Loading...
R-05-10-13-10E2 - 10/13/2005 RESOLUTION NO. R-05-10-13-10132 WHEREAS, the City of Round Rock has duly advertised for bids for generator maintenance and service, and WHEREAS, Austin Fleet Maintenance dba Fleet Maintenance of Texas has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Austin Fleet Maintenance dba Fleet Maintenance of Texas, 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 Generator Maintenance and Service with Austin Fleet Maintenance dba Fleet Maintenance of Texas, 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 13th day of October, 2005 . NY WELL, M6yor City of Round Rock, Texas (0 CHRISTINE R. MARTINEZ, CitySecretar @PFDesktop\::ODMA/WORLDOX/O:/WDOX/RESOLUTI/R51013E2.WPD/sc CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF GENERATOR MAINTENANCE AND SERVICE FROM AUSTIN FLEET MAINTENANCE dba FLEET MAINTENANCE OF TEXAS THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENT: COUNTY OF WILLIAMSON § That this Agreement for purchase of services relating to on-site preventive maintenance and remedial service by trained technicians for generators at various locations within the City of Round Rock, Texas, and for related goods and services,referred to herein as the"Agreement," is made and entered into on this the day of the month of , 2005, 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 AUSTIN FLEET MAINTENANCE dba FLEET MAINTENANCE OF TEXAS, whose offices are located at 4800 East 7th Street, Austin, Texas 78702, referred to herein as the "Vendor." This Agreement supersedes and replaces any previous agreement between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to purchase services relating to on-site preventive maintenance and remedial service by trained technicians for generators at various locations within the City of Round Rock, Texas, and City desires to purchase same from Vendor; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and services, and City has selected the Bid submitted by Vendor; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their l respective rights,duties, and obligations; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specified goods or services and Vendor is obligated to sell specified 00090796/jkg 1:EXHIBIT "All goods or services. The Agreement includes the following: (a) City's Invitation for Bid designated as IFB 05-018, Specification Number 00-936-39-02 revised May 2005; (b) Vendor's Response to IFB; (c) the contract award; and (d) any exhibits, addenda, and/or amendments. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Purchaser's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock,Williamson and Travis Counties,Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force 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 mean the specified supplies,materials, commodities, or equipment. F. Purchase Order means an order placed by City's Purchasing Office for the purchase of goods or services, written on City's standard Purchase Order form, and which when accepted by Vendor becomes a contract. The Purchase Order is Vendor's authority to deliver and invoice City for goods or services specified, and City's commitment to accept the goods or services for an agreed-upon price. G. Services means work performed to meet a demand; and the furnishing of labor, time, or effort by the Vendor involving delivery of any specified end product or service; and Vendor's ability to comply with promised delivery dates, specifications, and technical assistance specified. H. Subcontractor means any person or business enterprise providing goods, labor, and/or services to Vendor if such goods, equipment, labor, and/or services are procured or used in fulfillment of Vendor's obligations arising from this Agreement with City. I. Vendor means Austin Fleet Maintenance dba Fleet Maintenance of Texas, or any successors or assigns. 2 2.01 EFFECTIVE DATE,INITIAL TERM,AND ALLOWABLE RENEWALS 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 or extended as provided herein. B. The initial term of this Agreement is for twelve (12) months from the effective date hereof. After that initial term, this Agreement may be renewed for successive terms of twelve (12) months each, not to exceed in the aggregate four (4) such renewals, with such renewals to occur on or before the expiration date of the preceding term, and with such renewals being absolutely predicated upon the express written agreement of both parties. Such renewals are permitted only provided Vendor has performed each and every contractual obligation specified in this original Agreement. C. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor as the integrator of choice to supply the goods as outlined in IFB 05-018, Specification Number 00-936-39-02 revised May 2005, and Response to IFB submitted by Vendor, all as specified in Exhibit "A" attached hereto and made a part hereof for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Vendor in its Response to IFB. 4.01 ITEMS AWARDED All bid items on Exhibit "A" are awarded to Vendor. The goods and services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 5.01 COSTS Bid costs listed on Exhibit "A" shall be the basis of any charges collected by Vendor. The parties hereto specifically agree that prices for this Agreement shall be at original prices, terms, and conditions plus any properly approved changes. 6.01 PRICE ADJUSTMENT City may permit "unit price" adjustments upward or downward when correlated with the price index specified in this Agreement and exhibits. The baseline index shall be the index announced for the month in which the solicitation was opened. Unit prices may be adjusted for each renewal period in accordance with changes in index. The allowable percent change shall be calculated by subtracting the baseline index from the index announced for the month in which 3 the renewal option is exercised and dividing the result by the baseline index. The allowable percent change shall be rounded to the nearest one-hundredth of one percent and shall be the maximum unit price adjustment permitted, except that Vendor may offer price decreases in excess of the allowable percent change. 7.01 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 D. Delivery dates. 8.01 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 services 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. 9.01 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 a late fee of one percent (1%) for payments not made in accordance with this Prompt Payment Policy; 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 concerning the supplies, materials, or equipment delivered or the services performed which causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between any of the parties and subcontractors or between a subcontractor and its suppliers concerning supplies, materials, or equipment delivered or the services performed which causes the payment to be late; or 4 D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 10.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition,Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 12.01 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Vendor shall meet all requirements as stated in the attached IFB 05-0 18 and in Vendor's Response to IFB. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: Pete Dominguez Property Management Coordinator Round Rock Public Works Department 2015 Lamar Street Round Rock, Texas 78664 512-341-3144 pdominguez@round-rock.tx.us 15.01 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 5 16.01 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 re-advertisement of the service and may not be considered in future bids for the same type work unless the scope of work is significantly changed. 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. 17.01 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. 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 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. 18.01 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, 6 legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution)against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES 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. 20.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be 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: Austin Fleet Maintenance dba Fleet Maintenance of Texas 4800 East 7th Street Austin, TX 78702 Notice to City: Assistant City Manager Stephen L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock,TX 78664 Round Rock,TX 78664 7 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions of this Agreement, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. 24.01 DISPUTE RESOLUTION If a dispute or claim arises under this Agreement, the parties agree to first try to resolve the dispute or claim by appropriate internal means, including referral to each party's senior management. If the parties cannot reach a mutually satisfactory resolution, then and in that event any such dispute or claim will be sought to be resolved with the help of a mutually selected mediator. If the parties cannot agree on a mediator, City and Vendor shall each select a mediator and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney fees, associated with the mediation shall be shared equally by the parties. 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. 25.01 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. 8 26.01 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 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 Austin Fleet Maintenance dba Fleet Maintenance of Texas By: By: Of Nyle Maxwell,Mayor Title: Date Signed: Date Signed: Attest: By: Christine R. Martinez, City Secretary Approved as to Form: By: Stephan L. Sheets, City Attorney 9 cuxx rUXURAS1NG FE.)I(HlBrr INVITATION FOR BID(IFB)CITY OF ROUND ROCK PURCHASING OFFICE 221 E.Main Street Arr Round Rock,Texas 78664-5299 BIDS ARE DUE TO THE PURCHASING OFFICE BIDDING INFORMATION: AT THE ABOVE ADDRESS BEFORE BID FAGMILE RESPONSES GENERATOR MAINTENIMain REMEDIAL SERVICE OPENING TIME. SHALL NOT BE ACCEPTED BID NUMBER 8 OPENING DATE: 05 at 3:00 P.M. BID LOCATION: 221 Street,Council INVOICE TO: ChaRound Rods,TX 778664City of Round Rock showsa OPE s DATE: RETURN SIGNED ORIGINALE COPY OF 1310 Accounts Payable ao NUMBER ar UWAX LEFT 221 East Main Street HARD CORNER OF SEALED sn Round Rode, Texas 786645299 BIDDER I N N ow ' ENVELOPE a SNOW RETURN Failure too s sign bid will dlsrluaHfy bid ADDRESS OF DIDDNIO FIRM. BIO F.O.B.DESTINATION,FREIGHT PREPAID AND Ault led SireEN Date ALLOWED UNLESS OTHERWISE SPECIFIED BELOW N" DESTINATION: Print Name See I.7 of B Mstnaclons on page 3 City of Round Rock TAX ID NO.: 'L Q SQ LEGAL BUSINESS NAME: S 1 K � n CNG Various Locations ADDRESS: 4 8100 .}� r ADDRESS: ST �e cDNTAcrrtnikwl V-fPertNlAn r�,att TELEPHONE NO:: y't 1 3 5 euSINE3;ENTITY TYPE: OC l"By the signature hereon affixed,the bidder hereby certifies that neither the bidder nor the entity represented by the bidder,Or anyone acting for such entity has violated the antitrust laws of this State,codified in Section 15.01 et seq.,Texas Business and Commerce Code,or the Federal antitrust laws,no oommunkated dire or indirectly.the bid made to an com for or any other person en gaged In such line of business."- Bidder agrees to ComplXwlth all conditions set forth below in this IFS. This Is for a five year agreement with two 12-month renewal options for generator maintenance and remedial service in accordance with spee�fication N 00-936-39-02, revised 5-2005 14 The quantitites shown are estimates for a twelve month period only. No guarantee of any minlumum or maximum rchase is made or Will order the amount needRISRUUMed to sa esti m turemenis. implied. The d ITEM 0 CLASS i ITEM DESCRIPTION 936-39 QTY UNI MAKE AND UNIT EXTENSION MODEL PRICE GENERATOR FIRE STATION 2 QUARTERLY(PM) 3 QTR � ANNUAL MAINT&LOAD TEST(AM) I QTR PARTS FOR AM 1 EA i 2 GENERATOR FIRE STATION 3 QUARTERLY(PM) 3 OTR ANNUAL MAINT6 LOAD TEST(AM) I QTR PARTS FORAM 1 EA 3 GENERATOR FIRE STATION 4 QUARTERLY P O 3 ATR ANNUAL LWNT6 LOAD TEST(AM) I QTR PARTS FORAM I EA 4 GENERATOR FIRE STATION 5 QUARTERLY(PM) 3 ATR ANNUAL MAINTB LOAD TEST(AM) 1 OTR PARTS FOR AM I EA 5 GENERATOR FIRE STATION 6 QUARTERLY PM 3 QTR ANNUAL MAINT6 LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 6 GENERATOR POLICE DEPT 1 QUARTERLY(PM) 3 QTR ANNUAL MAINTB LOAD TEST(AM) I QTR PARTS FOR AM I I of 4 GRi 4in+�C ----. --- -MINI% i uAt,ntiallNu 0-004 ig { ITEM/ CLASS 3 ITEM DESCRIPTION QTY 8369 UNIT MAKEAND UNIT EXTENSION MODEL PRICE7 GENERATOR POLICE DEPT 2 QUARTERLY(PM) 3 QTR O ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 131 0 GENERATOR CENTRAL FIRE QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 9 GENERATOR PUB WKS 1 QUARTERLY(PM) 3 OTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 10 GENERATOR HILTON QUARTERLY fEJM 3 QTR 00 ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AMEA 1 11 GENERATOR CARNOUSTY QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR 0 PARTS FOR AM 1 EA 12 GENERATOR TREVINO QUARTERLY(PM) 3 OTR ANNUAL MAINT(AM)NO LOAD TEST 1 OTR b C PARTS FOR AM 1 EA 5 7 13 GENERATOR BAY HILL QUARTERLY(PIN 3 OTR ANNUAL MAIN—M)NO LOAD TEST 1 QTR PARTS FOR AM •1 EA 14 GENERATOR LAKE G-TWN QUARTERLY(PM) 3 OTR O ANNUAL MAINT(AM)NO LOAD TEST 1 OTR PARTS FORAM 1 EA 15 GENERATOR STONE OAK QUARTERLY(PM) 3 OTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR V PARTS FOR AM 1 EA 16 GENERATOR WATER PLANT QUARTERLY(r'M! 3 QTR f] ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 17 GENERATOR WATER PLANT QUARTERLY(PM) 3 DTR ANNUAL MAINT&LOAD TEST(AM 1 QTR PARTS FORAM '�� 18 LABOR RATE-REG HOURLY RATE 1 EA MNWMIUMCHANGE FANY OF fHOURS /1 HR 7U 19 LABOR RATE-AFTER HOURS RATE MINIMUM CHANGE IFANY OF I HOURS 1 HR �� L 20 EMERGENCY-REG HOURLY RATE GOA MINIMUM CHANGE FANY �OF HOURS 1 HR 21 EMERGENCY-AFTER HOURS RATE Q MINIMUM CHANGE IF AN OF I HOURS 1 HR 22 TRIP CHARGE (NOTE: IT IS UNDERSTOOD BY BOTH PARTIES THAT A SINGLE TRIP 36 EA AND NOT MILAGE WILL BE INVOICED BY SUPPLIER PER SERVICE J 6.00 �D' TRIP FOR THE LIFE OF THIS CONTRACT. THIRTY.SLX(36)TRIS IS V/ ONLY AN ESTIMATE AND USED FOR BUDGETING PURPOSES ONLY. e. .:1 neralor servir ed-1 tri cha e'3 eneratOrs serviced-1 trip charge GRAND T0-- 7 DAYS 2of4 REFERENCE SHEET Please Complete and Return This Form with the Solicitation Res onse SOLICITATION NUMBER: IFB 05.018-Generator Maintenance 8 Remedial Service BIDDER'S NAME: f jjf��• Chi DATE: Provide the name, address, telephone number and point of contract --AIVgr-- of at least three firms that have utilized similar service for at least 2 year. References may be checked prior to award. Any negative responses received may result in disqualification of bid. 1. Company's Name Name of Contact ��O Title of Contact 4htt Present Address � £It6)A/Et"�- City, State,Zip Codey. �L S H, w '79-1/2 97/2 Telephone Number (5-12) 1/7/ 01/ 3 Fax Number Y�3-�oy 2. Company's Name Name of Contactaft 6r Title of Contact —' ' PrtoR Present Address T/•E� �� City, State,Zip Code S r Telephone Number (S7�i � G •2oly Fax Number( 2 ) G7 -_2?Z D 3. Company's Name Name of Contact r Title.of Contact ES Present Address- 2O6 City, State,Zip Code Telephone Number 00F-7 DO Fax Number(� 2 ) 4. Company's Name O Name of Contact Title of Contact Present Address 8� City, State, Zip Code Telephone Number ( Fax Number 5. Company's Name 01 Name of Contact 'KQr GA 8r h e rocvh Title of Contact Present Address zZ City, State,Zip Code .� • e, Telephone Number /low Ak+r�bc•-Rl�k.-i��.-� s�}� 3L2 -?✓322 Fax Number ZZ ( Sj2� 3 �3g�iy .2�y 3 32z z yK_ 335.5' FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSERATION FROM AWARD. Reference Sheet Page 4 of 4 Dated:05!/2005 06/63%2005 10:10 FAX 5122187028 CORR PURCHASING CJ001 AUND ROCK, TEXAS PURPOSE,PA5514N.PROSPERITY. FAX COVER SHEET DATE: 6-1-05 ATTENTION: BOB FRANKS COMPANY: FLEET MAINTENANCE OF TX FAX #: TOTAL PAGES (INCLUDING COVER SE[EET);/ 4 FROM: Carolyn Brooks (512) 218-5457 DEPARTMENT: Purchasing COMMENTS; THIS FAX IS AN ADDENDUM TO IFB.05-018 FOR GENERATOR MAINTENANCE AND REMEDIAL SERVICE. PLEASE CONTACT ME WITH 01YESTIONS. Please call if you do not receive all the pages. City of Round Rock . Purchasing Office- 2nd Floor 221 East Main Street Round Rock, Texas 78664 Fax: (512) 218-7028 06/03%2005 10:10 FAX 5122187028 CORR PURCHASING 1?1 002 InROUND KTEMS nPmi CITY OF ROUND ROCK,TEXAS INVITATION FOR BID ADDENDUM GENERATOR MAINTENANCE$ REMEDIAL SERVICE IFB No. 05-018 Addendum No. IDate of Addendum: June 1. 2005 The following items in the IFB identified above have been changed: 1. Revised bid sheet to include two generators at the water treatment plant. It shall replace original pink. 2. Paragraph 7.1 of Part III,Specification, (pg 9 of 11)shall read as follows: Check fuel level and drain separator and change fuel as applicable. 3. Paragraph 7.4 of Part III,Specification, (pg 9 of 11)shall read as follows: Analysis on oil,fuel and coolant. 4. Paragraph 7.7 of Part III of the Specifications (pg 9 of 11)shall read as follows: Load Test: A minimum two-hour load bank test shall be performed on each of the generators at the.time of the annual maintenance, unless otherwise noted on the IFB. Load bank equipment rental costs and personnel costs shall be included. 5. Paragraph 8.1.6 of Part III of the Specifications(pg 9 of 11)shall read as follows: Be at location of required service within two hours after notification by City. All other terms and conditions of this IFB and specifications remain unchanged. Approved by By the signatures affixed below,Addendum No. 1,is hereby incorporated into and made a part of the above referenced IFB. ACKNOWLEDGE Vendor Authorized ignature Dfitel RETURN ONE COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE,CITY OF ROUND ROCK WITH YOUR SEALED BID. FAILURE TO DO SO MAY CONSTITUTE GROUNDS FOR REJECTION OF YOUR BID. 7-•14-05: 16:40 ;FLEET MAINTENANCE ajIRMO 4800 Last 761'Street Ausayi, Texas 78702 (512) 836-801010 To: Pete Dominguez 2185576 Fax From: Bob Franks 512.836.8000 Phone 512.385.0724 Fax Reference: Generator Techidd-ins Date 107/14/05 FLEET MAINTENANCE of TEXA S ha s served the equipmer t maintenance need s of Central Texas customers since 1969 and.has been.-ocated at our,cwrrent:ovation since 1977. FLEET MAINTENANCE of TEXAS pr vides 24 emergency.generator service to Hays,Travis and Williamson counties. Generator Service Technicians Tom McCauley Senior Ckneratvr Technician 25 years genera for s novice experience, 20 years USMC eleg tunics experience Schools/C;crtifii,atio.is:Cummins,Onan,I.ohler,Lincoln,Miller Ricky Evans Senior Generate rr Technician 28 year generatx experience Schools and Certifications:Cummins,On in Ken Adams Senior Generak it Technician 7 years generator ex 3erience 20 years Air Force C ienerator/Ground Support Technician SchooWC:ertifiratio:is:Onan,Lincoln,Mi]ler,Generac,Briggs&Stratten Slade Smith Junior Generator Te Inician 1 year generator experience 18 years cquipn tent/ruck experience Schools/Certifi vatic ns:Generac FROM :PROPERTY MAINTENANCE CORR FAXN0. :512-218-5576 r; io Jul. 15 2005 02:10PM P2 REFERENCE SHEET NO' sa Com late and Re his o wit ha So c tat on es onse SOLICITATION NUMBER: IFB O •p18—G . or o at a arca � e $e ca BIDDER'S NAME: �G7'� ljl.�li' ,� Provide the name, address, telephone number and point of contract of at least three firms that Utilized slmllar service for at least 2 year. References may be Chocked prior to award, Any have responses received may result In disqualification of b(d. y negative • Company's Name N$me of Contact �• ,,• Title of Contact Present Address City, State.Zip Code 70-7/ 2 Telephone Number Fax Number 2. Company's Name 70 v Name of Contact er o O • Title of Contact Present AddressQ City, State,Zip Code Telephone Number � ) . • a'V Fax Numb 3• Company's Name '_27Z O Name of Contact Title.of Contact 6� Present Address City. State,Zip Code / IiV ti Telephone Number 7 _ OD Fax Number 4• Company's Name 114. �c : Name of Contact k Title of Contact • Present Address City, State,Zip Code Telephone Number Fax Number Z ) s• Cornpany's Name Name of Contact C Title of Contact Present Address Z City, State,Zip Code SGL` Telephone Number ( s /IBw A »ber,ct .i��� 3Z•2. 332 Fax Number( /2) LUR TOPROVIDE TH E �y� 3 .22- 22 UTO TIC LL D SQUAI.IFYTHEEES OR q O yy ZyK 33✓�� ONS F C E SOLICITA O ESPO SE MA M CONSERAT O I± 0 AW RD. Reference Sheet Pa$e 4 of a Dated:05//2005 07/15/2005 FRI 14:10 1T%/R% NO 82291 ID 002 -- - - IZ:zu e1 Jun 10 05 03:331, RRFD KUT RADIO onrr q7/R2 Logistics PAGE 01/02 =—. 5126712780 P•2 RefDate�� ° 2-47 -0X �tTIM. Fes' 12-471- Dear Sir or Madam,: MFERENC.E QUESTIONS Bidder owing Bidder hs 1#0d you assn#' baa: g _ ice C"Y of R000d Ro k woum like yow opinion, City: R�dldttive: �''�- 7'8742 b dn the Biddal wj r MA 2. Hary world you rale service 3 4 3. How door wotdd you raft the `""(1 bein worst S b ' 5 0 b�wnrat 5 bei►gduct/sarv>��,povide?1 , 4. , °�beat) _'----2 3 4 ✓'-� m:h egwpnimt in your-Beet is Mmfififtbeld� —� Type� t. Ls'yr f by bidder? 5. How IMS in the teh pcnslyp? C*4' r �q 6. How do or Would (1 bang worst S be.) 1cW0n$*? 1 2 3 7• Wbat is your� 4--S trDmt with the Bidda? ��' n Oun. IJ• cuvJI: U.c+rm RFI[nna MVIUHL ON 5226712780 RV. /U] r. I p• 1 Round Rock Fire Deportment 203 commerce Blvd. Round Rock, Texas 78664 AM:Cathcrine Brown Jane 10,2005 221 W.6*Street Austbk TX 78701 (5I2)322-3322 or(5 12)224-3322 FAX(512)322-3894 or 244-3355 Tkm Wm tiros to fill art the mmlebed cummer Service swvay. Whm onIM4.pine lit back to M471-2780. 2780. Thankyoa, Chula K Mesemle Lo ,y5q� JL 3er RECEIVED TIME JUN. 10. 3!50PM Jun 1p 05 03:52p RRFA Logistics 512612?8tl p. 2 Rcfixcnce + i ti-Media Games Date. 6-10-05 -- ............. Phona:512-371-7100 Fax:512-371-?[l4 SOLIC?TA1'r0N RUERENCE QUESTIONS Dear Sir or Madapi- , IIiddThe following ]Bidder has listed you a4 a reference and ehe City of Round Rock would like your opinion. er: Austin Flrxt 11�aintettarice--IAB. Fleet Maine ce f Ie�as Addrm; 4$QQ East City: 'n State:_TX. 7870' Representative: Bob Frankes ales C.eoi 1F1� e I 1 t 1S your relationship W11P tlIe ?- How would Y'ou rate=rviec(timeliness w etc....j? l 2 aintenance,repairs,customer service. ( being worst 5 being best) _ 3, do or would.you rate the product/savice t1le .•� (1 W09 worst.5 being best) Y provick.s ! 4 4. Now much tgaipnlent in your fleet is tnairxtained and sm ct'd by bidder? TYPe equipment l3ow many 5. How lang in the r6ationship? _ 6. How da or would you rah:the relationship? l ' (I being worst 5 being best) ""--- — 3 4 5 7• *bat is your investment with the Biddcr? INVITATION FOR BID(IFB) CITY OF ROUND ROCK PURCHASING OFFICE 221 E.Main Street Round Rock,Texas 78664-5299 BIDS ARE DUE TO THE PURCHASING OFFICE rGENERATOR ATION: AT THE ABOVE ADDRESS BEFORE BID FACIMILE RESPONSES INTENANCE li<REMEDIAL SERVICE OPENING TIME. SHALL NOT BE ACCEPTED 05-018 6/7/2005 at 3:00 P.M. ION: 221 E.Main Street,Council INVOIC=Texas786N64-5299BIDDER Chambers,Round Rock,TX 778664 ock sluow DID OPENwc DATE a RETURN SIGNED ORIGINAL AND ONE COPY OF BID e Bo NUMBER w LOWER LEFT treet HAM CORNER of sEALED ew xas 78664-5299BIDDER SHALL SIGN BELOW ENVELOPE s SHOW RETURN Failureto sign bid will disqualify bid ADDRESS OF 800ING FIRAL BID F.O.B.DESTINATION,FREIGHT PREPAID AND Au#wded Signature Date ALLOWED UNLESS OTHERWISE SPECIFIED BELOW Print Name DESTINATION: See 1.7 of B Instructions on page 3 TAX ID NO.: City of Round Rock LEGAL BUSINESS NAME: Various Locations ADDRESS: ADDRESS: CONTACT: TELEPHONE NO.: BUSINESS ENTITY TYPE: "By the signature hereon affixed,the bidder hereby certifies that neither the bidder nor the entity represented by the bidder,or anyone acting for such entity has violated the antitrust laws of this State,codified in Section 15.01 et seq.,Texas Business and Commerce Code,or the Federal antitrust laws,no communicated directly or indirectly,the bid made to any competitor or any other person engaged in such line of business." . Bidder agrees to comply with all conditions set forth below in this IFB. This Is for a five year agreement with two 12-month renewal options for generator maintenance and remedial service in accordance with specification No 00-936-39-02, revised 5-2005 14 s The quantitites shown are estimates for a twelve month period only. No guarantee of any m iniumum or maximum purchase is made or implied. The city Will on order the amount needed to satisy operatingrequirements. ME W im ITEM 0 CLASS A ITEM DESCRIPTION QTY UPIfT MAKE AND UNIT93639 EXTENSION MODEL PRICE 1 GENERATOR FIRE STATION 2 QUARTERLY(PM) 3 OTR ANNUAL MAINT3 LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 2 GENERATOR FIRE STATION 3 QUARTERLY(PM) 3 OTR ANNUAL MAINTB LOAD TEST(AM) 1 QTR PARTS FORAM 1 EA 3 GENERATOR FIRE STATION 4 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM I EA EGENERA OR Fq= IRE STATION 5 QUARTERLY(PM) 3 Q TR ANNUAL MAINT$LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA OR FIRE STATION 6 QUARTERLY(PM) 3 QTR ANNUALMAIN LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA R POLICE DEPT 1 QUARTERLY(PM) 3 QTR ANNUAL MAINT3 LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 1 of 4 ITEM 8 CLASS&ITEM DESCRIPTION QTY UNIT MAKE AND 936-39 UNIT EXTENSION MODEL PRICE 7 GENERATOR POLICE DEPT 2 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) I QTR PARTS FOR AM I EA 8 GENERATOR CENTRAL FIRE QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) I QTR PARTS FOR AM I EA 9 GENERATOR PUS WKS I QUARTERLY(PM) 3 QTR ANNUAL MAINIT&LOAD TEST(AM) I QTR PARTS FOR AM 1 EA 110 0 GENERATOR HILTON QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST I OTR PARTS FOR AM I EA 11 GENERATOR CARNOUSTY QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)No LOAD TEST 1 OTR EA PARTS FOR Am 12 GENERATOR TREVINO QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST I QTR :PARTS FOR AM I 13 GENERATOR SAY HILL QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)-NO LOAD TEST I QTR PARTS FOR AM I EA 14 GENERATOR LAKE G-TWN QUARTERLY(Pm) 3 OTR ANNUAL MAINT(AM)140 LOAD TEST I QTR PARTS FOR AM I EA is GENERATOR STONE OAK QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST I OTR PARTS FOR AM 1 EA Is GENERATOR WATER PLANT QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) I QTR PARTS FOR AM I EA 17 GENERATOR WATER PLANT QUARTERLY(Pm) 3 QTR ANNUAL MAINT&LOAD TEST(AM) I QTR PARTS FOR AM I EA Is LABOR RATE-REG HOURLY RATE MINIMUM CHANGE(IF ANY)OF HOURS I HR 19 LABOR RATE-AFTER HOURS RATE MINIMUM CHANGE(IF ANY)OF HOURS I HR 20 EMERGENCY-REG HOURLY RATE MINIMUM CHANGE(IF ANY OF HOURS 1 HR 21 EMERGENCY-AFTER HOURS RATE MINIMUM CHANGE(IF ANY)OF HOURS I HR 22 TRIP CHARGE (NOTE: IT IS UNDERSTOOD By BOTH PARTIES THAT A SINGLE TRIP 36 EA AND NOT MILAGE WILL BE INVOICED By SUPPLIER PER SERVICE TRIP FOR THE LIFE OF THIS CONTRACT. THIRTY-SIX(36)TRIPS IS ONLY AN ESTIMATE AND USED FOR BUDGETING PURPOSES ONLY. e- nerator serviced-I trig)charge;3 generators serviced-1 trip charge) GRAND TOTA DELIVERY IN DAYS 2 of 4 May 26, 2005 RE: IFB NO. 05-018— Multi-year Agreement for Generator Maintenance and Remedial Service Dear Vendor, The City of Round Rock invites you to submit a bid for the above referenced solicitation. The City of Round Rock appreciates your time and effort in preparing this bid. Please note that all bids must be submitted in a sealed envelope marked " DO NOT OPEN — Bid—Generator Maintenance & Remedial Service" and received by the Purchasing Department, City Hall, 221 East Main Street, Round Rock, Texas, 78681 no later than 3:00 p.m. on Tuesday, June 7, 2005. Bids received will be opened and read aloud in _ the City Council Chambers. Pre-bid meeting and site visits are scheduled for Tuesday, June 1, 2005 beginning at 8:30 AM in the CORR Admin. Bldg., 221 East Main Street, Round Rock, TX. Site visits are expected to take most of the day(4-6 hrs). Thank you for your continued interest in doing business with the City of Round Rock. Carolyn Brooks, CPPB Purchaser (512)218-5457 CMB/s Cc: file INVITATION FOR BID(IFB) CITY OF ROUND ROCK PURCHASING OFFICE 221 E.Main Street Round Rock,Texas 78664-5299 BIDS ARE DUE TO THE PURCHASING OFFICE rGENERATOR FORMATION: AT THE ABOVE ADDRESS BEFORE BID FACIMILE RESPONSES MAINTENANCE&REMEDIAL SERVICE OPENING TIME. SHALL NOT BE ACCEPTED R 055-018 ATE: 6/7/2005 at 3:00 P.M. ION: 221 E.Main Street,Council INVOICE TO: Chambers,Round Rock,TX 778664 City Of Round Rock SHOW BID OPENING DATE a RETURN SIGNED ORIG Accounts Payable BW NUMBER IN LOWER LEFT INAL AND ONE COPY OF BID 221 East Main Street HAM CORNER of SEALED en BIDDER SHALL SIGN B Round Rods, Texas 78664-5299 Ow ENVELOPE a SNOW RETURN Failure to sign bid will disqualify bid ADDRESS OF BIDDING FIRM. BID F.O.B.DESTINATION,FREIGHT PREPAID AND Authoded Si"wre Date ALLOWED UNLESS OTHERWISE SPECIFIED BELOW Print Name DESTINATION: -J.7 of Bidding Instructions on page 3 TAX ID NO.: City of Round Rods LEGAL BUSINESS NAME: Various Locations ADDRESS: ADDRESS: CONTACT. TELEPHONE NO.: BUSINESS ENTITY TYPE: 'By the signature hereon affixed,the bidder hereby certifies that neither the bidder nor the entity represented by the bidder,or an entity has violated the antitrust laws of this State,codified in Section 15.01 et s Yore acting for such communicated dl or Indirectly,the.bid made to any competitor or any other p Texas Business and Commerce Code,or the Federal antitrust laws,no person engaged to such tine of business Bidder agrees to comply with all conditions set forth below in this IFB. This is for a five year agreement with two 12-month renewal options for generator maintenance and remedial service in accordance with s 00-936-39-02, revised 5-2005 14 s specification No The quantitites shown are estimates for a twelve month period only. No guarantee of any miniumum or maximum purchase is made or implied. The city Will oni r order the amount needed tosatis rati r uirements. ITEMS CLASS t ITEM DESCRIPTION QTY UNIT MAKE AND 936,39 UNIT EXTENSION MODEL PRICE 1 GENERATOR FIRE STATION 2 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 2 GENERATOR FIRE STATION 3 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 OTR PARTS FOR AM 1 EA 3 GENERATOR FIRE STATION 4 QUARTERLY(PM) 3 Q TR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA T5GENERATOR ERATOR FIRE STATION 5 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA FIRE STATION 6 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 1 of 4 i•�}c' 4 ;..,.,.J +ady}•.}<};;::`S<��:`.. {'}:�:':>l;�c••cap:4s:-.,Mi +:. r.ro...+ .r} mei:: +. 4.a•tifir.•.•;r �a J ..}::tR.y'.:. .. �,�:.. +..;C' } IS ,..aG..,.... amv;;+. �"' ,?.;C�in�i;`::;k"c•�::ry+.c'..:.,.....`• •. ;,�:;�,a,�:,;. ITEM f CLASS&ITEM DESCRIPTION ' "+ QTY UNIT 4 MAKE AND UNI t EXTENSION 936 39 MODEL PRICE 6 GENERATOR POLICE DEPT 1 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 7 GENERATOR POLICE DEPT 2 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA e GENERATOR CENTRAL FIRE QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) I QTR PARTS FOR AM 1 EA 9 GENERATOR PUB WKS1 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 10 GENERATOR HILTON QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA 11 GENERATOR CARNOUSTY QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 OTR PARTS FOR AM 1 EA 12 GENERATOR TREVINO QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA 13 GENERATOR BAY HILL QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM I EA 14 GENERATOR LAKE G-TWN QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST I QTR PARTS FOR AM 1 EA 15 GENERATOR STONE OAK QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA 16 LABOR RATE-REG HOURLY RATE 1 HR MINIMUM CHANGE(IF ANY)OF HOURS 17 LABOR RATE-AFTER HOURS RATE 1 HR MINIMUM CHANGE(IF ANY)OF HOURS 18 EMERGENCY-REG HOURLY RATE 1 HR MINIMUM CHANGE(IF ANY)OF HOURS 19 EMERGENCY-AFTER HOURS RATE 1 HR MINIMUM CHANGE(IF ANY)OF HOURS 20 TRIP CHARGE 36 EA (NOTE: IT IS UNDERSTOOD BY BOTH PARTIES THAT A SINGLE TRIP AND NOT MILAGE WILL BE INVOICED BY SUPPLIER PER SERVICE TRIP FOR THE LIFE OF THIS CONTRACT. THIRTY-SIX(36)TRIPS IS ONLY AN ESTIMATE AND USED FOR BUDGETING PURPOSES ONLY. e. .:1 generator serviced-1 trip char ;3 generators serviced-1 tri cha e GRAND TOTA 2 of 4 DELIVERY IN DAYS BIDDING INSTRUCTIONS 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 shown. Bidders guarantees product offered will meet or exceed specifications identified in this Invitation For aid(IFB). 1.2 Bids should be submitted on this form. Each bid shad be placed in a separate envelope completely and property 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 property identified wig be retuned to bidder unopened. Late bids will rot be considered. 1.4 Bid F.O.B.destination,{refight prepaid,b allowed unless otherwise specified on the IFB. If otherwise,show exact cost to deliver. 1.5 BIncreaSeid unit wig not price on qucoriskl unit of measure specified,extend and show total. In case of errors in extension.unit prices shall govern. Bids subject to unlimited price 1.6 Bid prices shag be firm for acceptance 30 days from bid opening date. "Discount from List"bids are not acceptance unless requested. Cash discount will not be corisidered in 1.7 Bids shag determining the low bid. AN cash discounts offered will be taken if earned. signatories give Tax Identification Number,full name and address of bidder. Failure to sign will disquafdy bid. Person signing bid shad show tittle and authority to bind firm in a contract. Finn name should appear on each page in the block provided in the upper right comer. Business Entity shad be one(1)of the sWivial m d ar�ml rshmip,Sole Proprietorship, Estate/Trust,Corporation, Governmental. Non-Profit,all others shad be specified. INDIVIDUAL:List name and num was of Security Cared. SOLEP PROPRIETORSHIP;List legal name followed by legal business name and Social Security Number. ALL OTHERS;List legal name entity and Tax Idemtifipton Number(T 1.8 Bid cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by bidder or an authorized agent No bid can be 1.9 witdrem after��9 time without approval of the CITY based on a written acceptable reason. 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 rem all o any part of bid.waive minor technicalities and award the bid to best serve the interests of the City,Split awards may be made at the sole ftalefiorh of the 1.11 Consislent 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 invitation allows sufficient time for receipt of the preferred mail response. The City shag not be responsible for bids received late,illegible,irtcompiete,or otherwise non-responsive 2. SPECIFICATION: 21 Anybrand name or manufacturer's reference used in IFB is descriptive only(ra(restrictive),and is used 10 indicate type and qualitydesired. Bids on brands of like nature and quality will be considered unless advertised under the Prions of Sekdion 252022 d the Texas Local Government Code. If other than brand(s)specified is offereddata lo filo complete descriptions of product offered are requested to be made a part of the bid. t bidder takes n o exceptions to specifications or reference22 All items fid shag be rown�fxst����'fpn��Includi•,numbers,�s specified lo�IFS. suitable for con6ary will rat be moogrxzed: shipment and storage,unless otherwise indicated in IFB. Verbal agreements to the 2.3 Samples,when requested.most 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 shocrld be marked with bidders'name and address,City bid number and code. Do rat enclose in or attach to bid. 24 The City will not be bound by any owl statement or representation contrary to the written specifications of this IFB. 25 Manufacthxer's standard waranty shag apply unless otherwise stated in the IFS. 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 delivery In fourteen Bid should stow number of days required to place material in Citys designated location under normal conditions. Failure to state delver time obligates bidder 10 complete without valid reason(may cause removal from calendar days. bid� 24 followishort or ng.)delivery Wes may cause bid b be disregarded. Consistent failure to meet delivery promises 4.2 ff delay is foreseen.contractor shall ( �•) advised is all times of status of o e writeDefauinn notice to the�' The City has the right to extend delivery date if reasons appear valid.Contractor must keep the City elsewhere and charge fug increase,if any,in cost ���tr� reasons)or failure to meet specifications,authorizes the City to purchase supplies 4.3 No subsb4u6ions or cancellations permitted without written approval of the City. 4.4 Delivery shag be made during normal working hours oily,unless Prior approval for tate delivery has been obtained from the City,unless otherwise specified in the IFB. 5. INSPECTION AND TESTS: AN goods who be subject to inspection and test by the City to the extent practicable at all times and Places. Authorized City personnel shag have access to regularsit suppliers the Products tested businessplace of r meet the Purpose exceed of inspecting m Tests may be Performed on samples submitted with the bid or on samples taken from the specifications,the cost of the sample used and the cost of the testing shall be bone by the supplier. Goods,which have been delivered and rejected in whole or�n parL may,its ofrisk and expense. Latent defects may result in revocation of acceptance. at City's option be retuned to the vendor or held for disposition at vendor's 6. Ae WWF unless and until OF CONTRACT. A response to an IFB is an offer to contract with the City based upon the terms,conditions,and specifications contained in the IFB Bids do not became the Charter of the they are accepted by the City trough its designates and a purchase order is issued. The contract shad be governed,construed,and interpreted under City and the laws of State a Texas. All contracts are subject to the approval of the City Council. 7. PAYMENT: Vendor shat 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 ASSIGNMENTS:Vendor hereby assigns to purchaser any and all claims for overcharges associated with this of Texas.Tx,Bus.And Comm.Code Ann.Sec.15.01,et seq.(186 under the antitrust laws of,the State 7). 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 arty resulting contracts.and the bidder shall be removed iron all bid lists. By signature hereon affixed,the bidder hereby certifies that 10.2 The bidder has not given,offered to give,nor intends to give any time hereafter any economic opportunity,future or service to a public servant in connection with the submitted bid. t ! ,gratuity,special discount tip.favor, 10.3 The bidder is not currently delinquent in the payment of any debt owed the City. 10.4 Neither the bidder nor the firm.corporation.partnership,or any entity represented by the bidder,or anyone acting for such firth.corporation,or entity has violated the antitrust laws of this State codified in Section 15.01 et Seq.Texas Business and Commercial Code,or the Federal Antitrust Laws,nor communicated directly or indirectly the bid made to arty competitor,or any other Person engaged in such fine 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 state other than Texas requirements for PrePayment Limitations on remedies,etc.) The City of Round Rock can only accept bids which contain all the terms and conditions of its formal IFB;in particular,all bidders affirmations and certifications must be included. Submission of bids on forms other than City bid form may result in disqualification of your bid. 12. INQUIRIES: Inquiries pertaining to bid invitations must give bid number,codes,and opening date. PAGE 1 OF 1 REV:04-04-05 Tot V REFERENCE SHEET Please Complete and Return This Form with the Solicitation Response SOLICITATION NUMBER: IFB 05-018—Generator Maintenance&Remedial Service BIDDER'S NAME: DATE: Provide the name, address, telephone number and point of contract of at least three firms that have utilized similar service for at least 2 year. References may be checked prior to award. Any negative responses received may result in disqualification of bid. I. Company's Name Name of Contact Title of Contact Present Address City, State,Zip Code Telephone Number ( ) Fax Number( ) 2. Company's Name Name of Contact Title of Contact Present Address City,State,Zip Code Telephone Number ( ) Fax Number( ) 3. Company's Name Name of Contact Title of Contact Present Address City,State,Zip Code Telephone Number ( ) Fax Number( ) 4. Company's Name Name of Contact Title of Contact Present Address City,State,Zip Code Telephone Number ( ) Fax Number( ) 5. Company's Name Name of Contact Title of Contact Present Address City, State,Zip Code Telephone Number ( ) Fax Number( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSERATION FROM AWARD Reference Sheet Page 4 of 4 Dated:05//2005 CITY OF ROUND ROCK SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 GENERATORS ON-SITE PREVENTIVE MAINTENANCE AND REMEDIAL SERVICE PART 1 GENERAL 1. PURPOSE: The City seeks to contract with a qualified bidder to provide all goods and services for on-site preventive maintenance and remedial service by trained technicians for generators at location(s)listed on Attachment A. 2. DEFINITIONS: The following definitions will be used for identified terms throughout the specification and bid document: 2.1. Bidder identified throughout this specification shall describe persons and entities that consider themselves qualified to provide the goods,equipment or services. 2.2. City—Identifies the City of Round Rock,Williamson and Travis Counties,Texas. 2.3. Agreement—A mutually binding legal document obligating the Vendor to famish the goods, equipment or services,and obligating the City to pay for it. 2.4. Vendor—(Sometimes referred to as Contractor)A person or business enterprise providing goods, equipment, labor and/or services to the City as fulfillment of obligations arising from a contract or purchase order. 2.5. Goods represent materials,supplies,commodities and equipment. 2.6. Purchase Order-is an order placed by the Purchasing Office for the purchase of Goods or Services written on the City's standard Purchase Order form and which,when accepted by the Bidder, becomes a contract.The Purchase Order is the Bidder's authority to deliver and invoice the City for Goods or Services specified,and the City's commitment to accept the Goods or Services for an agreed upon price. 2.7. Services-work performed to meet a demand. The furnishing of labor,time,or effort by the vendor and their ability to comply with promised delivery dates, specification and technical assistance specified 2.8. Subcontractor-Any person or business enterprise providing goods,labor,and/or services to a Vendor if such goods,equipment,labor,and/or services are procured or used in fulfillment of the Vendor's obligations arising from a contract with the City. 3. CLARIFICATION:For clarification of specifications, bidders may contact: Carolyn Brooks, CPPB Purchasing Division City of Round Rock Telephone: 512-218-5457 The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to bid opening without written approval of the City of Round Rock through the Purchasing Division. Page 1 of 10 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 PART II GENERAL CLAUSES AND CONDITIONS 1. BID EVALUATION:All bids received shall be evaluated based on the best value for the City. Best value will be determined by considering all or part of the criteria listed, as well as any relevant criteria specifically listed in the solicitation. 1.1. Bid price 1.2. Reputation of the bidder and of bidder's goods and services. 1.3. The quality of the bidder's goods or services. 1.4. The extent to which the goods or services meet the City's needs 1.5. Bidder's past relationship with the City. All vendors will be evaluated on their past performance and prior dealings with the City to include, but not limited to,failure to meet specifications, poor quality, poor workmanship, late delivery. 1.6. The total long-term cost to the Municipality to acquire the bidder's goods or services. 2. BIDDER QUALIFICATONS: The opening of a bid will not be construed as the City's acceptance of such bidder as qualified and responsible. All bidders shall: 2.1. Be firms,corporations, individuals or partnerships normally engaged in the sale and distribution of commodity or provision of the services as specified herein. 2.2. Have adequate organization,facilities,equipment and personnel to ensure prompt and efficient service to the City. 2.3. Provide the name, address,telephone number and point of contract of at least three firms that have utilized similar service for at least 2 years and have. References may be checked prior to award. Any negative responses received may result in disqualification of bid. NOTE: REFERENCE FORM PROVIDED 2.4. Employee a minimum of two qualified technicians. Service technicians shall be fully qualified to work on the listed equipment and employed by the vendor on the effective date of the 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. - 2.5. Identify any subcontractors to be used for this project. Experience,qualifications and references of the subcontractors shall be submitted with response. The City reserves the right to approve or disapprove all subcontractors prior to any work being performed. 3. CONFIDENTIALITY OF CONTENT: Bids received are subject to release as public information unless the bid or specific parts of the bid can be shown to be exempt from the Texas Public Information Act. Bidders are advised to consult with their legal counsel regarding disclosure issues and take the appropriate precautions to safeguard trade secrets or any other proprietary information. The City assumes no obligation or responsibility for asserting legal arguments on behalf of potential Bidders. 3.1. If a Bidder believes that a bid or parts of a bid are confidential, then the Bidder shall so specify. The Bidder shall stamp in bold red letters the term "CONFIDENTIAL"on that part of the solicitation,which the Bidder believes to be confidential. Vague and general claims as to confidentiality shall not be accepted.All bids and parts of bids that are not marked as confidential will be automatically considered public information after the contract is awarded. 4. LABOR: The Vendor shall provide all labor and goods necessary to perform the project. The Vendor shall employee all personnel for work in accordance with the requirements set forth by the United States Department of Labor. Page 2 of 11 SPECIFICATION NO. 00-936-39-02 REVISED:MAY 2005 5. DAMAGE:The Vendor shall be responsible for damage to the City's equipment and/or property, the workplace and its contents by its work, negligence in work, its personnel and equipment. The Vendor shall be responsible and liable for the safety; injury and health of its working personnel while its employees are performing service work. 6. WORKPLACE:The City is committed to maintaining an alcohol and drug free workplace. Possession, use,or being under the influence of alcohol or controlled substances by Vendor, Vendor's employees, subcontractor(s)or subcontractor(s')employees while in the performance of the service is prohibited. Violation of this requirement shall constitute grounds for termination of the service. .7. 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 or administrative bodies or tribunals in any matter affecting the performance of the resulting agreement, including without limitation,workers'compensation laws,minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When requested, the Vendor shall furnish the City with satisfactory proof of its compliance. 8. ABANDONMENT OR DEFAULT: A Vendor who abandons or defaults the work on the contract and causes the City to purchase the services elsewhere may be charged the difference in service if any and shall not be considered in the re-advertisement of the service and may not be considered in future bids for the same type of work unless the scope of work is significantly changed. 9. CODES, PERMITS AND LICENSES: The successful bidder shall comply with all National, State and Local standards,codes and ordinances and the terms and conditions of the services of the electric utility,as well as other authorities that have jurisdiction pertaining to equipment and materials used and their application. None of the terms or provisions of the specification shall be construed as waiving any rules, regulations or requirements of these authorities. The successful bidder shall be responsible for obtaining all necessary permits,certificates and/or licenses to fulfill contractual obligations (City of Round Rock fees and costs will be waived). 10. INDEMNITY: Vendor shall indemnify, save harmless and defend the City, its officers,agents, servants,and employees from and against any and all suits,actions,legal proceedings,claims, demands,damages, costs, expenses,attorney's fees and any and all other costs or fees incident to the performance of the resulting agreement and arising out of a willful or negligent act or omission of the Vendor, its officers, agents, servants and employees. 11. INSURANCE: The Vendor shall procure and maintain at its sole cost and expense for the duration of the contract or purchase order resulting from a response to this bid/Specification insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work as a result of this bid by the successful bidder,its agents, representatives,volunteers,employees or subcontractors. 11.1. Certificates of Insurance and endorsements shall be fumished to the City and approved by the City before work commences. 11.2. The following standard insurance policies shall be required: 11.2.1. General Liability Policy 11.2.2. Automobile Liability Policy 11.2.3. Worker's Compensation Policy 11.3. The following general requirements are applicable to all policies: 11.3.1. Only insurance companies licensed and admitted to do business in the State of Texas shall be accepted. 11.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. Page 3 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 11.3.3. Claims made policies shall not be accepted,except for Professional Liability Insurance. 11.3.4. Upon request,certified copies of all insurance policies shall be furnished to the City 11.3.5. Policies shall include, but not be limited to,the following minimum limits: 11.3.5.1. Minimum Bodily Injury Limits of$300,000.00 per occurrence. 11.3.5.1.1. Property Damage Insurance with minimum limits of $50,000.00 for each occurrence. 11.3.5.1.2. 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 $50,000.00 for each occurrence. 11.3.5.1.3. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers Liability Insurance. 11.3.6. Coverage shall be maintained for two years minimum after the termination of the Contract. 11.4. The City shall be entitled, upon request, and without expense to receive copies of insurance policies and all endorsements thereto and may make reasonable request for deletion, revision,or modification of particular policy terms, conditions, limitations,or exclusions(except where policy provisions are established by law or regulation binding either of the parties hereto or the underwriter of any of such policies). Upon such request by the City,the Vendor shall exercise reasonable efforts to accomplish such changes in policy coverage and shall pay the cost thereof. All insurance and bonds shall meet the requirements of the bid specification and the insurance endorsements stated below. 11.5. Vendor agrees that with respect to the required insurance,all insurance contracts and certificate(s)of insurance will contain and state, in writing,on the certificate or its attachment,the following provisions: 11.5.1. Provide for an additional insurance endorsement clause declaring the Vendor's insurance as primary. 11.5.2. Name the City and its officers, employees,and elected officials as additional insured's, (as the interest of each insured may appear)as to all applicable coverage. 11.5.3. Provide thirty days notice to the City of cancellation, non-renewal, or material changes 11.5.4. Remove all language on the certificate of insurance indicating: 11.5.4.1. That the insurance company or agent/broker shall endeavor to notify the City; and, 11.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the company, its agents, or representatives. 11.5.5. Provide for notice to the City at the addresses listed below by registered mail: 11.5.5.1. Vendor agrees to waive subrogation against the City, its officers, employees, and elected officials for injuries, including death,property damage,or any other loss to the extent same may be covered by the proceeds of insurance. 11.5.6. Provide that all provisions of this contract concerning liability,duty, and standard of care together with the indemnification provision, shall be underwritten by Page 4 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 contractual liability coverage sufficient to include such obligations within applicable policies. 11.5.7. All copies of the Certificate of Insurance shall reference the project name, bid number or purchase order number for which the insurance is being supplied. 11.5.8. Vendor shall notify the City in the event of any change in coverage and shall give such notices not less than thirty days prior notice to the change,which notice shall be accomplished by a replacement Certificate of Insurance. 11.5.9. All notices shall be mailed to the City at the following addresses: Assistant City Manager City Attorney City of Round Rock City of Round Rock 221 East Main Street 309 East Main Street Round Rock,TX 78664-5299 Round Rock,TX 78664 11.6. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Vendor shall not relieve the Vendor of full responsibility or liability for damages and accidents as set forth in the these requirements. Neither shall bankruptcy, insolvency,or denial of liability by the insurance company relieve the Vendor from liability. 11.7. If the Vendor employs, contracts with or otherwise permits any other individual or entity to perform any of the obligations of the Vendor,then any and all of these individual or entities shall be bound by the same insurance requirements as the successful bidder. 12. WORKERS COMPENSATION INSURANCE:Texas Labor Code,Section 406.098 requires workers' compensation insurance coverage for all persons providing services on building or construction projects for a governmental entity. 12.1. Certificate of coverage("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Workers'Compensation Commission,or a coverage agreement(TWCC-81,TWCC-82,TWCC-83,or TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. 12.2. Duration of the Proiect-includes the time from the beginning of the work on the project until the CONTRACTOR'S/person's work on the project has been completed and accepted by the OWNER. 12.3. Persons Providing services on the moiect("subcontractor")in Section 406.0 includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the project,regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, without limitation,independent contractors,subcontractors, leasing companies,motor carers,owner-operators,employees of any such entity,or employees of any entity,which furnishes persons to provide services on the project. "Services"include,without limitation, providing, hauling,or delivering equipment or materials,or providing labor,transportation,or other service related to a project. "Services"does not include activities unrelated to the project, such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. 12.4. The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,that meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all employees of the CONTRACTOR providing services on the project,for the duration of the project. 12.5. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the contract. 12.6. If the coverage period shown on the CONTRACTOR'S current certificate of coverage ends during the duration of the project, the CONTRACTOR must,prior to the end of the coverage Page 5 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 period,file a new certificate of coverage with the OWNER showing that coverage has been extended. 12.7. The CONTRACTOR shall obtain from each person providing services on a project,and provide to,the OWNER: 12.7.1. a certificate of coverage,prior to that person beginning work on the project,so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the project;and 12.7.2. no later than seven calendar days after receipt by the CONTRACTOR,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project. 12.8. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 12.9. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the CONTRACTOR knew or should have known,or any change that materially affects the provision of coverage of any person providing services on the project. 12.10. The CONTRACTOR shall post on each project site a notice,in the text,form and manner prescribed by the Texas Workers'Compensation Commission, informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. 12.11. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project,to: 12.11.1. and filing of any coverage agreements,that meets the statutory provide coverage, based on proper reporting of classification codes and payroll amounts requirements of Texas Labor Code,Section 401.011(44)for all its employees providing services on the project,for the duration of the project; 12.11.2. provide to the CONTRACTOR,prior to that person beginning work on the project,a certificate of coverage showing that coverage is being provided for all employees of the person providing services on a project,for the duration of the project; 12.11.3. provide the CONTRACTOR,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 12.11.4. obtain from each other person with whom it contracts, and provide to the CONTRACTOR: 12.11.4.1. a certificate of coverage,prior to the other person beginning work on the project;and 12.11.4.2. a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project 12.12. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 12.12.1. notify the OWNER in writing by certified mail or personal delivery,within 10 calendar days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and Page 6 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 12.12.2. contractually require each person with whom it contracts,to perform as required by paragraphs(A thru G),with the certificates of coverage to be provided to the person for whom they are providing services. 12.12.3. By signing the solicitation associated with this specification, or providing,or causing to be provided a certificate of coverage,the Contractor is representing to the Owner that all employees of the Contractor who will provide services on the project will be covered by workers'compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties,civil penalties,or other civil actions. 12.12.4. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the Owner to declare the contract void if the Contractor does not remedy the breach within ten calendar days after receipt of notice of breach from the owner. 13. LIENS: Vendor agrees to and shall indemnify and save harmless the City against any and all liens and encumbrances for all labor,goods and services which may be provided under the resulting agreement. At the City's request the Vendor or subcontractors shall provide a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. 14. VENUE: Both the City and the Vendor agree that venue for any litigation arising from a resulting agreement shall lie in Williamson County. 15. 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. 16. AGREEMENT:The term of this Agreement shall be for five(5)consecutive twelve(12)month periods of time from the effective date. Prices shall be firm for the duration of the agreement, except as provided for herein above. This agreement may be renewed for two(2)additional periods of time not to exceed twelve(12)months for each renewal provided the parties agree. The City reserves the right to review the Vendor's performance at the end of each twelve(12) month period of time,and to cancel the contract(without penalty)or continue the contract through the next period. 17. VENDOR PERFORMANCE:City reserves the right to review Vendor's performance at any time during the initial agreement or renewal period, and may elect to terminate this Agreement with or without cause or may elect to continue. 18. ORDER QUANTITY: The quantities shown on the IFB are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services needed to satisfy operating requirements,which may be more or less than indicated. 19. PRICE ADJUSTMENT: The City may permit"unit price"adjustments upward, only as a result of a cost increase in services in accordance with the Producers Price Index at http://stats bisgov/pat/. Any price increase to this contract shall be requested by Vendor in writing and shall be accompanied by the appropriate documentation to justify the increase,and shall be received by City at least ninety(90)days prior to the agreement review date.Vendor may offer price decreases, even in excess of the allowable percentage change,at any time during the contract term. The City reserves the sole opinion to reject any price increase and terminate this contract should the City and the Vendor not agree on any price increase. Page 7 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 20. CONTRACT ADMINISTRATOR: All work performed under this contract will be supervised and verified by the City representative(s)noted below. Pete Dominguez at(512)341-3144 21. NON-APPROPRIATION:The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement 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 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 at the end of its then current fiscal year. 22. CANCELLATION:The City reserves the right to cancel the Agreement without penalty by providing 30 days prior written notice to the other party. Vendor shall provide the City with 90 days written notice prior to cancellation of the Agreement and shall continue services for a period of time not to exceed 120 days after written notification. Termination under this paragraph shall not relieve the Vendor of any obligation or liability that has occurred prior to cancellation. NOTE: This Agreement is subject to cancellation,without penalty,at any time the City deems the vendor to be non-compliant with contractual obligations. PART III SPECIFICATION I. SCOPE:This specification describes an agreement to provide goods and services for on-site preventive and remedial service by certified technicians for generators at location(s)to include, but not limited to Attachment A 2. STATEMENT OF INTENT:This specification covers only the general requirements as to the performance and certain details to which the successful bidder shall conform. Vendor shall be responsible for the servicing,troubleshooting, repairing, ordering, replacing parts on generators in accordance with manufacturer's recommendations to ensure each unit is operating as designed for the intended application. 3. PREBID MEETING AND SITE VISIT: It is strongly suggested that all interested bidders attend the prebid meeting and site visit to familiarize themselves with all aspects of the work and requested services as well as seek answers to any questions they may have concerning the goods and service. Meeting and site visit schedule: Meeting&Site Visit Date: 6/1/2005 Time: 8:30 A M Location Starting Point:221 East Main, 1 st Floor Lobby, Round Rock,TX 78664 Contact: Pete Dominguez Phone: (512)341-3144 4. ADDITIONS/DELETIONS: Equipment may be added or deleted during the term of the contract. Prices bid shall be used for adding/deleting such equipment. 4.1 If new equipment is procured during the term of the contract, the City reserves the option to add the equipment at the vendor's current basic monthly charge less any applicable discounts. 5. MAINTENANCE PARTS:At the time vendor determines generator needs maintenance or the City calls for service: 5.1 Eighty-five percent of all parts shall be on-site within twenty-four business hours for repair of equipment. 5.2 All remaining parts shall be normally on-site within forty-eight hours. Maintenance does not include normal operating supplies. Page 8 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 5.3 Refurbished parts may be used on an exchange basis; however,the refurbished parts shall be equivalent to new. 6. PREVENTIVE MAINTENANCE:shall be performed on equipment to include but not limited to locations shown on Attachment A. 6.1 Provide a minimum of four(4)quarterly Preventive Maintenance(PM)calls annually. 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 B and as recommended by manufacturer. 6.2 Contact City Representative of any discrepancies,and advise as to the cost of repairs. No parts,supplies or annual services are included in the basic inspection costs. 6.3 Perform preventive maintenance at a time mutually agreed upon between the City representative and the vendor. 7. ANNUAL MAINTENANCE(AM)shall be included in one of the four(4)PM services. AM service shall be accomplished on each designated machine in the fall. AM shall include: 7.1 Fuel check and test,replace(if needed), 7.2 Change oil 7.3 Filter Replacement -oil filters,fuel filters,coolant filters and air filters; 7.4 Analysis on oil and coolant. 7.5 Replacing ignition parts(gas-gasoline units only). 7.6 Testing all safety shutdowns. At this time, a series of tests shall be conducted to ensure reliability and satisfactory interfacing between components. 7.7 Load Test:A load test shall be performed on each of the generators at the time of the annual maintenance, unless otherwise noted on the IFB. Load bank equipment rental costs and personnel costs shall be included. 7.8 Test Results: Vendors shall provide to the City a copy of all test results,to include, but not be limited to fuel, oil and coolant analysis, safety shutdowns and load test. 8. REMEDIAL SERVICE: Remedial service shall be performed at the location(s)of equipment within time allocations specified after call for service. 8.1 Emergency Service: 8.1.5 Respond within one hour of City's call(s)for service. 8.1.6 Be at location of required service within four hours after notification by City. 8.2 Perennial Maintenance: 8.2.5 Respond within four hours of City's call(s)for service. 8.2.6 Be at location of required service with in twenty-four hours after notification by City. 8.3 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. 9. 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 Page 9 of 11 SPECIFICATION NO. 00-936-39-02 REVISED:MAY 2005 disagree to the installation of the part at time of notification. When City agrees to installation, the following applies: 9.1 The equipment manufacturer, or their designated representative,shall install within 90 days of acceptance by City contract administrator. 9.2 EC will be authorized by the issuance of a purchase order separate from this contract. 9.3 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,Vendor agrees to replace,at the discretion of the City,any parts installed during the service period that was not manufactured by the OEM. 10. TECHNICAL DOCUMENTATION:The vendor shall obtain necessary technical documentation pertaining to maintenance or service of the listed equipment and any additions to City's fleet throughout contract and extension periods. 11. MALFUNCTION REPORTS:Vendor shall complete and furnish a malfunction report for each maintenance or service call with the invoice.A copy of each malfunction report shall be presented with time and material maintained (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: Date and time notification received. Date and time of arrival. Type and model of equipment. Time spent for repair. Description of malfunction. Date and time equipment is made operational. Part(s)ordered. The vendor shall ensure that both parties verify acceptance of equipment as completely operational. The vendor shall ensure that both parties sign a malfunction report. 11.1 . Malfunction report must be signed by designated City Representative for each machine and building. The Contract Administrator identified in this specification and they shall certify that the individual generators are again in working order. PART III DELIVERY,SERVICE,ACCEPTANCE AND PAYMENT 1. SERVICE: Vendor shall have service and maintenance available to the City and shall be able to respond to a request for service as specified. 1.1. 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 and, or contract. Consistent failure is defined as not responding within the allowed response time at any or all locations on two(2)out of three(3)consecutive occurrences. 2. ACCEPTANCE: Acceptance inspection should not take more than five working days. The vendor will be notified within this time frame if the service provided is not in full compliance with the specifications. If any purchase order is canceled for non-acceptance,the needed equipment or service may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 3. INVOICING: Vendor shall submit one original and one copy of each invoice on a monthly basis to the following address: City of Round Rock Page 10 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 Finance Department 221 East Main Street Round Rock,TX 78664-5299 4. PROMPT PAYMENT POLICY: Payments will be made within thirty 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 Vendor may charge a late fee(fee shall not be greater than that which is permitted 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: 4.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, services or equipment delivered or the services performed that causes the payment to be late;or 4.2. The terms of a federal agreement,grant,regulation,or statute prevent the City from making a timely payment with Federal Funds;or 4.3. There is a bona fide dispute between the Vendor 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 4.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. 5. OVERCHARGES: Vendor hereby assigns to purchaser any and all claims for overcharges associated with this agreement which arise under the antitrust laws of the Untied States, 15 USGA Section 1 et seg., and which arise under the antitrust laws of the State of Texas, Bus.and Com. Code,Section 15.01, et seg. Page 11 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 PART IV ATTACHMENTS Attachment A—Equipment Make, Model,Type and Location Attachment B—Service Data ATTACHMENT A EQUIPMENT AND THEIR LOCATION LOCATION EQUIPMENT Fire Station#2(to be added later) ONAN MDL#70GGHF DESEL,70 KW,87.5KVA 206 West Bagdad Ave. Round Rock TX Fire Station#3 ONAN MDL.#LTAEA30-3V126004F 1991.Rawhide,Round Rock TX Ser.#n/a,p-plant Kubota eng. (no tag) Fire Station#4 Olympian MDL.#CD015—A162 2D18CBHYY 3300 Gattis School Rd., Round Rock TX Ser.#2019815,Power plant p/n 67057 2.21- Fire Station#5 Olympian MDL.#D50131,Ser.#E6929AI001 350 Deepwood, Round Rock,TX P-Plant#LJ50418*U895845F,Perkins Turbo Fire Station#6(to be added later) ONAN MDL.#70GGHF DESEL,70 KW,7.5KVA 2919 Joe Dimaggio Blvd.,Round Rock,TX Police Department Kohler MDL#1001102J81,ser.#386549 615 E. Palm Valley Blvd. P-Plant MDL.#CD6059T3118811,SER. #6059TF003,John Deere Eng. Police Department ONAN, P-Plant MDL.#591205A51-5357 604 Palm Valley Blvd. Round Rock TX Ser.#53132476, Cummins Eng. Central Fire Station White, MDL.#D2300-X260,Ser.#XF3446344 203 Commerce, Round Rock,TX P-Plant MDL. 591205A51-5357,Ser. #30110281,White Eng. Public Works Empire MDL.#400-0270,WO#65-9834 2008 Enterprise, Round Rock,TX P-Plant, no tag,Perkins eng. Hilton Head Left Station Olympian MDL.#D150PI Round Rock,TX Carnousty Lift Station Generac MDL.#98A03027S Round Rock,TX Trevino Court Lift Station Olympian/Generac MDL#97A05559-5 Round Rock,TX Page 1 of 2 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 Bay Hill Lift Station Olympian MDL. #D40PS Round Rock,TX Lake Georgetown Lift Station ONAN MDL.#900DFHC DB Wood&Cedar Brks Rd Georgetown,TX Water Treatment Plant Holt: Olympian, 5494 North IH 35 A.C.Synchronous Generator Round Rock,TX S#FG090935128 Frame: LL2014B Machine ID: WD-6 Olympian: 050P3 Model#OLYOOOOOPNPF01844 S#138620/01 Frame: LL2024D WDG 6/4 Stone Oak,Lift Station ERKINS,MDL 1350P3,SERIAL Round Rock TX YOOOOOTNPF01860 62.5 KVA,50KW 4801277VOLTS ATTACHMENT B Inspection List shall be inclusive of the following items as a minimum: Page 2 of 2 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 1. LUBRICATION a. System leaks 7. HOUSING/CABINETS b. Oil level a. General C. Filters b. Fit C. Decals 2. COOLING SYSTEM a. Leaks 8. DC ELECTRICAL b. Water level a. Batteries C. DCA/antifreeze Water level d. Filters Specific gravity e. Hoses Terminals f. Belts b. Engine safeties g. Cooling fans Ammunciator h. Block heater Battery charge rate i. Pillow block 9. AC ELECTRICAL 3. FUEL SYSTEM a. Brushes a. Fuel b. Instruments b. Leaks C. Regulator C. Filters d. Generator d. Lines e. Circuit breakers e. Tank levels f. Transfer switches f. Transfer pump 9. Water separators 10. OPERATIONAL TESTS h. Solenoid a. Load/no load I. Wiring b. Voltage—AC/DC C. Amps—AC/DC 4. IGNITION SYSTEM_ d. Frequency a. Plugs e. Time delays b. Points f. Oil pressure C. Wiring 9. Engine temperature d. Coil e. Corrosion 11. OTHER 5. EXHAUST SYSTEM a. Leaks b. Condensation C. Turbo charger d. Flex pipe e. Rain cap NOTE: THE CITY SHALL BE f. Muffler NOTIFIED IN WRITING OF ANY CHANGES MADE TO THIS LIST 6. HOUSING/DOORS a. Hinges b. Panels C. Fit d. Leaks Page 1 of 1 I"!ROUNDOCK,TEXAS on.PROSPMly CITY OF ROUND ROCK,TEXAS INVITATION FOR BID ADDENDUM GENERATOR MAINTENANCE& REMEDIAL SERVICE IFB No. 05-018 Addendum No. 1 Date of Addendum: June 1. 2005 The following items in the IFB identified above have been changed: 1. Revised bid sheet to include two generators at the water treatment plant. It shall replace original pink. 2. Paragraph 7.1 of Part 111,Specification, (pg 9 of 11)shall read as follows: Check fuel level and drain separator and change fuel as applicable. 3. Paragraph 7.4 of Part 111,Specification, (pg 9 of 11)shall read as follows: Analysis on oil,fuel and coolant. 4. . Paragraph 7.7 of Part III of the Specifications (pg 9 of 11)shall read as follows: Load Test: A minimum two-hour load bank test shall be performed on each of the generators at the time of the annual maintenance, unless otherwise noted on the IFB. Load bank equipment rental costs and personnel costs shall be included. 5. Paragraph 8.1.6 of Part III of the Specifications (pg 9 of 11)shall read as follows: Be at location of required service within two hours after notification by City. All other terms and conditions of this IFB and specifications remain unchanged. Approved by z4v_ By the signatures affixed below,Addendum No. 1 is hereby incorporated into and made a part of the above referenced IFB. ACKNOWLEDGED Vendor Authorized Signature Date RETURN ONE COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE, CITY OF ROUND ROCK WITH YOUR SEALED BID. FAILURE TO DO SO MAY CONSTITUTE GROUNDS FOR REJECTION OF YOUR BID. BIG TAB IVENDOR VENDOR VENDOR VENDOR NUMBER: 03418 AUSTIN GENERATOR SRVC CUMMINS SOUTHERN FLEET MAINT CLIFFORD POWER 61712008 3:PM it MAHTENANCE DELIVERY: 30 DELIVERY: DELIVERY: DELIVERY: TOTAL: $20,620.00 TOTAL: $17,429.00 TOTAL: $20.327.00 TOTAL: $30,618.00 Item Bid Items QTY Unit$ Extended Unit$ Extended Unit$ Extended Unit$ Extended FIRE NO.2 _1_ _-- PM --------------- -- 3 123.00 _$369.00 $155.00 $465.00 100.00 $300.00 $1_8_5._00 _ $555.00 - -- - ------- - - --------- ---------- �- ---- _ 0 --- - . -----48 --- - ----- - ----------- 5 - _ 1 624.00 624.00 ---�- -- $ 6.00 _$486.00 7 . 70, 0 $1,023.00 $1,023 00 RTS FOR AM $98,00 8 j1�3'____ -' _____ _ .90�S $0 00 2 FIRE NO.3 ------- _---PM ----------------- -----3___-- _123.00 _ _$369.00 $155.00_ _ _ $465.00__ 100.00 $300.00 $185.00 _ $555.00 -------- _ AM _ -___-- _ _--- 1 543.00 _ $543 00 -- -$430.00 $430 00 .00 $00- - -$798.00_ _ $798.00 RTS FOR AM - ---- -120.00 - ----- i' - -- 79.00 - ------M.Do -- 6 -- ----- - - $0.00 $0.00 3 FIRE NO.4 _--- ----PM---------------- - ----3 __-- 123.00_ $369.00 $155.00 $465.00 $100.00 ,00 _ $185.00 $555.00 _----- - AM _--___-- - -- 1 548.00 ---- $u8.00--- -- _$430.00--- ---3430.00---- $475,00 75.00 $798.00_--- $798.00 PARTS FOR AM -1 --- -120�0 --� "S�.W--� -$79.00 - -- - �-- OQ - --�-- - $0.00 $0.00 4 FIRE NO. 5 __-- -- PM---------------- - ----3___-- 123.00 $369_00_ _ $155.00 $465.00 _ $10000 $300. $185.00 $555.00 -----PART AM "--- - 1 --- 809 $609 QO ---- _ _$430.00_- -__ _$430 00__ 75.00 5 -- _$943.00_ $943.00 S FOR AM --- --- 1 180.00 -M.M- $79.00 x T 132.00 $0.00 $0.00 5 FIRE NO.6 -------- --- PM $1 - --------------- ----3 __-- _123.00 $369.00 $155.00 $465.00 0000 -.--.-$300.00 _ $185.00 _ $555.00 -------- - -AM - --_-_-- __-- 1 824.00 ---------M4.00 -- - -$486.00--- ---$486 00-- - 5D0� T3,00 _$1,023.00 $1,023.00 PARTS FOR AM- -1----- --230.00 - --- ----- -$96.00 -- - ---- $135.00 113 - $0.00 $0.00 6 POLICE#1 PM ___________ ____ 3123.00 $369.00 $155:00 $465.00__ $100.00 $30000 $185.00 __ $555.00 AM 1---- 690.00 ---$690 00 ---------$5--0,2- -0-0-- ---$502 00 7500 $1,233. 00 $1,233.00 PARTS FOR AM ------ --- 1--- - -250.00 ---- ------ -$103.00- --- itf3'OS-- - -$ _ -- - -%a'w----- $0.00 7 POLICE#2 ____-- -____PM --------------- - -----3___-- 123.00 $369.00 $155.00 $465.00 00 ,00 $185.00 $555.00 _--- AM 1 599.00 2599 00 - ---$502.00 ---$502 00---- :4:!5'l#- $1,233.00 $1,233.00 PARTS FOR AM--------- -- 1 150.00 ---- - -$103.00- - ----$iif3'OS- - --- $0.00 -- $0.00 8 ENTRAL FIRE $185.00 --__ -__ PM 3123.00 $369.00 $155.00 $465.00 $1-00.00 00 _ $860.00 _ $2,580.00 __-- - ----- AM ------ ---- 1__-- _ 599.00 -- -{)0 --- ---$437.00-- - $437 00-- - $475.00 75.00�- $179_.00 $179.00 PARTS FOR AM T5u.ff-150.00- --- 33 ------ -$79.00--- -� $�19: - --- $1 0-- QW-_- $13100--- $131.00 BID TAB IVENDOR VENDOR VENDOR VENDOR NUMBER: 0"1$ AUSTIN GENERATOR SRVC CUMMINS SOUTHERN FLEET MAINT CLIFFORD POWER $l7 AN 3:PM ft MAINTENANCE DELIVERY: 30 DELIVERY: DELIVERY: DELIVERY: TOTAL: $20,630.00 TOTAL: $17,429.00 TOTAL: $20,327.00 TOTAL: :30,618.00 Item Bid Items QTY Unit Extended Unit S Extended Etdsd Unit Extended 9 UB WORKS - PM _ _ _3_ 123.00 __ __$369.00 _ $15_5.00_ _ $4_65.00_ $100.00 $300.110 $185.00 $555.00 -__-_-- ---- AM --------- ----1_--- 814.00 _ X814 00 � 9.00 $489 00 75.00 75 --� --$1_233.00 $1,233.00 PARTS FOR AM 1 180.00 BIAS' -79;00 -s"70-R1- - 1,t - '.-- - - $0.00-__ $0.00 10 HILTON -------- _____PM------------------------3 _-- _123.00 $369.00 $155.00 $465.00__ $200.00 $800.00 $185.00 $555.00 __--_ AM __ 1 369.00 --- 1369 60-----------236.06--- ---$236 00 306.00- ---$M.00 - -- $645.00_ $645.00 PARTS FOR AM- ------ -----1----- '275.00- ---- �'7a�IAS-----------woo - -- tf6----- ""$,1 5`66 ----� -- -- $0.00 $0.00 11 PARNOUSTY __-- PM 3 3123.00 _ $369.00_ $155.00 $465.00 $200.00 $800.00 $185.00 $555.00 AM 1 8800 389 00 -- - -$163.00--- ---$163.00-_--- 00 - 00 -- -$585.00-�- $585.00 ----- - - - - - -----------------------------------------PARTS FOR A -1---- ---- - --- "$403.00- - ---$iIf3:8Zf -� '"- -" 00 --- $O:OZf- - $0.00 12 TREVINO _--- ----PM----------------- ----3 _-- 123.00 $369.00 $155.00 $465.00__ $200.00 $80000 $185.00_ _ $555.00 _--_-- - AM -------- - ---- 1 -328.00 --- $328 00 '-- --$162.00--- ----$162 00 .00 _ 85..E-- - $530.00_ _ $530.00 PARTS FOR AM 1---- '150.00 ---- ---- - -$9B;0---------- f - - 1�I8: ""-'�fi��"'- - - $0.00 $0.00 13 BAY HILL ----- ----AM--------_------- --- 3 __-- _123.0_0 _---_$369.00 --- - $155.00-- - _$465.00_ - -_ $166.x_ - $496.00 _ ---$185.00 $555.00 ___-- ________ _____1__ 328.00 $328.00 -$169.00 $169 00 ,290~00 �. � - $555.00_ $555.00 PARTS FOR AM 1 --- --180.00 - ---- -$96.00 ---- $.tAs- -- $5{8;00- '$'I` - - $0.00 $0.00 14 KE G-TOWN --__ ____AM_ _______________ ____ 3 --- 123.00 ---_$369.00 -- - $155.00- --_$465.00_ $340 -00 $1,020.00 -_ _ _$185.00 _ $555.00 ____-- - - -1 656.00 656 00 $357.00 $357.00 00 _ .850.00_ $1_065.00 $1,065.00 PARTS FOR AM- ----�-- ----1---- -1,176.00 �,TYb`IAS- - $433.00- ----$43'3:bIT---- 710. - $0.00 $0.00 15 STONE OAK --- ---- ____ PM ----------------- -----3--__ -- ------ $369 00 $155.0_0 $465.0_0 $210.00 $630.00 $185.00 $555.00 ---_ AM ______-- 1 328.00- ---� 328.00 ---- ---$162.00- -- $162 00 --- $28'�00 .00 -_- --_- $555.00_ $555.00 PARTS FOR AM --- 1---- --180.00 -------STRUM----- -$96;00 - -- - - - 0`0 '$T h7r-" $0.00 $0.00 ND TAB IVENDOR VENDOR VENDOR VENDOR NUMIM: 06-018 AUSTIN GENERATOR SRVC CUMMINS SOUTHERN FLEET MAINT CLIFFORD POWER . 8/7/2006 3:PM It MAINTENANCE DELIVERY: 30 DELIVERY: DELIVIERY: DELIVERY: TOTAL: $20,620.00 TOTAL: $17,429.00 TOTAL: $20X27.00 TOTAL: $30,618.00 Item Bid Items QTY Unit$ Extended Unit$ Extended Unit Unit$ Extended 16 IATER PLANT __-- _-- PM ----------------------3 _-- 123.00 $369.00 $155.00 $465.00 $150.00 $185.00 --- $555.00---- - -- - ------- --- - -------------------- .06------ ---------------- AM 609.00 $609 502.00 ------ -��------ ---- ----PARTS OR AM- ------- ----1----- "1I Z .._ - --- $ _ $502.00 _ .00 a10 _ _ $860.00_ _ $860.00 - - - _ N - -- -' - - --- i o3:00--- - -- iU3.�f_ _ $` ou $0.00 17 FATER PLANT -------- _-- PM -------------- ---- 3 _-- 123.00 $369.00 $155.00 $465.00 $1510.00 00 _$185.00 --- -$555.00------ --- - AM- 00 ----$6t19 00 ---- -- -$475.00--------$475 00--- $'88 00 ro .00 $943:00--- $943.00 PARTS FOR AM- ----- ----- ---- -f8 - ---- �0 ----------- 96.00 -- --- - -- -"3 �5- --- B:DU- " $0.00 18 PR-REG HOURS 1 82.00 $82.00 $68.00 $88.00 $70.00 $70.W $78.00 $78.00 MINIMUM CHG 1 """""""""-" 1 19 -AFTER HOURS 1 $82.00102.00 $102.00 $117.00 $468.00 MINIMUM CHG 1 4 20 RGENCY-REG 1 2.00 $82.00 $68.00 $68.00 $85.00 $85.00 $340.00 MINIMUM CHG I 1 " " 4 21 RGENCY-AFTER 1 $82.00 $82.00 $102.W $102.00 $86.00 $85.W $85.00 340.00 MINIMUM CHG 1 """ 4 22 RIP CHARGE 36 22.00 $792.T 24.00 $884.00 56.00 $21- �-�-�- $100.00 3,600.00 0 DATE: October 7, 2005 SUBJECT: City Council Meeting - October 13, 2005 ITEM: *10.E.2. Consider a resolution authorizing the Mayor to execute an Agreement for the Purchase of Generator Maintenance and Service with Austin Fleet Maintenance dba Fleet Maintenance of Texas. DeRartment: Engineering & Development Services Staff Person: Larry Madsen, Building Construction Manager Justification: Invitation for proposals for generator maintenance and service were advertised and received. Four proposals were received and Fleet Maintenance of Texas was selected as the best proposal by members of the user departments within the city. Maintenance and service will be provided for seventeen emergency generators located at city buildings and pump stations. These generators provide emergency electrical power for Fire Stations, Police Department, Public Works, Water Plant and pump lift stations. The contract is for one year and may be renewed for up to four successive terms. Funding: Cost: $20,327 Source of funds: General Obligations Budget Outside Resources: N/A Public Comment: N/A EXECUTED DOCUMENT FOLLOWS r CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF GENERATOR MAINTENANCE AND SERVICE FROM AUSTIN FLEET MAINTENANCE dba FLEET MAINTENANCE OF TEXAS THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENT: COUNTY OF WILLIAMSON § That this Agreement for purchase of services relating to on-site preventive maintenance and remedial service by trained technicians for generators at various locations within the City of Round Rock, Texas, and for related goods and services, referred to herein as the"Agreement," is made and entered into on this the 1S day of the month of 00—TO 86R, , 2005, 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 AUSTIN FLEET MAINTENANCE dba FLEET MAINTENANCE OF TEXAS, whose offices are located at 4800 East 7th Street, Austin, Texas 78702, referred to herein as the "Vendor." This Agreement supersedes and replaces any previous agreement between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to purchase services relating to on-site preventive maintenance and remedial service by trained technicians for generators at various locations within the City of Round Rock, Texas, and City desires to purchase same from Vendor; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and services, and City has selected the Bid submitted by Vendor; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specified goods or services and Vendor is obligated to sell specified 00090796/jkg > r goods or services. The Agreement includes the following: (a) City's Invitation for Bid designated as IFB 05-018, Specification Number 00-936-39-02 revised May 2005; (b) Vendor's Response to IFB; (c) the contract award; and (d) any exhibits, addenda, and/or amendments. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Purchaser's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties,Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force 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 mean the specified supplies,materials, commodities, or equipment. F. Purchase Order means an order placed by City's Purchasing Office for the purchase of goods or services, written on City's standard Purchase Order form, and which when accepted by Vendor becomes a contract. The Purchase Order is Vendor's authority to deliver and invoice City for goods or services specified, and City's commitment to accept the goods or services for an agreed-upon price. G. Services means work performed to meet a demand; and the furnishing of labor, time, or effort by the Vendor involving delivery of any specified end product or service; and Vendor's ability to comply with promised delivery dates, specifications, and technical assistance specified. H. Subcontractor means any person or business enterprise providing goods, labor, and/or services to Vendor if such goods, equipment, labor, and/or services are procured or used in fulfillment of Vendor's obligations arising from this Agreement with City. I. Vendor means Austin Fleet Maintenance dba Fleet Maintenance of Texas, or any successors or assigns. 2 . 1 2.01 EFFECTIVE DATE, INITIAL TERM,AND ALLOWABLE RENEWALS 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 or extended as provided herein. B. The initial term of this Agreement is for twelve (12) months from the effective date hereof. After that initial term, this Agreement may be renewed for successive terms of twelve (12) months each, not to exceed in the aggregate four (4) such renewals, with such renewals to occur on or before the expiration date of the preceding term, and with such renewals being absolutely predicated upon the express written agreement of both parties. Such renewals are permitted only provided Vendor has performed each and every contractual obligation specified in this original Agreement. C. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor as the integrator of choice to supply the goods as outlined in IFB 05-018, Specification Number 00-936-39-02 revised May 2005, and Response to IFB submitted by Vendor, all as specified in Exhibit "A" attached hereto and made a part hereof for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Vendor in its Response to IFB. 4.01 ITEMS AWARDED All bid items on Exhibit "A" are awarded to Vendor. The goods and services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 5.01 COSTS Bid costs listed on Exhibit "A" shall be the basis of any charges collected by Vendor. The parties hereto specifically agree that prices for this Agreement shall be at original prices, terms, and conditions plus any properly approved changes. 6.01 PRICE ADJUSTMENT City may permit "unit price" adjustments upward or downward when correlated with the price index specified in this Agreement and exhibits. The baseline index shall be the index announced for the month in which the solicitation was opened. Unit prices may be adjusted for each renewal period in accordance with changes in index. The allowable percent change shall be calculated by subtracting the baseline index from the index announced for the month in which 3 the renewal option is exercised and dividing the result by the baseline index. The allowable percent change shall be rounded to the nearest one-hundredth of one percent and shall be the maximum unit price adjustment permitted, except that Vendor may offer price decreases in excess of the allowable percent change. 7.01 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 D. Delivery dates. 8.01 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 services 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. 9.01 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 a late fee of one percent (1%) for payments not made in accordance with this Prompt Payment Policy; 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 concerning the supplies, materials, or equipment delivered or the services performed which causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between any of the parties and subcontractors or between a subcontractor and its suppliers concerning supplies, materials, or equipment delivered or the services performed which causes the payment to be late; or 4 D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 10.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 12.01 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Vendor shall meet all requirements as stated in the attached IFB 05-018 and in Vendor's Response to IFB. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: Pete Dominguez Property Management Coordinator Round Rock Public Works Department 2015 Lamar Street Round Rock, Texas 78664 512-341-3144 pdominguez@round-rock.tx.us 15.01 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 5 16.01 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 re-advertisement of the service and may not be considered in future bids for the same type work unless the scope of work is significantly changed. 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. 17.01 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. 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 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. 18.01 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, 6 legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES 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. 20.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be 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: Austin Fleet Maintenance dba Fleet Maintenance of Texas 4800 East 7th Street Austin, TX 78702 Notice to City: Assistant City Manager Stephen L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock,TX 78664 7 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions of this Agreement, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. 24.01 DISPUTE RESOLUTION If a dispute or claim arises under this Agreement, the parties agree to first try to resolve the dispute or claim by appropriate internal means, including referral to each party's senior management. If the parties cannot reach a mutually satisfactory resolution, then and in that event any such dispute or claim will be sought to be resolved with the help of a mutually selected mediator. If the parties cannot agree on a mediator, City and Vendor shall each select a mediator and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney fees, associated with the mediation shall be shared equally by the parties. 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. 25.01 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. 8 26.01 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 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 Austin Fleet Maintenance dba Fleet Maintenance of Texas By: By: >10M, Aweff, Mayor Title: r ate Signed: — 4 Date Signed:Q 151OD Attest• By: . Christine R. Martinez, City Secretary Approv d s to Form: By u L . 4, StepharAL. Sheets, City Attorney 9 •UOLUSAGUUa lU:1U Y'AA 01ZZ1ti'/UZ8 CURR PURCHASING EXHIBIT INVITATION FOR BID(IFB) b CITY OF ROUND ROCK PURCHASING OFFICE 221 E.Main Street a "Air Round Rock,Texas 78664-5299 BIDS ARE DUE TO THE PURCHASING OFFICE I BIDDING INFORMATION: AT THE ABOVE ADDRESS BEFORE BW FACIMILE RESPONSES GENERATOR MAINTENANCE 3 REMEDIAL SERVICE OPENING TIME. S>iALL NOT BE ACCEPTED BID NUMBER 05-018 OPENING DATE: 6/7/2005 at 3:00 P.M. BID LOCATION: 221 E.Main Street,Council INVOICE TO: Chambers,Round Rods,TX 778664 City of Round Rock SWW an OPERaie DATE a RETURN SIGNED ORIGINAL AND ONE COPY OF BIO Accounts Payable BID NUelEI1 N UXMM W" 221 East Main Street HAM CORNER OF SEAM BID INNER s 4ALL SIGN BELOW Round Rode, Texas 786645299 ENVELOPE a allow RETURN Fagan to sign bid will dlSquagy bid ADDIMM OF MIMIC FIRM. t.ka105 Autladtd slgrnabrs BID F.O.B.DESTINATION.FREIGHT PREPAID AND Q f ya �jj„en J� Date ALLOWED UNLESS OTHERWISE SPECIFIED BELOW Prriinnt Nvawrumwer DESTINATION: See 1.7 of B Instn� ws on Page 3 TAX ID NO.: - S� Lj City of Round Rock LEGAL BUSINESS NAME: . f h Various Locations ADDRESS: }� �fie 2 IT ONTACT: er MAN' r'uk,i ELEPHONENO:: ��. 3 �USINESS ENTITY TYPE: or E e signature hereon affixed,the bidder hereby certifies that neither the bidder nor the entity represented by the bidder,or anyone acting for suc h has violated the antitrust laws of this State,codified in Section 15.01 et seq.,Texas Business and Commerce Code,or the Federal anthrust laws,no unkated di or indirectly,the bid made to an com titor or any other person engaged In such line of business.". Bidder a rees to comply with all conditions set forth below in this This Is for a five year agreement with two 12-month renewal options for generator maintenance and remedial service i 00-936-39-02, ren accordance with spe�ificatian No revised 5-2005 14 The quantitites shown are estimates for a twelve month period only. No guarantee of any miniumum Of maximum purchase is made or implied. The d WAR order the amount needed to sada eratin uiremenis. 7ITEM# CLASS i ITEM DESCRIPTIONQTY UNR MAKEAND 936.38 UNI EXTENSION MODEL PRICE t GENERATOR FIRE STATION 2 QUARTERLY(PM) 3 QTR 00.r ANNUAL MAINTB LOAD TEST(AM) 1 QTR 1-11 PARTS FOR AM I EA 2 GENERATOR FIRE STATION 3 QUARTERLY(PM) 3 QTR ANNUAL MAIN T6 LOAD TEST(AM) 1 QTR PARTS FOR AM I EA 3 GENERATOR FIRE STATION 4 QUARTERLY(PM) 3 QTR O ANNUAL MAINTB LOAD TEST(AM) 1 QTR PARTS FOR AM I EA 4 GENERATOR FIRE STATION 5 QUARTERLY(PM) 3 QTR ANNUAL MAIN TA LOAD TEST(AM) 1 OTR PARTS FOR AM 77 I � 5 GENERATOR FIRE STATION 6 QUARTERLY(PM) 3 QTR ANNUAL MAINT6 LOAD TEST(AM) I QTR 7-5 PARTS FOR AM 1 EA 6 GENERATOR POLICE DEPT 1 QUARTERLY(PM) 3 QTR ANNUAL MAINT8 LOAD TEST(AM) I QTR PARTS FOR AM I 1 of 4 (;!I I G%it�tiC Uo/UJ9ZVU3 1U:11 .4AA D1ZZ18'/UZ8 CORK PURCHASING X004 f ITEM# CLASS&ITEM DESCRIPTION QTY UNITMAKE AND UNrT EXTENSION 936-39 MODEL PRICE 7 GENERATOR POLICE DEPT 2 QUARTERLY(PM) 3 QTR 000 ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 131 131 6 GENERATOR CENTRAL FIRE QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 9 GENERATOR PUB WKS1 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FORAM 1 EA 10 GENERATOR HILTON QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA 11 GENERATOR CARNOUSTY QUARTERLY(PM) 3 QTR '] ANNUAL MAINT(AM)NO LOAD TEST 1 GTR �v D PARTS FOR AM 1 EA 12 GENERATOR TREVINO QUARTERLY(PM) 3 OTR d ANNUAL MAINT(AM)NO LOAD TEST I QTR b 5 PARTS FOR AM t EA 5 J 13 GENERATOR BAY HILL QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA 14 GENERATOR LAKE G-TWN QUARTERLY(PM) 3 OTR 0 ANNUAL MAINT(AM)NO LOAD TEST t OTR PARTS FOR AM 1 EA 15 GENERATOR STONE OAK QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST t QTR PARTS FOR AM 1 EA 16 GENERATOR WATER PLANT QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 17 GENERATOR WATER PLANT QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 10,j, 18 LABOR RATE-REG HOURLY RATE 1 HR MINIMUTTRIP CHANGE-OF ANYOF HOURS # �� R RATE-AFTER HOURS RATE 1 HR MUM CHANGE IF ANY OF I HOURS $5 RGENCY-REG HOURLY RATE t HR UM CHANGE IF ANY OF 1 HOURS Jv( a GENCY-AFTER HOURS RATE 1 HR Q 5 UM CHANGE(F ANY)OF HOURS UJ CHARGE 36 EA : IT IS UNDERSTOOD BY BOTH PARTIES THAT ASINGLE TRIPOT MILAGE WILL BE INVOICED BY SUPPLIER PER SERVICEFOR THE UFE OF THIS CONTRACT. THIRTY-SIX(36)TRps IS AN ESTIMATE AND USED FOR BUDGETING PURPOSES ONLY. :1 eneratDr Serviced-1 trip ch e;3 generators serviced-1 trip charge GRAND TOT DELIVERY IN DAYS 2of4 REFERENCE SHEET Please Com fete and Return This Form with the Solicitation Res onse SOLICITATION NUMBER: IFB 05-018—Generator Maintenance $Remedial Service BIDDER'S NAME:�Gzf /yf,¢ ,,e DATE: Provide the name, address, telephone number and point of contract of at least three firms that have utilized similar service for at least 2 year. References may be checked prior to award. Any negative responses received may result in disqualification of bid. 1. Company's Name ��U Name of Contact Title of Contact ~ Present Address h f!!� City, State, Zip Code ` .N v � �0� 2 Telephone Number 512) A17/- o// 3 Fax Number( S/2) ll 3-701.2 2. Company's Name 1111,�ll 11, ]1 1141111, IIE Ill illi,11111 1 Name of Contact l Title of Contact lot lop Present Address S City, State,Zip Code Telephone Number (S72, ) L 20rSI Fax Number( 2 ) G7 3. Company's Name 0-5 Name of Contact Thle.of Contact ti ES Present Address- -Z" City,State,Zip Code �~ h Telephone Number (�/2�),.. Fax Number(�-/2 ) 71/4 4. Company's Name Name of Contact Title of Contact Present Address City, State,Zip CodeAlai �Stare� v ' ZOff Telephone Number } !'l ( ) Fax Number ) 5. Company's Name 01 ~/0 Name of Contact a' GA er h Y Gc> Title of Contact le Al Present Address Z Z City, State,Zip Code � • eiCt Telephone Number ( s p8w 114m4e•r c3Z2. -3322 Fax Number( Sj.L) 3 27 ASN FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION Zy`r 33sr AUTOMATICALLY DISQUALIFY THE RESPONSE FROM ii 21 ON FROM AWARD. ONSE MAY Reference Sheet Page 4 of 4 Dated:05//2005 06/03%2005 10:10 FAX 5122187028 CORR PURCHASING 10001 "UND R(XK, TEXAS PURPOSE,.PASSION.PROSPERITY. FAX COVER SHEET DATE: 6-1-05 ATTENTION: BOB FRANKS COMPANY: FLEET MAINTENANCE OF TX FAX #: fir $:Sg6••gAA0 �-� TOTAL PAGES (INCLUDING COVER SHEET): 4 FROM: Carolyn Brooks (5121 218-5457 DEPARTMENT: Purchasing COMMENTS: THIS FAX IS AN ADDENDUM TO IFB.05-018 FOR GENERATOR MAINTENANCE AND REMEDIAL SERVICE. PLEASE CONTACT ME WITH OTIESTIONS. Please call if you do not receive all the pages. City of Round Rock . Purchasing Office- 2nd Floor 221 East Main Street Round Rock, Texas 78664 Fax: (512) 218-7028 00/W2005 10:10 FAX 5122187028 CORR PURCHASING 1@002 ROUND ROCK,TEXAS ►MOX AaoSP.ERIIY. CITY OF ROUND ROCK,TEXAS INVITATION FOR BID ADDENDUM GENERATOR MAINTENANCE& REMEDIAL SERVICE IFB No. 05-018 Addendum No. 1 Date of Addendum: June 1. 2005 The following items in the IFB identified above have been changed: 1. Revised bid sheet to include two generators at the water treatment plant. It shall replace original pink. 2. Paragraph 7.1 of Part III,Specification, (pg 9 of 11)shall read as follows: Check fuel level and drain separator and change fuel as applicable. 3. Paragraph 7.4 of Part III,Specification, (pg 9 of 11)shall read as follows: Analysis on oil,fuel and coolant. 4. Paragraph 7.7 of Part III of the Specifications (pg 9 of 11)shall read as follows: Load Test: A minimum two-hour load bank test shall be performed on each of the generators at the.time of the annual maintenance, unless otherwise noted on the IFB. Load bank equipment rental costs and personnel costs shall be included. 5. Paragraph 8.1.6 of Part III of the Specifications(pg 9 of 11)shall read as follows: Be at location of required service within two hours after notification by City. All other terms and conditions of this IFB and specifications remain unchanged. Approved by By the signatures affixed below,Addendum No. I-is hereby incorporated into and made a part of the above referenced IFB. ACKNOWLEDGE 4W s 6 Q� Vendor Authorized Signature to RETURN ONE COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE,CITY OF ROUND ROCK WITH YOUR SEALED BID. FAILURE TODO SO MAY CONSTITUTE GROUNDS FOR REJECTION OF YOUR BID. ' -7--14-05; 16:40 ;FLEET MAINTENANCE Ir 4800 East 70 Street Aw* Texas 78702 (512) 836-80010 To: Pete Dominguez 2185576 Fax Fran: Bob Franks 512.836.8000 Phone 512.385.0724 Fax Reference: Generator Techidd- ns Date 07/14/05 FLEET MAINTENANCE of TEXA S ha s served the equipmer t maintenance need,of Central Texas customers since 1969 andhas been.ocated at our current:ocation since 1977. FLEET MAINTENANCE of TEXAS pr)vides 24 emergency,generator service to Hays,Travis and Williamson counties. Generator Service Technicians Tom McCauley Senior Generator Technician 25 years generator s rvice experience, 20 years USMC'elec tronics experience Schools/Certifi,ado is:Cummins,Chian,Lohler,Lincoln,Miller Ricky Evans Senior Generator Technician 28 year generat x experience Schools and Certifications: Cummins,Chi-in Ken Adams Senior Generator Technician 7 years generator ex mrience 20 years Air Fo rce Generator/Ground Sup port Technician Schools/C:ertifiratio is:Chan,Lincoln,Mi aer,Generac,Briggs&Stratten Slade Smith Junior Gencratc r Te imician 1 year generates-experience 18 years exluipn lent/ruck experience Schools/Certifi catic ns:Generac FROM :PROPERTY MAINTENANCE CORR FAX N0. :512-218-5576 Jul. 15 2005 02:10PM P2 y; + REFERENCE SHEET Pleast.0011110921810 and Return This Fo 71 wit he So c tat on es nse ' SOLICITATION NUMBER; IFB 05-p18--GV19ratOLMaintenance & a Se ce BIDbER'S NAME: �� ,g, ��,� DATE: or Provide the name, address, telephone number Ind point of contract of at least three firms that have utilized es received service for u feast 2 year. References may be checked prior to award, Any negative responses received may result In disqualification of bid. 7• Company's Name /. Name of Contact Title of Contact Present Address golt� Eisl,v City, State.Zip Code Telephone Number 70-7/ 2 Ss•2 /'� ou 3 Fax Number( Sy2) 7 7o v 2. Company's Name lei Name of Contact °\' Title of Contact Present Address r � City, State,Zip Code Telephone Number (yam ) • Fax Number 3• 2 Company's Name ( 7 —_Z?Z O 01* Name of Contact t Tttle.of Contact , •��`� Present Address tx City, State,Zip Code `j Telephone Number 4. Company's Name Name of Contact Title of Contact Present Address City, State,Zip Code SC Telephone Number Fax Number{ 5. Company's Name ~� Name of Contactk' Title of Contact C i' N At Present Address Z City, State,Zip Code Telephone Number ( s y) /1Bw Arr,�, .•,et�k.-i�,��� 322. "3322. Fax Number( LURE TOROVIDE TH RE UlREb N OR A OZ W 2 yK 335 . UTO RTIC LL D SQUgt,tFY HE RESp NSE FOM CONS(; E SOLICPi•ATIO RESpO SE MA T O t= O AW RD. Reference sheet Pago 4 of a Dated:05//2005 07/15/2005 FRI 14:10 ITX/RX NO 82291 ID002 uo/14/z0fab 12:28 61 Jun 10 OS 03:33p RRFD KUT RADIO DA/r Al)�A7 Logistics PAGE 81/82 5126712780 Remix Dft 1e� sot,K•���---- _Fax: 2-471- ,Dear Sir oz 11'adva: REFERENCE QUESTIONS BWder: Skider hft fisted�as a ree -. iia._ _ andAddnWldW mould like Cay OfRoa.a RQ4* kerma . 4 T City: --- sate: 7870 �•e: Bloob w w;th aye Bidder?, KvZ' ,se. 1, 2 flow world etc....}? 1 YM rate xrvicx 3-----4 3. Now do �- 4 M��5 worst S�omer , being 0best) s8 want S being � ace Fi'01'ide?l 2 � s " Yong&ct is Type equ*nwM 1 JOa and iced by bidder? S. How long in the rdatiyp? Haw�„y T,. �+EA s 6. (1 bean g or wmad You nft the�elatio��p? 1 2 / 7. What i ----"'_- _---_ Your iamWm°t wkh tbie Bidder? L niMnn Jut m LUUSt: b:L4fM RFItAAJ MUIUAI INN 512671E780 RV. /U3 C. I p- 1 Round Rock Fire ]Department 203 Commerce Blvd. Round Rock, Texas 78664 J1me 10,2005 ATN:Catharine Brown 221 W.0 Suw Ausfm,TX 78701 (512)322-3322 or(512)224-3322 FAX(512)322-3394 or 244-3355 Pkase trice tune to Tilt out the xaxcb*d ewoaeer s"CD sm "eY. whey completed,plow fu bw*to 3]2fi7 1 27x0. ThankM Chain L Numb Lo �y5go RECEIVED TIME JUN. 10. 3:50PM Jun 10 05 03.52p RRFn Logistics 5126712?80 p. 2 Rcfcxence Muni-lr(edia C.�.rk•s Datc 4-10-OS_ ----------- Phont. 12-3'71-7100 Fax: 71-71 I4 SOUMATIO REFEI2L4NCE4 QUESTIONS Dear Sir or Madam- She following Bidder has listed YOU a-"a reference and the City of Round Rock would like your opinion. Bidder: Austin Fleet Maintenance -DBA FlectlyUirmanci of Texas Gity: ';t State: TX. 7870' Representative: b Frankel-Sales.GeoN ~an ice l t its your relationship wjib tt,;t !3_:;�'•.,, IPrl�.t Ali t�.tes.rs 2. How would you cafe service(timeliness,K . rte....)-? 1 � � aintenznce,repairs,customer service. ..--..4 3 (1 being worst S being best) 3. �dowould you rate the prodaet Wvic c they provide a :! 2 (1 being worst 5 being best) —..____ 3 4 4. ktow much equipment in your fleet is maintained and scrvicLA by bidder? Type equipment ( rr/1x � , AWES low many �. S• How long in the relationship? b. How do or would you rak:the relationship? ] ^ z (t being worst S being best) — —4 5 7• 'What is yourinvestiment with the Biddcr? �F� INVITATION FOR BID(IFB) CITY OF ROUND ROCK PURCHASING OFFICE 221 E.Main Street Round Rock,Texas 78664-5299 BIDS ARE DUE TO THE PURCHASING OFFICE BIDDING INFORMATION: AT THE ABOVE ADDRESS BEFORE BID FACIMILE RESPONSES GENERATOR MAINTENANCE&REMEDIAL SERVICE OPENING TIME. SHALL NOT BE ACCEPTED BID NUMBER 05-018 OPENING DATE: 6/7/2005 at 3:00 P.M. 810 LOCATION: 221 E.Main Street,Council INVOICE TO: Chambers,Round Rock,TX 778664 City of Round Rock SNOW BID OPENING DATE s RETURN SIGNED ORIGINAL AND ONE COPY OF BID Accounts Payable 010 NUMBER IN LOWER LEFT 221 East Main Street HAND CORNER OF SEALED BID BIDDER SHALL SIGN BELOW Round Rock, Texas 78664-5299 ENVELOPE i SHOW RETURN Failure to sign bid will disqualify bid ADDRESS OF BOOING FIRM. Aultwded Signature Data BID F.O.B.DESTINATION,FREIGHT PREPAID AND ALLOWED UNLESS OTHERWISE SPECIFIED BELOW Print Name DESTINATION: See 1.7 of Bidding Instructions on page 3 TAX ID NO.: City of Round Rock LEGAL BUSINESS NAME: Various Locations ADDRESS: ADDRESS: CONTACT. TELEPHONE NO.: BUSINESS ENTITY TYPE: EeLntky signature hereon affixed,the bidder hereby certifies that neither the bidder nor the entity represented by the bidder,or anyone acting for such s violated the antitrust laws of this State,codified in Section 15.01 et seq.,Texas Business and Commerce Code,or the Federal antitrust laws,no icated directly or indirectly,the bid made to any Competitor or any other person engaged in such line of business." Bidder agrees to comply with all conditions set forth below in this IFB. This is for a five year agreement with two 12-month renewal options for generator maintenance and remedial service in accordance with specification No 00-936-39-02, revised 5-2005 14 The quantitites shown are estimates for a twelve month period only. No guarantee of any miniumum or maximum purchase is made or implied. The city will onl F order the amount needed to satisy 2mratingmuirements. .: ....+.0.1 ..r.... ... ... •:•.... 0...1 n...... '. , { .{9 :. ,, V REM I CLASS;ITEM DESCRIPTION QTY UNIT MAKE AND UNIT EXTENSION 936-39 MODEL PRICE 1 GENERATOR FIRE STATION 2 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) t QTR PARTS FOR AM 1 EA 2 GENERATOR FIRE STATION 3 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 3 GENERATOR FIRE STATION 4 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 4 GENERATOR FIRE STATION 5 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 5 GENERATOR FIRE STATION 6 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 6 GENERATOR POLICE DEPT 1 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 OTR PARTS FOR AM 1 EA 1 of 4 �•' ''..3.`;:.::;:�:^:}iii•• X•v'i:;qis .{n'{:�:i::{:•:i:: :rvit;{: .li�'i:;.rS:S✓S:\•:•n�::vF.:•}.•l..ii'?�:lr:} r:l: :.�::'• •:.}:S•:4.r :••!'i•''•.vr/i,..::itivv}i::r.}i.4:•:•}:4:{!::{:w.::[:::: +��*�!� Cr: •}lr}. .�{�iixr.:Yi•'M:.r '{i{S•N?:i3•S:}Q::::{}:::}:}1••;•::vY;:•:•. i•.'.}••.,ry ...?hit....£X744::Y•i.:;,::`:.,:2;�•ihri�Y'rr�':;}:.ty}•ryr,::un4{;:{;•r.':2{{:N•YS.•i'n ;;h,�i:'r+.:cSiSi�`i}y,•.?; •. '. ..•�`v,.,,•;• ITEMS CLASS&ITEM DESCRIPTION QTY UNIT MAKE AND UNIT EXTENSION 936-39 MODEL PRICE 7 GENERATOR POLICE DEPT 2 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 8 GENERATOR CENTRAL FIRE QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 9 GENERATOR PUB WKS 1 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 10 GENERATOR HILTON QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST I QTR PARTS FOR AM 1 EA 11 GENERATOR CARNOUSTY OUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA 12 GENERATOR TREVINO QUARTERLY(PM) 3 QTR ANNUAL MAINRAM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA 13 GENERATOR BAY HILL QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 14 GENERATOR LAKE G-TWN QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA is GENERATOR STONE OAK QUARTERLY(PM) 3 OTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA 16 GENERATOR WATER PLANT QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 17 GENERATOR WATER PLANT QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 18 LABOR RATE-REG HOURLY RATE 1 HR MINIMUM CHANGE(IF ANY)OF HOURS 19 LABOR RATE-AFTER HOURS RATE 1 HR MINIMUM CHANGE(IF ANY)OF HOURS 20 EMERGENCY-REG HOURLY RATE 1 HR MINIMUM CHANGE(IF ANY)OF HOURS 21 EMERGENCY-AFTER HOURS RATE 1 HR MINIMUM CHANGE(IF ANY)OF HOURS 22 TRIP CHARGE (NOTE: IT IS UNDERSTOOD BY BOTH PARTIES THATA SINGLE TRIP 36 EA AND NOT MILAGE WILL BE INVOICED BY SUPPLIER PER SERVICE TRIP FOR THE LIFE OF THIS CONTRACT. THIRTYSIX(36)TRIPS IS ONLY AN ESTIMATE AND USED FOR BUDGETING PURPOSES ONLY. e. .:1generator serviced-1 trip charge;3 generators serviced-1 tri char e GRAND IOTA DEUVERYIN DAYS 2of4 May 26, 2005 RE: IFB NO. 05-018 — Multi-year Agreement for Generator Maintenance and Remedial Service Dear Vendor, The City of Round Rock invites you to submit a bid for the above referenced solicitation. The City of Round Rock appreciates your time and effort in preparing this bid. Please note that all bids must be submitted in a sealed envelope marked " DO NOT OPEN — Bid — Generator Maintenance & Remedial Service" and received by the Purchasing Department, City Hall, 221 East Main Street, Round Rock, Texas, 78681 no later than 3:00 p.m. on Tuesday, June 7, 2005. Bids received will be opened and read aloud in _ the City Council Chambers. Pre-bid meeting and site visits are scheduled for Tuesday, June 1, 2005 beginning at 8:30 AM in the CORR Admin. Bldg., 221 East Main Street, Round Rock, TX. Site visits are expected to take most of the day(4-6 hrs). Thank you for your continued interest in doing business with the City of Round Rock. Carolyn Brooks, CPPB Purchaser (512) 218-5457 CMB/s Cc: file INVITATION FOR BID(IFB) CITY OF ROUND ROCK PURCHASING OFFICE 221 E.Main Street Round Rock,Texas 786645299 BIDS ARE DUE TO THE PURCHASING OFFICE BIDDING INFORMATION: AT THE ABOVE ADDRESS BEFORE BID FACIMILE RESPONSES GENERATOR MAINTENANCE&REMEDIAL SERVICE OPENING TIME. SHALL NOT BE ACCEPTED BID NUMBER 05-018 OPENING DATE: 6/7/2005 at 3:00 P.M. BID LOCATION: 221 E.Main Street,Council INVOICE TO: Chambers,Round Rock,TX 778664 City of Round Rock 3NOw Bw OPENING DATE a IRETURN SIGNED ORIGINAL AND ONE COPY OF BID Accounts Payable M NUMWR IN LOWER LM 221 East Main Street NAND CORNER OF SEALED BID BIDDER SHALL SIGN BELOW Round Rode, Texas 78664-5299 ENVELOPE A SHOW RETURN Failure to sign bid will disqualify bid ADDRE33 OF BIDDING FIRM. Authoded Signature Date BID F.O.B.DESTINATION,FREIGHT PREPAID AND ALLOWED UNLESS OTHERWISE SPECIFIED BELOW Print Name DESTINATION: See 1.7 of Bidding Instructions on page 3 TAX ID NO.: City of Round Rode LEGAL BUSINESS NAME: Various Locations ADDRESS: ADDRESS: CONTACT: TELEPHONE NO.: BUSINESS ENTITY TYPE: By the signature hereon affixed,the bidder hereby certifies that neither the bidder nor the entity represented by the bidder,or anyone acting for such entity has violated the antitrust laws of this State,codified in Section 15.01 et seq.,Texas Business and Commerce Code,or the Federal antitrust lam,no communicated directly or indirectly,the bid made to any competitor or any other person engaged in such One of business." Bidder agrees to comply with all conditions set forth below in this IFB. This is for a five year agreement with two 12-month renewal options for generator maintenance and remedial service in accordance with specification No 00-936-39-02, revised 5-2005 14 s The quantities shown are estimates for a twelve month period only. No guarantee of any miniumum or maximum purchase is made or implied. The city Will on order the amount needed to sans ratir uirements. ITEM 0 CLASS&ITEM DESCRIPTION QTY UNIT MAKE AND UNIT EXTENSION 936-39 MODEL PRICE 1 GENERATOR FIRE STATION 2 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 2 GENERATOR FIRE STATION 3 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 3 GENERATOR FIRE STATION 4 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM EA 4 GENERATOR FIRE STATION 5 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 5 GENERATOR FIRE STATION 6 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 1 of 4 },alr• •,Y:.,.;.w;ki:"•t,h°'.::x;•.t:v f,;•;::Y::;%:`t. f;:;ur;,�tQy{•,<.. •+:0: v.: - 7:;••'fl t:4i A::{:ii,}:;'i%•:�::' i:li.'iit'•:vY}ii /::::';rv:•:{;.i:kf..vv... ••{,tl•: :t:.... •S� 4 •. ♦`�'%�...:..x::•;.r�•:.tEc,.•:..�`�'�•'#,°•;�x.�r,.,;'•::cafz%t•3.$:a; :.:••.::;•:'::':s?::'aR�?Fz:'.. ��,��''��ss %'`4Rx;^•�•:^'',.':ai{rh�c ,tx.;;kx.-0�°. • .:.i5%!s•'. �:.. •:f,!. .::' tit.•;:: :•tyt$••r.t: t• ITEM CLASS&ITEM DESCRIPTION QTY UNIT MAKE AND r UNIT EXTENSION EXTENS MODEL PRICE 6 GENERATOR POLICE DEPT 1 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 7 GENERATOR POLICE DEPT 2 QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 8 GENERATOR CENTRAL FIRE QUARTERLY(PM) 3 QTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 9 GENERATOR PUB WKS1 QUARTERLY(PM) 3 OTR ANNUAL MAINT&LOAD TEST(AM) 1 QTR PARTS FOR AM 1 EA 10 GENERATOR HILTON QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO�LOADT 1 QTR PARTS FOR AM 1 EA 11 GENERATOR CARNOUSTY QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA 12 GENERATOR TREVINO OUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA 13 GENERATOR BAY HILL QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA 14 GENERATOR LAKE G-TWN QUARTERLY(PM) 3 QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA 15 GENERATOR STONE OAK QUARTERLY(PM) g QTR ANNUAL MAINT(AM)NO LOAD TEST 1 QTR PARTS FOR AM 1 EA 16 LABOR RATE-REG HOURLY RATE 1 HR MINIMUM CHANGE(IF ANY)OF HOURS 17 LABOR RATE-AFTER HOURS RATE 1 HR MINIMUM CHANGE(IF ANY)OF HOURS 18 EMERGENCY-REG HOURLY RATE 1 HR MINIMUM CHANGE(IF ANY OF HOURS 19 EMERGENCY-AFTER HOURS RATE 1 HR MINIMUM CHANGE(IF ANY)OF HOURS 20 TRIP CHARGE 36 EA (NOTE: IT IS UNDERSTOOD BY BOTH PARTIES THAT A SINGLE TRIP AND NOT MILAGE WILL BE INVOICED BY SUPPLIER PER SERVICE TRIP FOR THE LIFE OF THIS CONTRACT. THIRTY-SIX(36)TRIPS IS ONLY AN ESTIMATE AND USED FOR BUDGETING PURPOSES ONLY. e. .: 1 generator serviced-1 trip charge;3 generators serviced-1 tri cha e GRAND TOTA J—_ 1 2 of 4 DELIVERY IN DAYS BIDDING INSTRUCTIONS 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 shown. 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 property identified will be returned to bidder unopened. Late bids will not be considered. 1.4 Bid F.O.B.destination,freight,prepaid,E allowed unless otherwise specified on the IFB. If otherwise,show exact cost to deliver. 1.5 Bid unit price on quantity and unit of measure specified,extend and show total. In case of errors in extension,unit prices shag govern. Bids subject to unlimited price increase will not be considered. 1.6 Bid prices shag be firm 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 is offered will be taken if earned. 1.7 Bids shall give Tax Identification Number,fug name and address of bidder. Failum to sign will disqualify bid. Person signing bid shag show tittle and authority to bard signatories dual, firm in a contract. Firm name should appear on each page in the block provided in the upper right comer. Business Entity shall be one 1 of the following: shown on SocialSecuritySole Proprietorship. Estate/Trust,Corporation, Governmental. Non-profit, all others shag be specified. INDIVIDUAL: List name and number as qty and Tax �N PROPRIETORSHIP;List legal name followed by legal business name and Social Security Number. ALL OTHERS;List ftal name � n 1.8 Bid re aid or amended after opening time. Any Alterations made before opening time shall be initialed by bidder or an authorized agent. No bid can be withdaftler Waiting1.9 The 9 time without approval of the CITY based on a written acceptable reason. City is ween-0 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 to best serve the interests of the City,Split awards may be made attire sole discretion of the City. 1.11 Consistent and continued be 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 Invitation allows sufficient time for receipt of the preferred ail response. The City shall not be responsible for bids received late,illegible,incomplete,or otherwise non-responsive 2. SPECIFICATION: 2.1 Any catalog,brand name or manufacturer's reference used in IFB is descriptive only(not restrictive),and is used to indicate type and quality nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government Co other thanBbran on specified brands of Ikis daoff�thid Musudder s and complete s of product offered are requested to be made a part of the bid. If bidder takes no exceptions to specifications or reference required to furnish brand names.numbers,etc,as specified in the IFB. 2.2 All items bid shall be new,in first class condition. including containers suitable for shipment and storage.unless otherwise indicated in IFB. Verbal agreements to the contrary will not be recogrized. 2.3 Samples,when requested,must be furnished free of expense to the City If not destroyed in examination. Each example should be marked with bidders'name and address,Ci bid number and code. Do not encloseinor attach lo bid.will be returned to the bidder,on request at bidder expense. 2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of this IFB. 2.5 Manufacturers standard warranty shag appy unless otherwise stated in the IFB. 3. TIE BIDS: In case of be bids,the award will be made in accordance with Section 271.901 of the Texas Local Government Cade. 4. DELIVERY: 4.1 Bid should show number of days required to place material in Citys designated location under normal conditions. Faikue to state deliver time obligates bidder to complete with deliut out reason in fourteen(may removal from bid 'Inst.(See 24 followi14)calendar days. Unrealistically short or�ng.)dehvery promises may puss bid b be disregaMed. Consistent(allure to meet delivery premises 4.2 If delay is foreseen,contractor shag give written notice to the City. The City has the right to extend delivery date if reasons appear valid.Contractor must keep the City advised at all times of status of order. Default in promised delivery(without acceptable reasons)or failure to meet specifications,authorizes the City to purchase supplies elsewhere and charge fug Increase,if arty,in cost and handling to defaulting contractor. 4.3 No substitutions or cancellations permitted without written approval of the City. 4.4 Delivery shall be made during normal working haus only,unless prior approval for late delivery has been obtained from the City,unless otherwise specified in the IFB. 5. INSPECTION AND TESTS: AN goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have access to any suppliers place of business for the purpose of inspecting merchandise. Tests may be perbr ed on samples submitted with the bid or on samples taken from regular be bome shhipmererft. If the products tested fag to meet or exceed all conditions and requrternents of the specifications,the cost of the sample used and the cost of the testing shag risk erne by supplier Goods,which have been delivered rejected in whole or in part,may,at the Citys option,be returned to the Vendor or held for disposition at Vendors expense. Latent defects may result in revocation of acceptance. 6. AWARD OF CONTRACT: A response to an IFB is an offer to contract with the City basest upon the terms,conditions.and specifications contained in the IFB Bids do not become contracts unless and until they are accepted by the City through its designates and a purchase order is issued. The contract shall be the Charter of the City and the laws of State of Texas. All contracts are subject to the approval of the City Council. construed.and interpreted under 7. PAYMENT, Vendor shag 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 ASSIGNMENTS:Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract,which arise under the antitrust laves of the State 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 shag 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 certifies that: 10.2 The bidder has not given,offered to give,nor intends to give any time hereafter any economic opportunity,future employment,gift,loan gratuity special discount,tip,favor, or service to a public servant in connection with the submitted hid. 10.3 The bidder is not currently delinquent to the payment of any debt owed the City. 10.4 Neither the bidder ear the firth, corporation, partnership,or any entity represented by the bidder,or anyone acting for such firm,corporation,or entity has violated the antitrust laws of this State codified in Section 15.01 et.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 terms and conditions may result in disqualification of the bid(e.g.bids with the laws of a state ocher thanTe as references them on the front of this bid form. WARNING:Such City of Round Rock can on requirements for prepayment Limitations on remedies,etc.) The Submission of bids on forms other than City bid form may result n dimes a�conditions ns of its formal IFB:in particular,mag bidders affirmations and certifications must be induded. sone your bid. 12. INQUIRIES: Inquiries pertaining to bid invitations must give bid number,codes,and opening date. PAGE 1 OF 1 REV:04-04-05 3.0 y REFERENCE SHEET Please Complete and Return This Form with the Solicitation Response SOLICITATION NUMBER: IFB 05-018—Generator Maintenance&Remedial Service BIDDER'S NAME: DATE: Provide the name, address, telephone number and point of contract of at least three firms that have utilized similar service for at least 2 year. References may be checked prior to award. Any negative responses received may result in disqualification of bid. 1. Company's Name Name of Contact Title of Contact Present Address City, State,Zip Code Telephone Number ( ) Fax Number( ) 2. Company's Name Name of Contact Title of Contact Present Address City, State,Zip Code Telephone Number ( ) Fax Number( ) 3. Company's Name Name of Contact Title of Contact Present Address City, State,Zip Code Telephone Number ( ) Fax Number( ) 4. Company's Name Name of Contact Title of Contact Present Address City,State,Zip Code Telephone Number ( ) Fax Number( ) 5. Company's Name Name of Contact Title of Contact Present Address City, State,Zip Code Telephone Number ( ) Fax Number( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSERATION FROM AWARD Reference Sheet Page 4 of 4 Dated:05//2005 CITY OF ROUND ROCK SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 GENERATORS ON-SITE PREVENTIVE MAINTENANCE AND REMEDIAL SERVICE PART 1 GENERAL 1. PURPOSE: The City seeks to contract with a qualified bidder to provide all goods and services for on-site preventive maintenance and remedial service by trained technicians for generators at location(s)listed on Attachment A. 2. DEFINITIONS: The following definitions will be used for identified terms throughout the specification and bid document: 2.1. Bidder identified throughout this specification shall describe persons and entities that consider themselves qualified to provide the goods, equipment or services. 2.2. City—Identifies the City of Round Rock,Williamson and Travis Counties,Texas. 2.3. Agreement—A mutually binding legal document obligating the Vendor to furnish the goods, equipment or services,and obligating the City to pay for it. 2.4. Vendor—(Sometimes referred to as Contractor)A person or business enterprise providing goods, equipment, labor and/or services to the City as fulfillment of obligations arising from a contract or purchase order. 2.5. Goods represent materials,supplies,commodities and equipment. 2.6. Purchase Order-is an order placed by the Purchasing Office for the purchase of Goods or Services written on the City's standard Purchase Order form and which,when accepted by the Bidder,becomes a contract.The Purchase Order is the Bidder's authority to deliver and invoice the City for Goods or Services specified,and the City's commitment to accept the Goods or Services for an agreed upon price. 2.7. Services-work performed to meet a demand. The furnishing of labor, time,or effort by the vendor and their ability to comply with promised delivery dates, specification and technical assistance specified 2.8. Subcontractor-Any person or business enterprise providing goods, labor, and/or services to a Vendor if such goods,equipment, labor, and/or services are procured or used in fulfillment of the Vendor's obligations arising from a contract with the City. 3. CLARIFICATION: For clarification of specifications, bidders may contact: Carolyn Brooks, CPPB Purchasing Division City of Round Rock Telephone: 512-218-5457 The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to bid opening without written approval of the City of Round Rock through the Purchasing Division. Page 1 of 10 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 PART 11 GENERAL CLAUSES AND CONDITIONS 1. BID EVALUATION:All bids received shall be evaluated based on the best value for the City. Best value will be determined by considering all or part of the criteria listed, as well as any relevant criteria specifically listed in the solicitation. 1.1. Bid price 1.2. Reputation of the bidder and of bidder's goods and services. 1.3. The quality of the bidder's goods or services. 1.4. The extent to which the goods or services meet the City's needs 1.5. Bidder's past relationship with the City. All vendors will be evaluated on their past performance and prior dealings with the City to include, but not limited to,failure to meet specifications, poor quality, poor workmanship, late delivery. 1.6. The total long-term cost to the Municipality to acquire the bidder's goods or services. 2. BIDDER QUALIFICATONS: The opening of a bid will not be construed as the City's acceptance of such bidder as qualified and responsible. All bidders shall: 2.1. Be firms,corporations, individuals or partnerships normally engaged in the sale and distribution of commodity or provision of the services as specified herein. 2.2. Have adequate organization,facilities, equipment and personnel to ensure prompt and efficient service to the City. 2.3. Provide the name, address,telephone number and point of contract of at least three firms that have utilized similar service for at least 2 years and have. References may be checked prior to award. Any negative responses received may result in disqualification of bid. NOTE: REFERENCE FORM PROVIDED 2.4. Employee a minimum of two qualified technicians. Service technicians shall be fully qualified to work on the listed equipment and employed by the vendor on the effective date of the 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. - 2.5. Identify any subcontractors to be used for this project. Experience,qualifications and references of the subcontractors shall be submitted with response. The City reserves the right to approve or disapprove all subcontractors prior to any work being performed. 3. CONFIDENTIALITY OF CONTENT: Bids received are subject to release as public information unless the bid or specific parts of the bid can be shown to be exempt from the Texas Public Information Act. Bidders are advised to consult with their legal counsel regarding disclosure issues and take the appropriate precautions to safeguard trade secrets or any other proprietary information. The City assumes no obligation or responsibility for asserting legal arguments on behalf of potential Bidders. 3.1. If a Bidder believes that a bid or parts of a bid are confidential, then the Bidder shall so specify.The Bidder shall stamp in bold red letters the term "CONFIDENTIAL"on that part of the solicitation, which the Bidder believes to be confidential. Vague and general claims as to confidentiality shall not be accepted.All bids and parts of bids that are not marked as confidential will be automatically considered public information after the contract is awarded. 4. LABOR: The Vendor shall provide all labor and goods necessary to perform the project. The Vendor shall employee all personnel for work in accordance with the requirements set forth by the United States Department of Labor. Page 2 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 5. DAMAGE:The Vendor shall be responsible for damage to the City's equipment and/or property, the workplace and its contents by its work, negligence in work, its personnel and equipment. The Vendor shall be responsible and liable for the safety; injury and health of its working personnel while its employees are performing service work. 6. WORKPLACE:The City is committed to maintaining an alcohol and drug free workplace. Possession, use, or being under the influence of alcohol or controlled substances by Vendor, Vendor's employees, subcontractor(s)or subcontractor(s')employees while in the performance of the service is prohibited. Violation of this requirement shall constitute grounds for termination of the service. 7. 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 or administrative bodies or tribunals in any matter affecting the performance of the resulting agreement, including without limitation,workers'compensation laws, minimum and maximum salary and wage statutes and regulations,and licensing laws and regulations. When requested, the Vendor shall furnish the City with satisfactory proof of its compliance. 8. ABANDONMENT OR DEFAULT: A Vendor who abandons or defaults the work on the contract and causes the City to purchase the services elsewhere may be charged the difference in service if any and shall not be considered in the re-advertisement of the service and may not be considered in future bids for the same type of work unless the scope of work is significantly changed. 9. CODES,PERMITS AND LICENSES: The successful bidder shall comply with all National, State and Local standards,codes and ordinances and the terms and conditions of the services of the electric utility, as well as other authorities that have jurisdiction pertaining to equipment and materials used and their application. None of the terms or provisions of the specification shall be construed as waiving any rules, regulations or requirements of these authorities. The successful bidder shall be responsible for obtaining all necessary permits,certificates and/or licenses to fulfill contractual obligations (City of Round Rock fees and costs will be waived). 10. INDEMNITY: Vendor shall indemnify, save harmless and defend the City, its officers, agents, servants,and employees from and against any and all suits,actions,legal proceedings,claims, demands,damages, costs, expenses, attorney's fees and any and all other costs or fees incident to the performance of the resulting agreement and arising out of a willful or negligent act or omission of the Vendor, its officers, agents, servants and employees. 11. INSURANCE: The Vendor shall procure and maintain at its sole cost and expense for the duration of the contract or purchase order resulting from a response to this bid/Specification insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work as a result of this bid by the successful bidder, its agents, representatives,volunteers, employees or subcontractors. 11.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City before work commences. 11.2. The following standard insurance policies shall be required: 11.2.1. General Liability Policy 11.2.2. Automobile Liability Policy 11.2.3. Worker's Compensation Policy 11.3. The following general requirements are applicable to all policies: 11.3.1. Only insurance companies licensed and admitted to do business in the State of Texas shall be accepted. 11.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. Page 3 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 11.3.3. Claims made policies shall not be accepted,except for Professional Liability Insurance. 11.3.4. Upon request,certified copies of all insurance policies shall be furnished to the City 11.3.5. Policies shall include,but not be limited to,the following minimum limits: 11.3.5.1. Minimum Bodily Injury Limits of$300,000.00 per occurrence. 11.3.5.1.1. Property Damage Insurance with minimum limits of $50,000.00 for each occurrence. 11.3.5.1.2. 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 $50,000.00 for each occurrence. 11.3.5.1.3. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers Liability Insurance. 11.3.6. Coverage shall be maintained for two years minimum after the termination of the Contract. 11.4. The City shall be entitled, upon request, and without expense to receive copies of insurance policies and all endorsements thereto and may make reasonable request for deletion, revision,or modification of particular policy terms,conditions, limitations, or exclusions (except where policy provisions are established by law or regulation binding either of the parties hereto or the underwriter of any of such policies). Upon such request by the City,the Vendor shall exercise reasonable efforts to accomplish such changes in policy coverage and shall pay the cost thereof. All insurance and bonds shall meet the requirements of the bid specification and the insurance endorsements stated below. 11.5. Vendor agrees that with respect to the required insurance,all insurance contracts and certificate(s)of insurance will contain and state, in writing, on the certificate or its attachment,the following provisions: 11.5.1. Provide for an additional insurance endorsement clause declaring the Vendor's insurance as primary. 11.5.2. Name the City and its officers, employees, and elected officials as additional insured's, (as the interest of each insured may appear)as to all applicable coverage. 11.5.3. Provide thirty days notice to the City of cancellation, non-renewal, or material changes 11.5.4. Remove all language on the certificate of insurance indicating: 11.5.4.1. That the insurance company or agent/broker shall endeavor to notify the City; and, 11.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the company, its agents, or representatives. 11.5.5. Provide for notice to the City at the addresses listed below by registered mail: 11.5.5.1. Vendor agrees to waive subrogation against the City, its officers, employees, and elected officials for injuries, including death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance. 11.5.6. Provide that all provisions of this contract concerning liability,duty, and standard of care together with the indemnification provision, shall be underwritten by Page 4 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 contractual liability coverage sufficient to include such obligations within applicable policies. 11.5.7. All copies of the Certificate of Insurance shall reference the project name, bid number or purchase order number for which the insurance is being supplied. 11.5.8. Vendor shall notify the City in the event of any change in coverage and shall give such notices not less than thirty days prior notice to the change,which notice shall be accomplished by a replacement Certificate of Insurance. 11.5.9. All notices shall be mailed to the City at the following addresses: Assistant City Manager City Attorney City of Round Rock City of Round Rock 221 East Main Street 309 East Main Street Round Rock,TX 78664-5299 Round Rock,TX 78664 11.6. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Vendor shall not relieve the Vendor of full responsibility or liability for damages and accidents as set forth in the these requirements. Neither shall bankruptcy, insolvency, or denial of liability by the insurance company relieve the Vendor from liability. 11.7. If the Vendor employs, contracts with or otherwise permits any other individual or entity to perform any of the obligations of the Vendor,then any and all of these individual or entities shall be bound by the same insurance requirements as the successful bidder. 12. WORKERS COMPENSATION INSURANCE:Texas Labor Code,Section 406.098 requires workers' compensation insurance coverage for all persons providing services on building or construction projects for a governmental entity. 12.1. Certificate of coverage("certificate")-A copy of a certificate of insurance,a certificate of authority to self-insure issued by the Texas Workers'Compensation Commission,or a coverage agreement(TWCC-81,TWCC-82,TWCC-83,or TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. 12.2. Duration of the project-includes the time from the beginning of the work on the project until the CONTRACTOR'S/person's work on the project has been completed and accepted by the OWNER. 12.3. Persons providing services on the project("subcontractor")in Section 406.096 includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the project,regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, without limitation, independent contractors,subcontractors,leasing companies, motor carriers,owner-operators, employees of any such entity,or employees of any entity,which furnishes persons to provide services on the project. "Services"include,without limitation, providing, hauling,or delivering equipment or materials,or providing labor,transportation,or other service related to a project. "Services"does not include activities unrelated to the project, such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. 12.4. The CONTRACTOR shall provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,that meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all employees of the CONTRACTOR providing services on the project,for the duration of the project. 12.5. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the contract. 12.6. If the coverage period shown on the CONTRACTOR'S current certificate of coverage ends during the duration of the project, the CONTRACTOR must,prior to the end of the coverage Page 5 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 period,file a new certificate of coverage with the OWNER showing that coverage has been extended. 12.7. The CONTRACTOR shall obtain from each person providing services on a project, and provide to.the OWNER: 12.7.1. a certificate of coverage,prior to that person beginning work on the project,so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the project;and 12.7.2. no later than seven calendar days after receipt by the CONTRACTOR,a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 12.8. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 12.9. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the CONTRACTOR knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. 12.10. The CONTRACTOR shall post on each project site a notice,in the text,form and manner prescribed by the Texas Workers'Compensation Commission, informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. 12.11. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project,to: 12.11.1. and filing of any coverage agreements,that meets the statutory provide coverage, based on proper reporting of classification codes and payroll amounts requirements of Texas Labor Code,Section 401.011(44)for all its employees providing services on the project,for the duration of the project; 12.11.2. provide to the CONTRACTOR,prior to that person beginning work on the project,a certificate of coverage showing that coverage is being provided for all employees of the person providing services on a project,for the duration of the project; 12.11.3. provide the CONTRACTOR,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 12.11.4. obtain from each other person with whom it contracts, and provide to the CONTRACTOR: 12.11.4.1. a certificate of coverage,prior to the other person beginning work on the project;and 12.11.4.2. a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project 12.12. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 12.12.1. notify the OWNER in writing by certified mail or personal delivery,within 10 calendar days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project;and Page 6 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 12.12.2. contractually require each person with whom it contracts, to perform as required by paragraphs(A thru G),with the certificates of coverage to be provided to the person for whom they are providing services. 12.12.3. By signing the solicitation associated with this specification,or providing,or causing to be provided a certificate of coverage,the Contractor is representing to the Owner that all employees of the Contractor who will provide services on the project will be covered by workers'compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties,civil penalties,or other civil actions. 12.12.4. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the Owner to declare the contract void if the Contractor does not remedy the breach within ten calendar days after receipt of notice of breach from the owner. 13. LIENS: Vendor agrees to and shall indemnify and save harmless the City against any and all liens and encumbrances for all labor, goods and services which may be provided under the resulting agreement. At the City's request the Vendor or subcontractors shall provide a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. 14. VENUE: Both the City and the Vendor agree that venue for any litigation arising from a resulting agreement shall lie in Williamson County. 15. 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. 16. AGREEMENT:The term of this Agreement shall be for five(5)consecutive twelve(12)month periods of time from the effective date. Prices shall be firm for the duration of the agreement, except as provided for herein above. This agreement may be renewed for two(2)additional periods of time not to exceed twelve(12)months for each renewal provided the parties agree. The City reserves the right to review the Vendor's performance at the end of each twelve(12) month period of time,and to cancel the contract(without penalty)or continue the contract through the next period. 17. VENDOR PERFORMANCE: City reserves the right to review Vendor's performance at any time during the initial agreement or renewal period, and may elect to terminate this Agreement with or without cause or may elect to continue. 18. ORDER QUANTITY: The quantities shown on the IFB are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services needed to satisfy operating requirements,which may be more or less than indicated. 19. PRICE ADJUSTMENT: The City may permit"unit price"adjustments upward, only as a result of a cost increase in services in accordance with the Producers Price Index at http://stats bisgov/pat/. Any price increase to this contract shall be requested by Vendor in writing and shall be accompanied by the appropriate documentation to justify the increase, and shall be received by City at least ninety(90)days prior to the agreement review date.Vendor may offer price decreases, even in excess of the allowable percentage change,at any time during the contract term. The City reserves the sole opinion to reject any price increase and terminate this contract should the City and the Vendor not agree on any price increase. Page 7 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 20. CONTRACT ADMINISTRATOR: All work performed under this contract will be supervised and verified by the City representative(s)noted below. Pete Dominguez at(512)341-3144 21. NON-APPROPRIATION:The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement 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 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 at the end of its then current fiscal year. 22. CANCELLATION:The City reserves the right to cancel the Agreement without penalty by providing 30 days prior written notice to the other party. Vendor shall provide the City with 90 days written notice prior to cancellation of the Agreement and shall continue services for a period of time not to exceed 120 days after written notification. Termination under this paragraph shall not relieve the Vendor of any obligation or liability that has occurred prior to cancellation. NOTE: This Agreement is subject to cancellation,without penalty,at any time the City deems the vendor to be non-compliant with contractual obligations. PART III SPECIFICATION I. SCOPE:This specification describes an agreement to provide goods and services for on-site preventive and remedial service by certified technicians for generators at location(s)to include, but not limited to Attachment A 2. STATEMENT OF INTENT:This specification covers only the general requirements as to the performance and certain details to which the successful bidder shall conform. Vendor shall be responsible for the servicing,troubleshooting,repairing,ordering, replacing parts on generators in accordance with manufacturer's recommendations to ensure each unit is operating as designed for the intended application. 3. PREBID MEETING AND SITE VISIT: It is strongly suggested that all interested bidders attend the prebid meeting and site visit to familiarize themselves with all aspects of the work and requested services as well as seek answers to any questions they may have concerning the goods and service. Meeting and site visit schedule: Meeting&Site Visit Date: 6/1/2005 Time: 8:30 A M Location Starting Point:221 East Main, 1 t Floor Lobby, Round Rock, TX 78664 Contact: Pete Dominguez Phone: (512)341-3144 4. ADDITIONS/DELETIONS: Equipment may be added or deleted during the term of the contract. Prices bid shall be used for adding/deleting such equipment. 4.1 If new equipment is procured during the term of the contract, the City reserves the option to add the equipment at the vendor's current basic monthly charge less any applicable discounts. 5. MAINTENANCE PARTS:At the time vendor determines generator needs maintenance or the City calls for service: 5.1 Eighty-five percent of all parts shall be on-site within twenty-four business hours for repair of equipment. 5.2 All remaining parts shall be normally on-site within forty-eight hours. Maintenance does not include normal operating supplies. Page 8 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 5.3 Refurbished parts may be used on an exchange basis; however, the refurbished parts shall be equivalent to new. 6. PREVENTIVE MAINTENANCE: shall be performed on equipment to include but not limited to locations shown on Attachment A. 6.1 Provide a minimum of four(4)quarterly Preventive Maintenance(PM)calls annually. 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 B and as recommended by manufacturer. 6.2 Contact City Representative of any discrepancies, and advise as to the cost of repairs. No parts,supplies or annual services are included in the basic inspection costs. 6.3 Perform preventive maintenance at a time mutually agreed upon between the City representative and the vendor. 7. ANNUAL MAINTENANCE (AM)shall be included in one of the four(4)PM services. AM service shall be accomplished on each designated machine in the fall. AM shall include: 7.1 Fuel check and test,replace(if needed), 7.2 Change oil 7.3 Filter Replacement -oil filters,fuel filters,coolant filters and air filters; 7.4 Analysis on oil and coolant. 7.5 Replacing ignition parts(gas-gasoline units only). 7.6 Testing all safety shutdowns. At this time, a series of tests shall be conducted to ensure reliability and satisfactory interfacing between components. 7.7 Load Test:A load test shall be performed on each of the generators at the time of the annual maintenance, unless otherwise noted on the IFB. Load bank equipment rental costs and personnel costs shall be included. 7.8 Test Results: Vendors shall provide to the City a copy of all test results,to include, but not be limited to fuel, oil and coolant analysis, safety shutdowns and load test. 8. REMEDIAL SERVICE: Remedial service shall be performed at the location(s)of equipment within time allocations specified after call for service. 8.1 Emergency Service: 8.1.5 Respond within one hour of City's call(s)for service. 8.1.6 Be at location of required service within four hours after notification by City. 8.2 Perennial Maintenance: 8.2.5 Respond within four hours of City's call(s)for service. 8.2.6 Be at location of required service with in twenty-four hours after notification by City. 8.3 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. 9. 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 Page 9 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 disagree to the installation of the part at time of notification. When City agrees to installation,the following applies: 9.1 The equipment manufacturer, or their designated representative,shall install within 90 days of acceptance by City contract administrator. 9.2 EC will be authorized by the issuance of a purchase order separate from this contract. 9.3 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,Vendor agrees to replace, at the discretion of the City, any parts installed during the service period that was not manufactured by the OEM. 10. TECHNICAL DOCUMENTATION: The vendor shall obtain necessary technical documentation pertaining to maintenance or service of the listed equipment and any additions to City's fleet throughout contract and extension periods. 11. MALFUNCTION REPORTS:Vendor shall complete and furnish a malfunction report for each maintenance or service call with the invoice.A copy of each malfunction report shall be presented with time and material maintained (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: Date and time notification received. Date and time of arrival. Type and model of equipment. Time spent for repair. Description of malfunction. Date and time equipment is made operational. Part(s)ordered. The vendor shall ensure that both parties verify acceptance of equipment as completely operational. The vendor shall ensure that both parties sign a malfunction report. 11.1 Malfunction report must be signed by designated City Representative for each machine and building. The Contract Administrator identified in this specification and they shall certify that the individual generators are again in working order. PART III DELIVERY,SERVICE,ACCEPTANCE AND PAYMENT 1. SERVICE: Vendor shall have service and maintenance available to the City and shall be able to respond to a request for service as specified. 1.1. 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 and, or contract. Consistent failure is defined as not responding within the allowed response time at any or all locations on two(2)out of three(3)consecutive occurrences. 2. ACCEPTANCE: Acceptance inspection should not take more than five working days. The vendor will be notified within this time frame if the service provided is not in full compliance with the specifications. If any purchase order is canceled for non-acceptance, the needed equipment or service may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 3. INVOICING: Vendor shall submit one original and one copy of each invoice on a monthly basis to the following address: City of Round Rock Page 10 of 11 ` SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 Finance Department 221 East Main Street Round Rock,TX 78664-5299 4. PROMPT PAYMENT POLICY: Payments will be made within thirty 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 Vendor may charge a late fee(fee shall not be greater than that which is permitted 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: 4.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, services or equipment delivered or the services performed that causes the payment to be late; or 4.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds;or 4.3. There is a bona fide dispute between the Vendor 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 4.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. 5. OVERCHARGES: Vendor hereby assigns to purchaser any and all claims for overcharges associated with this agreement which arise under the antitrust laws of the Untied States, 15 USGA Section 1 et seg., and which arise under the antitrust laws of the State of Texas, Bus. and Com.Code, Section 15.01, et seg. Page 11 of 11 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 PART IV ATTACHMENTS Attachment A-Equipment Make, Model,Type and Location Attachment B-Service Data ATTACHMENT A EQUIPMENT AND THEIR LOCATION LOCATION EQUIPMENT Fire Station#2(to be added later) ONAN MDL#70GGHF DESEL,70 KW,87.5KVA 206 West Bagdad Ave. Round Rock TX Fire Station#3 ONAN MDL.#LTAEA30-3V126004F 1991 Rawhide, Round Rock TX Ser.#n/a, p-plant Kubota eng. (no tag) Fire Station#4 Olympian MDL.#CD015-Al 62 2D18CBHYY 3300 Gattis School Rd., Round Rock TX Ser.#2019815,Power plant p/n 67057 2.21- Fire Station#5 Olympian MDL.#D50131,Ser.#E6929AI001 350 Deepwood, Round Rock,TX P-Plant#LJ50418*U895845F, Perkins Turbo Fire Station#6(to be added later) ONAN MDL.#70GGHF DESEL,70 KW,7.5KVA 2919 Joe Dimaggio Blvd.,Round Rock,TX Police Department Kohler MDL#100R02J81,ser.#386549 615 E. Palm Valley Blvd. P-Plant MDL.#CD6059T3118811,SER. #6059TF003,John Deere Eng. Police Department ONAN, P-Plant MDL.#591205A51-5357 604 Palm Valley Blvd. Round Rock TX Ser.#53132476, Cummins Eng. Central Fire Station White,MDL.#D2300-X260,Ser.#XF3446344 203 Commerce, Round Rock,TX P-Plant MDL. 591205A51-5357,Ser. #30110281,White Eng. Public Works Empire MDL.#400-0270,W.O#B5-9834 2008 Enterprise, Round Rock,TX P-Plant, no tag, Perkins eng. Hilton Head Left Station Olympian MDL.#D150PI Round Rock,TX Carnousty Lift Station Generac MDL.#98AO3027S Round Rock,TX Trevino Court Lift Station Olympian/Generac MDL#97A05559-S Round Rock,TX Page 1 of 2 `r SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 Bay Hill Lift Station Olympian MDL. #D40PS Round Rock,TX Lake Georgetown Lift Station ONAN MDL.#900DFHC DB Wood &Cedar Brks Rd Georgetown,TX Water Treatment Plant Holt: Olympian , 5494 North IH 35 A.C.Synchronous Generator Round Rock,TX S#FG090935/28 Frame: LL2014B Machine ID: WD-6 Olympian: 050P3 Model#OLYOOOOOPNPF01844 S#138620/01 Frame: LL2024D WDG 6/4 Stone Oak, Lift Station ERKINS,MDL D50P3,SERIAL Round Rock TX YOOOOOTNPF01860 62.5 KVA,50KW 480/277VOLTS ATTACHMENT B Inspection List shall be inclusive of the following items as a minimum: Page 2 of 2 SPECIFICATION NO. 00-936-39-02 REVISED: MAY 2005 1. LUBRICATION a. System leaks 7. HOUSING/CABINETS b. Oil level a. General C. Filters b. Fit C. Decals 2. COOLING SYSTEM a. Leaks 8. DC ELECTRICAL b. Water level a. Batteries C. DCA/antifreeze Water level d. Filters Specific gravity e. Hoses Terminals f. Belts b. Engine safeties 9. Cooling fans Ammunciator h. Block heater Battery charge rate I. Pillow block 9. AC ELECTRICAL 3. FUEL SYSTEM a. Brushes a. Fuel b. Instruments b. Leaks C. Regulator C. Filters d. Generator d. Lines e. Circuit breakers e. Tank levels f. Transfer switches f. Transfer pump 9. Water separators 10. OPERATIONAL TESTS h. Solenoid a. Load/no load I. Wiring b. Voltage—AC/DC C. Amps—AC/DC 4. IGNITION SYSTEM d. Frequency a. Plugs e. Time delays b. Points f. Oil pressure C. Wiring 9• Engine temperature d. Coil e. Corrosion 11. OTHER 5. EXHAUST SYSTEM a. Leaks b. Condensation C. Turbo charger d. Flex pipe e. Rain cap NOTE: THE CITY SHALL BE f. Muffler NOTIFIED IN WRITING OF ANY CHANGES MADE TO THIS LIST 6. HOUSING/DOORS a. Hinges b. Panels C. Fit d. Leaks Page 1 of 1 'ROUND ROCK,TEXAS PURPOSE PAS4IM PROSIMUT! CITY OF ROUND ROCK, TEXAS INVITATION FOR BID ADDENDUM GENERATOR MAINTENANCE& REMEDIAL SERVICE IFB No. 05-018 Addendum No. 1 Date of Addendum: June 1, 2005 The following items in the IFB identified above have been changed: 1. Revised bid sheet to include two generators at the water treatment plant. It shall replace original pink. 2. Paragraph 7.1 of Part III, Specification, (pg 9 of 11)shall read as follows: Check fuel level and drain separator and change fuel as applicable. 3. Paragraph 7.4 of Part 111, Specification, (pg 9 of 11)shall read as follows: Analysis on oil,fuel and coolant. 4. Paragraph 7.7 of Part III of the Specifications (pg 9 of 11)shall read as follows: Load Test: A minimum two-hour load bank test shall be performed on each of the generators at the time of the annual maintenance, unless otherwise noted on the IFB. Load bank equipment rental costs and personnel costs shall be included. 5. Paragraph 8.1.6 of Part III of the Specifications(pg 9 of 11)shall read as follows: Be at location of required service within two hours after notification by City. All other terms and conditions of this IFB and specifications remain unchanged. "12, Approved by By the signatures affixed below,Addendum No. 1 is hereby incorporated into and made a part of the above referenced IFB. ACKNOWLEDGED Vendor Authorized Signature Date RETURN ONE COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE,CITY OF ROUND ROCK WITH YOUR SEALED BID. FAILURE TO DO SO MAY CONSTITUTE GROUNDS FOR REJECTION OF YOUR BID.