Contract - Austin Armature - 10/8/2020CITY 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 §
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
"A reement"), is made and entered into on this the day of the month of
AlBezy-0 � 2020 by and between the CITY OF ROUND ROCK, a Texas home -rule
municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299
(referred to herein as the "City"), and AUSTIN ARMATURE WORKS, LP, a Texas limited
partnership, whose office address is 496 Commercial Drive, Buda, Texas 78910 (referred to
herein as the "Vendor").
RECITALS:
WHEREAS, City desires to enter into an agreement for purchase of water treatment plant
facilities pump and motor maintenance repair services; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said 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
WHEREAS, the parties desire to enter into this Agreement to set forth in writing
their respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified services and Vendor is obligated to provide same. The
00453 516/ss2
Agreement includes the following: (a) City's Invitation for Bid, designated Solicitation Number
20-005REBID2 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 I*n the
contract documents shall be resolved by giving preference i*n the following order:
(1) This Agreement's
;
(2) Vendor's Response to IFB;
(3) Ci*ty's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Maj*eure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
F. Vendor means Austin Armature Works, LP, its successor or assigns.
2.01 EFFECTIVE DATE, TERM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain iinfull force and effect unless and untl it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
Be The term of this Agreement shall be for sixty (60) months from the effective date
hereof.
co 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 I*n 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
responsibilities of both parties as outlined I*n the IFB and as offered by Vendor i*n its Response to
the IFB.
The services which are the subject matter of this Agreement are described in Exhl*bit "A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
40 Agreement asi'of repeated herein in full.
4.01 ITEMS AWARDED; AND SCOPE OF WORK
Items Awarded. All bid items i*n Attachment A.* Bid Sheet of Exhibit "A" are awarded to
Vendor.
Scope of Work: For purposes of this Agreement, City has issued documents delineating the
required services (specifically IFB 20mOO5REBID2 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 I*n 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.
Vendor shall satisfactorily provide all services described under the attached exhibits
within the term specified I*n Section 2.01. Vendor's undertakings shall be limited to performing
services for City and/or advising City concerning those matters on which Vendor has been
specifically engaged. Vendor shall perform its services in accordance with this Agreement , in
accordance with the appended exhibits, i*n accordance with due care, and i*n accordance with
prevailing industry standards for comparable services.
5.01 COSTS
A. In consideration for the services to be performed by Vendor, City agrees to pay
Vendor the amounts set forth I*n "Attachment A.10 Bid Sheet" of the attached Exhibit "A."
B. The City shall be authorized to pay the Vendor an amount not -to -exceed Two
Million Seven Hundred Sixty -Two Thousand Five Hundred and No/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;
co Description and quantity of items received or services provided; and
3
D. Delivery or performance dates.
7.01 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F Section 271.101 and Section 271.1020
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the CI*ty'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 i*n 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 i*s 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 Ci"ty's budget for the fiscal yeari"n 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
In accordance with Chapter 225 1, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipmett, 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 i"n effect" on September 1
of the fiscal year in which the payment becomes overdue, i"n accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b)O however, this Policy does not apply to payments made
by City in the event:
A. There i*s 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; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
4
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
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
12.01 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. 20-016 and on the
City's website at:
https://www.roundrocktexas.gov/wp-content/uploads/2014/12/corr insurance 07.20112.pdf
14.01 CITY'S REPRESENTATIVES
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
wkinder(a�,roundrocktexas. ov
5
15.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, i*n good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
16.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that I*t may be charged the difference i*n cost, I*f
any, and that it will not be considered iinthe re-advertsement of the service and that I'Pt may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared I*n default of this Agreement I*f I*t does any of the following:
A. Fails to make any payment I*n full when due*
B. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
17.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, i*n whole or i"n part', for
convenience and without cause, at any time upon thirty (30) days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
co 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 i*n writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
6
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, i*f 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, i"n 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.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards, bureaus and agencies.
B. In accordance with Chapter 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contact contains
written verification from the company that it: (1) 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 i*n
writing and shall be considered given as follows:
I's When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Austin Armature Works, LP
496 Commercial Drive
Buda, TX 789 10
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
communications between representatives of City and Vendor.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas,, This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
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
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section I -14) or any applicable state arbitration statute.
25.01 SEVERABILITY
The invalidity, illegality, or unenforceabl*11*ty of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall i'*n no
Is
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 I*f this Agreement did not contain the particular portion or
provision held to be void. The parties fur
ther agree to amend ththisAgreement to replace any
8
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which iOs of the essence of this Agreement be determined void.
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that I"t 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.
Tiis of the Essence. Vendor understands and agrees that time imes of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed tirnef1rarnes
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 i*s caused to City due to Vendor's failure to perform i*n these
circumstances, City may pursue any remedy available without waiver of any of Ci*ty's additional
legal rights or remedies.
Force Ma40
jeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it i*s not
responsible as defined herein. However, notice of suchimpediment o delay in performance must
be timely given, and all reasonable efforts undertaken to m1*t1'6gate1'*ts effects.
Multiple Counterparts. This Agreement may be executed i*n multiple counterparts, any
40
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures on the following page.]
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas
By:
Printed Name.
-C-R- MNIOM
Title: M a01
Date Signed: qr ('
Attest:
By: _qv& Apk
Sara L. White, City Clerk
For City, A r ved as to For
By: A.) c06
Stephan .Sheets, City Attorney
10
Austin Armature Works, LP
By:
Printed Name:
Title: etice"0/
Date Signed: 09 "-- 010 01-0
Exhibit "A"
:KTEXAS
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www. ro u nd rocktexas. a ov
INVITATION FOR BID (IFB)
WATER TREATMENT FACILITIES PUMP AND
MOTOR MAINTENANCE AND REPAIR SERVICES
SOLICITATION NUMBER 20=005REBID2
June 2020
(:itv nf Rniinrl Rnrk Exhibit "A"
Water Treatment Facilities Pump and Motor Maintenance and Repair Services
IFB No. 20-005REBID2
Class: 936-62, 936-91
June 2020
WATER TREATMENT PLANT FACILITIES PUMP AND MOTOR MAINTENANCE AND REPAIR SERVICES
PART I
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 City's residents. The City' operates multiple water treatment sites and facilities that treat 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 maintenance and repair is essential to the
City of Round Rock.
3. SOLICITATION PACKET: This solicitation packet is comprised of thefollowing:
Description
Index
Part I — General Requirements
Page(s) 2-5
Part II — Definitions, Standard Terms and Conditions and
Insurance Requirements
Page 6
Part III — Supplemental Terms and Conditions
Page(s) 7-9
Part IV — Scope of Work
Page(s) 10-12
Attachment A — Bid Sheet
Page 13
Attachment B — Reference Sheet
Page 14
Attachment C — Subcontractor Information Form
Page 15
Attachment D — Respondent Questionnaire
Page 16
Attachment E — List of Pumps and Motors
Page 17-19
Attachment F — List of Locations
Page 20
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
Purchasing Division
City of Round Rock
Phone: 512-218-5458
E-mail: acroweiICd-)_round rocktexas.gov
Cheryl Kaufman
Purchasing Supervisor
Purchasing Division
City of Round Rock
Phone: 512-218-5417
Email: ckaufman(aD-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 Exhibit "A"
Water Treatment Facilities Pump and Motor Maintenance and Repair Services
IFB No. 20-005REBID2
Class: 936-62, 936-91
MAY 2020
5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT
DATE
Solicitation released
June 4,2020
Deadline for submission of questions
June 17, 2020 @ 5:OOPM
City responses to questions or addendums
Approximately June 19, 2020
Deadline for submission of responses
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:
https://www.roundrocktexas.gov/businesses/solicitations/.
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:
http://www.roundrocktexas.gov/bids.
6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation described herein. Various
updates may include addendums, cancellations, notifications, and any other pertinent information necessary
for the submission of a correct and accurate response. The City will not be held responsible for any further
communication beyond updating the website.
7. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted
in PART I, Section 5 — Schedule of Events. Mail or hand deliver sealed 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 after opening.
D. No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
E. The City will not be bound by any oral statement or offer made contrary to the written specifications.
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of
the City.
8. RESPONDENT REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full
comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist
participating Respondents in compiling their final responses. Respondents are 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
advised that the City will not pay for any administrative costs incurred in response preparation to this IFB; all
costs associated with responding to this IFB will be solely at the interested parties' expense. Not responding
to this IFB does not preclude participation in any future RFP/RFQ/IFB.
Page 3
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
For your bid to be responsive, addendums and the attachments identified below shall be submitted
with your proposal.
❑ Addendums: Addendums may be posted to this solicitation. Bidders are required to submit signed
addendums with their sealed response. The Bidder shall be responsible for monitoring the City's website
at http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation.
❑ Attachment A: BID SHEET: The bid response shall be submitted on itemized, signed Bid Sheet provided
in the solicitation packet. Failure to complete and sign the bid sheet will result in disqualification. If there is
a conflict between the unit price and extended price, the unit price will take precedence. Submission of
responses on forms other than the City's Solicitation Document may result in disqualification of the
response. The Respondent is required to provide 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: REFERENCE SHEET: Provide the name, address, telephone number and E-MAIL of at
least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized
services that are similar in type and capacity within the last two (2) years. City of Round Rock references
are not applicable. References may be checked prior to award. If references cannot be confirmed or if
any negative responses are received it may result in the disqualification ofsubmittal.
❑ Attachment C: SUBCONTRACTOR INFORMATION FORM: Provide a completed and signed copy of
the Subcontractor Information Form.
❑ Attachment D: RESPONDENT QUESTIONNAIRE (for evaluation): Completethe respondent
questionnaire and attach extra sheets and supporting documents as requested.
9. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to
accept any response(s) deemed most advantageous, or to waive any irregularities or informalities in the
response received that best serves the interest and at the sole discretion of the City. All solicitations received
may be evaluated based on the best value for the City. In determining best value, the City mayconsider:
A. Purchase price;
B. Reputation of Respondent and of Respondent's goods and services;
C. Quality of the Respondent's goods and services;
D. The extent to which the goods and services meet the City's needs;
E. Respondent's past performance with the City;
F. The total long-term cost to the City to acquire the Respondent's goods orservices;
G. Any relevant criteria specifically listed in the solicitation.
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
Total of 100 points assessed as follows:
i. Cost- 60 points total
ii. Responses to Attachment D — Respondent Questionnaire— 40 points total
o Description of response time policy and procedure for emergency and non -emergency service calls
(10 points)
o Description of company and individual work experience (20 points)
o Vehicle and equipment list (10 points)
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 Exhibit "A"
Water Treatment Facilities Pump and Motor Maintenance and Repair Services
IFB No. 20-005REBID2
Class: 936-62, 936-91
MAY 2020
10. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions,
Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the
Texas Public Information Act. Following an award, responses are subject to release as public information
unless the response or specific parts of the response can be shown to be exempt from the Texas Public
Information Act. Pricing is not considered to be confidential under any circumstances
A. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the document.
The City will not be responsible for any public disclosure of confidential information if it is not clearly
marked as such.
B. If a request is made under the Texas Public Information Act to inspect information designated as
confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and
information as to why the information should be protected from disclosure. The matter will then be
presented to the Attorney General of Texas for final determination.
11. SUSPENSION OR DEBARMENT CERTIFICATION: The provisions of the Code of Federal Regulations 2
CFR part 180 suspension and debarment may apply to this agreement. The City of Round Rock 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 the Texas Government Code requires the
successful offeror to complete a Form 1295 "Certificate of Interested Parties" that is signed for a contract
award requiring council authorization. The "Certificate of Interested Parties" form must be completed on the
Texas Ethics Commission website, printed, signed and submitted to the City by the authorized agent of the
Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to
final contract execution. Link to Texas Ethics Commission Webpage:
https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm
Page 5
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
PART II
DEFINITIONS, STANDARD TERMS AND CONDITON:-
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release
of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face
of a purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the
sole responsibility of Respondents to stay apprised of changes. The City's Definitions, Standard Terms and
Conditions can be viewed and downloaded from the City's website at:
https://www.roundrocktexas.gov/departments/i)urchasing/
2. INSURANCE: The Respondent shall meet or exceed all insurance requirement;> set forth in Standard
Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and
downloaded from the City's website at: https://www.roundrocktexas.gov/departments/purchasing/
Please note that Items 1.3.5.2 and 1.3.5.3 of the City Insurance Requirements E_;hall 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 ocaurrence.
B. Automobile Liability Insurance for all owned, non -owned, and hired vehicles with minimum limits for Bodily
Injury of $100,000.00 each person, and $300,000.00 for each occurrence, and Property Damage
Minimum limits of $350,000.00 for each occurrence.
All remaining insurance requirements shall remain the same.
Page 6
r.itv of Pn"nri Pnr-k Exhibit "All
Water Treatment Facilities Pump and Motor Maintenance and Repair Services
IFI3 No. 20mOO5REBID2
Class: 936m62, 936m9l
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.
B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of
this agreement for such a period as is reasonably necessary to re -solicit and/or complete the project up to
90 days.
2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent
shall:
A. Be firms, corporations, individuals, or partnerships normally engaged in providing water treatment plant
facilities pump and motor maintenance and repair services;
B. Have a minimum of eve years of experience in the pump and motor maintenance and repairindustry;
C. 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
with at a minimum an office, workshop and public parking. The City reserves the right to tour the
commercial facility prior to contract award to assure it will meet City requirements.
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 bid response Attachment C: Subcontractor Information Form. The Contractor shall be fully
responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible
for the Contractors own acts and omissions. The Contractor shall:
A. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the
provisions, specifications and terms of the Contract;
B. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary
insurance in the type and amounts specified for the Contractor, with the City being named as an
additional insured; and
C. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor
is required to indemnify the City.
D. Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of
any subcontractors throughout the term of the contract.
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 theseservices;
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
C. Indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments,
fines penalties and liability of every kind arising from the breach of the Successful Respondents'
obligations under this paragraph.
5. WORKFORCE: Successful Respondent shall:
A. Ensure Respondent's employees perform the services in a timely, professional and efficient manner;
B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly
identifies them as the Respondent's employee;
C. Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor. The City reserves the right to verify citizenship or right to work in the United States.
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
greater than 10% for any single line item.
A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage
change in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The
price adjustment rate will be determined by comparing the percentage difference between the CPI in
effect for the base year six-month average (January through June OR July through December); and each
(January through June OR July through December six month average) thereafter. The percentage
difference between those two CPI issues will be the price adjustment rate. No retroactive contract price
adjustments will be allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics,
Consumer Price Index website: http://www.bis.gov/cpi/.
B. Procedure to Request Increase:
i. Mail the written price increase request with the rate detail comparison and comprehensive calculation
and any supporting documentation to the designated City Contract Specialist a minimum of 45 days
prior to the annual Contract anniversary date. The detailed written calculation will be verified and
confirmed. All written requests for increases must include the City of Round Rock contract number,
solicitation reference information and contact information for the authorized representative requesting
the increase. Price increase requests shall be sent by mail to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock, TX 79664-5299
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
considered in future solicitations for the same type of work unless the scope of work is significantly changed.
Page 8
C'.ity of Rniinrl Rnrk Exhibit "A"
y
Water Treatment Facilities Pump and Motor Maintenance and Repair Services
IFB No. 20-005REBID2
Class: 936-62, 936-91
MAY 2020
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 QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum purchase is made or implied. The City will only order the services/goods needed to
satisfy requirements within budgetary constraints, which may be more or less than indicated.
12. : 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
https://www.roundrocktexas.gov/businesses/solicitations/ 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 Respondent(s) may have a post award meeting to
discuss, but not be limited to the following:
A. The method to provide a smooth and orderly transition of services performed from the current contractor;
B. Provide City contact(s) information for implementation of agreement.
C. Identify specific milestones, goals and strategies to meet objectives.
15. POINT OF CONTACT (POC) / DESIGNATED REPRESENTATIVE:
A. Contractor's point of contact: In order to maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified point of contact upon award of
the contract to include contact information. The City's designated representative shall be notified by the
Contractor immediately should the point of contactchange.
B. The City's designated representatives are:
Water Treatment Plant Wastewater Treatment Plant
Mark Hurd John Heaps
System Mechanic Supervisor Wastewater Superintendent
Utilities and Environmental Services Utilities and Environmental Services
Phone: 512-341-3155 Phone: (512) 218-6637
E-mail: mhurd(a_roundrocktexas.gov E-Mail: jheapsCa roundrocktexas.gov
16. INTERLOCAL PURCHASING AGREEMENTS
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 to other eligible agencies that have an interlocal agreement with
the City.
B. The City does not accept any responsibility or liability for the purchases by other government agencies
through an interlocal cooperative agreement.
Page 9
City of Round Rock Exhibit "A"
Water Treatment Facilities Pump and Motor Maintenance and Repair Services
11713 No. 20imoO05REBID2
Class: 936m62 936m9l
MAY 2020
PART IV
SCOPE OF WORK
1. Introduction: The City of Round Rock, herein after "the City" seeks proposals from firms experienced in the
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 asset inventory.
2. Backgrounds. The City of Round Rock's collection and distribution water system serves the
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
A. The Contractor shall:
in Schedule all requested maintenance in advance with 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 motor alignments
c. High-speed coupling re -greasing
do Inspecting and tightening motor lug connections
e. Repair or replacement of cooling lines
fe Amp/vibration checks on motors,
go Oil or grease changes for bearings,
h. Packing replacement and adjustment
ii. Check in at administration buildings, when applicable, so the plant may prepare and communicate
with other affected plant personnel.
iiis Maintain code -compliant first -aid kit, readily accessible to their personnel while working on City
property.
iv. Coordinate with the Plant Superintendent or delegated contact for Lock-out/Tag-out (LOTO) of
equipment.
ve 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 equpmenorit ftransport 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 correct location;
Page 10
('-ih, of Pn"nri Pnnk Exhibit "A"
Water Treatment Facilities Pump and Motor Maintenance and Repair Services
IFB No. 20=005REBID2
Class: 936m62, 936m9l
MAY 2020
7) Restore worksite to previous condition;
8) 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
performance of maintenance and repair of City's pumps and motors;
vii. Shall provide their own crane services as needed or have the means to acquire the 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;
x. Provide original equipment manufacturer (OEM) parts when available or parts that are approved for
use by the City rmor 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.
8
xi. All pumps will require start up testing that will be overseen by the City staff to ensure proper pump
function.
xii. Perform all work in accordance with the City's plans and drawings, if provided. Any issues or
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
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.
xiv. Perform service requests within the timeframes listed below:
Normal service reciviests are requests that are necessary but will not stop normal operations.
Emeraencv service requests are request for repairs that, if the issue is 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 performthe
required tasks, including afterhours, holidays and weekends.
xv. Work in a support role along with Water and Wastewater personnel by providing recommendations
and advice that would benefit the City concerning equipment, design, and installation.
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 no 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
Water Treatment Facilities Pump and
IFB No. 20=005REBID2
Class: 936=62, 936=91
MAY 2020
Exhibit "A"
Motor Maintenance and Repair Services
is Work Order Estimate- Provide City POC with a repair assessment that details the hourly rate and
the replacement equipment cost -plus -percent prior to commencement of the work unless otherwise
indicated by the City.
ii. Work Reports- Contractor(s) shall complete and furnish a work report for each project. A copy of
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 following information:
1) Location of the worksite;
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.
is 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.
He Photographs- The City requires photographs of all failures for audit purposes. Photographs shall be
attached to all invoices.
His 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 anpropriate invoices to the City's point of contact
for review and acceptance (See Attachment Hain Sample Invoice)
ve Purchase Orders- Purchase order numbers shall be referenced by the Contractor on all invoices and
documentation.
vi. Delivery - No delivery shall be made without the City's consent. Deliveries shall be scheduled in
advance at least 48 hours prior to the expected receipt of product. Deliveries shall be made within plant
working hours lam- 4pm Central Standard Time. The City will not accept deliveries on City holidays or
weekends unless otherwise agreed.
6. C"Itv's Responsibilities
The City Shall:
in Confirm scheduling of work to be done
He 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.
iiin Provide access to location where service is required.
iv. Ensure area of work is free of safety hazards.
ve Inspect work performed to ensure compliance with the scope of work.
vi. Provide Contractor with most current list of pumps and motors requiring service. (See Attachment F)
vii. When available, provide Contractor with drawings as requested by theContractor.
Vilis The City will have pumps pulled/removed before the Contractor arrives on site.
Page 12
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
ATTACHMENT A
BID SHEET
1. ATTACHMENT A — BID SHEET is posted in Solicitation Documents for IFB 20-005REBID Water Treatment
Plant Facilities Pump and Motor Maintenance and Repair Services in an Excel format on the City of Round
Rock website at:
https://www.roundrocktexas.gov/departments/purchasing/purchasing-active-solicitations/
A. In order to be considered responsive Attachment A- Bid Sheet must be completed, signed by an
authorized representative, and returned by the deadline for submission of response indicated in Part I
Section 5 — Schedule of Events.
B. The Respondent, by submitting and signing Attachment A — Bid Sheet, acknowledges that he/she has
received and read the entire document packet sections defined above including all documents
incorporated by reference, and agrees to be bound by the terms therein.
C. In order to do business with the City of Round Rock you must be registered with the City's Contractor
Database. To register, go to: https://roundrock.munisselfservice.com/Contractors/defauIt.aspx.
D. By the signature affixed on Attachment A- Bid Sheet, the Respondent hereby certifies that neither the
Respondent nor the entity represented by the Respondent, or anyone acting for such entity has violated
the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or
the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitor
or any other person engaged in such line of business."
E. The Respondent agrees, if this Offer is accepted within 120 calendar days after the Due Date, to fully
comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet.
Page 13
Exhibit "A"
MW
Attachment A- Bid Sheet
Water Treatment Fatliftles Pump and Motor Maintenance and Repair Services
IFS 20-OOSRES102
,% ftnporsdW represents by their signature below that halshe is submitting a binding offer and is authorized to bind the respondent to fully cornpfy with the
)Iichb%n docents contained in 2D.005RE13ID2 Water Treatment Facilities Pump and Motor Maintenance and Repair Services. The Respondent acknowledges
at Wshe has received and read the entire solicitation packet, attachments and all document incorporated by reference, and agrees to be bound by the terms
)ecial Instructions: Ail rates in Section I of the bid sheet must be quoted in order to be considered responsive. Be advised that excapfions taken to any portion of the
incitation will jeopardize acceptance of the bid. Aftsmative bids will not be considered and modification to the bid sheet format will result In the rejection of the bid.
ie City reserves the right to purchase more or less than the quantities indicated below.
Section I- Cost 60%
No.
Description
Estimated
Quantity
Unit
Unit Cost
Extended Total
Labor Rate- Maintenance
1000
Hour
$80.00
$80.000.00
2
Labor Rate- Repair
sm
Hour
$80.00
$400,000.00
3
Labor Rate Repair- After Hours Rate
350
Hour
$130.00
4
Emergency- Regular Hourty Rate
100
Hour
$130.00
$13,000.00
5
EmeNency- After Hours Rate
IDO
Hour
$140.00
$14,000.00
Annual Total:
Section 11- Additional Information
This section will not be evaluated under Cost but will become part of the contrary.
Percent markup over cost for repair parts per brand Is required for Ones 7-20.
Percent Markup (%) ov*r cost for
Pump and Motor Brands repair its
7 US Electric
22%
8 Tsururni
22%
9 Byron Jackson 22%
10 Baldor Electric
22%
11 Floway 22%
12 Westinghouse 22%
13 US Motor
22%
14 Gould
22%
15 Peerless
22%
16 General Electric
22%
17 Franklin Electric
22%
is Fkmserve
22%
19 PW inar.qv ih
22%
20 Liberty 22%
Miscellaneous Parts and Materials (you may attach a
21 separate document identifying these and the corresponding
% markup) 22%
Additional Brands not Llsted (you may attach a separate
22 document identifying these and the corresponding %
markup) 22%
Responses to Attachment D - 40 points total broken down as Wows.
o Response time policy and procedure to for both emergency and non -emergency sennco carts (10 points)
a Company and Indrodual work isxpenenoe (15 points)
o ComorehensNe Vehicle and Eoulpffwnt List (10 points)
3ANY NAME: Austin ATmature Works
ATURE OF AUTHORIZED REPRESENTATIVE:
rED NAME: Sloven Goss
IE NUMBER: (W)312-008
- ADDRESS: steve0saawerns.0
Exhibit "A"
City of Round Rock
Water Treatment Facilities Pump and Motor Maintenance and Repair Services
IFB No. 20so005REBID2
Class: 936,w62, 936-ft9l
MAY 2020
ATTACHMENT B.
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: IFB 20w005REBID2
RESPONDENT'S SAME: Austin Armature Works, Lp DATE: 06/19/2020
Provide the name, address, telephone number and EsvMAIL 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.
�. Company's Name
San, Antoni"o Water System (SAWS)
Name of Contact
Velma Pan*iaqua
Title of Contact
Manager, Maintenance & Reliability -Lift Station O&M
EjoMaIl Address
vel ma. pania2uco) @saws O,M
Present Address
15103 Capital Port Drive
City, State, zip Code
San Antonio TX 78249
Telephone Number
( )
210 233o*3347 Fax Number:go"
2. Company's Name
City of Sche�tZ
Name of Contact
Eber Busch
Title of Contact
Supervisor Water/ Wastewater
--m-
EsoMa'irtz
Address
WN
com
.
Present Address
10 Commercial Place Bldg #2
City, State, Zip Cafe
Who own
Schertz, TX 78154
Telephone Number
210 619w#1800 Fax Number:
3. Company's Name
City of Taylor
so
Name of Contact
Mark Daun*ty
Title of Contact
Supervisor
EwMafl Address
mark,,daunty@tay1ortx,..qc0v
Present Address
1201 N Main
City, State, Zip Code
Taylor TX 76574
Telephone Number
512 650aw5296 Fax Number. ( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Z'
Page 14
Exh'ib'lt "A"
City of Round Rock
Water Treatment Facilities Pump and Motor Maintenance and Repair Services
!-Bo. 20mOO5REBID2
Class: 936ass62, 936�91
MAY 2020
ATTACHMENT C
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBERs. IFB 0=005REBID2
gal 0 --- -- -- - — -
RESPONDENT'S NAME:11111- ---- --Au-stin -Armature--Works Lp DATE,: 06/19/2020
QIBQLE- JQIJFO- NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO
YEM"'t..-.r..'..`' .N,~,'..^.....`YES
'Subcontractor Name
Pump Group Inco
''^`` '` Contact
--So n-nv- Lester
ElwMail Address
IM1111 www,pum-pgro inc,,com
Address
�11l-wav-
CI'*ty State Zi*p Code
144W W
Wolfforth TX 79382
Telephone Number
888 917ea8677 Fax Number.0 806 866sw0155
Describe work to be
perfo ed
--
of contract
5 .^
work to be perfo ed
2. Subcontractor Na e
Escobedo Cranes and Equiep en-t
Name of Contact
Mark Stei
-..:..,v...
Sales
E�.c,�..,'..s.
marks escobedocranes.co
Address
199 Distnbution Cove
Ci'oty State, Zi"p Code
Buda TX 78610
Telephone Number
-1-iiii-110 - M 10101-m- impeft
512 312sw2673 Fax Number:( 512 312,w2679
Describe work to be
perforla-ied
Provide crane services when needed
0111111111111 0 ma�
Percentage of contract
5 .,
work to be perfo ed
0 Add additional pages as needed
Exhibit "A"
City of Round Rock.
Water Treatment Facilities Pump and motor Maintenance and Repair Services
IFB No. 20-005REBID2
Class: 936-62, 936-91
MAY 2020
Name of Business:
ATTACHMENT D
RESPONDENT QUESTIONNAIRE
40 Points
Austin Armature Works, Lp
Physical Address of Headquarters =
(HQ): 496 Commercial Drive Buda TX 78610
Commercial Repair Facility
Address:
(if different address from HQ) 496 Commercial Drive Buda TX 78610
to 1. On a separate sheet of paper describe your company's policy and procedure for responding to non -
emergency service requests, emergency service requests, and confirm that your company can meet City
service response requirements outlined in Part IV, Item 4.A.xiv. (10 Points) _
2. Confirm that your Company operates a commercial repair facility with at a minimum an office, workshop and
public parking. (Circle below)
YES
NO
3. Dumber of full-time employees that are eligible to work on City of Round Rockprojects:
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 commercial/municipal Pump 83
and Motor Maintenance and Repair business:
5. A Comprehensive List of Vehicles and Equipment (separate sheet of paper)- (10 points)
At a minimum include listing of Equipment & Vehicles Make/Model Description 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 Points)
A. Company Work Experience: Describe recent company work experience (completed in the last 3 years) for
at least 2 commercial or municipal contracts for pump and motor maintenance.,and repair.
B. Individual Work Experience: Include the resumes of the owner and personnel who will complete the
pump and motor repair and maintenance. Include supporting documentation such as certifications,
licenses, if applicable, and years of experience of pump and motor maintenance and repair.
Page 16
Exhibit "A"
S/.�cPiX936
Pumps Motors Controls
Austin Armature Works, LP
496 Commercial drive,, Buda, TX 78610
Phone (512)312 0088 Fax (512)312 0988
2417 Support
call: 1800 365 6045
Our History Founded in Austin, Texas by Julius F. Kramer Sr, Austin Armature
Works has been providing quality electric motor/pump repair and rewinding services
to Central Texas since 1936. Now in its third generation of ownership by the Kramer
family. Austin Armature Works has developed different divisions of the company,
including, 2 repair shops, a field service division, new pump/motor sales, engineered
pump sales, and VFD/control sales.
# I to 11 I 1 0 1 11 11 # #
Locations - Austin Armature Works maintains 2 locations in Buda, TX and
one in Taylor,, TX
Austin Armature Works- Repair Shop
304 Commercial Drive
Buda, TX 78610
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
Depesid of Labor
Ffti41
www,aawems.com
-A EASAA)
Exhibit "A"
Pumps Motors Controls
Austin Armature Works, LP
496 Commercial drive, Buda, TX 78610
Phone (512)312 0088 Fax (512)312 0988
C 0NF1DEN�\P�
Solutions Based.
S�r936
24/7 Support
call: 1800 365 6045
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 of failure. 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 infdemation on lead times a'nd build specificatibns. The list of manufacturer's we
represent grows every year. The list includes:
Pumps
Hydroflo/Taco
HCP Pumps
Barmesa Pumps
Scot Pumps
Phantom Pumps
Wilo EMU
Republic Blowers
Velocity Blowers
Gardner Denver (Cenrifugal Blowers)
Weil
Motors
Controls/VFD'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 Joy
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 Facility
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.
U.3. Depatt rent of tabw
MSHA
urww,aawems.com
FASAA)
Exhibit "A" �� s•G/'ZC���.9.��
Pumps Motors Controls 24PSUPMFT
Austin Armature Works, LP
304 Commercial drive, Buda, TX 78640
Phone (512)312 0088 Fax (512)312 0988 MR: 18W 365 6045
Capabilities
AAW Facilities
0 Lathes: Both lathes are equipped with Digital readouts (DRO's) and are capable of
threading. Each of them are equipped with proper tooling for a multitude of operations.
1. Large lathe: capable of turning items up to 25" in diameter, up to 120"
long and up to 4400 lbs. This lathe was purchased new in late
2013/early 2014
2. Small lathe: capable of turning items up to 16" in diameter, and up to
64" in length.
3. HAAS CNC Lathe ST-40L
Endmilis: Both of our endmills are equipped with DRO's.
1. Enco Knee Milling Machine. It is equipped with a 54" table. It has a
maximum longitudinal travel of 38.5 " and a cross travel of 17". Spindle
speeds range from 78 rpm to 4200 rpm
2. Bridgeport Milling machine has a Table Size of 11" x 58", Table Travel (X-
Axis) 30", a Saddle Travel (Y-Axis) of 15", a twill Travel of 5", a Knee
Travel of 16", a Maximum Weight of workpiece of 1500 Lbs., and
Spindle Speeds, Infinitely Variable from 50 to 3500 RPM.
0 Mntnr Ta0 4%0St uinr eOrwaven+:
1. Baker winding Analyzer: The AWA predictive maintenance solution from
Baker Instrument Company offers flexibility in providing fault
recognition in one instrument. The AWAIV integrates a wide range of
electrical tests with the quality of a Baker. This instrument supports
common electric tests in a single field portable unit including Surge, DC
HiPot, Step Voltage, Continuous Ramp, Meg -ohm and winding
Resistance. This instrument complies to IEEE recommendations.
2. Lexseco Core Loss tester: The LEXSECO Model 2025 Core Loss
Tester provides a quick, efficient, and highly accurate method
for determining losses found in the core of stators, rotors, and
armatures. Core loss is a major cause of inefficiency in electric
motors, second only to copper winding loss. The LEXSECO Core
Loss Tester can determine if a motor is capable of operating at
rated efficiency after rebuilding or at time of manufacture and
provides the highest accuracy
available today.
U.S. Dopertmom of tabor"Ilk
,A
MSHAEO www,aawems.com '
Exhibit "A"
3. Fluke Power Monitor: We have intergraded a Fluke Power
Monitor into electric 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. SKF Laser Alignment Tool: Our laser alignment tool is capable
of producing before and after reports/images of your
alignments.
• Other Equipment:
1. Ovens; We are equipped with 2 bake ovens (3QO deg F or less), and one
burn out oven.
2. We have 2 sandblasters, one cabinet style blaster for smaller parts up to
100 Ibs, and a large outdoor sandblaster. We stock several different
types of media to suit the customers needs. We have adequate air
pressure and volume to meet the demand of out media►bblasters.
3. our technicians are equipped with a multitude of hand tools to fulfill
their daily functions and keep up with the demand of our customers.
• Welders: We have a wide variety of welding equipment including 3 portable (gas
powered) welding machines, several electric stick AC/DC shop welding machines, an
industrial duty 3 phase Miller 452 wire feed welder set up for mixed gas operations
(Stainless steel and mild steel welding), a wide variety of gas welding rigs, a large belt
grinder for rough facing, and a multitude of other hand shop tools. Our qualified
machinists are equipped with all types of measuring tools for making accurate precise
measurements.
• Balancing Machines: We are equipped with 2 balancing machines. Our largest
machine is capable of balancing parts up to 5000 Ibs, 48" in diameter and up to 10 ft in
length. Our Portalyzer (a product of Dynamics Research) can be connected with either
machine. The software has many preloaded options for balancing tolerances, and
produces an electronic report that will be stored on our remote server for future
reference.
• overhead Cranes: Our overhead crane system is rated at 10 tons (20.,000 Ibs) and
services our entire shop work area. We are also equipped with 9 other small jib cranes
ranging from 1 to 3 tons for smaller lighter lifting.
• Cleaning equipment: We maintain a 2000 psi hot water pressure washer, with
injectable industrial cleaners, for fast, proper, and safe cleaning of your equipment. We
have a medium sized cabinet for sandblasting that is stored inside of our facility, and a
larger sandblaster for cleaning larger products. Sandblast media such.as walnut shells,
corncobs, and fine sand can be used to prevent damage to more delicate materials. We
have an outside contractor that maintains out cleaning solvents and environmentally
safe parts washer.
• Presses: Our largest press is capable of producing 300 tons of pressure. Our mid-
sized press is 75 ton and may be operated in the vertical or horizontal position. We also
have a small 20 ton vertical press.
Exhibit "A"
CONFIDENTIAL
• Special coatings: We are capable and experienced at applying specialized coatings
on pumps, impellers, and outside housings. 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.
• Tooling: Our shop is equipped with all the proper tooling to meet our customer's
needs. We have available to our fully qualified mechanics not only a wide variety of
hand tools, but also many specialty tools so that jobs may be completed in a safe and
efficient manner. A small list of our equipment includes: inductive bearing heaters, 2
bake ovens, a burn out oven, a multitude of pullers, pneumatic tools, and a wide variety
of hand tools.
• Flow meter: We have 2 portable flow meter to test for pump flow. Certain smaller
pumps may also be tested in house for flow and head.
• Onsite service: 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 full set of hand
tools.
• Pick up/Deliveries: We have multiple qualified drivers and delivery trucks. Our
largest truck is a class B bobtail truck (Peterbuilt), capable of hauling 40,000 Ibs and is
equipped with a 28 ft bed. We have several smaller trucks for transporting smaller
equipment.
Exhibit "A" .4f ��f 6
49
Pumps Motors Controls
Austin Armature Works, LP
304 Commercial drive, Buda, TX 78640
o
Phone (512)312 0088 Fax (512)312 0988cot
//o
Approach Plan
A. Staffing Plan
• All calls for needed service may be initiated through our office. Our automated phone
system will automatically transfer callers over to the correct department (shop
repair/sales or service). Our management staff are equipped with company maintained
mobile phones. Our team of mechanics, winders, machinists, electricians, and
application specialists is committed to the 24/7 support of our customers.
• Our sales staff and managers may also be contacted directly. Our management staff is
available 24 hrs a day, to answer questions and schedule emergency services. We have
several different staff members with company owned cell phones and company vehicles
that can perform these tasks.
• In addition to our shop in Buda, we have a second location in Taylor (Taylor Armature
Works). We can transfer work between the 2 locations to meet our customer's needs.
Taylor Armature Works has similar repair capabilities to Austin Armature Works.
• We currently have 18 shop employees at Austin Armature Works, 5 shop employees at
Taylor Armature Works, and 10 Field service employees at Austin Armature Works. This
does not include our management staff, sales staff, application specialist or office
support.
• We have a comprehensive list of vendors that support us as a major industrial and
municipal repair facility in the area. These vendors know the importance of keeping our
B. Process
customer's equipment in operation.
• The initial call for unscheduled service work can be initiated through your area sales
annator nl lr fiolrl cionAr n r"nn-3r7pr of or n irn cur eve
ral w,an-r. r ..Vn
r .. e o tL.,.
....,......a...., .. s .►�.r..r .iw.► •.+.t. *a$.'a$ .b\.►, %""o VffrVV, �l1.1f V fl 1Gl! 111ci!lQ 1, L%! C Vf Lift:
owners. Upon initial contact we gather as much information from our customer as
possible, such as; location of the site, type of equipment (pump, motor, VFD, control
panel, etc.), the urgency of the service needed, and any history on the equipment. We
will then determine the most qualified technician(s) to send for=proper evaluation. The
technician will be dispatched to the site.
• The technician (along with the customer and our staff) will diagnose the failure and
determine the best method to complete the repair. ***Some equipment will have to be
brought into our shop for further evaluation***
• A cost for the repair of the equipment will be quoted to the City, along with equipment
TIR and other needed documentation. Estimated lead time for the repair will be listed
in the repair quote. We will do our best to give as accurate of information as possible
on the lead time of your repair. If there are options for expediting, we will list these at
the city's request.
U.S. Department of Labor
MSH
�!M �IliliM �0 � A�ml�flliW@1�M
www,aawems.com
EASA?)
E io&"Afl
• 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 on -time delivery of
the equipment, but if 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 or in writing. AAW
will make any changes needed to meet the requirements of the -customer. Agreed
pricing per the pricing schedule will apply for the materials and labor in the project.
• 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.
C. 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.), the issues or the service needed. We will then
determine if other qualified technician(s) 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"
�&Ifflufs sasc
Pumps Motors Controls
�� � j1j)Et411A*L ��Jj CAI'A'"
Austin Armature Works,, LP iIIiiliil�� JV7WV
304 Commercial drive,, Buda, TX 78640
Phone (512)312 0088 Fax (512)312 0988 call 1M MN 6W
Repair Technical Plan/Shop
Task 1 — Properly identify pump/motor to be bid. Our work process begins prior to ever
receiving the equipment in our facility. A thorough search of the job to be bid is conducted in
our system to verify if we have ever serviced the same pump before. If not, any and all
available information is gathered from the manufacturer to insure the bid we submit is as
accurate as possible. On larger jobs, the customer will usually be contacted prior to submitting
to verify the scope of work, time frame required, and point out any potential or accidental
#1 00 11 #1 ## to ff of of
omissions in the scope of work.
Task 2- Coordinate Transportation. While this step seems simple, we have found that
coordinating a specific time with the customer to be of crucial importance to insuring efficient
use of our time and the customers' time — especially with larger equipment. For this purpose,
our inside sales staff is responsible for insuring our driver is at the correct location at the
specified time and date. We have also installed GPS tracking units in all of our field service and
delivery trucks. We also utilize our custom job system to generate pick-up slips for any orders
that originate prior to our vehicles leaving our facility.
Task 3- Booking. immediately after unloading, the job is booked into our job system. A
unique ID number is generated by the system, which is permanently stamped into the pump
housing. At this time., any accessories that may have been on the pump, such as pulleys,
couplings,. or RTD's. We will also note any additional details, such as paint color, missing or
extra lifting provisions,, etc... Any specific instructions given to the driver will also be noted in
the system at this time, and later verified by the salesperson. Pictures will be taken of the
pump prior to being disassembled. Those pictures are downloaded to an off premises server.
Task 4- Initial Assessment. Prior to disassembly, we will sanitize and decontaminate the
pump. High pressure hot water and bleach are used in this process.
Task 5- Assignment of job. The equipment is sent to the appropriate department and
assigned to the correct employee based on work load, experience, and specific area of
expertise. If the job is a Rush or Emergency repair, steps will be taken to line out sufficient man
power to progress the job to the next process point.
Task 6- Disassemble and Inspect. The job is disassembled, and a root -cause failure
analysis is performed. After any notes relating to the probable cause of failure are entered into
the system, all parts are cleaned for inspection and measured. Bearing shaft journals and
housings are measured and recorded. Rotating assembly, wear rings, and other critical fits are
checked for visible signs of contact. Shafts are checked for run out, impeller is inspected for
signs of wear and cavitation. All information gathered is entered into our Pump Inspection
, W
SHA www,aawems.com EASA?)
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. A pre -repair meeting will take place between the shop
manager and all employees assigned to the project. The repair specifications provided by the
customer will be reviewed with the employees, and specific duties and responsibilities will be
assigned to insure a coordinated effort that meets each of the repair specifications. Any
required deviation from the specifications will be cleared by a the customer prior to
performance. At this point, parts are ordered. OEM parts are used whenever possible.
However, in the event of unacceptable pricing or availability, comparable aftermarket parts
might be used. UNDER NO CIRCUMSTANCES WILL AUSTIN ARMATURE WORKS USE SUB-
STANDARD OR GREY MARKET PARTS. ONLY NAMEBRAND BEARINGS, SUCH AS SKF, KOYO,
TIMKEN,. FAG OR RENK WILL BE USED. ONLY NAMEBRAND SEALS SUCH AS U.S.SEALS, BERLISS
AND QUANTUM.
Task 8 -- Reassemble. The pump is completely reassembled, and tolerances measured.
Pump will be painted. Notes from the booking process are compared to insure that the pump is
configured exactly as when it arrived.
Task 9 -- Test. Flanges will be bolted on to the pump (when permitted) and the pump
will be pressure tested. If any leaks are detected, repairs will be made and pump will be
retested.
Task 10 — Delivery. A delivery time is arranged with the customer to insure that the
pump is delivered to the customer at an agreed upon time, and at the customers' convenience.
Exhibit "A"
S/�u,Pi19.36
Pumps Motors Controls
Austin Armature Works, LP
496 Commercial drive, Buda, TX 78610
Phone (512)312 0088 Fax (512)312 0988
CONFIDENTIAL
WORK EXPERIENCE
2417 Support
call: 1800 365 6045
Austin Armature works maintains several municipal contracts similar to the contract being offered by
the City of Round Rock.
1) City of Temple.- We were awarded a contract with the City of Temple in 2018. The city has used
all of our services including:
a. Redesign of pumping systems
b. The design and addition of VFD's to their existing pumping system
c. Pump/motor repair services
d. Field services,
e. New replacement equipment
This contract is an annual contract that can be renewed for up to 5 years without rebid. In June
of 2020, Austin Armature Works and the City of Temple agreed to renew the contract for an
additional year.
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
3) We currently have 3 contracts with CPS Energy (City Public Service, City of San Antonio),
including.
a. Small motor repair and replacement contract (100 HP and Below)
Contract awarded in 2016-present date
b. Replacement Pump Contract
Contract Awarded in 2019
c. Pump Repair contract
Contract awarded in 2020
4) City of Schertz: Pump and motor repair services
Contract awarded 2016-present
5) Austin Energy (City of Austin), Electric Motor repair/replacement services
Awarded 2014-Present
U.S. Department of Labor
MSHA
www.aawemse�cam
EOSAA)
Exhibit "A" 10,
Pumps Motors Controls 2417 Support
Austin Armature Works, LP
304 Commercial drive, Buda, TX 78640 CONFIDENTIAL call: 1800 365 6045
Phone (512)312 0088 Fax (512)312 0988
Professional License List
Texas Electrical Contracting License
TDLR# 22954
Clayton Tischler Master Electrician (General Manager) TDLR#190999
Jeremy Garcia Journey Electrician (Field Supervisor) TDLR# 40992
Multiple other Journey and Apprentice Electricians
Professional and Manufacturing Certifications
EASA (Electrical Apparatus Service Association) repair Facility
Authorized Warranty Facility for TECO Westinghouse, WEG,, Toshiba, Leeson, Nidec (US), GE,
and Baldor (ABB) motors.
Authorized Service Center For Wilo Pumps,, Scott Pumps, HCP Pumps, Hydroflo Pumps
Authorized Service Center for ABB, TECO Westinghouse, and Eaton Variable Frequency Drives.
Factory Authorized VFD Commissioning for ABB., EATON.. TECO1. Sauare D.. and Siemens VFDs
U.S. Department of 11 Labor 11VISHALI
NNNIF
www,aawems,.com
EASA?)
Exhibit "A"
IV11i2417 Su ort
Pumps otor�s Controls pp
Austin Armature works, LP .� call. 1800 365 6045
496 Commercial drive, Buda, TX 78610
Phone (512)312 0088 Fax (512)312 0988
Safety Plan
AUSTIN ARMATURE WORKS, LP SAFETY PLAN DISCRIPTION Austin Armature Works (AAW) takes pride
in its most valued assets, its employees. To protect its employees we have a very detailed safety plan
in place. AAW also has an employee who is charged with making sure the safety plan is followed.
AAW's plan consists of mandatory safety meetings, training agendas and documentation for training
records. AAW also conducts yearly MSHA training for the employees that are exposed to mine sites.
Attached is the Table of Contents for our safety manual. If a full copy is needed one will be sent to
the customer
U.S. Department of Labor
MSHA
01
www,,aawems.com
AUSTIN ARMATURE WORKS, LP
The AUSTIN ARMATURE W RK t LP safety manual should be available to
all AUSTIN ARMATURE WORKS# LP personnel at all times. it is a reference
for employees to use during all AUSTIN ARMATURE WORKS, LP operations.
It should be distributed to all AUSTIN ARMATURE WORKS, LP offices, job
sites & other locations where employees are working.
Safety
Manual
ml-"--,.,.-,---,,...,.",�l-".... . ..... ...
Exhibit "A"
SAFETY MANUAL
Table of Contents
POLICYSTATEMENT ON SAFETY.....................................*..,...r.****w...**,,.♦**.*.***********..***.*.***..*Room*.,*********......** 3
DUTIESAND RESPONSIBILITIES ....................... ............... ......... ......... s.....s...,.s.s.r........w...,r....r.......,...............,
4
ABRASIVEBLASTING....................................................................................................................................
6
AERIALLIFTS ........ moo ..................:.....................*.,,...,....,.*,...*..,.....,r..,..,*,.*,.,....,,w.....w..,.,....,..,..,..,...*........*,..
14
ASSUREDEQUIPMENT GROUNDING ...... .............r............................,.:....`......Goes ,..........*.,.*..w........*..,........
16
BEHAVIOR BASED SAFETY- BBS.......... ..... .............*...,..,..*....*...,.........., .01 : �. 1fM�.M..................... ........ *ego
... 18
BLOODBORNEPATHOGENS .............. ................................................ Otago ................R*ell �......,................ 24
COMPRESSEDGAS CYLINDERS .... ............................... moo .........................,................... Sao Room .*„*.*.*.......,. 29
CONFINED SPACES PROGRAM...... ..... a ................ a ...... 32
CRANES............ ..i.,.Soo ..**....,,*..,.*.*..**,*.,..,.*0A*...................,f.,..........,.::.....I..r..l,..*,.,.*.*.,..*ease .,...6..*,,....r.*.....Soo 44
DISCIPLINARYPROGRAM........................................................................................................................... 77
DRIVINGSAFETY....*.*..,......s..s...........................a........,.s...s...s.,.......,..•...,....s................s*,....r....a.....,,........... 81
DRUGAND ALCOHOL POLICY............................memo ......................... moo memo .......... moo Roommate .......... moo some ..r.**.Rate
.,. 84
EMERGENCYACTION PLAN ................ . egos .................................. memo .. *so ........................... wee *oboes Room ........w..*....
93
FALLPROTECTION PROGRAM..................................................................................................................
110
FIRE PROTECTION/ EXTINGUISHERS............ so ef000see am 009000000400000000 ****a as**
119
FIRSTAID & CPR. ...........w.,..........*.,.....*........,*...*......*..............*.,........,.......,r..,.*..........goes.....................geese
122
FORKLIFTPROGRAM ........... ....... ...... .s.w..*.w......,,wr...**rs,s.....*....*s•.s,.wroomsr..r....r....*....•.w,...*.*ww,*..w...*r...*......**.
124
GENERAL SAFETY & HEALTH PROVISIONS .................*r..rws,,..s,.r..a..s.w.....ss....r.sr.rw...,..,...s.............,..w,....*,., 129
HANDAND POWER TOOLS PROGRAM.......r.............................r...*....,**,,.**........,*,*,..****...**..*r,..,.......,...,., 133
HAZARD IDENTIFICATION AND RISK ASSESSMENT.................................................................................. 139
HAZCOM (GHS ALIGNED) PROGRAM........ so*** a 000000000000 04*00 memo a *a**** me Samoa so so me a***** *a**** 142
HEXAVALENT CHROMIUM AND CADMIUM SAFETY ........... ........................ ........... _.............,................... 149
INCIDENT INVESTIGATION IGATION AND REPORTING........................................................................................... 155
LADDERSAFETY...................*of r***,"woo ***....r,.....,......,*Otago* ,..,.,,,..****** Rate .***.*... moo r..*..*....,as* *.. Rome .*.,..,r,w..........
161
LOCKOUTTAGOUT PROGRAM ... as* .. moo oboes" ..... so* .................. moo* *seems ............................ *some ease .*...*,r,,...,...,.t**
165
MANUALLIFTING ......................... memo ...r.....,..............................r...r,,,..,..,,,.,,.,,....r.....,..,..*..***.............,......
171
MOBILEEQUIPMENT........... a 0000 0 0 0 0 00 ***@so**** a 000*000*oe*****v o me 0000soo a *message a ********a soom.,99 at *** egos Poo** 0 a a seats a *0060
176
NFPA70E.ee.g..*,.e......,..g..w......g*.g.*..*..*.rg,r...e,*.,,****.***.,.*,..g.Room ***.**.o**.gss*memo r****,.***ege,.,*..o*..*so**.....,*.*e,*.**.*.*o.
179
NOISE EXPOSURE & HEARING CONSERVATION ..... .... ......................................*.......................................
187
PPEPROGRAM ....................................... ............................................................*....................................
191
PROCESS SAFETY MANAGEMENT..... 00 00*000000 00060 memo am *0000 of 6** *moo *****a* a *a***** me** a ****of a a&**@* *foes
197
REPIRATORY PROTECTION PROGRAM .................. ................. ..r................,............,........,.....**...,.......*.Staff
199
RIGGING, MATERIAL HANDLING PROGRAM ....... .......r...,.*..r........$.w,...,*...g........000soo..**owes,..,..o**some* .,,,.,....,
213
STOP WORK AUTHORITY PROGRAM.......................................................................................................
215
TRENCHING, SHORING & EXCAVATION PROGRAM....................so* moo ... owes* ..r.g.r....e,,...,ago moo ...,..soosee.e...so....
216
WELDING, CUTTING & NOTWORK...g...,..g..s..r...,...♦rr...................*.,.r.,.,......,*......,.........,,..g...rr..rr..w......r.*..
224
MINING SURFACE COAL SUPPLEMENTAL PROGRAM.........................................................e...*...w.......o....
232
MINING SURFACE— METAL NON—METAL ACCIDENT REPORTING ....... .. Poe ...............". *eases ..g...e...*.......,..,...
259
MINING SURFACE— METAL NON—METAL ELECTRICAL SAFETY...........r..*.....r...**.r...*.*00000sRoom g....Roommate s....***@
263
MINING SURFACE- METAL NON—METAL FALL PROTECTION.,.....*.*..moo ....*......**..o.r*****owe****asee so* .. *owe .,,.......
268
MINING SURFACE- METAL NON—METAL GENERAL SAFETY........................r...,.r.,.,,...*....s.e.........o...s,*.o.,.•
277
0 AUSTIN ARMATURE WORKS, LP 1
Exhibit "A"
SAFETY MANUAL
MINING SURFACE- METAL NON-METAL HAZARD COMMUNICATION..................................................... 281
MINING SURFACE- METAL NON-METAL NOISE EXPOSURE..................................................................... 287
MINING SURFACE- METAL NON-METAL PPE.........................................................:................................. 291
MINING SURFACE- METAL NON-METAL WELDING AND CUTTING.......................................................... 296
MINING UNDERGROUND COAL SUPPLEMENTAL PROGRAM..................................................................304
�NFjpFNr�,��
Q AUSTIN ARMATURE WORDS, LP 2
Attachment E
List of Pumps and Motors
Location
Equip. Identifier
Equip. Description
Serial Number
Year installed
Repaired or Replaced
How many times
Bay Hill Lift
P1
Hydromatic 7.5 HP 150 GPM
S4M750M2-4
Bay Hill Lift
P2
Hydromatic 7.5 HP 150 GPM
S4M750M2-4
Bluff Lift Station
P1
Hydromatic 2HP 40 GPM
HPG-200M2-2
Bluff Lift Station
P2
Hydromatic 2HP 40 GPM
HPG-200M2-2
Carnousty
P1
Hydromatic 40HP 250 GPM
S4LX4000FC
Carnousty
P2
Hydromatic 40HP 250 GPM
S4LX4000FC
FC Golf Course
P1
Hydromatic 40 HP 110 GPM
FC Golf Course
P2
Hydromatic 40 HP 110 GPM
Forest Creek
P1
Hydromatic 30HP 500GPM
S4L3000M4-4
2018
Forest Creek
P2
Hydromatic 30HP 500GPM
S41-3000M4-4
2018
Hilton Head
P1
Hydromatic 50 HP 700 GPM
S4B5000M4-4
Hilton Head
P2
Hydromatic 50 HP 700 GPM
S4B5000M4-4
HS
P2
Byron Jackson 2100gpm
Unavailable
1982
HS
P3
Byron Jackson 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
931111291
1994
HS
P7
Floway Pump
22739.5.1
1997
HS
P8
Floway Pumps
37581.1.1
2000
HS
P9
Floway Pumps
37581.1.2
2000
HS
P10
Flowserve Pump
0309ms002520.1
2005?
HS
P11
Flowserve Pumps
0903ms004797.1
2009
HS
M8
General Electric Motor 500Hp
ORG071006
2000
HS
M9
General Electric Motor 500Hp
ORG071006
2000
HS
M1
US Electric 200HP
R-6349-07-248
1982
HS
M2
US Electric 200HP
C6377-369
1982
HS
M3
US Electric 200HP
R-6349-07-240
1982
HS
M4
US Electric 200HP
GT1011396-NO7
1989
HS
M5
US Electric 400HP
G78110 X03W3400103 R1
1989
HS
M6
US Electric 400HP
N09N1290371C-01
1994
HS
M7
US Electric 450Hp
A0221660706R-1
1997
HS
M10
US Electric Motor 500Hp
G0902149761.100R
2005?
HS
M11
US Electric Motor 500Hp
P0320081420.001 R0001
2009
HS
P1
Byron Jackson 2100gpm
816-S-0741
1982
Repaired - 2019
1
Lake Creek
W3P
Flowserve
1105XGT75840
2014
Repaired 8/2018
1
Lake Creek
W4P
Flowserve
0209NG017510-1
Sep-02
Repaired 6/2017
Lake Creek
W31VI
Franklin Electric Model 23960485521
Unavailable
2014
Lake Creek
P1
Peerless Model 12HD 2000Gpm
N/A
2003
Lake Creek
P2
Peerless Model 12HD 2000Gpm
N/A
2003
Repaired 2018
Lake Creek
P3
Peerless Model 12HD 2000Gpm
N/A
2003
Lake Creek
P4
Peerless Model 12HD 2000Gpm
N/A
2003
Lake Creek
P5
Peerless Model 12HD 2000Gpm
N/A
2003
Lake Creek
P6
Peerless Model 12HD 2000Gpm
N/A
2003
Page 17
Attachment E
List of Pumps and Motors
Lake Creek
WIP
Unavailable
Unavailable
Lake Creek
Spare
US Electric 20OHp
H020OP2SLG
2019
Lake Creek
WIM
Us Electric 10OHp
R-9981-01-206
Lake Creek
mi
US Electric 200HP
F04-01036005-6T-01
2003
Repaired
1
Lake Creek
M2
US Electric 200HP
F04-01036730-6T-01
2003
Lake Creek
M3
US Electric 200HP
F04-010360005-6T-03
2003
Repaired
1
Lake Creek
M4
US Electric 200HP
R-6349-07-240
2003
Lake Creek
MS
US Electric 200HP
F04-01036005-6T-02
2003
Repaired
1
Lake Creek
M6
US Electric 200HP
F04-01036730-6T-03
2003
Lake Creek
W4M
US Electric 20OHp
P-01-7332204-0006-R-00-05
?
McNutt
P3
Fairbanks 125 HP 3875 GPM
5435MV
McNutt
P2
Fairbanks 125 HP 3875 GPM
5435MV
Oak Bluff
Pi
Hydrornatic 15HP 350GPM
S4L300OM4-4
Oak Bluff
P2
Hydrornatic 15HP 350GPM
S4L300OM4-4
Recycle Center
Pi
Liberty
Recycle Center
P2
Liberty
Reuse
Pi
Flowserve 14ENL-5
111ONSH01384-3
2011
Reuse
P2
Flowserve 14ENL-5
11IONSH0138-4-2
2011
Reuse
P3
Flowserve, 14ENL-5
111ONSH01384-2
2011
Reuse
TP2
Flowserve Model 16ENL 2200 GPM
111ONSH01386-2
2011
Reuse
TP1
Flowserve, Model 16ENL 2200GPM
111ONSH01386-1
2011
Reuse
Influent P1
Tsururni 20OB411-62 15Hp
Unavailable
2014
Reuse
Influent P2
Tsurumi 20OB411-62 15Hp
Unavailable
Reuse
mi
US Electric Motor 25OHp
S1020110601-001-R0002
2011
Reuse
M2
US Electric Motor 250Hp
S1020110601-001-R0003
2011
Reuse
M3
US Electric Motor 25OHp
S1020110601-001-R0001
2011
Reuse
TMI
US Electric Motor 30HP
SIO 20110602-0001 R 0001
2011
Reuse
TM2
US Electric Motor 30HP
S10 20110602-0001 R 0002
2011
S.E Booster
Pi
Byron Jackson 300OGpm
861-H-0752
2018
S.E Booster
P2
Byron Jackson 300OGpm
861-H-0751
2018
S.E Booster
P3
Byron Jackson 300OGpm
P05N3560159C-01
2018
S.E Booster
Mi
Us Motor Verticle 30OHp
P05N3560159C-03
2018
S.E Booster
M2
Us Motor Verticle 30OHp
P05N3560159C-02
2018
S.E Booster
M3
Us Motor Verticle 30OHp
P05N3560159C-01
2018
S.E Elevated
Pi
Gould Model 3410 (1200gpm)
ElOH64BWGLO41
Jul-17
S.E Elevated
P2
Gould Model 3410 (1200gpm)
237C255-2
Jul-17
S.E Elevated
P3
Gould Model 3410 (1200gpm)
237C255-1
Jul-17
S.E Elevated.
M2
US Motor 40Hp Model R300A
C011032061-00211-2
Jul-17
Yes
2
S.E Elevated
M3
Westinghouse DHP0406 40H
GK7975150003
Jul-17
S.E Elevated
Mi
Westinghouse DHP0406 40H
JT7089555001
Jul-17
Stone Oak
P3
Gould Pump 750 GPM
13242M-1
2005
No
0
Stone Oak
P2
Gould Pump 750 GPM
13242M-2
2005
No
0
Stone Oak
P3
Gould Pump 750 GPM
13242M-3
2005
No
0
Stone Oak
M2
Horizonal Baldor Elec. Motor 50HP
Z0503100114
2005
No
0
Stone Oak
M3
Horizonal Baldor Elec. Motor 50HP
Z0503100109
2005
No
0
Page 18
Attachment E
List of Pumps and Motors
Stone Oak
ml
Horizonal Baldor Elec. Motor 50HP
Z050210188
2005
No
0
Stone Oak
Pi
Hydromatic 234 HP 480 GPM
S4MVX1500JC
Stone Oak
P2
Hydromatic 234 HP 480 GPM
S4MVX1500JC
Trevino Court
Pi
Hydromatic 20 HP 350 GPM
S4K200OM4-4
Trevino Court
P2
Hydromatic 20 HP 350 GPM
S4K200OM4-4
Page 19
Exhibit "A"
IFB20-005REBID2
Attachment F
List of Locations
Location
Address
High Service
5200 N I H 35
Lake Creek
300 S Burnet
South 81
2323 S Mays
McNutt LS
3939 HWY 79
S.E. Pump
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 Meandering 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 Springs
Ba hill LS
3222 Ba hill Lane
Carnousty LS
3621 Carnousty Cove
Reuse Facility
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 Dr
Bay Hill Lift
3222 Bay Hill Lane
Carnousty
3621 Carnousty Cove
Stone Oak
10999 Wyoming S rin s
McNutt
3939 Hwy 79
FC Golf Course
Forest Creek Clubhouse
Recycle Center
Page 20
Exhibit "A"
7-
ROUND ROCtrt TEXAS
PURCHASINC; Orvistart
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Solicitation: 20-005REBID2 Addendum No: I Date of Addendum: 6/19/2020
This addendum is to incorporate the following changes to the above referenced solicitation:
I. Questions.yj of to to to It to of
Q1. Can you tell us who is the current vendor of contract?
A. 1. There is currently no vendor under contract for these services with the City of Round Rock.
11. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
APPROVED BY: 6/19/2020
Amanda Crowell, Purchaser
Purchasing Office, 512-218-5458
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY. -
Steven Goss
Kfame
06/30/2020
M,%4-.-%
L-IcAmw
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.
CERTIFICATE OF INTERESTED PARTIES FORM 1295
10fl
Complete Nos., l - 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos, 1, 21 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number:
of business. 2020=662170
Austin Armature Works, LP
Buda, TX United States gate Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 08/28/2020
being filed.
City Of Round Rock Date Acknowledged:
g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
000000
Water Treatment Facilities Pump and Motor Maintenance and Repair Services
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
5 Check only if there is NO Interested Party. X
6 UNSWORN DECLARATION
My name is Clayton Tischler ,and my date of birth is
Myaddressis 617 Rebecca Lane Bastrop TX . 78602 USA
(street) (city) (state) (zip code) (country)
declare under penalty of perjury that the foregoing is true and correct.
Executed in Hays County, State of Texas , on the 28 day of August 20 20
(month) (year)
moo 744C
Sign of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version Vl,1,3a6aat7d
CERTIFICATE OF INTERESTED PARTIES FORM 1295
10fl
Complete Nos, 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos, 1, 21 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number:
of business. 2020-662170
Austin Armature Works, LP
Buda, TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the -contract for -which the form is 08/28/2020
being filed.
City of Round Rock Date Acknowledged:
09/08/2020
g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
000000
Water Treatment Facilities Pump and Motor Maintenance and Repair Services
4 Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
5 Check only if there is NO Interested Party. X
6 UNSWORN DECLARATION
My name is ,and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
declare under penalty of perjury that the foregoing is true and correct.
Executed in W.County, State of , on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www,ethics.state,tx,us Version Vl,1,3a6aaf7d