statute.
25.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no way
affect the validity or enforceability of any other portion or provision of this Agreement. Any void
provision shall be deemed severed from this Agreement, and the balance of this Agreement shall
be construed and enforced as if this Agreement did not contain the particular portion or provision
held to be void.The parties further agree to amend this Agreement to replace any stricken provision
with a valid provision that comes as close as possible to the intent of the stricken provision. The
provisions of this section shall not prevent this entire Agreement from being void should a
provision which is of the essence of this Agreement be determined void.
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Services Provider represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services,responsibilities and duties shall be performed in a manner according to generally
accepted industry practices.
Time is of the Essence. Services Provider understands and agrees that time is of the
essence and that any failure of Services Provider to fulfill obligations for each portion of this
Agreement within the agreed timeframes will constitute a material breach of this Agreement.
Services Provider shall be fully responsible for its delays or for failures to use best efforts in
accordance with the terms of this Agreement. Where damage is caused to City due to Services
Provider's failure to perform in these circumstances, City may pursue any remedy available
without waiver of any of City's additional legal rights or remedies.
Force Majeure. Neither City nor Services Provider shall be deemed in violation of this
Agreement if it is prevented from performing any of its obligations hereunder by reasons for which
it is not responsible as defined herein. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of Round Rock, Texas AVL Elevato
d/b/a Oracle ator Company
By: By:
Printed Name: '?.�' , Printed Name: DA v t ib g UG4
Title: Title: 10rj•J Vice ' 2esidrrifi
Date Signed: Date Signed:
Attest:
By:
Sara W ite, City Clerk
For Ci proved as t Form:
By:
Stepha L. Sheets, City Attorney
ROUND ROCK TEXAS
PURCHASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
ELEVATOR MAINTENANCE AND REPAIR SERVICES
SOLICITATION NUMBER 18-036
August 2018
EXHIBIT "A"
ELEVATOR MAINTENANCE AND REPAIR
PART I
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock, herein after"the City" seeks a bid from firms experienced in in elevator
maintenance and repair. The elevators will be located at various addresses throughout the City of Round
Rock.
2. BACKGROUND: The City requires comprehensive maintenance and repair services for a dozen or more
elevators of various makes and models. An anticipated Contract award will be made by the City in an amount
not-to-exceed $75,000 per year for an estimated total contract value of$375,000.
3. SOLICITATION PACKET: This solicitation packet is comprised of the following:
Part I—General Requirements Page(s) 2—5
Part II —Definitions, Standard Terms and Conditions Page 6
and Insurance Requirements
Part III—Supplemental Terms and Conditions Page(s)7—9
Part IV—Specifications Page(s) 10—12
Attachment A—Bid Sheet Page 13
Attachment B—Reference Sheet Page 14
Attachment C—Subcontractor Information Form Page 15
Attachment D—Respondent Questionnaire SEPARATE ATTACHMENT
Attachment E— City of Round Rock Passenger Elevators (Williamson SEPARATE ATTACHMENT
County)
4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact:
Purchasing Supervisor Purchasing Technician
Cheryl Kaufman Amanda Crowell
Purchasing Division Purchasing Division
City of Round Rock City of Round Rock
Phone: 512-218-5417 Phone: 512-218-5458
Email: Email:
ckaufman(a-)-roundrocktexas.gov acrowell(�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 August 28, 2018
Optional Pre-Bid meeting September 6, 2018 @ 10:00 AM CST
EXHIBIT "A"
Deadline for submission of questions September 10, 2018 @ 5:00 PM, CST
City responses to questions or addendums September 13, 2018 @ 5:00 PM, CST
Deadline for submission of responses September 20, 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 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:
https://www.roundrocktexas.gov/businesses/solicitations
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/SITE VISIT AND INSPECTION:A pre-bid meeting will be conducted to
fully acquaint Respondents with the services specified. The pre-bid meeting will be conducted on the date
specified in PART I Section 5-Schedule of Events.
A. Attendance at the pre-bid meeting is optional. Respondents shall sign-in at the pre-bid meeting to
document their attendance. The pre-bid meeting shall initially begin at:
City of Round Rock-City Hall Council Chambers, 1St Floor
221 E. Main Street
Round Rock,Texas 78664
B. Respondents will be responsible for their own transportation for the pre-bid meeting.
C. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre-
bid meeting/site visit.
D. It is the responsibility of the Respondent to examine each facility and determine quantity, amounts, take
precise measurements, determine material requirements, equipment requirements, labor requirements
and other solicitation related details during said inspections.
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: Cheryl Kaufman
Purchasing Department
221 E. Main Street
Round Rock,Texas 78664-5299
A. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title,
number, due date and "DO NOT OPEN".
B. Facsimile or electronically transmitted responses are not acceptable.
C. Responses cannot be altered or amended after opening.
D. No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
E. The City will not be bound by any oral statement or offer made contrary to the written specifications.
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property
of the City.
EXHIBIT "A"
9. RESPONDENT REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full
comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist
participating Respondents in compiling their final responses. Respondents are encouraged to carefully read
the entire solicitation.
Respondent shall submit one (1)evident signed "Original" and two (2)copies of the IFB response and one(1)
electronic copy of the IFB response on a flash drive. The submittal is required to include all addendums and
requested attachments. The bid response along with 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, addendums and the attachments identified below shall be submitted
with your proposal.
Addendums:Addendums may be posted to this solicitation. Bidders are required to submit signed
addendums with their sealed response. The Bidder shall be responsible for monitoring the City's
website at http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation.
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 five 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 C-SUBCONTRACTOR INFORMATION FORM: Provide a completed and signed copy of
the Subcontractor Information Form.
El Attachment D-RESPONDENT QUESTIONNAIRE: Fully respond to each question and request for
information on this sheet. Response to this document will be worth 40 points of the total 100 points
available for evaluation.
Attachment E-City of Round Rock Passenger Elevators (Williamson County) is for reference only.
This list is not all-inclusive, and the City reserves the right to add additional elevators to the resulting
Contract.
10. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to
accept any response deemed most advantageous, or to waive any irregularities or informalities in the
response received that best serves the interest and at the sole discretion of the City. All solicitations received
may be evaluated based on the best value for the City. In determining best value, the City may consider:
A. Purchase price;
B. Reputation of Respondent and of Respondent's goods and services;
C. Quality of the Respondent's goods and services;
D. The extent to which the goods and services meet the City's needs;
E. Respondent's past performance with the City;
F. The total long-term cost to the City to acquire the Respondent's goods or services;
G. Any relevant criteria specifically listed in the solici-tationT--- _ _
EXHIBIT "A"
H. EVALUATION FACTORS-Total of 100 points:
• Cost= 60 points
• Response to Attachment D—Respondent Questionnaire=40 points total distributed amongst the
following values:
o Training and Development= 10 points
o Vehicle and Equipment List=5 points
o Company and Individual Work Experience=25 points
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.
11. CONFIDENTIALITY OF CONTENT:As stated in Section 16 of City of Round Rock Purchasing Definitions,
Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the
Texas Public Information Act. Following an award, responses are subject to release as public information
unless the response or specific parts of the response can be shown to be exempt from the Texas Public
Information Act. Pricing is not considered to be confidential under any circumstances
A. 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.
B. If a request is made under the Texas Public Information Act to inspect information designated as
confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and
information as to why the information should be protected from disclosure. The matter will then be
presented to the Attorney General of Texas for final determination.
12. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed 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.us/whatsnew/elf info form1295.htm
EXHIBIT "A"
PART II
DEFINITIONS, STANDARD TERMS AND CONDITONS
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release
of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face
of a purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the
sole responsibility of Respondents 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..qov/departments/purchasing
2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard
Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and
downloaded from the City's website at: https://www.roundrocktexas.gov/departments/purchasing
EXHIBIT "A"
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. AGREEMENT TERM: The term of the awarded agreement shall include but not be limited to the following:
A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty(60)
months.
B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions
of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project
up to 90 days.
2. RESPONDENT QUALIFICATIONS: 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:
A. Be firms, corporations, individuals or partnerships normally engaged in providing elevator maintenance
and repair as specified herein;
B. Have adequate organization, facilities, equipment, financial capability, and personnel to ensure prompt
and efficient service to the City;
C. Have a permanent address located within the Williamson/Travis county or surrounding areas.
D. Provide all labor, supplies and materials required to satisfactorily perform the services as specified
herein and own or acquire at no cost to the City all construction aids, appliances, and equipment
Respondent deems necessary and maintain sole responsibility for the maintenance and repair of
Respondent's vehicles, equipment, tools and all associated costs. The City shall not be responsible for
any Respondent's tools, equipment or materials lost or damaged during the performance of the
services specified herein;
E. Contractor shall be a registered Vendor with the Texas Department of Licensing and Regulation (TDLR)
in accordance with the Texas Health & Safety Code, chapter 754, Subchapter B, Section 754.0171, and
should provide documentation of all suspensions, violations, or investigations by the TDLR within the
last five years as an attachment in response to this solicitation.
F. Contractor shall be a commercial elevator business engaged in providing elevator maintenance and
repair services for a minimum of five continuous years.
3. SUBCONTRACTORS: If Subcontractors will be used the Respondent is required to complete and submit
with their bid response Attachment C: Subcontractor Information Form. The Contractor shall be fully
responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible
for the Contractors own acts and omissions. The Contractor shall:
A. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with
the provisions, specifications and terms of the Contract;
B. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary
insurance in the type and amounts specified for the Vendor, with the City being named as an additional
insured; and
C. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the
Contractor is required to indemnify the City.
D. Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use
of any subcontractors throughout the term of the contract.
4. RETAINAGE: The City will withhold 10 percent(%) retainage until completion of all work required by the
Contract. The Contractor's invoice shall indicate the amount due, less the retainage. Upon final acceptance
of the work, the Contractor shall submit an invoice for the retainage to the City and payment will be made as
specified in the Contract. Payment of the retainage by the City shall not constitute nor be deemed a waiver or
release by the City of any of its rights and remedies against the Contractor for recovery of amounts improperly
invoiced or for defective, incomplete or non-conforming work under the Contract.
EXHIBIT "A"
5. SAFETY: The City reserves the right to remove any employee from City property for violation of federal,
state, and local health, safety and environmental laws, ordinances, rules and regulations. The Respondent
shall:
A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State
and City safety and occupational health standards and other applicable federal, state, and local health,
safety, and environmental laws ordinances, rules and regulations in the performance of these services;
B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause
injury or damage to any persons or property within and around the work site. In case of conflict, the
most stringent safety requirement shall govern;
C. Indemnify and hold the City harmless from and against all claims, demands, suits, actions,judgments,
fines penalties and liability of every kind arising from the breach of the Successful Respondents'
obligations under this paragraph.
6. WORKFORCE: Successful Respondent shall:
A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner;
B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly
identifies them as the Respondent's employee;
C. 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.
7. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all
incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and
maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits,
insurance, bonds and risk management. No separate line item charges shall be permitted for either response
or invoice purposes.
8. PRICE INCREASE: Contract prices for elevator maintenance and repair shall remain firm throughout the
initial twelve(12) month term of the contract. A price increase to the agreement may be considered on the
anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at
no time can the increase be greater than 15%for any single line item.
A. Consumer Price Index(CPI): Price adjustments will be made in accordance with the percentage
change in the U.S. Department of Labor Consumer Price Index(CPI-U)for all Urban Consumers. The
price adjustment rate will be determined by comparing the percentage difference between the CPI in
effect for the base year six-month average(January through June OR July through December); and each
(January through June OR July through December six month average)thereafter. The percentage
difference between those two CPI issues will be the price adjustment rate. No retroactive contract price
adjustments will be allowed. The Consumer Price Index(CPI) is found at the Bureau of Labor Statistics,
Consumer Price Index website: http://www.bls.gov/cpi
B. Procedure to Request Increase:
i. 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
EXHIBIT "A"
ii. 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.
9. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance
anytime during the contract term.
10. 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.
11. 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.
12. PERMITS: The Successful Respondent 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.
13. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award,
split award, primary and secondary award, non-award, or use any combination that best serves the interest
and at the sole discretion of the City. Award announcement will be made upon City Council approval of staff
recommendation and executed agreement. Award announcement will appear on the City's website at
http://www.roundrocktexas.-gov/bids.
14. POST AWARD MEETING: The City and Successful Respondent(s) may have a post award meeting to
discuss, but not be limited to the following:
A. The method to provide a smooth and orderly transition of services performed from the current contractor;
B. Provide City contact(s) information for implementation of agreement.
C. Identify specific milestones, goals and strategies to meet objectives.
15. POINT OF CONTACT/DESIGNATED REPRESENTATIVE:
A. Contractor's point of contact: 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.
B. The City's designated representative:
Pete Dominguez
Facility Manager
General Services
Phone: 512-341-3144
E-mail: Pdominguez(&-roundrocktexas.aov
EXHIBIT "A"
PART IV
SPECIFICATIONS
1. PURPOSE
The City of Round Rock, herein after"the City"seeks a bid from firms experienced in in elevator maintenance
and repair. The elevators will be located at various addresses throughout the City of Round Rock.
2. CONTRACTOR REQUIREMENTS
A. Contractor shall provide a Single Point of Contact (SPDC), who is skilled, knowledgeable, and has
experience with providing maintenance and repair services for elevators. The SPOC shall serve as the
main point of contact for all services.
B. Contractor shall ensure that personnel assigned to work under this contract have a minimum of three(3)
years' experience in all critical mechanical, electrical, electronic, and microprocessor elements of
Schindler, Dover, and TKE elevators.
C. Contractor's employees and representatives shall wear a standard company uniform, safety shoes, and
have company issued photo identification clearly displayed while conducting services on any City
worksites. Uniforms shall be clean, consistent in appearance, and have the Contractor's name or logo
clearly displayed.
3. SCOPE OF WORK
A. The Contractor shall perform all steps necessary to protect persons and property from risk of harm due to
a problem with an elevator.
B. The Contractor shall maintain the elevators in accordance with all federal, state, and local codes. These
include, but are not limited to:
• American National Standards Institute (ANSI) Safety Code A17.1, or the latest ANSI revision referring
to elevator and escalator equipment maintenance and inspection,
• Americans with Disabilities Act (ADA)
• American Society of Mechanical Engineers (ASME)A17.1 -Safety Code for Elevators and
Escalators,
• ASME A17.3-Safety Code for Existing Elevators and Escalators,
• National Fire Protection Association (NFPA) Supplement 4- Life Safety Code Handbook,
• Underwriters Laboratories (UL) Standard 1 04- Elevator Door Locking Devices and Contacts,
• UL Standard 1084-Outline of Investigation for Hoistway Cables.
• American Standard Safety Code for Elevators& Escalators
C. In the event of conflict between this Scope of Work,the Manufacturer's Literature, or any applicable
codes, the more stringent terms or revisions shall apply unless otherwise notified in writing by the City.
D. The Contractor shall perform all preventative maintenance listed in the various elevator maintenance
manuals at the frequencies identified and prescribed.
E. The price,for all preventative maintenance services shall include labor, parts, and consumables, including
oil and grease. Safety Data Sheets (SDS) shall be provided when oils, grease, or other chemicals are
used.
i. Any parts, which a preventative maintenance inspection determines must be replaced, (outside of
parts required for preventative maintenance), shall be quoted to the City in writing, and submitted
separately as corrective repair issues, on an as needed basis.
ii. Materials mark-up shall be capped at 20% of Contractor cost and shall include freight, shipping, and
handling costs.
F. The Contractor shall perform corrective repair services on the elevators when specifically requested by
the City. All corrective repair services NOT considered an emergency or entrapment shall be conducted
during scheduled standard working hours unless otherwise specified by authorized City personnel.
EXHIBIT "A"
G. Contractor shall provide hourly rates for for preventive maintenance services and repair service labor
rates and after-hours rates.
4. PREVENTATIVE MAINTENANCE
A. Standard work hours under this contract shall be defined as the hours from 7:00 a.m.to 6:00 p.m. CST
Monday through Friday, except for City-observed holidays. All preventative maintenance services shall
be scheduled with designated staff and shall be completed within the standard work hours unless
otherwise specified by authorized City personnel.
B. Contractor shall provide preventative maintenance to the elevators per the OEM instruction manuals
including change oil, lubricate equipment, and adjust elevator parts and components, etc.
C. Contractor shall examine elevator equipment and review the following for optimum operation:
• Control and landing position systems
• Signal fixtures, lighting, sensors
• Machines, drives, motors, governors, sheaves, and ropes
• Power units, pumps, valves, and jacks
• Car and hoistway door operating devices and door protection equipment
• Identify leaks
• Loadweighers, car frames and platforms, and counterweights
• Safety mechanism
D. Contractor shall clean doors,jibs, sills and other parts to eliminate debris and maintain proper functioning
of elevators.
E. Contractor shall document all work performed on the"Maintenance Task & Records" logs provided with
each controller and report findings via a detailed list of services and replaced parts/component that were
applied to each preventative maintenance service call along with the invoice.
5. CORRECTIVE REPAIRS
A. Contractor shall re-lamp all signals as required during regularly scheduled visits and repair or replace
components worn due to normal wear and tear.
B. Should the occasion arise, the Contractor shall return a vandalized elevator to good working order.
C. Contractor shall replace all worn, failed, or broken parts. All replacement parts shall be identical, of equal
quality and design, or superior to the parts replaced. Replacement parts may be new or reconditioned if
OEM parts are unavailable.
D. Contractor shall be responsible for all replacement parts, including OEM and proprietary parts, as
required by this Contract. If during the term of the Contract, certain elevator or escalator components
become obsolete and new OEM parts may not be available, the Contractor may provide rebuilt OEM
parts or use new parts of another manufacturer with prior written approval from the City's designated
contact. In all cases, rebuilt or reconditioned parts must be equal in quality, operation, and performance
to original or OEM parts and free from defects.
E. Contractor shall make repairs of the following nature; this list is not all-inclusive:
• Replace Braille chicklet(push buttons)
• Repair faulty signals
• Install key switch bezels
• Wiring issues (elevator stuck with doors open, replaced power supply, reset tripped overload)
• Replace boards (DMC expansion boards, CLC board).
• Software installation
• Replace housings
• Install ADA phones
• Replace pickup roller
• Adjust doors
• Adjust door motors
EXHIBIT "A"
• Replace doors
6. ANNUAL SAFETY TEST: Contractor shall test equipment as outlined in the American Standard Safety Code
for Elevators & Escalators. The Contractor will perform governor and safety tests on traction elevators once
per year and relief pressure test on hydraulic elevators once per year.
7. EMERGENCY OR AFTER-HOURS REPAIRS:
A. The hours between 6:01 PM and 6:59 AM CST Monday through Friday, weekends, and City-observed
holidays are considered"after-hours."
B. The Contractor shall respond to emergency repairs verbally within 20 minutes and, if necessary, be on
site within 45 minutes.
C. The Contractor shall follow elevator entrapment protocol.
D. The Contractor shall receive authorization to perform after-hours repairs and maintenance from the City-
designated representative or their delegated representative.
EXHIBIT "A"
ATTACHMENT A
BID SHEET
1. ATTACHMENT A—BID SHEET is posted in Solicitation Documents for IFB 18-036 Elevator Repair and
Maintenance in an Excel format on the City of Round Rock website at:
https://www.roundrocktexas.gov/departments/purchasing/purchasing-active-solicitations
1.1 To be considered responsive Attachment A- Bid Sheet must be completed, signed by an authorized
representative and returned by the deadline for submission of response indicated in Part I Section 5—
Schedule of Events. No unauthorized modifications may be made to the bid sheet.
1.2 The Respondent, by submitting and signing Attachment A—Bid Sheet, acknowledges that he/she has
received and read the entire document packet sections defined above including all documents
incorporated by reference, and agrees to be bound by the terms therein.
1.3 To do business with the City of Round Rock you must be registered with the City's Vendor Database.
To register, go to: https:Hroundrock.munisselfservice.com/Vendors/defauIt.aspx
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 Respondent, 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 laws, nor communicated directly or indirectly, the response made to any
competitor or any other person engaged in such line of business."
1.5 The Respondent agrees, if this Offer is accepted within 120 calendar days after the Due Date, to fully
comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet.
EXHIBIT "A"
ATTACHMENT A-BID SHEET
CITY OF ROUND ROCK
Solicitation Number: IFB No.18-036
citation Description Elevator Repair and Maintenance
er: Cheryl Kaufman
The Respondent represents by their signature below that he/she is submitting a binding offer and is authorized to bind
the respondent to fully comply with the solicitation documents contained in IFB 18-036 Elevator Repair and Maintenance.
The Respondent acknowledges that he/she has received and read the entire solicitation packet,attachments,and
addendums and agrees to be bound by the terms therein.
An anticipated Contract award will be made by the City In an amount not-to-exceed$75,000 per year. Pricing bid
below is being collected for cost evaluation purposes only.
Special Instructions: All prices must be quoted in order to be considered responsive.A value of"0"will be interpreted as
no-cost to the City. Be advised that exceptions taken to any portion of the solicitation or any unauthorized changes to the
bid sheet may jeopardize acceptance of the bid.
Cost=60 points
Estimated
Annual
Description Quantity Unit Unit Cost Extended Cost
Maintenance and Repairs during standard workhours
Service Technician 300 Hourly $ 11 -57.6 $ q:7,2$e:ee- 3N,5W'00
Elevator Apprentice 110 Hourly $ 115.00-�60- $ �36:98� /.,(p 50,00
Elevator Helper 110 Hourly $
106.OD $
Eme encies/RepairslMaintenance outside of standard work hours
Service Technician 25 Hourl $ 245.00 $ 6,125.00
F'n ator rentice 25 Hourly $ 155.00 $ 3,875.00
Bator Helper 25 Hourly $ 155.00 $ 3,875.00
Annual Total: $ 43;8 :99 `?��6?�pp
The information provided below will become part of the contract but will not be evaluated for cost.
Replacement Parts and Materials
Percent over cost: '15.00%
Attachment D-Respondent Questionnaire=40 points
Employee Training and Development= 10 points
Equipment List=5 points
Experience=25 points
The folie ng,nformation shall be submitted with the Offer.
COMPANY NAME: AVL Elevator dba Oracle Elevator Com an
SINGATURE OF AUTHORIZED REPRESENTATIVE: '
PRINTED NAME: Adam Brazauski
EMAIL ADDRESS: adam.brazauski@oracleelevator.com
a
Page 1 of 1
EXHIBIT "A"
City of Round Rock
18-036 Elevator Repair and Maintenance
IFB No. 18-036
Class/Item: 91013
September 2018
ATTACHMENT B:
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: f 407 - 0 3 6
RESPONDENT'S NAME: QraLG IG Q4t/dt br DATE: glao l s
Y
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.
1. Company's Name Iry
d P b1IL
Name of Contact e. f
Title of Contact M , I
E-Mail Address .G
40 1he
Present AddressIX 71
�� r1� 1 ►. ��� Q j hLtU10
City; State,Zip Cade � V 1V� a..
Telephone Number 0512 a3- Fax Number: ( )
2. Company's Name `
o
Name of Contact
Title of Contact C
E-Mail Address
a Oka 04 r-bjA
Present Address NJ V3701) iisoro br
City, State,Zip Code :50t ri XA4b2Jj 1'92 . Tx 7$a 17
Telephone Number (a 10 !q. 9 q Fax Number: ( )
3. Company's NameS oU% ,
Name of Contact I-owl
Title of Contact
a1' L r
E-Mail Address
7lramfo U® 5ou'k1 V _*hrin. Cali
Present Address 100 Z. vi e r A
City, State,Zip Code Geo(. Qwyi a
Telephone Number ('51:2 ) %-16:3Q- 6) Fax Number: ( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. .
Page 14 of 15
EXHIBIT "A"
City of Round Rock
18-036 Elevator Repair and Maintenance
IFB No. 18-036
Class/Item: 91013
September 2018
f
ATTACHMENT C
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER:A S- 03 co
RESPONDENT'S NAME: Or-a d e. E I e,,V_0k4r C® DATE:.
• CIRCLE ONE- NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO
YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES
If yes complete the information below
1 Subcontractor Name
Name of Contact
E-Mail Address
Address
City, State, Zip Code
y Telephone Number { ) Fax Number: ( )
Describe work to be
performed
Percentage of contract
work to be performed
2. Subcontractor Name
Name of Contact
Title of Contact
E-Mail Address
Address
City, State, Zip Code
Telephone Number ( } Fax Number: ( )
Describe work to be
performed
Percentage of contract
work to be performed
• Add additional pages as needed
t
Page 15 of 15
EXHIBIT "A"
ATTACHMENT D
RESPONDENT QUESTIONNAIRE
40 POINTS
Name of Business: AVL Elevator dba Oracle Elevator Company
s
Physical Address of Headquarters(HQ): 8800 Grand Oak Circle, Tampa, FL 33637
Physical Address of Serving Branch:
(if different address from HQ) 101 E. 61h Street, Austin,TX 78701, Unit: 900
1. How many years has your company been in the Commercial Elevator Maintenance and Repair
business?
Number of years in the commercial
Elevator Maintenance and Repair 15 Years
business:
2. Number of full time employees that are eligible to work on City of Round Rock projects:
Number of Employees: 5-
3. TRAINING AND DEVLOPMENT: On a separate sheet of paper describe all training and development
provided to your staff. (10 Points)
4, EQUIPMENT LIST:Attach a separate sheet of paper that describes the type of vehicles and
equipment that will be used to support this contract. (5 Points)
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(5 years or less)for at
least 2 commercial or governmental contracts for Elevator Maintenance and Repair.
• Individual Work Experience- Include the resume of the owner, lead personnel, and technicians as
well as certifications, licenses, and years of experience.
t:
EXHIBIT "A"
Attachment D
Training and Development
• Oracle Elevator is committed to its employee development. Our mechanics
are the face of the company and their development is pivotal to our
success.
• We provide on and offsite training regularly as well as at the request of the
employee. Establishing a baseline is a must, but we will never deny an
employee the opportunity to further their knowledge.
• Employees are required to attend mandatory weekly company safety
meetings as well as allotted time provided to complete industry training,
such as OSHA and CET certification.
• Estimated to be fully operational in October of 2018 in Dallas,Texas, Oracle
Elevator is proud to be opening the Oracle Technical Center (OTEC). Here,
employees nationwide will be required to complete training on reverse-
engineered competitor equipment, process improvement in repairs, as well
as having the opportunity to share experiences with peers nationwide.
EXHIBIT "A"
Attachment D
Equipment List
Our field technicians are provided a company vehicle that is
available for use 24/7. The vehicles provided are outfitted to
house the most commonly needed replacement parts and tools
to perform repairs. In addition, we carry locally OEM service
tools for all Thysennkrupp and Schindler hydraulic elevators to
ensure timely troubleshooting and quick repairs.
ORACLE
�ELEYh;OR
. W
EXHIBIT "A"
Attachment D
Company Work Experience
• Texas Department of Public Safety
o We provide DPS with full maintenance and repair services for over sixteen different
makes and models of elevators.Contract terms include 1 hour response times for
callbacks and 20 minutes response time for entrapments(none so far).We maintain an
"A"rating in the Texas Vendor Reporting Tracking System.
• Texas Department of Transportation
o We provide TOOT with full maintenance and repair services.Similar to the DPS
contract,we have several different makes and models and required response times.We
maintain an "A" rating in the Texas Vendor Reporting Tracking System.
r
EXHIBIT "A"
Attachment D
Team Experience
• Shaun Hudson — General Manager/Foreman
• 23 years in the industry, including new installation,
modernization and maintenance mechanic experience
in the Louisiana, Oklahoma and Texas markets
• Adam Brazauski — Business Development Manager
• 8 years industry experience in maintenance, service
and repair sales in the New York, California and Texas
markets
• Phil Esparza — Mechanic
• 9 years in the industry including new installation,
modernization and maintenance mechanic experience
in the New York City and Texas markets
• Kevin Harris — Mechanic
• 5 years in the industry, specializing in maintenance and
repair, 10 years in mechanical/hydraulic systems for
the United States Navy in Texas
• Sam Esparza — Helper
• Agreenhorn in the industry, yet, thirsty to "learn the
ropes".
EXHIBIT "A"
ORACLEv, _J
ELEVATOR
R"U ND ROCK, TEXAS
PURPOSE. PASSION, PROSPERITY.
ti''' 0
RACLE
LEVATOR
www,,oracleelevator.com
EXHIBIT "All
Oracle's Background
NATIONAL ASSOCIATION
E a OF ELEVATOR CONTRACTORS
• An Independent Elevator Company,
specializing in: ,,,
I ^
— Service & Modernization
• Largest Independent in the U.S.
• All technicians trained and certified via the
National "CET" program
• Servicing tens of thousands of elevators
• A+ BBB Rating -�-
BBB
• 400+ Employees
LCAPITAL Financially backed by L Squared Capital
Partners PARTNERS
ORACLE
ELEVATOR
2
EXHIBIT "A"
Locations • Office
Serviced area
Florida North Carolina
• Ft.Lauderdale • Charlotte
• Ft.Myers • Ohio
•Jacksonville • Cincinnati
• Miami • Columbus
• Naples • Dayton
• Orlando Oklahoma
• Sarasota' . Oklahoma City
•Tampa South Carolina
•West Palm Beach
Georgia Hilton Head
•Atlanta Texas
• Columbus •Amarillo
Savannah
Austin
Indiana • College Station
• Dallas
• Evansville . Houston
• Ft.Wayne . Lubbock
• Indianapolis • San Antonio
*' Kentucky Tennessee
•Lexington ..Chattanooga
• Louisville , West Virginia
Louisiana . Charleston
+ Shreveport
ORACLE
ELEVATOR
3
EXHIBIT "A"
Texas
Texas Coverage
OW
16 route technicians
20 repair/mod technicians
r • 7 Team Leaders (Troubleshooter)
• 2 Customer Service Associates
S New Business Development
Managers
24/7 Coverage
` r • Technical Support available
remotely 24/7
• Includes support for heavy repair
such as motor, rope, & generator
replacements
ORACLE
ELEVATOR
4
EXHIBIT "A"
4�
R
r
r � O
e, 1
,,sc
•
ZI
it
als 1 u F.R 5I1 y
lk
� � t
� 1
NonmProprietaryEquipment
• SMARTRISE Controller, GAL Door Equipment, Fixtures
• Substantially lower maintenance costs — -
• Serviceable by anyone a
• Complete parts availability and support
as r
HPV _
goC]
j r M
''. �A
SMRRTRISE
INNOVATION
INDUSTRIES INC
ORACLE
ELEVATOR
8
EXHIBIT "A"
Maintenance Programs
• Ful( Maintenance
• •Customized programs designed to meet your specific needs
• •Regular,on-site inspection and preventive maintenance visits
• •Service calls during normal business hours
• •Optional 2417 availability
• •All repairs covered
• Standard Maintenance
• •Regular,on-site inspection and preventive maintenance visits
-Service calls during normal business hours
• •Minor parts replacement covered
• -Major repairs and overtime service calls billed separately
• Limited Maintenance
• •Monthly or quarterly on-site inspection and preventive visits
r _ x
t �,
i
ORACLE
ELEVATOR
7
EXHIBIT "A"
The Oracle A
• Route Load maximum of 125 units per route:
• Guaranteed Monthly Service
• Inspections completed timely
• 24 Hour Emergency Service
• Field Labor Force
• Merit based company
• Only independent company using nationally recognized accreditation: CET
• 4 year comprehensive schooling
• All mechanics are licensed by the State of Texas
AP, ORACLE
ELEVATOR
8
EXHIBIT "A"
PartnershipBenefits
ORACLE
ROUND ROCK,TEXAS E L E
�/AT O R
PURP05E.PASSION.PROSPERlTY
• Complete and managed servicero ram
p g
• Staff and tenant elevator education classes
• Quarterly reviews with property managers
�
— Review service history
— Inspection reports
— Upgrade opportunities: cab interiors, capital
budget planning
ORACLE
ELEVATOR
9
EXHIBIT "A"
4 t ,
Referrals
Tom Williams Gregory H Galloway II
Southwestern University Alamo Area Council of Governments
1001 E.University Ave 8700 Tesoro Dr.#160
Georgetown,TX 78626 San Antonio,TX 78217
P: (512)630-6101 P:(210)362.5228
E:.david.nieIsen@transwestern.com E:ggallowav aacoe.com
Steve Harper
TXDPS-Austin Paul Tisch
5805 N Lamar Blvd Texas A&M University
Austin,TX 78752 400 Bizell Street
P: (512)423-4139 College Station,TX 77843
E: steven.harr)er@dps.texas.gov dps.texas.gov P: (512)809-2244
E: Paul.tisch@sscservcom
ORACLE
ELEVATOR
10
EXHIBIT "A"
CERTIFICATE OF INTERESTED PARTIES FORM 1295
lofl
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2018-406039
Oracle Elevator Company
Austin,TX United States Date Filed:
Name of governmental entity or state agency that Is a party tot the contract ror Which the form Is 09/19/2018
being filed.
City of Round Rock Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or Identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
18-036
Elevator Repair and Maintenance
4 NaWre of Interest
Name of Interested Parry City,State,Country(place of business) (check applicable)
Controlling Intermediary
Oracle Elevator Company Austin,TX United States X
5 Check only If there is NO interested Party. D
6 UNSWORN DECLARATION
My name is A , and my date of birth is
My address is l V I �i'� 5 free
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed InrA✓/s County, State of ,on the may of ' , Q�.
rnanth) (year)
Signature of authodz contracting ess entity
rant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1 of 1
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2018-406039
Oracle Elevator Company
Austin,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/19/2018
being filed.
City of Round Rock Date Acknowledged:
11/01/2018
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
18-036
Elevator Repair and Maintenance
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermediary
Oracle Elevator Company Austin, TX United States X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of ,20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711