CM-2024-205 - 8/9/20241
AGREEMENT BETWEEN THE CITY OF ROUND ROCK
AND FLEETWOOD SERVICES, LLC FOR
FOREST CREEK GOLF IMPROVEMENTS
THE STATE OF TEXAS §
§
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
§
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
This Agreement (“Agreement”) is made and entered into on this the _____ day of
__________, 2024, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule
municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664,
referred to herein as the “City,” and FLEETWOOD SERVICES, LLC, whose offices are located
at 4311 Willow Street, Dallas, Texas 75226 referred to herein as “Vendor.” This Agreement
supersedes and replaces any previous agreement between the named parties, whether oral or
written, and whether or not established by custom and practice.
RECITALS:
WHEREAS, City desires improvements at Forest Creek Golf Club; and
WHEREAS, City has issued its “Request for Proposals” for the provision of said
services; and
WHEREAS, City has determined the proposal submitted by Vendor provides the best
value to 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, in consideration of the mutual promises contained herein and
other good and valuable consideration, the receipt and sufficiency of which are hereby
acknowledged, the parties mutually agree as follows:
1.0 DEFINITIONS
A. Agreement means this 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 following: (a) City’s Request for Proposal, designated Solicitation Number 24-038
dated May 2024 (“RFP”); (b) Vendor’s Proposal; and (c) any exhibits and/or addenda thereto.
Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference
in the following order:
CM-2024-205
10th
August
2
(1) This Agreement;
(2) Vendor’s Proposal;
(3) City’s Request for Proposals, Addenda, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date set out in the introductory paragraph above.
D. Services mean the specified services, supplies, materials, commodities, or
equipment.
E. Vendor means Fleetwood Services, LLC, or any successors or assigns.
2.0 EFFECTIVE DATE AND TERM
A. This Agreement shall be effective on the Effective Date and shall remain in full
force and effect unless and until it expires by operation of the term indicated herein or is
terminated or extended as provided herein.
B. This Agreement shall terminate upon successful completion of the services set
forth herein.
C. City reserves the right to review the relationship at any time and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.0 CONTRACT DOCUMENTS AND EXHIBITS
A. City selected Vendor to supply the Services as outlined in the RFP; any Addenda
to RFP; and the Proposal submitted by Vendor, all as specified in Exhibit “A,” incorporated
herein by reference for all purposes. The intent of these documents is to formulate an Agreement
listing the responsibilities of both parties as outlined in the RFP and any Addenda to RFP and as
offered by Vendor in its Proposal.
The Services which are the subject matter of this Agreement are described in Exhibit “A”
which is fully a part of this Agreement as if repeated herein in full.
4.0 ITEMS AWARDED; SCOPE OF WORK
A. All items in “Segment 3 – Cost Proposal Sheet” of Exhibit “A” are awarded to
Vendor.
B. Vendor shall satisfactorily provide all Services described in Exhibit “A,” attached
hereto, within the contract term specified in Section 2.0. Vendor’s undertakings shall be limited
to performing services for City and/or advising City concerning those matters on which Vendor
3
has been specifically engaged. Vendor 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 Vendor, City agrees to pay
Vendor the amounts set forth in “Segment 3 – Cost Proposal” of Exhibit “A.”
B. The City shall is authorized to pay the Vendor an amount not-to-exceed
$118,750.00 for the term of this Agreement.
6 .0 INVOICES
A. All invoices shall include, at a minimum, the following information:
1. Name and address of Vendor;
2. Purchase Order Number;
3. Description and quantity of Services provided; and
4. Delivery dates.
7.0 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING
A. 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 271.101 and Section 271.102.
B. Other governmental entities within the State of Texas may be extended the
opportunity to purchase off of the City’s proposal, with the consent and agreement of the
successful service provider(s) and the City. Such agreement shall be conclusively inferred for the
Vendor from lack of exception to this clause in the service provider’s response. However, all
parties 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-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
4
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 the
Services 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 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:
1. There is a bona fide dispute between City and Vendor, a contractor,
subcontractor, or supplier about the Service performed that cause the payment to
be late; or
2. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the Services performed that causes the
payment to be late; or
3. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
4. 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 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 INSURANCE
Vendor shall meet all City of Round Rock insurance requirements set forth in the RFP
and on the City’s website at:
http://www.roundrocktexas.gov/wp-content/uploads/2014/12/corr insurance 07.20112.pdf.
5
13.0 CITY’S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Brian Stillman
Division Manager – Sports Facilities and Operations
Sports Management and Tourism Department
(512) 218-6607
bstillman@roundrocktexas.gov
14.0 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.
15 .0 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City acquiring the
specified goods elsewhere.
Vendor shall be declared in default of this Agreement if it does any of the following and
fails to cure the issue within thirty (30) days of receipt of written notice:
1. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
2. Becomes insolvent or seeks relief under the bankruptcy laws of the United States,
and is unable to perform its material obligations under the Agreement.
16.0 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, 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.
6
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City’s delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for Services
it would have performed under the remaining term of the Agreement except as provided herein.
17.0 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.
18.0 COMPLIANCE WITH LAWS, CHARTER, AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards, bureaus and agencies.
B. In accordance with Chapter 2271, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods or services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott
Israel and 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 Chapter 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 a provision 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.
7
D. In accordance with Chapter 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 a provision 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.
1 9.0 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.
20.0 NOTICES
A. 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 recipient’s address as stated in this Agreement; or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient’s address as stated in this Agreement.
Notice to Vendor:
Fleetwood Services, LLC
4311 Willow Street
Dallas, TX 75226
Notice to City:
City Manager Stephanie L. Sandre, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
B. Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
21.0 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.
8
22.0 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.
23.0 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.
2 4 .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
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
2 5.0 MISCELLANEOUS PROVISIONS
A. 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.
B. Time is of the Essence. The parties agree that, from time to time, certain unique
transactions may have special requirements relative to timing and, accordingly, the parties will
identify those transactions and exercise best efforts to accomplish those transactions within the
stated timeframe. Other timing requirements will be met in a commercially reasonable manner.
Where damage is caused to City due to Vendor’s failure to perform in the special timing
requirement circumstances, City may pursue any remedy available without waiver of any of
City’s additional legal rights or remedies.
C. Binding Agreement. This Agreement shall extend to and be binding upon and
inure to the benefit of the parties’ respective heirs, executors, administrators, successors and
assigns.
9
D. Multiple Counterparts. This Agreement may be executed in multiple
counterparts, any one of which shall be considered an original of this document; and all of
which, when taken together, shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
Fleetwood Services, LLC
By: ______________________________________
Printed Name: _____________________________
Title: ___________________________________
Date Signed: _______________________________
City of Round Rock, Texas
By: ______________________________________
Printed Name: _____________________________
Title: ___________________________________
Date Signed: _______________________________
For City, Attest:
By: _______________________
Meagan Spinks, City Clerk
For City, Approved as to Form:
By: _____________________
Stephanie L. Sandre, City Attorney
Owner
robert FLEETWOOD
07/26/2024
City Manager
08/10/2024
Laurie Hadley
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
REQUEST FOR PROPOSAL (RFP)
FOREST CREEK GOLF CLUB IMPROVEMENTS
SOLICITATION NUMBER 24-038
MAY 2024
Exhibit "A"
City of Round Rock
Forest Creek Golf Club Improvements
RFP No. 24-038
Class/Item: 912-25, 912-50
May 2024
Page 2 of 14
FOREST CREEK GOLF CLUB IMPROVEMENTS
PART I
GENERAL REQUIREMENTS
1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after “the City” seeks proposals from
firms experienced in golf course renovations and improvements.
The City continues to improve the playability and aesthetic appearance of the Forest Creek Golf Club. One
project that will contribute to these continued enhancements will be the addition of a nursery green on the
property. The scope of work included in this proposal package is to continue these enhancements as
specified within these documents.
2. SOLICITATION PACKET: This solicitation packet is comprised of the following:
3. SCHEDULE OF EVENTS: It is the City’s intention to follow the solicitation timeline below.
EVENT DATE
Solicitation released May 21, 2024
Mandatory Pre-Proposal meeting June 4, 2024 @ 10:00AM, CST
Deadline for submission of questions June 7, 2024 @ 3:00 PM, CST
City responses to questions or addendums Approx June 11, 2024 @ 3:00 PM, CST
Deadline for submission of responses June 20, 2024 @ 3:00 PM, CST
All questions regarding the solicitation shall be submitted through Bonfire in writing by 3:00 PM, CST on the
due date noted above. A copy of all questions submitted and the City’s response to the questions shall be
posted on the City’s webpage in the form of an addendum at:
https://roundrocktexas.bonfirehub.com
The City reserves the right to modify these dates. Notice of date change will be posted to the City’s website:
https://roundrocktexas.bonfirehub.com
Description Index
Part I – General Requirements Page(s) 2-4
Part II – Definitions, Standard Terms and Conditions,
and Insurance Requirements Page 5
Part III – Supplemental Terms and Conditions Page(s) 6-8
Part IV – Scope of Work Page(s) 9-10
Part V – Proposal Preparation Instructions and Evaluation Factors Page(s) 11-14
Attachment A – Proposal Submittal Form Separate Attachment
Attachment B – Reference Sheet Separate Attachment
Attachment C – Subcontractor Information Form Separate Attachment
Attachment D – Location Aerial Photograph Separate Attachment
Attachment E – Prevailing Wage Rates Separate Attachment
Exhibit "A"
City of Round Rock
Forest Creek Golf Club Improvements
RFP No. 24-038
Class/Item: 912-25, 912-50
May 2024
Page 3 of 14
4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City’s website at
https://roundrocktexas.bonfirehub.com 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.
5. MANDATORY PRE-PROPOSAL MEETING, SITE VISIT, AND/OR INSPECTION: A pre-proposal
meeting/site visit, and inspection will be conducted to fully acquaint Respondents with the facilities, difficulties
and/or restrictions inherent in the services specified. The pre-proposal meeting/site visit will be conducted on
the date specified in PART I, Section 3- Schedule of Events.
A. Attendance at the pre-proposal meeting/site visit is mandatory. Respondents shall sign-in at the pre-
proposal meeting to document their attendance. Immediately following the pre-proposal meeting, a site
visit tour will be conducted to enable Respondents to assess conditions. Respondents shall sign-in at
each site of the tour to document their attendance. The City reserves the right to determine a response
“not available for award” if the Respondent fails to attend the mandatory pre-proposal meeting and site
visit tour which shall initially begin a
Forest Creek Golf Club
99 Twin Ridge Pkwy
Round Rock, Texas 78664
B. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre-
proposal meeting / site visit.
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 during said site visits.
6. RESPONSE DUE DATE: Appropriately submitted responses are due at or before 3:00 PM, on the due date
noted in PART I, Section 3 – Schedule of Events. The Offeror shall respond via the City’s electronic bidding
platform, Bonfire: https://roundrocktexas.bonfirehub.com
A. This request for proposal (RFP) does not commit the City to contract for any supply or service.
B. No paper or submittals outside of Bonfire will be accepted by the City.
C. Responses cannot be altered or amended after digital opening.
D. No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
E. The City will not be bound by any oral statement or offer made contrary to the written specifications.
F. Samples and/or copies shall be provided at the Respondent’s expense and shall become the property of
the City.
G. Late responses will not be considered.
7. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295 “Certificate of Interested Parties” that is signed for a contract
award requiring council authorization. The “Certificate of Interested Parties” form must be completed on the
Texas Ethics Commission website, printed, signed, and submitted to the City by the authorized agent of the
Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to
final contract execution. Link to Texas Ethics Commission Webpage:
https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm
8. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of an offer, the City
of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Offeror to the City Official,
Employee, City Consultant, or Evaluation Team member evaluating or considering the offers prior to the time
an award decision has been confirmed. Communication between an Offeror 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 offer. Ex parte communication may be grounds for disqualifying the
offending Offeror from consideration of award in evaluation or any future bid.
Exhibit "A"
City of Round Rock
Forest Creek Golf Club Improvements
RFP No. 24-038
Class/Item: 912-25, 912-50
May 2024
Page 4 of 14
9. OPPORTUNITY TO PROTEST: The Purchasing Manager for the City of Round Rock (“City”), in consultation
with the City Attorney, shall have the authority to settle or resolve any dispute concerning the solicitation or
award of a contract. The Purchasing Manager may solicit written responses to the protest from other
interested parties. The aggrieved person must prepare his or her complaint in writing and send it by
electronic mail to the City’s Purchasing Department at protest@roundrocktexas.gov.
In the event of a timely protest, the City shall not proceed further with the solicitation or award of a contract
unless it is determined that the award must take place without delay, to protect the best interests of the City.
The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to
comply with any of these requirements, the Purchasing Office may dismiss your complaint or protest.
A. Prior to Offer Due Date: If you are a prospective offeror for the award of a contract (“Offeror”) and you
become aware of the facts regarding what you believe is a deficiency in the solicitation process before the
due date for receipt of offers in response to a solicitation (“Offers”), you must notify the City in writing of
the alleged deficiency before that date, giving the City an opportunity to resolve the situation prior to the
Offer due date.
B. After Offer Due Date: If you submit an Offer to the City and you believe that there has been a deficiency
in the solicitation process or the award, you have the opportunity to protest the solicitation process, or the
recommended award as follows:
i. You must file a written notice of your intent to protest within four (4) working days of the date that you
know or should have known of the facts relating to the protest. If you do not file a written notice of
intent within this time, you have waived all rights to protest the solicitation process or the award.
ii. You must file your formal written protest within ten (10) working days of the date that you know or
should have known of the facts relating to the protest unless you know of the facts before the Offer
has been closed. If you know of the facts before those dates, you must notify the City as stated in
section (A) above.
iii. You must submit your protest in writing and must include the following information:
a. your name, address, telephone number, and email address.
b. the solicitation number.
c. a specific identification of the statutory or regulatory provision that you are alleging has been
violated.
d. a detailed statement of the factual grounds for your protest, including copies of any relevant
documents.
e. a statement of any issues of law or fact that you contend must be resolved; and
f. a statement of the argument and authority that you offer in support of your protest.
iv. Your protest must be concise and presented logically and factually to help with the City’s review.
C. Receipt of Timely Protest: When the City receives a timely and complete written protest, the Purchasing
Manager, with assistance from the City Attorney, shall make one of the following determinations:
i. Determine that a violation of rules and statutes has occurred prior to the award of the contract and
inform you and other interested parties of the determination. The City will prepare updated solicitation
documents and will re-solicit.
ii. Determine that no violation of rules or statutes has occurred and inform you and other interested
parties of the decision by letter. The reasons for the determination will be presented in the letter.
iii. Determine that a violation of rules and statutes has occurred after the award of the contract and
inform you and other interested parties of the determination. However, the awarded contract will not
be canceled. As needed, corrective actions may be taken with purchasing or any other pertinent City
staff.
iv. A determination will usually be made within fifteen (15) business days after receipt of the formal
protest.
v. Any written decisions by the Purchasing Manager shall be the final administrative action for
the City.
All documentation pertaining to a protest will be kept on file at the City and are subject to open records
requests.
Exhibit "A"
City of Round Rock
Forest Creek Golf Club Improvements
RFP No. 24-038
Class/Item: 912-25, 912-50
May 2024
Page 5 of 14
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. These can be obtained from the City’s website at:
https://www.roundrocktexas.gov/city-departments/purchasing/. In addition, the Supplemental Terms and
Conditions listed in Section III, shall also be enforced as part of the contract.
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/
Exhibit "A"
City of Round Rock
Forest Creek Golf Club Improvements
RFP No. 24-038
Class/Item: 912-25, 912-50
May 2024
Page 6 of 14
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 until the project is
complete and the City’s authorized representative has signed off on the work.
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. 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 golf course renovations
and improvements 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.
3. SUBCONTRACTORS: If Subcontractors will be used the Respondent is required to complete and submit
with their proposal response Attachment B: Subcontractor Information Form. The Contractor shall be fully
responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible
for the Contractors own acts and omissions. The Contractor shall:
A. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the
provisions, specifications, and terms of the Contract.
B. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary
insurance in the type and amounts specified for the Contractor, with the City being named as an
additional insured; and
C. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor
is required to indemnify the City.
D. Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of
any subcontractors throughout the term of the contract.
4. 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 D and comply with all applicable sections of Chapter 2258.
Attachment E – Prevailing Rates are posted in Solicitation Documents for RFP 24-038 Forest Creek Golf
Course Improvements on the City of Round Rock Bonfire website at:
https://roundrocktexas.bonfirehub.com
Exhibit "A"
City of Round Rock
Forest Creek Golf Club Improvements
RFP No. 24-038
Class/Item: 912-25, 912-50
May 2024
Page 7 of 14
6. 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 Contractor’s obligations under this
paragraph.
7. 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.
8. 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.
Prices for materials will be on a cost-plus basis. The percentage (%) markup shall not be greater than XX%.
Invoices for work performed shall require a copy of a supplies receipt to be included. Failure to provide the
contracted cost-plus percentage (%) on an invoice may result in payment at cost.
9. PRICE INCREASE: Contract prices for Forest Creek Golf Course Improvements shall remain firm throughout
the term of the contract.
10. ACCEPTANCE/INSPECTION: Acceptance/Inspection should not take more than five (5) working days. The
Contractor 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 Contractor 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.
11. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor’s performance
anytime during the contract term.
12. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum purchase is made or implied. The City will only order the services/goods needed to
satisfy requirements within budgetary constraints, which may be more or less than indicated.
13. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award,
split award, primary and secondary award, non-award, or use any combination that best serves the interest
and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff
recommendation of award has been made. The award announcement will be posted to the City’s website at
https://roundrocktexas.bonfirehub.com once City Council has approved the recommendation of award and the
agreement has been executed.
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
Exhibit "A"
City of Round Rock
Forest Creek Golf Club Improvements
RFP No. 24-038
Class/Item: 912-25, 912-50
May 2024
Page 8 of 14
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: The City’s designated representative shall be:
Brian Stillman
Division Manager: Sports Facilities & Operations
Sports Management & Tourism
Phone: 512-218-6682
E-mail: bstillman@roundrocktexas.gov
C. Do not contact the individual listed above with questions or comments during the course of the
solicitation.
Exhibit "A"
City of Round Rock
Forest Creek Golf Club Improvements
RFP No. 24-038
Class/Item: 912-25, 912-50
May 2024
Page 9 of 14
PART IV
SCOPE OF WORK
1. INTRODUCTION: The City of Round Rock owns and operates Forest Creek Golf Club. One
component of the City’s operation of the course is its continued re-investment in the property and
enhancements that improve playability and aesthetics. One project that will contribute to these
continued enhancements will be the addition of a nursery green on the property.
2. SPECIFICATIONS: To develop the nursery green the Contractor shall perform the following
nursery green construction related items:
A. Greenworks: The Contractor shall:
i. Clearing of the area (dirt work)
ii. Grubbing of area
iii. Shape Green-final grading of area before laying sod
B. Green Construction: The Contractor shall install the following:
i. 4” perforated drainpipe- 800 Linear Feet
ii. Gravel layer of 10,000 Square Feet
iii. A nutrient granular mix of 10,000 Square Feet
C. Grassing- The Contractor shall install the following:
i. Sod 3,000 Square Feet. Of 1 This shall be fore the perimeter of the greenery
ii. Grassing Greens Sprigs of Sprig Tiff Eagle grass. The City will provide fertilizer.
D. Irrigation-The Contractor shall install irrigation using:
i. Irrigation Heads (includes pipe, wire, and head) Quantity of 10
ii. Irrigation 2" Valve for Greens Loop (includes 2" valve) Quantity of 1
3. SERVICE REQUIREMENTS: Services shall be performed at:
Forest Creek Golf Club
99 Twin Ridge Parkway
Round Rock, Texas 78664
4. BUSINESS HOURS AND RESPONSE TIMES:
A. Regular business hours shall be from 7:00 AM to 5:00 PM.
B. Overtime Work Hours: Overtime pay consisting of hours outside the designated regular business hours
will be allowed by the City if deemed necessary and approved by the City's designated representative in
advance of work. Overtime work performed in excess of regular work hours or on weekends or holidays
shall be based on the rate of regular labor not to exceed one and one-half (1 ½) times the fixed hourly
rate for the tradesman performing the service. Contractor shall submit a total hourly and overtime rate
price for labor that includes, but is not limited to, all costs for labor, overhead charges, travel, and payroll
expenses.
5. 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 a designated Supervisor name and telephone number.
B. This contact person shall remain the same throughout the contract term 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 the written approval of the City's designated
representative. Email is an acceptable form of communication after initial project meeting.
C. Answering machines/services are unacceptable as a point of contact.
Exhibit "A"
City of Round Rock
Forest Creek Golf Club Improvements
RFP No. 24-038
Class/Item: 912-25, 912-50
May 2024
Page 10 of 14
D. The contact person shall be identified on the solicitation document and may be required to attend an oral
presentation to the selection team prior to the award of the contract.
6. CONTRACTOR RESPONSIBILITIES: The Contractor shall-
A. Perform improvement work so that only one golf hole is impacted (non-playable) at a time. The Contractor
may elect to complete portions of the work while the hole is still ‘in play’. If this alternate is selected, the
contractor understands and accepts the inherent risks of working on a golf hole that is in play.
B. Coordinate with the City’s designated point of contact to establish the best work schedule and discuss
any changes and/or delays with the project completion.
C. During the progress of the work and on a daily basis, the Contractor shall keep the premises free from
accumulations of waste materials, rubbish, and other debris resulting from the work.
D. Promptly repair any damage to Forest Creek Golf Club or facilities resulting from the performance of this
scope of work at no cost to the City or Forest Creek Golf Club.
E. Remove and dispose of all discarded materials after the project is completed and return Forest Creek
Golf Club to its original condition not specifically designated for alteration by the work set forth in this
RFP.
7. 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.
8. DELIVERABLES/MILESTONES: Each area and individual scope of work will be considered complete once
inspected and approved by the City’s on-site designees.
9. CITY RESPONSIBILITIES: The City will-
A. Provide a point of contact for all work to be coordinated through.
B. Provide the Contractor with a complete and accurate project overview with the request for an estimate.
C. Coordinate scheduling with the Contractor.
D. Provide restrooms, parking, standard electrical connectivity, and water utilities to complete the project.
E. Provide concrete wash-out area.
F. Ensure the work area is reasonably free of safety hazard
G. Inspect and approve each individual area once the work is complete.
H. Review all invoices to ensure accuracy.
Exhibit "A"
City of Round Rock
Forest Creek Golf Club Improvements
RFP No. 24-038
Class/Item: 912-25, 912-50
May 2024
Page 11 of 14
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. PROPOSAL RESPONSE: Responses shall be clear and concise while appropriately responding to the
evaluation criteria listed below in Section 3. 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:
https://roundrocktxvendors.munisselfservice.com/Vendors/default.aspx
Proposal Submittal Instructions: The Respondent shall include all of the following documents in their
response-
o Attachment A- Proposal Submittal Form
o Attachment B- Reference Sheet
o Attachment C- Subcontractor Form
o Acknowledged Addenda (if applicable)
o Segment requirements listed below.
o A statement of your compliance with all applicable rules and regulations of Federal, State and Local
governing entities.
o List of Exceptions (if any)- 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.
3. EVALUATION CRITERIA:
A. Segment 1 – Respondent’s Solution, Approach, & Timeline
i. System Concept and Solution: Define in detail your understanding of the requirement presented in
the Scope of Work of this request for proposal and your system solution. Provide all details as
required in the Scope of Work and any additional information you deem necessary to evaluate your
proposal.
ii. Program Approach and Timeline: Describe your technical plan for accomplishing required work.
Include such time-related 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:
1) Describe your approach to golf course improvements and ability to coordinate work with all
City personnel and suppliers to meet the deadlines established in the submittal construction
schedule.
2) Describe your ability to identify and resolve potential issues, delays, etc.
3) 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) golf course projects listed in
Segment 2.
4) Provide complete construction schedule assuming a notice to proceed will be provided within
120 days of proposal 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.
5) The points at which written, deliverable reports will be provided.
6) The amount of progress payments you are requesting upon successful completion of
milestones or tasks which will be paid upon acceptance by the City.
Exhibit "A"
City of Round Rock
Forest Creek Golf Club Improvements
RFP No. 24-038
Class/Item: 912-25, 912-50
May 2024
Page 12 of 14
B. Segment 2 – Company Work Experience and Personnel
i. Business Organization: State full name and address of your organization and identify parent company
if you are a subsidiary. 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.
ii. 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.
iii. Prior Experience: Describe only relevant municipal, corporate, and individual golf course
improvement experience for personnel who will be actively engaged in the project. Do not include
corporate experience unless personnel assigned to this project actively participated. Include the
following:
1) Location of golf course project
2) General nature of project
3) Construction procurement method
4) Nature of your golf course services
5) Size of the project
6) Original construction budget and actual cost of construction at completion. Describe difference if
necessary.
7) Start date, completion date, and original construction schedule duration.
8) List up to 5 golf course projects of varying size, scope, and complexity your organization has
performed, If any, that are related to the Forest Creek Golf Club improvements detailed in this
proposal.
9) Provide before and after photos for each project listed.
iv. 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.
v. Contractors’ past performance with the City may be evaluated.
C. Segment 3 – 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. A firm fixed price or
not-to-exceed contract is contemplated.
i. The Proposal Response quote must include the following:
1) Mobilization to Site
2) Clear and Grubbing of Site
3) The shaping of Green shall be one flat price for equipment and labor.
4) 4” Perforated Drainpipe 800 Linear Feet
5) Gravel 10,000 Square Feet
6) Nutrient Granular Mix 10,000 Square Feet
7) Sod for Sprig Tiff Eagle grass (estimate)
8) Grassing Greens Sprigs for Sprig Tiff Eagle Grass
9) 10x Irrigation Heads including Pipe wire and head
10) 1x Irrigation 2” Valve for Greens Loop that included the 2“ valve
ii. Itemized Cost of Supplies and Materials
iii. Other itemized costs
iv. Total (not to exceed) Cost
Exhibit "A"
City of Round Rock
Forest Creek Golf Club Improvements
RFP No. 24-038
Class/Item: 912-25, 912-50
May 2024
Page 13 of 14
4. EVALUATION SCORING: The intent of the City is to award to one Respondent 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:
• Respondent’s Solution, Approach, & Timeline (Segment 1) 20 pts
• Company Work Experience and Personnel (Segment 2) 40 pts
• Cost Proposal (Segment 3) 40 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 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.
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.
5. 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. If negotiations are
unsuccessful, the City may formally end negotiations with that Respondent.
D. 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.
E. An independent signed authorized Contract will be sent to the successful Respondent(s). Execution of a
City of Round Rock contract is required prior to starting work and processing any payments to the
Contractor.
6. POST AWARD MEETING: The City and the Respondent may schedule a post award meeting to discuss, but
not be limited to the following:
A. The method to provide a smooth and orderly transition of services performed from the current Contractor.
Exhibit "A"
City of Round Rock
Forest Creek Golf Club Improvements
RFP No. 24-038
Class/Item: 912-25, 912-50
May 2024
Page 14 of 14
B. Provide City contact(s) information for implementation of the Agreement.
C. Identify specific milestones, goals, and strategies to meet objectives.
Exhibit "A"
Segment 3 – Cost Proposal
i) Our Proposal Response Quote includes all 10 items listed by the City. Please see the Proprosal
on the next page.
ii) Itemized Cost of Supplies and Materials
a. 4” perf pipe - $8/linear foot
b. Gravel - $2/square foot
c. Mix - $5/square foot
d. Sod - $0.95/square foot
e. Sprigs - $0.95/square foot
f. Heads - $1800/each
g. 2” valves - $1500/each
iii) Other Itemized Costs
a. Mobilization - $15,000/each
b. Clear and grub - $3000/each
c. Shape green - $8000/each
iv) Total Cost: $118,750.00
Exhibit "A"
FLEETWOOD SERVICES
4311 WILLOW ST.DATE
DALLAS, TEXAS 75226 6/13/2024
Forest Creek Forest Creek
City of Round Rock
Att: WILL BELL Nursey Green
ITEM UNIT QUANITY PRICE TOTAL
1 Mob to site LS 1 15,000.00$ 15,000.00$
1 LS 1 3,000.00$ 3,000.00$
(includes clearing and grubbing area)
2 Shape Green LS 1 8,000.00$ 8,000.00$
(equipment and labor)
3 Greens Construction
4'' perf pipe LF 800 8.00$ 6,400.00$
Gravel Layer SF 10,000 2.00$ 15,000.00$
Mix SF 10,000 5.00$ 40,000.00$
4 Grassing - Sod SF 3,000 0.95$ 2,850.00$
(estimate)
5 Grassing Greens Sprigs SF 10,000 0.95$ 9,500.00$
(sprig tiff eagle) (owners fertilizer)
6 Irrigation Heads EA 10 1,800.00$ 18,000.00$
(includes pipe,wire and Head)
7 EA 1 1,500.00$ 1,000.00$
(includes 2'' valve)
Sub Total $118,750.00
Tax Exempt -$
phone: 972-707-8314 $118,750.00
fleetwoodservices@yahoo.com www.fleetwoodservices.net
robert@fleetwoodservices.net
NOTE:Does not include Bonding ( $6000)
Bid
BILLED TO:JOB SITE INFO
DESCRIPTION
Mob to site
Greens Work
Irrigation
Grassing
Clear and Grub
Irrigation 2'' Valve for Greens Loop
Thanks for your business
Exhibit "A"
Exhibit "A"
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Solicitation: RFP 24-038 Addendum No:1 Date of Addendum: 6/11/2024
This addendum is to incorporate the following changes to the above referenced solicitation:
I.Questions:
Q1. Is the cost sheet allowing for a lump sum total?
A1. Please include all costs associated with the project and a line for a total lump sum.
Q2. What is the 10% price increase for?
A2. The pricing located in Part 3 number 8 Pricing the percent markup shall be updated to say no greater
than 10%. This is allocated for your percent markup over material.
Q3. Does the Contractor need to provide the nutrient mix?
A3. Yes, per Section 4 Scope of Work the Contractor needs to provide the nutrient mix. The City will
provide the fertilizer.
Q4. How far into the trees does the vendor need to clear brush?
A4. Please see the attached updated aerial which now shows the property line (red line) and the
wastewater line (blue line).
a. The new green complex must maintain a minimum of a 10’ setback from each of these lines.
1. The City will ensure that both of these lines are properly surveyed and staked in the field
throughout the construction phase.
b. NOTE: That the yellow oval is only for representative location of the new green complex and is not
indicative of actual design or layout.
Q5. Are we expected to level or grade the area?
A5. Yes, the Contractor shall grade with a slight slope of 2-3 percent for natural drainage.
Q6. Is the job cut and fill, import matte, how much topsoil?
A6. New green complex to be built to USGA putting green standards. For USGA Standards please see the
information at https://www.usga.org/course-care/specialty-articles/usga-putting-green-construction.html.
Q7. Is this supposed to be a 10,000 foot level area?
A7. Yes, per the solicitation.
well as the locations for the valves indicated with the orange circles on the property.
Exhibit "A"
Q8. Where is the access point for the Contractor to gain access to site area?
A8. Access shall be provided by the Forest Creek designated point of contact.
Q9. Where does the Contractor need to pull access for irrigation?
A9. At the mandatory pre-bid meeting, the respondents were shown the statelet box as Q10. Is the
Contractor required to take care of restoration?
A10. Yes, the Contractor shall restore all areas damaged to original condition.
Q11. What is the name of the road that Contractors might be able to have access to through the
golf course.
A11. Cobra Crossing.
Q12. What is the estimate of irrigation/communication line?
A12. See attached document.
Q13. Can you specify how much gravel and the type of base?
A13. See the attached USGA Standard documents.
Q14. Will any maintenance be required by the Contractor?
A14. No. Once the project is completed, the City will take over all responsibilities.
Q15. Can we please see the pre-bid meeting sign in sheet?
A15. See attached document.
II.Additional Information: Please see the attached additional information.
A.Please see updated documents attached:
i.USGA Green Putting Green Standards.
ii.Pre-bid meeting sign in sheet.
iii.Updated aerial project map.
III.ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
By the publication of this document on the City of Round Rock Bonfire website this addendum is hereby incorporated into
and made a part of the above referenced solicitation.
Exhibit "A"
Exhibit "A"