R-2022-016 - 1/13/2022 RESOLUTION NO. R-2022-016
WHEREAS, the City of Round Rock ("City") has duly advertised for bids to purchase
overhead door maintenance and repair services and for related goods and services; and
WHEREAS, D.1-1. Pace Company, Inc. has submitted the lowest responsible bid; and
WHEREAS, the City Council wishes to accept the bid of D.1-1. Pace Company, Inc., 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 Overhead Door Maintenance and Repair Services with D.1-1. Pace
Company, Inc., a copy of said Agreement being attached hereto as Exhibit "A" and incorporated
herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and fon-nally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 13th day of January, 2022.
CRAIGr"I"IAyayor
City of �o und 1.0
.0 , Texas
ATTEST:
MEAGAN61NKS, tity Clerk
0112,217222,X1877-7217-6392
EXHIBIT
"'A„
CITY OF ROUND ROCK AGREEMENT FOR
PURCHASE OF OVERHEAD DOOR MAINTENANCE AND REPAIR SERVICES
WITH
D.H. PACE COMPANY INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS AGREEMENT for the purchase of overhead door maintenance and repair
services, 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 ,2421 by and between the
CITY OF ROUND ROCK, a Texas home-rule municipality, whose offices are located at 221
East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and D.H.
PACE COMPANY, INC., whose offices are located at 1340 Airport Commerce Drive, Building
1,Suite 150,Austin,Texas 78741 (referred to herein as the"Services Provider").
RECITALS:
WHEREAS, City desires to purchase overhead door maintenance and repair services;and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and
services;and
WHEREAS, City has determined the bid submitted by Services Provider is the lowest
responsible bidder;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:
1.0 DEFINITIONS
A. Agreement means the binding legal contract between City and Services Provider
whereby City agrees 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 21-007 dated May 2021 ("IFB"); (b) Services Provider's Response to IFB; and (c) any
4867-7462-6349,ss2
exhibits and/or addenda 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,Addenda,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 Agreer ient 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, lihtning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the peop , civil disturbances, explosions, or other causes not reasonably within the control
of the party c aiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities,or equipment.
2.0 EFFECTIVE DATE AND TERM
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 in icated herein,or is terminated or extended as provided herein.
B. The term of this Agreement shall be for sixty(60) months from the effective date
hereof.
3.0 CONTRACT DOCUMENTS AND EXHIBITS
City s-.lected Services Provider to supply the services as outlined in the IFB; Addenda to
IFB; and R ponse to IFB submitted by Services Provider, all as specified in Exhibit 14 All'
incorporated terein by reference for all purposes. The intent of these documents is to formulate
an Agreemen listing the responsibilities of both parties as outlined in the IFB and Addenda to
IFB and as of rered by Services Provider in its Response to the IFB.
The 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.
2
4.0 ITEMS AWARDED AND SCOPE OF WORK
Items Awarded. All bid items in "Attachment A Bid Sheet"of Exhibit "A" are awarded to
Services Provider.
Scope of Work: Services Provider shall satisfactorily provide all services described in Exhibit
"A," attached hereto, within the contract term specified in Section 2.0. Services Provider's
undertakings shall be limited to performing services for City and/or advising City concerning
those matters on which Services Provider has been specifically engaged. Services Provider shall
perform its services in accordance with this Agreement, in accordance with the appended
exhibits, in accordance with due care, and in accordance with prevailing industry standards for
comparable services.
5.0 COSTS
A. In consideration for the services to be performed by Services Provider, City
agrees to pay Services Provider the amounts set forth in "Attachment A Bid Sheet"of Exhibit
"A"
B. The City shall be authorized to pay the Services Provider an amount not-to-
exceed One Hundred Ninety-Four Thousand Three Hundred Seventy-Five and No/100
Dollars{$194,375.00}for the term of this Agreement.
6.0 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
C. Delivery or performance dates.
7.0 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F,Section 27 1.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful service
provider(s) and the City. Such agreement shall be conclusively inferred for the services provider
from lack of exception to this clause in the service provider's response. However, all parties
3
hereby expressly agree that the City is not an agent of, partner to, or representative of those
outside agencies or entities and that the City is not obligated or liable for any action or debts that
may arise out of such independently-negotiated"piggyback"procurements.
8.0 NON PPROPRIATION 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 govern ng body of City does not appropriate funds sufficient to purchase the services as
determined b r City's budget for the fiscal year in question. City may affect such termination by
giving Servic Provider a written notice of termination at the end of its then current fiscal year.
9.0 PRO PT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Services Pro ider 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 ater. Services Provider may charge interest on an overdue payment at the"rate in
effect" on Se )tember 1 of the fiscal year in which the payment becomes overdue, in accordance
with V.T.C. ., Texas Government Code, Section 2251.025(6); however, this Policy does not
apply to payr ients 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.
10.0 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
entertainmen 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 f this Agreement. In addition, Services Provider may be subject to penalties stated
in Title 8 oft ie Texas Penal Code.
4
11.0 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Services Provider's charges.
12.0 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.
13.0 INSURANCE
Services Provider shall meet all insurance requirements set forth in Part II of IFB 21-007
and on the City's website at:
ht!ps://www.roundrocktexas.goy/wo-contenVuploads,12014/"12/corr insurance 07.20112.12df
14.0 CITY'S REPRESENTATIVES
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Corey Amidon
Manager Facility Maintenance
212 Commerce Boulevard
Round Rock,Texas 78664
512-341-3144
camidon@roundrocktexas.gov
15.0 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made,then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
16.0 DEFAULT
If 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:
5
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 "bight to
Assurance"section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
17.0 TERMINATION AND SUSPENSION
A. Either party 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 the other
Ply
B. In the event of any default by Services Provider, City has the right to terminate
this Agreemei it for cause,upon ten(10)days'written notice to Services Provider.
C. Services Provider also has the right to terminate this Agreement 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 sh 11 apply: Upon City's delivery of the referenced notice to Services Provider,
Services Pro 'der shall discontinue all services in connection with the performance of this
Agreement d shall proceed to cancel promptly all existing orders and contracts insofar as such
orders and co tracts are chargeable to this Agreement. Within thirty (30)days after such notice
of terminatio , Services Provider shall submit a statement showing in detail the goods and/or
services satis a 4torily performed under this Agreement to the date of termination. City shall then
pay Services rovider that portion of the charges, if undisputed. The parties agree that Services
Provider is of entitled to compensation for services it would have performed under the
remaining to of the Agreement except as provided herein.
18.0 INDEMNIFICATION AND LIABILITY
Services Provider shall defend (at the option of City), indemnify, and hold City, its
successors, at signs, 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.
6
Notwithstanding the foregoing, the extent of Service Provider's liability under this
provision shall be expressly limited to damage,injuries or losses caused by the acts or omissions
of Services Provider (including the acts or omissions of Service Provider's subcontractors and
suppliers). The parties further agree that the extent of Service Provider's liability and duty to
defend pursuant to this said indemnity section shall be expressly limited to damages, losses,
litigation expenses and costs, and attorneys' fees directly resulting from or caused by the acts or
omissions of the Services Provider (including the acts or omission of Service Provider's
subcontractors and suppliers).
19.0 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 2271,Texas Government Code,a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2) and will not
boycott Israel during the term of the contract. The signatory executing this Agreement on behalf
of Services Provider verifies that Services Provider does not boycott Israel and will not boycott
Israel during the term of this Agreement.
20.0 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.
21.0 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.
7
Notice to Services Provider:
D.H. Pace Company,Inc.
1340 Airport Commerce Drive,Building 1,Suite 150
Austin,Texas 78741
Notice to City:
City Manager Stephan L. Sheets,City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock,TX 78664 Round Rock,TX 78664
Nothi g contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Services Provider.
22.0 APPLICABLE LAW; ENFORCEMENT AND VENUE
This greement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by ither party with respect to the enforcement of any or all of the terms or conditions
herein,exclu.,ive 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.
23.0 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Services Pro 'der 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.
24.0 DISPUTE RESOLUTION
Cityd Services Provider hereby expressly agree that no claims or disputes between the
parties arisiilt
out of or relating to this Agreement or a breach thereof shall be decided by any
arbitrationoceeding, including without limitation, any proceeding under the Federal
Arbitration (9 USC Section 1-14)or any applicable state arbitration statute.
25.0 SEVERABILITY
The iiivalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence o any event rendering any portion or provision of this Agreement void shall in no
way affect th4 validity or enforceability of any other portion or provision of this Agreement. Any
void provisio shall be deemed severed from this Agreement,and the balance of this Agreement
shall be con rued and enforced as if this Agreement did not contain the particular portion or
provision het i 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
8
being void should a provision which is of the essence of this Agreement be determined void.
26.0 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.
[Signatures on the following page.]
9
fN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of found Roel, Texas D.H., ace soma any,Inc.
By: By:
Printed Name: Printed tai 4 .,.... off i
Title: Title: Sr Reg�ional VP
Date Signed: Date Signed. 1210 ! 21
Attest:
By:
Meagan Spin,,City Clerk
For City,Approved as to Form:
Ey:.
Stephan L. Sheets, City Attorney
to
Exhibit "A"
1
Rc
"'
'ROUND
=UaICK
DivisionCity of Round Rock, Texas
Purchasing
221 East Main Street.
Round Rock, Texas 78664-5299
.rou noc xL. ov
City of Round Rock Exhibit "K
Overhead Door Maintenance and Repair Services
IFB 21-007
Class/item:910-5
May 2021
OVERHEAD DOOR MAINTENANCE AND REPAIR SERVICES
PART
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rods,herein after"the City"seeks a bid from firms experienced in
maintenance nd repair of overhead doors.
2. BACKGROUI ID:The City has a total of 145 roll up doors at various locations.There are 77 electric roti-up
doors and 68 nanual roll up doors located throughout City facilities. Facilities that may require professional
repair and ma ntenance indude, but are not limited to,office buildings,fire stations,parks facilities, police
facilities,and arking garages. Some of the brands of doors indude Cornell, Lift Master,Overhead Door
Company,ani I Rytec.
3. SOLICITATION PACKET: This solicitation packet is comprised of the following-
Desk pt{on Index
Part I-General Requirements Page(s)2-5
Part I -Definitions,Standard Terms and Conditions Page 6
and Insurance Requirements
Part 1 I-Supplemental Terms and Conditions Page(s)7-9
Part i -Scope of Work Page(s) 10-12
Attacl iment A-Bid Sheet Page 13
Attac iment B-Reference Sheet Page 14
Attac iment C-List of Locations and Equipment Page 15
Attac iment D-Sample Work Order Page 16
Attac iment E-Sample Invoice Page 17
4. AUTHORIZE6 PURCHASING : For questions or clarification of specifications,you may contact:
Amandaroweil Allen Reich
Purchase Purchaser
Purchas{ g Division Purchasing Division
City of R and Rods City of Round Rock
Phone:5 2-218-5458 Phone:512-218-6662
E-mail:&c MWlj@rounftcM9_xjs.gov E-mail:areich6ftroundrocktexas.g2v
The individual listed above is the only authorized City contact for this solicitation. The authorized purchasing
contact may contacted by e-mail for clarification for this solicitation including specifications. No other City
employee or epresentative may be contacted about this solicitation prior to contract approval. No authority is
intended or implied that specifications may be amended, or alterations accepted prior to solicitation opening
without wriftep approval of the City of Round Rock through the Purchasing Department.
Page 2 of 17
City of Round Rock Exhibit "A"
Overhead Door Maintenance and Repair Services
IFB 21-007
Classlitem:910-55
May 2021
5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT DATE
Solicitation released May 20, 2021
Optional Pre-Bid meeting/site visit June 2,2021 a 10:00 AM CST
Deadline for submission of questions June 7,2021 @ 5:00 PM, CST
City responses to questions or addendums Approximately June 9,2020 @ 5:00 PM,
CST
Deadline for submission of responses June 17,2021 a 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:
httos:!/www.roundrocktexas.gov/businesses/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:
hftos://www.roundrocktexas.gov/businessestsolicitations
6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
https://www.roundrocktexas.aov/businesses/soticitations 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. OPTIONAL PRE-BID MEETING:A pre-bid meeting will be conducted to fully acquaint Respondents with the
facilities,difficulties,and/or restrictions inherent in the services specified. The pre-bid meeting will be
conducted on the date specified in PART I Section 5--Schedule of Events.
A. Attendance at the pre-bid meeting is optional. Respondents shall sign4n at the pre-bid meeting to
document their attendance. The pre-bid meeting shall initially begin at:
City Council Chambers
221 East Main Street
Round Rock,Texas 78664
B. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre-
bid meeting.
C. 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.
8. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM,on the due date noted
in PART 1,Section 5—Schedule of Events. Mail or hand deliver sealed responses to:
City of Round Rock
Attn:Amanda Crowell
Purchasing Department
221 E.Main Street
Round Rock,Texas 786645299
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.
Page 3 of 17
City of Round Rock Exhibit "A"
Overhead Door Maintenance and Repair Services
IFB 21-007
ClassAtem:910-55
May 2021
D. No respc rise 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 Cily.
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
comprehensiv listing of every requirement specified in the solicitation.This list is only a tool to assist
participating Ri tspondents in compiling their final responses. Respondents are to carefully read the entire
solicitation.
Respondents all submit one(1)evident signed"Original"and one identical-to-the-original electronic copy of
the IFB respon a on a flash drive.The submittal is required to Include all addendums and requested
attachments. he bid response along with samples and/or copies shall be provided at the Respondent's
expense and all become the property of the City.
This invitation or bid{IFB)does not commit the City to contract for any supply or service.Respondents are
advised that th City will not pay for any administrative costs incurred to response preparation to this IFB;all
costs associat with responding to this IFB will be solely at the interested parties'expense.Not responding
to this IFB doe not preclude participation in any future RFP/RFC/IFB.
For our bid t be responsive.addendums and the attachments identified below shall be submitted
with
rj Addendu s:Addendums may be posted to this solicitation. Bidders are required to submit signed
addendu with their sealed response.The Bidder shall be responsible for monitoring the City's website
at htt s: mundrocktexas.govibusinessestsolicitations for any updates pertaining to the solicitation.
Attachme t A:BID SHEET.The bid response shall be submitted on itemized,signed Bid Sheet provided
in the solic itation packet.Failure to complete and sign the bid sheet will result in disqualification. If there is
a conflict t etween 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.
o Attachme it B:REFERENCE SHEET Provide the name,address,telephone number and E-MAIL.of at
least three (3)valid Municipal,Goverment agencies, or firms of comparable size that have utilized
services it at are similar In type and capacity within the last two(2)years.City of Round Rock references
are not ap licable.References maybe checked prior to award. If references cannot be confirmed or if
any negati ve responses are received it may result in the disqualification of submittal.
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 rece ved 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. Purch price.
B. Repu on of Respondent and of Respondent's goods and services.
G. Quality the Respondent's goods and services.
D. The ext nt to which the goods and services meet the City's needs.
E. Respon ent's past performance with the City.
F. The to long-term cost to the City to acquire the Respondent's goods or services.
G. Any rel ant criteria specifically listed in the solicitation.
M. If the so icitation is evaluated with points,the respondent must ear a minimum of 15 paints on criteria
not rela to cost in order to be considered for contract award.
Respondents i nay be contacted for clarification of bid and/or to discuss details of the services they are
proposing.
Page 4 of 17
City of Round Rock Exhibit "A"
Overhead Door Maintenance and Repair Services
IFB 21-007
Class/Item:910-55
May 2021
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:
httos:!/www.ethics.state.tx.ustwhatsnew/elf info form1295.htm
Page 5 of 17
City of Round Roc Exhibit "A"
Overhead Door Maintenance and Repair Services
IFB 21-007
Class/item:910-5
May 2021
PART 11
DEFINITIONS,STANDARD TERMS AND CONDITIONS
AND INSURANCE REQUIREMENTS
1. REFINITIONi STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation,the
Respondent rees that the City's Definitions, Standard Terms and Conditions,in effect at the time of release
of the solicits n,shall govern unless specifically provided otherwise in a separate agreement or on the face
of a purchase rder. Said Definitions,Terms and Conditions are subject to change without notice. It is the
sole responsi "lity of Respondents to stay apprised of changes.The City's Definitions,Standard Terms and
Conditions ca be viewed and downloaded from the City's website at:
htt :1/www. ndr e s / e nts/ urch i
2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard
Insurance Requirements.The City's Standard Insurance Requirements document can be viewed and
downloaded ftom the City's website at:httos://www.roundrocktexas.gov/departmentstourchasinq
Page 6 of 17
City of Round Rock Exhibit "A"
Overhead Door Maintenance and Repair Services C 1I�' UU
IFB 21-007
Class/ltem:910-55
May 2021
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following:
A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty(60)
months.
B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions
of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project
up to 90 days.
2 RES, PONDENT 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 maintenance and
repair of overhead doors 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 Respondents 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.
3. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform
required services. The City seeks to do business directly with a company experienced in gate maintenance
and repair services.
4. 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.
5. 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.
Page 7 of 17
City of Round Rock Exhibit "A"
Overhead Door Me intenance and Repair Services
IFB 21-007
ClassAtem:910-5
May 2021
6. 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, equipment acquisition and maintenance,
demurrage,fuel surcharges, costs associated with obtaining permits, insurance, bonds,and risk
management. No separate Gne4tem charges shall be permitted for either response or invoice purposes.
7, PRICE INQRE&2E_-.Contract prices for maintenance and repair of overhead doors shall remain firm
throughout the initial twelve(12)month term of the contrea A price increase to the agreement may be
considered on the anniversary date of the Contract each year and shall be equal to the consumer price index
for that year,b it at no time can the increase be greater than 10%for any single line item.
A Consun er Price Index(CPI): Price adjustments will be made in accordance with the percentage
change i i the U.S. Department of Labor Consumer Price Index(CPI-U)far all Urban Consumers. The
price adj istment rate will be determined by comparing the percentage difference between the CPI in
effect for the base year six-month average(January through June OR July through December); and
each(Ja ivary through June OR July through December six month average)thereafter. The
percentage difference between those two CPI issues will be the price adjustment rate. No retroactive
contract rice adjustments will be allowed. The Consumer Price Index(GPI)is found at the Bureau of
Labor S tistics,Consumer Price Index website: httw//www.bls.aov/cal
B. Procell re to Request Increase:
i. Mail the written price increase request with the rate detail comparison and comprehensive
C
al lation and any supporting documentation to the designated City Contract Specialist a minimum
of 4 days prior to the annual Contract anniversary date.The detailed written calculation will be
verif ed and confirmed. All written requests for increases must include the City of Round Rock
con -act number,solicitation reference information and contact information for the authorized
repri mentative requesting the increase. Price increase requests shall be sent by mail to:
City of Round Rock
Puix hasing Department
Attn: Contract Specialist
221 -mast Main Street
Rou id Rock,TX 79664-5295
ii. Upoi i receipt of the request,the City reserves the right to either accept the escalation and make
char a to the purchase order within 30 days of the request or negotiate with the Vendor or cancel
the i greement or purchase order if an agreement cannot be reached on the value of the increase.
8. PERFORM EREVIEW:The City reserves the right to review the awarded respondent(s)performance at
any time durin the contract term.
9, ACCEPTANC NSPECTION: Acceptance inspection should not take more than five(5)working days.The
awarded resp ndent will be notified within the time frame if the services delivered are not in full compliance
with the specfl cations. in the event the services are not performed to the satisfaction of the City; the vendor
shall agree to eperforin services to specification at no additional cost to the City. If any agreement or
purchase orde is cancelled for non-acceptance,the needed services may be purchased elsewhere.
10. ORDER gUAf=. The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or rn iximum purchase is made or implied.The City will only order the services/goods needed to
satisfy requirei ients within budgetary constraints,which may be more or less than indicated.
11. PERMITS:Th 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 sp 9cified if required for the project.
Page 8 of 17
City of Round Rock Exhibit "A"
Overhead Door Maintenance and Repair Services
IFB 21-007
Class/item: 910-55
May 2021
12. 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
httos://www.roundrocktexas.00vibusinesses/soIi-itations once City Council has approved the
recommendation of award and the agreement has been executed.
13. 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.
14. POINT OF CONTACT!DESIGNATED REPRESENTATIVE.
A. Contractor'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:
Corey Amidon
Manager-Facility Maintenance
General Services
Phone(512)341-3144
E-mail: camidon( roundrocktexas.gov
15. INTEMOCAL PURCHASING AGREEMENTS
A. The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the
Interlocal Cooperation Act,Chapter 791 of the Texas Goverment Code.The Contractor agrees to offer
the same price and terms and conditions to other eligible agencies that have an interlocal agreement
with the City.
B. The City does not accept any responsibility or liability for the purchases by other government agencies
through an interlocal cooperative agreement
Page 9 of 17
City of Round RocX Exhibit "A"
Overhead Door Maintenance and Repair Services
IFB 21-007
ClassiItem:910-55
May 2021
PART IV
SCOPE OF WORK
1. 1NTRODUCTi N:The City of Round Rock,herein after"the City"seeks a bid from firms experienced in
maintenance a id repair of overhead doors.
2. BACKGROU D:The City has a total of 145 roll up doors at various locations.There are 77 electric roll-up
doors and 68 noel roll-up doors located throughout City Facilities. Facilities that may require professional
repair and mai itenance Include, but are not limited to,office buildings,fire stations,parks facilities,police
facilities,and g arking garages. Some of the brands of doors include Cornell, Lift Master, Overhead Door
Company,and Rytec.
3. EM NTS: The Contractor shall-
A. Services s all be performed at the following location: See Attachment C-List of Location.The City
reserves a right to add or remove locations as equipment comes online or is decommissioned.
B. MAINTEN NCE: Maintenance shall be performed once a year. Maintenance shall include but not be
limited to.
I. Rollin Doors:
a) Inspect door alignment and level,slats,and end locks for damage.
b) In ect guides, bottom bar,and hood for damage,adjust spring(s),and lubricate bearings.
c) in ct and tighten fasteners.
d) In pact and lubricate chain hoist.
e) In pact locks for proper operation.
Q In pact and tighten all sprockets and shaft collars.
g) in safety labels,placement,and condition.
h) In pe
and adjust limit switches,belts,brakes,and gear reducer.
I) in pact operator mounting.
J) In pact and test disconnect.
k) In pact and lubricate roller chain.
1) C eck all belts pullies gears,frame,garage door balance and replace breaks and weather
slipping as needed.
il. Rollir g Steel Fire Doors:
a) In spect fuse links and replace painted fuse links.
b) D op test door for proper operation.
c) C ieck that door is properly reset.
d) T ist electric fusible links for continuity(where applicable).
e) T ist smoke detector(s)(where applicable).
f) T st hold-open devices and time delays.
g) In pest safety labels, placement,and condition.
h) C eck all belts pullies gears,frame,garage door balance and replace breaks and weather
s 'piling as needed.
C. CES: Repair service shall be performed on site at the equipment location(s)within the
time frarm s specified below.
I. fMr iency Service Call-"Emergency services"are defined as requests made that are immediately
nece ry and may stop normal operations of the City. Emergency services will only be performed at
Fire o Police Department locations.Other City locations will be considered normal service requests.
a) C ntractor shall return the call of the City's POC and schedule repair within one hour of the
C ty's emergency call for repair service.
Page 10 of 17
City of Round Rock Exhibit "A"
Overhead Door Maintenance and Repair Services
IFB 21-007
Classfitem:910-55
May 2021
b) For emergency service requests,the Contractor shall be onsite within 2 hours to perform the
required tasks including afterhours, holidays,and weekends.
ii. Non-Emeraencv Service Call."Non-Emergency Services"are defined as requests for repairs
that, if the issue is not resolved in a reasonable amount of time,wiii stop normal operations.The
Contractor shall:
a) Call the City POC to schedule repair within four hours of City's call(s)for repair services.
b) Be on location at the site within 24 hours after notification by the City that non-emergency
repair services are required.
c) Services will be performed during normal operation hours which are 8:00AM-6:00PM
iii. Service technicians shall:
a) Inform the City POC of their arrival and upon completion of work.If work is not completed the
technician must contact the City and inform them of when he will be on site to complete the task
prior to leaving the site.
b) Be fully qualified to work on the listed equipment.
c) Employed by the Contractor on the effective date of the contract.
d) Contractor shall be able to verify that service personnel have had training with a minimum of one
year of"hands on"experience working on the brands/models of City equipment.
e) If during the term of this contract a new service technician is hired by the contract,the contractor
shall provide certifications and qualifications to the City verifying that the employee is qualified
to work on the City's equipment prior to them coming on site.
4. CONTRACTOR RESPONSIBILITIES:The Contractor shall-
A. Schedule all requested maintenance in advance with the City's point of contact
B. Maintain Communication. Communication is vital to the City of Round Rock.The City requires timely
communication throughout the entire job process.The City understands that lead times can vary
depending on the size,manufacturer,and difficulty of the required tasks.
C. Be responsible for all debris removal resulting from the services.
D. Provide written work estimates to the City's point of contact via email for each project in advance of
beginning work.The estimate shall include labor,equipment, parts,and materials required to perform
repairs.Work shall not be initiated withou the City's consent and a formal PO number.
E. Work Reports-Contractor(s)shall complete and furnish a work report for each project.A copy of each
work report shall be presented with time and material used to support the cost assessment on the final
invoice. Reports shall include,at a minimum, the following information:
i. Location of the worksite,
ii. Date and time of arrival at worksite,
iii. Time spent for repair,
iv. Date and time work at location is completed,
v. Part(s)ordered,hourly labor rate with quantities,and equipment rented,if necessary,
vi. A detailed description of all the completed repair work certifying the item is in working order shall be
signed by the City's designated representative at the time the work is completed.
vii. See Attachment D-Sample Invoice
viii. See Attachment E-Sample Work Order
S. CITY RESPONSIBILITIES:The City will-
A. Confirm scheduling of work to be done.
B. Provide local vehicle parking and access to the work areas.If suitable parking cannot be furnished by
the City,the Contractor shall make arrangements for off-site parking and transportation to/from the work
site.
Page 1 I of 17
City of Round Rod( Exhibit "A"
Overhead Door Maintenance and Repair Services
IFS 21-007
ClassiItem:910-5
May 2021
C. Provide access to location where service is required.
D. Ensure are a of work is free of safety hazards.
E. Inspect work performed to ensure compliance with the scope of work.
Page 12 of 17
City of Round Rock Exhibit "A"
Overhead Door Maintenance and Repair Services
IFS 21-007
Class/item:910-55
May 2021
ATTACHMENT A
BID SHEET
1. ATTACHMENT A—BID SHEET is posted in Solicitation Documents for IFB 21-007 Overhead Door
Maintenance and Repair Services in an Excel format on the City of Round Rock website at:
https:tlwww.roundrocktexas.govtbusinesses/solicitations
A. In order 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 helshe 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. In order to do business with the City of Round Rock you must be registered with the City's Vendor
Database.To register,go to:httos://roundrock.munisselfservice.conVVendors/defautt.aspx.
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 13 of 17
• ft of Round Rock Exhibit "A"
Overhead Door M drdenance and Repair Services
IFS 21-007
Ciasslltem:91
May 2021
ATTACHMENT B
REFERENCE MEET
PLEASE COMPLETE AND RETURN THIS FORM VATH THE SOLICITATION RESPONSE
SOUCITATION mummR. 21-007
RESPONDt mrs NAME:Manny Maestes DATE: 0611612021
Provide the name address,telephone number and E-MAIL of at Least three(3)valid Municipal,Government
agencies or firms comparable size that have utilized services that are similar In type and capacity within the lest
two(2)years. of Round Reck references are not applicable.References may be checked prior to award. If
references ca be confirmed or N any negative responses are reaehred it may result In the dhWaelfficadon of
submittal.
1. Company's Name City of Fr%
Name of ntsct Chris Liles
Title�C Facilities Maintenance Supervisor
&Mali Ack rem cliles@fdscotexas.com
Present Ad fress 6101 Frisco Square Boulevard
City.State, ip Code Frisco,TX 75034
Telephone Number ( 972 ) 292-5012 Fax Number:( )
2. Comparq/g Name ,itX n„f r—=Rll
Name of 0 intact Andrew Moore
Tide of Cor tad Facilities Manager
E4"I rose amoore@coppelkx.gov
coppelkx.gov
Present Ad iress 255 E. Parkway Blvd.
City.State-ZIP Code Copoll, TX 75019
Telephone Nuirdw ( 972 ) 462-51§9 Fax Number.
3. Company' Name NIX of Universitv^Park _
Name of cct Jon Majors
Title of c Facilities Maintenance Manager
E44W Ad as jmajors@uptexas.org
PresentAddress 3800 University Blvd.
City- -7Jp Cam University Park, TX 75205
Telephone Number ( 214 ) 987-5447 Fax Number A
FAILURE TO PR VIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLV DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Payne 14 of 17
City of Round Rock Exhibit "A"
Overhead Door Maintenance and Repair Services
IFB 21-007
Class/Item:910-55
May 2021
Attachment C
List of Locations and E ui ment
LOCATION Address SIZE BRAND QTY ITYPE FULL/ROLL UP
Clay Madsen Recreation Center 1600 Gattis School Road 9'x9' CORNELL 1 MANUAL ROLL UP
Fire Central 203 Commerce Blvd 15'x 15' UFTMASTER/POWERMASTER x2 8 MANUALIAUTO x6 FULL
Fire Logistics 3300 Gattis School Road IV x IS' UFT MASTER 3 AUTOMATIC FULL
Fire Station 2 200 West Bagdad Avenue 15'x 15' UFT MASTER S AUTOMATIC FULL
Fire Station 3 221 Sundance Parkes 15'x 15 ILIFT MASTER 6 AUTOMATIC FULL
Fire Station 3 221 Sundance Parkway 8'x8' UFT MASTER 1 MANUAL FULL
Fire Station 4 1301 Double Creek Rd 1S'x IV UFT MASTER 6 AUTOMATIC FULL
Fire Station 4 1301 Double Creek Rd 8'x B' UFT MASTER i MANUAL FULL
Fire Station 5 350 Wood Drive 3S'x 15' UFT MASTER 6 AUTOMATIC FULL
Fire Station 6 2919 Joe Dimaglo Blvd 15'x IV UFT MASTER 8 AUTOMATIC FULL
Fire Station 7 4025 North Mays Street 15'x 15' UFT MASTER 4 AUTOMATIC FULL
Fire Station 8 1612 Red Bud Lane 15 x 15' UFT MASTER 6 AUTOMATIC FULL
Fire Station 8 1612 Red Bud Lane 8'x8' LIFT MASTER 1 MANUAL FULL
Fire Station 9 2721 Sam Bass Road 15'x 15' MICANAN 3 AUTOMATIC FULL
General Services Warehouse 2015 Lamar Drive 13'x 19' OVERHEAD DOOR COMPANY 1 MANUAL FULL
General Services Warehouse 2015 Lamar Drive 13'x 13' OVERHEAD/LIFTMASTER 2 MANUAL/AUTO xl FULL
General Services Warehouse 2015 Lamar Drive IV x 17' OVERHEAD DOOR COMPANY 1 MANUAL FULL
Luther Peterson Building 2 3400 Sunrise Rd IV x 12' CORNELL COOKSON 5 AUTOMATIC ROLL UP
Luther Peterson Warehouse 3400 Sunrise Rd 12'x 10' CORNELL COOKSON 7 AUTOMATIC ROLL UP
Parks and Recreation Dept.Yard 300 South Burnet 15'x IT CORNELL 9 MANUAL ROLL UP
Police Department 2701 North Mays Street li'x 10' RYTEC 2 AUTOMATIC FULL
Police artment 2701 North Mays Street 11'x 12' OVERHEAD DOOR COMPANY 1 MANUAL ROLL UP
Police Department 2701 North Mays Street 7'x it JOVERNEAD DOOR COMPANY 1 MANUAL ROLL UP
Public fety Training Center 2801 North MaYs Street 11'x Sr OVERHEAD DOOR COMPANY 5 MANUAL ROLL UP
Public Safety Training Center 2801 North Mays Street 13'x 13' OVERHEAD DOOR COMPANY 1 MANUAL ROLLUP
Public Safety Training Center 2801 North Mays Street 7'x 8' OVERHEAD DOOR COMPANY 3 MANUAL ROLL UP
Public Safety Training Center 2801 North Mays Street 15'x 15' OVERHEAD DOOR COMPANY 4 AUTOMATIC FULL
Public Safety Training Center 2801 North Mays Street 11'x 15' OVERHEAD DOOR COMPANY 2 MANUAL FULL
Sports Center 2400 Chisholm Trap 21'x Ir OVERHEAD DOOR COMPANY 3 MANUAL/AUTO x1 ROLL UP
Sports Center 2400 Chisholm Trail 27'x 25' OVERHEAD DOOR COMPANY 1 AUTOMATIC FULL
Sports Center 2.400 Chisholm Trail 1r x 15' OVERHEAD DOOR COMPANY 1 AUTOMATIC ROLL UP
Transportation Signs and Signals 910 Luther Peterson Place 9'x 9' OVERHEAD DOOR COMPANY 2 MANUAL ROLL UP
Transportation Signs and Signals 910 Luther Peterson Place 17'x IS' OVERHEAD DOOR COMPANY 1 AUTOMATIC ROLL UP
Transportation Signs and Signals 910 Luther Peterson Place 15'x 13' OVERHEAD DOOR COMPANY 2 MANUAL ROLL UP
Transportation Signs and Signals 910 Luther Peterson Place 13'x IV OVERHEAD DOOR COMPANY 1 MANUAL ROLL UP
Transportation Signs and Signals 910 Luther Peterson Place 13 x 11' OVERHEAD DOOR COMPANY 3 MANUAL ROLL UP
Vehicle Maintenance 901 Luther Peterson Place 15'x 12' OVERHEAD DOOR COMPANY 7 MANUAL ROLL UP
Vehicle Maintenance 901 Luther Peterson Place 15'x 14' OVERHEAD DOOR COMPANY 4 MANUAL ROLL UP
Vehicle Maintenance 901 Luther Peterson Place 17'x IV OVERHEAD DOOR COMPANY 6 IMANUAL ROLL UP
Vehicle Maintenance 901 Luther Peterson Place 11'x 21' OVERHEAD DOOR COMPANY 1 MANUAL ROIL UP
Vehicle Maintenance 901 Luther Peterson Place 13'x 13' OVERHEAD DOOR COMPANY 1 MANUAL ROLL UP
Vehicle Maintenance 901 Luther Peterson Place 11'x 13' OVERHEAD DOOR COMPANY 1 MANUAL ROLL UP
Water Treatment Plant 5200 North IH 35 ii'x It' N/A 2 MANUAL ROLL UP
Water Treatment Plant 5200 North IH 35 13'x 13' OVERHEAD DOOR COMPANY 3 MANUALJAUTO xl ROLL UP
Water Treatment Plant 5200 North M 35 11'x 13' N/A 2 MANUAL ROLL UP
Water Treatment Plant 15200 North IH 35 12'x 13' N/A I 1 IMANUAL IROLL UP
Page 15 of 17
City of Round Roc Exhibit "A"
Overhead Door Ma ntenance and Repair Services
IFB 21-007
Class/item:910-55
May 2021
Attachment D
Work Order (sample)
Company Name WORK ORDER#:XXXX
DATE: 00/00/0000
Your Company
Company Address
City,State Zip Cc de
Phone:
Email address:
To: For:
City of Round R LOCATION:
ATTN:Brandon F Iritchett EQIPMENT:
Water Treatment Plant P.O. Number: City's PO Number
3099 E. Palm Va ley Rd
Round Rock Tex 78664
WORK ORDER (SAMPLE)
Date and Time of arrival on site: 8/16/2019 arrived on site at 8:20AM
Date and Time work completed: 8/16/2019 completed on site visit at 11:20am
Description of Services Provided:
ALL NECESSARY PARTS&MATERIALS TO REMOVE, EXAMINE,AND REBUILD FLOWSERVE
12-EML EXISTING PUMP BOWL AT LAKE CREEK STATION. DETERMINED SHAFT COUPLINGS
DAMAGED. REPLACED SHAFT COUPLINGS AND INSTALLED NEW RUBBER INSERTS.
CLEANED AN REBUILD FLOWSERVE 12- PUMP BOWL. CLEAN&BUFF EXISTING BOWL,
PUMP HEAD, RE-ASSEMBLE COMPLETE CAN PUMP, EPDXY PAINT OD OF THE PUMP BOWL,
COLUMN, PU04P HEAD,
SUMMARY OF COST UNIT OF QTY UNIT EXTENDED
MEASURE COST AMOUNT
REPAIR REGUILAR HOURS Hour(s) 2 $00.00 $00.00
RUBBER INSE TS Each 3 $00.00 $00.00
SS HARDWAR B SUCH AS PUMP BOWL Each 2 $00.00 $00.00
BOLTS&FLAI 4GE COLUMN BOLTS
TOTAL $00.00
Thank you for your businessl
Page 16 of 17
City of Round Rock Exhibit "N'
Overhead Door Maintenance and Repair Services
IFB 21-007
Class/Item- 910-55
May 2021
Attachment E
Invoice (sample)
Company Name I N VO I C E
INVOICE* XXXX
Your Company DATE: 00/00/0000
Company Address
City, State Zip Code
Phone:
Email address:
TO: FOR:
City of Round Rock Description of Services Provided
ATTN: Brandon Pritchett P.O. Number: City's PO Number
Water Treatment Plant
3099 E. Palm Valley Rd
Round Rock Texas 78664
DESCRIPTION UNIT OF QTY UNIT EXTENDED
MEASURE COST AMOUNT
Lake Creek 3 Pump Repair
Line Shaft lux 10.97" Each 3 $00.00 $00.00
Stuffing box Bearing Each 2 $00.00 $00.00
Spider Bushing Each 4 $00.00 $00.00
Tail Bearing Each 1 $0.00 $0.00
Labor(repair) Hour 12 $0.00 $0.00
Description of Services Provided
Called for Repair on Pump at Lake Creek 3.
Pulled motor and brought to shop. Bearing
damaged and needed to be replaced. Replaced
damaged bearing and additional components
that were showing signs of wear.
TOTAL $0.00
Thank you for your business!
Page 17 of 17
Exhibit "A"
Attachment X Bid Sheet
Overhead Doors Maintenance and Repair
IFB#21.007
The Respondent represents by their signature below that they are submitting a binding offer and are authorized to bind the
respondent to fully eomI*with the solicitation documents contained in IFB No.21-OD7 Overhead Door Maintenane and
Repair Services Respondent acknowledges that they have received and read the entire solicitation packet,
attachments,and documents incorporated by reference.and agrees to be bound by the terms therein.
Special Instructions: Ali prices must be quoted in order to be considered responsive,be advised that exceptions taken to
any portion of the 'citation wig jeopardze acceptance of the bid Alternative bids will not be considered and unauthorized
modifications to th bid sheet format wit result in the rejection of the bid. The City reserves the right to purchase more or
less than pie quan'ties indicated below.
(+lo. Description !lett Unit Cost Extended Total
Section 1:Labor
1 LaborRate-Repair 240 Hour $95.00 $ 22.800.00
2 Labor ate Repair-After Hours Rate 35 Hour $145.00 $ 5.07500
3 jEmerc mcy Repair-Regular Hourly Rate 25 1 Hour 1 $170.00 $ 4.250.00
4 Em Repair-After Hours Rate 25 Hour $270.00 $ 6.750.00
Total $ 38.875.00
Sectkm It:Matert its
g (Won nation Only)•Prices for Material shall be an a cost-plusPercentage
baste The Percentage(%)If any,of markup will be: Markup 25%
COMPANY NAM D.H.Pace ComDany Inc.
SIGNATURE OF i LUTHORIZED,REPRESENTATIVE W==:— X -
PRINTED NAME: Manny Maestas
PHONE NUMBER 2147658355
EMAIL ADDRESS mannv.unaestas�dhaar�.com
1 of 1