R-2022-098 - 3/24/2022 RESOLUTION NO. R-2022-098
WHEREAS, the City of Round Rock ("City") has duty sought proposals for the purchase of
industrial and non-industrial electric services and for related goods and services; and
WHEREAS, T. Morales Company Electric & Controls, Ltd. has submitted the proposal
determined to provide the best value to the City considering the price and other evaluation factors
included in the request for proposals; and
WHEREAS, the City Council desires to enter into an agreement with T. Morales Company
Electric & Controls, Ltd.,Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase of Industrial and Non-Industrial Electric Services with T. Morales Company
Electric & Controls, Ltd., a copy of said Agreement being attached hereto as Exhibit "A" and
incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 24th day of March, 2022.
..R.,.
...........
CRAI(I M R11 Mayor
City o,7,oun, ock, Texas
ATTEST:
W ..........
MEAGAN Sl iKS Ci Clerk
0111�2 202 2:2:,Q 7:8 84:03-�2 277
CITY OF ROUND ROCK AGREEMENT
FOR PURCHASE OF
INDUSTRIAL AND -IND USTRIAI...
ELECTRIC SERVICES
WITH
T. h.., S COMPANY ELECTRIC ' M-5 TD
T14T14E STATE OF TEXAS
cry OF ROUND ROCK, § KNOW ALL 'HESE PRESENTS:
COUNTY TRAVIS
THA`l "h"h-hhS AGREEMENT for the purchase of industrial and non-industrial electric
services, and for related goods and services, referred to herein a the "Agreement," is made and
entered into on ttllnus the ...... .., day oftthe month of , 2022, by and between the
CITY OF ROUND (ROCK, TEXAS, a homerulle municipality whose offices are located at 221
East Main Street, Round IRock, Texas 78664, referred to herein as the "City,"and T. IR I..,ES
COMPANY ELECTRIC CONTROLS, referred to herein as "Vendor" whose offices
are located at 60l South Patterson Avenue, Florence, Texas 76527,. This Agreement supersedes
des
and replaces any previous agreements between the named parties, whether oral or written, and
whether or not established by custom and practice,
pRECIT°AIII.,Sn
EREAS, gutty desires to purchase certain services in the nature of industrial and non-
industrial
non-
i nduusttrual electric services,, and associated goods and services, and City desires to purchasesame
h°a°omVendor; and
WHEREAS, City has issued its"Request for Proposal"'for the provision of said services,
and City has determined that Vendor provides the best value for the City„ and
WHEREAS, the parties desire to enter into this Agreement to sett forth in writing their
respective rights, duties,and obligations,
NOW,T1114EIREFORE,WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration,the receipt and sufficiency of which are hereby acknowledged, doe parties
mutually agree as fohlo ws�
4857,.15278224UO',s,;2
1.0 DEFINITIONS
& Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified services and Vendor is obligated to sell same. The Agreement
includes the following: (a) City's Request for Proposal designated Solicitation Number 21-017
("RFP") (b) Vendor's Response to RFP; (c) contract award; and (d) any exhibits, addenda,
an&'or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be
resolved by giving preference in the following order:
(1) This Agreement;
(2) Vendor's Response to RFP; and
(3) City's RFP, exhibits,and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties,Texas.
C, Effective at means the date upon which the binding signatures of of parties
teat is Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States ort State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
F. Vendor means T. Morales Company Electric & Controls, Ltd., or any of its
successors or assigns.
® EFFECTIVE DATE, INITIAL TERM AND ALLOWABLE RENEWALS
A. This Agreement shall be effective on the date it has been signed by of parties
hereto and shall remain in full force and effect unless and until it expires by operation of the to
stated herein, or until terminated or extended as provided herein.
B. The term of this Agreement shall be for sixty (60) months from teeffective date
hereof.
C. Prices shall be firm for the duration of this Agreement and for any renewal
periods. No separate line-itcm charges shall be permitted for invoicing purposes, including but
not limited to equipment rental, demurrage, costs associated with obtaining permits, ®r any other
2
extraneous charges. City may permit "unit price" adjustments upwards only in accordance with
Part Ill, Item 8 of City's RFIP included as a part of lExhibit "A,"attached hereto and incorporated
herein by r6crence for al I purposes.
D. City reserves the right to review the relationship at any time and may elect to
terminate this Agreernew with or without cause or may elect to continue.
3.0 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor to supply the services as outlined in RFP Solicitation Number 21-
017; and Response to RFP submitted by Vendor, all as specified in Exhibit "A." The intent of
these documents is to formulate an Agreement listing the responsibilities of both parties as
outlined in the RFP and as offered by Vendor in its Response to the RFR
The services which are the subject matter of taus 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
Vendor shall satisfactorily provide all goods and services described under the attached
Exhibit "A" at the sole request of the City.. Vendor provide goods and services in accordance
with this Agreement, in accordance with the appended exhibits, in accordance with due care, and
in accordance with prevailing industry standards for comparable services..
5.0 COSTS
A. Only if, as, and when needed by City, the bid costs listed on Attachment IF- Cost
Proposal Sheet of Exhibit "A," which are specifically relevant to the referenced bid iterns, shall
be the basis of any charges collected lby Windor.
BVendor specifically acknowledges and agrees that City is not obligated to use any
estirnated annual quantity of services, and City may not expend in excess of One Hundred
Seventy-Five Thousand and No/100 Dollars ($175,000.00) per year for a total not-to-exceed
amount of Eight Hundred Seventy-Five Thousand and No/1100 Dollars ($875,000.00) for the
term of this Agreement.
6.0 INVOICES
All invoices shall include,, at a minimum, the following information:
A, Narne and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received; and
D. Delivery dates.
7.0 INTERLOCAL COOPERATIVE CONTRACTING /PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts.
Subehapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271® Subehapter
F, Section 271,101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City of Round Rock's bid, with the consent and agreement of the successful
vendor(s) and Round Rock. Such agreement shall be conclusively inferred forte vendor from
lack of exception tothis clause in the vendor's response, However, all parties hereby expressly
agree that the City of Round Rock is nota agent of, partner to, orepresentative oft os outside
agencies orentities and that the City of Round Rock is not obligated or liable for any action or
debts that may arise out of such independently-negotiated"piggyback"procurements.
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 ten-ninate this Agreement at the end of any City fiscal year
if the governing body of`City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the Fiscal year in question. City may affect such termination by
giving Vendor a written notice often i atio t the end of its then-current Fiscal year.
9.0 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be
made by City to Vendor will be made within thirty (30) days of the date City receives goods
under this Agreement, the date the performance of the services under this Agreement are
completed, or the date it receives a correct invoice forte goods or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect"on September I
of the fiscal year in is the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to
paymen(s made by City in the eve t:
There is a bona Fide dispute between City and Vendor, a contractor, subcontractor,
or supplier about the goods delivered orthe service performed that causes the payment to be late;
or
K There is a bona Fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed that causes the
4
payment to be late; or
C. The terms f,.)f a federal contract, grant, regulation, or stattae prevent City firom
making a tirriielly payment withi federal funds; or
11.1 The invoice is not mailed to City in sivict accordance with any instruction on the
purchase order relating to the payi-nent.
10.0 GRATUITIES AND BRIBES
City may, by wrinen notice to Vendor, cane ll this Agreement without incurring any
liabihty to Vendor it" it is deterrrhined by City that gratuities or bribes in the form r)f
enlertainmenk, gifts, or othervvise were offered or given by Vendor or its agents or
representatives to any City officer, employee or cliciaed representative wi0ii respect to the
perfortnance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8
of the Texas Penal Code.
11.0 'FAXES
City isexempt froin Federal Excise and State Sales Tax; therefore, tax shall rkc)t 1x-
included in Vendor's charges.
110ORDERS PL,AC`111193) wrrIll ALTERNATE 'VEIN DORS
If Vendor cannot provide the services as spociried, City reserves the right and option to
obtairk same firorn another source or supplier(s).
13.0 INSL)RANCE
Vendor shall meet all requirements wi; stated in IPwtt, 11, Section 2 ofthe attached R11-1-1
Solicitafion Number 21-017.
1.4.0 CITYS REPRIESENTAT1111VE
City hereby designates the following representative(s) authori7ed to act in its behalf with
regard to this Agreement:
Michael 'Tharhe
(Jtifities ,,and En vi ironmen tall Services Director
3400 Sunrise Road
Rouri[d Rock,TX 78665
512-218...3236
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 Vendor abandons or defaults hereunder and is a cause of City purchasing the specified
services elsewhere, Vendor agrees that it may be charged the difference in cost, if any, and that it
will not be considered in the re-advcrtisement of the service and that it may not be considered in
future bids for the same type of work unless the scope of work is significantly changed.
Vendor shall be declared in default oft is Agreement if it does any of the following:
& Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
hereunder;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
17.0 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty(30)days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10)days' written notice to Vendor.
CVendor has the right to terminate this Agreement only for cause, in the event of
material and substantial breach by City,or by written mutual agreement to terminate.
D. In the event City terminates under subsections (A) or (B) cif this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with performance of this Agreement and shall proceed to
cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such termination notice, Vendor
shall submit a statement showing in detail the goods and services satisfactorily performed
hereunder to the date of termination. City shall then pay Vendor that portion of the charges, if
6
undisputed. The parties agree that Vendor is rook entitled to compensation for- services it would
have perfon-ned under the remaining term of the Agreement except as provided Iherein.
18.0 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suRs, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or in6cicnt to, concerning or resulting frorn the fault of Vendor,
or Vendor's agents. employees or subcontractors, in the performance of Vendor"s obligations
under this Agreement., no matter how, or to whom, such loss may occur. Nothing herein shall be
deeirned to firnit the rights of City or Vendor (including, but not limited to the right to seek
contribution)against any third party who may be liable fbr an indemnified claim.
19.0 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES
A.. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all federal and state laws, City's Charter and Ordinances, as amended, arld with all
applicable rules and regulations promulgated by local, state and national boards, bureaus and
agencies.
B. Vendor acknowledges and understands that City has adopted a Storm Water
Management Program (SWMIP)and an Illicit Discharge Ordinance, Sections l4-p.3 through 14-
1,52 of the City's Code of Ordinances, to manage the quality of the discharges from its Municipal
Separate Storm Sewer System (1 4)and to be in compliance with the requiremenis or the Texas
Commission on Environmental Quality (TCEQ) and the "le xas Pollutant Discharge Elimination
Systerns (TPIDES). Vendor agrees to perforint all operations on City-owned facilities in
compliance with the City's Illicit Discharge Ordinance to minimize the release of pollutants into
the MS4. Vendor agrees to comply with the City's stormwater control measures, good
housekeeping practices and any facility specific storrnwater irnarkagerneff-A operating procedures
specific to a certain City f`acillity. In addition, Vendor agrees to comply with any applicable
TC EQ Total Maximum Daily Load (TMDL) Requirements an&or I.-Plairi requirements.
C, In accordance with Chapter 22711,Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification fico an the company that it: (1) does not boycott Israel; and Q will not boycott
Israel during the term of this contract.. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Ilsraell and will not boycott Israel during the term of this
Agreement.
D. In accordance with 2274, 'rexas Government Code, a governmental entity may
not enter into a contract with a company with at least ten (10) full-time employees for a value of
at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract Ihas
provision in the contract verifying that it: (1) does not have a (practice, policy, guidance, or
directive that discriminates against a Firearm entity or firearm trade association; and (2) will not
7
discriminate during the to of the contract against a firearm entity or firearm trade association.
The signatory executing this Agreement on behalf of Vendor verifies Vendor does not have a
practice, policy, guidance, or directive that discriminates against a firearm entity or Firearm trade
association, and it will not discriminate during the to ofthis Agreement against a firearm
entity or firearm trade association.
E, In accordance with 2274, Texas Government Code, a governmental entity may
not enter into a contract with a company with at least ten (10) full-time employees for a value of
at least One Hundred Thousand and oar 100 Dollars ($100,000,00) unless the contract has
provision in the contract verifying that it: (I)does not boycott energy companies; and (2) will not
boycott energy companies during the term of this Agreement. The signatory executing this
Agreement on behalf of Vendor verifies Vendor does not boycott energy companies, and it will
not boycott energy companies during the term oft is Agreement.
20.0 ASSIGNMENT AND DELEGATION
The parties hereby bind themselves, their successors, assigns and legal representatives to
each other with respect to the terms of this Agreement. Neither party shall assign, sublet or
transfer any interest in this Agreement without prior written authorization oft e other party.
21.0 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
A, When delivered personally to recipient's address as stated in this Agreement; or
BThree (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
1'. Morales Company Electric & Controls, Ltd.
601 South Patterson Avenue
Florence,Texas 76527
Notice to City:
City Manager Stephan L, Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock,TX 78664 Round Rock,TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
8
22.0 APPLICABLE ILAW; ENFORCEMENT AND PWS
This Agreement shall be eMbreeable in RourRock., Texas, and if legal action is
necessary by either party with respect to the enforcernent of any or all of the terms or conditions
herein, exclusive venue for some shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance wiffi the laws and court decisions ofthe State of"Texas.
23.0 EXCLUSIVE AGREEMENT
This document, avid all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by maltUal agreement
of the parlies hereto in writing, duly authorized by action of the City Manager or City Couricil.,
24.0 DISPUTE RESOILurm
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereofshall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal ArIbitration Act (9
USCI Section f-p )or any applicable state arbitration statute.
25.0 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence. of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision ofthis Agreement. Any
such void provision shall be deemed severed from this Agreement, and the balance of this
Agreeir-nenit shall be construed and enforced as if this Agreement did not contain the particular
portion or provision held to be void. The panies further agree to amend this Agreement to
replace any stricken provision with a valid provision that comes as close as Po ssibk,- to the intent
of the stricken provision. The provisions of this section shall not prevent this entire Agreement
from being void should a provision which is ofthe essence of this Agreement I-)e determined to
be void.
26.0 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it crrijploys trained, cx1pericnce'd and
competent 1persons to perform all of the services., responsibilities and duties specified herein and
that such services-, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
'Time is of the Essence. Vic-ndor understands and agrees that tirne is of the essence and
that any failure of' Vendor to fulfill obligations fbir each portion of this Agreement within the
agreed fimefrarnes will constitute a material breach of this Agreement, Vendor shall he fully
responsible for its delays or for failures to use Il est efforts in accordance with the ternis of this
Agreement, Where damage is caused to City due to Vendor's failure to perform [in these
9
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither it nor Vendor shall be deemed in violation oft is Agreement
if it is prevented from performing any of its obligations hereunder by reasons for is it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given,and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of is shall he considered an original ofthis document; and all of which, when taken
together, shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock,Texas T. Morales Company Electric& Controls,
Ltd.
By: .............................. ............... By:
Printed Name: Printed N e, R"All jS7L*,Ra
............... ...........
Title: Title:
Signed: Date Signed: 7/
Date Si Z-
......................................... ............................
For C4,Attest:
By: .............
Meagan Spinks, City Clerk
For City,Approved as to Form:
By: .................................................... ................-
Stephan L. Sheets,City Attorney
10
Exhibit "A"
ROUND ROCK TEXA5
PURCHAMNG a)iVISION
City of Round Rock, Texas
Purchasing Division
Rock,221 East Main Street
Round
Texas 78664-5299REQUEST FOR PROPOSAL F
Exhibit "A"
City of Round Rock
Industrial and Non-Industrial Electrical Services
RFP 21-017
ClassAtem: 910-82
August2021
INDUSTRIAL AND NON-INDUSTRIAL ELECTRICAL SERVICES
PART I
GENERAL REQUIREMENTS
I PURPOSE: The City of Round Rock (CORR),, herein after*the City"seeks a bid from forms
experienced in providing industrial arid non-industrial electrical services that include electrical repair,
maintenance, and emergency services to building interiors/exteriors, power lines (overhead and in
ground),electrical meters, poles, and transformers for the Utilities and Environmental Services
Department.The work performed will be predominantly medium and high voltage with occasional low
voltage requests.
2, BACKGROUND. The City requires an electrical contractor to perform emergency and non-emergency
services to over 50 locations including critical sites that require 24-hour on-call services Sites include
but are not limited to the water treatment plant,wastewater treatment plant, Georgetown Lake intakes,
and several IM stations, Pedernales Electric has turned over high-voltage power maintenance tasks for
the Lake Georgetown Raw Water Pump Station to the C4 of Round Rock Utildies and Environmental
Services Department. The City serves over 125,000 residents and has an obligation to ensure that
utility services are uninterrupted,
3. I-SOLICITATIQN PACKET: This solicitation packet is comprised of the following
Description Index
............................
Part I—General Requirements Page(s)2-5
...............
Part 11—Definitions, Standard Terms and Conditions Pa.ge 6
and Insurance Requirements
Part III—Supplemental Terms and Conditions Page(s)7-9
Part lV—Scope of Work Page(s) 10-11
Part V—Proposal Preparation Instructions and Evaluation Factors Page(&) 12-14
Attachment A—Proposal Submittal Form and Execution Page 15
.........................................
Attachment B—Reference Sheet Page 16
Attachment C—Subcontractor Information Form Page 17
Attachment D—Prevailing Wage Rate Separate Attachment
Attachment E—List of Locations Separate Attachment
Attachment F—Cost Proposal Worksheel Separate Attachment
Attachment G—Sample Work Order Separate Attachment
Attachment H—Sample Invoice Separate Attachment
Page 2 of 17
Exhibit, "A"
CRY fA IRound t::lxxlk,
IndustrizhIl aniiJ IlSh>n-1 ndustri all Eledrical Seii
RFP 21 IDI 7
Clin: 910-82
August 2021
dl AU D-111DRIZED PUR1l
........................... ................... -BrIAX: F-,'oir q,mmfions sr clarification of s pecificaflo ns, , oiim rii
4 2 EL]AIL
Allen Relich ui Kaufman
V:111torchaseir IPurpt,iussing Suilipaii
1U::Iurchasung Divilisloin Purcinal"rog IIDIVustDrn
'Mty of RIDUnd Rock IDNtyof Round Roc.k
Phone: 512-21118-611582 Phone: 5124,118 54,17
E-innail:g!SaMjMLn@_r.QMndrQcktee as.
_
I'Ihe indiividitiial(s) listed sbaee Ware the orily aiiAhariked City cd:)niila a(s)forthis soh6hi 'rhe
authorized purchasiiii contact(s)may be coiritacted by -maili for foir Hf,iiii!:;sollicitation
iimcllt.,iidiv,igslpeciific�atid:)v,is. No other 11r,itj eimpiloyee or irepresentiati,ve irraay be contacted about this,
SID11ilciltation pirior to ii,.,ontract approval. No aiuiilhir)HPV is intended or implied that specifiq,:,afions may be
arnended, oir alterations accq)tia-id (.)�:perdng withou'I'liNdRein N'Virmml iDf Me. Dity of
Round Ronk through the Pii..prchasinq Depadirnleird.
5. it is the Oty's the solicitation tiirrn ti;r'u Ibelow ,
...................................................................................
EIVENT IIDATII.::'�
........................................................................................
Soficitafioira iteleaseiiJ August 215,202-1
Optional IDre-l::Irojposai meeting b 2,2021 @ 10:OGAIM, C S'If'
.............
Deadline forsubmisMon of questions September 202"1 @ 5MPM CSIF
titer uresponses to questions or aqJdandurns Approxiiirnately Sepitembeir ,15, 2021 @
&OOPM CST
�lDo,,rii�d$irie,Vi:Dr!subririi!ss�ir.�v'ii of resipailr1ses Seplembeir:23, 20:21 @ 3:00PM cs r
................................................................................................................................--
All questk.)irm iregairding the saii0abon shall be stibrinifted in vvirding by 5M IphdU CST Din this duie date
notedabo,ve A coli of all the questions usuubirrniitted and the(�ity`s tolthe quip.,4stions shalil Wa
Posted onthe C ity's webpage,, i iru thefornn of am addle nd urn at
NVI,,//www,roundrocktexas2ovibusinesses/solocitafoons
Utposifions shall The sulibirnitted in writing to Iffilie'Autbarized Purchasing Ciontact "t"hen City reserves ff,iie
Hight to: rii these t1lates Noifice of date c1hange will be postwJ to flhii!;11Ciity'�i!ru wvr1I.IbiMle-.
Rest rwndevnts:il.;halllberrcspca in!MblleVoirvvionitoii,in!g,lkI,iiii City's websftaf
for any iupdrates Ipertaiiniing to the solicitation
described heretin. Various ii,iipdales may incluide,adfJenduirms,q.;anicelfations, nnilificatk)inis,,amd any otiher
pertlinent ii,irii1fon'ThatiOn necessm forthe sulibirnission of a r.01rinect and sac cknate response. The Chy vvill
not be hnelid ii�ir.,.ispoinsiblln for any fisrtIM!!,,,r comirniuNicalJoin'beylond updating the Website.
7. nitlv'riONAL FIRE-FIROPIDS,fin .@t ElE rihii 511111"EVISIT A14111'", 111WIS , pre-prnposal irneeting
sik.-Asit,and inspecUoin MR be conducted to,rutly acquaint Respondents with the hacififies, iffifficuffies
and/or ite-striiations inhen:Mrit in thie services specilfoi The pre proposal meefiirQ isit e,visil nAviill be
cianductedearn the data specii'llied !in PAR"r i Sockin 5- Schediull,e ir:of EviiiVirds.
A,. Atfendaince;i:,id the prip.i.-proposal mleeting/site visit is optional Liult%itiro::iig,I,Y,eir,uf:ouiraged if respondeird
isrV farnifiarwith thetan cillidiles, Following 9-m pre-proposall rneehrng,a sine,visiitwili ble.conducted to
einalblte,P,lesponden,sloasi6essc,uanditiioins The orgioiriaf pire.-I..'piroposaf rneefingand sileviisit lour
whiich!shall initialIlly bef,.-jin at:
RouindRoic*'Waker Treatment Plant:
62010 N H 1135
Rolund Rock,, "Iripocas 78628
B. Respondents vyM be resiponsfliblie for their awn tiranspir)irtation for the sile,visii touir.
fl-,%ge 3 c>if 17
Exhibit "A"
City of Round Rock
Industrial and Non-Industrial Electrical Services
RFP 21-017
Class/item: 910-82
August 202°1
C, An address and map for the secondary site visit will be provided at the pre-proposal meeting
0. Respondents are strongly encouraged to bring a copy of the solic4ation document with them to the
pre-proposal meeting/site visit
E. It is the responsibility of the Respondent to examine each facility and determine quantity, amounts,
take precise measurements, determine material requirements, equipment requirements, labor
requirements and other solicitation related details during said site visits.
8. RREL§EP20Nftj5KE2QUgg_RM: Signed and sealed responses are due at or before 3:00 PM, on the due date
noted in PART 1, Section 5—Schedule of Events Mail or hand deliver sealed responses to:
City of Round Rock
Attn.,Allen Reich
Purchasing Division
221 E.Main Street
Round Rock,Texas 78664-5299
* Sealed responses shall be clearly marked on the outside of packaging with the RFP Solicitation
title, number,due date and"DO NOT OPEN'
* Facsimile or electronically transmitted responses are not acceptable
C. Responses cannot be altered or amended after opening.
D. No response can be withdrawn after opening without written approval from the City for an
acceptable reason.
E. The City will not be bound by any oral statement or offer made contrary to the written proposal
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the
property of the City.
GReceipt of all addenda to this RFP must be acknowledged, signed, and included with the proposal
response.
H, Late Proposal(s)will not be considered under any circumstances and will be returned unopened if a
return address is provided.
9. : The City of Round Rock makes no warranty that this checklist is a
Full comprehensive listing of every requirement specified in the sol nation. This list is only a tool to
assist participating Respondents in compiling their final responses. Respondents are encouraged to
carefully read the entire solicitation
A. Respondent shall submit one(1)evident signed'Original'and one(1)identical-to-the-original
electronic copy of the RFP response on a flash drive. An electronic signature an the'original"
solicitation response is acceptable but any resulting contract shall be signed in ink. The submittal is
required to include all addendums and requested attachments. The RFP response along with
samples and/or copies shall be provided at the espondent®s expense and shall become the
property of the City.
B. This request for proposal(RFP)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
of preparation to this RFP;all costs associated with responding to this RFP will be solely at the
interested parties'expense. Not responding to this RFP does not preclude participation in any
future FFP/RFQ/IF B.
C. For your RFP submittal to be c
MLMtt.M
be submitted j&dkjgULgL2g2HL
o Addera dumi-Addenclums may be posted to this solicitation. Respondents are required to
submit signed addenclums with their sealed response. The Respondent shall be responsible for
monitoring the City's website at ttjpA-1/www roup drocktexas goy/buji sses/solicitailgns for
any updates pertaining to the solicitation
Pap 4 of 17
lExhibit "A"
City of Round Rock
lindustfial and Non Indust6all Electrical Services
RFP 21-D1 7
Classtitern: 910-82
August 2021
oAUgL,1bUiqWA:: PROPOSAI...SUBMITTAII. F0R1MAMID EXE-CtJTI0N:fAL1qrefug _r9pigLe �,iqin
LinJhqAo2rWAJfigA, iQn9f XjurL)rqM—meal.
L _ _ _ _ ?
o 6glLhiment B.- REFERENCE Sil-11EET. Provide the name, address, telephone nurnber and E-
MAIL of at least three(3)valid Municipal, Government agencies or firrins of comparable size
that have utilized services th-at are. sirnifar in type and capacity witlWn the llast two(2)years,City
of Rouir,W Rock references are notapplicable, Refeirencuss Imay be checked prkr to award. If
references cannot be confiirmed or ifany rwqafive responses are received it may result in the
disqualificaWn of subirnittal.
n Attachment C,-.,SUBCONTRACTOR INFORMATION FORM: Provide a signed copy of the
u—bcontractoir Information IForm.
a 6UahmoLF.,COST PROPOSAL WORKSIHEE"P. The cost proposal work0eet should be
completed for Oie City to accurately compare cost propoWs Your inethodof costing mayor
may not The used but should be described. A firm fixed price or not-tio-exceed Contract is
conternplaled,
10. C,0 4 As stated urn Soction 16 of City Of Round Rock Piurchasin
g
JEQ&HTJ&LL1DLQf&
Definitions, 'Standard Tierms and Condkioris,all dcrurnents submitted in response to a solicitation shall
be subject to the Texas Public Information Act. FoIllowing an award, responses are subject to release;sus
public informaflon unless the response or specific parts of the IreW>oinse ran The show in to be., exempt
from fine texas Public Inforrnafion Act, Pricing is not considered to The confidentiall tinder any
Orcurnstances.
AInfonnation in a submMal that is lega0y protected as a trade secret or otherwse confidenitial must
be cleady indicated with stamped,bold red letters stating"CONFIDIENTIA11 on that secWn of the
document. The City will inot Ibe responsible for any public dUsckmurc of'confkJanflat Wormation if iit is
not cleaii'lly marked as such
B. If a request is Imade under the Texas Public Information Act to inspect information designated as
confidential, ffie Respondent shall, upon request from the City,furnish stAffiq.:,,ient written reasons
and information as to why the information should be protected firmn disclosi,hre.The matter will theiri
be presented to the Attorney General of Fexas for finall determination..
11. ISqUEME"IRIQIPS��RIDE` �:�:tIMEN"l�CIEIRT$�FIICA,ri�o�ig: The provisions of Whe Code of Federal
Regulations 2 CFR part 180 suspension and deharmeni may apply to this agreement. The City of
Round Rork is prohibited from contracting with or making prime or sub awards to parties that are
suspended or debarred or whose priincipals are suspended or debarred from doing busuness with the
Federal Govemirnent, State of Texas,or the City of Round Rock
12. CERTIFICATE OF INTERESTED PARTIES: Section 2252 908 of the'texas Government Code
requires the successful offeror to complete a Form 1295'Cedifwrate of Interested Parfies'ffiat is signed
for a contract award requking councit authorization U`he"Cer0cate of linterested Parfies"form must The
cornpleled on theTex as Ethics Commission wie�bsrle, piriinted, signed, and submitted to the City by 9-le
authorizesd agent of ff% IBuusilrness Enfity with acknowltedgment that dsiclosure is rrn a:d Ilundeir oath;end
under p:enalty of perjury prior to final cf.:intiract.exeruhon.Link to Texas Ethics Comnnissuon Welbpage°
ft
13 !1EXK, t Please riote that to insuire theop
preii- and fair evaluatin sof a bid,the
. AIM
Cky of Round Rock proWbfts�ex parte communication(e.g.,,unsolicited) inffiated by the IBidder to the
City Offic.1al, Employee, or ll:.'va1uahq,:)n Tearn member evaluafing or considering the diads prior to the hiree
a
bid decisk)n has been made. Communicatio:n between Bidder and the City will be initiated by t1he
appropriate City Official or Employee in order to obtawri Wormation or clarification needed to develop a
proper and accurate evaluation of the bid Ex parte communication Irmsy be grounds for disqualifying
the offending Bidder frorn consideration or award of the bid then in evaluation, r,,)r any future IWd.
Nage 5 of V 7
Exhibit "A"
City of Round Rock
Industrial and Non-industrial Electrical Services
RFP 21-017
Class/Item: 910-82
August2021
PART 11
DEFINITIONS, STANDARD TERMS AND CONDITIONS,
AND INSURANCE REQUIREMENTS
1. 1 I TI T fTl y submitting a response to this solicitation,
the Respondent agrees that the City's Definitions and Standard Terms and Conditions, in affect at the
lime of release of the solicitation,shall govern unless specifically provided otherwise in a separate
agreement or on the face of a purchase order, In addition,the Supplemental Terms and Conditions
listed in Section III, shall also be enforced as part of the contract, and can be obtained from the City's
website at: i M
pMMbAg
2. 1H§VRANCE.- 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: httos-://www.roup gLQgKtlSl2,Q2yLoIgpdMIpLIlpMrqh &M
The below requirements will replace the City's Standard Insurance Requirements.
These items under the Standard insurance Requirements shall read as follows-
1.3.5.2. Property Damage Insurance with minimum limits of$11,000,000.00 for each occurrence.
1.3.5.3. Automobile Liability Insurance for all owned, non-owned.and hired vehicles with minimum
limits for Bodily Injury of$100,000.00 each person, and$300,000,00 for each occurrence,and Property
Damage Minimum limits of$1,000,000.00 for each occurrence.
Page 6 of 17
Exhibit "'A"
City of IFFound Rock
IndiAsIrial and Non-lindustrial Electrical Services
RFP 21-017
ClassAterru 910--82
August 202"1
PART in
SUP Pli-EIMIENTAIL.TERMS AND CONDITIONS
I., AAGC3R EkM Wr_TIE-RK The terms of the awarded agireernent shall include Iburt not be fir nited to Ole
foilowing�
A. The teirm of the Agreennent shall lbegin frorn date of award and shall rernain in full force for sixty
(60)months,.
B, Upon expiration of the contr.act term,the Contractor agrees to hoid over under the terms and
conditions of this agreerrient for suf;h as period as is reasoriably necessary to re solicit andloir
complete the project up to 120 day&
2. RESIPONQEN'�[qq6L�!f!.gATIONS: The City has established the fi.:)Howiir-tg iminirnum quafificabons
...... .......................................I
t,esjpondents wi he do not q'neet the minirnurn qii.mfifications will not be considered for award. 'F'ho.�n
Respondent stain;
X Be firrns,corporations, individuals, or part iner,1:,ihips normaHy engaged in pro vi iindusirial and
m:)n-inirlusfrial servicie's as specified herein and have adequate organization,,facifities, equilipmer-A
financial capaNity, and personnel to ensure prompt and effidient service to the Ciity.
13. To confirm financiall stability,the City irnay chor)se to review aii.iidii1ledfinanciali statennents at any tore
throughout ffie Ri:P evaivation pvncess. I.11pon request, ffie Respondent shalli provide two years
audited flinancial staterm eruts®incli4ng any notes or supplemental schedules within 2 busines!!.:r days
of the original request.
C.. The Respoirider-ril shafl inctudia in the IproI sall as list of all Ilttttgation the irmirnpany or fts principals have
bream iinvolved iirn wiffiin ffie Ilast I hree(3)years.
D. lBe don miiciied in or have a home office inside the 1 hifted States. Respondents domiciled outside the
United States, or not having a home office iinside the United States will not be inchAded for
consideration in this RFP process.
3A suggwri-RAcTORS, If Subconitinvitoirs will be used the Responderrt is required to complete arid
...............................................................................................................................
subirnit withi their proposal response Aftachment C: Subcontractor Infon-nation Form. "n-iieContractor
shaH be fuity responsible to the City for alt acto,and omissions of the Subcontractors Just as ffie
Contractor is responsible for the Contractors awin acts, and ornussions. The Contra ctof shallL
A.. Perfo rm the majo irity of the work requesled u inder the C ordract resu iting fror-irr Itii s soficitation,
Subcontractor,% shouid not be doing the predominate shaire of tbe(.,'ontract work,.
& lRequuire that ali deliverables to be provided by the SubcorAractor be provided in strict accordance
with the pro visions,, specifications, and terms of the Contract..
C. Require that all Subcontractors obtain and maintain,thrOUgh out the term of their,agreernent,
primary insurance in the type and arnounts specified for the Vendor, with the City being named as
an additional insured; and
D.. Require that ffie SOxontractor indeminii(y and holid the City hairmtess to 0-*same extent as the
Contractor is required to indemnify the City.
E. Awarded Contractor is required to w,pbirnit a list of alli subcontractors for approval by the City prior to
use of any subcontra.ch:ws t Nroughout the term of the contract,
C PIREVA11UNG WAGE: Pursuant to Chapter 2258 of the"q. sir GovernmiaMt Codwoir
e, a rker eniployed
.......................................................-
on a public work project by a city rinust be paii& (1) not less than the general prevailing wage rate W 1per
diern wages fair work of asiirnilar character,in Whii:'-11 incafily in whichi the work is peirforirned', and (2)not
lless thain the general prevaifing rate,of per diern wages firx legal hoirday and overtime wodr .. In
accordance wiffi Chapter 2258.022, the C4 adoptpd through Resoiuflon No. R-2016-3760 the wage
rates set forth by the Fexas Workforce Cornimission for the Ausfin-Round RockArea as the gioneiral
prevailing wage rate for the City's public works q:,,,ontracts, A cordiractor or subcontractor who is awarded
a cii:)intracl by the City shail pay not less than the rent s,set fnrth in Attachment D arid comply wkh Wit
a
ppficatqe sections of Chapter 2258,
111-agic, 7 o f'17
Exhibit "A"
City of Round Rock
Industrial and Non-industrial Electrical Services
RFP 21-017
lass tem. 910-82
August 2021
Attachment D-Prevailing Rates are posted in Solicitation Documents for RFP 21-017 industrial and
Non-industrial Electrical Services on the City of Round Rock website at:
hal2aWwww roup droc ktexas us nessesl olrci,tions
5. §AE_ETY., 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
S. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause
injury or damage to any persons or property within and around the work site. In case of conflict, the
most stringent safety requirement shall govern.
C. Indemnify and hold the City harmless from and against all claims,demands, suits, actions,
judgments,fines penalties and liability of every kind arising from the breach of the Successful
Respondents'obligations under this paragraph.
6. WQ0JSfQ=: Successful Respondent shall-
A, Ensure Respondent's employees perform the services in a timely, professional, and efficient
manner.
B Ensure Respondent's employees,while working on City property,wear a company uniform that
clearly identifies them as the Respondent's employee,
C Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor The City reserves the right to verify citizenship or right to work in the United
States.
7. PRICING:The Respondent shall determine and submit a fixed cost for the work and shall include all
incidental costs, labor,overhead charges,travel, payroll expenses.freight® equipment acquisition and
maintenance, demurrage,fuel surcharges,delivery charges,costs associated with obtaining permits.
insurance,bonds, and risk management. No separate line-item charges shall be permitted for either
response or invoice purposes,
Prices for materials will be on a cost-plus basis The percentage(%), if any, of markup will be
designated by the Respondent in the solicitation response document. Inv oii-ces for work performed shall
require a copy of a supplies receipt to be included. Failure to provide the contracted cost-plus
percentage(%)on an invoice may result in payment at cost,
Contractor shall not invoice for travel time to and from the job site. Contractor shall be permitted to
invoice the City for one(1)hour of labor as a minimum charge for each call out.After the first hour labor
charge, invoicing shall be in%hour increments
8. PRICE INCRE SE: Contract prices for industrial and non-industrial electrical services shall remain firm
throughout the initial twelve(12) month term of the contract. A price increase to the agreement may be
considered on the anniversary date of the Contract each year and shall be equal to the consumer price
index for that year,but at no time can the increase be greater than 15%for any single line item,
A. Consumer Price Index(CPI)., Price adjustments will be made in accordance with the percentage
change in the U,S, Department of Labor Consumer Price Index(CPI-U)for all Urban Consumers.
The price adjustment rate will be determined by comparing the percentage difference between the
CPI in effect for the base year six-month average(January through June OR July through
December);and each(January through June OR July through December six month average)
thereafter. The percentage difference between those two CPI issues will be the price adjustment
rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index(CPI) is
found at the Bureau of Labor Statistics, Consumer Price Index website b112//www DIlli QoWcoi
Page 8 of 17
Exhibit "A"
City of If ourid Rock
Indii.istrial and Non Industrial Electrical Services
P17-P 2-1-0-17
CWssfltern: 910-82
August2021
B. P"medure to IRequest Increase:
i. Mail the written prkm increase request wiklh the rate detail corriparisori,and comprehensive
calWation and any supporfing documentation to the designated City Contrack Specialisl a
niiirnimurn of 45 days pdor to the annual Contract anniversary date. The detailed w6tten
calculation will beverified and confirmed All wniten requests for increases must include the
City of Round Rock contract number, soVicitation reference information and contact information
for the authorized representative requesfing the increase Prrce increase requests shafl be sent
by ianaill to:
C4 G1 Round Rock
Pluirchasing Departmerit
Afin, Contract Specialist
221 E IMairk Stroal
Round Rock,TX 79664-5299
d Upoiri receipt of the request,U*City reserves the right to accept the escallaflon arid make
changes to the purchmse,order within 30 days of the request, neq0tiate with the vendor, or
cancel the agreeirrient or purchase order if an agreement cannot be reached on the value of Vm
increase,
9
K: AcceptanceAnspection should not take rrnore than five(5)working days
Pie awarded respondent will he noffied within Uip finne frame if the services deliver w- J are not in full
compliance with the specifications. In the event the server :es are not performed to the satisfachoin of the
City thin vendor shall agrep.to rqmrfnrm services to specification at no addftk.)nal cost to the City. If array
agreemerit or purchase order is cancelled for non-acceptance, die needed*;wMces may be purchased
elsewhere,
10. RMANUREYM: The City reserves the right to review the awarded Contractors
performance anytime during the contract term.
11. I.0.1NT OF CONTACT I DESIGNATED REPRESEWTATWE-
A. Contractor's point of contact: In order to maintain consistent standard:d:s of quality work Iperfforme.d
across the City® the City shall be provided with a designated and identified point of contact upon
award of the cordr-,.ict to include contact informal birn. The City"s designated repriesentative shafl be
nofified by the Respondent Immediately s1hould the point of contact change,
R "rhe City's designated representative. The City's designated representative shall be:
Brandon Raiiner
Utilities&Environmental Services
Logistics Off leer
512-639-3046
E-mail,hLqkME@.rgV1jjjE22htqMAt&jv
'12- INTER�QCA j!.VRg.IjASING AGREEMENTS:
... ............I ".., ..................................................................................................
A. The City has entered into Intedocal Agreements mAth other Governmental agencies pursuant to the
Wedocal Cooperation Act, Chapter'791 of Uie Texas Govery ment Code. The Contractor agrees to
offer the same price and termsand condRions to other 0qiilble agen6es that have an inteda-al
aqreervient with the City.
B. 'rhe City does not accept any vesponsibifity of liability for the purchases by other government
agen6es throtigh an interlocal cooperative agreement.
Pa! e�9 io f 17
$.,Wl
Exhibit "A"
City of Round Rock
Industrial and Non-industrial Electrical Services
RFP 21-017
Classlitem: 910-82
August 2021
PART IV
SCOPE OF WORK
1. ILUB22MC N: The City requires an electrical contractor to perform emergency and non-emergency
services to over 50 locations including critical sites that require 24-hour on-call services.Sites include
but are not limited to the water treatment plant,wastewater treatment plant,Georgetown Lake intakes,
and several lift stations. Pedernales Electric has turned over high-voltage power maintenance tasks for
the Lake Georgetown Raw Water Pump Station to the City of Round Rock Utilities and Environmental
Services Department. The City serves over 126.0130 residents and has an obligation to ensure that
utility services are uninterrupted.
2. SERVICE RE2g!&EMENTS., The Contractor shall-
A, Be available for all electrical work required by CORR Utilities and Environmental Services
Department, excluding electrical services for professional office settings for locations listed in
Attachment E -List of Service Locations.The City reserves the right to add or remove locations to
the resulting contract.
B, Have an organization proficient in carrying out multiple interior and exterior projects for emergency
and non-emergency calls.
C, Respond to non-emergency work requests within 48 hours,
D. Answer emergency calls within the hour and be on location within 2.5 hours.
E. Maintain an inventory of 85%essential or emergency replacement parls,for this scope of work. This
requirement will not include medium/high voltage electrical switchgear and apparatuses as well as
variable frequency drives(VFD),
F. Contact the City's point of contact when major components need replacement A major component
shall be any single item or part that exceeds$3,000 in cost,
G. Notify the City's point of contact of any lead times longer than thirty(30)days.
H. AJI parts shall be in new and unused condition unless otherwise agreed upon by the City's
designated point of contact
1. Make all arrangements for delivery, unloading, receiving (CORR will not assume any responsibility
for receiving these shipments),and storing electrical parts and supplies for each project. The
Contractor shall coordinate with the City's designated representative to make necessary
arrangements for security and storage space in an appropriate building during the project® if
needed,
J, Notify the City's designated point of contact and gain approval before proceeding with the work if
during work the Contractor experiences a conflict with the plans/scope of work or the NEC(National
Electrical Code).
K. Not perform services without prior authorization from the City's designated point of contact.
3. ELECTRICIAN I JOURNEYMAN BR_QW&EMENTS,
A. Contractor shall employ a licensed Master Electrician and the company shall have experience in
providing high-voltage electrical services for a minimum of five(5)years.Contractor shall have all
additional local, state, and federal licenses, authorizations,and certifications which would be
applicable for all services to be rendered during the life of the contract.
B. Journeyman Electrician shall have at least three(3)years of experience with a minimum of two(2)
years commercial experience. All work performed by the Journeyman Electrician shall be inspected
and approved by the Contractor's Master Electrician,
4. E ET i TAK TA=: Contractor shall have 24-hour availability to service the
Georgetown Intake Pump Station, Items to be serviced will include panels, poles, fuses® and
transformers. This will require medium to high voltage capabilities.
Page 10 of 17
Exhibit "A"
City of Round Rock
Industrial and Non-Industrial Bectricall Services
RFP 21-017
Classfilenri: 910 82
August 2021
WORKMANSHIP: The Gontfactor shall-
A. Demonstrate to the(..'Ay's designated representative that the work is fully operational and in
compliance with contract specifications and codes.
6, Keep the areas of the worksite free frorn waste materials. It is the ContractOT's respoinsiblfity to
propedy dispose of all waste materials according to applicable federal, Mate, and local Iliealith
safety,and environmental laws,,ordinances, rules, and roguiations.
6. SITE
aRgAMaEgg1LQM: It shall be the responsibility of the Contractor to visit and inspect the work
location prior to the submittal of an estimate. INo variation In price or conditions outside of the signed
contract shall be permitted based on claims of not being know ledgeaUe, aware,or informed of all
reciOrerneants and specifications for a job assignment. Submitlal of the estirnate is confirrnafion that the
Contractor has familiarized 0-mirnselves with the inature and extent of the work and any local conditions
that may, in any manner, affect the scope of the work to be done and the equipment„ materials, and
labor required, Inspect6on musk be scheduled by contacting the City's designated representative,
7. DESIGNATED CONTACT AND EMERGENCY LINIE: The Contractor shall-
A, Provide the City with a primary contact,secondwy contact, and an idernified crew leader with your
submisslon..
B. Designate a!!,,,pPclfic point of contact(POC)who shall rornain the sarne unless the City has been
provided an afternate and agreed upon contact.
CProvide the City with a dedicated ernergency line or employee after-hours contact number.
Answering marAilnestservices will not be an acceplabip point of contact,
A. Estfirnates: Provide the City IPOC with a repair assessment that details the hourly rate and the
;;Placement equipirinent cost-plus-percent that conforsins to contract pricing prior to commencement
of the work unless otherwise indicated by the City. Attachirnent H—Sample invoice has beein
provided for reference.
B. 'cn�k Qrd r: Contractor(s)shall complete and Vuirinlsh a work report for each project A copy of
each work report shall be presented with time mid material used to support the cost assessment on
the final invoice.Attachment G.-Sample Work Order has been provided fair reference Deposits
shall include, at a rninirnum,the following inforniabon:
L Location of the worksite.
H. Date and hime of arrival at worksKe.
HL Time spent for repair.
iv. IDate and time work at location is compileted.
v. Parl(s)ordered, houdy labor rake with quantifies.and equipment rented.if necessary.
vi. Freight at Contractor"s cost.
W, A detailed description of all the completed work ceriffying eveWhing is in working order Shall The
signed by the City's designated reprase ntative at the Hime die work is completed
9w WARRANTY,, SuccessIful Respondent shall provide a one (1)year wwranty on all workmanship and
jWrts_including but not limited to manufacturer"s,wairrainty,workmanship defects,and inshallation Ali
warranty work, shall be cornpletw:l witiNin five(5)worlding days from notice of defect or receipt of
replacement parts andfor equipment,
The City shall-
A. Schedule and confirm work in a timely manner for non-emergency services.
B. Provide access to locations where service is required.
C, Ensure work area is reasonably firee of safety hazards.
I[). inspect work pedormed to ensure cornphance with the scope of work.
E. When available, provide available drawings or plans if requested by the contractor.
Page I I of 17
Exhibit "A"
City of Round Rock
Industrial and tion-Industrial Electrical Services
RFP 1- 17
lasslitem: 910-82
August 2021
PART
PROPOSAL PREPARATION INSTRUCTIONS
AND EVALUATION FACTORS
_EE1aT6E : All proposals are valid for a peri of one hundredand twenty
(120)calendar days subsequent to the RFP closing date unless a longer acceptance period is offered in
the proposal.
2< I I STI ; All material submitted to the City becomes public property and is
subject to the Texas Open Records Act upon receipt. If a Proposer does not desire proprietary
information in the proposal to be disclosed. each page must be identified and marked proprietary at time
of submittal. The City will®to the extent allowed by law, endeavor to protect such information from
disclosure.The final decision as to what information must be disclosed, however.lies with the Texas
Attorney General. Failure to identify proprietary information will result in all unmarked sections being
deemed non-proprietary and available upon public request
3® K IBe advised that exceptions to any portion of the Solicitation may jeopardize acceptance
of the Proposal by the City. Exceptions to this solicitation if any, shall be submitted on a separate sheet
labeled'Exceptions"with the Respondent's proposal.
. PROPOSAL PREPARATION COSTS:All costs directly or indirectly related to preparation of a response
to the RFP, or any oral presentation required to supplement and/or clarify a proposal which may be
required by the City shall be the sole responsibility of the Proposer.
5. P ® Responses shall be clear and concise and shall include at a minimum,title
page,transmittal letter.index or table of contents,dividers for each section and all required attachments,
One page shall be interpreted as one side of a double-spaced,printed, 9 1/2"X I 1'sheet of paper. It is
recommended that responses be submitted in a professional,bound format that best contains all required
documentation for submission.
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:
6. ERQEQJ6J_EQ8MM, Prefacing the proposal,the Proposer shall provide an Executive Summary of
three( )pages or less®which gives in brief, concise terms®a summation of the proposal. The proposal
itself shall include a title page, index or table of contents,dividers for each section and all required
attachments and a dendums to be organized in the following format by Tab and informational sequence:
A. Tab -Business t7r anizati : State full name and address of your organization and identityparent
companyif you are a subsidiary. Specify the branch office or other subordinate element which will
dorm, or assist in performing, work herein. Indicate whether you operate as a partnership,
corporation,or individual.
B. Tab 2-J hM I Solution: Define in detail your understanding of the requirement presented in the
Scope of Work of this request for proposal and your technical solution. Provide all details as required
in the Scope of Work and any additional information you deem necessary to evaluate your proposal.
, `Tab -Pr rare: Describe your technical plan for accomplishing required work. Include such time-
related displays,graphs,and charts as necessary to show tasks, sub-tasks, milestones, and decision
points related to the Scope of Work and your plan for accomplishment. Specifically-
i. Indicate your emergency response plan (i.e., Central Texas snowstorms in 2021).
ii. Detail a situation in which you needed to respond to a high voltage repair scenario(i.e.a downed
power line near a structure),
iii. Provide an example of an interior standard medium voltage project;you have been responsible for
completing in a warehouse®planta or similar structure.
W Identify how stock of essential parts will be evaluated and maintained throughout the life of the
contract.
D. Tab -Proiect nagernent Structure; Provide a general explanation and chart which specifies
project leadership and reporting responsibilities, and interface the team with City project management
Page 12 of 17
Exhibit "A"
City of Round lRrx.k
lndustfial and Non-Industrial Electrical Services
IRIr-P 21-017
Classiftern: !)10-82
Aii.,rgust 2021
and learn personnel, If use of subcontractors is proposed, identify their placement in the primary
managernent structure, aii,nd provide internal management descviption for each suN.,ontu'.1cior.
E Tab 5......... r 9 K�,.pgj� ag- Descfibe only relevant rnunicipal,corporate, and findividual experience for
............................... . 1V &,
personnel who will be actively engaged in the pa.1w.1 Do not ftlude corlporate experience unless
p. rsonnel assigned to this project actively Ipamddclpattaad. Do net 4nclude experience p6or to 2014
Supply the project Me, year,and reference narne., fitle, present address, and phone nuirriber of
priindpat persons for whom prior projects were accomplished,
R jTa&1b&6_zj11Et[j2MgJu Includia names, qualifications, licenses,and resurnes of all personnel who will be
assignield to 4l-m account. State the Primary work assigned to each Iperson and the percentage of Urne
each person will devote to this work.. Identify key persons by name and Me.
G.. Tat '7-Authorized Include the name, ernail address, and tMelpho.ne number of the
........................................
Mmrson(s)in your organization authorized to negotiate Contract terims and render binOng decisions on
Contract.matters.
11. n
i-akA--Al valud A nAy nn(-Jud
: � e Attachmeand A Su
Proposal bmittal Forrn and
laghws - Ake- j-
ExeLubori,Attachment B- R-eirerence Sheet,Attachment C Stibcointrartor Unforrnafion Form.and
Attachment F Cost Proposal,Worksheet, and signed addenclums (if applicable).
I. Inchide the cornpleted Cosl Proposal Worksheet and
include any additional services or personnel that yotir company wwould like to offer the City under thiis
contract and the irattesassociated.
Y. W 11914 :� The interit of the City is to award to one ResporAenk in;accordance with the
�`..V.A A .1
evaVuation ciritieria below, The purpose,of this evMualion criteria is to deterimine whikh proposal besf
fQ..Q..b(
A.. Evalualioiru Criteri& Weights,
a Respondent's&)1ufior-h,Approach, &TOWine ("I"abs 2& 3) 40 pts
Gainipany Wr.A( IExpnargarnce and Personnel 0k.ialifications
(Tab 5&6) 40 pts
Maximum weight: U30 p1s
B, An evakwhon committee wHI be ostablLshed to evaluate the proposal. The con"irnittee will include
employees iDf the Cfty and m.-.y include otheir impartial indivkluMs who are not City employees, The
evalu,300n cornnaittee will dielermine if discussions ancVor Best and l:`inal Offers(BAl::'O) rare
necessary. Award of a contraint may be made without discussions or BAFO, if in the best interest of
ffie('11ity.. 'T'1m evaluation committee may determirw that discus%liOns are necessary to clarify or verify
a written proposal response, The CRy rnay,1 at its a:Rscrefioin., elect to have respondents provide.oral
presentations of their proposal. The City reserves the right to irescore an offer based on provided
demonstrations. A request for a BAF O is at the sola discretion of the City and will Ilan requested in
wrifing, The evaluation cornmittee will evaluate the finalists and make a recommendation for award.
C "The City ireserves the right to reject any or all proposals submitted, or to award lo 1he respondent who
in the City's opinion,offers the best value to the City. The City also reserves the right to cancel the
RFP procew,.,,and pursue alternate rnethods fm providing the requirerniaints.
D. The City reserve%the right to conduct shj6es and,idle, "r unvestigations as necessary to evakmte any
proposM.
E. 1"he City reserves fhe righl to waive any irnmlarar technicality, irreguUrifie%or informahlies noted
in Rie submission Process. Submission of proposal confers no IN,, al dghts uponany
Respondent.
R nve-City reserves the right to request further doctimenlation of information and to Oscuw.,n propos;al
response wfth any Respondent in order to answer questions or to clarify any asjrmicts of the proposal
G, The CRy rnay develop a'showl list"of quafiW projpq,::*a1 and may 1ed 11ermine thM the
Req,:)ondent(s) should submit a Best and Final Offer(BAFO).. Each"short listed IRespnrnrnadent w0l be
given a reasonable opportunity for discii.ission and revision of their proposal.
Rage 13 of 17
Exhibit "A"
City of Round Rock
Industrial and Non-Industrial Electrical Services
RFP 21-017
Class/item: 910-82
August 2021
&
X A proposal presented in response to this RFP is subject to negotiation concerning any issues
deemed relevant by the City. The City reserves the right to negotiate any issue with any party Any
unsolicited communication by the Respondent to a City official, undesignated employee, or an
evaluation team member evaluating or considering the offers may be grounds for disqualifying the
offending Offeror from consideration of award.
B. Submission of proposal indicates the Respondent's acceptance of the evaluation process and
recognition that the City may make subjective judgments in evaluating the proposal to determine the
best value for the City.
C. If negotiations are successful,, the City and Respondent may enter into an agreement.
0, It negotiations are unsuccessful,the City may formally end negotiations with that Respondent The
City may them
i. Select the next most highly qualified Respondent and attempt to negotiate an agreement at fair
and reasonable terms, conditions, and cost with that Respondent.
iL The City shall continue this process until an agreement is entered into or all negotiations are
terminated.
EThe City also reserves the right to reject any or all submittals, or to accept any submittal deemed
most advantageous, or to waive any irregularities or informalhies in the submittal received.
F. An independent signed authorized contract will be sent to the successful Respondent. Execution of a
City of Round Rock contract is required prior to starling work and processing any payments to the
awarded Respondent,
9. POST AWARD MEE
The City and the Respondent may schedule a post award meeting to discuss,
but not be limited tot following.
A. Provide City contact(s)information for implementation of the Agreement.
B identify specific milestones,goals,and strategies to meet objectives
Page 14 of 17
117-:.xhibit "'A"
qty of 1:1ound Rock
Iridustdal and Non industrW Elle ctirical Ser%ncffln
RWP 2111-1017
Class/item: 910-82
August 20�21
A"ITACHME111T A
PIU (XIOSAil SUDIM7 rAIL FORM AINDEXECUT110114
NOTE: RESPONDENTS SHALL COMPLETE,SIGN,AND RETURN THIS ATTACHMENT WITH THEIR
PROPOSAL. FAILURE TO DO SO WILL RESULT IN DISQUALIFICATION OF THE PROPOSAL.
By signature hereon,the Respondent certifies that.
All statements and information prepared and submitted in the response to this RFP are current,complete,
and accura1e,
He/she has not given,offered to give,nor int nnds,to give at any himhereafter, any economic opportunity,
fisture ernp$oyment,gift, Wn gratuity,special discount,trip,favor, or somme to a City employee,evalw.otor,
orevalis tUngentkyiinoonnectionwkhtlhesubirnuftedireolponse Failure to sign the Execution of Proposal
or signing 11 whh a false statement shall void the submitted offer or any resuffing contracts.
Respondent represents and warrants that the indWidual signing this Execution of Proposal is aii.ithodzed
God sign this document on lbehaff of Hie Respondent and to bind the Respondent underany conVact
resulting from this request for proposals,
REsly )INIDENT(ODMilkidy)-, T. Morail es Coirrillaaariv Electric'& ontrolt ILtd.
SIGNATIURE'(114 INKI: ...... ........
INAMIE(TYPEIIENPRIN11 ED) 1`ihna !Aoralles-IElidirdqe.............
TITI E: Piresadent of the GP DAT11l:.i- 09/23/2021
S 1"IREET: A IPPtterson Ave,
C1iTY1STXrEJ23P,: Floireinice $X76527
TELEPI-01NE A14D FACSIMILE 1140- F."h: Z,"-793-4344 Fax: 2X54-7193,;30144
E-MA111 ADDRESS:t�,,l�'drdlgo@imlorate'scoinipany,coi-n
FEDEl1;;Uk1 rAx NUMBER(FIN): 75 30100543
111Y vjbirnitling a responsetotNs solicitation,the Rlespoindent,agirees Rhat the�`'ity's Definktions and Stivandard
iesms and Crxfin e
ifjhoins,Urn at the firrie of 1`151#30IS181 Of thiii!i avociltation, shashallgavern unlesis clkpil!Wffic,Wly
providied otherWise iurn aseparale arpielemant arn;:)n the face of a purchase order. kladdRkm, th"
rkluipplernionlai Terrns and Conditions listiadinl`.:Wction III,shall alsf,:n Ilr anOxced ais part off this ciontracA, and
f,um tw.obuiIiiniai1fromthe Cit "iswebsfte�at tillij�P —
Flage f 5 of 1[7
Exhibit "'A"
Duty of Round Rock
Industrial and Non-Industrial Electrical erv'soes
RFP 21-017
less4ltem� 910-82
Auuguust 2021
ATTACHMENT
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE LICI ATI RESPONSE
SOLICITATION NUMBER:
RESPONDENT'S NAME: .Morel •••g�� orntr�Ltd. DATE- 2j232Q2L
Provide the name,address,telephone number and E.-MAIL of at least three(3)v lod Municipal Government
agencies or firms of comparable size that have utilized services that are similar in type and capacity within tine
last two(2)years.City of Round Rook references are not applicable References may be checked parlor to
award, If references cannot be confirmed or if any negative responses are received of may resu k in the
disqualification of submittal.
1. Company" Name ltnr of HAuer ptel lits
�••..............n..............N..........m•••••••••••••••••••••••••••••••••••••••••••••••••••••••,..,...,,...............................................................m.........m•..•••••
••••••••••••••••••••••••••••••••••••••••.e,,...e.,.•,.,,.......
Name,of Contact •,•
Ti le of Contact Public Works Director
-gall Address rnaln de lnerizerinel lnts.
Present Address 306 mmees Crossing
City, State, Zip Code IHarker ff•tel lntsu TX 76548
m•••••••••••••••• ..•..
Telephone Number Q 254 )953-5fAl Fax lNurrnber: ( 254 )953-5666
2- Company's Name ,,. off p���gernsolllea�
Name of Contact Brandon Pritchett
Title of Contact Public UbI4 Director
E-Mail Address brerndoinp p�ffpuugervilletx,gov
_..........•••• ....................................................................................................................•••...................••., .......
Present Address 15500 Sun Ught Near Way IB
City, State, Zip Code Pflugervflle,T 78660
w••••••••••••••••••••••••••••••••••••••••••••••••••••••••
Telephone Number 512 ) 99 0-6402 Fax lNaumbev � D
3. Company's Name soft off 1"eunnofle.
•••••••••••••••••••••
Name of Contact Belinda Mattke
Title of Contact Public Worlds Director _••
...� ........� ••••�.................................................••�•••••••••••••••••••••••••••••••••••••••••••n.mn,m,nnnnnn,
E-Mail Addressirrnkt@�eemrnlppet .
Present Address 3210 E.Avenue H, Building
City, State, Zip Code Terrnple�TX 76501
Telephone Number, Q 254 )298-5659 Fax Number: Q )
FAlLURE TO PROVIDE THE REQUIRED lNFORMATiON WITH THE SOLICITKI-014 RESPONSE MAY
A TOMATiCALLY DISQUALIFY THE RESPONSE FROM CONS lD3E. "l'lO N FOR AWARD
Page 16 of 17
Exhibit "A"
City of Round Rock
Industnai and Non-Industirial MeiI Services
II FP 21-017
Oasslften,� 910-82
August2021
ATTACHMENT C
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WI'TH THE SOLICITATION RESPONSE
SOLICITATION NUMBER-.
RESPONDENT'S NAME 'LM2rAkL, ,Qu� n I ratr�I _Ltd,DATE:Aaajj02j_
NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO
YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT
If yes complete the info hon b0ow
1. "'kibicordractor Name Techfine Construction LLC
N a me of Cont airi, Don
.............................
.- WI Address don.]
AddiI 9609 n- pck Circle
..........
City,, estate, Zip Code Austin,TX 78751
Telephone 114,umber
Describe work to he
I.)erforrned Aeriai D' tvibufion
................................................................................
Percentage of contract 5 %
work to The performf.-,,d
.
2 SubcontraliI Name IC .....................USA, Inc.. .......... .................................................................M
o-As
............................... .....................
t^ an iA i::11har%1069thierholt
:: ...................................................................
Rile of Cor vitact 1110lariI
E Mail AiI lbiNttiev,ho�lylCi@rf,)n,ltiinolp;aneisusa,net
7..............................................................................
Address I 631 1r)Brattion Lane, Build ing 1,, S We 100
I'Ry, State, Lp: Code iI j t i r-i $X 78728
.............. .............
.............. .................. ...
............. ..
............................................................................................................................. .. ..
...................................................... ....
Telephone N ILI vriber
IIS esicribevIvork to The
Performed dnslnjirnerI Ii:Pind ConliI
.........................................................................................................................................................................................
..........................................................................
Per,�:�isnlagie of iI.t 2 %
work to The perforyned
I........................................................................................................................................................................................
.......................................................................................................................................................................................................
.......................................................
additional pages as needod
Vage 17 of 167
Cll- PREIVAIL1111411C WAGE
211111111,116 ANINA U111il"TEXAS 1101111ORFORCE I101CHISS110hilYVAiIS,"E
1PIATES
..............................................................
Coinstrui.'.Ii and Extracdon Occuwitioins Hourly $�1232
Hirst-Lin Su erAsors of Const.ruiction Trades,arid Exlllir�:ctk,.)n WorkiI I tourly $18.79
....... ................................2..........! p.............. ........................ ...........................................................................................
...................
diclkii and fflockri,iiasons 11o1ii $20,94
till i I
actiloliloh�a
oudy
5131R
..................... ....... .............
..........22f I
H'
Fk"wr F c 5
1�2y le x ariid liand THe Hourly 12.J.)IO
................... .................................... .. ..
ille and Marble Setters 1 1?, .zo
...........................................
Cement Masons and: Concrete Filinishers 11 bury 12.92
............................................................................................ .........................................................................
Coristrucli Laborers Hiirwr I
.......................................-1.......................
Pavhi surfacing, &T'arl u pi,new.11 erators $12A1
................................... ........................................_&L_ff �ing, E AIL � D�0 rs
Ai_ _t22!!y_
PiAip-Driver Operali 11oiurly SM65
........ ....
Operating lEi glineer,sand(111,her Consili.ruction Eqi,,0prno,:Mt HOLIF-ly $1113M
UC r uggrbz THe firistallers Hour'lly 514-28
.........................................
flectridans ..... Hourly $'15AO
.....................................................................................................................................
Uazlers 11 lo(I $13.1108
........................ ... ...........
F1kx,)r,,CeHlng,andWall ill-IluiurIly $13.,29
............................... .................................
insulation Mhaii W:,M:,.lJI HOU111,11Y $1452
Painters,Const.ii aind MaIinteni'l Hourly $12.25
Em Hiniurly $1319
...................... ........1---.-................. ..........................................................................................
i Hourly 1 $14,46
PlumbliI Pipefitters,and Sit L,�amfitt P....rs .........
.......................""
inforcing irorii and i VVorkers $1187
1'� '5
Roofers Hourly $1238,
Sheet Nletal Workers �.urly13-2 5
...................................................................... .................................................... .................
Striuic;ti.iwal iron and Steel"AlorIll Houdy j$14175
.....................................................................
liiiclw.,rs Brickmasons,Bloc lu-nas oris,Sto nerrQsons,and"Fills,and Ma rb lI e Hi $1.236
Se'li
CarpeiyteLs .............. 11oud $817
11elpers-Elliecitricians Hourly
...........................................................................................................................................
Helpers -Plpelayers, Ph,mmbers, Piplefittlers,and SIbeam,fitters Hourly $.1'li
.......... ......
I fielpers,-liction Trades,AH Other FlIoUrIly $111I
................I....................
i o.ii a ni.J liiI�rs -±Eff!K-
..... .......... ............. .........
Feii Erecb:xs Hotii $1217
............................................................................................... !J� 1-
I Iazardolus Matevials,Removal Worker's l lourly $12M
. ..........................................................................
h i o w a V............M a i v i t e in a v"-'i c e Wo"-rkers Ho urly $1.3,"
......................................................
ea
Se�l Pipe Clm!!lrs H o
'-;11-e1Pt-1cT1-1..............S e r v cers and...................................................................................
$12-05
Co nestruction and ReIlatedlfforlrs,All ()thers Hourbir $1334
.................................. ................................................................................................................................-.-..........
.........................................................................................
Derrick Operators,00 ar�d Gas Hotirly $V1,38
................................................-.1................................I .- .......................................................................................
Service Unit C4wrators,CAII Gas and WI Hotirly 513.22.
....................
I iI
Earth Drillers,Except 00i and Gas 7 irly
.............. ............
...........Quw,g
� - ___.!� I�fl 5 111).11 ...................
............................. ................................................
oust,abn1iijt!.,;,CAll and Gasl lourly $11-69
..
. ............................................................................................................................................................................
InstabOon, Maintenaniii'.'ie�,and Repair 1ccs11midons l lourly $12.59
.................. ..........................................................
First-LineSiiim Prlfisor:s of I'llAectiainks,I nstaflers,and Repairers I Ill I'l I I y
Exhibit "A"
ATTACHMENT D PREVAILING WAGE
2016 ANNUAL TEXAS WORFORCE COMMISSION WAGE RATES
............
Computer,Automated Telleir�&Offilce Machiriery R How,srly $30-93
............... .......................................................................................................................................................................
............... ........................................................................................................................................ ..........................
aclo
, M Ws Hourly $14.11
...................................... 1........................................................................
.....................e 1n:2,rnirnunicafions -qu ent �nstalllers a,nd,.�.rpali Hourly........................................................�$ISL2
.................................. L 11111111n,. .................................... ..................................11..........
Electric Motor,Power lool,and Related Re Houdy $13,76
....................................................................................................................... -—-------
c`�Ma`Ia n...........d..............F_Uec,t r o...........n'–i c 5...............R..........e"pairers, Cornmerciall and Resider'Aial Hourly $16,12
...........
EII
ectricall and Electro �c Re wirer ,Powerhouse Substation,a;�� Hourly $22J8
.......... ............................ ...................................RE"',T................................................................... ............................_.
.................................._..........................................................._..................................................................
ectironic Equipment liriaaftrs and Repairers,Motor Vehicles HourIky.............
............
Fire A 5 Hourly $1.7.79
tems Installers
Aircraft Mechanic and Service 11-echridans Hourl, $21,97
�u'tom'_ct_iiv'e6o_d`y,_a,nd Relatedkepaim, . ................ I o...........u..........r"lly $1529
ut o-,i m-_o, v..........e.............Ghes,,s-'s, 1-n, !st a"i'lle--rs`and............R e..........p a r e-'i s.........................................................................
........................................................................................................................................................................... Marl
ly`... .. .....................5-14.................2..........9............................................................
............... ............................................... .................
Automotive Service Techniiicians and Mechancs HoULly
Bus&Truck Mechanics& Diesel Engine Specialists Hourly $16.61Farrn EclOpment Mechanrcs Hour!Y $1L5, 2 .........................
M<Aile Heavy Equipment,Except F Hourly $14,,84
......................................................................................... .......... ...........................................
MotorboatMechanics Hourl $13,38
"mm ............. . . .......................
Outdoor Power Equipmemut&Other Small ille Engfirw Mechanics Hourly $10.31
..........:............................... .......... .
Recreational!VehicService Techr0ciians' .. Hourlylir
1111111111111mmmm.............................................mm�.............................. ................................ ..................................
Tire Repaurers and Chan rs Hourly $11145
Cointrol and Valve instaii1er's and Repairers, Except Mechanical Door Hourly $14AQ
..........,111�11�11...............
Heatir ndkio ng 21 i�d Refrigeration lvlechan�cs and instafle(s, Hourl $161S
�ijt 8i r C2 ni ir ............. .........................
............................................................................... ......................................
Home pliance Ho,iurl $U04
..........................................................................................................................................................................................
...................................................................................................................................................
'
LL
acsy 14industrial MachinFI �K � ! 15.7
................................................
Uauu�tcwarue Workei s, achinery
r M
...............
i4illwrlghts Houirl'y $1519
lectdcali Power-1,ine 4istal !
lers and le2�nHourly $15.94
M............... ........... M,M....................................................... e_rS..................................................................................................
...................................................... .. ...........
Telecomirnunlcation' Line Installers d rI Hom ' 3
L
ie r s
�6
af'icmH8
all Equipent Repairers `o'...........u"i r ly $1%05
Precision Instrument Repairers,Other Houdy $14.40
................................................
Maintenance and Repair Workers,General ...._ Ho urly $11,42
G oin,Vend Hourly $10LO
�musemeint Machine Servter� and Repairers
Hourl $12�93
Locksmithsand Safe Re .............. 2Y........................................................................................................
..........
Helper- -instaRation,Maintenance, and Repair Workers Hourly $8.30
11111111111111�....................................................................................................................................................................................
........................ . .. .....................................12-2.........I.................................. --— -----------
lristaillaflon, Maintenance&Repair Workers,Other Hourly $W.6,1
..........
Production Occupations Hourly 510.43
First 1..in Supervisors rrf Production and Operafing Workers Hourly $19.08
.............."I'll I I--, ........................................................................................................................................................
............. .........................................................................................................................
ectdcai and Ueictron,Jc Equipment AssernMers Hourly $11.n
................. ....................._................ ...................
Clectrorniechanical EqOpment Assemblers Hourly $15 4
Ttr u—1ct,i L j r"a_TlM`...............e t a I Ealnrliii r.—at o rs..............a i n...........dT,i.......................e ii...........s.....................................................
........................................................................................ 0.................................................. $14,88
ream Assemblers 1.loyr l y�'................................................... $9 1.-9 ........ ..................
..............
'flmririg Device Asseatllers,Adjuste_rs &Cahbratoirs Hourly $1633
............I.................................................... .... -J
2
Exhibit "A"
HI ENT 0- PREVAILING WAGE
2016 ANNUAL I-EXAS WORFORCE COMMISSION WAGE RATES
..... .............................................................................................................
r ±i�oladi $10,10
!�222bfies and Fabricators,All Other
......................
Computer Contr0ed Machine Tool operators, MetW and Plastic Houdy $12,70
Numerical TGol and Pvocess on IP:niograimmers $Ioudy $20.26
................
Extwiijd and Drawing Machine Setters IHS unrV $12.14
Ctitting,Punchiiq,and lPress Machine Setters,Open!Rors Hourly $10.91
........................................................................ ......................... ...................................................................................
........
Gfinding,Lappin ,PolislhHruj and Buffing Machine Hourly $1.0.S8
Lathe and Turnin1v Machine'Tool Setters,Opeiratofs Hourly $11 3.47
�jchinists I ; mflvi S14.9ri
A"TTACHIMENTIE
LIST 01::�11 OCAMNS
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII
IIIIIIIIIIIIIIIII
Ilnnn PhyalIcaVAddross
rir iI IV r�u'u'I of I.Im La ISM)III 3511 i111 IVa1„11111°1
........................ .........................................................................................................................................................................
.... .....................................................................................................
�mr PV II u�Rq 9m 11 g ��1` 52M IN IIIK 3
ZJD0 NIDI 35
V°IiG, nauw , nnlumwu "UPS d X1'1 1520 tly$1-135
SMO N I1H 3
Water"'1'mii'Urrrnean'I I::11ain1I I1H 5200 N IIIC°II 311
Irar Vurn,rmmn'R I Phavie 1 200 IN 1IU°I 3
1....ake.., u� . ...,,,,, ro,,,,,,,,nn.......................... Y 6 wr Brooks. ,! .., .,............................................................,,.......m,,,.......�..,,,,,,,
,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,......................... ....
............... ..........m, .... ..... „
L rm reale oosk lr 'I,2A4 Well 3A I19V'urrnu t
,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,m,......................
,,,,n,,,, ,,,,,,,,,,n„,,,,,nn,,,m,n, ,,, ,,n,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.,,,,,,.,,....,,,,
,,,m.,,...,.,,,m....m.......,....................m.....,,,.,,,.................................
r1 In 81 `3 S,Meq 6
McNicH
.......................... ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.,,,,,,,.,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,..........................
1,°IU'ul:uutl a 0 Wren unVV n11 irwIr0 " n � l
C 1 nmlYmrul IV'1aa . .,V.. ra 2IKY1 1.1 'Iu Comb- B u1
umm�lVrn mm
251 IVam IVr'n,11house Rd
mm.
rrallann"arn 506II191owmnn ru Rd.
Meadows Ii '1''u"" Ill.. r
1114 3475 a nr e
'h�'aos Hee hts 400l rlr�rm
I5 m,�handler IR .
Pn/ Pr 151 N 11'1 X 5
.................................................
,,,,,,,,,,,,,,,
1431 Ell mra'V r1 3';11 F14,1431
................., ..,,,.,...............................................,,,,,,,,,,,,,,,,,,,..,,......................
rna�I I I nsuun',n 3 9 ISS' ca .rma Tim
............................... m„.,,.,,,.............,...................................................................................................................................
..........
Soultmet 1"Irm�u!11 511 Double ble Cr ek 1� .
Sime Oak Rixinp.: Staftin 4300 Stone Oak
I Orth 1 7! 1'7 IN$1136
Oak iffluff IG.K'mSIaIurmrn 10 2 IehR rxIerl'mn. 'tea
Forest Greek LPN StalIlon FoFe l Crram*Blvd.
TrevIi n�y,,,lCour'1,,,LM, .R l'V rY,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
,,,,, ,3820"Pr 'nOnro "'"'1,
%I..!aIuty.., .!22�1.,n11 1. D0 n '714 IPecuan St,
VII,uiPG UftS'taflon 600 ILee'SI.
11UI n tllie III."iN SI a IBnnrn, 21'1191H11'1on Il ad DIY`
pare �G11 Il.'UPI ;ulnallUa�rn IP��n IU°IiUU1 ILuura�um
C.
umrrnmanumn, "I R> rrau,uamum Inmo
1°1tl In onmrnlr' P R 2501"1 H Ih Coumrnlr I.
__. ,. 1590 liestees C .............................................................................................................
,IC"eruuni Irn R 0 Chandler Rd,
.................................................................................................................................................................................................
......................................................................................... ................
...................................................................................................,,,,,..... ,.w..........., ,„,,,,,,,,,
New I13uurlrarn 1111 Ta nikI 10 1:; 1Irft KH
„ ,,, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,..
.............
,, .................... 29U'29rA 0"A'n1sU'r4 rra Trall I
'Stone 0rmla 1 �.�' �arrn'1rm r hill 6,
L14601PIPW
lr'° ,,, rlra:n uuVrn .IV_n......,mm.. ..................��,,,,,,,,, Iu R 1 C 1V17
uttI.S 3939 I 179.........................................................................................................................................................................
...............................................................................................
IV:'IIP 3113 INN A I�IrG+rruep .......... ..........................................urlr IUtllru'U GV IImwbiUVmrr'IIIua1 IVITAJAU 17,90 Ave
44mlson
..............................................U'G'1ma I�"IP' 111 ���aUlllUm'
Exhibit "A"
Attachment -Cost Proposal Worksheet
Industrial an o n-in uurial Electrical Services
RFP 0 21-017
(Labor quoted shall inrncJuuda all labor cost,insurance,ova ffnrr��ttmQraar U tt¢rna�„rruiiUaaege arnd bas axduu;sWe of taxes Contractor shall not Invoice for
travel time to and ffrorn the job sUtta.The cost proposal sharrr well be used for cost avalIuuattoaaar purposes only Ali quarnttottras 4osned are estumnanes The Dty
reserves the right to purchase mom or lass 4aaro the quQaftas indicated brill 4,';;
Cost-20 PoInts
Part -IEUacttriclan Horan tt
� „ , .: Easttffuaaaked
A� „ �sarU tta
ours, ��:UnI Unit ��tt�
�l, E raved Cost
�reul�aU
1 Master r IEleckn aaon Standard Labor Rate 100 Hourly $10500 $10,50000
2 aster Electrician Oveolime Labor Rattan The overttome ratty shalt not exceed 26 Hourly S15750 3 937 50
one and one half times the regular hourly rata.
3 Master ElectFiciarn Holliday Labor Rana 25 Houft $21000 $526000
---------------
Journeyman SecWucuara Standard Labor Rate 150 Hourly 9500 $1425000
Journeyman EUactt idaan overtime Hourly Rate The overtime ratty 00 not 25 Hourly $14250 $3,56250
exceed arae and one half times theregular Ihoanrtty rata
Journeyman Elecid ban Holiday Labaw Rate 25 Hourly $19000 $476000
7 Apprentice Electrician Standard Labor Ratty 150 Hou dy $6500 $9;750.00
8 Apprentice Electrician OvWme Labor Ratty. The overtime ratty sffuaill not 25 Houudy 39750 $2,43750
exceed one and one half times the raaguUar hourly rata
J �u r anU& I Y �lrurgaan nl UUday l_al sur Calan 25 I �uarUy X13�OE
$34250
TottaL $67,66740
Paft UD-LQrr111ar1 Horn Rattan
1 Lineman Hourly Labor Dalen 100 Hourly $16000 $16,00000
2 (LinemanOvertime Hourly(Labor Rata.The aavernimrna ratty shaUU viol exceed one _25_______ Hourly $24000 $600000
and one half niiurn. s the reciular hourrli rata
2 n..iiraerrnarn @ fl U63�'C U arlly La�rcuir I att 25 Hourly $32000 $6,00000
Tottak $30,000.00
Part UUU,a Percent!!!!tqp Ithills!!!!q section will not be evaluated Voir watt but willtt Ib oma part of tresulting rttttract.
D6s;r&pt9ais . frcent ge , EsttUaxrated gad ,,alum Eaft#uraitd'
1 Percentage Q b markup over cost for rrualairaals 15% $50,000 $57,500
2 Percentage markup over cost for equipment rentals 15% $15,000 17„250
3 I ar�arottaga Q° l markup macer cast for third party 4 .slang $10,500
Total, a 250
E 7ql '71E A�1NUAL'TOTAL-.'
'7 Lp ' $173,936
1 of'a
Exhibit "N'
ROUN0
ADDENDUM
CITY F ROUND ROCK,TEXAS
Siolic ht hhr,uarau RIF P 21-017 Adclendiurn No: 'I Date of Addendum: 1^ 121
1"hnhs aaa,h rarm uumn is ltciIncorplarate the fok.a 'prug changles to the rabcwl r ��rarrur, u�Trapp p� h,h ru:
I. IIIA,l; prh„.'..,,kill g,inatilloinu hirr°r h. r raaa�u'hrh� on Alta har'neni p�`_Cost IPirgp asa°ah' d'rar�rsha et,IVh r'uar�.Ila wrm updated
Ill. ALIL OTHER TERMS AND r'1101 S REMAIVIq THE 13PAI E
d”"M1PiW'"p'",OVED BY. i00 .......... ......wm19113/21
Wn Reich,,Purchaser
I-'�ardhiasprn p Ofte, 5112-218-66,82
the lignaahurra affixeldbir-.4low hlh0s adiclendurin Is hlerliuby pncoir rar 'h a,h pir'uta,r and made ua p art Bmf hh e aboa vrefererna,u a9G
sohpr,Rafilon
ACKNOWLEDGED BY
"IrIna Moralesr ray iib "GmJ'
i
Name Auth wilz Signature � � Dade
RETURN ONE SIGNED COPY OF THIS UTHE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO 00 SO MAYAUTOMATICALLY I I UAIJF UR RESPONSE FROM
CONSIDERATIONFOR AWARD.
Exhibit "A"
$RtCGIUND�RGIOC
[.'
ADDENDUM
CITY r TEXAS
kitatl n:RFP 21-017 dd ndu m No.,2 Date of Addendum. 9123121
This addendum Is to incorlmrate time following chang s to time above referenced solicit ion
q. jjd2GW=The proposal due date is hereby extended until Thursday,9130121 at 3 OOPM CST
ll, ALL OTHER TERMS 9 q NDITI REMAIN n4E SAME.
M
APPROVED BY: 9t23121
len Reich,Purchaser
urch sgnq Office.512-218-6682
By the signature affixed below this addendum is hereby incorporated Wo and made a part of time above referenced
soficitatlom
ACKNOW,.:EDGEDBY
;(ku:l &;S
RETURN ONE SIGNED COPY OF'n-fl S ADDENDUM TO THE PURG HAS[ING OFFICE WITIN YOUR SEALED
PROPOSAL FAILURETO 00 50 MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM