Loading...
R-00-09-28-9C1 - 9/28/2000RESOLUTION NO. R- 00- 09- 28 -9C1 WHEREAS, the City of Round Rock has duly advertised for bids for the maintenance of the City's backup generators, and WHEREAS, Austin Power Generation Systems has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Austin Power Generation Systems, 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 annual maintenance agreement with Austin Power Generation Systems for the maintenance of the City's backup generators, a copy of said agreement being attached hereto and incorporated herein for all purposes. 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, and the Act. ATTEST: RESOLVED this 28th day of S JO E LAND, City Secretary %:\ WPOOCS \RESOLUTI \R00928C1.WPO /sc 2000. A AP Rs" RT A. STLUKA, Jr', Mayor City of Round Rock, Texas CITY OF ROUND ROCK ANNUAL MAINTENANCE AGREEMENT FOR GENERATOR MAINTENANCE RECITALS: 1.0 CONTRACT DOCUMENTS AND EXHIBITS Page 1 of 6 • ANNUAL SERVICE AGREEMENT GENERATOR MAINTENANCE DATED: JULY 2000 THIS AGREEMENT, is made and entered into on this the of 20Op, by and between the CITY OF ROUND ROCK, a Texas home -rule munici al corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664 -5299, hereinafter referred to as "City" and AUSTIN POWER GENERATION SYSTEMS, A DIVISION OF FLEET MAINTENANCE OF TEXAS, hereinafter referred to as "Vendor ", and City and Vendor are collectively referred to as the "parties ". WHEREAS, the City desires to contract with the Vendor to provide the City of Round Rock with generator maintenance. The Contractor will be responsible for servicing specifically designated generators at various locations within the City of Round Rock city limits. WHEREAS, the Invitation for Bid to provide the City with generator maintenance was previously issued for said maintenance and the City has selected the bid submitted by the Vendor; and WHEREAS, the parties hereby desire to enter into this Agreement to set forth, in writing, their respective rights, duties and obligations hereunder; NOW, THEREFORE, WITNESSETH, that for and in consideration of the mutual promises contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: The City of Round Rock selected Austin Power Generation Systems as the integrator of choice to perform quarterly inspections and regular maintenance as outlined in IFB Number 00 -015 and response to IFB submitted by Vendor, same being attached hereto as Exhibit "A" and incorporated herein for all appropriate purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Vendor in their response to the IFB. The items that are the subject matter of this Agreement are further described in Exhibit A, and together with this Agreement comprise the Agreement, and they are fully a part of this Agreement as if herein repeated in full. • ANNUAL SERVICE AGREEMENT GENERATOR MAINTENANCE DATED: JULY 2000 2.0 COSTS: The following shall be the costs for providing the maintenance described in the bid specification shall be as follows: 2.1 GENERATOR Item 1 on bid sheet/Fire Dept Station 3 $572.00 2.2 GENERATOR Item 2 on bid sheet/Fire Dept Station 4 $568.00 2.3 GENERATOR Item 3 on bid sheet/Fire Dept Station 5 $611.00 2.4 GENERATOR Item 4 on bid sheet/Police Dept #1 $604.00 2.5 GENERATOR Item 5 on bid sheet/PARD #1 $609.00 2.6 GENERATOR Item 6 on bid sheet/Central Fire $608.00 2.7 GENERATOR Item 7 on bid sheet/Pub Wks #1 $610.00 2.8 Annual Load Check Cost $1,484.00 2.9 Trip Charge (Based on 20 potential trips over course of year) $100.00 3.0 SERVICES: Vendor shall provide an itemized service order for each generator service. 3.1 Service order shall detail the work performed on each generator. 3.2 Service order shall list the plate number and/or equipment number of the serviced generator. 3.3 Service order shall list the trip charge 3.4 Service order shall list any parts required for repair of machine if not covered under normal inspection and maintenance procedure. 3.5 Service order shall be duly signed by City designated point of contact as per Attachment A to bid. 4.0 INVOICES: All invoices shall be itemized and include, not be limited to the following information: 3.1 Name and address of Vendor 3.2 Purchase Order Number 3.3 Itemized description of work performed 3.4 Service Date 4.0 GENERATORS TO BE SERVICED Types of generators to be serviced are stated on Bid document and referenced as Attachment B to bid document. Due to the occasional transfer, purchase and deletion of generators, the list of generators will be subject to change. The City may delete generators and substitute similar generators for the exact price, terms and conditions as those bid. Page 2 of 6 A7QPUAL SERVICE AGREEMENT GENERATOR MAINTENANCE DATED: JULY 2000 5.0 PRICE ADJUSTMENT The City may permit "unit price" adjustments upward, only as a result of a cost increase in accordance with the Producers Price Index.. Any price increase shall be requested by the Vendor in writing and shall be accompanied by documentation, which justifies the increase to City's satisfaction. The Vendor may offer price discounts at any time. The City reserves the sole option to reject any price increase and terminate this contract should the City and the Vendor not agree on any price increase. 6.0 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor will be made within 30 days of the day on which the City receives the supplies, materials, equipment, or within 30 days of the day on which the performance of services was complete, or within 30 days of the day on which the City receives a correct invoice for the supplies, materials, equipment, or services, whichever is later. Under certain circumstances, Vendor may charge a late fee for payments not made in accordance with this prompt payment policy; however, said late fee shall not be greater than that which is permitted by Texas law. Vendor may not charge any such fee for payments made late by City in the event that: 5.1 there is a bona fide dispute between the City and Vendor concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or 5.2 the terms of a Federal contract, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 5.3 there is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the services performed which causes the payment to be late; or 5.4 the invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order, or this Agreement or other such contractual agreement. 6.0 DURATION OF AGREEMENT The term of this agreement shall be for a period of time of twelve (12) months from the date of award. Prices shall be firm except as provided for herein. This agreement may be renewed for four (4) more additional periods of twelve (12) months each, provided that both parties agree to so renew prior to the current expiration date of the agreement. Contract renewals shall be for the original price, terms and conditions plus any changes approved in writing by both parties. Page 3 of 6 • • ANNUAL SERVICE AGREEMENT GENERATOR MAINTENANCE DATED: JULY 2000 The City reserves the right to review the Contractor's performance at the end of each twelve- month period and cancel all or part of the contract or continue the contract through the next period. 7.0 TERMINATION OF THIS AGREEMENT The City may terminate this agreement for any reason by giving Vendor thirty (30) days written notice. Upon delivery of such notice by the City to Vendor, the Vendor shall discontinue all services and deliveries of commodities in connection with the performance of this agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders or contracts are chargeable to this agreement. Within thirty (30) days after receipt of notice of termination, the Vendor shall submit a statement, showing in detail the satisfactorily performed services issued under this agreement to the date of termination. The City will thereafter pay the Vendor legitimate undisputed charges that are due. 8.0 ORDERS PLACED WITH ALTERNATE VENDORS: If the Vendor cannot provide the service as specified, the City reserves the option to obtain the service from another source. 9.0 TAXES: The City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in charges. 10.0 ASSIGNMENT Vendor's rights and duties awarded by this agreement may not be assigned to another without written consent of the City and signed by the City's authorized agent. Such consent shall not relieve the assignor of the liability in the event of default by the assignee. 11.0 GRATUITIES/BRIBES The City may, by written notice to Vendor, cancel this contract without liability to Vendor if it is determined by the City that gratuities or bribes in the form of entertainment, gifts, or otherwise, were offered or given by Vendor, or its agent or representative 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. 12.0 INDEMNIFICATION Vendor agrees to and shall indemnify, defend, and hold harmless the City, its officers, agents, and employees, from and against any and all claims, losses, damages, causes of action, suits, and liability of every kind, including all expenses of litigation, court costs, and attorney's fees for injury to any person, or for damages to any property, arising out of or in connection with any act or omission, negligence, willful misconduct in the performance of this Agreement done by Vendor, its officers, agents, employees, or subcontractors under this Agreement, without regard to whether such persons are under the direction of City agents or employees. 13.0 INSURANCE Vendor shall meet the requirements as stated in the attached Invitation to Bid No. 00 -015 and their bid response. Page 4 of 6 15.0 VENUE City Manager City of Round Rock 221 East Main Street Round Rock, Texas 78664 -5299 With a copy to: Stephan L. Sheets, City Attomey City of Round Rock 309 East Main Street Round Rock, Texas 78664 Page 5 of 6 • ANNUAL SERVICE AGREEMENT GENERATOR MAINTENANCE DATED: JULY 2000 14.0 APPLICABLE LAW This agreement shall be governed b the laws of the State of Texas. No rights, remedies, and warranties available to the City under this agreement or by operation of law are waived or modified unless expressly waived or modified by the City in writing. The parties agree that venue for any litigation arising from this agreement shall lie in Williamson County, Texas. 16.0 NON APPROPRIATION This Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase quantities as determined by the City's budget for the fiscal year in question. The City may effect such termination by giving Vendor a written notice of termination of its then current fiscal year. 17.0 RIGHT TO ASSURANCE Whenever one party to this agreement in good faith has reason to question the other party's intent to perform, the questioning party may demand that the other party give written assurance of their intent to perform. In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract. 18.0 MULTIPLE COUNTERPARTS This agreement may be executed in multiple counterparts, any one of which shall be considered an original of this instrument, all of which, when taken together shall constitute one and the same instrument. 19.0 NOTICES: For the purposes of this agreement, notices to City shall be mailed to the following: ATTEST: By: For the purposes of this agreement, notices to Vendor shall be mailed to the following: Austin Power Generation Systems A Division of Fleet Maintenance of Texas Attn: Bill Bellinghausen, Acct Rep 4812 East 7 Street Austin, TX 78702 Notices will be effective upon mailing to the above - listed addresses until the parties notify each other, in writing, of a change in address. IN SS WHERE F the p ies to these presents have executed this Agreement on the Of o day of , 20 00 . CIT !._; SUND ROC TEXAS /Vl/M kJ Zia/kik OANNE LAND, City Secretary B RT A. STLUKA, J/l, Mayor, AUSTIN POWER GENERATION SYSTEMS, A DIVISION OF FLEET MAINTENANCE OF TX, A Texas corporation By: Page 6 of 6 Printed Name: Title: ANNUAL SERVICE AGREEMENT GENERATOR MAINTENANCE DATED: JULY 2000 rJ , . s� 1 , �� INVITATION FOR BID ADDENDUM PURCHASING OFFICE CITY OF ROUND ROCK, TEXAS IFB No. 00 -015 Addendum No. 2 Date of Addendum: June 20, 2000 The Above Invitation For Bid (IFB) has been changed to include the following: 1) The attached revised bid sheet (Page 1 of 2) shall replace the original bid sheet (Page 1 of 2) in it's entirety. Changes are as follows: • Opening date changed FROM 6/20/00 at 3:00pm TO 6/27/00 at 3:00pm 2) Specification 00- 936 -39, Dated June 2000, Page 6 of 9, section 5.4 Load Test does not specify a clearly defined length of time upon which to base flat rate for load bank test (e.g.: 1, 2, 3, or 4 hours ?) • Answer: City of Round Rock requests the price offered for Load Test be based on one (1) hour for evaluation purposes_ Actual load test timeframe will be finalized at a later date after award of contract /purchase order. Bidders are hereby notified that if the load test time exceeds one (1) hour, City wit pay service provider the difference on separate purchase order at time of service. 3) Specification 00- 936 -39, Dated June 2000, Page 6 of 9, Part IV ATTACHMENTS shows Attachment D — References. • Answer: Bidders are hereby notified that their standard reference sheet (stating a list of clients who have benefited from their services within the last three (3) years) is to be inserted into this spot in the bid package. City requests no maximum number of references, but does state a minimum of three (3) references. All other terms and conditions of this IFB and specifications remain unchanged. Approved by By the signatures affixed below, Addendum No. 2 is hereby incorporated into and made a part of the above referenced Invitation For Bid. ACKNOW Vendor ED Authorized Signature Date RETURN ONE COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE, CITY OF ROUND ROCK, PRIOR TO BID OPENING WITH YOUR SEALED BID. FAILURE TO DO SO MAY CONSTITUE GROUNDS FOR REJECTION OF YOUR BID. IFB No. 00 -015 Addendum No, 1 Date of Addendum: June 6, 2000 The Above Invitation For Bid (IFB) has been changed to include the following: The attached revised bid sheet (Page 1 of 2) shall replace the original bid sheet (Page 1 of 2) in it's entirety. Changes are as follows: • Opening date changed FROM 6/19/00 at 3:OOpm TO 6/20/00 at 3:OOpm All other terms and conditions of this IFB and specifications remain unchanged. ACKNOWLEDGED Vendor INVITATION FOR BID ADDENDUM PURCHASING OFFICE CITY OF ROUND ROCK, TEXAS Approved by By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced Invitation For Bid_ Authorized Signature Date RETURN ONE COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE, CITY OF ROUND ROCK, PRIOR TO BID OPENING WITH YOUR SEALED BID. FAILURE TO DO SO MAY CONSTITUE GROUNDS FOR REJECTION OF YOUR BID. co BIOS ARE DUE TO THE PURCHASING OFFICE AT THE ABOVE ADDRESS BEFORE BID OPENING TIME INVOICE TO: City of Round Rock Finance Department 221 East Main Street Round Rock, Texas 78664 -5299 BID F.O.B. DESTINATION UNLESS OTHERWISE SPECIFIED BELOW DESTINATION: AS DESIGNATED IN ATTACHMENT "A" OF SPECIFICATION 00- 936 -39; DATED JUNE 2000 INVITATION FOR BID IIFB) ITV OF ROUND ROCK PURCHASING OFFICE 221 E. Main Street Round Rock. 1 299 PAC HALF RESPONSES SHALL NOT BE ACCEPTED SHOW BID OPERING DATE • RID &Lumen LOWER uxr WAD CORNER of SEALED MD ADDRESS DE MMHG FIRM TAX ID NO 74- 2064594 r agrees to comply with all conditions set forth below and on the reverse side of this IFB. BID NUMBER 00-015 OPENING DATE: 6/27/00 3:00 PM BID LOCATION: 221 E. Maln Street, 7st Floor Council Chambers, Round Rock, TX 78664 BIDDING INFORMATION: RETURN SIGNED ORIGINAL AND ONE COPY 0 BM BINDER 5.11 91ON 116 my F. r, �,, Signature Print N. e Authoried SEE 1.6 ON BACK FOR INSTRUCTIONS GENERATOR MAINTENANCE DATE: JUNE 5. 2000 1 of Dale LEGAL BUSINESS NAME: AUSTIN FLEET MAINTE ANCE. INC. dha 0ioeo€S9.- Fleet Maintenance of Texas ADDRESS: 4812 E. 7TH ST. AUSTIN, TX 78702 CONTACT: BILL BELLINGHAUSEN TELEPHONE NO (512) 836-8000 BUSINESS ENTITY TYPE: CORPORATION ITEM 6 CLASS & ITEM DESCRIPTION ITT UNIT MAKE /MODEL UNIT PRICE EXTENSION 1 2 3 4 5 5 7 SITE VISIT AUTHORIZED PER ATTACHED SPECIFICATION - § a s o ; • • - - - - - - -- - - -- __ —, -,_ _ _.. -__ T L / [ = 13 -, r // L } O iJ ort y .. Tx) 3ott , POINT OF CONTACT: JOE RENDON PHONE TO CALL: 512- 218 -5571 THIS 15 TO ESTABLISH A MULTI -YEAR CONTRACT TO PROVIDE MAINTENANCE SERVICE FOR CITY OWNED GENERATORS AS IDENTIFIED ON ATTACHMENT "B" OF SPECIFICATION 00- 936 -39 DATED JUNE 1, 2000 ATTACHED TO THIS BID. GENERATOR FIRE STATION 3 QUARTERLY IPM) GENERAL MAINT. (GM PARTS GENERATOR FIRE STATION QUARTERLY IPMI GENERAL MAINT. (GM) PARTS PARTS GENERATOR FIRE STATION 5 QUARTERLY (PM) GENERAL MAINT. (GM) PARTS GENERATOR POLICE DEPT 1 QUARTERLY {PM) GENERAL MAINT. IGMI PARTS GENERATOR PARR 1 QUARTERLY IPMI GENERAL MAINT (GM) PARTS GENERATOR CENTRAL FIRE QUARTERLY (PM) GENERAL MAINT. (GM) PARTS GENERATOR PUB WKS 1 QUARTERLY (PM) GENERAL MAINT (GM) PARTS -_ F ,:.t) ,. J "' • ��yy 4025 _ ....y O.t?e Q 0 1 r �f ®n .. . 30,9. Dr 1 7.� a QID 3ov 4o �,Sj�� ..�� n - , - - ,�JF�FI 0 n y QO _ 7 F of) -- _ 3epQnfD"b • 10 y_D / al 6}Q 1 QTR i `. 1' ` __ -/ 0 ' _ "'- / /7 r ' -' 1 3 EA QTR .,_ . - -, 1 _QTR QTR_ OTR EA _NTR OTR __3_ __ 1 1 _ / 7 / r. i 3 3 _ r' / ... 9''' / 7 7 L`L' -7.)..c - / i j. :, - . / _s J . - 3,__ _. 1 1 EA 3 QTR 1 1 QTR EA BIOS ARE DUE TO THE PURCHASING OFFICE AT THE ABOVE ADDRESS BEFORE BID OPENING TIME INVOICE TO: City of Round Rock Finance Department 221 East Main Street Round Rock, Texas 78664 -5299 BID F.O.B. DESTINATION UNLESS OTHERWISE SPECIFIED BELOW DESTINATION: AS DESIGNATED IN ATTACHMENT "A" OF SPECIFICATION 00- 936 -39; DATED JUNE 2000 INVITATION FOR BID IIFB) ITV OF ROUND ROCK PURCHASING OFFICE 221 E. Main Street Round Rock. 1 299 PAC HALF RESPONSES SHALL NOT BE ACCEPTED SHOW BID OPERING DATE • RID &Lumen LOWER uxr WAD CORNER of SEALED MD ADDRESS DE MMHG FIRM TAX ID NO 74- 2064594 r agrees to comply with all conditions set forth below and on the reverse side of this IFB. BID NUMBER 00-015 OPENING DATE: 6/27/00 3:00 PM BID LOCATION: 221 E. Maln Street, 7st Floor Council Chambers, Round Rock, TX 78664 BIDDING INFORMATION: RETURN SIGNED ORIGINAL AND ONE COPY 0 BM BINDER 5.11 91ON 116 my F. r, �,, Signature Print N. e Authoried SEE 1.6 ON BACK FOR INSTRUCTIONS GENERATOR MAINTENANCE DATE: JUNE 5. 2000 1 of Dale LEGAL BUSINESS NAME: AUSTIN FLEET MAINTE ANCE. INC. dha 0ioeo€S9.- Fleet Maintenance of Texas ADDRESS: 4812 E. 7TH ST. AUSTIN, TX 78702 CONTACT: BILL BELLINGHAUSEN TELEPHONE NO (512) 836-8000 BUSINESS ENTITY TYPE: CORPORATION • • ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF BID ANY EXCEPTIONS THERETO MUST BE IN WRITING 1. BIDDING REQUIREMENTS: 1.1 Bidding requires pricing per unit shown and extensions. If trade discount is shown on bid. it should be deducted and net line extensions drown. Bidders guarantees product offered will meet or exceed specifications identified in this Invitation For Bid (IFB). 1.2 Bids should be submitted on this form. Each bid shall be placed in a separate envelope completely and properly identified. See instructions on reverse side Bids must be in the office of the City Purchasing Agent before the hour and date specified on the reverse side of this IFB. 1.3 Late bids properly identified will be returned to bidder unopened. Late bids will not be considered. 1 4 Bid F.O.B. destination, freight, prepaid, 8 allowed unless otherwise specified on the IFB. If otherwise, show exacicastlo deliver - 1 5 Bid and price on quantity and unit of measure specified, extend and show total. In case of errors in exlension, unit prices shall govern. Bids subject to unlimited price increase will not be considered. 19 Bid prices shall be 6. for acceptance 30 days from bid opening date, "Discount from List" bids are not acceptance unless requested. Cash discount will not be considered in determining the low bid. All cash discounts offered will be taken if earned. 1 7 Bids shall give Tax Idenliticalion Number, full name and address of bidder- Failure to sign will disqualify bid. Person signing rid shall show tittle and aulhonty to bind signalone firm in a contract. Firm name should appear on each page in the black provided in the upper right corner. Business Entity shall be one (1) of the follovirg: Individual, Partnership, Sole Proprietorship, Estate/Tmsl, Corporation, Governmental,. Non-profit, all others shad be specked_ INDIVIDUAL: List name and number as shown on Social Security Card. SOLE PROPRIETORSHIP; List legal name followed by legal business name and Social Security Number. ALL OTHERS; List legal name of entity and Tax Identification Number (Tin). 19 Bid cannot be altered or amended after opening time. Any Alterations made before opening nine shall be initialed by bidder or an authorized agent. No bid can be withdrawn after opening lime without approval of the CITY based on a written acceptable reason. 19 The City is exempt from State Sales Tax and Federal Excise Tax. Do not include tax in bid. 1.10 The City reserves the right to accept or reject all or any part of bid, waive minor technicalities and award the bid 10 best serve the interests of the City, Split awards may he made at the sole discretion of the City. 1 11 Consistent and continued tie bids could cause rejection of bids by the City and /or investigation for antitrust violations. 1.12 Telephone bids and facsimile bids are not acceptable in response to the IFB. 1 13 CAUTION: Bid invitalion allows sufficient fine for receipt of the preferred mail response. The City shall not be responsible for bids received late, illegible, incomplete, or otherwise non - responsive 2. SPECIFICATION: 21 Any catalog, brand name or manufacturer's reference used in IFB is descriptive only (not restrictive), and is used to indicate type and quality desired. Bids on brands of like nature and quality will be considered onless advertised under the provisions of Section 252.022 of the Texas Local Government Code. If other than brand(s) specified is offered, illustrations and complete descriptions of product offered are requested to be made a pad of the bid. If bidder lakes no exceptions to specifications or reference data in bid, bidder will be required to furnish brand names, numbers, etc, as spedd to the IFB. 22 All items bid shall be new, in first class condition, including conlainers suitable for shipment and storage, unless otherwise indicated in IFB- 'Verbal agreements to the contrary will not be recognized. 2.3 Samples, when requested, muss be furnished free of expense to the City. If not destroyed in examination, they will be returned to the bidder, on request, at bidder expense. Each example should be marked with bidders name and address, City bid number and code. Do not enclose in or attach to bid. 2 4 The City will not be bound by any oral statement or representation contrary to the written specificalions of this IFB. 29 Manufacturer's standard warranty shall apply unless othewise slated in the IFB. 3. TIE BIDS: In case of tie bids, the award will be made in accordance with Section 271.901 of the Texas Local Government Code. 4. DELIVERY: 4.1 Bid should show number of days required to place material in City's designaled location under normal conditions. Failure to slate deliver time obigates bidder to complete delivery in fourteen (14) calendar days. Unrealistically short or long delivery promises may cause bid to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from bid list. (See 42 following.) 4.2 If delay is foreseen, contractor shall give written notice to the City. The City has the ngtd to extend delivery date if reasons appear valid. Contractor mast keep the City advised at all limes of status of order. Default in promised delivery (without acceptable reasons) or failure 10 meet specif aeons, authorizes the City to purchase supplies elsewhere and charge full increase, if any, in cost and handling to delautting contractor. 4.3 No substitutions of cancellations permitted without written approval of the City. 4.4 Delivery shall be made during normal working hours only, unless prior approval for late delivery has been obtained from the City, unless otherwise specified in the IFB_ 5, INSPECTION AND TESTS: All goods wall be subject to inspection and lest by the City to the extent practicable at all times and place, Authorized City personnel shall have ess to any supplier's place of business for the purpose of inspecting merchandise. Tesls may be performed on samples submitted with the bid or on samples taken from regular shipments. If the products tested fad to meet or exceed all conditions and requirements of the specif ations, the cost of the sample used and the cost of the testing shall be borne by the supplier. Goods which have been delivered and rejected in whole or in part may, et the City's option, be returned to the Vendor or held Om disposition al Vendor's nsk and expense. Latent de fects may result in revocation of acceptance. 6. AWARD OF CONTRACT: A response to an IFB is an offer to contract with the City based upon the terms, conditions, and specifications conlained in the IFB Bids do not become contrails unless and until they are accepted by the City through its designates and a purchase order is issued. The contract shall be governed, construed, and interpreted under the Charter of the City and the laves of State of Texas_ All contracts are subject to tic approval of the City Council. PAYMENT: Vendor shall submit Three (3) copies of an invoice showing the purchase order number on all copies. 8. PATENTS AND COPYRIGHTS: The contractor agrees to protect the City from claims involving infringements of patents or copyrights. 9_ VENDOR ASSIGHNMENTS: Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract, which arise under the antitrust laws of the Stale of Texas. Tx, Bus And Comm_ Code Ann. Sec. 15.01, et seq. (1967). 10- BIDDER AFFIRMATION, 10.1 Signing this bid with a false statement is a material breach of contract and shall void the submitted bid or any resulting contracts, and the bidder shall be removed from all bid lists. By signature hereon affixed, the bidder hereby cerlif s that 102 The bidder has not given, offered to give, nor intends to give any time hereafter any economic opportunity, future empbyment, gift, loan, gratuity, special discount, lip, favor, or service to a public servant in connection with the submitted bid. 10,3 The bidder is not currently delinquent in the payment of any debt owed the Cily. 10.4 Neither the bidder nor the firn, corporation, partnership, or any entity represented by the bidder, or anyone acting for such fine, corporation, or entity has violated the antitrust lays of this State codified in Section 15.01 e1. Seq. Texas Business and Commercial Code, or the Federal Antitrust Laws, nor communicated directly or indirectly the bid made to any competitor, or any other person engaged in such line of business. 10.5 The bidder has not received compensation for participation in the preparation of the specification for this IFB. 11. NOTE TO BIDDERS: Any terms and conditions attached to bid will not be considered unless the bidder specifically references them on the front of this bid form. WARNING: Such terms and conditions may result in disqualification of the bid (e.g_ bids with the laws of a slate other than Texas requirements for prepayment_ Limitations on rernedies, etc.) The City of Round Rock can only accept bids which contain all the terms and conditions of its formal 1F9 in particular, all bidders affirmations and certifications must be included. Submission of bids on fors other than Cily bid form may result in disqualification of your bid. 12. INQUIRIES: Inquiries pertaining to bid invitations must give bid number, codes, and opening dale. NOTE: THE CITY RESERVES THE RIGHT TO PURCHASE THE ABOVE ITEMS ELSEWHERE AT ANY TIME DURING THE CONTRACT OR EXTENSION PERIODS, IF THE CITY DEEMS ITS IN THE BEST INTEREST OF THE CITY. /� DEUVERY IN DAYS 1 I t 'By th signature hereon allixed, the bidder hereby certifies that neither the bidder nor the anti y represented by th bidder, or anyone ac rrg for s uch entity as violated the antitrust laws of this State. codified In Section 15.01 et seg.. Texas Bus ness and Commerc Code, or the Federal ntilrusl laws, nor commjmcated directly or indirectly. the bid made to any competitor or any other pars n engaged in such line of business.' GENERATOR MAINTENANCE DATE JUNE 5, 2000 2 of 2 „ , ,,mia'.,, t', : aN° e . � �.. .. S SAW W � ' .-. 7 ' ,f �.0 U U s - - 3 3•k 6 V ITEM 8 C CLASS & ITEM DESCRIPTION Q QTY U UNIT M MAKE /MODEL M MITT E EXTENSION 8 A ANNUAL LOAD CHECK ON ALL MACHINES ON ATCH "B” 1 1 E EA 1 19 8 en ) ) 4 S oa 'By th signature hereon allixed, the bidder hereby certifies that neither the bidder nor the anti y represented by th bidder, or anyone ac rrg for s uch entity as violated the antitrust laws of this State. codified In Section 15.01 et seg.. Texas Bus ness and Commerc Code, or the Federal ntilrusl laws, nor commjmcated directly or indirectly. the bid made to any competitor or any other pars n engaged in such line of business.' GENERATOR MAINTENANCE DATE JUNE 5, 2000 2 of 2 CITY OF ROUND ROCK PART I CLAUSES AND CONDITIONS PART II SPECIFICATION SPECIFICATION 00- 936 -39 Dated June 2000 Page 1 of 9 GENERATORS: ON -SITE PREVENTIVE AND REMEDIAL MAINTENANCE 1. The services and parts supplied shall be provided in accordance with this specification and it's attachments and/or subsequent addendum. 2. COMPLIANCE WITH LAWS: The successful bidder shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any court of administrative bodies or tribunals in any matter affecting the performance of the contract, including without limitation, workers' compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When requested, the Contractor shall furnish the City with satisfactory proof of its compliance. 3. INDEPENDENT CONTRACTOR It is understood and agreed that the Contractor shall not be considered an employee of the City. The Contractor shall not be within protection or coverage of the City's Worker' Compensation insurance, Health Insurance, Liability Insurance or any other insurance that the City from time to time may have in force and effect. 4. The vendor shall be responsible for any office, work, or storage space required to fulfill their obligations under the maintenance purchase order /contract. City may provide work and storage space if such space is available. 1. SCOPE: City of Round Rock, hereafter referred to as the City, requests bids for generator maintenance service and parts. This specification describes service to provide on -site preventive and remedial maintenance by trained technicians for generators at location(s) listed on Attachment B. 2. TERM OF SERVICE: Period of service and renewal options shall be as specified on PART III of this specification. 3. ADDITIONS/DELETIONS: Equipment may be added or deleted during the term of the purchase order /contract Prices bid shall be used for adding/deleting such equipment 3.1. If new equipment is procured during the term of the purchase order /contract, City reserves the option to add the equipment at the vendor's current basic monthly charge less any applicable discounts. 4. SUBCONTRACTING: Subcontracting may be allowed under the following circumstances: 4.1. Subcontracting shall be at the vendor's expense. 4.2. All subcontracting shall be performed only with the original equipment manufacturer (OEM). 4.3. Bid response shall state if any service will be subcontracted. • • .. 4.4. City reserves the right to approve or disapprove any subcontractor. SPECIFICATION 00- 936 -39 Dated June 2000 Page 2 of 9 4.5. MAINTENANCE PARTS: Eighty-five percent of all parts shall be on -site within twenty -four (24) business hours for repair of equipment. All remaining parts shall be normally on -site within forty -eight (48) hours. Maintenance does not include nornal operating supplies. 4.5.1. Refurbished parts may be used on an exchange basis; however, the refurbished parts shall be equivalent to new. 4.5.2. Rental Generator, if required, shall be provided to City by supplier as a separate expense outside the realm of this maintenance agreement and will be authorized by issuance of purchase order. 5. DESCRIPTION OF WORK 5.1. PREVENTIVE MAINTENANCE: Preventive maintenance shall be performed at the location(s) of the equipment shown on Attachment B. 5.1.1. Provide a minimum of four (4) quarterly Preventive Maintenance (PM) calls annually with unlimited interim service calls. Quarterly visits are defined to mean substantially spaced visits that are spaced three (3) months apart. During each of the quarterly inspections, all systems are visually checked for potential problems, and are physically tested to assure reliability. Preventive maintenance service shall include, but not be limited to, items identified on Attachment C as a minimum. The designated point of contact (POC) as identified in attachment "A" of this specification will be notified of any discrepancies, and advised as to the cost of repairs. No parts, supplies or annual services are included in the basic inspection costs. 5.1.2. One (I) quarterly Annual Service shall include basic General Maintenance (GM) to include, change oil and oil filters, fuel filters, coolant filters, air filters, perform analysis on samples of oil and coolant, replace ignition parts (gas - gasoline units only), and test all safety shutdowns. At this time, a series of tests are conducted to ensure reliability and satisfactory interfacing between components. City requests this annual GM service is accomplished on each designated machine once each fall. 5.1.3. Perform preventive maintenance at a time mutually agreed upon between the City representative and the vendor. 5.2. REMEDIAL MAINTENANCE: Remedial maintenance shall be performed at the location(s) of equipment shown on Attachment B within tune allocations specified by City on attachment A 5.2.1. Consistent failure by the vendor to respond to service calls within the allowed response time may place the vendor in default and subject to cancellation of the purchase order /contract Consistent failure is defined as not responding within the allowed response time at any or all locations on three (3) out of five (5) consecutive occurrences. 5.2.2. Maintenance service technicians shall be fully qualified to work on the listed equipment and employed by the vendor on the effective date of this purchase order /contract Vendor shall be able to verify that service personnel have had training with a minimum of one year of "hands on" experience working on the listed equipment 5.2.3. Maintenance service technicians performing work shall remain on -site until the problem is resolved or until authorized to leave by the City site manager or designated point of contact (POC) as per Attachment A 5.3. ENGINEERING CHANGES (EC): The vendor shall advise City within 30 days of Engineering Changes (EC) made available by the equipment manufacturer. City reserves the right to agree or • • SPECIFICATION 00- 936 -39 . Dated June 2000 Page 3 of 9 disagree to the installation of the part at time of notification. When City agrees to installation, the following applies: 5.3.1. The equipment manufacturer, or their designated representative, shall install within 90 days of acceptance by City contract administrator. 5.3.2. EC will be authorized by the issuance of a purchase order separate from this contract 5.3.3. At the end of this purchase order /contract the vendor agrees to estimate and quote the City for costs involved in bringing all equipment to current EC levels. Due to age of all City owned generators sets, EC levels shall NOT be interpreted to include generator replacement due to obsolescence. Also, Supplier agrees to replace, at the discretion of the City, any parts installed during the service period that was not manufactured by the OEM. 5.4. LOAD TEST: Load test shall be performed on each of the designated generators at a time agreed upon by City contract administrator and service supplier. Load bank equipment rental costs and AWGS personnel costs shall be included in this quoted fee. 6. TECHNICAL DOCUMENTATION: The vendor shall obtain necessary technical documentation pertaining to maintenance of the listed equipment. 7. MALFUNCTION REPORTS: Vendor shall complete and furnish a malfunction report for each maintenance call with the invoice. A copy of each malfunction report shall be presented with time and material maintenance (if used outside the parameters of the monthly /annual charge) invoices no later than date of subsequent invoice for monthly maintenance. Reports shall include, as minimum, the following information: 7.1. Date and time notification received. 7.2. Date and time of arrival. 7.3. Type and model of equipment. 7.4. Time spent for repair. 7.5. Description of malfunction. 7.6. Date and time equipment is made operational. 7.7. Part(s) ordered. 7.8. The vendor shall ensure that both parties verify acceptance of equipment as completely operational. 7.9. The vendor shall ensure that both parties sign a malfunction report. 7.9.1. Malfunction report must be signed by designated Points Of Contact (POC) identified on Attachment A for that machine and building. These points of contact shall be liaisons for City designated Contract Administrator identified in this specification and they shall certify that the individual generators are again in working order. 8. INSURANCE: The successful bidder shall provide the City with a certificate of insurance in the amount of 1 million dollars stating coverage for duration of this contract. The successful bidder shall have ten (10) working days to comply with this requirement Certificate of insurance will be replaced with new certificate of insurance at time of each annual renewal. Working days are defined as weekdays; Monday through Friday, excluding federal government recognized holidays. Insurance certificate shall have: 8.1. been in force for a period of time greater than one (1) month prior to bid opening 8.2. the insurance carrier licensed to do business in Texas 8.3. the City of Round Rock named as an additional insured party • . 9. WARRANTY 9.1. Service performed under this purchase order /contract will be performed only by personnel trained in manufactures authorized procedures for the maintenance of equipment. All service and repairs, if not rendered satisfactorily, in accordance with published performance specifications for the equipment being serviced, will be repeated at no extra charge to the City until satisfactory performance is achieved. 9.2. Only parts, procedures, and equipment authorized by the equipment manufacturer will be used to service this agreement. All products and parts provided by bidder during the life of this contract shall be free from defects, under normal use and operation, for a period of at least ninety (90) days after date of installation. During this period, bidder shall agree to repair such defects at bidder's expense_ The parts provided shall be warranted against defects in material and workmanship. If the manufacturer's standard warranty exceeds 12 months, then the manufacturer's standard warranty shall be in effect. 10. SITE INSPECTION: An on -site inspection is authorized for this bid. Bidders shall visually inspect all units of equipment identified in Attachment B and evaluate each unit as to its current operating condition, and the life expectancy of the unit, whether the unit is obsolete (i.e,, unit is no longer manufactured and/or parts are no longer manufactured or available). Bidders are charged with total responsibility for obtaining all information during this site visit. Contact person for this site visit is Joe Rendon at 512 -218 -5571; Pager # 512- 204 -0096. PART III CONTRACT TERMS AND CONDITIONS SPECIFICATION 00- 936 -39 Dated June 2000 Page 4 of 9 1. CONTRACT: The contract resulting from this bid specification shall be for twelve (12) consecutive months with the option thereafter to extend the contract four (4) additional twelve (12) month periods. 2. EXTENSIONS: The contract may be renewed for periods of time not to exceed the original period, provided both parties agree to do so prior to the expiration date of the contract. Contract extension(s) shall be for the original price, terms and conditions plus any approved changes. 2.1. The City reserves the right to review the Contractor's performance at the end of each period and cancel all or part of the contract or continue the contract through the next period. 3. CANCELLATION: Either party may cancel the contract, without penalty, by providing thirty (30) days prior written notice to the other party. Termination under this paragraph shall not relieve the Contractor of any obligation or liability that has occurred prior to cancellation. NOTE: This contract is subject to cancellation, without penalty at any time the City deems the vendor to be non - compliant with contractual obligations. 4. NON - APPROPRIATION: The contract resulting from any bid using these specifications is a commitment of the City's current revenues only. It is understood and agreed that the City has the right to terminate this contract at the end of any City fiscal year, if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly service, as determined by the City's budget for the fiscal year in question. The City may effect such termination by giving Vendor a written notice of termination end of its then current fiscal year 5. CONTRACT ADMINISTRATOR: All work performed under this contract will be supervised and verified by the designee noted below. • • SPECIFICATION 00- 936 -39 Dated June 2000 Page 5 of 9 TODD KELTGEN at 512 - 218 -5583 Pager 512-204-0093 6. INVOICES: Invoices with purchase order /contract numbers, as applicable, shall be sent to the following address: City of Round Rock Finance Department 221 East Main Street Round Rock, TX 78664 -5299 Service provider shall include the following information for payment to be processed. Incorrect invoices may be returned and payment delayed if this information is not included: 6.1. Purchase order /contract Number (Order No. C XX XXXX )0XXXXX XXXX). 6.2. Line item(s) listing of equipment indicating: location, quantity, name/description, model/version number, unit price, billing period, and dollar amount ($ = quantity X unit price for each billing period). 7. PROMPT PAYMENT POLICY: Payments will be made within thirty (30) days after the city receives the supplies, materials, equipment, or the day on which the performance of services was completed or the day on which the City receives a correct invoice for the supplies, materials, equipment or services — whichever is later. The Contractor may charge a late fee (fee shall not be greater than that which is pemtitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply to payments made by the City in the event: 7.1. There is a bona fide dispute between the City and Contractor concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or 7.2. The terms of a federal contract, grant, regulation or statute prevent the City from making a timely payment with Federal Funds; or 7.3. There is a bona fide dispute between the Contractor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material or equipment delivered or the services performed which caused the payment to be late; or 7.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order /contract or contract or other such contractual agreement. 8. OVERCHARGES: Contractor hereby assigns to City any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USGA Section 1 et se g., and which arise under the antitrust laws of the State of Texas, Bus. and Com. Code, Section 15.01, et sq. 9. APPLICABLE LAW: the laws of the State of Texas shall govern this agreement and all subsequent amendments. No rights, remedies, and warranties available to the City under this agreement or by operation of law are waived or modified unless expressly waived or modified by the City in writing. 10. VENUE: The parties agree that venue for any litigation arising from this agreement shall lie in Williamson County, Texas. PART IV ATTACHMENTS Attachment A — Special Terms and Point of Contact (POC) List Attachment B — Equipment Make, Model, Type, and Location Attachment C — Service Data Attaclunent D — References • SPECIFICATION 00- 936 -39 Dated June 2000 Page 6 of 9 ATTACHMENT "A" • • O Performance will be measured against following criteria: SPECIFICATION 00- 936 -39 Dated June 2000 Page 7 of 9 Emergency Maintenance Calls by telephone — answered within 1 hour after supplier is notified of the need to respond. On -Site Arrival of service — arrives within four (4) hours after supplier is notified of the need to respond. Perennial Maintenance Calls by telephone — answered within four (4) hour after supplier is notified of the need to respond. On -Site Arrival of service — arrives within twenty-four (24) hours after supplier is notified of the need to respond. o Points of Contact and associated telephone ntunbers for each location shall be identified on this bid package in the following format. Names and phone numbers will be issued to the successful bidder at time of bid award. FIRE STATION #3 NAME: PHONE: FIRE STATION #4 NAME: PHONE: FIRE STATION #5 NAME: PHONE: POLICE DEPT NAME: PHONE: PARD #1 NAME: PHONE: CENTRAL FIRE NAME: PHONE: PUBLIC WORKS NAME: PHONE: FIRE STATION # 3 1991 RAWHIDE ROUND ROCK,TX 78681 ONAN GENERATOR MOD.# LTAEA30 - 31/128004F SER.# N/A FIRE STATION # 4 3300 GATTIS SCHOOL RD. ROUND ROCKTX 78664 OLYMPIAN GENERATOR MOD.# CD015 - A162 2D18CBHYY SER.# 2019815 FIRE STATION # 5 350 DEEPWOOD ROUND ROCKTX 78681 OLYMPIAN GENERATOR MOD.# D50P1 SER.# E8929A/001 ATTACHMENT "B" 1 POWERPLANT KUBOTA ENG. NO TAG POWERPLANT PART # 87057 2.2L GENERNC ENG. POWERPLANT MOD.# LJ50418•U895845F 1508/1500 PERKINS TURBO ENG. R.R.P.D 615 E. PALM VALLEY BLVD. ROUND ROCK,TX 78664 KOHLER GENERATOR POWERPLANT MOD.# 100R02J81 MOD.# CD8059T311881 SER.# 386549 SER.# 6059TF003 JOHN DEERE ENG. P.A.R.D 605 E. PALM VALLEY BLVD. ROUND ROCK,TX 78664 ONAN GENERATOR POWERPLANT NO TAG ON MACHINE MOD.# 8A3.4 - 61 SER.# 53132476 CUMMINS ENG. CENTRAL FIRE STATION ATTACHMENT `B" Ct t) 203 COMMERCE ROUND ROCK,T? 78664 WHITE GENERATOR POWERPLANT MOD.# D2300 - X260 MOD.# 591205A51 - 5357 SER.# XF3446344 SER.# 30R0281 WHITE ENG. z PUBLIC WORKS ATTACHMENT `B" 6o4 2008 ENTERPRISE ROUND ROCK,TX 78664 EMPIRE GENERATOR POWERPLANT MOD.# 400 - 0270 NO TAG W.O # B5 - 9834 PERKINS ENG. Inspection List shall be inclusive of the following items as a minimum: LUBRICATION VI. HOUSING /CABINETS a. System leaks a. general b. Oil level b. fit c. Filters c. decals H. COOLING SYSTEM VII. DC ELECTRICAL a. Leaks a. Batteries b. Water level 1. Water level c. DCA/antifreeze 2. Specific gravity d. Filters 3. terminals e. Hoses b. engine safeties f. Belts c. annunciator g. Cooling fans d. battery charge rate h. Block heater i. Pillow block I1I. FUEL SYSTEM a. Leaks b. Filters c. Lines d. tank levels e. transfer pump f. water separators g. solenoid h. wiring IV. IGNITION SYSTEM a. Plugs b. Points c. Wiring d. Coil e. Corrosion V. EXHAUST SYSTEM a. leaks b. condensation c. turbo charger d. flex pipe e. rain cap f. muffler ATTACHMENT "C" VIII. AC ELECTRICAL a. brushes b. instruments c. regulator d. generator e. circuit breakers f transfer switches SPECIFICATION 00- 936 -39 Dated June 2000 Page 9 of 9 IX. OPERATIONAL TESTS a. load/no load b. voltages — AC/DC c. amps — AC/DC d. frequency e. time delays f. oil pressure g. engine temperature Part IV Attachments Attachment D - References for Fleet Maintenance of Texas Peter Hays Austin Independent School District - Administration Bldg. 1111 West 6th Street Austin, Texas 78703 -5399 414 -0077 * * * * * * * * * * * * * * * * * * * * * * * ** Cagle Lowe ERCOT 2705 West Lake Drive Taylor, Texas 76574 (512) 248 -3155 (512) 248 -3095 FAX * * * * * * * * * * * * * * * * * * * * * * ** Frank Toussaint Texas Lottery Commission 611 E 6 Th Street Austin, Texas 78701 344 -5337 344 -5433 FAX * * * * * * * * * * * * * * * * * * * * * * * * ** Rick Dupont Sears Home Service Customer Network C/O The DuPont Group 6330 Hwy. 290 East, Suite 310 Austin, TX 78723 FAX: 302 -1515 BID TAB _ - VENDOR BID NUMBER 00 -015 t I "! t'�"£ AUSTIN POWER BID OPENING 6/27/00 3:PM - - GENERATION SYSTEMS GENERATOR MAINTENANCE - DELIVERY: Item 2 3 4 6 7 Bld Item(s) GENERATOR FIRE STATION 03 GENERATOR FIRE STATION 04 GENERATOR FIRE STATION 65 GENERATOR POLICE DEPT 1 GENERATOR PARD1 GENERATOR CENTRAL FIRE GENERATOR PUB WKS ANNUAL LOAD CHECK TRIP CHARGE 3 1 1 3 1 1 3 1 3 1 1 3 1 1 3 1 1 1 20 $ 100.00 $ 179.00 $ 93.00 $ 100.00 $ 179.00 $ 89.00 $ 100.00 $ 179.00 $ 132.00 $ 100.00 $ 179.00 $ 125.00 $ 100.00 $ 177.00 $ 132.00 $ 100.00 $ 179.00 $ 129.00 $ 100.00 $ 179.00 $ 131.00 $ 1,484.00 $ 100.00 A i QTY (J��, .w._.._ 6 :��� ' unit $ TOTAL: $ 7,666.00 Extended $ 572.00 568.00 611.00 604.00 809.00 808.00 610.00 1,484.00 2,000.00 VENDOR AUSTIN WELDER AND GENERATOR SERVICE, INC. TOTAL: 58,533.80 Unit $ $ 107.70 $ 146.97 $ 150.00 5 107.70 $ 152.57 $ 150.00 $ 152.95 $ 239.95 $ 250.00 $ 119.70 $ 262.76 $ 250.00 $ 129.95 $ 222.45 $ 150.00 $ 152.95 $ 228.95 $ 200.00 $ 129.95 $ 222.45 $ 150.00 5 1,895.00 $ 88.00 $ 820.07 5 625.67 $ 948.80 $ 871.86 $ 762.30 $ 887.80 $ 762.30 $ 1,695.00 $ 1,360.00 1 BID TAB BID NUMBER 00-015 BID OPENING 6/27/00 3:PM GENERATOR MAINTENANCE Item 2 3 4 5 7 Bid item(s) GENERATOR FIRE STATION GENERATOR FIRE STATION #4 GENERATOR FIRE STATION #5 GENERATOR POLICE DEPT 1 GENERATOR PARD1 GENERATOR CENTRAL FIRE GENERATOR PUB WKS #1 ANNUAL LOAD CHECK TRIP CHARGE 3 1 1 3 1 1 3 3 3 1 3 1 1 1 20 $ 100.00 $ 179.00 $ 93.00 $ 100.00 $ 179.00 $ 89.00 $ 100.00 $ 179.00 $ 132.00 $ 100.00 $ 179.00 $ 125.00 $ 100.00 $ 177.00 $ 132.00 $ 100.00 $ 179.00 $ 129.00 $ 100.00 $ 179.00 $ 131.00 $ 1,484.00 $ 100.00 QTY Unit $ VENDOR AUSTIN POWER GENERATION SYSTEMS DELIVERY: TOTAL: $ 7,886.00 Extended 572.00 568.00 611.00 604.00 609.00 608.00 610.00 1,464.00 $ 2,000.00 VENDOR AUSTIN WELDER AND GENERATOR SERVICE, INC. TOTAL: $8,533.80 UnIt$ $ 107.70 $ 146.97 $ 150 -00 $ 107.70 $ 152.57 $ 150.00 $ 152.95 $ 239.95 $ 250.00 $ 119.70 $ 262.76 $ 250.00 $ 129.95 $ 222.45 $ 150.00 $ 152.95 $ 228.95 $ 200.00 $ 129.95 $ 222.45 $ 150.00 $ 1,695.00 $ 68.00 $ 620.07 $ 625.67 $ 948,80 $ 871.86 $ 762.30 $ 887.80 $ 762.30 $ 1,695.00 $ 1,360.00 1 BID TAB BID NUMBER 00-015 BID OPENING 6127/00 3:PM GENERATOR MAINTENANCE Item 2 4 7 8 Bid Item(s) GENERATOR FIRE STATION 03 GENERATOR FIRE STATION 04 GENERATOR FIRE STATON 05 GENERATOR POLICE DEPT 1 GENERATOR PARD 1 GENERATOR CENTRAL FIRE GENERATOR PUB WKS 01 ANNUAL LOAD CHECK TRIP CHARGE QTY 3 1 1 3 1 3 3 1 1 3 1 1 3 1 1 3 1 1 1 20 VENDOR AUSTIN POWER GENERATION SYSTEMS DELIVERY: TOTAL: 8 7,888.00 Unit $ S 100.00 S 170.00 a 93.00 S 100.00 a 178.00 S 89.00 S 100.00 8 179.00 S 132.00 s 100.00 S 179.00 S 125.00 S 100.00 S 177.00 S 132.00 S 100.00 a 179.00 S 129.00 a 100.00 S 179.00 S 131.00 9 1,484.00 S 100.00 Extended $ 8 s 9 9 0 $ 672.00 588.00 811.00 804.00 809.00 608.00 610.00 1,484.00 S 2000.00 VENDOR AUSTIN WELDER AND GENERATOR SERVICE, INC. TOTAL: 96,533.80 Unit $ S 107.70 a 148.97 S 150.00 S 107.70 9 182.87 S 150.00 S 152.98 9 239.85 S 250.00 S 119.70 S 282.75 S 250.00 9 129.95 S 222.48 9 150.00 S 182.85 S 228.95 S 200.00 S 129.95 S 222.48 S 150.00 $ 1,685.00 S 68.00 a 620.07 E 625.67 $ 648.80 8 871.88 8 762.30 S 887.80 S 762.30 8 1,888.00 $ 1,380.00 DATE: September 22, 2000 SUBJECT: City Council Meeting — 7:00 p.m. ITEM: 9.C.1. Consider a resolution authorizing the Mayor to execute an Annual Maintenance Agreement with Austin Power Generation Systems for the maintenance of the City's back -up generators. The annual cost for this service is $7,668.00. Staff Resource Person: Jim Nuse, Public Works Director. Mayor Robert A. Stlake, Jr. Mayor Pro-tem Furl N. Hairston .Coundl Members TOM Niebon Carrie Pit Earl Palmer Isabel Callahan Jimmy Joseph City Manager Robert L Bennett, Jr. City Attorney Stephan L Sheets CITY OF ROUND ROCK October 26, 2000 Mr. Bill Bellinghausen Austin Power Generation Systems Division of Fleet Maintenance of Texas 4812 E. 7 Street Austin, TX 70702 Dear Mr. Bellinghausen: Sincerely, Joanne Land City Secretary Enclosures Fax: 512- 218 -7097 1- 800 - 735 -2989 TDD 1 -800 -735 -2988 Voice www.ci.round- tock.M.us 221 Fast Main Stied Round Rock, Texas 78664 512 -218 -5400 The Round Rock City Council approved Resolution No. R- 00- 09- 28 -9C1 at their regularly scheduled meeting on September 28, 2000. This resolution approves the annual maintenance agreement with Austin Power Generation Systems for the maintenance of the City's backup generators. Enclosed is a copy of the resolution and agreement for your files. If you have any questions, please do not hesitate to contact Jim Nuse at 218 -5560 .