R-2023-061 - 2/23/2023 RESOLUTION NO. R-2023-061
WHEREAS, the City of Round Rock("City") desires to purchase water and wastewater pumps
and motors; and
WHEREAS, Chapter 271, Subchapter F of the Texas Local Government Code allows for local
governments to participate in cooperative purchasing programs with other local governments; and
WHEREAS, the Buy Board Cooperative Purchasing Program ("Buy Board") is a cooperative
purchasing program administered by the Texas Association of School Boards for the purpose of
procuring goods and services for its members; and
WHEREAS, the City is a member of Buy Board; and
WHEREAS, San Antonio Armature Works, Inc. is an approved vendor of Buy Board; and
WHEREAS, the City desires to purchase said goods and services from San Antonio Armature
Works, Inc. through Buy Board Contract No. 672-22, 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 the Purchase of Water and Wastewater Pumps and Motors with San Antonio Armature
Works, Inc., 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.
0 112.20232;4865-4162-3119
RESOLVED this 23rd day of February, 2023.
4 Al
CRA MOR N, Mayor
City f Roun ock, Texas
ATTEST:
MEAGAN S KS, Ci y Clerk
2
EXHIBIT
"A„
CITY OF ROUND ROCK
AGREEMENT FOR THE PURCHASE OF
WATER AND WASTEWATER PUMPS AND MOTORS
WITH
SAN ANTONIO ARMATURE WORKS, INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS Agreement for the purchase of water and wastewater pumps and motors
(referred to herein as the "Agreement"), is made and entered into on this the day of the
month of , 2022, by and between the CITY OF ROUND ROCK, TEXAS, a
home-rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas
78664 (referred to herein as the "City") and SAN ANTONIO ARMATURE WORKS, INC.,
whose offices are located at 1015 Colorado Street, San Antonio, Texas 78207 (referred to herein
as the"Vendor").
RECITALS:
WHEREAS, City desires to purchase water and wastewater pumps and motors; and
WHEREAS, City is a member of the BuyBoard Cooperative and Vendor is an approved
BuyBoard vendor; and
WHEREAS, the City desires to purchase certain goods and services from Vendor through
BuyBoard Contract No. 672-22 to receive pricing and services as set forth herein; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, sufficiency and receipt of which are hereby acknowledged, it is mutually
agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
Vendor agrees to sell to City specified products and City is agrees to pay for said products. The
Agreement includes any exhibits, addenda, and/or amendments thereto.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
2.01 EFFECTIVE DATE AND TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect, unless and until it expires by operation of the
term stated herein, or until terminated as provided herein.
B. The term of this Agreement shall be from the effective date of the Agreement
until June 30, 2025. City reserves the right to review the relationship at any time, and may elect
to terminate this Agreement,with or without cause, or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
A. City selected Vendor to supply the goods as outlined in Exhibit "A," attached
hereto and incorporated herein by reference.
B. The goods which are the subject of this Agreement are described in Exhibit "A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4.01 ITEMS AWARDED
When taken together with the appended exhibit, this Agreement shall evidence the entire
understanding and agreement between the parties and shall supersede any prior proposals,
correspondence or discussions. Vendor shall satisfactorily provide all goods described under the
attached Exhibit "A" at the sole request of the City. Vendor provide goods 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.
2
5.01 COSTS
A. City agrees to pay for goods during the term of this Agreement at the pricing set
forth in Exhibit"A."
B. The City shall is authorized to pay the Vendor an amount not-to-exceed Three
Hundred Thousand and No/100 Dollars ($300,000.00) for the term of this Agreement.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received; and
A. Delivery or performance dates.
7.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the goods as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty (30) days of the day on which
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City in the event:
A. There is a bona fide dispute between City and Vendor, a contractor, a
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
3
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, these taxes shall not
be included in Vendor's charges.
11.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products from another supplier or suppliers.
12.01 INSURANCE
Vendor shall meet all requirements required by the City as set forth on the City's website
at: https://www.roLindrocktexas.gov/wp-content/uploads/2014/12/corr insurance 07.20112.pdf
13.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Michael De Santis
SCADA Specialist
3400 Sunrise Road
Round Rock, Texas 78665
512-541-8517
mdesantis(ci'�roundrocktexas.gov
4
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, City may pursue all remedies available to it at law or in equity,
including without limitation, remedies at law in a court of competent jurisdiction.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
16.01 TERNIINATION 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.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City or by mutual agreement to terminate evidenced
in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
5
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, reasonable attorney's fees, and
any and all other costs or fees arising out of or resulting from the fault of Vendor, or Vendor's
agents, employees or subcontractors, in the performance of Vendor's obligations under this
Agreement, no matter to whom such loss may occur. Nothing herein shall be deemed to limit the
rights of City or Vendor (including, but not limited to the right to seek contribution) against any
third party who may be liable for an indemnified claim.
City agrees to be responsible for and shall indemnify and hold Vendor harmless to the
fullest extent permitted by the law, from and against all damages, claims or demands to the
extent arising out of or resulting from (i) improper installation of goods by City; or (ii) any
breach of an express product warranty issued by City to a customer or end user of any of the
goods that exceed either the scope of the manufacturers' express warranties or such other
warranties set forth herein or agreed to by Vendor in writing.
18.01 COMPLIANCE WITH LAWS, CHARTER, AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards,bureaus and agencies.
B. In accordance with Chapter 2271, 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 from the company that it: (1) does not boycott Israel; and (2) and will not
boycott Israel during the term of the contract. The signatory executing this Agreement on behalf
of Vendor verifies that Vendor does not boycott Israel and will not boycott Israel during the term
of this Agreement.
C. 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 No/100 Dollars ($100,000.00) unless the contract has
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
discriminate during the term 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 term of this Agreement against a firearm
entity or firearm trade association.
6
D. 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 No/100 Dollars ($100,000.00) unless the contract has
provision in the contract verifying that it: (1) 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 Partners Remodeling verifies Partners Remodeling does not boycott
energy companies, and it will not boycott energy companies during the term of this Agreement.
19.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, and assigns to each other with
respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest
in this Agreement without prior written authorization of the other party.
20.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
San Antonio Armature Works, Inc. AND TO: General.counselMiss-na.com
1015 North Colorado Street
San Antonio, Texas 78207
Notice to City:
City Manager Stephanie L. Sandre, 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.
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
7
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
23.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
24.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
8
responsible as defined herein. However, notice of such impediment or delay in performance
must be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas San Antonio Arma re Works, Inc.
Y•
B By: �21'Printed Name: Printed Name: eur-A F..
Title: Title: (4k;,Az- 3r
Date Signed: Date Signed: Sam• Ito Zt>Z3
Attest:
By:
Meagan Spinks, City Clerk
For City,Approved as to Form:
By:
Stephanie L. Sandre, City Attorney
9
Exhibit "A"
1 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps -Wholesale Product Line. Catalog/Pricelist MUST be included or proposal will not be considered.
Total: 1 30%
Item Notes: Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit
the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed"
Benshaw
Alternate 1
Section 1• Equipment Products and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps -Wholesale Product Line. Catalog/Pricelist MUST be included or proposal will not be considered.
Total: 29-/
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU, Reference Numbers.Websites,and/or"See Attached/Enclosed'
Brook Crompton Motors
Alternate 2
Section 1• Equipment Products and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps -Wholesale Product Line. Catalog/Pricelist MUST be included or proposal will not be considered.
Total: 29%
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed"
Nidec- US Motors
Alternate 3
Section 1• Equipment Products and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps -Wholesale Product Line Catalog/Pricelist MUST be included or proposal will not be considered
Total: 30%
Page 19 of 25 page; Vendor Smi Antonio Annature Works.Inc 672-22
Exhibit "A"
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU Reference Numbers.Websites,and/or"See Attached/Enclosed"
Raycap - Strikesorb
Alternate 4
Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps -Wholesale Product Line. Catalog/Pricelist MUST be included or proposal will not be considered.
Total: 36%
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU. Reference Numbers,Websites,and/or"See Attached/Enclosed"
Toshiba AS3 ASD
Alternate 5
Section I: Equipment Products and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps -Wholesale Product Line. Catalog/Pricelist MUST be included or proposal will not be considered.
Total: 30%
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU. Reference Numbers.Websites,and/or"See Attached/Enclosed"
Toshiba Medium Voltage ASD
Alternate 6
Section 1• Equipment Products and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps -Wholesale Product Line. Catalog/Pricelist MUST be included or proposal will not be considered.
Total: 30%
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU. Reference Numbers.Websites,and/or"See Attached/Enclosed"
Toshiba Motors
Alternate 7
Section 1• Equipment Products and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps -Wholesale Product Line. Catalog/Pricelist MUST be included or proposal will not be considered.
Total 1 36%
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU Reference Numbers.Websites,and/or"See Attached/Enclosed"
Toshiba P9 ASD
Page 20 or25 pages Vendor:San Antonio nnnature Works.hic 672-22
Exhibit "A"
Alternate 8
Section I: Equipment Products, and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps -Wholesale Product Line. Catalog/Pricelist MUST be included or proposal will not be considered.
Total: 30%
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU, Reference Numbers.Websites,and/or"See Attached/Enclosed".
Toshiba Plus Pack ASD
Alternate 9
Section 1• Equipment Products and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps -Wholesale Product Line. Catalog/Pricelist MUST be included or proposal will not be considered.
Total: 30%
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU. Reference Numbers.Websites.and/or"See Attached/Enclosed
Toshiba Power Apparatus & Comp
Alternate 10
Section 1• Equipment Products and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps -Wholesale Product Line. Catalog/Pricelist MUST be included or proposal will not be considered.
Total: 25%
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE. Do not include SKU. Reference Numbers,Websites,and/or"See Attached/Enclosed"
Toshiba W7 ASD
2 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps - Engineered Product Line (For this line-item vendor shall propose base model engineered water
pumps. Engineered product options, see line#3 below, will be selected by the Cooperative member at the time
of order). Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit
the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Page 21 ol'25 pages Vendor:San Antonio Armature Works.Inc. 672-22
Exhibit "A"
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU Reference Numbers,Websdes.and/or"See Attached/Enclosed'
No response
3 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps - Optional Equipment and Parts for Engineered Product Line (Options will be selected by the
Cooperative member at the time of order. A COMPLETE LIST OF ALL OPTIONAL EQUIPMENT AND PARTS
MUST BE SUBMITTED WITH PROPOSAL FOR PROPOSAL TO BE CONSIDERED.) Catalog/Pricelist MUST
be included or proposal will not be considered.
No Bid
Item Notes: Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit
the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU Reference Numbers Websdes,and/or"See Attached/Enclosed"
No response
4 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Water and Wastewater
Pumps - Utility Services Sewer Lift Station. Catalog/Pricelist MUST be included or proposal will not be
considered.
No Bid
Item Notes: Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit
the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed"
No response
Page 22 of 25 pages Vendor:San Antonio Armature Works,Inc. 67_-2
Exhibit "A"
5 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Parts for Water and
Wastewater Pumps and Motors. Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit
the information as follows or proposal may not be considered.
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU. Reference Numbers, Websites, and/or"See Attached/Enclosed"
No response
6 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Package Residential
and Commercial Waste Grinder Station. Catalog/Pricelist MUST be included or proposal will not be
considered.
No Bid
Item Notes: Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit
the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU, Reference Numbers.Websites,and/or"See Attached/Enclosed"
No response
Paee 23 of 2�pages Vendor:San Antonio Annatnre Works,[nc 672-22
Exhibit "A"
7 Section I: Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for All Other Water and
Wastewater Pumps and Motor Related Products. Catalog/Pricelist MUST be included or proposal will not be
considered.
No Bid
Item Notes: Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit
the information as follows or proposal may not be considered'
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/p rice[ist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU, Reference Numbers,Websites,and/or"See Attached/Enclosed
No response
8 Section II: Compliance Services -Water and Wastewater System Operators - Discount (%) off
catalog/pricelist for Compliance Services for Water and Wastewater System Operators - (evaluation and
testing for compliance of water and wastewater, development/review of emergency response plans,
training/continuing education for risk management plan compliance, development/review of client process plans
for regulatory compliance with the Environmental Protection Agency (EPA) or other regulatory agency audit
requirements and related services). Catalog/Pricelist MUST be included or proposal will not be considered.
No Bid
Item Notes: Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit
the information as follows or proposal may not be considered:
• Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist
proposed
• Vendor's must list one specific percentage discount for each manufacturer and/or
catalog/pricelist listed
Item Attributes
1. State Name of Catalog/Pricelist Proposed with Discount Percentage
NOTE Do not include SKU. Reference Numbers,Websites,and/or"See Attached/Enclosed".
No response
9 Section II: Installation and Repair Service - Hourly Labor Rate for Installation/Repair Service of Water
and Wastewater Pumps, Motors, and Related Items -- Not to Exceed hourly labor rate for Installation/Repair
Service of Equipment and Products.
Quantity: 1 UOM: Hourly Labor Rate Price. S65.00 I Total: $65.00
Page 24 or25 pages Vendor:San Antonio Armature Works.Inc 072-22
Exhibit "A"
Alternate 1
Section I1• Installation and Repair Service - Hourly Labor Rate for Installation/Repair Service of Water
and Wastewater Pumps Motors and Related Items -- Not to Exceed hourly labor rate for Installation/Repair
Service of Equipment and Products.
Quantity: 1 UOM: Hourly Labor Rate Price: $95.00 1 Total: F $95.00
Response Total: $65.00
Page 25 of 25 pages Vendor:San Antonio Armature Works,Inc. 672-22
Exhibit "A"
SECTION 3 INSTALLATION AND REPAIR SERVICES DETAILS
We will provide field repair service for Regions: 2, 3, 12, 13 and 20 only
LINE ITEM 7: Hourly Labor Rate for Installation/Repair Service of Water and Wastewater
Pumps, Motors and Related Items
Field service for motors or pumps hourly rate not to exceed $90.00 per hour, 3 hours minimum.
Field service for(VFD's or Soft Starters) automation, evaluation or commissioning, $155.00 per
hour,3hours minimum. Travel time is$90.00 hour+ 0.50 per mile.
Services are Portal to Portal. Meals and Hotel are billed at cost.
Shop repair in SAAW facilities, hourly rate not to exceed $65.00 per hour.
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1of1
7-7
Complete Nos. 1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2023-982066
San Antonio Armature works, Inc.
San Antonio, TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 02/10/2023
being filed.
City of Round Rock Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
000000
Pump&Motor
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling I Intermediary
San Antonio Armature Works, Inc. San Antonio, TX United States X
5 Check only if there is NO Interested Party. ❑
6 LINSWORN DECLARATION c
My name is (N L1���`� and my date of birth is
My address is i +S nl. �i,c�CS�- St-- �, 11 , Y2-0 tr
( (city) (state) (zip code) (country)
I declare under penalty of pelury that tfre torega ft is true arrd mtreR:lt.
Executed in Re It-Ar" County, State of Tx on the day of 0.n. ,zoo.
i (nth) bee"
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.3ac88bc0