CM-2021-005 - 1/1/2021CITY OF ROUND ROCK AGREEMENT FOR
DELL DIAMOND SUPPORT POLE FABRICATION AND
INSTALLATION FOR BACKSTOP NETTING
WITH
GAME COURT SERVICES, INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
KNOW ALL BY THESE PRESENTS:
THAT THIS AGREEMENT for the Dell Diamond Support Pole Fabrication and
Installation for Backstop Netting Project, and for related goods and services (referred to herein as
the reement" , is made and entered into on this the (A-#— day of the month of
2020 by and between the CITY OF ROUND ROCK, a Texas home -rule
munic ality, whose ottices are located at 221 East Main Street, Round Rock, Texas 78664-5299
(referred to herein as the "City"), and Game Court Services, Inc., whose offices are located at
10901 Circle Drive, Austin, TX 78736 (referred to herein as "Services Provider").
RECITALS:
WHEREAS, City desires to purchase support pole fabrication and installation services for
the backstop netting at Dell Diamond; 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 Services Provider; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Services Provider
whereby City is obligated to buy specified services and Services Provider is obligated to sell same.
The Agreement includes the following: (a) City's Invitation for Bid designated Solicitation
Number 20-029 dated September 2020 ("IFB"); (b) Services Provider's Response to IFB; (c)
00460488 ss2
contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies
or conflicts in the contract documents shall be resolved by giving preference in the following order:
(1) This Agreement;
(2) Services Provider'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. Services mean work performed to meet a demand or effort by Services Provider to
comply with promised delivery dates, specifications, and technical assistance specified.
2.01 EFFECTIVE DATE, TERM, PRICES FIRM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
B. This Agreement shall terminate upon the completion of the pole installation at Dell
Diamond as described in Exhibit "A."
C. Prices shall be firm for the duration of this Agreement. No separate line item
charges shall be permitted for invoicing purposes, including but not limited to equipment rental,
demurrage, costs associated with obtaining permits, or any other extraneous charges.
D. City reserves the right to review the relationship with Services Provider 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
The goods and services which are the subject matter of this Agreement are described in
Exhibit "A" and, together with this Agreement, comprise the Contract Documents. Any
inconsistencies or conflicts in the contract documents shall be resolved by giving preference to the
terms and conditions of this Agreement.
4.01 SCOPE OF WORK
Services Provider shall satisfactorily provide all goods and complete all services described
in Services Provider's Proposal, Exhibit "A," attached hereto and incorporated herein.
This Agreement shall evidence the entire understanding and agreement between the parties
and shall supersede any prior proposals, correspondence or discussions.
Services Provider shall satisfactorily provide all deliverables and services described in
Exhibit "A" within the contract term specified. A change in the Scope of Services must be
negotiated and agreed to in all relevant details, and must be embodied in a valid Supplemental
Agreement as described herein.
5.01 CONTRACT AMOUNT
In consideration for the deliverables and services related to the deliverables, the City agrees
to pay Services Provider Forty -Eight Thousand Eight Hundred and No/100 Dollars
($48,800.00) for the goods and services set forth in Exhibit "A."
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Services Provider;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Services Provider a written notice of termination at the end of its then current fiscal year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Services
Provider 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.
Services Provider may charge interest on an overdue payment at the "rate in effect" on September
1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City in the event:
A. There is a bona fide dispute between City and Services Provider, a contractor,
subcontractor or supplier about the goods delivered or the service performed that
cause 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 Services Provider and a subcontractor or
between a subcontractor and its supplier about the goods delivered or the service
performed that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on the
purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Services Provider, cancel this Agreement without liability
to Services Provider if it is determined by City that gratuities or bribes in the form of entertainment,
gifts, or otherwise were offered or given by Services Provider or its agents or representatives to
any City officer, employee or elected representative with respect to the performance of this
Agreement. In addition, Services Provider may be subject to penalties stated in Title 8 of the Texas
Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included
in Services Provider's charges.
11.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS
If Services Provider cannot provide the goods as specified, City reserves the right and
option to obtain the products from another supplier or suppliers.
12.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Brian Stillman
Sports Facilities and Operations Manager
221 East Main Street
Round Rock, Texas 78664
(512) 218-6607
bstillman@roundrocktexas.gov
13.01 INSURANCE
Services Provider shall meet all City of Round Rock Insurance Requirements set forth at
insurance requirements as required by the City's Purchasing Department as set forth at:
http:'/www.roundrocktexas. og v/wp-content/uploads/2014/ 12/corr insurance 07.201 12.pdf
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Services Provider abandons or defaults under this Agreement and is a cause of City
purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the
difference in cost, if any, and that it will not be considered in the re -advertisement of the service
and that it may not be considered in future bids for the same type of work unless the scope of work
is significantly changed.
Services Provider shall be declared in default of this Agreement if it does any of the
following:
A. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
B. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
C. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
16.01 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 Services Provider.
B. In the event of any default by Services Provider, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Services Provider.
C. Services Provider has the right to terminate 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 Services Provider, Services
Provider shall discontinue all services in connection with the performance of this Agreement and
shall proceed to cancel promptly all existing orders and contracts insofar as such orders and
contracts are chargeable to this Agreement. Within thirty (30) days after such notice of
termination, Services Provider shall submit a statement showing in detail the goods and/or services
satisfactorily performed under this Agreement to the date of termination. City shall then pay
Services Provider that portion of the charges, if undisputed. The parties agree that Services
Provider is not entitled to compensation for services it would have performed under the remaining
term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Services Provider shall defend (at the option of City), indemnify, and hold City, its
successors, assigns, officers, employees and elected officials harmless from and against all suits,
actions, 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
Services Provider, or Services Provider's agents, employees or subcontractors, in the performance
of Services Provider's obligations under this Agreement, no matter how, or to whom, such loss
may occur. Nothing herein shall be deemed to limit the rights of City or Services Provider
(including, but not limited to the right to seek contribution) against any third party who may be
liable for an indemnified claim.
18.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Services Provider, its agents, employees and subcontractors shall use best efforts to
comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round
Rock, as amended, and with all applicable rules and regulations promulgated by local, state and
national boards, bureaus and agencies.
B. In accordance with Chapter 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2) and will not
boycott Israel during the term of the contract. The signatory executing this Agreement on behalf
of Services Provider verifies that Services Provider does not boycott Israel and will not boycott
Israel during the term of this Agreement.
19.01 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.
20.01 NOTICES
All notices and other communications in connection with this Agreement shall be in writing
and shall be considered given as follows:
I. 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 Services Provider:
Game Court Services, Inc.
10901 Circle Drive
Austin, TX 78736
Notice to City:
City Manager
221 East Main Street AND TO
Round Rock, TX 78664
Stephan L. Sheets, City Attorney
309 East Main Street
Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Services Provider.
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary
by either party with respect to the enforcement of any or all of the terms or conditions herein,
exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed
by and construed in accordance with the laws and court decisions of the State of Texas.
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Services Provider and City. This Agreement may only be amended or supplemented by mutual
agreement of the parties hereto in writing, duly authorized by action of the City Manager or City
Council.
23.01 DISPUTE RESOLUTION
City and Services Provider 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, indluding without limitation, any proceeding under the Federal Arbitration
Act (9 USC Section 1-14) or any applicable state arbitration statute.
24.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no way
affect the validity or enforceability of any other portion or provision of this Agreement. Any void
provision shall be deemed severed from this Agreement, and the balance of this Agreement shall
be construed and enforced as if this Agreement did not contain the particular portion or provision
held to be void. The parties further agree to amend this Agreement to replace any stricken provision
with a valid provision that comes as close as possible to the intent of the stricken provision. The
provisions of this section shall not prevent this entire Agreement from being void should a
provision which is of the essence of this Agreement be determined void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Services Provider 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. Services Provider understands and agrees that time is of the
essence and that any failure of Services Provider to fulfill obligations for each portion of this
Agreement within the agreed timeframes will constitute a material breach of this Agreement.
Services Provider 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 Services
Provider's failure to perform in these circumstances, City may pursue any remedy available
without waiver of any of City's additional legal rights or remedies.
Force Majeure. Neither City nor Services Provider shall be deemed in violation of this
Agreement if it is prevented from performing any of its obligations hereunder by reasons for which
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 Services Provi r have executed this Agreement on
the dates indicated.
City o Round Rock, Texas Game o s, C.
By l_ By
Printed,Nar je J>�,-i-jAn W110W Pri to6 Name: INIM k 0.Y1r3fYStFJV1i
Title: Title:
Date Signed: �% — —a Date Signed:
Attest:
By:
q4�-
955'r—a L. White, City Clerk
For CitAAPLoved as to For :
By: 1�
Stephan L. heets, City Attorney
9
Exhibit "A"
:K TEXAS
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
DELL DIAMOND SUPPORT POLE FABRICATION
AND INSTALLATION FOR BACKSTOP NETTING
SOLICITATION NUMBER 20-029
SEPTEMBER 2020
Exhibit "A"
City of Round Rock
Dell Diamond Support Pole Fabrication and Installation for Backstop Netting
IFB 20-029 UPDATED
Class/Item: 805-24 / 570-68 / 912-00
September 2020
DELL DIAMOND SUPPORT POLE FABRICATION AND INSTALLATION FOR BACKSTOP NETTING
PART
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock, herein after "the City" seeks a bid from firms experienced in the turnkey
fabrication and installation of backstop netting support poles.
2. BACKGROUND: Due to safety concerns the City has determined that the backstop netting currently in place
at the Dell Diamond must be extended along each side of the field. The selected Respondent will need to
turnkey fabricate and install two netting support poles, one on each side of the field. This project must be
completed within 10 weeks of award.
3. SOLICITATION PACKET: This solicitation packet is comprised of the following -
Description
Index
Part I — General Requirements
Page(s) 2-5
Part II — Definitions, Standard Terms and Conditions
and Insurance Requirements
Page(s) 6-7
Part III — Supplemental Terms and Conditions
Page(s) 8-10
Part IV — Specifications
Page 11
Attachment A — Bid Sheet
Page 12
Attachment B — Reference Sheet
Page 13
Attachment C — Subcontractor Information Form
Page 14
Attachment D — Prevailing Wage Rates
Separate Attachment
Attachment E — Support Pole Drawing
Separate Attachment
Attachment F — Special Inspection Details
Separate Attachment
4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact:
Allen Reich
Purchaser
Purchasing Division
City of Round Rock
Phone: 512-218-6682
E-mail: areicharoundrocktexas.clov
Cheryl Kaufman
Purchasing Supervisor
Purchasing Division
City of Round Rock
Phone: 512-218-5417
E-mail: ckaufman(a)roundrockexas.gov
The individual listed above is the only authorized City contact for this solicitation. The authorized purchasing
contact may be contacted by e-mail for clarification for this solicitation including specifications. No other City
employee or representative may be contacted about this solicitation prior to contract approval, including the
department. No authority is intended or implied that specifications may be amended, or alterations accepted
prior to solicitation opening without written approval of the City of Round Rock through the Purchasing
Department.
Page 2 of 14
Exhibit "A"
City of Round Rock
Dell Diamond Support Pole Fabrication and Installation for Backstop Netting
IFB 20-029 UPDATED
Class/Item: 805-24 / 570-68 / 912-00
September 2020
5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT
DATE
Solicitation released
September 3, 2020
Mandatory Pre -Bid meeting / site visit
September 10, 2020 @ 10:00 AM, CST
Deadline for submission of questions
September 15, 2020 @ 5:00 PM, CST
City responses to questions or addendums
Approximately September 17, 2020 @ 5:00
PM, CST
Deadline for submission of responses
October 1, 2020 @ 3:00 PM, CST
All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted
above. A copy of all questions submitted and the City's response to the questions shall be posted on the
City's webpage in the form of an addendum at:
https://www.roundrocktexas.gov/busin sses/solicitations
Questions shall be submitted in writing to the "Authorized Purchasing Contact". The City reserves the right to
modify these dates. Notice of date change will be posted to the City's website:
https://www.roundrocktexas.gov/businesses/solicitations
6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
https://www roundrocktexas.gov/businesses/solicitations for any updates pertaining to the solicitation
described herein. Various updates may include addendums, cancellations, notifications, and any other
pertinent information necessary for the submission of a correct and accurate response. The City will not be
held responsible for any further communication beyond updating the website.
7. MANDATORY PRE -BID MEETING / SITE VISIT AND INSPECTION: A mandatory pre -bid meeting / site visit,
and inspection will be conducted to fully acquaint Respondents with the facilities, difficulties, and/or
restrictions inherent in the services specified. The pre -bid meeting / site visit will be conducted on the date
specified in PART I Section 5 — Schedule of Events.
A. Attendance at the pre -bid meeting / site visit is mandatory. Respondents shall sign -in at the pre -bid
meeting to document their attendance. Immediately following the pre -bid meeting, a site visit tour will
be conducted to enable Respondents to determine labor, equipment, supplies and materials necessary
to perform the services specked herein. Respondents shall sign -in at each site of the tour to document
their attendance. The City reserves the right to determine a response "not available for award" if the
Respondent fails to attend the mandatory pre -bid meeting and site visit tour which shall be at:
Dell Diamond
3400 East Palm Valley Blvd.
Round Rock, Texas 78665
B. Respondents will be responsible for their own transportation for the site visit tour.
C. A map for each facility location will be provided at the pre -bid meeting.
D. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre -
bid meeting / site visit.
E. It is the responsibility of the Respondent to examine each facility and determine quantity, amounts, take
precise measurements, determine material requirements, equipment requirements, labor requirements
and other solicitation related details during said inspections.
8. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted
in PART I, Section 5 — Schedule of Events. Mail or hand deliver sealed responses to:
City of Round Rock
Attn: Allen Reich
Purchasing Department
221 E. Main Street
Round Rock, Texas 78664-5299
Page 3 of 14
Exhibit "A"
City of Round Rock
Dell Diamond Support Pole Fabrication and Installation for Backstop Netting
IFB 20-029 UPDATED
Class/Item: 805-24 / 570-68 / 912-00
September 2020
A. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title,
number, due date, and "DO NOT OPEN".
B. Facsimile or electronically transmitted responses are not acceptable.
C. Responses cannot be altered or amended after opening.
D. No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
E. The City will not be bound by any oral statement or offer made contrary to the written specifications.
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property
of the City.
G. Late responses will not be considered and will be returned unopened if a return address is provided.
9. RESPONDENT REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full
comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist
participating Respondents in compiling their final responses. Respondents are to carefully read the entire
solicitation.
Respondent shall submit one (1) evident signed "Original" and one identical -to -the -original electronic copy of
the IFB response on a flash drive. The submittal is required to include all addendums and requested
attachments. The bid response along with samples and/or copies shall be provided at the Respondent's
expense and shall become the property of the City.
This invitation for bid (IFB) does not commit the City to contract for any supply or service. Respondents are
advised that the City will not pay for any administrative costs incurred in response preparation to this IFB; all
costs associated with responding to this IFB will be solely at the interested parties' expense. Not responding
to this IFB does not preclude participation in any future RFP/RFQ/IFB.
For your bid to be responsive addendums and the attachments identified below shall be submitted
with your proposal.
Addendums: Addendums may be posted to this solicitation. Bidders are required to submit signed
addendums with their sealed response. The Bidder shall be responsible for monitoring the City's website
at https://www.roundrocktexas.gov/businesses/solicitations for any updates pertaining to the solicitation.
Attachment A: BID SHEET: The bid response shall be submitted on the itemized, signed Bid Sheet
provided in the solicitation packet. Failure to complete and sign the bid sheet will result in disqualification.
If there is a conflict between the unit price and extended price, the unit price will take precedence.
Submission of responses on forms other than the City's solicitation document may result in
disqualification of the response.
Attachment B: REFERENCE SHEET: Provide the name, address, telephone number and E-MAIL of at
least three (3) valid Municipal, Government agencies, or firms of comparable size that have utilized
services that are similar in type and capacity within the last two (2) years. City of Round Rock
references are not applicable. References may be checked prior to award. If references cannot be
confirmed or if any negative responses are received it may result in the disqualification of submittal.
Attachment C: SUBCONTRACTOR INFORMATION FORM: Provide a signed copy of the Subcontractor
Information Form.
10. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to
accept any response deemed most advantageous, or to waive any irregularities or informalities in the
response received that best serves the interest and at the sole discretion of the City All solicitations received
may be evaluated based on the best value for the City. In determining best value, the City may consider:
A. Purchase price.
B. Reputation of Respondent and of Respondent's goods and services.
C. Quality of the Respondent's goods and services.
D The extent to which the goods and services meet the City's needs.
E. Respondent's past performance with the City.
F. The total long-term cost to the City to acquire the Respondent's goods or services.
Page 4 of 14
Exhibit "A"
City of Round Rock
Dell Diamond Support Pole Fabrication and Installation for Backstop Netting
IFB 20-029 UPDATED
Class/Item: 805-24 / 570-68 / 912-00
September 2020
G. Any relevant criteria specifically listed in the solicitation.
H. If the solicitation is evaluated with points, the respondent must earn a minimum of 15 points on criteria
not related to cost in order to be considered for contract award.
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are
proposing.
11. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions,
Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the
Texas Public Information Act. Following an award, responses are subject to release as public information
unless the response or specific parts of the response can be shown to be exempt from the Texas Public
Information Act. Pricing is not considered to be confidential under any circumstances
A. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the
document. The City will not be responsible for any public disclosure of confidential information if it is not
clearly marked as such.
B. If a request is made under the Texas Public Information Act to inspect information designated as
confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and
information as to why the information should be protected from disclosure. The matter will then be
presented to the Attorney General of Texas for final determination.
12. SUSPENSION OR DEBARMENT CERTIFICATION: The provisions of the Code of Federal Regulations 2
CFR part 180 suspension and debarment may apply to this agreement. The City of Round Rock is prohibited
from contracting with or making prime or sub -awards to parties that are suspended or debarred or whose
principals are suspended or debarred from doing business with the Federal Government, State of Texas, or
the City of Round Rock.
13. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295 "Certificate of Interested Parties" that is signed for a contract
award requiring council authorization. The "Certificate of Interested Parties" form must be completed on the
Texas Ethics Commission website, printed, signed, and submitted to the City by the authorized agent of the
Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to
final contract execution. Link to Texas Ethics Commission Webpage:
https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm
Page 5 of 14
Exhibit "A"
City of Round Rock
Dell Diamond Support Pole Fabrication and Installation for Backstop Netting
IFB 20-029 UPDATED
Class/Item: 805-24 / 570-68 / 912-00
September 2020
PART II
DEFINITIONS, STANDARD TERMS AND CONDITIONS,
AND INSURANCE REQUIREMENTS
DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release
of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face
of a purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the
sole responsibility of Respondents to stay apprised of changes. The City's Definitions, Standard Terms and
Conditions can be viewed and downloaded from the City's website at:
https://www.roundrocktexas.gov/departments/purchasing/
2. INSURANCE: The Respondent shall meet or exceed the following insurance requirements:
A Respondent shall carry insurance in the types and amounts indicated below for the duration of the
Agreement, which shall include items owned by City in the care, custody, and control of Respondent prior
to and during construction and warranty period.
B. Respondent must complete and forward the required Certificates of Insurance to City before the
Agreement is executed as verification of coverage required below. Respondent shall not commence
work until the required insurance is obtained and until such insurance has been reviewed by City.
Approval of insurance by City shall not relieve or decrease the liability of Respondent hereunder and shall
not be construed to be a limitation of liability on the part of Respondent. Respondent must also complete
and forward the required Certificates of Insurance to City whenever a previously identified policy period
has expired as verification of continuing coverage.
C. Respondent's insurance coverage is to be written by companies licensed to do business in the State of
Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of
B+VII or better, except for hazardous material insurance which shall be written by companies with A.M.
Best ratings of A- or better.
D. All endorsements naming the City as additional insured, waivers, and notices of cancellation
endorsements as well as the Certificate of Insurance shall indicate: City of Round Rock, 221 E. Main St.,
Round Rock, Texas 78664.
E. The "other' insurance clause shall not apply to the City where the City is an additional insured shown on
any policy. It is intended that policies required in the Agreement, covering both City and Respondent,
shall be considered primary coverage as applicable.
F. If insurance policies are not written for amounts specified below, Respondent shall carry Umbrella or
Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is
provided, it shall follow the form of the primary coverage.
G. City shall be entitled, upon request and without expense, to receive certified copies of policies and
endorsements thereto and may make any reasonable requests for deletion or revision or modification of
particular policy terms, conditions, limitations, or exclusions except where policy provisions are
established by law or regulations binding upon either of the parties hereto or the underwriter on any such
policies.
H. City reserves the right to review the insurance requirements set forth during the effective period of the
Agreement and to make reasonable adjustments to insurance coverage, limits, and exclusions when
deemed necessary and prudent by City based upon changes in statutory law, court decisions, the claims
history of the industry or financial condition of the insurance company as well as Respondent.
I. Respondent shall not cause any insurance to be canceled nor permit any insurance to lapse during the
term of the Agreement or as required in the Agreement.
J Respondent shall be responsible for premiums, deductibles, and self -insured retentions, if any, stated in
policies. All deductibles or self -insured retentions shall be disclosed on the Certificate of Insurance
K. Respondent shall provide City thirty (30) days written notice of erosion of the aggregate limits below
occurrence limits for all applicable coverages indicted within the Agreement.
Page 6 of 14
Exhibit "A"
City of Round Rock
Dell Diamond Support Pole Fabrication and Installation for Backstop Netting
IFB 20-029 UPDATED
Class/Item: 805-24 / 570-68 / 912-00
September 2020
L. If City -owned property is being transported or stored off -site by Respondent, then the appropriate property
policy will be endorsed for transit and storage in an amount sufficient to protect City's property.
M. The insurance coverages required under the Agreement are required minimums and are not intended to
limit the responsibility or liability of Respondent.
N. Business Automobile Liability Insurance:
i. Provide coverage for all owned, non -owned and hired vehicles. The policy shall contain the
following endorsements in favor of City:
a) Waiver of Subrogation endorsement TE 2046A;
b) 30 day Notice of Cancellation endorsement TE 0202A; and
c) Additional Insured endorsement TE 9901 B.
ii. Provide coverage in the following types and amounts:
iii. A minimum combined single limit of $500,000 per occurrence for bodily injury and property damage.
Alternate acceptable limits are $250,000 bodily injury per person, $500,000 bodily injury per
occurrence and at least $100,000 property damage liability each accident.
O. Workers' Compensation and Employers' Liability Insurance:
Coverage shall be consistent with statutory benefits outlined in the Texas Workers' Compensation
Act (Section 401). Respondent shall assure compliance with this Statute by submitting two (2)
copies of a standard certificate of coverage (e.g. ACCORD form) to City's Representative for every
person providing services on the Project as acceptable proof of coverage. The required Certificate
of Insurance must be presented as evidence of coverage for Respondent. Workers' Compensation
Insurance coverage written by the Texas Workers Compensation Fund is acceptable to City.
Respondent's policy shall apply to the State of Texas and include these endorsements in favor of
City:
a) Waiver of Subrogation, form WC 420304; and
b) 30-day Notice of Cancellation, form WC 420601.
P. The minimum policy limits for Employers' Liability Insurance coverage shall be as follows: $100,000 bodily
injury per accident, $500,000 bodily injury by disease policy limit and $100,000 bodily injury by disease
each employee.
0. Commercial General Liability Insurance.
The Policy shall contain the following provisions:
a) Blanket contractual liability coverage for liability assumed under the Agreement and all
contracts relative to this Project.
b) Completed Operations/Products Liability for the duration of the warranty period.
c) Explosion, Collapse and Underground (X, C & U) coverage.
d) Independent Contractors coverage.
e) Aggregate limits of insurance per project, endorsement CG 2503.
f) City listed as an additional insured, endorsement CG 2010.
g) 30-day notice of cancellation in favor of City, endorsement CG 0205.
h) Waiver of Transfer of Recovery Against Others in favor of City, endorsement CG 2404.
i) Provide coverages A&B with minimum limits as follows:
j) A combined bodily injury and property damage limit of $500,000 per occurrence,
3. IDEMNITY: TO THE FULLEST EXTENT PERMITTED BY LAWS AND REGULATIONS, RESPONDENT
SHALL INDEMNIFY AND HOLD HARMLESS CITY, AND ITS COUNCIL MEMBERS, EMPLOYEES,
AGENTS, AND CONSULTANTS FROM AND AGAINST ALL CLAIMS, COSTS, LOSSES, AND DAMAGES
(INCLUDING BUT NOT LIMITED TO ALL FEES AND CHARGES OF ENGINEERS, ARCHITECTS,
ATTORNEYS, AND OTHER PROFESSIONALS AND ALL COURT OR ARBITRATION OR OTHER DISPUTE
RESOLUTION COSTS) ARISING OUT OF OR RELATING TO FAILURE TO CONTROL, CONTAIN OR
REMOVE A HAZARDOUS MATERIAL BROUGHT TO THE SITE BY RESPONDENT OR BY ANYONE FOR
WHOM RESPONDENT IS RESPONSIBLE, OR TO A HAZARDOUS ENVIRONMENTAL CONDITION
CREATED BY RESPONDENT OR BY ANYONE FOR WHOM RESPONDENT IS RESPONSIBLE.
Page 7 of 14
Exhibit "A"
City of Round Rock
Dell Diamond Support Pole Fabrication and Installation for Backstop Netting
IFB 20-029 UPDATED
Class/Item: 805-24 / 570-68 / 912-00
September 2020
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. AGREEMENT TERM: The term of the Agreement shall begin from date of award and shall remain in full
force until inspection and acceptance of the completed project by the City and the City's 3rd party engineering
firm.
2. PAYMENT BOND:
A. If the amount of the Agreement exceeds $50,000, Respondent shall furnish City with a Payment Bond in
the form set out by the City within fourteen (14) days of the award. All bonds signed by an agent must be
accompanied by a certified copy of such agent's authority to act.
B. If a Payment Bond is required, it shall be issue in an amount of one hundred percent (100%) of the
Agreement amount as security for the faithful payment of the Contractor's obligations under the
Agreement.
C. The Payment Bond shall be issued by a solvent company authorized to do business in the State of Texas
and shall meet any other requirements established by law or by the City pursuant to applicable law. Any
surety duly authorized to do business in Texas may write the Payment Bond on a project without
reinsurance to the limit of 10 percent of its capital and surplus. Such a surety must reinsure any
obligations over ten (10) percent.
D. The Payment Bond shall remain in effect through the term of the Agreement.
3. PERFORMANCE BOND:
A. If the amount of the Agreement exceeds $100,000, Respondent shall furnish the City with a Performance
Bond in the form set out by the City within fourteen (14) days of the award. All bonds signed by an agent
must be accompanied by a certified copy of such agent's authority to act.
B. If a Performance Bond is required, it shall be issue in an amount of one hundred percent (100%) of the
Agreement amount as security for the faithful performance of all Respondent's obligations under the
Agreement.
C. The Performance Bond shall be issued by a solvent company authorized to do business in the State of
Texas and shall meet any other requirements established by law or by the City pursuant to applicable
law. Any surety duly authorized to do business in Texas may write the Performance Bond on a project
without reinsurance to the limit of 10 percent of its capital and surplus. Such a surety must reinsure any
obligations over ten (10) percent.
D. The Performance Bond shall remain in effect through the term of the Agreement.
4. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent
shall:
A. Be firms, corporations, individuals, or partnerships normally engaged in providing support pole
fabrication and turnkey installation as specified herein and have adequate organization, facilities,
equipment, financial capability, and personnel to ensure prompt and efficient service to the City.
B. Provide all labor, supplies and materials required to satisfactorily perform the services as specified
herein and own or acquire at no cost to the City all construction aids, appliances, and equipment
Respondent deems necessary and maintain sole responsibility for the maintenance and repair of
Respondent's vehicles, equipment, tools and all associated costs. The City shall not be responsible for
any Respondent's tools, equipment, or materials lost or damaged during the performance of the
services specified herein.
C. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the
United States, or not having a home office inside the United States will not be included for consideration
in this procurement process.
Page 8 of 14
Exhibit "A"
City of Round Rock
Dell Diamond Support Pole Fabrication and Installation for Backstop Netting
IFB 20-029 UPDATED
Class/Item: 805-24 / 570-68 / 912-00
September 2020
5. SUBCONTRACTORS: If Subcontractors will be used the Respondent is required to complete and submit with
their bid response Attachment C: Subcontractor Information Form. The Respondent shall be fully responsible
to the City for all acts and omissions of the Subcontractors just as the Respondent is responsible for the
Respondents own acts and omissions. The Respondent shall:
A. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with
the provisions, specifications, and terms of the Contract.
B. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary
insurance in the type and amounts specified for the Vendor, with the City being named as an additional
insured; and
C. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the
Respondent is required to indemnify the City.
D. Awarded Respondent is required to submit a list of all subcontractors for approval by the City prior to
use of any subcontractors throughout the term of the Agreement.
6. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker employed on a
public work project by a city must be paid: (1) not less than the general prevailing wage rate of per diem
wages for work of a similar character in the locality in which the work is performed; and (2) not less than the
general prevailing rate of per diem wages for legal holiday and overtime work. In accordance with Chapter
2258.022, the City adopted through Resolution No. R-2016-3760 the wage rates set forth by the Texas
Workforce Commission for the Austin -Round Rock Area as the general prevailing wage rate for the City's
public works contracts. A Respondent or subcontractor who is awarded a contract by the City shall pay not
less than the rates set forth in Attachment D and comply with all applicable sections of Chapter 2258.
Attachment D — Prevailing Rates are posted in Solicitation Documents for IFB 20-029 Dell Diamond Support
Pole Fabrication and Installation for Backstop Netting on the City of Round Rock website at:
https://www.roundrocktexas.gov/businesses/solicitations/
7. SAFETY: The City reserves the right to remove any employee from City property for violation of federal,
state, and local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent
shall:
A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State
and City safety and occupational health standards and other applicable federal, state, and local health,
safety, and environmental laws ordinances, rules and regulations in the performance of these services;
B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause
injury or damage to any persons or property within and around the work site. In case of conflict, the
most stringent safety requirement shall govern.
C. Indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments,
fines penalties and liability of every kind arising from the breach of the successful Respondents'
obligations under this paragraph.
8. WORKFORCE: Successful Respondent shall:
A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner.
B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly
identifies them as the Respondent's employee.
C. Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor. The City reserves the right to verify citizenship or right to work in the United
States.
9. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all
incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and
maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits,
insurance, bonds and risk management. No separate line item charges shall be permitted for either response
or invoice purposes.
Page 9 of 14
Exhibit "A"
City of Round Rock
Dell Diamond Support Pole Fabrication and Installation for Backstop Netting
IFB 20-029 UPDATED
Class/Item: 805-24 / 570-68 / 912-00
September 2020
10. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondent(s) performance at
any time during the Agreement term.
11. ACCEPTANCE/INSPECTION: Acceptance inspection should not take more than five (5) working days. The
awarded respondent will be notified within the time frame if the services delivered are not in full compliance
with the specifications. In the event the services are not performed to the satisfaction of the City; the vendor
shall agree to reperform services to specification at no additional cost to the City. If any agreement or
purchase order is cancelled for non -acceptance, the needed services may be purchased elsewhere.
Conformance to the specification, inspection, and approval of both the constructed poles and pole installation
will be performed by the 3'd party Special Inspections group, Dunaway Associates, and the City.
12. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum purchase is made or implied. The City will only order the services/goods needed to
satisfy requirements within budgetary constraints, which may be more or less than indicated.
13. PERMITS: The successful Respondent shall verify and obtain all necessary permits, licenses, and/or
certificates required by federal, state and local laws, ordinances, rules or regulations for the completion of the
services as specified if required for the project.
14. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award,
split award, primary and secondary award, non -award, or use any combination that best serves the interest
and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff
recommendation of award has been made. The award announcement will be posted to the City's website at
https://www.roundrocktexas.gov/businesses/solicitations/ once City Council has approved the
recommendation of award and the agreement has been executed.
15. POST AWARD MEETING: The City and successful Respondent(s) may have a post award meeting to
discuss, but not be limited to the following:
A. Provide City contact(s) information for implementation of agreement.
B. Identify specific milestones, goals, and strategies to meet objectives.
16. POINT OF CONTACT / DESIGNATED REPRESENTATIVE:
A. Respondent's point of contact: In order to maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified point of contact upon award of
the contract to include contact information. The City's designated representative shall be notified by the
Respondent immediately should the point of contact change.
B. The City's designated representative:
Brian Stillman
Sports Facilities & Operations Manager
Phone: 512-218-6607
E-mail: bstillman(a)roundrocktexas.gov
Page 10 of 14
Exhibit "A"
City of Round Rock
Dell Diamond Support Pole Fabrication and Installation for Backstop Netting
IFB 20-029 UPDATED
Class/Item: 805-24 / 570-68 / 912-00
September 2020
PART IV
SCOPE OF WORK
1. PURPOSE? Due to safety concerns the City has determined that the backstop netting currently in place at the
Dell Diamond must be extended along each side of the field. The selected Respondent will need to fabricate
and install two netting support poles, one on each side of the field. This project must be completed within 10
weeks of award.
2. MATERIAL SPECIFICATIONS FOR SUPPORT POLES AND TURNKEY INSTALLATION:
A. The engineering specifications and requirements for the support poles have been provided by Dunaway
Associates and are outlined in Attachment E — Support Pole Drawing.
B. No exceptions or replacements will be accepted with regards to the specifications outlined in Attachment
E — Support Pole Drawing.
C. The selected Respondent shall be responsible for the turnkey fabrication, delivery, and installation of
these two support poles.
D. Conformance to the specification, inspection, and approval of both the constructed poles and pole
installation will be performed by the 3'd party Special Inspections group, Dunaway Associates, and the
City.
3. RESPONDENT'S RESPONSIBILITIES: The Respondent shall -
A. Fabricate, deliver, and install the support poles in compliance with Attachment E — Support Pole Drawing
within 10 weeks of award.
B. Provide all personnel, supplies, and equipment needed to complete the project including but not limited to
boom lifts, drilling equipment, plywood for heavy equipment to access the field, etc. All materials and
equipment shall be of good quality and new and as specified herein. If requested, Respondent shall
furnish satisfactory evidence as to the kind, quantity and quality of materials and equipment. All materials
and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in
accordance with instructions of the applicable Supplier, except as otherwise provided herein.
C. Deliver all materials to the following location:
Dell Diamond
3400 East Palm Valley Blvd.
Round Rock, Texas 78665
D. Request the 3'd party Special Inspections group, Dunaway Associates, and the City inspect and
approve the netting support poles prior to installation and after pole installation.
E. During the progress of the work and on a daily basis, Respondent shall keep the premises free from
accumulations of waste materials, rubbish and other debris resulting from the work.
F. Upon completion of the work, repair any damage to Dell Diamond fields or facilities resulting from the
performance of this scope of work at no cost to the City or Dell Diamond.
G. Remove and dispose of all discarded materials after the project is completed and return the field to its
original condition not specifically designated for alteration by the work set forth in this IFB.
H. Provide a one-year warranty on all workmanship and parts including but not limited to manufacturer's
warranty, workmanship defects, and installation.
I Be responsible for providing 3'd party Special Inspections required by Chapter 17 of the
International Building Code. Please see Attachment F - Special Inspection Details.
4. CITY RESPONSIBILITIES, The City will -
A. Provide a point of contact for all work to be coordinated through
B. Coordinate access to the project area.
C. Provide restrooms, parking, standard electrical connectivity, and water utilities to complete the project.
Page 11 of 14
Exhibit "A"
City of Round Rock
Dell Diamond Support Pole Fabrication and Installation for Backstop Netting
IFB 20-029 UPDATED
Class/Item: 805-24 / 570-68 / 912-00
September 2020
ATTACHMENT A
BID SHEET
9. ATTACHMENT A — BID SHEET is posted in Solicitation Documents for IFB 20-029 Dell Diamond Support
Pole Fabrication and Installation for Backstop Netting in an Excel format on the City of Round Rock website
at:
https://www.roundrocktexas.gov/businesses/solicitations/
A. To be considered responsive Attachment A — Bid Sheet must be completed, signed by an authorized
representative, and returned by the deadline for submission of response indicated in Part I Section 5 —
Schedule of Events.
B. The Respondent, by submitting and signing Attachment A — Bid Sheet, acknowledges that he/she has
received and read the entire document packet sections defined above including all documents
incorporated by reference, and agrees to be bound by the terms therein.
C. To do business with the City of Round Rock you must be registered with the City's Vendor Database.
To register, go to: https://roundrocktxvendors.munisselfservice.comNendors/default.asi)x.
D. By the signature affixed on Attachment A — Bid Sheet, the Respondent hereby certifies that neither the
Respondent nor the entity represented by the Respondent, or anyone acting for such entity has violated
the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code,
or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any
competitor or any other person engaged in such line of business.
E. The Respondent agrees, if this Offer is accepted within 120 calendar days after the Due Date, to fully
comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet.
Page 12 of 14
Exhibit "A"
ATTACHMENT A - BID SHEET
DELL DIAMOND SUPPORT POLE FABRICATION AND INSTALLATION FOR BACKSTOP NETTING
IFB 20-029
The Respondent represents by their signature below that they are submitting a binding offer and are authorized to bind the respondent to fully comply with
the solicitation documents contained in IFB 20-029 Dell Diamond Pole Fabrication and Installation for Backstop Netting. The Respondent acknowledges
that they have received and read the entire solicitation packet, attachments, addendums, and all documents incorporated by reference, and agrees to be
bound by the terms therein
Special Instructions: All prices must be quoted in order to be considered responsive, be advised that exceptions taken to any portion of the solicitation will
jeopardize acceptance of the bid. Altemative bids will not be considered and unauthorized modifications to the bid sheet format will result In the rejection
of the bid. The City reserves the right to purchase more or less than the quantities indicated below.
Section I: Support Pole Fabrication
Delivery, and Installation
No.
Description
Estimated
Quantity
Unit
Unit Cost
Extended Total
1
Support Pole Fabrication
2
EA
$16 430.00
2
Delivery of Poles to Dell Diamond
1
EA
$2,700.00
3
Turnkey Installation of Poles at Dell Diamond
1
FA
$27 780.00
4
Special Inspections- 3rd Party
1
FA
$1,890.00
Total:
$48,800.00
COMPANY NAME:
SIGNATURE OF AUTHORIZED REPRESENTATIVE.
PRINTED NAME:
PHONE NUMBER:
EMAIL ADDRESS:
loft
GAME COURT SERVICES
JON LANTRIP
512-394-0461
JON( GAMECOURTSERVICES.COM
Exhibit "A"
City of Round Rock
Dell Diamond Support Pole Fabrication and Installation for Backstop Netting
IFB 20-029
Class/Item: 805-24 / 570-68 / 912-00
September 2020
ATTACHMENT B
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER:
RESPONDENT'S NAME:CMne (()U 1 G)eV_VJ1A— 2 DATE: � Li
Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government
agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last
two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If
references cannot be confirmed or if any negative responses are received it may result in the disqualification of
submittal.
1. Company's Name
Name of Contact
Title of Contact
E-Mail Address
Present Address
City, State, Zip Code
Telephone Number
2. Company's Name
Name of Contact
Title of Contact
E-Mail Address
Present Address
City, State, Zip Code
Telephone Number
3. Company's Name
Name of Contact
Title of Contact
E-Mail Address
Present Address
City, State, Zip Code
Telephone Number
hfioor to 06lrevj *J� - Olt Sod-!' wyle t
PAP�a 'Je4rosen _
tda
i I4OD �_olnr_o in, t�n`tvQr�i�� fir.
-1 GrD2-i Fax Number: (tj 2 )
Wa4r1Il
hytivwVw, Tuas -1(po l l
(Sli ) ijl)- j) - 19311 _ Fax Number: ( )
Karl" nn? o
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Page 13 of 14
Exhibit "A"
City of Round Rock
Dell Diamond Support Pole Fabrication and Installation for Backstop Netting
IFB 20-029
Class/Item: 605-24 / 570-68 / 912-00
September 2020
ATTACHMENT C
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: k �� l_ . ` 029_ _
RESPONDENT'S NAME: 1'�UxT SffVLQ,S DATE:
• CIRCLE ONE - NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO
YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT ES
If yes complete the information below
1, Subcontractor Name LCIRC411T SQOf-1''t4llUfI, Gns
Name of Contact
'(-'j }�
E-Mail Address
t h�S pff�W`Q
Address
?= 0
L"?—)
City, State, Zip Code
0L) 7g-(ol
Telephone Number
( 'j ) _
Fax Number:
Describe work to be
performed
01 Wn QA/V
Percentage of contract
work to be performed
2. Subcontractor Name
_
Name of Contact
Title of Contact
E-Mail Address
Address
City, State, Zip Code
Telephone Number
( )
Fax Number: ( )
Describe work to be
performed
Percentage of contract
work to be performed
• Add additional pages as needed
Page 14 of 14
Exhibit "A"
ROUND ROCK TEXAS
PURCHASING DIVISION
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Solicitation: IFB 20-029 Addendum No: 1 Date of Addendum: 9118120
This addendum is to incorporate the following changes to the above referenced solicitation:
Questions:
Q1: Will Dell Diamond employees help with the project requirements?
Al: No, Dell Diamond employees will only be available on a limited basis and for consultation purposes
only. Dell Diamond employees will also be responsible for marking areas to avoid with heavy
equipment.
Q2: Will there be another site visit for subcontractors?
A2: No
Q3: What are the permit requirements for this project?
A3. This project will not require permits.
Q4: On Attachment E - Support Pole Drawing it specifies under Note 3 that the finish should be painted with an
exterior grade paint, what color should it be?
A4: Paint finish for fabricated poles will meet the below criteria:
Benjamin Moore Ultra Spec EXT
Advanced Waterborne Formula
Exterior Satin
Base 4 N448-4X (New Dugout Green)
Y3 15x 0.0000
S1 15x 0.0000
W1 5x 0.0000
B1 17x 16.0000
Additional Information:
A. Part IV- Scope of Work, Item 3.1. has been added to indicate the Contractor shall "be responsible for
providing 3rd party Special Inspections required by Chapter 17 of the International Building Code. Please
see Attachment F - Special Inspection Details" and updated references to the Special Inspections
requirement are included.
B. The City has included Attachment F - Special Inspection Details.
C. The bid sheet has been updated to include the TO party Special Inspection line item.
D. The pre -bid sign -in sheet is included with this addendum.
III. Extension: The proposal due date is hereby extended until Thursday, October 1, 2020 at 3:OOPM CST.
IV. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
Exhibit "A"
APPROVED BY: 9/18/20
Allen Reich, Purchaser
Purchasing Office, 512-218-6682
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY:
Name Authorized Signature Dat
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.
ROUND ROCK
TEXAS
City of Round Rock
Agenda Item Summary
Agenda Number:
Title: Consider executing an Agreement with Game Court Services, Inc. for support pole
fabrication and installation for the backstop netting at Dell Diamond.
Type: City Manager Item
Governing Body: City Manager Approval
Agenda Date: 1/1/2021
Dept Director: Chad McKenzie - Sports Management Director
Cost: $48,800.00
Indexes: Dell Diamond Capital Repair Fund
Attachments:
Department: Sports Management and Tourism
Text of Legislative File CM-2021-005
Game Court Services will provide all materials, fabrication, and installation services required to install two
new structural supports poles, which will them hold extended safety netting, at the Dell Diamond. Project
will be awarded via IFB 20-029.
Cost: $48,800.00
Source of Funds: Dell Diamond Capital Repair Fund
City of Round Rock Page 1 of I