Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-2020-0278 - 10/8/2020
RESOLUTION NO. Rm202O-0278 WHEREAS, the City of Round Rock has duly advertised for bids to purchase water treatment plant facilities pump and motor maintenance repair services, and related goods and services; and WHEREAS, Section 252.043(a) of the Texas Local Government Code allows a city to award a contract to the bidder who provides goods or services at the best value for the city based on criteria set forth in §252,,043(b)409 and WHEREAS, the City has determined that Austin Armature Works, LP will provide goods and services at the best value for the City; and WHEREAS, the City Council wishes to accept the bid of Austin Armature Works, LP, 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 Water Treatment Plant Facilities Pump and Motor Maintenance Repair Services with Austin Armature Works, LP, 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, consieredd and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 8th day of October, 2020. 0112.2020; 0045603 7 CRAIG MPRGA ,Mayor City of Round R ck, Texas ATTEST �v W� SARA L. WHITE, City Clerk EXHIBIT CITY OF ROUND ROCK AGREEMENT FOR WATER TREATMENT PLANT FACILITIES PUMP AND MOTOR MAINTENANCE REPAIR SERVICES WITH AUSTIN ARMATURE WORKS, LP THE STATE OF TEXAS CITY OF ROUND ROCK COUNTY OF WILLIAMSON § COUNTY OF TRAMS § 0 KNOW ALL BY THESE PRESENTS, THAT THIS AGREEMENT for the purchase Of water treatment plant facilities pump and motor maintenance repair services, and for related goods and services (referred to herein as the "Agreement"), is made and entered into on this the day of the month of RUiJND2020 by and betw n the CITY 0FROCK, a Texas home -rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and AUSTIN ARMATURE WORKS, LP, a Texas limited partnership, whose office address is 496 Commercial Drive, Buda, Texas 78910 (referred to herein as the "Vendor"). Is RECITALS., WHEREAS, City desires to enter into an agreement for purchase of water treatment plant facilities pump and motor maintenance repair services; and "invitation 00 0 V WHEREAS,City has issued itsfor Bid" the provision of'# sai*d services; and WHEREAS, the City has determined that the Vendor provides the best value to the City and desires, to procure said goods from Vendor; and into WHEREAS the p ties desire to enter this Agreement to in t forth writing their respective rights, duties, and obligations; 8 NOW., THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties, as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City *is Obligated to buy specified services and Vendor is obligated to provide same. The O(k153516tss2. a Agreement includes the following, (a) City's invitation for Bid, designated Solicitation Number 20-OOSREB(D2 dated June 2020 ("IFB"); (b) Vendor's Response to 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: (t) This Agreement* 9 (2)Response Vendor's to (3) City's Invitation for Bids, exhibits, and attachments, B. City means the City of Round Rock, I I iam son and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed, Do Force Majeure means acts of God, strikes, lockouts, ar other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texasor any Civil or military authority, riots,epepidemics, 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. ik E. Goods and services mean the specified services, supplies, materials, commodities, or equipment, Fe Vendor means Austin Armature Works, LP, its successor or assigns., i.Ul EFFECTIVE DATE, TERM d*1% As This Agreem nt shall be eirective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect unless and until *It expires by operation is of the term indicated herein, or terminated or extended as provided herein, is d%^ B. The term of this Agreementshal{ be for sixty (60) months from the effective date hereof. C. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor to supply the goods as outlined in the Part IV, Scope of Work, of the IFB, and the Response to IFB submitted by Vendor as described in Attachment A.* Bid Sheet in Exhibit "A." The intent of these documents is to formulate an Agreement listing the 2. both parties in the IFB and as offered by Vendor in its Response to responsibilities as 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 inAgreement as 'if repeated herein full, 4.01 ITEMS AWARDED; AND SCOPE OF WORK Items Awarded. All bid items in Attachment A,* Bid Sheet of Exhibit "A" are awarded to Vendor, issuedScope of Work,: For purposes of this Agreement, City has documents delineating the re i re qud services (specifically [FB 20-OUSREBID2 dated June 2020). Vendor has issued its response agreeing to provide all such required services in all specified particulars. All such referenced documents are 'Included in Exhibit "A" attached hereto and made a part hereof for all purposes. When taken together with the appended exhibits, this Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. 11 Vendor shall satisfactorily provide all services described under the attached exhibits within the term specified in Section 2.01. Vendor's undertakings shall be limited to performing at services for City and/or advising City concerni*ng those matters on whl*ch Vendor has been speciinflically engaged. Vendor shall perform its services 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, s.oi COSTS A. In cansideration for the services to be performed by Vendor, City agrees to pay Vendor the amounts set -forth in "Attachment A,: Bid Sheet" of the attached Exhibit "A." 'Be The City shall be authorized to pay the Vendor an amount not -to -exceed Two Mi0lion Seven Hundred Sixty -Two Thousand Five -Hundred and Na/100 Dollars ($2,762,500.00) for the term of this, Agreement, 6.01 INVOICES All invoices shall 'Include, at a minimum, the following information, A. Name and address of Vendor; B. Purchase Order Number; C. Description and quantity of items received or services provided; and 3 Do Delivery or performance dates. 7A1 INTERLOCAL COOPERATIVECONTRACTINGPUI tCHASING Authority for local governments to contract With one another to perfo certain including togovernmental functions and services, 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. t02. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and the City. Such agreement shall be conclusively inferred for the Vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently - negotiated "piggyback" procurements, 8.01 NON -APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question,, City may affect such termination by giving Vendor a written notice of termination at the end of its -then current fiscal year, 9.01 PROMPT PAYMENT POLICY Chapter2251 T Texas payment to In accordance with Government Code, Vendor will be made within thirty (30) days of the day on which City receives the performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Vendor may charge interest on an overdue payment at the '`rate in effect" on September I 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 Vendor, a contractor, subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late,* ar Be The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late, or D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement, 10.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor Of et is 1 determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to. the performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES is C*tyi exempt from Federal Excise and State Sales Tax,* therefore, tax shall not be included in Vendor's charges. 12A1 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Vendor shall meet all insurance requirements set forth Part II of No. 20-Oi6 and on the City's website at: https:/lwww.roundrocktexas.govlwp-contenduploads/2014/12/corr insurance 07.20112 pdf 14.01 CITY'S REPRESENTATIVES Is is City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: William Kinder Water Treatment Plant Superintendent 3400 Sunrise Road Round Rock, Texas 78665 512-341 -3134 wkindee�Ca�roundrocktexas.gov s 15.41 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to performhereunder, then demand may be made to the other party for written fe assurance of the ]intent toperform. In the event that no written assuranceis given within the reasonable time specified when demand is made, then andin that event the demanding partymay treat such failure as an anticipatory repudiation of this Agreement. 1b.01 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasingifthe specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, inA&M -0b,24aany, and th t it will not be considered therueft d rusement of the service and that it may not be considered "in future bids for the sametype of work unless the scope of work is significantly changed. Vendor shall be declared in default of this Agreement if it does any of the following: A. Fails to make any 'in full when due; WWA B. flails to fully, timely and faithfully perform any of its material abligations under this Agreement* 9 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 the United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Vendor. Be In the event of any default by Vendor? City has the right to terminate this Agreement for cause, upon ten (10} days' written notice to Vendor., C. Vendor has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City, terminates under subsections or (B} of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall IP discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts *insofar as such orders and contracts are chargeable to this Agreement. Within thirty {30) days after such notice of termination, Vendor 6 in shall submit a statement showing detail the goods and/or services satisfactorily performed under this Agreement to the date of termi*nati*on. C*Ity shall then pay Vendor that portt*on of the 40charges,if undisputed. The parties agree that Vendor is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorneys fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19A1 COMPLIANCE WITH LAWS, AND A. Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. B. In accordance with Chapter Texas Government Code, a governmental entity may not enter into a contract wl*th a poinpany for goods and servi*ces unless -the contact contai*ns lwr'tten from the company that it:*, (I}does not boycott Israel* and (2} will not boycott Israel during the terms of this contract. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the 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 w *t*ri ing and shall be consi*dered given as iff" in 1. When delivered personally to the recipient1ndd cesa stated this Agreement; or 7 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: Austin Armature Works, LP 446 Commercial Drive Buda, TX 78910 Notice to City: Laurie Hadley, City Manager 221 East Main Street AND TO. Round Rock, TX 78664 Stephan L. Sheets, City Attorney 309 East Main Street Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine '0 communications between representatives of City and Vendor. AND M' TIM22.01 APPLICABLE LAVTVT*g ENFORCEMENT VE..LIINUr.4 This f Agreement shall be enorceable i*n Round Rock Texas andiflegal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions in herein,, exclusive venue for same shall lie Williamson County, Texas. This Agreement shall be di 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 Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 24.01 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration including proceeding, 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 8 It 45 stricken provision with a valid provision that comes as close as possible to the 'Intent of the 11 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.Q1 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained,experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Vendor understandsagrees that time is of the essence and that any. failure of Vendor to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Vendor's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies, b deemed 40isAt 0Force Maj*eure. Neither City nor Vendor shall in violation of -his Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it *is not responsible as defined herein. However, notice of such impediment or delay in. performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken - together, shall constitute one and the same instrument. [Signatures on the following 9 IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Round Rock, Texas By: - - --------------- ------------- Printed Name, Title: ------------ ---- ---------- ---------- ----------------------- -------------- Date Signed: 0 Attest, 0 By: Sara L. White, City Clerk For City, Approved as to Form: Stephan L. Sheets, City Attorney Iq s&11 in Armature Work, LP B Y ...... Printed N e: a 7 Title: Date Signed:* 0 Q'- :a(TEXAS WATER TREATMENT FACILITIES PUMP AND MOTOR MAINTENANCE AND REPAIR SERVICES Lei k I ll` wl ... 11, 'I'llUllrll'" r ■r City of Round Rock Exhibit "A" Water Treatment Facilities Pump and Motor Maintenance and Repair Services IFB No. 20-005REBID2 Class: 93&62, 936-91 June 2020 WATER TREATMENT PLANT FACILITIES PUMP AND MOTOR MAINTENANCE AND REPAIR SERVICES PARTI GENERAL REQUIREMENTS 1. PURPOSE: The City of Round Rock, herein after "the City" seeks bids from firms experienced in the maintenance and repair of pumps and motors used in water and wastewater treatment plant facilities. 2. BACKGROUND: The City of Round Rock's collection and distribution water system serves the population of the Ciry'sresident Th City'ultiple water treatment sites and facilities 0 t treatmillionsof gallons in of water per day, Thepumps and motors that operate thle.,-aiu faciinies are crucial for treatment and collection of our system's water and wastewater; therefore, proper and timely maintenance and repair is essential to the City of Round Rock., 3. A SOLICITATION PACKET: This solicitation packet is comprised of thefollowing: • Part I General Requirements ...........•.............. .......................... •.............. SS Page(s) 2-5 Part 11 Defnitions, Standard Terms and Ct�r�dttions and Page 6 Insurance Requirements ..................................................................................................................................................................................................... ....... .... ....................... . Part lll,,,w Su lemental Terms and ConditionsPage(s) ....................................................................................................... 7&*9 ....................................................... ............................................................................................................ . ........................................................................................................ Part IV Sco a of WorkpPage(s) 1 0-ml 2 ...... .......... ................................................................................................................................................................. ......................................................................................... % Attachment A,,,w Bid Sh t Page 13 ...................................... •............. •.................................................................................................................... AttachmentB Refereece ePage ............................................................................................................. .................................................................................................. 14....................................y`wyWY . ......... AttachmentC"-w Su bcontractor Irefo tin r .. . ..... . . . .............................................................................................................. . . . . . . . . . ...................................o.............o... ............. ... .Attachme 9.... tD Ou P tirk naire ................................................................................................................................................................................ . ......... •...................................................................................................... Hage 16 o' tt chment E List of Puy and Motors ........................................................................ Pane I 7-w 19 Attachment F List of Locations ............. a 20 ONI ..................................................................................................................... 0 Attachment G Sample Work Order Separate Attachment ...................................................................................................................................... Attachment H Sample Invoice .................................................................................................................... Separate Attachment 4. AUTHORIZED PURCHASING CONTACTS: For questions or clarification of specifications, you may contact: Amanda Crowell Purchasing Technician Is Purchasing Division City of Round Rock Phone: 512-27 8-5458 E-mail: acrowelliM,roundrocktexas.ov N Cheryl Kaufman Purchasing Supervisor Purchasing Division City of Round Rock Phone: 512-218-5417 Email: ckaufan(a?roundrocktexas.gov The individuals 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, Page 2 City of Round Rock EXillblt "A" Water Treatment Facilities Pump and Motor Maintenance and Repair Services IFB Na 20-005REBID2 Class: 936-62, 936-91 MAY 2020 5, SCHEDULE OF EVENTS,*, It is the City's intention to follow the solicitation timelinebelow. ....................................................................... ....................... ............... .. ................................................ % ............................................................................ .... ............... ................................................................ EVENT DATE .............................................................................................. ............ ......... .................................. ...... Solicitation released June 4,2020 ........... ......... ................................................... ------------------------------------- --------------------------------- VVIb - Deadline for submission of questions June I 71 2020 @ 59OOPM .. . . . ............. . ......... ................................................................................................................................... City responses to questions or addendums ................................................... ................. Deadline for submission of responses .................. .......................................... Approximately June 19, 2020 July 1, 2020 @ 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: htts:/1g)www.roundrocktexas.,Qov/businesses/sol*Icl'tations/. Ramp 0 A 0 Questions shall be submitted in writing to the "Authorized Purchasing Contacts." The City reserves the right to modify these dates,, Notice of date change will be posted to the City's website: htto:/lwovw. roundrocktexas.�ovlbids. 6. SOLICITATION UPDATES,,, onsi Respondents shall be resn 0a$-%Qfble for monitoring. th City1S b Ite Lhtto://WWW ndrocktexas,,gov/bidfor 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. RESPONSE 12UE D E10Signed CAI qu t before 3000 PN���l7m and sealed on the due date noted in PART 1, Section 5 - Schedule of Events. Mail or hand deliver sealed responsesto: City of Round Rock Attn: Amanda Crowell 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 notacceptable. C. Responses cannot be altered or amended afteropening. 9 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 Respondents exp shall become the property of the City. 05% is 8a RESPONDENTREQUIREMENTS4,1, The City of Roundd Kock makes no warranty that this checklist a full Newt comprehensive listing of every requirement specified in the solicitation, This list is only a tool to assist 0 participating Respondents in compiling their final responses. Respondents are to carefully read the entire solicitation. Respondent shall submit one (1) evident signed "Original" and one identical -to -the -original 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 a in 114advised that the City will not pay for any administrative costs incurred response preparation to this IFB; I-W,-J J costs associated with responding to this IFB will be solely at the interested parties' expense, Not responding RFP/RFC/IFB.to this IFB does not preclude participation in any future Page 3 City of Round Rock Exhibit "All Water Treatment Facilities Pump and Motor Maintenance and Repair Services IFB No,, 2d-005RESID2 Class: 936-62, 936-91 MAY 2020 90 Foryour b1d to be resl2onsIve, addendums and the attachments 1"dentified below shall be subml*fted W&U0r Addendumse, 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:/lwww.roundrocktexas.aovlbids for any updates pertaining to thesolicitation. oSHEET. The bid response shall be submitted on itemized, Signed Bid Sheet provided Attachment A,*, BID in the solicitation packet, Failure to comofete and elan the bid sheet will result in disaua(ification. If there is a conflict between the unit price and extended price, the unit price will take precedence. Submission of responses on forms other than the City's Solicitation Document may result in disqualification of the response. The Res ondent is required toPprovide the City with their commercial company address and the site address where all or most of the work done for this contract will be completed. ,? Attachment B.9 REFERENCE SHEET: Provide the name, address, telephone number and E-MA1L of at 11 least three (3) valld 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 0 is in100Itany negative responses are received it may resuit the disqualification ofsubmittaf. ti Attachment Cs, SUBCONTRACTOR INFORMATION FORM: Provide a completed and signed copy of the SubcontractorInformation Form. Attachment D#,j RESPONDENT QUESTIONNAIRE (for evaluationj: Complete the respondent questionnaire and attach extra sheets and supporting documents as requested, BEST VALUE EVALUATIONAND-09Is --- CRITERIA: The City reserves the right to reject any or all responses, or to algal& in accept any response(s) deemed most advantageous, or to waive any irregularities or info amies 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 mayconsider. A. Purchase price; R. Reputation of Respondent and of Respondents goods andservices; C. Quality of the Respondent's goods and services; 9 t D. The extent to which the goods and services meet the Citys needs; E. Respondent's past performance with the City; F. The total long-term cost to the City to acquire the Respondentsgoods orservices; G. Any relevant criteria specifically listed in thesolicitation. H. This solicitation will be evaluated using best value criteria other than cost, the respondent must earn a minimum of 15 out of 40 points on criteria not related to cost in order to be considered for contract award, I. EVALUATION FACTORS - - 0 Total of 100 points assessed as follows: L Cost- 60 points total ii. Responses to Attachment D - Respondent Questionnaire- 40 points total Description of response time policy and procedure for emergency and non -emergency service calls (10 points) ox Description of company and individual work experience {20 points) v Vehicle and equipment list (10points) Respondents may be contacted for clarification of bid and/or to discuss details of the services and locations they are proposing. Page 4 City of Round Rock EXillblf "A" Water Treatment Facilities Pump and Motor Maintenance and Repair Services IFB No. 20-005REBID2 Class,: 936-82, 936-91 MAY 2Q20 * 10. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions, 4 W 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 o#the response be sto be exempt from the Texas Public Information Act. Pricing is not considered to be confidential under anycircumstances 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 infoit 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 information City, furnish sufficient written reasons and information as to why the should be from disclosure. The matter will then be presented to the Attorney General of Texas for final determination. 11. SUSPENSION OR, --- DEBARMENT CER?IFICATION: The provisionsCode0 of the Federal Regulations 2 CFR part 180 suspension and debarment may apply to this agreement, The City of Round Rack is prohibited from contracting with or making prime or sub -awards to parties that are suspended or debarred or whose principals are suspended or debarred from doing business with the Federal Government, State of Texas, or the City of Round Rock,, 12. CERTIFICATE OF INTERESTED --- PARTIES: Section 2252.908 of th Texas Government Code requires the successful offeror to complete a Fo1295 "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 Is Texas Ethics Commission website, printed, signed and submitted to the City by the authorized agent of the is 0 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:/lwww.ethics.state.tx.us/whatsnew/elf info form1295.htm MAN Page S Citv of Round Rock EXiIlblt "A" Water Treatment Facilities Pump and Motor Maintenance and Repair Services IFB No. 20-005REBIQ2 Class: 936-62, 936-91 MAY 2020 I PART 11 DEFINITIONS, STANDARD TERMS AND GONDITONS 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 4P of the solicitation, shall govern unless specifically provided Otherwisein 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 a City'swebsiteConditions can be viewed and downloadel from at: httas:/Jwww.roundrocktexas.qov/departmentslqurchasina! Prequirementsin INSURANCE,,, The Res ondent shall meet or exceed all insurance set forth Standard Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: httDs°! roundracktexas.,gov/departments/purchasing/ Please note that Items 1.3and 1.3.5.3 of the City Insurance Requirements shall now read as follows, Policies shall include, but not be limited to, the following minimum limits:, A. Property Damage Insurance with minimum limits of $250,000.00 for each occurrence, B. Automobile Liability Insurance for all owned, non -owned, and hired vehicles with minimum limits for Bodily Injury of $100,000.QO each person, and $300,000.00 for each occurrence, and Property Damage Minimum limits of $350,000.00 for each occurrence, All remaining insunce requirements shall remain the same. Page 6 City of Round Rock Exhibit "All Water Treatment Facilities Pump and Motor Maintenance and Repair Services IFB No. 20-005REBID2 Class: 936-&2, 936-91 MAY 2020 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. AGREEMENT TERM,,, The terms 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., R. 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 minimum qualifications. Respondents who do not meet the minimum quailcations will not be considered for award. The Respondent shall: in + 4A. Be firms, corporations, individuals, or nartnerships normally enaaged providing water treatmentplant 9- facilities pump and motor maintenance and repairservices; B. Have a minimum of five years of experience in the pump and motor maintenance and repairindustry; Ir G. Have adequate organization, facilities, equipment, financial capability, and personnel to ensure prompt and efficient service to the City,, The Respondent is required to operate out of a commercial repair facility thewith at a minimum an office, workshop and public parking. City reserves the right to tour the commercial facility prior to contract award to assure it will meet Cityrequirements. 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. Be domiciled in or have a home office inside the United States., Respondents domiciled outside the United States, or not having a home office inside the United States will not be included for consideration in this procurement process. 3. SUBCONTRACTORS': If Subcontractors will be used the Respondent is required to complete and submit with their bld response Attachment C* Subcontractor Info ation Fo 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 Contractorshall: 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; Re Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary insurance IV in the type and amounts specified for the Contractor, with the City being named as an additional insured; and C. Require that the Subcontractor indemnifyand hold the Cityharmless to the same extent as the Contractor is required to indemnify the City. Do 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, E. Provide a detailed and comprehensive list of subcontractor tasks if subcontractors will be utilized to work on pumps or motors. 4. 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; Page 7 City of Round Rock Exhibit "A" Water Treatment Facilities Pump and Motor Maintenance and Repair Services IFB No. 20-005REBID2 Class.* 936-62, 936-91 MAY 2020 G. 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, 5. WORKFORCE: Successful Respondentshall: 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. 6., 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, Prices for materials shall be on a cost-plus basis or percent markup over cost. The percentage of markup will be designated by the Respondent on the Bid Sheet, Invoices for work performed that required the purchase of parts shall require a copy of the Contractor's supplies receipt to be included, 7. PRICE INCREASE: Contract Prices for Water Treatment Plant and Wastewater Treatment Facilities Pump and Motor Maintenance and Repair Services shall remain firm throughout the initial twelve (12) month term of the contract,, A price increase to the agreement may be considered on the anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at no time can the increase be 11 greater than 10% for any single line item. inA. Consumer Price Index (CP1 Price adjustments will be made 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: htto:/lwww.bls.gov/cRil. B. Procedure to Request Increase, 0 increase L Mail the written price request with the 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 infoation and contact infoation for the authorized representative requesting the increase. Price increase requests shall bs sent by mail to,, City of Round Rock Purchasing Department Attn: Contract Specialist 221 East Main Street Round Rock, TX 79664-5299 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 Contractor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase, 8. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractors' performance at any time during the contract term,, 9. ABANDONMENT OR DEFAULT: A Contractor who abandons or defaults on work which causes the City to purchase goods or services elsewhere may be charged the difference in cost of goods, services or handling, if any, and may not be considered in the re -advertisement of the goods or services and may not be A� considered 'in future solicitations for the same type of work unless the scope of work is significantly changed. Page 8 City of Round Rock Water Treatment Facilities Pump and IFB No,, 20-005REB(D2 Class: 936-62, 936-91 MAY 2020 Exhibit " A " Motor Maintenance and Repair Services 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 Contractor 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, 11. ORDER CIUANTITY: The quantities shown on the solicitation are estimates only., No uarantee of an *49 y minimumor maximum purchase is made or implied. The City will only order the services/goods needed io satisfy requirements within budgetary constraints, which maybe more or less than 'indicated. 12. PEfi=: 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, Respondents to the solicitation will be notified when City staff recommendation of award has been made, The award announcement will be posted to the City's website at hops:Jlwww.roundrack#exas.aovtbusinesses/solicitatiansl once City Council has approved the recommendation of award and the agreement has been executed. Award of repair and maintenance work shall be based on Contractor price, availability, and pump model expertise. 14. POST AWARD MEETING: The City and Successful Respondents) mahave a post award meeting to discuss, but not be limited to the following: A. The method to provide a smooth and orderly transition ofservices pertormed from the current contractor; B. Provide City cantact(s}information for implementation ofagreement. G. Identify specific milestones, goals and strategies to meetobjectives. 15. POINT OF CONTACTLPOCI1DESIGNATED REPRESENTATIVE: ---------------- MMoom. � via &%- 16a BNTERLOCAL--P-URC-HASImGAGRE:EjviENTo A. The City has entered into Interlocal 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 tp other eligible agencies that have an interlocal agreement with the City,, so B. The City does not accept any responsibility or liability for the purchases by other government agencies through an in#erlocal cooperative agreement, Page 4 City of Round Rock EXfilblt "A" Water Treatment Facilities Pump and Motor Maintenance and Repair Services IFB No. 20-005REBID2 Class: 936-62, 936-91 MAY 2020 PART IV SCOPE OF WORK 1. Introduction: seeks proposalsThe City of Round Rock, herein after "the City" from firmsin the experienced maintenance and repair of various, pumps and motors used in water treatment plant facilities. Some of the major brands the City currently owns are US Electric, Flowserve, Liberty Pleuger sub, US Electric, Westinghouse, Gould, Peerless, Bryon Jackson, Xylem, and others,, While this list is not complete, it represents the most common manufacturers included in the City's assetinventory. 2. Background: The City of Round Rock's collection and distribution water system sethe population of the City's residents, The City' operates multiple water treatment sites and facilities that treats millions of gallons of water per day, The pumps and motors that operate these facilities are crucial for treatment and collection of our system's water and wastewater; therefore, proper and timely repair is essential to the City of Round Rock* 3. Service Requirements: Services shall be performed at the following locations: A. See Attachment F List of Locations., B. The City reserves the right to add or remove locations and equipment to the resulting contract as they come online or are decommissioned. 4. Contractor's Responsibilities- ---- I ------------ A. The Contractor shall: 6 in 19 Schedule all requested maintenance advance the City's point of contact, Maintenance shall be performed on equipment only when requested by the City as most of the regular maintenance is performed by City personnel. Maintenance shall include but not be limited to: a. Sight glass replacements b. Horizontal motoralignments c. High-speed coupling re -greasing d. Inspecting and tightening motor lug connections e,. Repair or replacement of cooling lines fo Amp/vibration checks on motors, g. Oil or grease changes for bearings, h. Packing replacement and adjustment ii. Check in at administration buildings, when applicable, so theplant may and communicate with other affected plant personnel, code-compliant6iii. Maintain first -aid kit, accessible to their while working on City property, iv. Coordinate with the Plant Superintendent or delegated contact for Lock-out/Tag-out (LOTO) of equipment,. V* Complete pump/motor repair and rehabilitation at the City's Water Treatment Plant (WTP) Wastewater Treatment Plant {WWTP), and additional locations as needed, Work will include, but is not limited to the following: 1) Mobilize equipment and materials for job site preparation including, but not limited to: a. Traffic control, if applicable b. Sanitary facilities, if applicable 2) Staging of equipment and supplies; 3) Remove existing pump or motor and related equipment for transport to Contractor's shop; 4) Repair and assembly of pumps and motors or full replacement, as approved by the City; 5) Reinstall existing pump assembly and connect to motor; 6) Reinstall motors correctly to fully operational condition at the corrsctlocation; Page 10 City of Round Rock Exhibit"A'I Water Treatment Facilities Pump and Motor Maintenance and Repair Services IFB No,, 20-005REBID2 Class: 936-62, 936-91 MAY 2020 7) Restore worksite to previous condition; 81) Furnish the City with the 'Itemized record of repairs for eachjob; vi. Provide all labor, tools, equipment, and all incidentals required for the complete and satisfactory pertoRnance of maintenance and repair of City's pumps and motors;vii. Shall provide their own crane services as needed or have thnto athe proper lifting mechanism, to complete the install and removal process of pumps and motors. viii. Be responsible for all debris removal resulting from theirservices; ix. Provide quality work performed to the standards of the pump and motor repair and maintenance industry, individual manufacturer requirements, and complete satisfaction ofthe City; xv Provide original equipment manufacturer (OEM) parts when available or Darts that are approved for use by the City riot to installation. The City prefers OEM parts for all repairs but in an emergency situation the Contractor is to contact the City Point of Contact to request the use of aftermarket parts, Aftermarket parts must be approved PRIOR to installation, xi. All pumps will require start up testing that will be overseen by the City staff to ensure proper pump function, xii. if Perform all work in accordance with the City's plans and drawings, provided, Any issues or 10 discrepancies with regards to City plans shall be brought to the City's attention immediately and resolved before continuing work, xiii. Provide written work estimates to the City's point of contact via email for each project in advance of Is beginning work. The estimate shall include labor, equipment, parts, and materials required to perform repairs. Work shall not be initiated without the City's consent and a formal PO number. dwdn" xiv. Is Perform service requests within the timeframes listed below: Normal service .are requests that are but will not stop normal operations. Emeraencv service requests are request for repairs that,is if theissue not resolved quickly, will stop normal operations. 1) For normal service requests, Contractor shall be on site within one business week(5 working days) from initial call out, Additional time may be allowed if the City agrees with the request. 2) For emergency service requests, the Contractor shall be on site within 24 hours to pertormthe required tasks, including afterhaurs, holidays andweekends. xv. Work in a support role along with Water and Wastewater nersonnel by prov di r d t and advice that would benefit the City concerning equipment, design, and install xvi. Conduct a root cause analysis (RCA) for as -found damage to pumps, motors, or components., xvii. Warranty all parts and service for a minimum of one year, unless manufacturer warranties exceed one year minimum, xviii. Refrain from tobacco product use while on City Property, xix. Work shall be considered complete by the City when the pump, motor, or components serviced are operating within normal parameters, IE: temperature, amps, volts, GPM, RPM, If the City determines that repairs made to any component do not meet normal operating parameters, the contractor will make any necessary corrections needed at na cost to the City,, B. Communication Communication is vital to the City of Round Rock,, The City requires timely communication throughout the entire job process,, The City understands that lead times can vary depending on the size, manufacturer, and difficulty of the required tasks. At a minimum, the City expects the following communication, Page 11 City of Round Rock Exhibit "All Water Treatment Facilities Pump and Motor Maintenance and Repair Services IFB No. 20-005REBID2 Class: 936-62, 936-91 MAY 2020 it Work Order Estimate- Provide City POC with a repair assessment that details the hourly rate and Is the replacement equipment cast -plus -percent prior to commencement of the work unless otherwise indicated by the City. 0 ii. Work Reports- Contractar(s)shall complete and furnish a work report for each project., A copy f each work report shall be presented with time and material used to support the cost assessment on the final invoice. Reports shall include, at a minimum, the followinginformatian: 1) Location of the wor{csite; 2) Date and time of arrival at worksite; 3) Time spent for repair; 4) Date and time work at location is completed; 5) Part(s) ordered, hourly labor rate with quantities, and equipment rented, if necessary, 6) Freight at Contractor's cost; 7) A detailed description of all the completed repair work certifying the pump or motor is in working order shall be signed by the City's designated representative at the time the work is completed 8) See Attachment Gm Sample Work Order 5. Documentation -Along With estimates of all work performed the Contractor needs to be as precise as possible with all appropriate paperwork., 0 Io Job status- If any job requires multiple weeks of repair, the City will require a status update by phone or email on a weekly basis, the City reserves the right to call at any point in time during this period to request a status update, 66 lie photographspurposes. PhotoaraPhsm The Cityrequires of all failures for audit shall be It attached to all invoices, iii. Lead time estimates- The contractor shall have the ability to meet the deadlines agreed to. If unforeseen issues arise that may conflict deadline schedules, the City is to be notified as soon as possible. iv. Invoices- The contractor shall submit accurate and appropriate invoices to theCity's point of contact for review and acceptance (See Attachment H-Sample Invoice) V9 Purchase Orders- Purchase order numbers shall be referenced by the Contractor on all invoices and documentation. vi. Delivery -wo No delivery shall be made without the City's consent. Deliveries shall be scheduled in to advance at least 48 hours prior to the expected receipt of product. Deliveries shall be made within plant working hours Tam- 4pm Central Standard Time., The City will not accept deliveries on City holidays or weekends unless otherwise agreed. 6. Citv's Resnonsvibislities W-aw------------- ----------- The City Shall: io Confirm scheduling of work to be done ii. Provide local vehicle parking and access to the work areas. If suitable parking cannot be furnished by the City at the plant, the Contractor shall make arrangements for off -site parking and transportation to/from the work site, iii. is Provide access to location where service required. iv. Ensure area of work is free of safety hazards, ve Inspect work perfo ed to ensure compliance with the scope of work. 11 vi. Provide Contractor with most current list of pumps and motors requiring service. (See Attachment F) Vile When available, provide Contractor with drawings as requested by theContractor. viii. The City will have pumps pulled/removed before the Contractor arrives onsite. Page 12 City ofi Round Rock EXhlblt "All Water Treatment Facilities Pump and Motor Maintenance and Repair Services IFB No. 20-005REBID2 Class: 936-62, 936-81 MAY 2020 ATTACHMENT A BID SHEET 1. ATTACHMENT Am,,, BID SHEET is posted in Solicitation Documents for IFB 2a-005REBI0 Water Treatment in Plant Facilities Pump and Motor Maintenance and Repair Services an Excel format on the City of Round Rock website at: https:l/www raundracktexas govJd A. In order to be considered responsive Attachment A"o Bid Sheet must be completed, signed by an authorized representative,and returned by the deadline for submission n response indicated in Part I Section 5 — Schedule of Events. B. The Respondent, by submittingand signingAttachment A �B4 Id 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 termstherein. Page 23 Exhibit "A" 6 WOW Troomm wwwowmew U111,1111- ollco MW -- -------------- sun nil I by lh* Idwo - -float+,Jgpnw AR Waft TIMobwm R�t�r �d r ad 66 -MM lftp* -8 1 TM Re Irl 11 WII Pik P-1 -A-- - ilow olow 111111 f� 1-1 h a pill 111--- r a owes v by ronfin Is li aid b be bouw by newAAAftft Inft of go did ot be Ainb bmA k1w b &V or#* A.&A " I MjjgA*_ III " Gift lam.MAN WCWNMFVU" bo, 'elm ir* W, — W .......... . -------- - ----------- i. ..... ..... I a -------------- ------ ------------------------- - ------ Mp I pq ------------- -- ---------- ---- ------------ ngpom ... .. . .... ......... .. ........... ........... ........ .. .................... ... ... . . . ....... ... ......... .77 ........... . . .... ...... .. ......................... ... ... ..... ................ ... ... . .. ..... ............. ... . .. ...... .... tl�.�11 . ........ .. . . .. ....... .. ......... ...... ........ ........... . ...... ................ ... . .... .. 20� w RM %$Weft ........ ....... . ..... ---------- A a 4 wono 1 l'! 04 ANN pop it AA.A 6"MM .96&.ft 1' WOW Rw raw& mft Ir 807"M W-11 10 j 111111111119:bu &A Is IRAN man 13 usmdw M 1 GOUM ti it - --------------------- Mile nil ~NWOONM - ------------- 20 IshIMMA" wway ------------------------------- Maws OW�s q� e�s�/ � in It, I I % —=% — -- ----------- --------------- M-4. N Pin N" 22 " fA*ai*_ 0"40. N" , ms 6F� W-or bit le kv 'I is ,IN 0 0 gas *ft I Iii All (is Pam" Md ffado-M—d". W to .M*" 2MM Noift #41nm OF AURIDR= KAWS, a gemw City of Round Rock Water Treatment Facilities Pump and Motor Maintenance and Repair Services IF6 No,. 20-005RE6102 Class.* 936-62, 93&91 MAY 2020 ATTACHMENT 8.0 REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: IF820-005REBID2 w�l __ - _-M ---------- - - - --------------------- RESPONDENT'S NAME: AustinArmature Works, Lp ----------- --- DATE: 06/19/2020NNESIMMON� Provide the name, address, telephone number and E-AIlAiL 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 San Antonio Water System (SAWS) Name of Contact Velma Paniactua ---Title of Contact _ Manaaer,Maintenance & Rel*ab'li i Lj"ft Stationn O&M E-Mail Address velma.panfagua@saws.orgPresent Address 15103Capital -Port Drive City, State, Zip Code San Antonio TX 78249 Telephone Number 210) 233-3347 Fax Number. ( ) 2. Company's Name City of Schertz MUNWHOM- - ------ - ------ - Name of Contact Eber Busch ----------- --- --- -- ------ Title of Contact -- ---------------- - ------ Supervisor Water / Wastewater EmMall Address memo169H --------- --------------------- --------------------- ebusch@schertz.com Present Address 10 Commercial Place Bldg #2 ------------- City, State, Zip Code -- Schertz, TX78154 Telephone Number - --------- ------ - ------------ --- - - ----- ---------------- ---- - - ------ 210 819-1800 Fax Number: ( ) on - I-pn 3* Company's Name CityTaylor o�f� Name of Contact Mark DBufi#y------ Title of Contact Supervisor - --- -------------- E-Main Address mark.daur►ty@taylortx.gav -- -------------- ------ --- ------------- -- -- Present Address 1201 N Main City, State, Zip Code Taylor _TX 76574 Telephone Number (512) 650-5296 Fax Number: ( j Nommovewwom Now"ftess" FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Page 14 A% §t aved papaau se saBed jeuol;appe ppy - - --- ------------ --------- - ------------ pauuoyad eq ol Niom % ;aea1uo3 10 a6e�uaaJad Popeou U84M SGOIAJfSS Guejo ep!AOJdpauuoliad aq oi)pom;9quosqCj 6L9Z-ZlE Z69 xeA £L9Z-Z4Et ZLS ) jagwnN auoyda0a1 OL9EL X1 epnEl spoo diz leieisIA:po NOWeAoC) 66uo��nqu�sl0SSISippv - -- - ---------- mmm -------- woo*sauejoopaGoosa skew ------- - -- --------- ------ W-11-MM-MM ------- ---- ----------- ssaJppy 1ieW-3 sales IDe;uo0 10 ajil1 ua eyura;S NieW ;3eauo3 10 aweN ------- ;uawdinb3 pue saueao opagoDs3 eweN Jo;a oz - ------------- paad aq ol Nionn I ---------- WIM ------- ----------- 9, eto 9 Gael;uoo 10 aB uaauad pauLopad - - ---- ----------- aq al Bonn aquosap ------ -- 9SL0-998 908 --).,,j;aqwnN xeJ LLSB-LL6 4 8B8 jagwnN auoydalal Z8E6L Xl 43JoUIoM A& apoC) d!z 1,91olS 14!:D • L6 ssajppy woo'oui na wnd *jIlk" ssaJPPt/ I1eW-3 Pe;uoC)10 away *oui--dnojE) dwnd awed jo;oe4uoogng •� nnolaq uopeuLo;ui ay; a;a1dwoo s9A11 Sa9 13VNIN03 SIHI NO SH013VUlNooens 39nOl aN31Nl !'S3A OIV 1D1M1N0D SIHtNO SaO13Vlt1N0o8fiS 3Sf110N lllM I "ON =SN011oBmS' OZOZ/6L/90 '3jda al - sNjoM aan)e y uilsny *SWVN SAN3aNOdS3ti Zat83 50 8dl �b38Wt1N NOt11/113IlOS 3SNOdS32! N01111113i10S 3H1 H11M WHOA SIMl NaR13a aNt/ 3131dW03 WHOA NOItVWaOdNI 2l013VHtN0o8fIS 3 1N3WHOV11d ozoz yew 16-9E8 'Z9m9C6 �sse10 ZQI8323S00.OZ 'oN 8di sao►mag nedaN pue aaueua;weW jo;ow pue dwrtd said:i0e.4 Iuaw;eaJ., Ja1eM Mooa punob jo /4t0 11cl! x HVII v 0 It it q 3 Exhibit "A" City of Round Rock Water Treatment Facilit(es Pump and Motor Maintenance and Repair Services IFB No. 20-005RE81D2 Class,* 938-62, 936-91 MAY 2020 ATTACHMENT D RESPONDENT QUESTIONNAIRE 40 Points Name of Business, Austin Armature Works, Lp Physical Address of Headquarters 4HQ): 496 Commercial Odve Buda TX 78610 Commercial Repair Facility Address:f dftrent1address HQ) 496 Co merclal Drive Buda TX 78610 * M-W ------ .. t. on a separate sheet of paper describe your m an 's oil y I ProP2 durm1br respon dilifing to nonoemergencyseMce requests, ernern,,encvservice requests, and confi that your company n meet City of service response requirements outlined in Part IV, Item 4.A.xiv. (10 Points) At Ift mice,Is 2. Confirmthat your Company operates a commercial repair facilityw�hat a minimum an workshop and public parking, (Circle below) YES NO 3. Number offulMttme employees that are eligible to work ort City of Round Rockprojeds: Number of Employees: 42 � ' 4. How many years has your company been maintaining and repairing pumps and motors for water plants? Number of years in the commerciaUmunicipa! Pump 00 and Motor- Maintenance and Repair business: S. A Comprahenslve List of Vehicles and Equipment (separate sheet of paper)" (1O points) At a minimum Include listing of Equipment & Vehicles Make/Model Descripfion and Quantity 6. 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. (20 PciMs) * Describe recentcompany work expedence (completed In the last 3years)fbr A Company Work Expedenc. a at least 2 commercial or municipal contracta for pump and motor maintenance and do 4 B. Individual Work Experience: Include the resumes of the owner and peisonnel who will complete the pump and motor repair and maintenance,, Indude suppor8ng such as licenses, If applicable, and years of experience of pump and motor maintenance and repair, Page 16 Lo"cationS Au . st'll"n Armature Works 1maintains 2 locations , Ii n t Buda, TX and one in Taylor, TX Austin Armature Works- Repair Shop 304 Commercial Drive Buda TX 78610 ,� 4 Austin Armature Works- New Sales/Application Facility 496 Commercial Drive Buda,, TX 78610 Taylor Armature Works -Repair Shop 22201 US Hwy 79 Taylor, TX 76574 M. M.g... www,aawems.com Solutions Based Austin Armature Works takes pride in being a solutions -based company. We have the capability to look at an entire system, including pump, mechanical system (valves, piping, etc.), motor, and electrical system, to determine a root cause offailure. Our pump specialists, controls specialists, and motor specialists work closely together to determine the best solution for the application. We have capabilities to develop system curves, fluid velocities through the system, and compare them to the pump curve/muti-speed curves to ensure proper operation. Our Manufacturers We are a direct source with many different manufacturers for pumps, motors, and controls. We work closely with them to provide our customers with correct infdrimattion on lead times a'n'd build specificatfbns. The list of manufacturer's we represent grows every year. The list includes: , LU -M P—S Motors ControlsjVFD s Others Teco Westinghouse ABB VFD"s/Softstarts U.S. Seals Weg ABB/Baldor North American Tech Top Leeson Marathon Weg Eaton North American John Crane Sterling Electric Maska Love.loy Overly Hautz SEW Eurodrive We maintain a full list of suppliers and distributors that we work closely with to supply our customers with proper solutions. Repair FaciiitY Our repair facility stocks many of the parts required to repair pumps and motors, including ball bearings, mechanical seals, gaskets, packing, o-rings, etc. We also stock raw materials such as bronze bearing material, pump shafting, bronze and stainless stock for wear rings, key stock, and other raw steel for manufacturing purposes. Our skilled machinists can manufacture parts as needed to help expedite a repair as required by the customer. US-SoS, Itng ALbo , www.aawems,.com Exhibit "A" SAW4WA Pumps Motors Controls 2 Austin Armature Works LP 4/y SUPPOt 304 Commonfal drive, Bud*, W TMO Pharr (512)312 0084 Fox (312)312 0988 cail: 1M. .......... Aft Capabilities AAW Facilities 0 Endmills.,- Both of our endmills are equipped with DRO's. Exhibit "A" ''� 3. Fluke Power Monitor: We have in#ergraded a Fluke Power Monitor Into electrtc motor test stand, It allows us to simultaneously look at voltage and current of the motor as It Is test run, The meter allows us to provide our customers with a printed test run report as needed, 4.6 SKF Laser Alignment Tool: Our laser alignment tool Is capable of producing before and after reports/images of your alignments. • Aft verhead Cranes: Our overhead crane system Is rated at 10 tons (20,Oim Ibs} and services our entire shoo work area. We are also equipped with gother small jib cranes ranging from 1 to 3 tons for smaller lighter lifting, Exhibit "A" -M agoft i. • Special coatings: We are capable and exPerienced at applying s,n.ecialized castings on pumps, impellers, and outside h.ousln9s. We stock ceramic NSF rated coating that we specifically use in pump applications (mainly for municipal water supplies). We stock 2 part epoxy paints (exterior of pump). We have available and are experienced at applying other coatings such as coal tar epoxy and 3 step marine duty epoxy an option for our customers. • Flow meter: We have 2 portable flow meter to test for pump flow. CertaA? in smaller " pumps may alsd be tested in house for flow and head. � ons.te servi*ce, We are currently operating 8 service trucks with qualified technicians. Two of these trucks are outfitted with 7200#capacity cranes, welding machines, compressors, and a full set of hand tools. Our newest service truck is an F750 outfitted with a 12000# crane, welding machine, air compressor, and a fait set of hand toots. AMRS&L • Pick up/Deliveries: We have multiple qualified drivers and delivery trucks. Our largest truck is a class B bobtail truck (Peterbulflt),r_: capable of hauling 40,,000 lbs and is equipped with a 28 ft bed. We have several smaller trucks for transporting smal6 ler equipment. ✓>: Exhibit "A" w Pumpstors Controls 24PSUPPM Austin Armature Works L . 304 Commercial drive, Buda, N 78640 Phone (11 Fax (512)312 0988 S. Process V.S. s"Mem [ :< MSHI �` kr.. 3�¢' .t ..An-.UNAA&l %SSW-, Upon acceptance of the quote, AAW will order parts and begin the repair. Our management staff will evaluate each repair and assign the repair duties to the most qualified personnel. • The staff of AAW will do everything within our power to ensure the an -time delivery of the equipment, butif there are any delays in the repair process the customer will be notified immediately. • Any changes that need to made to the order can be done verbally orin writing. AAW will make any changes needed to meet the requirements of thor'ocustomer, Agreed pricing per the pricing schedule will apply for the materials and labor in the protect. • Upon completion of the repair reports generated by our shop staff will be prepared and bound by our sales staff. The customer will be contacted to schedule the delivery and installation of the equipment as necessary. • After the equipment has been delivered or installed and invoice for the agreed repair amount and will be sent to the city. G. Emergency • With an emergency call out, our on -call personnel has one hour to respond to the customers emergency via phone. Once we receive emergency call, or on -call personnel will try to get as much information from our customer as possible, such as; location of the site, type of equipment (pump, motor., VFD,, control panel, etc.j, the issues or the S%ervicen9%eded. Wewillthen determine if other qualified technicians) are needed to send for proper evaluation. Then the on -call employee(s) head to the site. • Once services are completed, a Job report when be done describing what the Issues were and what was done to resolve the problem/emergency Exhibit "A" 4 Aw iN-I .rs Controls Pumps Moto Austin Armature Works, LP 304 Commercial drive, Buda, TX 78640 Phone (512)312 0083 Fax (512)312 09W c4ifff"' 1M 36 SM .......... Repair TechniIanLShop www,.aawems,.com Now - IV Report template and saved to the job. Vendors are contacted for pricing and availability on parts. A quote for the repair will be assembled and delivered to the customer. Task 7 -Notice to Proceed. Apre-repair meeting will take place between the shop manager and all employees assigned to the project. The repai*r specj'flcafl*ons provided by the customer wi*11 be reviewed with the e la.... yeesandPspecifk duties and responsibilities will be assigned to Insure a coordinated effortthat meet_eachof the repair specifications, Any 16 deviationrequired ation frof the specifications will be cleared by a the eustomer prior to performance. At this point, parts are ordered. OEM parts are used whenever possible. However, in the event of unacceptable pricine or availabill't 1 com--Parable aftermarket partss might be used,, UNDER NO CIRCUMSTANCES WILL AUSTtN ARMATURE WORKS USE SUB- STANDARD OR GREY MARKET PARTS., ONLY NAMEBRAND BEARINGS., SUCH AS SKF, KOYO,VWWWW TIMKEN,FAGOR REIUK WILL BE USED. ONLY NAMEBRAND SEALS SUCH AS U.S.SEALS,BERLISS kill D Qu NTU h I Task $ —Reassemble. The pump is completely reassembled, and tolerances measured, painted. process &NOWOM&A.,Mh.Pu P w1*11 be Notes fro the are compared to o"nsure that the pump IS configured exactly as when it arrived. permitted)hd&Task 9 e�Test. Flanizes will be bolted on to the *%u whenalld thepumplow tj P ( will be pressure tested. If any leaks are detected, repairs will be made and pump will be retested, ON to Task 10 ftm Delivery., A delivery time is arranged with the customer to Insure that the pump deliveredis to the customer at an agreed upon ti e and at the custo erb" convenience. WORK EXPERIENCE Ausfin Armature works maintains several municipal contracts similar to the contract being offered by the City of Round Rock. 2) SAWS (San Antonio Water System): We were awarded the submersible contract with SAWS in 2015, and currently still maintain the contract. The services we have provided under this contract include: a. Rewind, recondition, and repair of submersible pumps b. Replacement of pumps with new c. Design services to upgrade pumping capabilities d. Rush repair services 4) City of Schertz.- Pump and motor repair services Contract awarded 201-present 5) Austin Energy (City of Austin), Electric Motor repair/replacement services Awarded 201-Present --------- ----- of Ubor Sal A�' Im. www.aawems,.com . . . . . . *rofessional License List Professional and Manufacturing Certifications An- www.aawems.com: ------ ------- ?._ k.§#Rkm■M of Labor. ¥MhH » � / § . � .. �" +\ 'R }. . d< A� �� �� �d %� w ~ . a. �°�es a \ &> ~ ., . <� , © . a �e« -Xi% VISION::.... OWN ------------ ............. ........................... 0 Z 0 i:: NO ............ N............... :X X . ..... .......... ........ ........ .......... .......... ............... ............... ...... ..... J_N: wy R%X X41 0 ................. ................ ........... ............ ................. ...........�:.::X .......................... M ........... ....................... ............................ ........................... .........*. ..... WN". :::X. X ......................... ............ ............. X, ;ix ..................... ........ .................. ............ ............. ....... ................................................ ...... X.: 51L .................................. ........................ IX ................................. .............. ............... ..... .....:i*b, is "ni$ ........... :.X ............ ......................* ........................................ .......................... .......... .. .............. .............................. ... ....... .................. .......... ......... .............. nx. ........... ........... .... .......................... K" ... ............... Mm i kii; t7w .......... ... X .......... , K: :.:. ........ .......... .......... .............. ........ .. ........ .. ........ ................. . ......... ...... ........ ....... ............ ....... ...... .......... ......... ............. ...................... ....................... ................ "xi X ........... ................ ........ ....... ...... .................... ............. .......... . ..... .... ...... ... ........ ........... ....................... .......... .......... X ................. ........ .......... ............................ X X, ....................... XX...X X.. .......... .:: :::::::;:::::::::::::::: -...-, -", .......... .. ..1 : :................ .............. ................I.................. . ....................................... ..... . ................ ............... ....................... .. .................. .. ........ . ........... ........... VON .............. iii, .............. ......................... ......... ............. ........ ... ......................... ...... ................ ........... ...... ................. . ...... ................. ......I....I.... ........ ............ ............ ------- ..... ............. ............ .................... ............... .....I..... ....... ........... ................... ....... ........ .............. ....... ........... ...... ......... ............................... ............ .......... ................ ...... ........ .................... ----;.. ........... ................. ........... ........... ....... ........... ...... ...................... ............... ......................................... ................ ........ ......... V X., ........... ............ ....... .... ... W,al, X-::.X.X- ... .... .......... ............ nx., .......................... ............ -.0 1 "Mil: X" ................ ....... .... ...IR.... .......... . .... ... X ............... ............. . ........... -X-XXX. ...... ....................... ................ ........ .............. ...... ................ ....... Nk .............. ........ ..... ........... ........... ...... ................... gmga- .......... ........ ............................ X, ............... ............. K:ii ............ K-g .....- ........ ........ .......... .......... ............................ ................... -x. ......... ... ........... ............. z ............... ................... .......... ............... -N g% ................ . ......... .... .......... ............ .-Ox:�- X., ....... ffi - .�11 W; K� ............ w . IN ..... I,,WE iiiiig ................ ............... .......... X-- RE:i� ................ .................. .......... .......... Ix Kii% ............ I...M ............. :ZOZZ: x x......... -,....... MM ................................i! ..............!:il - ........... .................. Rw :i?,%,ii"" . . . X:IX............ �:i............1%......... K,% El. g e A00%.�� -X-M .......... ............ gi, > xI51'j:ii% pl: ........... .......... .%44K�. X: �g g, .......... I..... nx:, ,i*,f;i,':%:$%V .02" )"Z,::::Z: �:nx, . ............K" ii5;"0�.Z ;K� X*":::::"1:. 'Kii ......... X%... X............ -Im.11,11"................0'.. Ix *X,:Kf.*K MI. ......... �I Z"NO-o.m. ....................%..,. :oc ................ x %........... ...................... "KZ.:.�::W Z:I Ix,... x X, .............. ..............:::. ........... ........ ... .............. x, x 1. X ................;::::::::::Z .......... ...................... .... .. Kw .......... ... .......x .... ................. ................. X. ................... X. V% .%.......... . ......X..".. .................... .................. ............. x ..................> ............ .......... .......... ................... . .......... MON.,,- X: X X x-........ ............ x M_ ......... X K15 > .......... Xv xox� IN .................. r"V -X lZ ............... .................... X ... ......... x ........... %,Z ----------------- ------------ IME M11, "K, W ........... x xx 'm X gxffi, ................. X ........... .............. X. ............ ............ ........... ......... X......... ............. X. ................ .............. Exhibit "A" Table of Contents SAFETY mAN L POLICY STATEMENT SAFETYefete•sersase• s3 s/•w•rawrt•rta!•rswrsstt•ts•esesswrsss•rsttsetrss•swsstratsssstssasrrrrattsrtarasraswarr/aaeswstars OUTLAND RESPONSI BI LITIES•wses r ar4 • w stteras•sessswsalssRseestwrtee►wwerswaw•swtssar• ***a too*** ADA BnMSIVE BLASTING..... *Rosa* go* 060090*0 4660199 *a •f•Or••s••a•slt�+!•!►♦�1Sfi�!••!•*dli♦♦rwa•tstartawast+f�Asf/••swsi�lewMws�•••tirswekt/s! •A AERLIFT. IALS ••atwt •• t t.satswswleoswsw•e!t•attltrattttl�••Mrwifsi•s•t•es•seat•sswsawtstesl••as•esieaairwtrsrww•wsa•�dlsewes•stswtw*»arawa•e••*tss•t!•ttttRt,Ats 14 ASSURED EQUIPMENT GROUNDING 6000046' 04*04*00 06*00 saisseitt*••trtts•trtsear BEHAVIOR BASED SAFETY-m BBS, er• 04,4141410 rwss•• set aso, 0001#00 BLOODBORNE 'r ,` •••-4•els*•s•�.sw•sslws•w!•b•sefsa/s�t�w•� .3 PATHOGENS •sa•eMaswr•••r•r• 8°�, •swwsraswa4esw«wMssRswwswissws•arras•srwase••w•••••wiweswsweewwstss � s � re►ifas•swwtsrssselsrwtir 24 COMPRESSED siota ! ago oswssles*ertdee r29 r Mrfswt•*•wfs•rt0e90e0s9600e6w0+68+e0000014101•a0600 CONFINED'CiDAM *00*0 1604100* go**** sees* 004000000 00*00 so mosses 32 werwase•aasewarerwawtowt•w•swswtws4sasswawe•srswess$w• CRAN , •• of ••4V•ssa•s'/er•wws••ras••!.!•asiR•••••Aeswawwiswsw*f••et•f•sf•• aR•eA�•fessfseteters DISCIPLINARY PROGRAM. s go* 10011610a 0*00 so** *00000 04040, 00 Pots ****so* **am**** 444 4•�►+tae►tss.sw•s�s � DRIVINO'k; SAF Aifli*trflv81 tsar•ft•tselfssssRitltss•esse•••set•saws•�ejeese••s•ese•raa.s•r,s•aiwa*eifrarA•reer0arlaiwis•itat•ossssstso•t•••+esst•s8stssA!•tt au"RUG AND AL%owhOL POLICY ate tsstss re rR• e•• rise / *to see •st•/ so* 110tss•a•ififA•••it••wi•e• sees rNw•wA•s•+see+swaeaawea•aas•/!•s••ieaa•• 84 EMERGENCY ACTION PLAN........... 9000 0 00,00*04' 0 0 $004*0 90000090 4 0 0*0 #009 06*0090 **a **6 4*0 04 a 00 wssvitseses•wears•srw•rs•sRawta*••ws•e•tr•rs•w 93 FALL PROTECTIONR awsareir•ewarr«Mw w110 «w •s••srsw«ss••rswtsioewssaareessw,�rss'saRarr•sseoesnsa••res•tewao••r•sssis*ssasreeawaseessrs•sia FIRE PROTECTION/ m 0" EXTINGUISHERS......•rwRswawar•arterwasewwisirwrrae/•aeeeare•siws••r•oseswsr•iweeiwre•weaworewwwrwerRseowwsrtra4�►Doerr 119 F I "w:' Ra TA I c CPR* s•0s4ssr122aasaw*�ettse«sa•r*sts FORKU PROGRAM w w r• • e wo®«•«ar•easaae•e*sseast w• 124 osao•e•os•rs•esw•wa•sswirs*some *.s+sswssswssow«•srsars••6r• GENERAL SAFETY & HEALTH PROVISIONS •sew 129 iwsewesew•sewtiww+�•wwe4erwaws*rrswews•w•o•ear•se•wrarse•ss►wsreew•setsrersswtswwasifaswitasa• HAND AND POWER TOO PROGRAM a 133 s•wMsw•r.•aelw Pat* iisieBsfi•t6asa*sea rrrewa•rure - HA.7A.RD IDENTIFICATION AND RISK &Z'c"EM ENTdit•••w•AaiAi! iwia •t • s ti sw/• it•iti®s*•�r•rt•e•*tst�iAiw�AlaRi•sww•#wMrwrA•iilAlf�//i• 139runm ease ws.twt ••••tsar*as••rt•weeweitrtila•i•saver•roar•erst••siswsse+es�e•s�•s+roarsw••asi••swsw•tti*twiettvl•• 142 HEXAVALENTff-"%ft SAFE7Y s/.slate saw•e sate••,ssrtsr•ssr•tt•e+rrlo«®soo• 149 IINCIDENT IfqmVESTIGATION earwsrw�rwavr•areswow rare • •r•+rf�•1•BSAs•elselss•ttoo lsrasrsifsftt•reti•asrere•etssss•Rf•sas• 155 LADDER SAFETY • •161 s +�ei•!••sse s•+beeas•as«•se+re*asos•*seaswwa�•or+swwaetaese•,•wsreawsearoowMrwarawretsrarrean•bwa4sasl�i•sesbA•ees►isfas•ril e/••rt••ass•*asswa LOCKOUT165 PROGRAM,s,,,e *wo*9s**4 000,9641frperp wo*104F****0`41 0 $a* a 0 a a 00.4 *ae ago 8.8 Ratio so* 00646 mo*rr••«r•!•A•r!••Ri MANUAL LlFTINGg-s• sA•sss�e ss•de•• as* M171 e s•de• drlo••seso*•ssarwesaarsseae•rw•••ssrwar•swN/tM*s•waiwaos+rs•rave••esslsasalls•isw•ro'•wt• MOBIEQUIPMENTaswa+�wassawwsse+�w+sreege •®e +� � s as•a�seeswwrwsrA•aweww4sa4••aaw*4se►w*sea®swwsesadawaeMswasta•sewawart•ssewrfie••wa4weawesss,rols•sss`t•176 NFPA70E sr•ws/w•awr e• ••rw•• nwa0erese•(srsw•se•s•uasere*tosesr*ss�►sswsewietesare*es•sa4ss• 11OLOISEEA"POSUR"LE187 *see bw•o PPEPROGRAM............. *a *as goats *&*of*d1 so 604060664 *0604 *04*4 i•/•//!•rAs•ra•rtslw►•AifsseoAslea 191 r +r ELK PROCESS *060l000040004 *of 6*99�sv 0600006404 9 6 0 197 •s!• REPIRATORY An" Ift A PROTECTION 199 PROGRAM..**$*81 4040,6404, 0,000100*0 04 #0 9o4setoe•srai M " HL R Mw RIGGINGT e � �aaw•eretstswrsr•a►wsrorwsearts�►t•wars•rei•se•iisio•s•aw.ase•sarsemese*so lsrw®!•s•eis•osdli•foe 213 �'..ftmft EMS daft M ft M ILZ ML M sqaw—wrolqvw P WORK AUTHORI"Ivw wA400'woflw6i ea•v•ee ®• a•• sees •erasrsareo•ow•oaer*ayea•8awasre8e*oases saowerws8s••eoeses*s•s I rarsl.errsa•sAelrt••wst•sw•wRSAw•seta arAwaA••pwrtests wr!•w*etlf••elseAwAitr•e•Ms1!• 216 www E ING, e a er rat s •wweewaoeswe •• a sow taws• « d► 1e • s •••nw•q••a•asis••Ae•w*rsMwiiwirlasssswa•*•wa4eMw•iAA/el•we4A!•fOt•/s•!•ao 224 I SURFACE • / MaHNING SURFACEur METAL NON40"I"WIETAL ACCIDENT IREPORTINGsfe�or a •s• staesloteswoo•soea�sis•earsso•orsr••rtawa•wera.ae4oa 2,9 MINING goft )AAFETY., P. *o*s t • sosrrera�rs•eea!•et•sass•!•ses0eols•sres••ss•s4evesa*strswslr 20ul I �»N43I"N 'm ETAL � 'm AMI& nn F F 4'm iiLl. 'R� i®stir •268 a ws�e•rtee•ereli*ast•res*ww••e•rtrr•srM4®•sw•sse•toolssrrsoe•r• I SURFACEI=VRE)rq RA %:A �sw+nwasaagas•�ess•sa• owes& sew% w s«s«�►rrasw+as•+�+�rwmfe�rrsartew•�►war•owa+rtstrteeaso MIN� m A US77N ARMATURE WORKS ,j LP SAFETY MUL MINIFEem METAL NONmoMETAL HAZARD COMM on 281 MINING SURFACE-m METAL NONoPMETAL NOISE EXPOSURE........ tot&ve a oo*o ****sees* *sees* 287 MINING SURFACE METAL NOS ETAL PPE of 40000 000*0 0*00000 *04*8* 4 stoot so " a 291 INING SURFACE� METAL NONmMETAL WELDING AND CU NG •! 41000641 *so *00 0*000000 0, 00040*4009*fto a** 6 MINING UNDERGROUND COAL SUPPLEMENTAL PROGRIcaAM • wsw • •6*0000 00 304 xl 00" aumn+aRMaruRF woRKs, LP W ,� Attachment E - ---------- --------------------- ----------- RAMP -------------- ----- A A A F A P ...... wnpc ---- - - - - - - - - - - - - - - - - - - - - - - - - - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ------------ ---------------- List of Pumps and Motors . . . . . . . . . .... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . ...................... q . . ... . . . . . . .. . . ........ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .......... . . . . . . . . . . . . . . . . . . . . . . . . ... . ... . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . ..... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... ..... . ... . . . . . . . . . . . . . . . .. . . . . . . . . . .. . . . ...... . . . . . . . . . . . . . . .. . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . .. ... ..... . .......... .... ...... . . ............................. ............. ......... .................... L ... .... .. ... .. ........... . . . . . . . . . . . . . . . . . . . . . . . . til . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. UA4Ba . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . ... . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ....... ... . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ......... ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... ........... .. ........ . . . . . . . . . . . . . . ........... ....... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . Senal I�mber . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . ..... . . . . . . . . . . . . . . . . . . . ....... . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . .. . . . . . . . . . . . . . . . . . . . . . . ..jk& - . . . . . . . . . . . . . . . . W ..... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..... .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . .... ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . ...... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . � AVeked . . r . . . . . . . I times 71� . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . faced How an.y.. X M vHill Lift Pi Hydromatic 7.5 HP 150 GPM *S J'M750M2-4 13ay Hill Lift P2 Hydromatic 7,5 HP 1SO GPM SO% '40M7500%'M2-4 Bluff Lift Station P1 Hydromatic 2rH1&r% 40 GPM HPG,%2N0M"2-2Bluff Lit"th Station -P2 Hydromatic 2HP 40 GPM HPG-200'M'2-2Carnousty Pi rlydromatic 40HP 2SO GPM S4L%AP4O(X%FC A_Carnous P2 amly Hydromatic 40HP 250 GPM S4'L'A%A4000FC FC Golf Course Pi Hydromatic 40 HP 110 GPM FC Golf Course P2 Hydromatic 40 HP 110 GPM Forest Creek Pi Hydromatic 30HP SOOGPM S4L300OM4-4 2018 Forest Creek P2 Hydromatic 30HP SOOGPM 54L300OM4-4 2018 Hilton Head Pi Hydromatic 50 HP 700 GPM S46500OM4-4Hilton Head P2 Hydromatic 50 HP 700 GPM S48500OM4-4HS P2 Byron Jackson 2100gpm Unavailable 1982 H5 P3 ByronJackson 2100gpm 816-S-0743 1982 Repaired 2016 1 HS P4 Byron Jackson 2100gpm 861-H-0731 1989 HS P5 Byron Jackson 4200gpm 361 H 0732 1989 HS P6 Byron Jackson 4200gpm 931RI291 1994HS P7 Floway Pump :?2739*5.,1 1997HS P8 Floway Pumps 37581.1.1 2000HS P9 Floway Pumps 3758111 2000HS P10 Flowserve Pump 0309msOO2S20.1 2005?HS Pil Flowserve Pumps 0903msOO4797.1 2009 HS M8 General Electric Motor 500Hp ORGO71006 2000 HS M9 General Electric Motor SOOHp ORG071006 2000HS MI US Electric 200HP R-6349-07-248 1982HS US Electric 200HP C6377-369 1982 HS M3 US Electric 200HP R-6349-07-240 1982HS M4 US Electric 200HP GT1011396-NO7 1989 HS M5 US Electric 400HP G78110 X03W3400103 R1 1989NS M6 US Electric 400HP N09NI290371C-01 1994 HS M7 US Electric 45OHp A0221660706R-1HS M10 US Electric Motor SOOHP G0902149761-olOOR 20057 HS Mil US Elearl"c Motor SOOHp P0320081420.001 R0001 2009 HS Pi Byron Jackson 2100gpm 816-S-0741 1982 Repaired - 2019Lake Creek W3P Flowserve 1105XGT75840 2014 Repaired 8/20.18Lake Creek W4P Flowserve 0209NG017510-4 See-132 Repaired 6/2017 Lake Creek W3M Franklin Electric Model 23960485521 Unavailable 2014 lake Creek Pi Peerless Model 12HD 200OGpm N/A 2003 Lake Creek P2 Peerless Model 12HD 200OGpm N/A 2003 Repaired 2018 Lake Creek P3 Pferless Model 12HD 200OGpm N/A 2003 Lake Creek P4 Peerless Model 12HD 2000GPM N/A 2003 Lake Creek P5 Peerless Model 1.2HD 200OGpm N/A 2003 --------------- -- Lake Creek P6 Peerless Model 12HD 20WGpm - - ----------- - N/A 2003 --------- ---- ---- ---------------------------------- Page 17 Attachment E List of Pumps and Motors Lake Creek --- ------------WIP ----------------- ------- ------- Unavailable -------------- - --------- - ------ Unavailable -- - - -------- ---------------- ------------ Lake Creek Spare US Electric 200HpH020OP2SLG-Lake ----- - ---------- --- 2019 Creek WIM Us Electric 100Hp ------- R-9481-07-206 lake Creek - --------- M1 US Electric 200NP F04-41036�5-6T-01 2003 RepairedLake -- ----- --- -------------- Creek M2 ---- ---------- US Electric 200HPF04-01036730-bT-Ol- 2003 ------------ ---- ----- ---------- ------ Lake Creek M3 US Electric 2WHP F04-010360005-6T•03 ----- ------ 2003 Repaired 1 ------ --.Lake Creek M4 ------------ -- US Electric Z�HP - --- -------- R-6349-0�-240 2003Lake -- ------ - CreekM5 US Electric 200HP -01036005-6T-02Repaired F04END -1 2003 1 -------- M Lake Creek I --------- M6 — ------------- - US Electric 200HP FQ4-01036730.6T-03 nftmftw"�� 2003 ---- ---------- Lake Creek ------------ W4M200Hp----------- US Electric ? M c N u tt Pl Fairbanks 125 HP 3875 GPM 5435MV ------ - ------- - ----- -- - -------- McNutt P2 - ---------- Fairbanks 125 HP 3875 GPM 5435MV ------ ----- — - ------ Oak Bluff —Pi Hydromatic 15HP 350GPM S4L300OM4-4 Oak Bluff P2 Hydromatic 15HP 350GPM WAR---- S4L300OM4-4 ------------- Recycle Center PI - ------- - ------- Liberty --- - --------- ----------- ------------ ------------- Recycle Center P2 ------------------------Liberty Reuse -w-M Flowserve 14ENL-5 --- ------- - -- ------- 11I0NSH01384-3 2011 -------------- Reuse ------- P2 Flowserve 14ENL-5 1210NSH0138-4-2 2011 -------- Reuse ---- -------- ------ P3 ------ -- ----- — ------------ - ---- Flowserve 24EM1lL-S 111ONSH01384-2 2011Reuse ---------- TP2 ---------- ------------------- Flowserve Model 16ENL2200 GPM ------------- 11I0NSH01386-2 20i1 -------- ---------- - ------------- Reu52 TP3 Flowserve Model 16ENL 22b06PM - - 1110NSWOi386-1 1 2011 Reuse Influent Pl - TsururnI420OB411-62 iSHp - --------- Unavailable 2014 ftgftwm&� Reuse....W... Influent P2 ------ ---------- Tsurumi 2008411-62 25Hp Unavailable mom ---- -- Reuse -------- MI US Electric Motor 25OHp 51tD20110601-d01-ROOQ2 ---- 2011 Reuse M2 mftftww - ------- US Electric Motor 2SOHp S102Q110601-001-RO003 2011 Reuse ---------- M3 -- ---------- ------ - US Electric Motor 250Np Si02Q1106e1-001-ROtX71 2011 ---------------- - ------ -- Reuse ----------- TMI US Electric Motor 30HP 510 Z0110602-0001 R 0001 ------- - 2011 ------------ -------------- Reuse TM2 US EBectric Motor 30HP 510 261I0602-OD41 R OOt32 2011 --- - - ----- S.E Booster -------------------- Pi B ron Jackson 300UG m 861-H-Q752 2018 ----- S.E Booster ------------- -- -------------- P2 Byron Jackson 3QOOG m 861-N-0751 2018 S.E Booster -------------- P3 ----- Byron Jackson 300dG m POSN3560159C-Oi 2018 S.E Booster ------------ MI Us Motor Verticie 30OH POSN3560159G03 2018 --------- - -------- S.E Booster M2 Us Motor Verticie 30E1H PQSN3560154C-02 m-ft-W-M-W-0- ---- 2018 --- - -------- S.E Booster M3 Us Motor Verticle 30OH-E P05N35601590-01 2018 ------ S.E Elevated --------- ------ Pl ---------------- - ------ - --- Gould Model 3410 ( ----- ---------- E1QN648WGL041 ---------- Jul-17 ----- — --------------------------- -- S.E Elevated P2 ---- --------------- Gould Model 3420 (12nem) 237C255-2 Jul-.17 ------ S.E Elevated P3 Model 3410 (i2D&pm) --------- Z37C255-1 1ul-1.7 ---------- --- S.E Elevated M2 US Motor 4dHModel CO11Q32062-042R-2 Jul-17 Yes 2 S.E Elevated M3 Westinghouse DHp04Q6 40H GKi97515UW3 Jul-17 ------ S.E Elevated M1 Westinghouse DHPO4d6 40H 1T7089555001 Jul-17 ----------- - Stone Oak -------- Pl Gould Pump 750 GPM 13242M-1 2005 No 0 - -- -- ------- Stone Oak P2 Gould Pump 750 GPM 13242M-2 2005 ------- - No p Stone Oak P3 Gould Pum750 GPM 13242M3 2005 No ------- 0 Stone Oak M2 Horizonal Baldor Elec. Motor 50HP ZOS03100114 - ------- 2005No 0 Stone Oak M3 ------ Horizonal Baldor Elec. Motor SOHP Z05031001092005 ryp 0 Page 18 6T abed IF-i7vy000z)ltvs ------------ b-b W OQOZHtrS :)(OOSTXAVYtPS --------------- :)(oosaxnwVs 9810TZOSOZ siolotl pue sdwnd 1a ;s�, � ;uawy�e;aar VYd9 OSE dH OZ:)IleLuojpAH Zd pno:) auinaJl Wd9 OSE dH OZ:)IlewOJPAH Td no, ouIaaal WdE) 08V dN t?EZ:qewojpAH Zd pep aua;S WdD 08V dH tpEZ:)ileujojpAH Td jeo aUo25 dHOS,0loW'W1l3,aPBe9leuox�aoN TV4 jeo auols - -- -------- Exhibit "A" IFB20-005REBID Attachment F List of Locations ... ....... .......... ................. . ..... ..... .................. ..................... .... ................... .............. . ..... . on ...... ........... .. .. . ...... . ............ ..... ........................ ................... ........ ................... ....... Ca, 3 . ... ............ . .: ..................... I. ..... ..... ......... .... ......... ............. .. ....... .. - - -------- - .. .. ...... ..... . ... . ....... . ..... . ........ ..... ......... ........ ... I . ..... .. ...... ..... ....... X. . ....... .................... High Service 1Lake 5200 N IH 35 Creek 300 S Burnet ISouth 81 2323 S Mays McNutt LS 3939 HWY 79. S.E. Pu-mp 2399 Sycamore Trail S.E. Elevated 2511 Double Creek Rd Stone Oak Standpipe 4300 Stone Oak Settlers Crossing LS 1296 CR 117 Oakbluff LS #2 Meanderin2 Way Forest Creek LS 3825 Forest Creek Blvd Trevino Court LS 3820 Trevino Court Bluff LS :600 Lee St RR West LS 500 Round Rock West Hilton Head LS 2119 Hilton Head Stone Oak LS 10999 Wyoming Sprin2s Bayhill LS 3222 Bayhill Lane Carnousty LS 3621 Carnousty Cove Reuse Facilit 3939 HWY 79 Reuse Elevated 4620 College Park Dr Water Treatment Plant 5200 North IH 35 East Waste Water Treatment Plant ,3939 East Palm Valley Blvd West Water Treatment Plant 1116 East Austin Ave Oak Bluff #2 Meandering Way Forest Creek 3825 Forest Creek Blvd Trevino Court 3820 Trevino Court Bluff Lift Station 600 Lee St. Hilton Head 2119 Hilton Head or Bay Hill Lift 3222_ Bay Hill Lane Carnousty 3621 Carnousty Cove Stone Oak 10999 Wyoming Springs McNutt 3939_ Hwy 79 FC Golf Course Forest Creek Clubhouse Recycle Center ---------- - now" Page 20 Exhibit "A" Solicitation: 20.00bREBiD2 K TEXAS ADDENDUM CITY OF ROUND ROCK, TEXAS Addendum No,: i Date of Addendum,* 6/19/2020 Thin addendum is to 6ncorporate the following changes to the above referenced aoNcJtation: q1. Can you tell us who fs the current vendor of contract? A 1. There is currently no vendor under contract for these services with the City of Round Rock. Ile ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME, APPROVED BY, --- ------ -- - -- - ------ - ----------------L�'"�`�.�r'6/19l20Z0 Amanda Crowell, Purchaser Purchasing Office, 512-218-5456 By the signature affixed below this addendum Is hereby incorporated into and made AM part of the above referenced soiicitatlon. ---------------- Now APr ------ ! 77 eli'4& oft in lr%%ETLM ONE SIGNED COPY aF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROP03AL. FAILUREMAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FRKUMCOAN&NSIDEMTI.IVONFOR AWARD.