Contract - Presidio Custom Metal Work - 8/25/2022 CITY OF ROUND ROCK AGREEMENT
FOR PURCHASE OF FENCE AND RAILING INSTALLATION
AND REPAIR SERVICES
WITH
PRESIDIO CUSTOM METAL WORKS, LLC
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 fence and railing installation and repair
services (referred to h ein as the "Agreement"), is made and entered into on this the QCJ1" day
of the month of , 2022, by and between the CITY OF ROUND ROCK,
TEXAS, a home-rule muni pality whose offices are located at 221 East Main Street, Round
Rock, Texas 78664 (referred to herein as the "City") and PRESIDIO CUSTOM METAL
WORKS, LLC, whose offices are located at 403 Brandi Lane, Round Rock, Texas 78681
(referred to herein as the "Vendor").
RECITALS:
WHEREAS, City desires to purchase fence and railing installation and repair services,
and associated goods and services, and City desires to purchase same from Vendor; and
WHEREAS, City has issued its"Request for Proposal" for the provision of said services,
and City has determined that Vendor provides the best value for the City; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration,the receipt and sufficiency of which are hereby acknowledged, the parties
mutual1v agree as follows:
1.0 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified services and Vendor is obligated to sell same. The Agreement
includes the folloN inn: (a) City's Request for Proposal designated Solicitation Number 22-002
4885-0555-9587/ss2
iZ'2�'LZ'2I(10
("RFP"); (b) Vendor's Response to RFP; (c) 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) Vendor's Response to RFP; and
(3) City's RFP, 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 and services mean the specified services, supplies, materials,
commodities,or equipment.
F. Vendor means Presidio Custom Metal Works, LLC, or any of its successors or
assigns.
2.0 EFFECTIVE DATE,INITIAL TERM AND ALLOWABLE RENEWALS
A. This Agreement shall be effective on the date it has been signed by both parties
hereto and shall remain in full force and effect unless and until it expires by operation of the term
stated herein, or until terminated or extended as provided herein.
B. The term of this Agreement shall be for sixty (60) months from the effective date
hereof.
C. Prices shall be firm for the duration of this Agreement and for any renewal
periods. 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. City may permit "unit price" adjustments upwards only in accordance with
Part HI, Item 11 of City's RFP included as a part of Exhibit "A," attached hereto and
incorporated herein by reference for all purposes.
1
D. City reserves the right to review the relationship at any time and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.0 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor to supply the services as outlined in RFP Solicitation Number 22-
002; and Response to RFP submitted by Vendor, all as specified in Exhibit "A." The intent of
these documents is to formulate an Agreement listing the responsibilities of both parties as
outlined in the RFP and as offered by Vendor in its Response to the RFP.
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.
4.0 ITEMS AWARDED
Vendor shall satisfactorily provide all goods and services described under the attached
Exhibit "A" at the sole request of the City. Vendor provide goods and 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. Only if, as, and when needed by City, the bid costs listed on Attachment D- Cost
Proposal Sheet of Exhibit "A," which are specifically relevant to the referenced bid items, shall
be the basis of any charges collected by Vendor.
B. Vendor specifically acknowledges and agrees that City is not obligated to use any
estimated annual quantity of services, and City may not expend in excess of One Million and
No/100 Dollars($1,000,000.00) for the term of this Agreement.
6.0 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received; and
D. Delivery dates.
3
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 of Round Rock's bid, with the consent and agreement of the successful
vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from
lack of exception to this clause in the vendor's response. However, all parties hereby expressly
agree that the City of Round Rock is not an agent of, partner to, or representative of those outside
agencies or entities and that the City of Round Rock is not obligated or liable for any action or
debts that may arise out of such independently-negotiated"piggyback" procurements.
8.0 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 affect such termination by
giving Vendor a written notice of termination at the end of its then-current fiscal year.
9.0 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be
made by City to Vendor will be made within thirty (30) days of the date City receives goods
under this Agreement, the date the performance of the services under this Agreement are
completed, or the date City receives a correct invoice for the goods or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to
payments made by City in the event:
A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor,
or supplier about the goods delivered or the service performed that causes the payment to be late;
or
B. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed that causes the
payment to be late; or
C. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
4
D. The invoice is not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
10.0 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without incurring any
liability to Vendor if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Vendor or its agents or
representatives to any City officer, employee or elected representative with respect to the
performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8
of the Texas Penal Code.
11.0 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
12.0 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the services as specified, City reserves the right and option to
obtain same from another source or supplier(s).
13.0 INSURANCE
Vendor shall meet all requirements as stated in Part II, Section 2 of the attached RFP
Solicitation Number 22-002.
14.0 CITY'S REPRESENTATIVE
City hereby designates the following representative(s) authorized to act in its behalf with
regard to this Agreement:
Chad McDowell
General Services Director
212 Commerce Cove
Round Rock, TX 78664
512-341-3191
cmcdowell v roundrocktexas.g_ov
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
q
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 Vendor abandons or defaults hereunder and is a cause of City purchasing the specified
services elsewhere, Vendor agrees that it may be charged the difference in cost, if any, and that it
will not be considered in 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.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
hereunder;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
17.0 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause,at any time upon thirty (30)days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, in the event of
material and substantial breach by City, or by written mutual agreement to terminate.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with 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 termination notice, Vendor
shall submit a statement showing in detail the goods and services satisfactorily performed
hereunder to the date of termination. City shall then pay Vendor that portion of the charges, if
undisputed. The parties agree that Vendor is not entitled to compensation for services it would
have performed under the remaining term of the Agreement except as provided herein.
6
18.0 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution)against any third party who may be liable for an indemnified claim.
19.0 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all federal and state laws, City's Charter and Ordinances, 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) will not boycott
Israel during the term of this contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this
Agreement.
C. In accordance with 2274, Texas Government Code, a governmental entity may
not enter into a contract with a company with at least ten (10) full-time employees for a value of
at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has
provision in the contract verifying that it: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade association; and (2) will not
discriminate during the term of the contract against a firearm entity or firearm trade association.
The signatory executing this Agreement on behalf of Vendor verifies Vendor does not have a
practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association, and it will not discriminate during the term of this Agreement against a firearm
entity or firearm trade association.
D. In accordance with 2274, Texas Government Code, a governmental entity may
not enter into a contract with a company with at least ten (10) full-time employees for a value of
at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has
provision in the contract verifying that it: (1) does not boycott energy companies; and (2) will not
boycott energy companies during the term of this Agreement. The signatory executing this
Agreement on behalf of Vendor verifies Vendor does not boycott energy companies, and it will
not boycott energy companies during the term of this Agreement.
7
20.0 ASSIGNMENT AND DELEGATION
The parties 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:
A. When delivered personally to recipient's address as stated in this Agreement; or
B. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Presidio Custom Metal Works, LLC
903 Brandi Lane
Round Rock, Texas 78681
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
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
22.0 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.
23.0 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
8
24.0 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14)or any applicable state arbitration statute.
25.0 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
such 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 to
be void.
26.0 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
9
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas Presidio Custom Metal Works, LLC
By: �� M / By: vll)?e�
Printed Name: Printed Name:
2614 n4AX-
Title: Title: OLYU
Date Signed: Z Date Signed: ,o
For City, Attest:
B '
Meagan Sp s, Ci Clerk
For City, Approved as to Form:
By:
Stephan 1j Sheets, City Attor ey
10
Exhibit "A"
ROUND ROCK TEXAS
PURCHASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
REQUEST FOR PROPOSAL (RFP)
FENCE AND RAILING INSTALLATION AND
REPAIR SERVICES
SOLICITATION NUMBER 22-002
NOVEMBER 2021
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
FENCE AND RAILING INSTALLATION AND REPAIR SERVICES
PART I
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock, herein after"the City" seeks proposals from firms experienced in
fence installation and repair services.
2. BACKGROUND: The City has approximately 1,000,000 square feet of maintained property and occupies
approximately 56 facilities. The buildings consist of both commercial and residential type structures.
Facilities maintained vary and can include but are not limited to office buildings, police department, fire
stations, parks facilities and parking garages. The City requires a respondent to provide on-site services
including all materials and labor necessary to perform fence and railing maintenance, repair, installation,
or alteration for various City owned or occupied locations on an as needed basis. The total value of the
resulting contract(s)shall not exceed $200,000 per fiscal year.
3. SOLICITATION PACKET: This solicitation packet is comprised of the following:
e. .
escrIndex
Part I —General Requirements Page(s) 2-5
Part II —Definitions, Standard Terms and Conditions and Insurance page 6
Requirements
Part III—Supplemental Terms and Conditions Page(s) 7-10
Part IV—Scope of Work Page(s) 11-14
Part V— Proposal Preparation Instructions and Evaluation Factors Page(s) 15-18
Attachment A—Proposal Submittal Form and Execution Page 19
Attachment B—Reference Sheet Page 20
Attachment C—Prevailing Wage Rates Page 21-22
Attachment D—Cost Proposal Worksheet Separate Page
Attachment E— Example Work Order Page 23
Attachment F—Example Invoice Page 24
4. AUTHORIZED PURCHASING CONTACT(S): For questions or clarification of specifications, you may
contact:
Allen Reich Amanda Crowell
Purchaser Purchaser
Purchasing Division Purchasing Division
City of Round Rock City of Round Rock
Phone: 512-218-6682 Phone: 512-218-5458
E-mail: areichttroundrocktexas.gov E-mail: acrowellt'ciaroundrocktexas.4ov
The individual(s) listed above is/are the only authorized City contact(s) for this solicitation. The authorized
purchasing contact(s) 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. 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 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
VENTS DATE
Solicitation released November 19, 2021
Optional Pre-Proposal Meeting December 2, 2021 @ 10:00 AM, CST
Deadline for submission of questions December 7, 2021 @ 5:00 PM, CST
City responses to questions or addendums Approximately December 10, 2021
Deadline for submission of responses December 16, 2021 @ 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 the 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:/Iwww.rou ndrocktexas.govlcity-businesseslsolicitations/
Questions shall be submitted in writing to the"Authorized Purchasing Contact(s)". The City reserves the
right to modify these dates. Notice of date change will be posted to the City's website:
http-s./Iwww.roundrocktexas.gov/city-businesses/solicitations/
6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
https-/Iwww.roundrocktexas.gov/city-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. OPTIONAL PRE-PROPOSAL MEETING: A pre-proposal meeting will be conducted to fully acquaint
Respondents with the solicitation requirements and difficulties and/or restrictions inherent in the services
specified. The pre-proposal meeting will be conducted on the date specified in PART I Section 5-
Schedule of Events.
A. Attendance at the pre-proposal meeting visit is optional. Respondents shall sign-in at the pre-
proposal meeting to document their attendance. The pre-proposal meeting shall take place at:
City Hall 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-proposal meeting.
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 Division
221 E. Main Street
Round Rock, Texas 78664-5299
A. Sealed responses shall be clearly marked on the outside of packaging with the RFP 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 proposal.
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property
of the City.
Page 3 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
G. Receipt of all addenda to this RFP must be acknowledged, signed, and included with the proposal
response.
H. Late Proposal(s)will not be considered under any circumstances 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 encouraged to carefully
read the entire solicitation.
A. Respondent shall submit one (1) evident signed "Original" and one (1) identical to the original
electronic copy of the RFP response on a flash drive. An electronic signature on the"original"
solicitation response is acceptable but any resulting contract shall be signed in ink. The submittal is
required to include all addendums and requested attachments. The RFP response along with
samples and/or copies shall be provided at the Respondent's expense and shall become the property
of the City.
B. This request for proposal (RFP) 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
of preparation to this RFP; all costs associated with responding to this RFP will be solely at the
interested parties'expense. Not responding to this RFP does not preclude participation in any future
RFP/RFQ/IFB.
C. For your RFP submittal to be considered responsive,the attachments identified below shall be
submitted with your proposal.
Addendums:Addendums may be posted to this solicitation. Respondents are required to
submit signed addendums with their sealed response. The Respondent shall be responsible for
monitoring the City's website at https://www.roundrocktexas.gov/city-businesses/solicitations/
for any updates pertaining to the solicitation.
Attachment A: PROPOSAL SUBMITTAL FORM AND EXECUTION: Failure to complete, sign,
and return the proposal submittal form and execution with your offer by the deadline will result
in the disqualification of your proposal.
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 D: COST PROPOSAL SHEET: The cost proposal sheet should be completed for
the City to accurately compare cost proposals. Your method of costing may or may not be used
but should be described. A firm fixed price or not-to-exceed Contract is contemplated.
Certificate of Insurance (COI): Attach a copy of your current certificate of insurance to this
response. This is for information purposes only.
10. 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.
Page 4 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No.22-002
Class/Item: 988-15
NOVEMBER 2021
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.
11. 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.
12. 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.ustwhatsnew/elf info form1295.htm
13. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of a bid, the
City of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Bidder to the City
Official, Employee, City Consultant, or Evaluation Team member evaluating or considering the bids prior
to the time a bid decision has been made. Communication between Bidder and the City will be initiated by
the appropriate City Official or Employee in order to obtain information or clarification needed to develop a
proper and accurate evaluation of the bid. Ex parte communication may be grounds for disqualifying the
offending Bidder from consideration or award of the bid then in evaluation, or any future bid
Page 5 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
PART II
DEFINITIONS, STANDARD TERMS AND CONDITIONS,
AND INSURANCE REQUIREMENTS
1. DEFINITIONS. STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation.
the Respondent agrees that the City's Definitions and 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. In addition, the Supplemental Terms and Conditions listed
in Section III, shall also be enforced as part of the contract, and can be obtained from the City's website
at: https://www.roundrocktexas.uov/citv-departments/purchasing/
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 from the City's website at: https.//www.roundrocktexas.gov/city-departments/purchasing/
Page 6 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 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 120 days.
2. PAYMENT BOND:
A. The Contractor shall provide a Payment Bond in an amount equal to 100% of any project that
exceeds $50,000 within 14 calendar days after notice to proceed for project. The Payment Bond
serves as security for the faithful payment of all of the Contractor's obligations for subcontracts, work,
labor, equipment, supplies, and materials furnished under the Contract. 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. The Surety must
obtain reinsurance for any portion of the risk that exceeds 10%of the Surety's capital and surplus.
For bonds exceeding $100,000 the Surety must also hold a certificate of authority from the U.S.
Secretary of the Treasury or have obtained reinsurance from a reinsurer that is authorized as a
reinsurer in Texas and holds a certificate of authority from the U.S. Secretary of the Treasury.
B. The Payment Bond shall remain in effect throughout the term of the applicable project.
3. PERFORMANCE BOND:
A. The Contractor shall provide a Performance Bond in an amount equal to 100% of any project
that exceeds $100,000 within 14 calendar days after notice to proceed of project. The
Performance Bond serves as security for the faithful performance of all of the Contractor's
obligations under the Contract. 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. The Surety must obtain reinsurance
for any portion of the risk that exceeds 10% of the Surety's capital and surplus. For bonds
exceeding $100,000 the Surety must also hold a certificate of authority from the U.S. Secretary
of the Treasury or have obtained reinsurance from a reinsurer that is authorized as a reinsurer in
Texas and holds a certificate of authority from the U.S. Secretary of the Treasury.
B. The Performance Bond shall remain in effect throughout the term of the applicable project.
4. LIQUIDATED DAMAGES: Time is of the essence in the performance of the contract; therefore, the
Contractor shall strictly adhere to the Contract delivery schedule. No changes in the delivery schedule
shall be effective unless in writing executed by both City and the Contractor. The parties agree that if, due
to no fault of the City, delivery of any material or performance of any service is delayed beyond the time
specified in the Contract, the actual damages sustained by the City because of such a delay will be
uncertain and difficult to determine, and that the reasonably foreseeable damage incurred by the City
agrees to stipulate to be 5% of total project cost per calendar day. The Contractor therefore agrees to pay,
and the City agrees to accept, as liquidated damages, the sum of 5%of total project cost per calendar
day for each calendar day of delay.
5. 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 contractor or subcontractor who is awarded a contract by the City shall
pay not less than the rates set forth in Attachment C and comply with all applicable sections of Chapter
2258.
Page 7 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
Attachment C- Prevailing Rates are posted in Solicitation Documents for RFP No. 22-002 Fence
Installation and Repair Services on the City of Round Rock website at:
https://www.roundrocktexas.ciov/citv-deoartments/ourchasino/
6. 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 fence installation
and repair services as specified herein and have adequate organization, facilities, equipment,
financial capability, and personnel to ensure prompt and efficient service to the City.
B. In order to confirm financial stability, the City may choose to review audited financial statements at
any time throughout the RFP evaluation process. Upon request, the Respondent shall provide two
years audited financial statements, including any notes or supplemental schedules within 2 business
days of the original request.
C. The Respondent shall include in the proposal a list of all litigation the company or its principals have
been involved in within the last three (3)years.
D. 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 RFP process.
7. 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 fence installation
and repair services.
8. 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.
9. WORKFORCE: Successful Respondent shall:
A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner.
Note: Inappropriate language will not be tolerated on City property.
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.
10. 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 8 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
Prices for materials and rental equipment will be on a cost-plus basis. The percentage (%) markup shall
not be greater than 15%. Invoices for work performed shall require a copy of a supplies/rental receipt to
be included.
11. PRICE INCREASE: Contract prices for fence installation and repair services shall remain firm throughout
the initial twelve (12) month term of the contract. 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, but at no time can the increase be greater than 5% for any single line item unless otherwise
approved by the City.
A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage
change in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The
price adjustment 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 (January 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 price adjustments will be allowed. The Consumer Price Index(CPI) is found at the Bureau of
Labor Statistics, Consumer Price Index website: http://www.bls.gov/cpi
B. Procedure to Request Increase:
i. Mail the written price increase request with the rate detail comparison and comprehensive
calculation and any supporting documentation to the designated City Contract Specialist a
minimum of 45 days prior to the annual Contract anniversary date. The detailed written
calculation will be verified and confirmed. All written requests for increases must include the City
of Round Rock contract number, solicitation reference information and contact information for the
authorized representative requesting the increase. Price increase requests shall be sent by mail
to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 E Main Street
Round Rock,TX 79664-5299
ii. Upon receipt of the request, the City reserves the right to accept the escalation and make
changes to the purchase order within 30 days of the request, negotiate with the vendor, or cancel
the agreement or purchase order if an agreement cannot be reached on the value of the
increase.
12. 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.
13. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance
anytime during the contract term.
14. POINT OF CONTACT(POC)/ 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 will be:
Eric Dady
Superintendent-Building Construction
General Services
Phone office: 512-218-5472 Cell: 512-688-0350
Page 9 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
E-mail: edady@roundrocktexas.gov
15. MATERIALS SPECIFICATIONS/DESCRIPTIVE LITERATURE:
A. Safety Data Sheets: Successful Respondent shall be required to have in their possession at the
location of each project and available upon request material safety data sheets applicable to
hazardous substances that are present at the work site.
B. Materials specification sldescriptive literature are defined as product manufacturer's catalog pages,
"cut sheets"applicable tests results, or related detailed documents that specify material construction,
performance parameters, and any industrial standards that are applicable such as ANSI, ASTM,
ASME, SAE, NFPA, NBS, EIA, ESL, and NSA. The submitted materials specification sldescriptive
literature must include the manufacturer's name and product number of the product being offered.
16. INTERLOCAL PURCHASING AGREEMENTS:
A. The City has entered into Interfocal Agreements with other Governmental agencies pursuant to the
Interlocal Cooperation Act, Chapter 791 of the Texas Government 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 10 of 24
City of Round Rock Exhibit "A"i
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
PART IV
SCOPE OF WORK
1. INTRODUCTION: The City of Round Rock, herein after"the City" seeks proposals from firms
experienced in fence installation and repair services.
2. BACKGROUND: The City has approximately 1,000,000 square feet of maintained property and occupies
approximately 56 facilities. The buildings consist of both commercial and residential type structures.
Facilities maintained vary and can include but are not limited to office buildings, police department, fire
stations, parks facilities and parking garages. The City requires a respondent to provide on-site services
including all materials and labor necessary to perform maintenance, repair, renovations, installation, or
alteration for various City owned or occupied locations on an as needed basis for fence and railings work
3. DESIGNATED CONTACT PERSON: In order to maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified crew leader/point of contact
upon award of the contract.
A. The City shall be provided with the designated person's name and telephone number.
B. This contact person shall remain the same throughout the term of the contract or upon termination of
the contact person. If a change has been made in the contact person due to termination, the City's
designated representative shall be notified by the Contractor immediately at the time of the change.
NO substitutions of key personnel shall be permitted without written approval of the authorized City's
designated representative.
C. The contact person shall be identified in the solicitation response and may be required to attend an
oral presentation to the selection team prior to award of contract.
D. The Contractor shall provide the City with a secondary point of contact if primary point of contact shall
be unavailable.
4. RESPONSE TIME: Response times shall be as follows:
Non-Emergency Service Calls: "Non-emergency services"are defined as requests for repairs that, if
the issue is not resolved in a reasonable amount of time, will stop normal operations. The Contractor
shall:
A. Respond and provide a written estimate for non-emergency service calls within two (2) days and
begin work within five (5) days of the original request provided a PO is issued to the Contractor.
B. Services will be performed during normal operation hours which are 7:OOAM-6:OOPM.
C. Contractor is expected to follow all noise ordinances set forth by the City.
5. REGULAR AND OVERTIME WORK HOURS:
A. Regular business hours are from 7:00 am to 6:00 pm Monday through Friday.
B. Weekends may be permitted on an as needed basis. Services provided on weekends will not be
considered overtime hours unless the Contractor's personnel have exceeded 40 hours in the
current week.
C. Overtime pay is only permitted in instances where the City deems the work to be necessary and prior
written approval is given in advance of the work performed.
D. Approved overtime work performed in excess of regular work hours, on weekends, or on holidays
shall be based on the rate of regular labor not to exceed one and one half(1 %) times the fixed hourly
rate for the tradesman performing the service.
E. Respondent shall submit a total hourly and overtime rate price for labor that includes, but not be
limited to, all costs for labor, overhead charges, travel, and payroll expenses.
6. PERMITS/INSPECTIONS: If the project requires permitting and inspections the Contractor shall:
A. Assist City of Round Rock (CORR) representative with any information requested if a project permit is
required.
Page 11 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
B. Schedule all inspections as required/requested by building inspections at the following website:
https://etrakit.roundrocktexas.aov/etrakit/
C. Notify the CORR representative prior to requesting an inspection to do a pre inspection walk.
D. Notify the CORR representative once an inspection has been requested and provide estimated date
and time the inspection will take place.
E. Notify the CORR representative of results of inspections.
F. If any item does not pass inspection, it is the Contractor's responsibility to correct the item at no
additional cost to the City.
7. WORKMANSHIP: Quality work shall be performed by the contractor and must be signed off and
approved by City of Round Rock representative and will be defined on a per job basis. All materials
furnished in carrying out this agreement shall be of character and quality as required by the project
specifications, scope and/or existing conditions. Where no standard is specified, for such work, they shall
equal or better the level of finish at the existing conditions and be compliant with all applicable code
requirements.
A. All materials used in any project shall be new unless pre-approved by the City's designated
representative.
B. At the conclusion of each project the Contractor shall demonstrate to the City's designated
representative that the work is fully operational and in compliance with contract specifications, scope,
existing conditions, and/or codes.
8. FENCE AND RAILING REQUIREMENTS: The following contains the minimum requirements and
experience for fence and railing installation and repair services required by the City. The Contractor shall:
A. Ensure that all personnel are skilled and qualified to perform the services as requested.
B. Have a working knowledge of commercial fence and railing installation.
C. Be able to install a variety of fences and gates to include but not limited to wood, chain link, security,
and decorative metal.
D. Have experience in installing a variety of premanufactured and custom railings.
E. Supply their own and have a working knowledge of all tools and equipment applicable to the specified
trade and have extensive knowledge of building materials.
F. Be able to work unsupervised and run a crew.
G. Be familiar and comply with all City Design and Construction Standards which can be found on our
website at: https:f/www.roundrocktexas.gov/city-departments/transportation/traffic-operations/desuan-
a nd-co nstructi o n-standards/
H. Have at minimum of five (5) years'commercial experience and possess all the necessary tools
required to complete projects specified by the City.
9. WARRANTY: Successful Respondent shall provide at minimum a one (1)year warranty on all
workmanship and parts including but not limited to manufacturer's warranty, workmanship defects, and
installation. All warranty work shall be completed within five (5) working days from notice of defect.
10. ESTIMATES: Contractor shall provide a non-binding written "Not to Exceed"estimate on all projects at no
charge to the City upon request. It is the Contractor's responsibility to ensure that all information is
complete to provide an accurate estimate. The City will not incur charges from the Contractor until the
Contractor arrives on site and begins work. In certain circumstances a sample of materials to be used in a
project may be requested by the City's designated representative for approval before work commences.
Each written estimate shall include the following information:
A. Department name and location of the project.
B. Contractor's designated contact name and telephone number.
C. Breakdown of labor costs (Number of workers, hourly rate); also include Foreman hours and rate if
applicable.
D. Materials (Detailed description, quantity, unit price, and extended price amounts).
Page 12 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
E. Cost of equipment rented to complete project.
F. Total cost(Labor and materials).
G. Description specifying work to be done.
H. Time projected to complete the project.
1. See Attachment F-Sample Work Order
11. INVOICE REQUIREMENTS: Each project shall be invoiced separately; the Contractor shall include
detailed information on each invoice:
A. The total hours worked and hourly rate for labor. Labor hours hour shall include costs of labor,
overhead charges, travel, payroll expenses and Supervisor total hours and rate if applicable.
B. Supplies, materials, equipment rental: The cost of supplies, materials, and equipment rental shall be
listed separately from labor. A maximum percentage markup, as indicated in the cost proposal sheet,
will be allowed for material. Invoices shall have attached a copy of paid materials receipt from the
supplier.
C. See Attachment G-Sample Invoice
12. CONTRACTOR RESPONSIBILITIES:
A. Schedule all requested maintenance in advance with the City's point of contact.
B. Properly dispose of all rubbish and waste materials according to applicable federal, state, and local
health, safety, and environmental laws, ordinances, rules, and regulations.
C. Visit and inspect the locations prior to the submittal of a project proposal. Submittal of the project
proposal is evidence that the Contractor has familiarized themselves with the nature and extent of the
work and any local conditions that may, in any manner, affect the scope of the work to be done,
pricing, and the equipment, materials, and labor required. Inspection must be scheduled by
contacting the City's designated representative. Any variations in scope or pricing will only be
considered on a case-by-case basis and must be approved in writing by the City POC prior to any
work on said variation can begin Contractor shall have full knowledge of scope of work and have
ability to anticipate and ability to plan for variations prior to project start.
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 without the City's consent in the form of a formal PO number.
E. Make all arrangements for delivery, unloading, receiving, and storing fence or railing installation and
repair material and supplies for each project. The City will not assume any responsibility for these
shipments.
F. Provide 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. Be responsible for rental of any equipment that may be required to complete task.
viii. Be responsible for any disposal fees.
G. 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 upon the size, manufacturer, and difficulty of the required tasks.
Page 13 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
13. CITY'S RESPONSIBILITIES: The City will-
A. Provide the Contractor with a complete and accurate project overview with the request for estimate.
B. Coordinate scheduling with the Contractor.
C. Ensure work area is reasonably free of safety hazards.
D. Provide access to locations where services are required.
E. Provide local vehicle parking and access to the work areas. If suitable parking cannot be furnished by
the City, the Contractor shall arrange for off-site parking and transportation to/from the work site.
F. Provide reasonable access to power and water utilities as needed to complete the project.
G. Inspect work performed to ensure compliance with the scope of work.
H. Review all invoices to ensure accuracy.
Page 14 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
PART V
PROPOSAL PREPARATION INSTRUCTIONS
AND EVALUATION FACTORS
1. PROPOSAL ACCEPTANCE PERIOD: All proposals are valid for a period of one hundred and twenty
(120)calendar days subsequent to the RFP closing date unless a longer acceptance period is offered in
the proposal.
2. PROPRIETARY INFORMATION: All material submitted to the City becomes public property and is
subject to the Texas Open Records Act upon receipt. If a Proposer does not desire proprietary
information in the proposal to be disclosed, each page must be identified and marked proprietary at time
of submittal. The City will, to the extent allowed by law, endeavor to protect such information from
disclosure. The final decision as to what information must be disclosed, however, lies with the Texas
Attorney General. Failure to identify proprietary information will result in all unmarked sections being
deemed non-proprietary and available upon public request.
3. PROPOSAL PREPARATION COSTS: All costs directly or indirectly related to preparation of a response
to the RFP, or any oral presentation required to supplement and/or clarify a proposal which may be
required by the City shall be the sole responsibility of the Proposer.
4. PROPOSAL RESPONSE: Responses shall be clear and concise and shall include at a minimum: title
page, transmittal letter, index or table of contents, dividers for each section and all required attachments.
One page shall be interpreted as one side of a double-spaced, printed, 8 1/2"X 11" sheet of paper. It is
recommended that responses be submitted in a professional, bound format that best contains all required
documentation for submission.
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://roundrocktxvendors.munisselfservice.comNendorsfdefault.asax
5. PROPOSAL FORMAT: Prefacing the proposal, the Proposer shall provide an Executive Summary of
three(3) pages or less, which gives in brief, concise terms, a summation of the proposal. The proposal
itself shall include a title page, index or table of contents, dividers for each section and all required
attachments and addendums to be organized in the following format by Tab and informational sequence:
A. Tab 1- Business Organization: State full name and address of your organization and identify parent
company if you are a subsidiary. If your organization is a corporation, answer the following:
i. State any former names your company has operated under.
ii. date and state of incorporation, and
iii. names and titles of all corporate officers.
iv. If your organization is a partnership, answer the following:
(a) date of organization.
(b) type of partnership (if applicable); and
(c) the names of all general partner(s).
v. If your organization is individually owned, answer the following:
(a) date of organization; and
(b) name of owner.
vi. If the form of your organization is other than those listed above:
(a) describe it; and
(b) name the appropriate owners, officers, principals, etc. Is your organization authorized to do
business in Texas?
Specify the branch office or other subordinate element which will perform, or assist in performing,
work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the
State in which incorporated or licensed to operate.
B. Tab 2- Financial Information: Include a financial statement, preferably audited, including your
organization's latest balance sheet and income statement, showing the following items:
i. Current assets (e.g., cash,joint venture accounts, accounts receivable, notes receivable, accrued
income, deposits, materials inventory, and prepaid expenses).
ii. Non-current assets (e.g., net fixed assets, other assets).
iii. Current liabilities (e.g., accounts payable, current notes payable, accrued expenses, provision for
income taxes, advances, accrued salaries, and accrued payroll taxes).
Page 15 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
iv. Non-curent liabilities (e.g., notes payable).
v. Capital accounts and retained earnings (e.g., capital, capital stock, authorized and outstanding
shares par value, earned surplus and retained earnings).
a) Name and address of firm that prepared the attached financial statement and date thereof.
b) Is the attached financial statement for the identical organization named in the question B
above? If not, explain the relationship and financial responsibility of the organization whose
financial statement is provided (e.g., parent, subsidiary).
c) Will the organization whose financial statement is attached act as a guarantor of the
proposed contract for construction?
d) Provide name, address, contact person, and phone number for your bank reference.
vi. Surety and Agent: Provide the: (a) name of your bonding company; and (b)the name and
address of your agent. Payment bonds for a project that exceeds $50,000 and performance
bonds for a project that exceeds$100,000 will require 100% of the Guaranteed Sum to be
bonded.
C. Tab 3- Program: Describe your technical plan for accomplishing required work. Include such time-
displays, graphs, and charts as necessary to show tasks, sub-tasks, milestones, and decision points
related to the scope of work and your plan for accomplishment. Specifically indicate:
i. Describe your construction management approach and ability to coordinate work with all City
personnel and suppliers in order to meet the deadlines established in the submittal construction
schedule
ii. Describe your ability to complete the project within the schedule taking into account existing
commitments.
iii. Describe your ability to identify and resolve potential issues, delays, etc.
iv. Describe your back up/contingency plan for any unanticipated delays.
v. Describe your quality control program. Explain the methods used to ensure quality control during
the construction phase of the project. Provide specific examples of how these techniques or
procedures were used from any of three (3) projects listed in response to Tab 5 Prior Experience
vi. Provide complete construction schedule assuming a notice to proceed will be provided within 30
days of bid opening (actual notice to proceed will be a different date). Schedule shall match the
calendar days required to reach final completion for the project as provided in this agreement.
viii. Describe the scheduling techniques, including any scheduling or project management software,
you would employ on this project.
ix. A statement of your compliance with all applicable rules and regulations of Federal, State and
Local governing entities. The Proposer must state their compliance with terms of this Request for
Proposal (RFP) or clearly document any exceptions.
x. Include a description of your company's safety program and provide a summary of your OSHA
200/300 logs for the last three years.
D. Tab 4 - Project Management Structure: Provide a general explanation and chart which specifies
project leadership and reporting responsibilities; and interface the team with City project management
and team personnel.
E. Tab 5- Prior Experience: Describe only relevant current and past (5 years) municipal, corporate, and
individual experience for personnel who will be actively engaged in the project. Include the following
information:
i. Location of project
ii. General nature of project
iii. Construction procurement method (e.g., competitive bid)
iv. Nature of your services (e.g., general contractor)
v. Contract amount
vi. Size in square feet
vii. Original construction budget and actual cost of construction at completion.
viii. Start date, completion date, and original construction schedule duration
ix. List up to ten projects of varying size, scope, and complexity your organization has performed, if
any, inside the Austin- Round Rock MSA and date those projects were completed.
Page 16 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
Do not include corporate experience unless personnel assigned to this project actively
participated. Supply the project title, year, and reference name, title, present address, and phone
number of principal persons for whom prior projects were accomplished.
F. Tab 6- Personnel: Include names, qualifications, and resumes of all personnel who will be assigned
to the account. State the primary work assigned to each person and the percentage of time each
person will devote to this work. Identify key persons by name and title.
G. Tab 7-Authorized Negotiator: Include the name, email address, and telephone number of the
person(s) in your organization authorized to negotiate Contract terms and render binding decisions on
Contract matters.
H. Tab 8--Attachments and Addendum: including Attachment A--Proposal Submittal Form and
Execution, Attachment B— Reference Sheet, and signed addendums(if applicable)and all other
documents listed under Part I, Item 8. Respondent Requirements.
1. Tab 9—Cost Proposal: Information described in the following subsections is required from each
Proposer. Your method of costing may or may not be used but should be described. List the
requested hourly rates and percent over cost on Attachment D-Cost Proposal Sheet.
i. Manpower. Itemize to show the following for each category of personnel with separate hourly
rate. Include a separate sheet of paper if necessary to include rates not called out on the cost
proposal sheet.
a. Project manager, foreman, laborer, finisher, machine operators, etc.
b. Rate applied for each category of personnel.
ii. Percentage Markup of '15%for materials on a cost-plus basis.
iii. Percentage Markup of_<15% for equipment rental on a cost-plus basis.
iv. Total (not to exceed) Cost
J. Tab 10- Exceptions: Be advised that exceptions to any portion of the Solicitation may jeopardize
acceptance of the Proposal by the City. Exceptions to this solicitation if any, shall be submitted on a
separate sheet labeled "Exceptions"with the Respondent's proposal.
6. EVALUATION CRITERIA: The intent of the City is to award to one or more Respondent(s) in
accordance with the evaluation criteria below. The purpose of this evaluation criteria is to determine
which proposal best meets the requirements and provides the best overall value to the City.
A. Evaluation Criteria: Weights:
• Business Information, Financial Information and Program (Tabs 1-3) 25 pts
• Company Work Experience and Personnel Qualifications (Tabs 5 &6) 25pts
• Cost Proposal (Tab 9) 50 pts
Maximum Weight: 100 pts
B. An evaluation committee will be established to evaluate the proposal. The committee will include
employees of the City and may include other impartial individuals who are not City employees. The
evaluation committee will determine if discussions and/or Best and Final Offers (BAFO) are
necessary. Award of a contract may be made without discussions or BAFO, if in the best interest of
the City. The evaluation committee may determine that discussions are necessary to clarify or verify a
written proposal response. The City may, at its discretion, elect to have respondents provide oral
presentations of their proposal. The City reserves the right to rescore an offer based on provided
demonstrations. A request for a BAFO is at the sole discretion of the City and will be requested in
writing. The evaluation committee will evaluate the finalists and make a recommendation for award.
C. The City reserves the right to reject any or all proposals submitted, or to award to the respondent(s)
who in the City's opinion, offers the best value to the City. The City also reserves the right to cancel
the RFP process and pursue alternate methods for providing the requirements.
D. The City reserves the right to conduct studies and other investigations as necessary to evaluate any
proposal.
E. The City reserves the right to waive any minor technicality, irregularities, or informalities noted
in the submission process. Submission of proposal confers no legal rights upon any
Respondent.
Page 17 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
F. The City reserves the right to request further documentation or information and to discuss proposal
response with any Respondent in order to answer questions or to clarify any aspects of the proposal.
G. The City may develop a "short list"of qualified proposal and may determine that the
Respondent(s) should submit a Best and Final Offer(BAFO). Each "short listed" Respondent will be
given a reasonable opportunity for discussion and revision of their proposal.
7. AGREEMENT NEGOTIATIONS AND AWARD PROCESS:
A. A proposal presented in response to this RFP is subject to negotiation concerning any issues
deemed relevant by the City. The City reserves the right to negotiate any issue with any party. Any
unsolicited communication by the Respondent to a City official, undesignated employee, or an
evaluation team member evaluating or considering the offers may be grounds for disqualifying the
offending Offeror from consideration of award.
B. Submission of proposal indicates the Respondent's acceptance of the evaluation process and
recognition that the City may make subjective judgments in evaluating the proposal to determine the
best value for the City.
C. If negotiations are successful, the City and Respondent may enter into an agreement.
D. If negotiations are unsuccessful, the City may formally end negotiations with that Respondent. The
City may then:
i. Select the next most highly qualified Respondent and attempt to negotiate an agreement at fair
and reasonable terms, conditions, and cost with that Respondent.
ii. The City shall continue this process until an agreement is entered into or all negotiations are
terminated.
E. The City also reserves the right to reject any or all submittals, or to accept any submittal deemed
most advantageous, or to waive any irregularities or informalities in the submittal received.
F. An independent signed authorized contract will be sent to the successful Respondent. Execution of a
City of Round Rock contract is required prior to starting work and processing any payments to the
awarded Respondent.
8. POST AWARD MEETING: The City and the Respondent may schedule a post award meeting to discuss,
but not be limited to the following:
A. Provide City contact(s) information for implementation of the Agreement.
Page 18 of 24
Exhibit "A"
City of Round Rock
Fence and Railing Installation and Repair Services
RFP No.22-002
Class/ltem:988-15
NOVEMBER 2021
141../ ATTACHMENT A
PROPOSAL SUBMITTAL FORM AND EXECUTION
NOTE: RESPONDENTS SHALL COMPLETE, SIGN, AND RETURN THIS ATTACHMENT WITH THEIR
PROPOSAL. FAILURE TO DO SO WILL RESULT IN DISQUALIFICATION OF THE PROPOSAL.
By signature hereon,the Respondent certifies that:
All statements and information prepared and submitted in the response to this RFP are current,complete,
and accurate.
He/she has not given, offered to give, nor intends to give at any time hereafter,any economic opportunity,
future employment, gift, loan gratuity,special discount,trip,favor,or service to a City employee, evaluator,
or evaluating entity in connection with the submitted response. Failure to sign the Execution of Proposal
or signing it with a false statement shall void the submitted offer or any resulting contracts.
Respondent represents and warrants that the individual signing this Execution of Proposal is authorized
to sign this document on behalf of the Respondent and to bind the Respondent under any contract
resulting from this request for proposals.
RESPONDENT(COMPANY): Presidio Custom Metal Works LLC
SIGNATURE(IN INK):J20/4r�------
NAME(TYPED/PRINTED)
Rodd Frank
TITLE: Owner/President DATE: 1/05/2022
STREET: 903 Brandi Ln.
CITY/STATE/ZIP: Round Rock, TX 78681
TELEPHONE AND FACSIMILE NO.: 512-284-8549
E-MAIL ADDRESS: rodd@presidiocustommetalworks.com
FEDERAL TAX IDENTIFICATION NUMBER(FIN): 83 3598375
By submitting a response to this solicitation, the Respondent agrees that the City's Definitions and 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. In addition,the Supplemental
Terms and Conditions listed in Section III, shall also be enforced as part of the contract, and can be obtained
from the City's website at: https://www.roundrocktexas.govldepartments/purchasinq
Page 19 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
ATTACHMENT A
PROPOSAL SUBMITTAL FORM AND EXECUTION
NOTE: RESPONDENTS SHALL COMPLETE, SIGN,AND RETURN THIS ATTACHMENT WITH THEIR
PROPOSAL. FAILURE TO DO SO WILL RESULT IN DISQUALIFICATION OF THE PROPOSAL.
By signature hereon,the Respondent certifies that:
All statements and information prepared and submitted in the response to this RFP are current, complete,
and accurate.
He/she has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity,
future employment. gift, loan gratuity, special discount, trip, favor, or service to a City employee, evaluator,
or evaluating entity in connection with the submitted response. Failure to sign the Execution of Proposal
or signing it with a false statement shall void the submitted offer or any resulting contracts.
Respondent represents and warrants that the individual signing this Execution of Proposal is authorized
to sign this document on behalf of the Respondent and to bind the Respondent under any contract
resulting from this request for proposals.
RESPONDENT(COMPANY): Presidio Custom Metal works LLC
SIGNATURE (IN INK):
NAME (TYPEDIPRINTED) Rodd Frank
TITLE: Owner/President DATE: 1 /05/2022
STREET: 903 Brandi Ln.
CITYISTATEIZIP: Round Rock, TX 78681
TELEPHONE AND FACSIMILE NO.: 512-284-8549
E-MAIL ADDRESS: rodd@presidiocustommetalworks.com
FEDERAL TAX IDENTIFICATION NUMBER (FIN): 83-3598375
By submitting a response to this solicitation, the Respondent agrees that the City's Definitions and 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. In addition, the Supplemental
Terms and Conditions listed in Section III, shall also be enforced as part of the contract. and can be obtained
from the City's website at: httos://www.roundrocktexas.gov/departments/purchasing
Page 19 of 24
r91 I/'wI II II I�eI v
REFER � t ET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
ITATION NUMBER: 22-002
)NDENT'S NAME: Toni Dietrich DATE: 1/05/2022
the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government
es or firms of comparable size that have utilized services that are similar in type and capacity within the
(2) years. City of Round Rock references are not applicable. References may be checked prior to
If references cannot be confirmed or if any negative responses are received it may result in the
lification of submittal.
Company's Name Pflugerville ISD
game of Contact Arthur Carrasco
Title of Contact Support Services
E-Mail Address Arthur.Carrasco@pfisd.net
Present Address 2021 Crystal Bend Dr
City, State, Zip Code Pflugerville TX 78660
Telephone Number (6'/ ) S'9y... Flo/ Fax Number: ( )
CAM'.' .3j — Vis-3&�
Company's Name Joe Bland Construction
Name of Contact Andrew Batien— 64,4444N
Title of Contact Project Manager
E-Mail Address abatten@joeblandconstruction.com
Present Address 13111 Dessau Road
City, State, Zip Code Austin Texas 78754
Telephone Number (5'a ) g A j ,Q o g Fax Number: ( )
Company's Name Braun & Butler
Name of Contact Collin L Juren
Title of Contact Vice President Pre-construction Services
E-Mail Address CJuren@braun-butler.com
Present Address 300 Hazelwood St. Ste. 100
City, State, Zip Code Leander TX 78641
Telephone Number ( ) c j..� ,agger Fax Number: (,5/4 ) 8 -o'//,s-
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
ATTACHMENT C- PREVAILING WAGE
2016 ANNUAL TEXAS WORKFORCE COMMISSION WAGERATES
Construction and Extraction Occupations Hourly $12.32
First-Line Supervisors of Construction Trades and Extraction Workers Hourly $18.79
Brickmasons and Blockmasons Hourly $20.94
Carpenters Hourly $13.28
Floor Layers, Except Carpet, Wood, and Hard Tile Hourly $12.00
Tile and Marble Setters Hourly $12.20
Cement Masons and Concrete Finishers Hourly $12.92
Construction Laborers Hourly $10.81
Paving, Surfacing, &Tamping Equipment Operators Hourly $12.41
Pile-Driver Operators Hourly $14.65
Operating Engineers and Other Construction Equipment Hourly $13.80
Drywall and Ceiling Tile Installers Hourly $14.28
Electricians Hourly $15.80
Glaziers Hourly $13.08
Insulation Workers, Floor, Ceiling, and Wall Hourly $13.29
Insulation Workers, Mechanical Hourly $14.52
Painters, Construction and Maintenance Hourly $12.25
Pipelayers Hourly $13.19
Plumbers, Pipefitters, and Steamfitters Hourly $14.46
Reinforcing Iron and Rebar Workers Hourly $13.87
Roofers Hourly $12.38
Sheet Metal Workers Hourly $13.25
Structural Iron and Steel Workers Hourly $14.75
Helpers-Brickmasons, Blockmasons, Stonemasons, and Tile and Marble Setters Hourly $12.36
Helpers-Carpenters Hourly $8.17
Helpers-Electricians Hourly $8.78
Helpers-Pipelayers, Plumbers, Pipefitters, and Steamfitters Hourly $10.04
Helpers-Construction Trades,All Other Hourly $10.34
Construction and Building Inspectors Hourly $19.15
Fence Erectors Hourly $12.17
Hazardous Materials Removal Workers Hourly $12.98
Highway Maintenance Workers Hourly $13.44
Septic Tank Servicers and Sewer Pipe Cleaners Hourly $12.05
Construction and Related Works, All Others Hourly $13.34
Derrick Operators, Oil and Gas Hourly $10.38
Service Unit Operators, Oil, Gas and Mining Hourly $13.22
Earth Drillers, Except Oil and Gas Hourly $16.45
Rock Splitters, Quarry Hourly $10.65
Roustabouts, Oil and Gas Hourly $11.69
Installation, Maintenance, and Repair Occupations Hourly $12.59
First-Line Supervisors of Mechanics, Installers, and Repairers Hourly $19.61
Computer. Automated Teller&Office Machinery Repairers Hourly $10.93
Radio Mechanics Hourly $14.11
Telecommunications Equipment Installers and Repair Hourly $15.62
Electric Motor, Power Tool, and Related Repairs Hourly $13.76
Page 21 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
Electrical and Electronics Repairers, Commercial and Residential Hourly $16.12
Electrical and Electronic Repairers, Powerhouse Substation, and Relay Hourly $22.18
Electronic Equipment Installers and Repairers, Motor Vehicles Hourly $13.30
Security and Fire Alarm Systems Installers Hourly $17.79
Aircraft Mechanic and Service Technicians Hourly $21.97
Automotive Body and Related Repairs Hourly $15.89
Automotive Glass Installers and Repairers Hourly $14.29
Automotive Service Technicians and Mechanics Hourly $13.38
Bus&Truck Mechanics& Diesel Engine Specialists Hourly $15.61
Farm Equipment Mechanics Hourly $11.52
Mobile Heavy Equipment, Except Engines Hourly $14.84
Motorboat Mechanics Hourly $13.38
Motorcycle Mechanics Hourly $10.79 _
Outdoor Power Equipment&Other Small Engine Mechanics Hourly $10.31
Recreational Vehicle Service Technicians Hourly $12.75
Tire Repairers and Changers Hourly $10.45 _
Control and Valve Installers and Repairers, Except Mechanical Door Hourly $14.82
Heating, Air Conditioning and Refrigeration Mechanics and Installers Hourly $16.15
Home Appliance Hourly $13.04
Industrial Machinery Mechanics Hourly $15.74
Maintenance Workers, Machinery Hourly $15.31
Millwrights Hourly $15.79
Electrical Power-Line Installers and Repairers Hourly $15.94
Telecommunications Line Installers and Repairers Hourly $13.68
Medical Equipment Repairers Hourly $19.05
Precision Instrument Repairers, Other Hourly $14.40
Maintenance and Repair Workers, General Hourly $11.42
Coin, Vending, and Amusement Machine Servicers and Repairers Hourly $10.00
Locksmiths and Safe Repairers Hourly $12.93
Helpers-Installation, Maintenance, and Repair Workers Hourly $8.30
Installation, Maintenance& Repair Workers, Other Hourly $10.61
Production Occupations Hourly $10.43
First Line Supervisors of Production and Operating Workers Hourly $19.08
Electrical and Electronic Equipment Assemblers Hourly $11.81
Electromechanical Equipment Assemblers Hourly $15.04
Structural Metal Fabricators and Fitters Hourly $14.88
Team Assemblers Hourly $9.19
Timing Device Assemblers, Adjusters&Calibrators Hourly $16.33_
Assemblies and Fabricators, All Other Hourly $10.10
Computer Controlled Machine Tool operators, Metal and Plastic Hourly $12.70
Numerical Tool and Process Control Programmers Hourly $20.26
Extruding and Drawing Machine Setters Hourly $12.14 _
Cutting, Punching, and Press Machine Setters, Operators Hourly $10.91
Grinding, Lapping, Polishing and Buffing Machine Hourly $10.58
Lathe and Turning Machine Tool Setters, Operators Hourly $13.47
Machinists Hourly $14.96
Page 22 of 24
7 1/J1,GV 1.0[.I4•• J114Y14 SI 11a11.al.14 Call la'%0%.11.1%,l, 4146111 Ly, WI 1I 1_y, G 41111111)L1GLIVG, 4111) Call 4111%01 I IIiJlil.1141$GS) 1.11‘11W...7.
/ill be used for cost evaluation purposes only. All gciftlisgd are estimates. The City reserves the right to purch
3ntities indicated below. The total value of the resulting contract(s) shall not exceed $200,000 per fiscal year.
rly Rates
I
Description Estimated Unit ±Unit
Quantity
to for Fence Foreman.. - --- -300 hour to for Fence Laborer 300 hour to for Project Manager 100 hour
itional Information (This section will not be evaluated under Cost but will become art of the contract.)
Material shall be on a cost-plus basis. The Percentage (%) if any, of markup will not Percentage 1 5%
5%. Proposed markup shall be: Markup
Rental Equipment shall be on a cost-plus basis. The Percentage (%) if any, of markup Percentage 15%
;ceed 15%. Proposed markup shall be: Markup
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
Attachment E- Sample Work Order
SAMPLE WORK REPORT WORK ORDER
Your Company (SAMPLE)
Company Address
City,State Zip Code WORK ORDER#: XXXX
Phone: DATE:00/00/0000
Email address:
TO: FOR:
City of Round Rock ATTN: Brandon LOCATION:EQUIPMENT:
Pritchett Water Treatment Plant 3099 E. P.O. Number:
Palm Valley Rd Round Rock Texas 78664 City's PO Number:
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 AND REBUILDFLOW SERVE 12-
EMAL PUMP BOWL.CLEAN & BUFF EXISTING BOWL, PUMP HEAD, RE-ASSEMBLE COMPLETE CAN PUMP,
EPDXY PAINT OUTER DIAMETER(OD)OF THE PUMP BOWL,COLUMN, PUMP HEAD
SUMMARY OF COST UNIT OF QTY UNIT EXTENDED
MEASURE COST AMOUNT
REPAIR REGULAR HOURS Hour(s) 2 $00.00 $00.00
RUBBER INSERTS Each 3 $00.00 $00.00
1"SS 14TPI SHAFT COUPLINGSPARTS
1452.93 452.93 Each 2 $00.00 $00.00
SS HARDWARE SUCH AS PUMP BOWL BOLTS&FLANGE
COLUMN BOLTS
TOTAL $00.00
Thank you for your
business!
Page 23 of 24
City of Round Rock Exhibit "A"
Fence and Railing Installation and Repair Services
RFP No. 22-002
Class/Item: 988-15
NOVEMBER 2021
Attachment F-Sample Invoice
SAMPLE INVOICE INVOICE
Your Company INVOICE#: XXXX
Company Address DATE:00/00/0000
City, State Zip Code
Phone:
Email address:
TO: FOR:
City of Round Rock ATTN: Description of Services Provided
Brandon Pritchett Water P.O. Number:City's PO Number
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 1"x 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. Replaceddamaged bearing
and additional components that were showing signs
of wear.
TOTAL $0.00
Thank you for your
Page 24 of 24