Loading...
Contract - Austin Welder and Generator - 2/11/2021CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF GENERATOR INSTALLATION, PREVENTATIVE MAINTENANCE AND REPAIR SERVICES WITH AUSTIN WELDER AND GENERATOR SERVICE, INC. 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 generator installation, preventative maintenance and repair services, and for related goods and services (referred to herein as the "Agreement"), is made and entered into on this the _, day of the month of 7R,4?M F�-V , 2021 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 WELDER AND GENERATOR SERVICE, INC. (DBA "AUSTIN GENERATOR SERVICES"), whose offices are located at 2004 Howard Lane, Austin, Texas 78728 (referred to herein as the "Services Provider"). RECITALS: WHEREAS, City desires to purchase generator installation, preventative maintenance and repair services; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and services; an WHEREAS, City has determined the bid submitted by Services Provider provides the best value to the City; 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: 1.0 DEFINITIONS A. Agreement means the binding legal contract between City and Services Provider whereby City is obligated to buy specified services and Services Provider is obligated to sell 00462145/ss2 K - 2,0 2....1 - D 3'S same. The Agreement includes the following: (a) Citys'Invitation for Bid, designated Solicitation Number 20-01 dated September 2020 ("IFB"); (b) Services Provider's Response to IFB; and (c) any exhibits and/or addenda thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreemento (2) Services Provider's Response to IFB; (3) Ci"ty's Invitation for Bids, Addenda, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon wh40 ich 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. 2.0 EFFECTIVE DATE AND TERM A. This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect unless and until it expires by operation of the term indicated herein, or is terminated or extended as provided herein. B. The term of this Agreement shall be for sixty (60) months from the effective date hereof. Co City reserves the r41 In 40 ight to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.0 CONTRACT DOCUMENTS AND EXHIBITS City selected Services Provider to supply the services as outlined i*n the IFB; Addenda to IFB; and Response to IFB submitted bY Services Provider, all as specified in Exhibit "A," incorporated herein by reference for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and Addenda to IFB and as offered by Services Provider i*n its Response to the IFB. a The services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.0 ITEMS AWARDED AND SCOPE OF WORK Items Awarded. All bid items in "Attachment A — Bid Sheet" of Exhibit "A" are awarded to Services Provider. Scope of Work: Services Provider shall sati*sfactorily provide all services described in Exhibit " A," attached hereto, within the contract term specified in Section 2.0. Services Provider's Is Is undertakings shall be limited to performing services for City Md/or advising City concerning those matters on which Services Provider has been specifically engaged. Services Provider shall perform its services in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 5eO COSTS A. In consideration for the services to be performed by Services Provider, City agrees to pay Services Provider the amounts set forth in "Attachment A — Bid Sheet" of Exhl*bl*t «A „ Be The City shall be authorized to pay exceed Two Hundred Seventy -Eight Thousand Dollars ($2789 952.50) for the term of this Agreement. CP 6eO INVOICES the Services Provider an amount not -to - Nine Hundred Fifty -Two and 50/100 All invoices shall include, at a minimum, the following information: A. Name and address of ServIs ices Provider; B. Purchase Order Number; C. Description and quantity of items received or services provided; and Co Delivery or performance dates. 7.0 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING Authority for local governmental functions governments to contract with one another to perform certain and services, including but not limited to granted under Government Code, Title 7, Chapter 791, Interlocal Subchapter B and Subchapter C, and Local Government Code, Title 8, F. Section 271 0 101 and Section 271 01020 purchasing functions, is Cooperation Contracts, Chapter 271, Subchapter 3 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 service provider(s) and the City. Such agreement shall be conclusively inferred for the services provider from lack of exception to this clause in the service provider's response. However, all parties hereby expressly agree that the City i*s not an agent of, partner to, or representative of those outside agencies or entities and that the City i*s not obligated or liable for any action or debts that may arise out of such l*ndependently-negotiated "piggyback" procurements. 8.0 NON -APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City"s current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as detened by City's budget for the fiscal year in question. City may affect such terminatirmion by giving Services Provider a written notice of termination at the end of its then current fiscal year. 9.0 PROMPT PAYMENT POLICY In accordance with Chapter 225 1, V.T.C.A., Texas Government Code, payment to Services Provider will be made within thirty (30) days of the day on which City receives the perfloance, supplies, materials, equirmpment, and/or deliverables, or within thirty (30) days of the day on which the perfioance of services was completeor wi rmthin thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Services Provider may chargelnterest on n overdue pay ment 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)le however, this Policy does not apply to payments made by City I*n the event: A. There i*s a bona fide dispute between City and Services Provider, a contractor, subcontractor or supplier about the goods delivered or the service performed that cause the payment to be Iate; or Be The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There i*s a bona fide dispute between Services Provider and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be Iate; or D. Invoices are not mailed to City i@n strict accordance with instructions, i*f any, on the purchase order or the Agreement or other such contractual agreement. 10.0 GRATUITIES AND BRIBES City may, by written notice to Services Provider, cancel this Agreement without liability to Services Provider I*f it is determined by City that gratuities or bribes in the form of 4 entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Services Provider may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.0 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Services Provider's charges. 12.0 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Services Provider cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.0 INSURANCE Services Provider shall meet all insurance requirements set forth in Part II of IFB 20-011 and on the City's website at: httiDs://www.roundrocktexas.gov/wp-content/uploads/2014/12/corr insurance 07.20112. df 14.0 CITY' S REPRESENTATIVES City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: Chad McDowell General Services Director 212 Commerce Cove Round Rock, Texas 78664 512-341-3191 cmcdowel l&roundrocktexas. g�o_v 15.0 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party' s intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.0 DEFAULT If Services Provider abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re -advertisement of the service 5 10 and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Services Provider shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; Be 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. 17.0 TERMINATION AND SUSPENSION A. City has the rig convenience and without cause, Provider. it to terminate this Agreement, in whole or in part, for at any time upon thirty (30) days' written notice to Services Be In the event of any default by Services Provider, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Services Provider. C. Services Provider has the right to terminate thl'*s Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writ ing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon Ci*ty's delivery of the referenced notice to Services Provider40 'a, Services Provider shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice o f termination, Services Provider 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 Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.0 INDEMNIFICATION Services Provider shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, legal proceedings, claims, demands, damages, costs, expenses, attorneyactions, s fees, and any 6 and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Services Provider, or Services Provider's agents, employees or subcontractors, in the performance of Services Provider's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Services Provider (including, but not limited to the right to seek contribution) against any third 41 party who may be liable for an indemnified claim. 19.0 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES A. Services Provider, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. Be In accordance with Chapter 2270, Texas Government Code, a governmental entity mIs ay not enter into a contract with a company for goods and services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) and will not boycott Israel during the term of the contract. The signatory executing this Agreement on behalf of Services Provider verifies that Services Provider does not boycott Israel and will not boycott Israel during the term of this Agreement. 20.0 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assIn igns 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. 21.0 NOTICES All notices and other communIs ications in connection with this Agreement shall be i*n writing and shall be considered given as follows: 1. When delivered personally to the recipient's address as stated len this Agreement; or 2. Three (3) days after being deposited i*n the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Services Provider: Austin Welder and Generator Service, Inc. 2004 Howard Lane Austin, Texas 78728 Notice to City: City Manager 221 East Main Street Round Rock, TX 78664 Stephan L. Sheets, City Attorney AND TO: 309 East Main Street Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine Is 40 communications between representatives of City and Services Provider. 22.0 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is 18 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 41 governed by and construed in accordance with the laws and court decisions of the State of Texas. 23.0 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Services Provider and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 24.0 DISPUTE RESOLUTION City and Services Provider hereby expressly agree that no claims o disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 25.0 SEVERABILITY The invalidity, illegality, or unenforceabilIn ity of any provision of this Agreement or the Is occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the 40 stricken provision. The provisions of this section shall not prevent this entire Agreement from 40 being void should a provision which is of the essence of this Agreement be determined void. 26.0 MISCELLANEOUS PROVISIONS Standard of Care. Services Provider represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and 8 that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices,, Time is of the Essence. Services Provider understands and agrees that time i*s o f the essence and that any fai'*lure of Services Provider to fulfill obligati ons for each portion of this Agreement within the agreed ti'meframes will constitute a material breach of this Agreement. Services Provider shall be fully responsible for its delays or for failures to use best efforts i*n accordance with the terms of this Agreement. Where damage i*s caused to City due to Services Provider's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies,, Force Majeure. Neither City nor Services Provider shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which i*t 1'*s not responsible as defined herein. However, notice of such impediment or delay i*n performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed i*n multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one aand the same instrument,, [Signatures on the following page.] 9 IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City of Round Rock, Texas By: � Printed Name: Title: Ni Date Signed: _ Attest: By: i Sara L. White, City Clerk For City, roved as to, orm: '09 By: Stephan . Sheets, City Attorney Austin Welder and Generator Service, Inc. Printe ame: T.J. Linahan Title: Sales Manager Date Signed: 12/22J2020 lull Exhibit "A" :K TEXAS City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www. rou nd rocktexas.gov INVITATION FOR BID (IFB) GENERATOR INSTALLATION, PREVENTATIVE MAINTENANCE, AND REPAIR SERVICES SOLICITATION NUMBER 20=01 1 SEPTEMBER 2020 City of Round Rock Generator Installation, IFB 20-011 Class/Item: 936-39 September 2020 Exhibit "A" Preventive Maintenance, and Repair Services GENERATOR INSTALLATION, PREVENTATIVE MAINTENANCE, AND REPAIR SERVICES PART I GENERAL REQUIREMENTS 1. PURPOSE: The City of Round Rock, herein after "the City" seeks a bid from firms experienced in on -site installation, preventive maintenance, and repair services for generators at various City locations. On an annual basis the City intends to add 5% over the total cost described in the bid sheet to provide services for any additional generators that may come online throughout the life of the contract. 2. BACKGROUND: The City requests on -site installation, preventive maintenance, and repair services. This specification covers only the general requirements as to the performance and certain details to which the successful Respondent shall conform. Respondent shall be responsible for the servicing, troubleshooting, repairing, ordering, and replacing parts on generators in accordance with manufacturer's recommendations to ensure each unit is operating as designed for the intended application. 3. SOLICITATION PACKET: This solicitation packet is comprised of the following - 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) 7-10 Part IV — Specifications Page(s) 11-16 Attachment A — Bid Sheet Page 17 Attachment B — Respondent Questionnaire Page 18 Attachment C — Reference Sheet Page 19 Attachment D — Subcontractor Information Form Page 20 Attachment E — Work Order Sample Separate Attachment Attachment F — Sample Invoice Separate Attachment 4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact: Amanda Crowell Purchaser Purchasing Division City of Round Rock Phone: 512-218-5458 E-mail: acrowell@roundrocktexas.gov Allen Reich Purchaser Purchasing Division City of Round Rock Phone: 512-218-6682 Email: areich(a")-roundrocktexas.gov The individual listed above is the only authorized City contact for this solicitation. The authorized purchasing contact may be contacted by e-mail for clarification for this solicitation including specifications. No other City employee or representative may be contacted about this solicitation prior to contract approval. 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 of 20 City of Round Rock Exhibit "A" Generator Installation, Preventive Maintenance, and Repair Services IFB 20-011 Class/Item: 936-39 September 2020 5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. 6. 7. EVENT DATE Solicitation released September 3, 2020 Pre -Bid meeting / site visit September 14, 2020 @ 9:00 AM Deadline for submission of questions September 18, 2020 @ 5.00 PM, CST Cityresponses to questions or addendums p Approximately September 23, 2020 @ 5:00 PM, CST Deadline for submission of responses October 2, 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.- httgs://www.roundrocktexas.gov/businesses/solicitations Questions shall be submitted in writing to the "Authorized Purchasing Contact". The City reserves the right to modify these dates. Notice of date change will be posted to the City's website- https://www.roundrocktexas.gov/businesses/solicitations SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at https://www.roundrocktexas.gov/businesses/solicitations 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. OPTIONAL PRE -BID MEETING / SITE VISIT AND INSPECTION: A pre -bid meeting will be conducted to fully acquaint Respondents with the facilities, difficulties, and/or restrictions inherent in the services specified. The pre -bid meeting will be conducted on the date specified in PART I Section 5 — Schedule of Events. A. Attendance at the pre -bid meeting / site visit is optional. Respondents shall sign -in at the pre -bid meeting to document their attendance. Immediately following the pre -bid meeting, a site visit tour will be conducted to enable Respondents to determine labor, equipment, supplies and materials necessary to perform the services specified herein. The pre -bid meeting and site visit tour which shall begin at. - City Council Chambers 221 East Main St Round Rock, Texas 78664 B. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre - bid meeting / site visit. 8. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3.00 PM, on the due date noted in PART I, Section 5 — Schedule of Events. Mail or hand deliver sealed responses to: City of Round Rock Attn: 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 not acceptable. C. Responses cannot be altered or amended after opening. D. No response can be withdrawn after opening without written approval from the City for an acceptable reason. Page 3 of 20 City of Round Rock Exhibit "A" Generator Installation, Preventive Maintenance, and Repair Services IFB 20-01 1 Class/Item: 936-39 September 2020 E. The City will not be bound by any oral statement or offer made contrary to the written specifications. F. Samples andfor copies shall be provided at the Resp��,:)ndents expense and shall become the property of the City. G. Late responses will not be considered and will be returned unopened if a return address is provided. 9. RESPONDENT REQUIREMENTS.@ The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Respondents are 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. 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 https://www.roundrocktexas.gov/businesses/solicitations for any updates pertaining to the solicitation. ❑ Attachment An. BID SHEET: The bid response shall be submitted on the 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. ❑ Attachment Bo RESPONDENT QUESTIONNAIRE (for evaluation): Completethe respondent questionnaire and attach extra sheets and supporting documents as requested Attachment Co. REFERENCE SHEET: Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies, or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. ❑ Attachment Do. SUBCONTRACTOR INFORMATION FORM: Provide a signed copy of the Subcontractor Information Form. 10. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to accept any response deemed most advantageous, or to waive any irregularities or informalities in the response received that best serves the interest and at the sole discretion of the City. All solicitations received may be evaluated based on the best value for the City. In determining best value, the City may consider: A. Purchase price. B. Reputation of Respondent and of Respondent's goods and services. C. Quality of the Respondent's goods and services. D. The extent to which the goods and services meet the City's needs. E. Respondent's past performance with the City. F. The total long - term cost to the City to acquire the Respondent's goods or services. G. Any relevant criteria specifically listed in the solicitation. H. If the solicitation is evaluated with points, the respondent must earn a minimum of 15 points on criteria not related to cost to be considered for contract award. Page 4 of 20 City of Round Rock Exhibit "A" Generator Installation, Preventive Maintenance, and Repair Services IFB 20-011 Class/Item: 936-39 September 2020 Respondents may be contacted for clarification of bid and/or to discuss details of the services they are proposing. EVALUATION FACTORS Total of 100 Points • Cost — 60 Points • Response to Attachment D — Respondent Questionnaire — 40 Points allocated to following criteria. o Vehicle and equipment list = 5 Points o Training and development = 10 Points o Company and individual work experience = 25 Points Respondents may be contacted for clarification of bid and/or to discuss details of the services they are proposing. 11. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions, Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the Texas Public Information Act. Following an award, responses are subject to release as public information unless the response or specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing is not considered to be confidential under any circumstances A. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the document. The City will not be responsible for any public disclosure of confidential information if it is not clearly marked as such. B. If a request is made under the Texas Public Information Act to inspect information designated as confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and information as to why the information should be protected from disclosure. The matter will then be presented to the Attorney General of Texas for final determination. 12. 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. 13. 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 of 20 City of Round Rock Exhibit "A" Generator Installation, Preventive Maintenance, and Repair Services IFB 20-011 Class/Item: 936-39 September 2020 PART 11 DEFINITIONS, STANDARD TERMS AND CONDITIONS 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/ urchasing/ 2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: https-://www.roundrocktexas.gov/departments/ urchasin / Page 6 of 20 City of Round Rock Generator Installation, IFB 20-01 1 Class/Item: 936-39 September 2020 Exhibit "A " Preventive Maintenance, and Repair Services 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 generator installation, preventative maintenance, and repair services as specified herein and have adequate organization, facilities, equipment, financial capability, and personnel to ensure prompt and efficient service to the City. B. 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. C. 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 D- Subcontractor Information Form. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractors own acts and omissions. The Contractor shall: A. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications, and terms of the Contract. B. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary insurance in the type and amounts specified for the Vendor, with the City being named as an additional insured; and C. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. D. Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of any subcontractors throughout the term of the contract. 4. SAFETY: The City reserves the right to remove any employee from City property for violation of federal, state, and local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent shall: A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, safety, and environmental laws ordinances, rules and regulations in the performance of these services; B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Incase of conflict, the most stringent safety requirement shall govern. Page 7 of 20 City of Round Rock Exhibit "A" Generator Installation, Preventive Maintenance, and Repair Services IFB 20-011 Class/Item: 936-39 September 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 Contractors' obligations under this paragraph. D. Due to COVID-19 all Contractor employees must practice social distancing when able and always wear the following when on -site: face mask and gloves. In addition, the Contractor agrees to comply with all state and local guidelines with regards to COVID-19 safety and prevention. The City's COVID-19 guidelines can be found at: htt s://www.roundrocktexas. ov/de artments/fire/emer enc -mans ement/coronavirus-covid-19- information/ 5. DAMAGE: The Vendor shall be responsible for damage to the City's equipment or property, the workplace and its contents by its work, negligence in work, its personnel and equipment. The Vendor shall be responsible and liable for the safety, injury, and health of its working personnel while its employees are performing service work. 6. WORKFORCE: Successful Respondent shall: A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner. B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly identifies them as the Respondent's employee. C. Employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States. 7. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include that cost on the bid sheet 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. Cost for parts and materials shall be based upon the vendor response listed under Section III of the bid sheet. To ensure contract compliance, the verified Manufacturer Suggested Retail Price (MSRP) and contracted percent off shall be clearly stated for each item listed on the invoice. PRICE INCREASE: Contract prices for generator preventative 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 7% for any single line item. A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage change in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The price adjustment rate will be determined by comparing the percentage difference between the CPI in effect for the base year six-month average (January through June OR July through December); and each (January through June OR July through December six month average) thereafter. The percentage difference between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics, Consumer Price Index website: http://www.bls.gov/cpi/. B. Procedure to Request Increase: i. Mail the written price increase request with the rate detail comparison and comprehensive calculation and any supporting documentation to the designated City Contract Specialist a minimum of 45 days prior to the annual Contract anniversary date. The detailed written calculation will be verified and confirmed. All written requests for increases must include the City of Round Rock contract number, solicitation reference information and contact information for the authorized representative requesting the increase. Price increase requests shall be sent by mail to: Page 8 of 20 City of Round Rock Exhibit "A" Generator Installation, Preventive Maintenance, and Repair Services I F B 2 0-011 Class/Item: 936-39 September 2020 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 Vendor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 9. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance anytime during the contract term. 10. ACCEPTANCE/INSPECTION: Acceptance inspection should take no more than five (5) working days. The awarded respondent will be notified within the time frame if the services delivered are not in full compliance with the specifications. In the event the services are not performed to the satisfaction of the City, the vendor shall agree to reperform services to specification at no additional cost to the City. If any agreement or purchase order is cancelled for non -acceptance, the needed services may be purchased elsewhere. 11. ORDER QUANTITY: The quantities shown in the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy requirements within budgetary constraints, which may be more or less than indicated. 12. PERMITS: The Successful Respondent shall verify and obtain all necessary permits, licenses, and/or certificates required by federal, state, and local laws, ordinances, rules or regulations for the completion of the services as specified if required for the project. 13. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split award, primary and secondary award, non -award, or use any combination that best serves the interest and at the sole discretion of the City. 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. 14. POST AWARD MEETING: The City and Successful Respondent(s) may have a post award meeting to discuss, but not be limited to the following: A. The method to provide a smooth and orderly transition of services performed from the current contractor. B. Provide City contact(s) information for implementation of agreement. C. Identify specific milestones, goals, and strategies to meet objectives. 15. POINT OF CONTACT / DESIGNATED REPRESENTATIVE: A. Contractor's point of contact: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified point of contact upon award of the contract to include contact information. The City's designated representative shall be notified by the Respondent immediately should the point of contact change. B. The City's designated representative is: Marshall Reynolds Fleet Operations Manager General Services Department Phone: (512) 218-5571 E-mail: mreynolds(@,roundrocktexas.gov Page 9 of 20 City of Round Rock Exhibit "A" Generator Installation, Preventive Maintenance, and Repair Services IFB 20-011 Class/Item: 936-39 September 2020 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 10 of 20 City of Round Rock Exhibit "A" Generator Installation, Preventive Maintenance, and Repair Services IFB 20-01 1 Class/Item: 936m39 September 2020 PART IV SCOPE OF WORK 1. INTRODUCTIONI: The City requests on -site installation, maintenance, and repair service for generators at various City locations. This specification covers only the general requirements as to the performance and certain details to which the successful Respondent shall conform. Contractor shall be responsible for the servicing, troubleshooting, repairing, ordering and replacement of parts on generators, in accordance with manufacturer's recommendations, to ensure each unit is operating as designed for the intended application. 2. SERVICE LOCATIONS: Installation, annual, preventative, and repair services shall include, but not be limited to, items identified on Attachment A- Bid Sheet and performed as recommended by manufacturer. Many of these locations have site restrictions and will require access. The Contractor shall coordinate their schedule with the City of Round Rock to obtain access to these restricted areas. The City reserves the right to add or remove locations as equipment comes online or is decommissioned. 3. GENERAL PREVENTIVE MAINTENANCE (PM) GUIDELINES: All preventative maintenance inspections and repairs shall be in accordance with the manufacturer's recommended guidelines. If, in the event of any conflict, the manufacturer's recommendations shall prevail. The Successful Contractor shall: A. Contact the City representative to coordinate mutually agreed upon dates/times between the City representative and the Contractor before any preventative maintenance, work, or inspections are performed. At the conclusion of the work each day the area shall be left tidy and clean. B. Provide a minimum of four quarterly PM inspections annually. Quarterly inspections are defined as inspections spaced three months apart. C. During each quarterly inspection, all systems shall be visually checked for potential problems, and shall be manually tested to ensure reliability. D. The fourth quarterly maintenance will be performed as a component of the scheduled annual maintenance and will not be billed separately. E. Communicate immediately with the City POC if, during the course of preventative maintenance, a problem is identified and before any work is done to correct the problem. F. Supply a detailed inspection and preventative maintenance worksheet/Work Order Form to the Fleet Operations Manager upon completion of each PM and/or inspection. See Attachment E- Work Order Sample. G. Ensure maintenance parts are onsite at the scheduled time of service. 4. SPECIFIC PM GUIDELINES - A. STARTING SYSTEM: i. Clean batteries and cables. ii. Check and record specific gravity if batteries are lead -acid or, check and record voltage readingsif batteries are nickel -cadmium. iii. Check for proper starter operations, noting any usual noises. iv. Check for proper cranking motor disconnect. v. Replace plugs, points, cap, rotor, condenser (where applicable), and clean as required. Check all connections in fuel, oil, cooling, battery, and exhaust systems. B. BATTERY CHARGING SYSTEM: i. Clean all battery terminals, verify integrity of cables and connectors. Apply corrosion inhibitor. ii. Check battery charging alternator for proper output. i aiis . Check electrolyte level and fill. iv. Load test batteries. Page I I of 20 City of Round Rock Exhibit "A" Generator Installation, Preventive Maintenance, and Repair Services 11713 20-01 1 Class/Item: 936-39 September 2020 v. Hydrometer test batteries. vi. Inspect test battery charger for high and low rate and alarms (if applicable). vii. Check engine alternator. Verify and record output. C. FUEL SYSTEM: i. Check engine and supply system for any fuel leaks. ii. Check operation of day tank pump and float switch. 10 iii. Check electrical and piping connections to day tank. iv. Drain condensation from fuel water separator. v. Change fuel filters on annual service. vi. Fuel treatment at City J s request to add stabilizer to fuel tanks. vii. Inspect all fuel lines and injector pump for leak(s). D. LUBE OIL SYSTEM: i. Check engine oil level. ii. Check engine oil pressure. iii. Take sample of tube oil for analysis [one per year]. iv. Change tube oil and filter on annual service. v. Properly dispose of used oil filters. E. AIR INTAKE SYSTEM: i. Inspect air intake system including filter condition, crankcase breather, turbocharger, air -box drains, louvers, and ductwork (where applicable). Change filters if applicable. ii. Listen for any unusual noises from this area. 4B iii, Ensure that air intake flow is not unduly restricted. F. EXHAUST SYSTEM: i. Inspect exhaust system including muffler(s) and drain condensation trap. Inspect exhaust flex coupling and piping for leaks and proper operation. ii. Verify rain cap operation. iii. Check for abnormal vibration noise. iv. Inspect spark plugs, plug wires and distributors (gas fueled only). v. Visually check exhaust outlet for excessive smoking. vi. Visually check crankcase breather for excessive smoking. G. ENGINE COOLING SYSTEM: i. Check coolant level. Fill as needed per manufacturer specifications. ii. Check for proper amount of anti -freeze. iii. Check coolant freeze point. iv. Check radiator core for obstruction or buildup of foreign matter. v. Check general condition of engine coolant. vi. Check for and repair leaks. vii. Check inhibitors (nitrites). viii. Replace coolant filter (if applicable). ix. Check for proper operation of louvers, either motorized of gravity (if applicable). x. Check all belts for wear and proper tension. xi. Check all hoses for cracks and brittleness. xii. Check jacket water heaters and thermostats for proper operation. xiii. Take sample of coolant for analysis [one per year]. H. SPEED CONTROL SYSTEM: Page 12 of 20 City of Round Rock Exhibit "A If Generator Installation, Preventive Maintenance, and Repair Services 11713 20-011 Class/Item: 936-39 September 2020 i. Check governor rods and linkage for loose or worn parts. ii. Check governor operation under load. iii. Tighten loose wiring connections and note any potential problems. I. SAFETY SYSTEM: i. Verify and record oil pressure and water temperature. ii. Test all safety shut down circuits and alarms including over -speed, over -crank, low oil pressure, high water temperature, low coolant level, pre -alarms (if applicable). J. AC POWER GENERATOR: i. Make a general inspection of all electrical connections on regulator and generator. ii. Grease bearings if necessary. iii. Check and adjust voltage regulator. iv. Inspect slip rings. K. ENGINE CONTROL PANEL: i. Inspect for any loose connections, terminals, hour meter, oil pressure @ operation RPM (include hot cold PSI) voltmeter, water temperature, and ammeter. ii. Inspect condition of relay contacts. iii. Thoroughly clean control panel. iv. Check operation of all lights and replace any indicator lights not working. v. Replace any blown fuses. vi. Check operation of main circuit breaker and leave in "READY" position. vii. Verify and record output voltage and adjust regulator if needed. viii. Calibrate control meters. ix. Verify and record output frequency and adjust governor, if necessary. L. TRANSFER SWITCHES: i. Inspect general cleanliness (interior and exterior). ii. Inspect lugs, terminals, and connections. Tighten lugs, as needed. iii. Inspect wires for chafing. iv. Clean contacts. v. Lubricate per manufacturer specifications. vi. Check for binding or wear of mechanical linkage. vii. Inspect for arc damage or contact pitting. viii. Verify proper operation of all panel lamps. Replace, as needed. M. ENGINE: i. Carefully inspect engine for leaks or deterioration. ii. Make note of any unusual sounds during walk -around inspections. iii. Check and adjust voltage and frequency. iv. Add engine fluids as required. v. Grease necessary fittings. vi. General maintenance on jacket water heaters, engine plumbing, etc. N. FLUID CHANGE: i. One engine oil and oil filter change per year. ii. Coolants change if applicable. O. LOAD TESTING: During load testing, readings of the following must be recorded: i. Lube oil pressure. ii. Water Temperature. Page 13 of 20 City of Round Rock Exhibit "A" Generator Installation, Preventive Maintenance, and Repair Services IFB 20-011 Class/Item: 936-39 September 2020 iii. Frequency. iv. Current (all three phases). v. Voltage (all three phases). vi. Kilowatts. vii. Check auto start - stop move. viii. Check operation of transfer switch when requested by City. 5. ANNUAL MAINTENANCE (AM): Annual maintenance service shall be performed on each designated generator in the fall or fourth quarter of each year and in conjunction with the preventive maintenance. Annual maintenance shall include, but not be limited to, the specifications in the manufacturer's recommended guidelines: A. Perform annual maintenance at a time mutually agreed upon between the City representative and the respondent. B. Check fuel level, drain separator, and add fuel additive. C. Change oil. D. Filter replacement including oil filters, fuel filters, coolant filters and air filters. E. Add fuel treatment/stabilizer to tank. F. Provide analysis on oil, fuel, and coolant. G. Replace ignition parts (gas, diesel - gasoline units only). H. Testing all safety shutdowns. At this time, a series of tests shall be conducted to ensure reliability and satisfactory interfacing between components. I. Load Testing: Load tests shall be performed in conjunction with the annual maintenances. i. A minimum two-hour load bank test shall be performed on each of the generators at the time of the annual maintenance, unless otherwise noted in the solicitation. ii. All tests will be supervised by a City technician. iii. Load bank equipment rental costs and personnel costs shall also be included in the annual maintenance cost listed on the bid sheet. iv. A copy of the load test results shall be provided to the City within five business days. v. Load tests shall be performed on all generator systems listed in Attachment A- Bid Sheet. The City reserves the right to add or remove locations as new items come online and other items become decommissioned. J. Test Results: Contractors shall provide to the City a copy of all test results upon completion of the annual maintenance, to include, but not be limited to fuel, oil and coolant analysis, safety shutdowns, and load test. 6. INSTALLATION: A. Upon receiving a request from the City for generator installation the Contractor shall perform a site visit. The contractor will then supply a quote to the City for installation services. B. The City will furnish the generator and automatic transfer switch specifications for the Contractor to verify compatibility of automatic transfer switch. C. Contractor shall coordinate the scheduling of generator installation with the City's POCS D. Coordinate with the Plant Superintendent or delegated contact for Lock-out/Tag-out (LOTO) of equipment. E. Mobilize equipment, personnel, and materials for job site preparation including: i. Provide all labor, tools, equipment, and all incidentals required for the task at requested. ii. Staging of equipment and supplies. iii. Provide necessary crane services as needed or have the means to acquire the proper lifting mechanism, to complete removal of any generator being decommissioned. iv. Remove existing generator and related equipment for transport to the City Fleet Operations. v. Install generator and automatic transfer switch. Page 14 of 20 City of Round Rock Exhibit "A" Generator Installation, Preventive Maintenance, and Repair Services IFB 20-01 1 Class/Item: 936-39 September 2020 vi. Restore worksite to previous condition. vii. Be responsible for all debris removal resulting from the services provided. viii. Provide quality work performed to the standards of the generator maintenance and repair industry, individual manufacturer requirements, and complete satisfaction of the City. F. Contractor will be required to do a test startup of installed generator with a City personnel immediately upon completion of installation. G. If a generator is being replaced the Contractor shall transport the decommissioned generator to Fleet Operations at: 901 Luther Peterson Place Round Rock Texas 78665 7. REPAIR SERVICES: Repair service shall be performed on site at the equipment location(s) within the time frames specified below: A. Emerciencv Service Call- "Emergency services" are defined as requests made that are immediately necessary and may stop normal operations for the City. i. Contractor shall return the call of the City's POC and schedule repair within one hour of the City's emergency call for repair service. ii. Be on location at the generator site within two hours after notification by the City that an emergency has occurred. iii. If the City determines a rental generator is required, the Contractor shall provide a rental unit to the City at the price listed under the Contractor's cost-plus markup listed on the bid sheet until the City's generator is repaired and fully functional. All rentals shall be approved by an authorized City representative. B. Non=EArneLcLencv Service Call- Non -Emergency Service is defined as requests for repairs that, if the issue is not resolved in a reasonable amount of time, will stop normal operations. The Contractor shall: i. Call the City POC to schedule repair within four hours of City's call(s) for repair services. ii. Be on location at the generator site within 24 hours after notification by the City that non -emergency repair services are required. C. Service technicians shall: i. Inform the City POC of their arrival and upon completion of work. If work is not completed the technician must contact the City and inform them of when he will be on site to complete the task prior to leaving the site. ii. Be fully qualified to work on the listed equipment. iii. Employed by the Contractor on the effective date of the contract. iv. Contractor shall be able to verify that service personnel have had training with a minimum of one year of "hands on" experience working on the brands/models of City equipment. v. If during the term of this contract a new service technician is hired by the contract, the contractor shall provide certifications and qualifications to the City verifying that the employee is qualified to work on the City's equipment prior to them coming on site. vi. For repairs all repair parts must be onsite within three business days from approval date 8. ENGINEERING CHANGES: The Contractor shall advise the City of any engineering changes within thirty days of the changes being made available to them by the equipment manufacturer. The City reserves the right to agree or disagree to the installation of the engineering changes at time of notification. When the City agrees to installation, the following applies: A. The equipment manufacturer, or their designated representative, shall install engineering changes within ninety days of acceptance by City's designated POC. B. At any point during the contract term, at the request of the City, the Contractor agrees to provide a quote to the City for the costs involved in bringing all equipment to current engineering change levels. Due to the age of all City owned generators, engineering changes levels shall NOT be interpreted to include generator replacement due to obsolescence. Also, the Contractor agrees to replace, at the discretion of the City, any parts installed during the service period that were not manufactured by the OEM. Page 15 of 20 City of Round Rock Generator Installation, IFB 20-01 1 Class/Item: 936-39 September 2020 Exhibit "A " Preventive Maintenance, and Repair Services C. Engineering Changes shall be authorized by the issuance of a City Purchase Order separate from this contract. 9. DOCUMENT REQUIREMENTS: A. Malfunction Reports: The Contractor shall complete and furnish a malfunction report with the associated invoice for each maintenance and/or service call. A copy of each malfunction report shall be presented with time and material used outside the parameters of the quarterly and/or annual charge. Invoices shall be received by the City before the next scheduled quarterly maintenance. Reports shall include, at a minimum, the following information: i. Date and time notification received. ii. Location of equipment. iii. Date and time of arrival. iv. Type and model of equipment. v. Time spent for repair- vi. Description of malfunction and repair. vil. Date and time equipment was made operational. vin. Part(s) ordered. ix. A detailed description of all completed repair work certifying equipment is in working order, shall be signed by authorized City Representative at the time work is performed and shall accompany the invoice for such work. B. Service Records: In addition to the malfunction incident report(s), Contractor shall maintain a complete record of all services performed on each piece of equipment including any additions to the City's inventory throughout the contract and extension periods, including all parts replaced. The service record shall be an individual record identifying each piece of equipment explicitly, with a complete history of service and all parts used. All service records and all test results shall be furnished to the City for review. C. Work Orders: All work orders shall be detailed and include the description of services provided and summaries of estimated costs. See Attachment E- Work Order Sample. All work orders shall be provided to the City prior to invoicing. D. I nvoices: Invoices shall be received within five days of acceptance of completed work. Invoices shall include the hours for service, a detailed description of work, and a list of parts. All invoices shall include the Identification/serial number of the unit serviced. See Attachment F- Sample Invoice. E. INSTALLATION: Furnish the City with the itemized record of installation for each job. 10a CITY RESPONSIBILITIES: The City will - A. Confirm scheduling of work to be done. B. Provide local vehicle parking and access to the work areas. If suitable parking cannot be furnished by the City, the Contractor shall make arrangements for off -site parking and transportation to/from the work site. C. Provide access to location where service is required. D. Ensure area of work is free of safety hazards. E. Inspect work performed to ensure compliance with the scope of work. F. Provide the Contractor with most current list of generators requiring service. G. Furnish generators and automatic transfer switches for any new installation. Page 16 of 20 City of Round Rock Exhibit "A" Generator Installation, Preventive Maintenance, and Repair Services IFB 20-011 Class/Item: 936-39 September 2020 ATTACHMENT A BID SHEET 1. ATTACHMENT A — BID SHEET is posted in Solicitation Documents for IFB 20-011 Generator Installation, Preventive Maintenance and Repair Services in an Excel format on the City of Round Rock website at- https://www. roundrocktexas. ov/de artments/ urchasin / urchasin -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 Vendor Database. To register, go to: https://roundrock.munisselfservice.comNendors/default.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 17 of 20 Attachment A- Bid Sheet UPDATED Generator Installation, Preventative Maintenance, and Repair Services 1 F B # 20-011 The Respondent represents by their signature below that they are submitting a binding offer and are authorized to bind the respondent to fully comply with the solicitation documents contained in IFB No. 20-011 Generator Installation, Preventative Maintenance, and Repair Services. The Respondent acknowledges that they have received and read the entire solicitation packet, attachments, addendums, and all documents incorporated by reference, and agrees to be bound by the terms therein. Special Instructions: All prices must be quoted in order to be considered responsive, be advised that exceptions taken to any portion of the solicitation will jeopardize acceptance of the bid. Alternative bids will not be considered and unauthorized modifications to the bid sheet format will result in the rejection of the bid. The City reserves the right to purchase more or less than the quantities indicated below. On an annual basis the City intends to add 5% over the total annual cost described in the bid sheet to provide services for any additional generators that may come online throughout the life of the contract. Section I: Generator Maintenance No. Location Description Schedule Estimated Unit Unit Cost Extended Total Quantitv Generator - Make: Kohler / Mdl. 60REOZJB / Serial No. 2025920 62kW / Phase 3 / 480V QUARTERLY - Preventive Maintenance (PM) 3 QTR S 140.00 S 420.00 Baca Senior Center 301 Transfer Switch - Make: Kohler / Mdl. KCT-AMVA-0104S / Serial JANNUAL MAINTENANCE to include 4th 1 YR E. Bagdad Ave., Bldg 2 No. K2025711 quarterly maintenance (AM) S 433.00 S 433.00 1 LOAD TEST - AM YR S 355.00 S 355.00 Generator - Make: Kohler/ Mdl. 10OREOZJF / Serial No. QUARTERLY - Preventive Maintenance (PM) 3 _ QTR 3346GMGG0034 100kW / Phase 3 / 480V S 140.00 S 420.00 Carnousty Transfer Switch - Make: Kohler / Mdl. KSS-AMTC-0225S / Serial ANNUAL MAINTENANCE to include 4th 1 YR 3621 Carnousty Cove No. A333GMGDO520 quarterly maintenance (AM) S 456.00 S 456.00 2 LOAD TEST - AM 1 YR S 400.00 S 400.00 Generator - Make: Caterpillar / Mdl. D80-4 / Serial No. QUARTERLY - Preventive Maintenance (PM) 3 QTR CATOOC44CNCE00675 80kW / Phase 3 / 208V S 140.00 S 420.00 Central Fire Station Transfer Switch - Make: Asco / Mdl. E0030003040OC10C / Serial ANNUAL MAINTENANCE to include 4th203 1 YR Commerce Blvd. No. 366079-01ORE quarterly maintenance (AM2 S 433.00 F; 433.00 3 LOAD TEST - AM 1 YR S 355.00 355.00 Generator - Make: Olympian / Mdl. D20OP3 / Serial No. QUARTERLY - Preventive Maintenance (PM) 3 QTR OLYOOOOOLNNS02324 200kW / Phase 3 / 208V S 170.00 510.00 City Hall Transfer Switch - Make: Caterpillar / Mdl. CTG / Serial No ------ ANNUAL MAINTENANCE to include 4th YR 221 E. Main Street TSA11374 quarterly maintenance (AM) S 570.00 S 570.00 4 LOAD TEST - AM 1 YR S T 50000 S 500.00 Generator - Make: Generac / Mdl. 7168650100 / Serial No. QUARTERLY - Preventive Maintenance (PM) 3 QTR 2091130 100kW / Phase 3 / 208V $ 140.00 S 420.00 Fire Station #2 Transfer Switch - Make- Generac / Mdl. 006683 / Serial No. ANNUAL MAINTENANCE to include 4th 1 YR 206 West Bagdad Ave 4520356 quarterly maintenance (AM) S 456.00 Is S 456.00 5 LOAD TEST - AM 1 YR 400.00 S 400.00 Generator - Make: Caterpillar / Mdl. D30-8S / Serial No QUARTERLY - Preventive Maintenance (PM) 3 QTR CATOOOOTGBE00493 23.3kW / Phase 1 / 240V S 130.00 S 390.00 Old Fire Station #3 Transfer Switch - Make: Eaton / Mdl 6D3236OG12 / Serial No. ANNUAL MAINTENANCE to include 4th 1 YR 1991 Rawhide Dr. 85337 quarterly maintenance (AM) S 385.00 S 385.00 6 LOAD TEST - AM 1 YR S 320.00 S 320.00 Generator - Make: Genset / Mdl. 60REOZK / Serial No. QUARTERLY -Preventive Maintenance (PM) 3 QTR SGM32GSZD 60kW / Phase 3 / 120/208V -- S 140.00 420.00 Fire Station #4 Transfer Switch - Make Kohler / Mdl. KSS-ACTC-0200S / Serial ANNUAL MAINTENANCE to include 4th 1 YR 1301 Double Creek Dr. No. SGM32GKVM quarterly maintenance AM) S 433.00 433.00 LOAD TEST - AM M� YR S 355.00 _ 355.00 Generator - Make: Caterpillar / Mdl. D50-6 / Serial No QUARTERLY - Preventive Maintenance (PM) 3 QTR CATOOC44KLC400408 45kW / Phase 3 / 208V J 130.00 390.00 Fire Station #5 Transfer Switch - Make: Asco / Mdl. A300315091 C / Series 300 / ANNUAL MAINTENANCE to include 4th YR 350 Deepwood Dr Serial No. 116061-7 quarterly maintenance (AM) S 385.00 S 385.00 LOAD TEST - AM 1 YR S 320.00 S 320.00 Iof4 No. Location Description Schedule Estimated Unit Unit Cost Extended Total Quanti Generator - Make: Cummins-Onan / Mdl. DGDA-5691453 / Serial QUARTERLY - Preventive Maintenance (PM) 3 QTR No. 1040694359 A80kW / Phase 3 / 208V S 140.00 S 420.00 Fire Station #6 Transfer Switch - Make: Cummins - Onan / Mdl. OTPCB-5690219 / ANNUAL MAINTENANCE to include 4th 1 YR 2919 Joe DiMaggio Blvd. Serial No. H040680179 quarterly maintenance (AM) 5 433.00 S 433.00 9 LOAD TEST - AM 1 YR S 355.00 S 355.00 Generator - Make: Kohler / Mdl. 80REOZJD / Serial No. 2166718 QUARTERLY - Preventive Maintenance (PM) 3 QTR 80kW / Phase 3 / 208V 5 140.00 S 420.00 Fire Station #7 Transfer Switch - Make Kohler / Mdl. KSS-DCTA-0400S / Serial -- ANNUAL MAINTENANCE to include 4th 1 YR 2811 Oakmont Dr. No. K2166050 guarterly maintenance (AM) - S 433.00 $ 433.00 10 LOAD TEST - AM 1 YR S 355.00 S 355.00 Generator - Make: Kohler / Mdl. 60REOZK / Serial No. QUARTERLY - Preventive Maintenance (PM) 3 QTR SGM32GSZC 60kW / Phase 3 / 120/208V 140.00 S 420.00 Fire Station #8 Transfer_ Switch - Make: Kohler / Mdl. KSS-ACTC-0200S / Serial ANNUAL MAINTENANCE to include 4th YR 1612 Red Bud Lane No. SGM32GKVL quarterly maintenance (AM) S 433.00 S 433.00 LOAD TEST - AM 1 YR S 355.00 S 355.00 Generator: Make: Olympian/ Mdl 95A 01644 S/ Seriai No. 2019815 QUARTERLY - Preventive Maintenance (PM) 3 QTR 15kw/ Phase 1/240 S 130.00 S 390.00 Fire Station #9 Transfer Switch- Make Generac / Mdl. 95AO1644-W / Ser. 29279 ANNUAL MAINTENANCE to include 4th 1 YR 2721 SAM BASS RD. quarter) maintenance (AMA S 365.00 S 365.00 12 LOAD TEST -AM 1 YR S 320.00 S 320.00 Generator: Make: Kohler/Mdl. 20REOZK Serial No.SGM32MG8N QUARTERLY - Preventive Maintenance (PM) 3 QTR 22kw/ Phase 1/240V S 130.00 S 390.00 Fire Logistics Transfer Switch- Make Kohler / Mdl. KSS-AFNA-0100S / Ser. ANNUAL MAINTENANCE to include 4th 1 YR 330 OGattis School Road H040680179 (quarterly maintenance (AM) S 365.00 S 365.00 13 LOAD TEST -AM 1 YR S 320.00 S 320.00 Generator - Make: KOHLER/ Mdl. 40REOZK / Serial No. QUARTERLY - Preventive Maintenance (PM) 3 QTR 33FYGMGG0071 40kW / Phase 1 / 240V S 130.00 S 390.00 Forest Creek - Bay Hill Transfer Switch - Make: Kohler / Mdl. KSS-AFNC-0200S / Serial ANNUAL MAINTENANCE to include 4th 1 YR 3222 Bay Hill Lane No. A333GMGDO518 quarterly maintenance (AM) S 385.00 S 385.00 4 LOAD TEST (AM) 1 YR S 320.00 S 320.00 Generator - Make: KOHLER / Mdl.150REOZJF / Serial No. QUARTERLY - Preventive Maintenance (PM) 3 QTR Forest Creek - Hilton 3379GMGGOO12 150kW / Phase 3 / 480V S 150.00 S 450.00 Transfer Switch - Make: Kohler / Mdl. KSS-AMTC-0225S / Serial ANNUAL MAINTENANCE to include 4th Head 2119 Hilton Head Dr No. A333GMGDO520 maintenance (AM) 1 YR 5 504.00 S 504.00 15 -Iquarterly LOAD TEST (AM 1 YR 425.00 S 425.00 Generator - Make: Kohler / Mdl. 60REOZK / Serial No. QUARTERLY - Preventive Maintenance (PM) 3 QTR 33HMGMGN0022 60kW / Phase 3 / 480V S 140.00 4 420.00 Forest Creek -Trevino Transfer Switch - Make: Kohler / Mdl. KSS-ACTC-0100S / Serial ANNUAL MAINTENANCE to include 4th 1 YR -- 3820 Trevino Dr. No. A333GMGDO519 quarter) maintenance (AM) S 433.00 S 433.00 LOAD TEST (AM) 1 YR S 355.00 S 355.00 16 Lake Georgetown Generator Make: Cummins Onan / Mdl. 90ODFHC 1333 / Serial QUARTERLY - Preventive Maintenance (PM) 3 QTR 2040 Cedar Bend (DB No. H000135813 900kW / Phase 3 / 2400V S 235.00 S 705.00 Transfer Switch - Make: Schneider Electric / Mdl. Premset D06H / ANNUAL MAINTENANCE to include 4th 1 YR Woods Cedar Breaks Rd.) Serial No. 42233323-001 quarterly maintenance (AM) 5 1,612.00 S 1,612.00 LOAD TEST (AM) 1 YR S 1,242.00 S 1,242.00 17 Generator: - Make Kohler /Mld 60REOZK / Serial No. QUARTERLY - Preventive Maintenance (PM) 3 QTR 33HMGMR0004/ Phase: 3 /120/208V New Fire Station 3 S 140.00 S 420.00 La Frontera Transfer Switch- Make Kohler /MDL GM42541-16/ Serial Number ANNUAL MAINTENANCE to include 4th 221 Sundance Parkway quarterly maintenance (AM) 1 YR S 433.00 S 433.00 151656336-10-1 18 LOAD TEST (AM) 1 YR S 355.00 S 355.00 Generator - Make: Generac / Mdl. 7808900400 / Serial No.2093492 QUARTERLY - Preventive Maintenance (PM) 3 QTR 30OKW / Phase 3 l 480V S 17500 S 525.00 McNutt Transfer Switch - Make: Generac / Mdl. 7808900200 / Serial No ANNUAL MAINTENANCE to include 4th I YR 3939 E. Palm Valley 93627 lquarterly maintenance (AM) S 681.00 S 681.00 11 i r ILOAD TEST (AM 1 YR S 580.00 Is 580.00 2of4 No..-ty - - - ---------- Location Description Schedule Estimated Qua nti Unit T Unit Cost Extended Total Generator - Make: Kohler / Mdl. 50OREOZVB Serial No. 2160408 QUARTERLY - Preventive Maintenance (PM) -------- - - 3 --- --------- QTR --------------- .475kW / Phase 3/ 480V S Is 200-00 S 600-00 Police Department ---------------- YR Transfer Switch - Make: Kohler / Mdl. KCT-AMVA-0800S / Serial ANNUAL MAINTENANCE to include 4th 2701 N. Mays St. � No. K2160336 quarterly maintenance (AM) 847-00 S 847.00 20 LOAD TEST (AM) I 1 YR 5 714.00 S 714.00- Generator - Make: Empire / Mdl. 450DGW-8E / Serial No. 373-304 QUARTERLY - Preventive Maintenance (PM) 3 QTR 45"_ /Phase 3 / 208V 5 130.00 S 390.00 Public Works (old Bldg) _"'' '_ '"kW ------ Y------- ------------- 2008 Enterprise Or. Transfer Switch -Make: Empire/ Mdl. A3C150A/Serial No. 958- ANNUAL MAINTENANCE to include 4th � 1� quarteA maintenance (AM) ...... . .21 S S 385.00 LOAD TEST (AM)1 YR 5 320.00 S 320.00 ------- - ---------W Generator -Make: Cummins / Mdl. ClOODGC-1734267 /Serial No,, QUARTERLY - Preventive Maintenance (PM) 3 --- WINR QTR MNIIIIIIIIIIIIIIIIIIIIIIM� W ------------------------385.00 --------- 13190500977 80KW /Phase 3 / 480V 5 140.00 S 420.00 forest Creek YR 3839 Forest Creek Blvd Transfer Switch - Make: Cummins / Mdl. OTPCB-1734266 !Serial ANNUAL MAINTENANCE to include 4th � No. Ll 7M288666quarterly maintenance (AM) S 433-00 S 433.00 22 LOAD TEST (AM ------ - 1 YR 5 355.00 S 355-00 Generator - Make: Olympian / Mdl. D50P3 / Serial No. QUARTERLY - Preventive Maintenance (PM) 3 QTR OLYOOOOOTNPF01860 50kW /Phase 3 / 480V 5 130.00 5 390.00 Stone Oak YR 10999 Wyoming Springs Transfer Switch - Make: Asco / Mdl. D300370N1C I Serial No. ANNUAL MAINTENANCE to include 4th � 2�3237-2 RE quarter) maintenance (AM) 5 385.00 S 385.00 23 LOAD TEST (AM) 1 YR S 320.00 S 320.00 Generator - Make: KOHLER1 / Mdl.50REOZK /Serial No. QUARTERLY - Preventive Maintenance (PM) 3 QTR 7 52kW- I Phase 3 / 480V 33H3GMGG001rave s 130.00 S 390.00 Water Treatment Plant - ­ 1. -M-1 ------- YR 5200 N IH 35 Transfer Switch - Make: GE / Mdl. 0816XO392LO2 ANNUAL MAINTENANCE to include 4th 1 ------------------- ---- - quarterlymaintenance (AM) S 385.00 5 38500 24 ---------- LOAD TEST (AM)1 ---------------- YR S 320.00 S 320.00 Generator - Make: Olympian / Mdl. D30P1 S / Serial No. QUARTERLY - Preventive Maintenance (PM) 3 QTR D408OA/004 30kW I Phase 1 / 240V S 130.00 S 390.00 Water Treatment Plant(2) 5200 N. IH35 Transfer Switch - Make: Asco / Mdl. D003000201041710C /Serial ANNUAL MAINTENANCE to include 4th --------------------- - I YR - ---------- No. 789241-006 RE ntenance AM) quartedymaintenance 5 385.00 S 385.00 YR S - I N N -0 320.00 S 320.00 ----------------- 25 LOAD TEST (AM) 1 Gene - Make: Cummins / Mdl. C80 D6C / Serial No. QUARTERLY - Preventive Maintenance (PM) 3 QTR Bob Bennett Building Bl90500977 / 8OKW I Phase 3_/ 480V S 140.00 S 420-00 YR Luther Peterson Service Transfer Switch - Make: Cummins / Mdl. OTECB-1 819660 / Ser. ANNUAL MAINTENANCE to include 4th � Center 3400 Sunrise Rd A19M480580 quarter_-xmaintenance (AM) S 433.00 5 433-00 26 ------- --- LOAD TEST AM 1 YR S 355.00 S 355-00 or - Make: Kohler / Mdl. 1820REOZM / Serial No. 2064745 -- ----------------Gener QUARTERLY - Preventive Maintenance (PM) 3 QTR Water Treatment Plant 1820kW / Phase 3 / 480V S 250.00 S 750-00 YR -- ----------- High Service Transfer Switch - Make: Eaton/Cutler-Hammer / Mdl. SSH28156 / ANNUAL MAINTENANCE to include 4th --- --- ------------------ 1------- 5200 N. IH 35 Serial No. 90OP025HOl R5.1in process of beingr�laced� quarter) maintenance (AM 5 5 29235-00 27 4100"1 - ----------- LOAD TEST(AM)1 - ----------- I-------.-------- - YR S - -129235-00 10880000 S 1,880.00 - ------- Generator - Make: STEWART 8 STEVENS / Mdl. 16V92GDTABft QUARTERLY - Preventive Maintenance (PM) 3 QTR - ----------- HO,,750SB/ Serial No. 129067 750KW / Phase 3 / 480V S 200.00 S 600-00 Old WWTP YR -- - -------- 1199 E. Austin Ave Transfer Switch -Make: Siemens / Mdl. 9510 / ANNUAL MAINTENANCE to include 4th Serial No. � quarterlymaintenance (AM) 5 2.00 5 10292-00 28 LOAD TEST (AM) 1 YR 5 932.00 S 932-00 --- - -------- Generator - Make: Generac / Mdl. 6735980100 / Serial No. QUARTERLY - Preventive Maintenance (PM) 3 QTR 2089218 250KW / Phase 3 / 480V___ S 170.-------- 00 S 5_0.00 McNutt #2 3939 E. Palm Valley Transfer Switch -Make ASCO / Mdl. E0030003040ONlXH / Ser. ANNUAL MAINTENANCE toinclude 4th � YR 350351 RE quarterly maintenance (AM) S 592.00 S 592-00 29 LOAO TEST (AM) 1 YR 5 525.00 S 525-00 ---- -- o---ta -------- - -----------11-11 S 42'0S01_.­0T 3of4 4of4 Exhibit "A" City of Round Rock Generator Installation, Preventive Maintenance, and Repair Services IFB 20-011 Class/Item: 936-39 September 2020 ATTACHMENT B RESPONDENT QUESTIONNAIRE 40 Points Name of Business: �N S {�jh G��,��r' Physical Address of Headquarters (HQ): aOO`� (�U�+/G�t'U� LAa, Avj}'lkl� m Physical Address of Serving Branch: (if different address from HQ) �'arnQ, Hf F�0✓e 1. On a separate sheet of paper describe training and development provided to staff. (10 Points). 2. EQUIPMENT LIST: Attach a separate sheet of paper that describes the type and quantity of vehicles and equipment that will be used to support this contract. (5 Points) 3. Number of full-time employees that can be assigned to work on City of Round Rock projects (excluding office or administrative staff): # of Employees , 4. How many years has your company been in the Generator Maintenance and Repair Business? Number of years in the generator i maintenance and repair business. 5. EXPERIENCE: On a separate sheet of paper describe relevant company and individual experience for the personnel who will be actively engaged in the performance of this contract. (25 Points) • Company work experience: Describe recent company work experience (2 years or less) for at least 2 commercial contracts for Painting Services • Individual Work Experience- Include the resume of the owner and project lead personnel (excluding administrative staff) as well as supporting documentation as applicable, such as certifications, licenses, and years of experience. Page 18 of 20 Exhibit "A" City of Round Rock Generator Installation, Preventive Maintenance, and Repair Services IFB 20-011 Class/Item : 936-39 September 2020 ATTACHMENT C REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: u ' O I RESPONDENT'S NAME: AfAli'IH C-leAentpr Ser DATE: Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. 1. Company's Name I �)kMson Cj W,�'� Name of Contact ,fj��httil Fre- Title of Contact FaGillfit( Co4ach Cto,4%nkhr E-Mail Address S kA Present Address 03 151 S� Tn„,Qy Lflop City, State, Zip Code (;, ,j,� �wh -� Z�6at Telephone Number (�)ns_jS" Fax Number. 2. Company's Name C.�y 0� Kyle, Name of Contact WCA,��I ah�TLgn Title of Contact �G�'��c, b✓orkl Q1���14h �A��1U�►' E-Mail Addressj�i An kv � .EOM Present Address dad C FM 156' City, State, Zip Code Telephone Number 3. Company's Name Name of Contact Title of Contact E-Mail Address Present Address City, State, Zip Code Telephone Number 114ej TX 1UW ( 51a T36 a4 t t, 460q Fax Number.-( ) - *D'k m m*i � N66 e---s-�adQ' �AA tV�JrJ, d im►� �� ctiun�ly -o ru __ _�61 V� li�oas- list' Cqrriu Spn1�4498&3y- ( 930) I -- V 'w3 I Fax Number: FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Page 19 of 20 Exhibit "A" City of Round Rock Generator Installation, Preventive Maintenance, and Repair Services I FB 20-011 Class/Item: 936-39 September 2020 ATTACHMENT D SUBCONTRACTOR INFORMATION FORM COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: �O � U I RESPONDENT'S NAME: bzitnI'dr krivict DATE: A 0�0 • CIRCLE ONE - NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT D YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES If yes complete the information below 1- Subcontractor Name Name of Contact E-Mail Address Address City, State, Zip Code Telephone Number Fax Number: ( j Describe work to be performed_ Percentage of contract oho work to be performed 2. Subcontractor Name Name of Contact Title of Contact E-Mail Address Address City, State, Zip Code Telephone Number Fax Number: Describe work to be performed Percentage of contract oho work to be performed • Add additional pages as needed Page 20 of 20 Exhibit "A" AUSTIN GENERATOR S E R V-1-11- C CITY OF ROUND ROCK, TEXAS SOLICITATION NO. 20-011 EXECUTIVE SUMMARY Austin Generator Service prides itself on being the most comprehensive generator service company in the Central Texas area. AGS not only meets the demands of the noted solicitation but goes beyond the minimum requirements and qualifications for this contract. With a team of highly trained and certified generator technicians, the AGS service team is very well equipped to meet the needs of the routine maintenance and repair that is required for the equipment to operate efficiently. Additionally, AGS has a staff of electricians who are capable of assisting on any project that may extend beyond the normal scope of a generator technician. This team, along with AGS' status of being a local generator dealer, allow the company to take on any turnkey project including generator replacements, ATS replacements, fuel tank additions or replacements, electrical infrastructure additions, and much more. Austin Generator Service is the most qualified Respondent to this RFP based on the wide array of capabilities that it offers along with 40+ years of experience in the generator industry. AGS has proven many times that they can deliver on any generator related project which is shown in its history with local government entities, hospitals, property management companies and many others in the Central Texas region. A full list of company and project references are provided in the designated section in this RFP. The goods and services provided by AGS are best suited for this contract based on the vast resources that the company has. AGS is the only generator company in the Central Texas area who staffs generator technicians and electricians, is a generator dealer for multiple manufacturers, and can complete any project required by the scope of this contract with all of their own personnel with no subcontracting required. Given the 40+ year history that AGS has in serving customers in the area, there is a high level of confidence that AGS' level of expertise and qualifications are unmatched by anyone providing generator services to the City of Round Rock. Exhibit "A" AUSTIN GENERATOR S E. R V I C CITY OF ROUND ROCK, TEXAS SOLICITATION NO. 20-011 INDIVIDUAL WORK EXPERIENCE Kurt Summers — President Kurt has worked with AGS for 40 years since just after his father started the business in 1978. While working in the shop and the field in his early days, Kurt gained critical experience working on generators and developed an understanding of how facilities operate with backup power. He learned how to build generators, take apart generators, and repair generators while gaining a vast perspective on electrical infrastructure and how important backup power is to maintaining life safety systems and critical facilities. As AGS expanded the business into rental generators and load bank testing, Kurt began to understand how important it is to be a full solutions provider for any generator related needs that customers may have. Additionally, this is what led Kurt to make the decision to start the electrical division of AGS. He wanted to be able to cover electrical service needs for customers while also providing turnkey solutions for new generator installations and replacements. Kurt's understanding of generators, electrical and technical knowledge are what makes him highly valuable to AGS customers. Brendan Ching —Service Manager Brendan has been working in the generator industry for over 11 years now. He started out as an apprentice level technician and is now an EGSA certified technician. Additionally, he has worked his way through the ranks of all Generac technician certifications and is now a Generac Master Technician. He is also Kohler Industrial certified and has taken the Kohler Paralleling classes. Lastly, he is an apprentice electrician and is qualified to work on any generator related project including electrical installation, load bank testing and startup services. Brendan is an essential asset to the AGS team and is the lead support person for all technicians on staff. T.J. Linahan — Master Electrician/Project Manager T.J. started working in the electrical industry over 20 years ago. He has worked on new construction of high rise buildings, communication tower sites, data center operations and everything in between. He gained his Master Electrician license over 8 years ago and is the lead for the AGS electrical department. Turnkey generator installation projects have become highly successful at AGS since T.J. has been leading the way. Efficient project management, customer coordination and on -time project delivery are T.J.'s biggest contributions to the team. Exhibit "A" AUSTIN GENERATOR S E R V I C E Generator Service Technicians Average tenure in industry: 6 years Generac Industrial certifications Kohler Industrial certifications Load Bank Testing certifications FIPrtririanr, Average tenure in industry: 14 years 1 Master Electrician certification 2 Journeyman Electrician certifications 2 Apprentice Electrician certifications Exhibit "A" AUSTIN GENERATOR S E R V I C E CITY OF ROUND ROCK, TEXAS SOLICITATION NO. 20-011 EQUIPMENT LIST Austin Generator Service has the following equipment and vehicles to support the City of Round Rock for generator maintenance, repair and installation services: Vehicles (6) Generator Technician Trucks —fully stocked with tools and parts for service (1) Service Manager (Technician) Truck (S) Electrician Trucks —fully stocked with tools and electrical materials Below is a screenshot of where our technician and electrician trucks are parked at night so you can get an idea of availability for service in the event of an emergency: 8:08 oil ^� y Vehicle Locotior, 12/13 Vehicles Found ALL � Exhibit "A" AUSTIN GENERATOR 5 E RV I C Load Banking Equipment (4) 100 kW (1) 400 kW (1) 500 kW (1) 700 kW (1) 1250 kW Rental Generators (1) 25 kVA (1) 45 kVA (3) 80 kVA (2) 130 kVA (1) 250 kVA (2) 400 kVA (2) 625 kVA Exhibit "A" AUSTIN GENERATOR S E R V I C E CITY OF ROUND ROCK, TEXAS SOLICITATION NO. 20-011 ADDITIONAL PROJECT REFERENCES Project: Corix Utilities Camp Swift Lift Station #1 Generator Scope of Work: Installed new 200 kW diesel generator and 400A ATS. Work consisted of pouring new concrete pad, running new electrical conduits from generator to ATS, installing new rack for mounting ATS, offload and placement of equipment. Project Completed: May 2019 Project: Mite) Generator Replacement Scope of Work: Replaced 125 kW diesel generator with new 175 kW diesel generator and 300A ATS. Work consisted of new electrical work from outside generator location to 2►,d floor electrical room, offloading and placement of equipment, startup and commissioning. Project Completed: September 2019 Project: City of Flatonia Water Treatment Plant Generator Scope of Work: Furnished and installed 200 kW diesel generator and 400 ATS. Work consisted of electrical underground from generator to ATS in pump house, pouring new concrete pad, offload and placement of equipment, startup and commissioning. Project Completed: February 2020 Project: City of Corpus Christi Generator Replacement Scope of Work: Replaced 400 kW diesel generator and 1600A ATS with new 500 kW natural gas generator and new 1600A ATS. Work consisted of new electrical and underground from ATS to new generator location, poured new concrete pad, trenching and gas piping from city meter to gas regulator, offload and placement of equipment, startup and commissioning. Project Completed: March 2020 Project: San Marcos Hunter Well Generator Scope of Work: Furnished and installed new 60 kW diesel generator and 100A ATS. Work consisted of new electrical from ATS inside pump house to outside generator location, new concrete foundation and retaining wall, offload and placement of equipment, fencing around generator area, startup and commissioning. Project Completed: May 2020 Exhibit "A" X TEXAS ADDENDUM CITY OF ROUND ROCK, TEXAS Solicitation: IFB 20-011 Addendum No: 1 Date of Addendum: 9/23/2020 This addendum is to incorporate the following changes to the above referenced solicitation: Clarifications: Replace document 1.1 Attachment A- Bid Sheet" with 1.1 Attachment A- Bid Sheet UPDATED." The City- • Deleted duplicate line 18. • Added the new Fire Station #3 location on La Frontera to line 18. • Added line 36 for generator rental cost. II. Questions: Q1. How are the 60 points for cost distributed? Does the lowest bidder get all 60 points? Al. The lowest cost submitted receives the full 60 points; the other responses will receive points on a sliding scale in relation to the lowest cost. The mathematical equation is "(Lowest $ bid ; $) x Total Points assigned to cost" Example: the lowest bid is $100, another bidder presents $120, cost is worth 60 points ($100/$120) x 60 = 50 points assigned to that bidder for cost evaluation purposes. Q2. Is it possible to also get engine serial numbers associated with the generators? A2. See the attached spreadsheet for engine information- 1.4 Addendum Supplemental Information. Q3. Can we get the Spec numbers for the Kohler Generators? A3. See the attached spreadsheet for Kohler generator information- 1.4 Addendum Supplemental Information. Q4. Is all load testing done during normal business hours? A4. Yes. Q5. Do we have a list of filters used for each generator? A5. No. No list is currently available. Q6. Due to a variety of contractors and projects there may be times when the subcontractors listed on Attachment D will not be available. Are we limited to use only the subcontractors that we list on this attachment? A6. No, you are not limited to these subcontractors. You may add and remove subcontractors throughout the term of the contract with prior approval from the City's designated representative. Q7. Can we negotiate the terms and conditions if we are the intended awardee? A7. No. Part II, Item 1 states "the Respondent agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release of the solicitation, shall govern..." If a company takes exceptions to any of the City's terms or conditions associated with an invitation for bid the city will deem the response non -responsive and it will not be considered for award. III. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. APPROVED BY: � 9/23/2020 Aman a Crowell, Purchaser Purchasing Office, 512-218-5458 Exhibit "A" By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED BY: Name f; authorized Signature to/ Date 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. .4 Addendum Supplemental Information ASSET tt 578 DORESS ENTRAL FIRE YEAR 2006 MAKE MOOS SERA CAT 0804 CATOOC44-CNCE00675 - — - - ------ ------ KW 80 VOLTAGE 2081120 PHASE 3 ATS MAKE ASCO MODEL E00300030400C1� SER#2 3W079-010 RE KOHE (genset spectt !engine spec) NIA 1�127 FOtl3 new police substation 2010 CAT D30S CATOOOOOTGBE00493 23.3 240/120 1 EATON 6032360G12 85337 N/A 150028 FD95 2015 CAT D50-6 CATOOC44HLC4W408 45 2061120 3 ASCO A300315091C 116061-7 N/A 822016 FD�t6 2004 SUMMINS OGDA-5691453 1040694359 80 Na 3 CUMMINS OTPCB•5690219 H040680179 N/A 842022 ORESTCREEK 2018 CUMMINS ClOOC-1734267 0GA180297076 100277/4� 3 CUMMINS OTPIC6.1T34266 11 TM268666 N/A 842023 PUBWRKS (new bldg) 2019 CUMMINS C80 D6C 6190500977 80 N---- 3 CUMMINS OTEC6-1819660 A19M480580 N/A 842021 LAKE G"TOWN 1999 CUMMINSIONAN 9000FHC-1333 H000135813 I- 900 240014160 3-- REPL IN PROGRESS N/A N/A NIA 828010 PUBWRKS (old bidg) 1972 EMPIRE 4500GW-8E 373-304 ----- -a 45 120208 3 - EMPIRE A3C150A --------- 958-194 N/A 822012 842019 F0#2 Mc Nutt 2006 2007 GENERAL 7168650100 2091130 GENERAL 7806900400 2093492 100 300 1201208 277/480 3 3 KOHLER GENERAL KSS-ACTA-0400S 7808900200 A333GMHF0198 93627 N/A N/A 842024 McNutt #2 2006 GENERAL 6735980100 2089218 250 277/480 3 ASCO E0030003040ON IXH 350351 RE NIA 180421 FD REP SHOP 2018 KOHLER 20RE02K SGM32MG8N 22 240 1 KOHLER KSS•AFNA•0100S - SGM32M96L GM87379'-GAI / 6D09E1-1 19068 CARNOUSTY 2018 KOHLER 100RE02JF 3346GMG00034 100 277/480 3 KOHLER KSS-AMTC•02255 A333GMG�520 GM81567-GA5 190069 190070 BAY HILL HILTON HEAD 2018 2019 KOHLER 40RE02K 33FYGMGG0007 KOHLER 150RE02JF 3379GMGG0012 40 150 240 277/480 1 3 KOHLER KOHLER KSS-AFNC-0200S KSS-,AMTC-02255 A333GMG�518 A333GMG00521 GM91435-GA1 / 6D26E1-1 GM81645-GAI 190071 WTP91 (near chbr bAdq) ITREVINIO 2019 KOHLER 50REOZK 33H3GMGG0017 52 2771480 3 G.E. 0816X0392L02 GM91435•GA2 / 6029E1.1 200096' 2019 KOHLER 60RE02K 33HMGMGN0022 60 277/480 3 KOHLER KSSAMTC-01005 --- 3GMG00519 GM91435-GA3 ! 6025E 1-1 821000 RRPO 2007 KOHLER 500REOZV6 2160408 475 Na 3 KOHLER � KCT-AMVA•0800S allA33-- K2160336 GM36226-GA5 822014 FD�Et4 2016 KOHLER 60REOZK SGM32GSZD 60 i201208 3 KOHLER KSS-ACTC•OZOOS SGM32GKVM GM91435-GA3 / 6025E0-1 822017 FD#7 2007 KOHLER 80REOZJD 2166718 80 E--- Na 3 KOHLER KSS-DCTA-0400S K2166050 GM51053-GAl - -------------- 822018 F098 2016 KOHLER 60RE02K SGM32GSZC 60 120/208 3 KOHLER KSS ACTC-0200S SGM32KVL GM9143%5*"3-16025E6:-1 823010 BACA CTR 2004 KOHLER 60RE02J8 2025920 62 Na 3 KOHLER KCT-AMVA-0104S K2025711 GM21199-GAl 3 82�1 Frmounted 2�0 KOHLER 100R02J81 �6549 100 Na 3 N/A NIA N/A PA-189629-81 842013 WTP HI-SVC 2�5 MEN KOHLER 1820REOZM 2064745 IBM 10820 Na 3 REPL IN PROGRESS N/A NIA GM30949-GA3 w T8D NEW FOfOt3 LA FRONTERA 2019 KOHLER f�REOZK 4926902510 60 120/208 3 KOHLER GM42541.46 151656336-10-t 071507 822015 CITY HALL 2006 OLYMPIAN D200P3 OLYOOOOOLNNS02324 �1r mounted 1999 OLYMPIAN 05091 E6929A/001 200 so 208/120 20�120 3 3 CAT N/A CTG NIA TSA11374 N/A N/A NIA 822019 F0#9 1995 OLYMPIAN 95A 01644 S 2019815 15 120/240 1 GENERAL 95A01644•W 29279 N/A 842010 STAVE OAK 2003 OLYMPIAN 050P3 OLYOOOOOTNPF01860 12013(?) � 480/277 3 ASCO D�0370N1C 213237-2 RE N/A 842012 IWTP#2 1993 OLYMPIAN 030P1S D4080A/004 Na Na Na ASCO D00300020104F10C 789241-006 RE N/A 842020 OLD WWTP STEWART & STEVENS 16V92GDTA6-HO-750S6 750 277/460 3 NO APPERANT A.T.S. NIA N/A NIA Exhibit "A" Solicitation: IFB 20-011 X TEXAS ADDENDUM CITY OF ROUND ROCK, TEXAS Addendum No: 2 Date of Addendum: 9/30/2020 This addendum is to incorporate the following changes to the above referenced solicitation: Additional Information: It was noted that item 1.4 Addendum Supplemental Information" published under the City's Addendum 1 on 9/23/2020 only included the ATS (Automatic Transfer Switch) model and serial number and not the Engine model and Engine serial numbers. The City recognizes the need to compile applicable engine data for the vendor community to provide correct bid documents. The City will publish a separate addendum once the information is received and complete. II. Extension: The proposal due date is hereby extended until Friday, 10/16/2020 at 3:OOPM CST, III. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. APPROVED BY:rl/j�1A` 9/30/2020 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: 4n01(,t.j (Ayk& Name Authorised Signature f�/f r0 �-b Date 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. Exhibit "A" Solicitation: IFB 20-011 X TEXAS ADDENDUM CITY OF ROUND ROCK, TEXAS Addendum No: 3 Date of Addendum: 10/1/2020 This addendum is to incorporate the following changes to the above referenced solicitation. - Additional information: The City has attached an updated version of 1.4 Addendum supplemental information" that includes the engine models and serial numbers as indicated in the document. II. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. APPROVED BY: 10/1 /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: ( 6 i) A (,t [A Al, Name Authori ed Signature 10 Date 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. UPDATED 1.4 Addendum Supplemental Information OOZY SER# Engine Model# Englnc Sorlattl KW VOLTAGE PHASE ATS MAKE MODEL SER#2 KOHLER SPEC p (genset spcc# / engine spec#) 80.4 CATOOC44CNCE00675 f C4.4 1 E4MO1204 80 1 2081120 1 3 ASCO E0030003040OC10C 366079-010 RE N/A 50-6 CATOOC44HLC400408 I C4.4 j E31-00851 45 1 208/120 1 3 ASCO A300315091C 116061-7 N/A WP3 OLYOOOOOTNPF01860 2326/1500 U531751K 50 1 4801277 t 3 ASCO D30037ONlC 213237-2 RE N/A OPiS D4080AI004 ' 1239/1500 I U858094D n/a 1 n/a 1 n/a ASCO D00300020104FIOC 789241-006 RE N/A 1980100 2089218 Unavailble i 6024-380620 250 1 277/480 1 3 ASCO E0030003040ONlXH 350351 RE NIA 0OP3 OLY0000riLNNS02324 GCD325 j 1872035C1 200 j 2081120 3 3 CAT CTG TSA11374 N/A -5691453 1040694359 68TA5.9-CA 46427811 80 nla I 3 CUMMINS OTECB-5690219 H040680179 NIA 'fC•1734267 A180297076 OSB5-G5 NR3 1 74246086 100 277/480 1 3 CUMMINS OTECB-1734266 L17M288666 N/A 3 136C 819C500977 OSB5G13 74444230 80 Ma 1 3 CUMMINS OTECB-1819660 A19M480580 NIA 130S CATODOOOTGBE00493 Unavailble l U45977323 23.3 240/120 I 1 EATON 6D3236OG12 85337 N/A 1GW-8E 373-304 Unavailble Unavailble 45 1 1201208 3 EMPIRE A3C150A 958-194 WA tEOZK 33H3GMGG0017 KD13404THiG18A 1 4901803690 52 277/480 3 G.E. 0816X03921-02 GM91435-GA2 / 6D29E1-1 016.14 S 2019815 Unavailble Unavailble 15 j 1201240 1 GENERAC 95AO1644-W 29279 I N/A 1900400 2093492 Unavailble Unavailble 300 277/480 j 3 GENERAC 7808900200 93627 I WA tEOZK SGM32MG8N KD12504ESM 4800800950 22 240 j 1 KOHLER KSS-AFNA-0100S SGM32M96L I GM87379-GAl I6D09E1-1 tEOZJF I 3346GMGG0034 4045HF285 I PE4045NO22065 100 1 277/480 I 3 KOHLER KSS-AMTC-02255 A333GMGD0520 GM81567-GA5 tEOZK 33FYGMGG0007 KD13404TMiG18B 1 4826902820 40 I 240 I 1 KOHLER KSS-AFNC-0200S A333GMGD0518 GM91435-GA1 16026E1-1 tEOZJF I 3379GMGG0012 6068HF285 PE6068NO12338 150 j 2771480 j 3 KOHLER KSS-AMTC-0225S A333GMG00521 GM81645-GA1 tEOZK 33HMGMGN0022 K013404TNLG18B l 4924101630 60 ' 2771480 1 3 KOHLER KSSAMTC-0100S A333GMGDO519 GM91435-GA3 16025E1.1 cEOZvB 2160408 TA01641GE j 2016018916 475 nIa 3 KOHLER KCT-AMVA-0800S K2160336 Gh136226 GA5 1650100 2091130 UnavadWe I 4034-K98153 100 1201208 j 3 KOHLER KSS-ACTA-0400S A333GMHF0198 WA tEOZK SGM32GSZD KDI3404TM;G18B i 4609100880 60 120/208 3 KOHLER KSS-ACTC-0200S SGPA32GKVM GM91435-GA3 / 6D25E0-1 EOZJD 1 2166718 4045HF285 j PE4045LO15551 80 n/a 3 KOHLER KSS-OCTA-0400S K2166050 GM51053-GAI tEOZK j SGM32GSZC KD13404TM/G18 I 4605301190 60 1 120/208 j 3 KOHLER KSS-ACTC-0200S SGPA32KVL GM91435-GA3 / 6D25E0-1 EOZJB 2025920 4045TF 150 PE4045T417960 62 n/a 3 KOHLER KCT-AMVA-0104S K2025711 GM21199-GAl 3 tEOZK 4926902510 Unavailble Unavailble 60 1201208 3 KOHLER GM42541-16 151656336-10-1 5091 E6929A1001 1506/1500 U895845F 50 2081120 i 3 WA WA WA WA ROZJ81 1 386549 6059TF003 CD6059T311881 100 Na 3 NIA NIA N/A PA-189629.81 AB-HO-750SB j 16VF-06685 8163-7405 81637405 5AO1190 750 2771480 3 40 APPERANT A.T.S N/A WA WA REOZKI 1 2064745 S16R-YIPTAA2 12470 1.820 n/a 3 'REPL IN PROGRESS N/A NIA GM30949-GA3 =HC-1333 H000135813 OST30-G3 37193918 900 2400/4160 3 AEPL IN PROGRESS N/A NIA WA This Page is too large to OCR CERTIFICATE OF INTERESTED PARTIES FORM 1295 10fl Complete Nos. i - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. i, 21 31 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. 2021m704723 AUSTIN WELDER AND GENERATOR SERVICE, INC Austin, TX United States Date Filed: 2 Name of governmental entity or state agency -_ that is a party to the contract for which the form is 01/11/2021 being filed. City of Round Rock Date Acknowledged: 01/12/2021 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. 20-011 GENERATOR INSTALLATION, PREVENTATIVE MAINTENANCE, AND REPIR SERVICES 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Summers, Cathy Georgetown, TX United States X Summers, Kurtiss Georgetown, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is ,and my date of birth is My address is �1 - 'I � (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www,ethics.state,tx,us Version Vl,l,ceffd98a