Contract - Pirtek Riverside, LLC - 5/8/2025 AGREEMENT BETWEEN THE CITY OF ROUND ROCK
AND PIRTEK RIVERSIDE LLC
FOR THE PURCHASE OF
HYDRAULIC HOSE REPAIR AND MAINTENANCE SERVICES
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
This Agreement("Agreement")for the p chase of hydraulic hose repair and maintenance
services is made and entered into on this the `f day of , 2025,by and between the
CITY OF ROUND ROCK, TEXAS, a home-rule municipality wh se offices are located at 221
East Main Street, Round Rock, Texas 78664, referred to herein as the "City," and PIRTEK
RIVERSIDE LLC,whose offices are located at 15301 N.IH35 Suite G.,Pflugerville,Texas 78660
referred to herein as "Vendor."
RECITALS:
WHEREAS,City desires to purchase hydraulic hose repair and maintenance services; and
WHEREAS, City has issued its Request for Proposal, ("RFP") for the provision of said
goods and/or services; and
WHEREAS, City has determined the Vendor's Response to RFP ("Bid") 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 authorized to buy specified goods and/or services and Vendor is obligated to sell same.The
Agreement includes the following: (a) City's RFP, designated Solicitation Number 25-005 dated
January 2024; (b)Vendor's Response to RFP("Bid");and(c)any exhibits and/or addenda thereto.
4901-8060-7795/ss2
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 ("Bid");
(3) City's RFP,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. Goods and Services mean the specified services,supplies,materials,commodities,
or equipment, as described in the RFP.
E. Vendor means Pirtek Riverside LLC, or any successors or assigns.
2.0 EFFECTIVE DATE AND TERM
A. This Agreement shall remain in full force and effect until it expires as indicated
herein or is terminated in accordance with Section 16.0.
B. The term of this Agreement shall be for sixty(60)months from the Effective Date.
3.0 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor to supply the Goods and Services as outlined in the RFP; any
Addenda to RFP; and the Bid submitted by Vendor,all as contained 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 Bid.
The Goods and Services which are the subject matter of this Agreement are described in
Exhibit"A" and,together with this Agreement, comprise the total Agreement and Exhibit A is a
part of this Agreement as if repeated herein in full.
4.0 ITEMS AWARDED; SCOPE OF WORK
A. All items in"Attachment C—Bid Sheet"of Exhibit"A" are awarded to Vendor.
B. Vendor shall satisfactorily provide all Goods and Services described in Exhibit
"A," attached hereto, within the contract term specified in Section 2.0. Vendor's undertakings
shall be limited to Goods and Services for City and/or advising City concerning those matters on
which Vendor has been specifically engaged. Vendor shall provide its Goods and Services in
2
accordance with this Agreement and Exhibit A and with due care, and in accordance with
prevailing industry standards for comparable Goods and Services.
5.0 COSTS
A. In consideration for the Goods and Services to be provided by Vendor, City agrees
to pay Vendor the amounts set forth in"Attachment C—Bid Sheet"of Exhibit"A."
B. The City is authorized to pay the Vendor an amount not-to-exceed $154,250 per
year for a total of$771,250, for the term of this Agreement.
6.0 INVOICES
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 items received; and
4. Delivery dates.
7.0 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions,is granted
under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B
and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section
27 1.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the Vendor 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 if the governing body of City
does not appropriate funds sufficient to purchase the Goods and Services as determined by City's
budget for the fiscal year in question. City may affect such termination by giving the Vendor
written notice of termination.
3
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 and
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 Goods and 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 goods delivered or 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 goods delivered or the service 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 insurance requirements set forth in the RFP and on the City's
website at:
hM://www.roundrocktexasp,ov/wp-content/uploads/2014/12/corn insurance 07.20112.pdf.
4
13.0 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Chad McDowell, Director
General Services Department
221 East Main Street
Round Rock, TX 78664
(512)341-3191
cmcdowel I(vroundrocktexas.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,Vendor shall be declared in default
of this Agreement if it does any of the following and fails to cure the issue within ten(10)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 written notice to Vendor, the"Date of Termination."
B. In the event of any default by Vendor,City has the right to terminate this Agreement
for cause, as set forth in Section 15.0.
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, which is not cured within ten (10) days of
written notice of said breach, or by mutual agreement to terminate evidenced in writing by and
between the parties.
5
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 the Date of Termination,Vendor shall
submit a statement showing in detail the goods and/or services satisfactorily performed under this
Agreement up 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.
6
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.
19.0 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 physical or email address as stated below;
or
2. Three(3)days after being deposited in the United States mail,with postage prepaid
to the recipient's address as stated below.
Notice to Vendor:
Vendor: Pirtek Riverside LLC
Attn: Jeffery Brilliott
Address: 15301 N. IH 35, Suite G.
Pflugerville, TX 78660
Email: jbrilliott@PirtekRiverside.com
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
7
by and construed in accordance with the laws and court decisions of the State of Texas.
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.
24.0 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.
25.0 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.
8
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.
[Signatures on the following page.]
9
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
Pirtek Riverside LLC
By:
Printed Name: �j jZ,N�,�0
Title:
Date Signed: LA
City of Round Rock, Texas
By:
Craig M rgan, yor
Date Signed: ! �/L
For City, Attest:
By:
A Frank in, City Clerk
For City, Approved as to Form:
By: — — --
Stephanie L. Sandre, City Attorney
10
EXHIBIT"A"
(RFP,ADDENDA,BID)
11
n�w
ROUND ROCK TEXAS
P URCHA51NG DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
REQUEST FOR PROPOSAL (RFP)
HYDRAULIC HOSE REPAIR AND MAINTENANCE
SERVICES
SOLICITATION NUMBER 25-005
JANUARY 2024
City-of Round Rock
Hydraulic Hose Repair and Maintenance Services
RFP No. 25-005
Commodity Code:460-45
MONTH &YEAR
HYDRAULIC HOSE REPAIR AND MAINTENANCE SERVICES
PART
GENERAL REQUIREMENTS
1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after"the City" seeks proposals from
firms experienced in hydraulic hose repair and maintenance services for the City's fleet of equipment.
The City's fleet currently consists of approximately 1925 pieces of vehicles and equipment. The City's Vehicle
Maintenance Department regularly maintains all City vehicles and equipment but is seeking to establish an
agreement with a hydraulic systems repair facility to provide additional hydraulic system repairs to the City's
fleet. The City is looking to establish an agreement for facility on-site hydraulic repair services and/or
mobile hydraulic repair services.
The City reserves the right to award contracts to multiple vendors.
2. SOLICITATION PACKET: This solicitation packet is comprised of the following:
CAN V
1t s
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)9-11
Part V—Proposal Preparation Instructions and Evaluation Factors Page(s) 12-14
Attachment A- Proposal Submittal Form Separate Attachment
Attachment B—Reference Sheet Separate Attachment
Attachment C—Cost Proposal Sheet Separate Attachment
Attachment D- Insurance Instructions Separate Attachment
Attachment E-City Insurance Requirements Separate Attachment
Attachment F-Terms and Conditions Separate Attachment
3. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
tg
Solicitation released February 5, 2025
Optional Pre Proposal Meeting February 19, 2025 @ 9:00 AM
Deadline for submission of questions February 21,2025 @ 5:00 PM, CST
City responses to questions or addendums Approximately February 26, 2025 @
5:OOPM, CST
Deadline for submission of responses March 7,2025 @ 3:00 PM, CST
Paee 2 of 14
City of Round Rock
Hydraulic Hose Repair and Maintenance Services
RFP No. 25-005
Commodity Code:460-45
MONTH &YEAR
All questions regarding the solicitation shall be submitted through Bonfire in writing by 5:00 PM, CST on the
due date noted above. A copy of all questions submitted and the City's response to the questions shall be
posted on the City's webpage in the form of an addendum at:
https://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:Hroundrocktexas.bonfirehub.com
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. OPTIONAL 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 optional. Respondents shall sign-in at the pre-
proposal meeting to document their attendance. The pre-proposal meeting shall initially begin 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/site visit.
C. It is the responsibility of the Respondent to examine each facility and determine quantity and amounts,
take precise measurements, and 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 forml295.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
Paize 3 of 14
City of Round Rock
Hydraulic Hose Repair and Maintenance Services
RFP No. 25-005
Commodity Code:460-45
MONTH &YEAR
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.
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(a.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.
Paee 4 of 14
City-of Round Rock
Hydraulic Hose Repair and Maintenance Services
RFP No. 25-005
Commodity Code:460-45
MONTH &YEAR
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/
3. ADDITIONAL INSURANCE REQUIREMENTS: The Garage Liability policy shall provide a minimum limit of
liability of$500,000 Auto Only/$500,000 Aggregate other than Auto. Coverage shall be provided for all
owned, hired, and non-owned vehicles. The policy shall include these endorsements in favor of the City of
Round Rock: a)Waiver of Subrogation b)Thirty (30)days Notice of Cancellation c)The City of Round Rock
listed as an additional insured
Paee 5 of 14
City-of Round Rock
Hydraulic Hose Repair and Maintenance Services
RFP No. 25-005
Commodity Code:460-45
MONTH &YEAR
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. 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 hydraulic hose repair
and maintenance services as specified herein and have adequate organization, facilities, equipment,
financial capability, and personnel to ensure prompt and efficient service to the City.
B. 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.
C. Facility Site Services: Must have a physical business location within 40 Miles of the City's Fleet
maintenance.
D. Mobile services: Must not travel beyond 60 miles of the City's Fleet Maintenance Building.
3. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform
required services. The City seeks to do business directly with a company experienced in Hydraulic hose
repair and maintenance services.
4. SAFETY: The City reserves the right to remove any employee from City property for violation of federal,
state, and local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent
shall:
A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State
and City safety and occupational health standards and other applicable federal, state, and local health,
safety, and environmental laws ordinances, rules, and regulations in the performance of these services.
B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury
or damage to any persons or property within and around the work site. In case of conflict, the most
stringent safety requirement shall govern.
C. Indemnify and hold the City harmless from and against all claims, demands, suits, actions,judgments,
fines penalties and liability of every kind arising from the breach of the Contractor's obligations under this
paragraph.
5. WORKFORCE: Successful Respondent shall:
A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner.
B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly
identifies them as the Respondent's employee.
C. Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor. The City reserves the right to verify citizenship or right to work in the United States.
6. PRICING:The Respondent shall determine and submit a fixed cost for the work and shall include all
incidental costs, labor, overhead charges, travel, payroll expenses,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.
Paee 6 of 14
City of Round Rock
Hydraulic Hose Repair and Maintenance Services
RFP No. 25-005
Commodity Code:460-45
MONTH &YEAR
Prices for materials 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 receipt to be included. Failure to provide the
contracted cost-plus percentage(%) on an invoice may result in payment at cost.
7. PRICE INCREASE: Contract prices for hydraulic hose repair and maintenance 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 10% 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/c/cpi
B. Procedure to Request Increase:
i. Email the written price increase request to purchasingatroundrocktexas.gov with the rate detail
comparison, a 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.
ii. Upon receipt of the request, the City reserves the right to either accept the escalation and make
change to the purchase order within 30 days of the request or negotiate with the Vendor or cancel the
agreement or purchase order if an agreement cannot be reached on the value of the increase.
8. 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.
9. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance
anytime during the contract term.
10. 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.
11. 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.
12. POINT OF CONTACT/DESIGNATED REPRESENTATIVE:
A. Contractor's point of contact: In order to maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified point of contact upon award of
the contract to include contact information. The City's designated representative shall be notified by the
Respondent immediately should the point of contact change.
Pase 7 of 14
City of Round Rock
Hydraulic Hose Repair and Maintenance Services
RFP No. 25-005
Commodity Code:460-45
MONTH &YEAR
B. The City's designated representative: The City's designated representative shall be:
Richard Bolton
Superintendent-Fleet
General Services
Phone: +1 (512) 218-7082
E-mail: rbo_lton(a roundrocktc.xasov
C. Do not contact the individual listed above with questions or comments during the course of the
solicitation.
13. INTERLOCAL PURCHASING AGREEMENTS:
A. The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the
Interlocal Cooperation Act, Chapter 791 of the Texas Government Code.
B. The Contractor may offer the same price and terms and conditions to other eligible agencies that have an
interlocal agreement with the City.
C. The City does not accept any responsibility or liability for the purchases by other government agencies
through an interlocal cooperative agreement.
Page 8 of 14
City-of Round Rock
Hydraulic Hose Repair and Maintenance Services
RFP No. 25-005
Commodity Code:460-45
MONTH &YEAR
PART IV
SCOPE OF WORK
1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after"the City," seeks a bid from firms
experienced in providing hydraulic systems repair services for the City's fleet of equipment.The City's fleet
currently consists of approximately 1925 pieces of equipment in the City's fleet department. The City's Vehicle
Maintenance Department regularly maintains all City vehicles and equipment but is seeking to establish an
agreement with a hydraulic systems repair facility to provide additional hydraulic system repairs to the City's
fleet.
2. DESCRIPTION OF SERVICE TYPES:
A. Facility on-site services: Facility Site Services refer to hydraulic hose repair and replacement services
that take place at the awarded vendor's fixed repair facility
B. Mobile Services: Mobile Services refer to hydraulic hose repair and replacement conducted at the City's
fleet locations or in the field
3. GENERAL SERVICE REQUIREMENTS: The Contractor shall provide hydraulic hose repair and
maintenance services, ensuring that all work meets or exceeds industry standards.The services should
include but are not limited to:
A. Hydraulic Fluid Replacement: The Contractor shall:
i. Include hydraulic fluid replacement as part of hose repair services.
ii. Use hydraulic fluid that is compatible with the equipment being serviced, maintaining the performance
and longevity of the hydraulic system.
B. Service Technicians:
i. Service technicians are required to notify the City POC upon their arrival and upon the completion of
work. If the work cannot be completed during the visit, the technician must communicate with the City
to provide a timeline for returning to complete the task before leaving the site.
ii. Service technicians must possess full qualifications to work on the listed equipment.
iii. Service technicians should be employed by the Contractor starting from the effective date of the
contract.
iv. The Contractor should be capable of verifying that their service personnel have received training and
have a minimum of one year of practical experience working with the specific brands/models of City
equipment.
v. In the event of the Contractor hiring a new service technician during the contract's term, the
Contractor must supply the City with certifications and qualifications validating the technician's ability
to work on the City's equipment before they are deployed to the site.
vi. All repair parts required for repairs must be present on-site within three business days from the date
of approval.
4. HYDRAULIC HOSE REPAIR AND REPLACEMENT: The Contractor shall:
A. Repair or replace all varieties of hydraulic hoses, ensuring that the replacement hoses meet or exceed
the original quality and performance standards.
B. Replace O Rings on new hoses as required.
C. Maintain a sufficient inventory of hydraulic hoses and components to perform timely repairs.
D. Standard practice includes repair while the customer waits, with minimal downtime
5. FACILITY ON SITE SERVICE REQUIREMENTS: The Contractor shall-
A. Have a facility large enough to accommodate the Contractor's current workload as well as the additional
workload resulting from award of this contract.
B. Provide daily, year-round service regardless of weather conditions.
Paee 9 of 14
City-of Round Rock
Hydraulic Hose Repair and Maintenance Services
RFP No. 25-005
Commodity Code:460-45
MONTH &YEAR
C. Park all police vehicles in a secured area with controlled access. Contractor shall provide information
and/or explain the method to be utilized for the security of the City's Police vehicles and/or any City
vehicles while on the Contractor's property during business hours and overnight. The City reserves the
right to determine if the secured area will meet the City's needs.
D. The City reserves the right to tour the facility to confirm that the security of the facility will meet the City's
needs prior to award.
6. MOBILE HYDRAULIC HOSE REPAIR Services: The Contractor shall:
A. Offer on-site mobile hydraulic hose repair services to minimize equipment downtime.
B. Mobile repair services should be available 24/7 to address emergency needs.
C. Mobile repair services should be turnkey, meaning the Contractor will provide all necessary equipment,
materials, and labor to complete repairs in the field without additional requirements from the municipality.
D. Mobile Repair Services shall be performed at the following location:
Vehicle Maintenance
901 Luther Peterson Place
Round Rock, Texas 78664
7. CONTRACTOR RESPONSIBILITIES:
A. EMERGENCY SERVICE CALLS-"Emergency Services"are defined as requests made that are
immediately necessary and may stop normal operations for the City. The Contractor shall-
i. Return the call of the City's POC and schedule the repair within one hour of the City's
emergency call for repair service.
ii. Be on location at the site within two hours after notification by the City that anemergency has
occurred.
iii. The hours between 6:01 PM and 6:59 AM CST Monday through Friday, weekends, and City-
observed holidays are considered "after-hours."
iv. It is the Contractors responsibility to have available adequate qualified staff to respond to
emergencies at all times.
B. NON-EMERGENCY SERVICE CALL-"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-
i. Call the City POC to schedule a repair within four hours of City's call for repair services.
ii. Be on location at the site within 24 hours after notification by the City that non-emergency repair
services are required.
C. WARRANTY AND QUALITY ASSURANCE: The Contractor shall:
i. Provide a warranty on all repairs and replacements, ensuring the longevity and reliability of the work.
ii. Have a robust quality control process to ensure that all work is performed to the highest standards.
D. SAFETY AND ENVIRONMENTAL CONSIDERATIONS:
i. All repairs should comply with applicable safety regulations and environmental standards.
ii. The Contractor should dispose of or recycle old hydraulic hoses and fluids in compliance with local
environmental regulations.
8. 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, 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.
Pace 10 of 14
City of Round Rock
Hydraulic Hose Repair and Maintenance Services
RFP No. 25-005
Commodity Code:460-45
MONTH &YEAR
C. The designated contact person shall be identified in the solicitation response and may be required to
attend an oral presentation to the evaluation team prior to award of contract.
D. The City shall also be provided with a secondary designated contact person to communicate with if the
primary contact is unavailable.
9. 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.
10. CITY RESPONSIBILITIES: The City will-
A. Confirm the scheduled work to be carried out.
B. Provide local parking for vehicles and ensure access to the designated work areas. In situations where
suitable parking isn't available through the City, the Contractor shall arrange off-site parking and
transportation to and from the work site.
C. Grant access to the locations where service is necessary.
D. Guarantee that the work area is devoid of safety hazards.
E. Conduct inspections of the completed work to ensure alignment with the specified scope of work.
Paize 11 of 14
City of Round Rock
Hydraulic Hose Repair and Maintenance Services
RFP No. 25-005
Commodity Code:460-45
MONTH &YEAR
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.
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-Cost Proposal Sheet
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 —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: State the number of years the Respondent company has been providing the
services requested in the solicitation. Describe only relevant municipal, governmental, corporate, and
individual experience for the company and personnel who will be actively engaged in the project. Do
not include corporate experience unless personnel assigned to this project actively participated. Do
not include experience prior to 2014. Supply the project title, year, and reference name, title, present
address, and phone number of principal persons for whom prior projects were accomplished.
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.
Paee 12 of 14
City.of Round Rock
Hydraulic Hose Repair and Maintenance Services
RFP No. 25-005
Commodity Code:460-45
MONTH &YEAR
B. Segment 2—Cost Proposal: Information described in the following subsection 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.
The City is offering the Respondent to submit two proposals:
In Contractor-operated facility
i. Manpower. Itemize to show the following for each category of personnel with separate hourly
rate.
ii. Total (not to exceed)Cost
Mobile Services
i. Manpower. Itemize to show the following for each category of personnel with separate hourly
rate.
ii. Total (not to exceed) Cost
Respondent is to submit a cost proposal sheet for each service they offer. Respondents may
submit for one or both options. The City will evaluate each option independently.
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:
• Company Work Experience and Personnel (Segment 1) 40 pts
• Cost Proposal (Segment 2) 60 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.
Paee 13 of 14
City of Round Rock
Hydraulic Hose Repair and Maintenance Services
RFP No. 25-005
Commodity Code:460-45
MONTH &YEAR
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.
B. Provide City contact(s) information for implementation of the Agreement.
C. Identify specific milestones, goals, and strategies to meet objectives.
PaEe 14 of 14
.
,
ATTACHMENT
8OLOT&TC}NSUBMITTAL FORM AND EXECUTION
NOTE: RESPONDENTS SHALL COMPLETE, SIGN, AND UPLOAD THIS ATTACHMENT WITH
THEIR SUBMITTAL AVBONFIRE. FAILURE TO DO SOMA Y RESULT IN DISQUALIFICATION OF
THE SUBMITTAL.
'
Bysignature hereon,the Respondent certifies that:
All statements. pficing and information prepared and submitted to the City's Bonfire portal in response to
this solicitation are current, uomp|ete, and accurate
He/she has not given, offered|ogive, nor intends uogive atany time hereafter any oconom�uppo�uni�.
future employment, gift, loan gratuity, special diwomunt, trip, favor, or service hue City emp|oyee, evaluator,
orevaluating entity inconnection with the submitted response. Signing the Execution ofSolicitation
Submittal Form with ata|se statement shall void the�3ubmitKyd offer u,any resulting contracts,
Respondent represents and warrants that the individjal signing this Execution,of Solicitation Submittal
Form is authorized to sign this document, represent the Respondent and to bind the Respondent under
any contract resulting from this submittal.
RESPONDENT(COMPANY):
8|GNATURE (|NN/D|G|TAL):
N4M8E (TYPECVPR|NTED):
� TITLE: DATE:
STREET:
CITY/STATE/ZIP:
TELEPHONE& FAX NO.: �-
E-MAIL ADDRESS:
- �-------^c� -- - -
FEDERAL TAX IDENTIFICATION NUMBER (FIN):
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. |naddition, the
Supplemental Terms and Conditions listed in Section III, shall also be enforced as part of the contract, and
can beobtained fromthe City's website at: h��
ATTACHMENT B
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER. oo i;D-
RESPONDENT'S NAME CC Uk DATE: �Z 11(4 2-Cr2-57
Provide the name, address, telephone number and E-MAIL of at least three(3)valid Municipal,
Government agencies or firms of comparable size that have utilized services that are similar in type and
capacity within the last two(2)years, City of Round Rock references are not applicable. References may
be checked prior to award. If references cannot be confirmed or if any negative responses are received it
may result in the disqualification of submittal.
1 Company's Name
..........
Name of Contact
Title of Contact
E-Mail Address Irv, 0
Present Address
City, State, Zip Code
Telephone Number I, o b T)LA Fax Number'
2. Company's Name
Name of Contact ci
�Ao K\l
Title of Contact
V_
E-Mail Address S) U*CA�S
Present Address
City, State. Zip Code
a4y ..........
Telephone Number Fax Number.
(C-; IJ
3 Company's Name
Name of Contact
Title of Contact N\-�_CN_An't C
E-Mail Address
Present Address
City, State, Zip Code
Telephone NumberFax Number:
Le
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Attachment D- Bid Sheets Mobile Services&
Facility on Site Services Hydraulic Hose Repair
and Maintenance Services RFP 25-005
with the solicitation documents contained in RFP 25-005 Hydraulic Hose Repair and Maintenance Services.The Respondent acknowledges that they
have received and read the entire solicitation packet,attachments,and all documents incorporated by reference,and agrees to be bound by the terms
therein.
Special Instructions:All prices must be quoted in order to be considered responsive,be advised that exceptions taken to any portion of the solicitation will
jeopardize acceptance of the bid.Alternative bids will not be considered and unauthorized modifications to the bid sheet format will result in the rejection
of the bid.The City reserves the right to purchase more or less than the quantities indicated below
MOBILE SERVICES
No. Description Estimated Unit Unit Cost Extended Total
Quantity
1 Hourly Labor Rate 500 Hour $110.00 $55,000.00
2 Service Call Fee 100 Each $80.00 $8,000.00
3 Emergency Hourly Labor Rate 500 Hour $130.00 $65,000.00
4 lEmergency Seryice Call Fee 100 1 Each 1 $90.00 $9,000.00
Prices for parts and material shall be on a cost-plus basis.The
5 Percentage(%)if any,of markup will be: $ 15,000.00 1 Percent 15% $17,250.00
Annual Total: $154,250.00
FACILITY ON SITE SERVICES
�_. Estimated
No. Description Unit Unit Cast Extended Total
Quantity
1 Hourly Labor Rate 500 Hour $110.00 $55,000.00
2 Service Call Fee 100 Each $80.00 $8,000.00
3 Emergency Hourly Labor Rate 500 Hour $130.00 $65,000.00
4 Emergency Service Call Fee 100 Each $90.00 $9,000.00
Prices for parts and material shall be on a cost-plus basis.The
5 Percentage(%)if any,of markup will be: $15,000.00 Percent 15% $17,250.00
$154,250.00
COMPANY NAME: Pirtek Riverside LLC
PRINTED NAME: Jeffery Brilliott
PHONE NUMBER: (512)448-0800
EMAIL ADDRESS: ibrilliott@PirtekRiverside.com
Pirtek Riverside, LLC The City of Round Rack.
15301 N 135 Suite U 221 E Main Street
Pflugerville,TX 78660 RIV ERSWEround Flock.Tx 78664
Statement of compliance
RPP 25--005
We,the undersigned, hereby confirm that we have thoroughly reviewed the terms and
conditions outlined in the Request for Proposal(RFP)25--005. Pirtek Riverside LLC fully
understands and agrees to comply with all the stipulations without any reservations or
exceptions.
Pirtek Riverside LLC
Wednesday, February 26, 2025
X x
jeftery William Renken ��--
Owrwr Operations Manager
X1 ,
K^t3-f ,tt{'".itt`"Ej i
Offirr M arrager