Loading...
R-2025-334 - 12/18/2025 RESOLUTION NO. R-2025-334 WHEREAS, the City of Round Rock ("City") has duly sought proposals for the purchase of overhead door maintenance and repair services; and WHEREAS, R&S Overhead Doors of Texas Inc. has submitted the proposal determined to provide the best value to the City considering the price and other evaluation factors included in the request for proposals; and WHEREAS, the City Council desires to enter into an agreement with R&S Overhead Doors of Texas Inc. for the purchase of overhead door maintenance and repair services, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement Between the City of Round Rock and R&S Overhead Doors of Texas Inc. for the Purchase of Overhead Door Maintenance and Repair Services, a copy of same being attached hereto as Exhibit "A" and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 18th day of December, 2025. CRAGORG , Mayor City of tound 1"-c k,Texas AT T: ANK FRANKLIN, ity Clerk 0112.20252;4903-6050-3934 EXHIBIT A AGREEMENT BETWEEN THE CITY OF ROUND ROCK AND R&S OVERHEAD DOORS OF TEXAS INC. FOR PURCHASE OF OVERHEAD DOOR MAINTENANCE AND REPAIR SERVICES 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 , 2025, 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 R&S OVERHEAD DOORS OF TEXAS INC., whose offices are located at 20700 Frankie Lane, Suite 301, Pflugerville, Texas 78660, 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 to purchase overhead door maintenance and repair services; 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 RFP No. I 26-001 dated September 2025 ("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: (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 R&S Overhead Doors of Texas Inc.,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. The term of this Agreement shall be for sixty (60) months from the Effective Date. 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. B. 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 "Attachment C - Cost Proposal Sheet" of Exhibit "A" are awarded to Vendor. 2 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 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 "Attachment C Cost Proposal"of Exhibit"A." B. The City shall is authorized to pay the Vendor an amount not-to-exceed $1,500,000.00 for the term of this Agreement. 6.0 INVOICES A. All invoices shall include,at a minimum,the following information: I. 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 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. 4 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: https:'iwww.roundrocktexas,gov'wp-content/uploads,"2024!12/CORR-insurance-08-2024.pdf 13.0 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Eric Dady, Manager Facility Maintenance General Services Department 212 Commerce Boulevard Round Rock, TX 78664 (512) 218-5472 edadyd'.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 fai Is to cure the issue within thirty (30)days of receipt of written notice: I. 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. 5 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. 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: (l)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 6 discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not have a practice, policy, guidance,or directive that discriminates against a firearm entity or firearm trade association, and it will not discriminate during the term of this Agreement against a firearm entity or firearm trade association. D. In accordance with 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: I. 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: R&S Overhead Doors of Texas Inc. 20700 Frankie Lane Suite 301 Pflugerville,TX 78660 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. 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. 8 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. 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.] IN WITNESS WHEREOF,City and Vendor have executed this Agreement on the dates indicated. R&S Overhead Daers of Texas Inc. By: -- -- Printed Name: S, 'P1ffaet:w-1t Title: % Date Signed: II- IS-7.0 City of Round Rock,Texas By: — Printed Name: Title: Date Signed: _ For City,Attest: By: - Ann Franklin,City Clerk For City,Approved as to Form: By: - - Stephanie L. Sandre,City Attorney I is i Exhibit "A" ROUND ROCK TEXAS PURCHASING DIVISION City of Round Rock, Texas Procurement and Contracting Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov REQUEST FOR PROPOSAL (RFP) OVERHEAD DOOR INSTALLATION, MAINTENANCE, AND REPAIR SERVICES SOLICITATION NUMBER 26-001 September 2025 Exhibit "A" City of Round Rock Overhead Door Installation, Maintenance, and Repair Services RFP No. 26-001 Commodity Code: 150-55/910-55 September 2025 OVERHEAD DOOR INSTALLATION, MAINTENANCE,AND REPAIR SERVICES PART GENERAL REQUIREMENTS 1 PURPOSE AND BACKGROUND: The City of Round flock, hereinafter"the City,"seeks proposals from firms experienced in the installation, maintenance, and repair of overhead doors with access to various manufacturers and their products. The City has a total of 163 roll-up doors at various locations. There are approximately 85 electric roll-up doors and 78 manual roll-up doors located throughout City Facilities. Facilities that may require professional installation, maintenance, and repair include, but are not limited to, office buildings, fire stations, park facilities police facilities, and parking garages. Some of the brands of doors include Cornell, Lift Master, Overhead Door Company, and Rytec. The total contract value for all Contractors shall not exceed $300,000 per fiscal year for the term of the contract. 2. SOLICITATION PACKET: This solicitation packet is comprised of the following.- Description ollowing: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)9-11 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—List of Locations and Equipment Separate Attachment Attachment E- Insurance Instructions Separate Attachment Attachment G—Sample Work Order Separate Attachment Attachment H—Sample Invoice Separate Attachment Page 2 of 14 Exhibit "A" City of Round Rock Overhead Door Installation, Maintenance and Repair Services RFP No 26-001 Commodity Code 150-551910-55 September 2025 3. SCHEDULE OF EVENTS: It is the City s intention to follow the solicitation timeline below. EVENT DATE Solicitation released September 3, 2025 Deadline for submission of questions September 19,2025 @ 5:00 PM, CST City responses to questions or addendums Approximately September 23,2025 @ 5:00 PM, CST Deadline for submission of responses October 6,2025 @ 3:00 PM, CST 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:Hroundrock texas 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. 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 Hround rocktexa s 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 6. 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/filingmfo/1295/ 7. 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. 8. 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 Page 3 of 14 Exhibit "A" City of Round Rock Overhead Door Installation, Maintenance, and Repair Services RFP No. 26-001 Commodity Code: 150-55/910-55 September 2025 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. Page 4 of 14 Exhibit "A" City of Round Rock Overhead Door Installation, Maintenance, and Repair Services RFP No.26-001 Commodity Code: 150-55/910-55 September 2025 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: httos://www.roundrocktexas.gov/city-departments/ourchasinp?. 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: htts://www.roundrocktexas. og_ vlcity- partments/purchasing/ Page 5 of 14 Exhibit"A" City of Round Rock Overhead Door Installation, Maintenance, and Repair Services RFP No. 26-001 Commodity Code: 150-55/910-55 September 2025 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 overhead door installation, maintenance and repair services as specified herein and have adequate organization, facilities, equipment,financial capability, and personnel to ensure prompt and efficient service to the City B. In order to confirm financial stability, the City may choose to review audited financial statements at any time throughout the RFP evaluation process. Upon request, the Respondent shall provide two years audited financial statements, including any notes or supplemental schedules within 2 business days of the original request. C. The Respondent shall include in the proposal a list of all litigation the company or its principals have been involved in within the last three(3)years. D. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the United States, or not having a home office inside the United States will not be included for consideration in this RFP process. E. Respondent must have a physical office located within 60 miles of 221 East Main Street Round Rock Texas 3. 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. 4. 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. 5. PRICING:The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses,freight, equipment acquisition and maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds, and risk management. No separate line-item charges shall be permitted for either response or invoice purposes. Page 6 of 14 Exhibit "A" City of Round Rock Overhead Door Installation, Maintenance, and Repair Services RFP No. 26-001 Commodity Code: 150-55/910-55 September 2025 Prices for materials will be on a cost-plus basis. The percentage(%) markup shall not be greater than 10% 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. 6. PRICE INCREASE: Contract prices for overhead door installation, maintenance and repair services shall remain firm throughout the initial twelve(12) month term of the contract A price increase to the agreement may be considered on the anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at no time can the increase be greater than 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/cpi B. Procedure to Request Increase: i. Email the written price increase request to purchasing0roundrocktexas.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. 7. 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. 8. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance anytime during the contract term. 9. 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. 10. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split award, primary and secondary award, non-award, or use any combination that best serves the interest and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff recommendation of award has been made. The award announcement will be posted to the City's website at httos://roundrocktexas.bonfirehub com once City Council has approved the recommendation of award and the agreement has been executed. 11. 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. Page 7 of 14 Exhibit "A" City of Round Rock Overhead Door Installation, Maintenance, and Repair Services RFP No. 26-001 Commodity Code: 150-55/910-55 September 2025 B. The City's designated representative: The City's designated representative shall be. Danny Dzialo Superintendent General Services Phone: (512) 671-2781 E-mail: ddzia]Q @ roundrocktexas.gov C. Do not contact the individual listed above with questions or comments during the course of the solicitation. 12. 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 Exhibit "A" City of Round Rock Overhead Door Installation, Maintenance, and Repair Services RFP No, 26-001 Commodity Code: 150-55/910-55 September 2025 PART IV SCOPE OF WORK 1. INTRODUCTION: The City of Round Rock, herein after"the City" seeks proposals from firms experienced in installation, maintenance, and repair of overhead doors with access to various manufacturers and their products. The City has a total of 163 roll up doors at various locations. There are approximately 85 electric roll-up doors and 78 manual roll-up doors located throughout City Facilities. Facilities that may require professional installation, maintenance, and repair include, but are not limited to, office buildings, fire stations, parks facilities, police facilities, and parking garages. Some of the brands of doors include Cornell, Lift Master, Overhead Door Company, and Rytec 2. SERVICE REQUIREMENTS: Services shall be performed at the locations described in Attachment D- List of Locations. The City reserves the right to add or remove locations as equipment comes online or is decommissioned. A. SERVICE TECHNICIANS shall- i. Inform the City POC of their arrival and upon completion of work. If work is not completed the technician must contact the City and inform them of when he will be on site to complete the task prior to leaving the site. ii. UNDER NO CIRCUMSTANCES leave the property of an emergency services location without ensuring emergency vehicles can safely exit the location. iii. Be fOly qualified or can become fully qualified to work on all models of overhead doors iv. Employed by the Contractor on the effective date of the contract. v. Contractor shall be able to verify that service personnel have had training with a minimum of one year of"hands on"experience working on the brands/models of City equipment. vi. If during the term of this contract a new service technician is hired by the Contractor, the Contractor shall provide certifications and qualifications to the City verifying that the employee is qualified to work on the City's equipment prior to them coming on site. B. NEW INSTALLATION: The Contractor shall- i. Supply new materials from various manufacturers and their catalog offerings. ii. Install new operators, overheard doors, etc. as directed by the City of Round Rock. iii. Remove and dispose of old doors and related materials. iv. ANY INSTALLATION THAT WILL EXCEED $100.000 WILL NEED TO BE BID OUT SEPARATELY FROM THIS CONTRACT. C MAINTENANCE: Maintenance shall be performed once/twice a year and a written report shall be provided to the City of Round Rock. Maintenance shall include but not be limited to- i. Rolling Doors: a) Inspect door alignment and level, slats, and end locks for damage. b) Inspect guides, bottom bar, and hood for damage, adjust spring(s), and lubricate bearings. c) Inspect and tighten fasteners. d) Inspect and lubricate chain hoist. e) Inspect locks for proper operation. f) Inspect and tighten all sprockets and shaft collars. g) Inspect safety labels, placement, and condition h) Inspect and adjust limit switches, belts, brakes, and gear reducer. i) Inspect operator mounting. j) Inspect and test disconnect. k) Inspect and lubricate roller chain. Page 9 of 14 Exhibit "A" City of Round Rock Overhead Door Installation, Maintenance, and Repair Services RFP No. 26-001 Commodity Code: 150-55/910-55 September 2025 1) Check all belts pullies gears, frame, garage door balance and replace breaks and weather stripping as needed. ii. Rolling Steel Fire Doors: a) Inspect fuse links and replace painted fuse links. b) Drop test door for proper operation. c) Check that door is properly reset. d) Test electric fusible links for continuity (where applicable). e) Test smoke detector(s) (where applicable). f) Test hold-open devices and time delays. g) Inspect safety labels, placement, and condition. h) Check all belts pullies gears, frame, garage door balance and replace breaks and weather stripping as needed. C. REPAIR SERVICES: The Contractor shall- i. Repair operators, overhead doors/panels, etc. as directed by City of Round Rock. ii. Remove and dispose of old doors and materials. iii. Repair any items noted on maintenance report as directed by City of Round Rock. iv. Repair service shall be performed on site at the equipment location(s)within thetime frames specified below a) Emergency Service Call-"Emergency services"are defined as requests made that are immediately necessary and may stop normal operations of the City. 1) Emergency services will only be performed at Fire or Police Department locations. Other City locations will be considered normal service requests. 2) Contractor shall return the call of the City's POC and schedule repair within one hour of the City's emergency call for repair service. 3) For emergency service requests, the Contractor shall be onsite within 2 hours to perform the required tasks including afterhours, holidays, and weekends. 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: 1) Call the City POC to schedule repair within four hours of City's call(s)for repair services. 2) Be on location at the site within 24 hours after notification by the City that non-emergency repair services are required. 3) Services will be performed during normal operation hours which are 8:00AM-5:00PM 3. CONTRACTOR RESPONSIBILITIES: The Contractor shall- A. Schedule all requested maintenance in advance with the City's point of contact. B. Maintain Communication. Communication is vital to the City of Round Rock. The City requires timely communication throughout the entire job process. The City understands that lead times can vary depending on the size, manufacturer, and difficulty of the required tasks. C. Be responsible for all debris removal resulting from the services. D. Provide written work estimates to the City's point of contact via email for each project in advance of beginning work. The estimate shall include labor, equipment, parts, and materials required to perform repairs. Work shall not be initiated without the City's consent and a formal PO number. E Work Reports-Contractor(s)shall complete and furnish a work report for each project, see Attachment 0- Sample Work Order and Attachment E-Sample Invoice. A copy of each work report shall be presented with time and material used to support the cost assessment on the final invoice. Reports shall include, at a minimum, the following information: i. Location of the worksite, ii. Date and time of arrival at worksite, Page 10 of 14 Exhibit "A" City of Round Rock Overhead Door Installation, Maintenance, and Repair Services RFP No. 26-001 Commodity Code: 150-55/910-55 September 2025 iii. Time spent for repair, iv. Date and time work at location is completed, v. Part(s) ordered, hourly labor rate with quantities, and equipment rented, if necessary, vi. A detailed description of all the completed repair work certifying the item is in working order shall be signed by the City's designated representative at the time the work is completed F. 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. 4. CITY RESPONSIBILITIES: The City will- A. Confirm scheduling of work to be done. B. Provide local vehicle parking and access to the work areas. If suitable parking cannot be furnished by the City, the Contractor shall make arrangements for off-site parking and transportation to/from the work site. C Provide reasonable access to power and water utilities as needed to complete the project. D. Provide access to location where service is required. E. Ensure area of work is relatively free of safety hazards. F Inspect work performed to ensure compliance with the scope of work. Page I I of 14 Exhibit "A" City of Round Rock Overhead Door Installation, Maintenance, and Repair Services RFP No 26-001 Commodity Code: 150-55/910-55 September 2025 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 htlps://roundrocktxvendors.munisselfservice comNendors/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-Cost Proposal Sheet o Certificate of Insurance(Optional) 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 Program Approach&Timeline Program Approach and Timeline(35 points): Provide all details as required in the Scope of Work and any additional information you deem necessary to evaluate your proposal. Describe your technical plan for accomplishing the required work and the estimated timeline for a project. Specifically indicate- i. Your contract management approach and ability to coordinate work with all City personnel and suppliers in order to meet the deadlines established. ii. A description of your work program by tasks. Detail the steps you will take in proceeding from when contacted for a City Project through invoicing. iii. The Respondent's process for emergency repairs. iv. The Respondent's customer service model. v. The Respondent's to complete the project within the schedule while taking into account existing commitments. vi. The Respondent's to identify and resolve potential issues, delays, etc. and describe any back- up/contingency plans for any unanticipated delays. vii. The technical factors that will be considered in the section above, and the depth to which each will be treated. B. Segment 2—Company Work Experience and Personnel(35 points) i. Prior Experience: State the number of years the Respondent company has been providing the services requested in the solicitation. Describe only relevant municipal, 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 the principal persons for whom prior projects were accomplished. Page 12 of 14 Exhibit"A" City of Round Rock Overhead Door Installation, Maintenance, and Repair Services RFP No. 26-001 Commodity Code: 150-55/910-55 September 2025 ii. Personnel: Include names, qualifications, certifications, and resumes of all personnel who will be assigned to the account(including the personnel who will perform the installation, maintenance, and repairs. 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 job title. B. 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. Manpower. Itemized in Attachment C-Cost Proposal Sheet. ii. Percent off Manufacturer Suggested Retail Price(MSRP) iii. Attach additional pages if the Respondent offers additional brands. iv. Total (not to exceed)Cost. Contractors' past performance with the City may be evaluated. 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, 1£Timeline(Segment 1) 35 pts • Company Work Experience and Personnel(Segment 2) 35 pts • Cost Proposal(Segment 3) 30 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. Page 13 of 14 Exhibit "A" City of Round Rock Overhead Door Installation, Maintenance, and Repair Services RFP No. 26-001 Commodity Code: 150-55/910-55 September 2025 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. Page 14 of 14 Exhibit "A" ATTACHMENT A SOLCITATION SUBMITTAL FORM AND EXECUTION NOTE: RESPONDENTS SHALL COMPLETE, SIGN, AND UPLOAD THIS ATTACHMENT WITH THEIR SUBMITTAL IN BONFIRE. FAILURE TO DO SO MAY RESULT IN DISQUALIFICATION OF THE SUBMITTAL. By signature hereon,the Respondent certifies that: All statements, pricing and information prepared and submitted to the City's Bonfire portal in response to this solicitation are current, complete, and accurate. He/she has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan gratuity,special discount, trip, favor, or service to a City employee, evaluator, or evaluating entity in connection with the submitted response. Signing the Execution of Solicitation Submittal Form with a false statement shall void the submitted offer or any resulting contracts. Respondent represents and warrants that the individual 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): R&S Overhead Garage Door of Texas Inc. SIGNATURE (INK/DIGITAL): NAME(TYPEDIPRINTED): Travis Peacock TITLE: Operations Manager DATE: 9/8/2025 STREET: 20700 Frankie Ln. Unit#301 CITY/STATE/ZIP: Pflugerville, TX 78660 TELEPHONE& FAX NO.: (512) 794-3667 E-MAIL ADDRESS: travis@rsdoors.com FEDERAL TAX IDENTIFICATION NUMBER(FIN): 85-0871368 By submitting a response to this solicitation,the Respondent agrees that the City's Definitions and Standard Terms and Conditions, in effect at the time of release of the solicitation,shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. In addition, the Supplemental Terms and Conditions listed in Section III, shall also be enforced as part of the contract, and can be obtained from the City's website at: https://www.roundrocktexasgov/city-businesses/solicitations/ Exhibit "A" REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RFP 26-001 RESPONDENT'S NAME: R&S Overhead Garaoe Door of Texas Inc. DATE: 9/8/2025 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 Buda Fire Department Name of Contact Phil Gutierrez Title of Contact Quatermaster/Facilities Manager E-Mail Address pgutierrez@budafire.org Present Address 209 F.M.2770 City, State,Zip Code Buda,TX 78610 Telephone Number ( 737 ) 305.5624 Fax Number: ( ) 2. Company's Name Westlake Fire Department Name of Contact David Wilson Title of Contact Fire Chief E-Mail Address dsson@westlakefd org Present Address 1109 Westlake Dr. City, State, Zip Code Austin,TX 78746 Telephone Number ( 512 ) 796.4947 Fax Number: ( ) 3. Company's Name C-Bar Fire Department Name of Contact Eric Schleinkofger Title of Contact Lieutenant E-Mail Address eschleinkofger@tcesd.com Present Address 353 South Commons Ford Rd City, State, Zip Code Austin,TX 78733 Telephone Number ( 512 ) 508-6407 Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Exhibit "A" Attachment C- Cost Proposal Sheet RFP 26-001 Overhead Door Installation, Maintenance, and Repair The Respondent represents that they are submitting a binding offer and are authonzed to bind the respondent company to fully comply with the solicitation documents contained in RFP 26-001 Overhead Door Installation.Maintenance,and Repair 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 The total contract value for all Contractors shall not exceed$300,000 per fiscal year for the term of the contract. Special Instructions: All prices must be quoted in order to be considered responsive The City reserves the nght to purchase more or less than the quantities indicated below. No. Description Estimated Unit Unit Cost Extended Total Quantity Section I:Labor 1 Labor Rate-Repair 320 Hour $195.00 $62,400.00 2 Overtime Labor Rate-Repair 40 Hour $325.00 $13,000.00 3 Emergency Repair Rate 25 Hour $325.00 $8,125.00 Total $83,525.00 Section II: Material and Equipment Cost-This information will not be evaluated but will become part of the resulting contract. Percent Markup is limited to 10%. No. Brand Percent Mark-up 4 LiftMaster 35'' Attachment D-Bid Sheet Generator Installation,Preventative Maintenance,and Repair Services RFP 25-023 The Respondent represents by their sgnatute tQI0w that they are submitting a binding oiler and are autrwnrea to bina the respondent to fully comply with the solicitation amumenls contained in RFP 25.023 Generator Installation.Preventative Mamtonance,an/1...e Semces. The Respondent acknowledges that they have received and lead the entire solicitation packet,attachments.addendums.and all documents incorporated by reference.and agrees lobe bound"the terms Ihetein SWtal instructions: All prices must be quoted in order to be consbered responsive,be advised that exceptions taken to any portion of the solicitation will jeopardize acceptance Of the bid. Aftemative bids well Wt be considered and urldpll"Onzed mOddiCa110nS to the bio sheet format will result in the rejection of the fled. The Cory reServeS the fight to purchase more of less than the quantities indicated below. On an annual basis the City mtenda to add 5%over the total annual coat deacnbed in the Intl Sheet to provide services,roof any additional generalom that may Come online throughout the life of the contract. Section 1:Gaewnlor Maintenance No. Location D"CAOtion Schedule EalhnatoC Unit Urdt coat Extended Tola1 Quantity' Generator Make:Kohler/MOI.60REOZJB/Serial No.2025920 QUARTERLY Preventive Maintenance(PM) 3 OTR 255.00 S 765.00 Baca Senior Center 621W/Phase 3/480V 301 Transfer Switch-Make:Kohler/M01.KCT-AMVA-01045/Serial ANNUAL MAINTENANCE to include 41h t YR 559.00 $ 559.00 E.Bagdad Ave..Bldg 2 No.K2025711 quarterly maintenance(AM) 1 LOAD TEST AM 1 YR 672.00 S 67200 Cieneration Make:KonleV MOI,100REOIJF/Serial No. QUARTERLY Preventive Maintenance(PM) 3 OTR 255.00 S 765.00 3346GM000034 100KW1 Phase 3/2777480V Camousty, TlanSter SwdCh-Make.K Ehler MOI.K55-AMTC 0225S Serial ANNUAL MAINTENANCE 10 include 411, 1 YR 3621 f..:rnou ity Cove No.A333GMG00520 quarterly maintenance(AM) 559.00 S 559.1 2 LOAD TEST AM t YR 672.00 $ 67200 Generatgf-Make:Caterpillar Mal.080< Serial No. QUARTERLY Pievenitve Maintenance(PM) 3 OTA 255.00 S 765.00 CAT00044CNCE00575 80kW Phase3/208V Central Fire Station 203 Transfer Switch Make,Asco MCI.E003"304000IOC Serial No.366079- ANNUAL MAINTENANCE 10 Include 4111 quarterly 1 YR cmmerce Bled 010RE maintenance(AM) 559.010 $ 559.00 3 LOADTEST AM I YR 672.00 $ 67200 Generator Make:Olympian Mdl.020OP3 Senal No QUARTERLY Preventive Maintenance(PM) 3 OTR 307.00 f 92100 OLYOOOOOLNNS24 se 222& Pne3 20 V Ty in 7 ransfer Switch023-Make-Caterpillar Mot.CTG Serial No. ANNUAL MAINTENANCE IO include 4th I YR 221 E.Mem Street 700.00 S 700.00 TSA1137< quanerly maintenance(AMI 4 LOAD TEST AM 1 YR 803.00 $ 803.00 Generator Make:Generac/tadl.7168650100/Serial No. QUARTERLY Preventive Maintenance(PM) 3 OTR 244.00 $ 73200 2091130 10pkW/Pnase 3/208V Fire Slabon 92 -ef n5ler Swi" Make KORLER Mdl.KSS-ACTA-04005 Serial ANNUAL MAINTENANCE to include 4th t YR 206 West Bagdad Ave No.A333GMRF0198 quarterly maintenance(AM) 548.00 S 548.00 LOAD TEST AM 1 YR 672-00 S 672.00 C.erhtflalol Make KORLER'M0L60REOZK Serial No. QUARTERLY Preventive Maintenance IPM) 3 OTR 276.00 S 628.00 hire Station s,4 SGM32GSZD t kW Phas 3 12N V transfer Switch Make Kohler Mill KSS-ACTC-02005.Serial No. ANNUAL MAINTENANCE to Include 4th guanerty i YR 1301::.utile Creek Dr SGM32GKVM maintenance(AM) � S 560.00 6 LOAD TEST-AM 5 - Generator-Make:Caterpillar/Mdt.050-61 Serial No. QUARTERLY-Preventive Maintenance(PM) 3 OTR 270-00 S 010.00 Fine Station s,5 CATOOCUKLC400408 45kW/Phase 3/208V 350 Deepwood Of. Transfer SwRcn•Make.ASco/MOI.A300315091C/Series 3001 ANNUALMAINTENANCE 10 include 41h I YR 574.00 S 574.00 Serial No.116061-7 quarterly maintenance AM) 7 LOAD TEST AM i YR 672.00 S 67200 Generalor-Make:Cummins-Onan/MCI.DGDA-5691453/Serial No. QUARTERLY-Prevenove Maintenance(PM) 3 OTR 1)40694359 80kW I Phase 3/206V 266.00 S 858.00 Fire Station 06 Tfansfer Switch-Make.Cummins-Chan/MCI.OTPC13-5690219/Serial No. ANNUAL MAINTENANCE to include 41h quarterly, 1 YR 2919 Joe DlMaggto Blvd. 72040680179 maintenance(AM) 590.1+ S 590- 8 1 LOAD TEST AM 1 YR 672 tr S 6721--1 Generator eralp-Make:Kohler I MOL 80RE07JD/Serial No.2166/18 QUARTERLY-Prerventne Maintenance IPM) 3 OTR 80kW i Phase 3/408V 260.00 $ 780.00 Fite Station•7 Tr nsler Swdch-Make:KOhlor/MOI.KSS-DCTA-040057 Serial ANNUAL MAINTENANCE 10 include 4111 1 YR 2811 Oakmont Or. 564.00 $ 564.00 No.K2166050 quarterly mamlennc aa AM 9 LOAD TEST-AM I YR 672.00 S 672.00 Generator-Make:Kohler/Mat.60REOZK 7 Serial No. QUARTERLY-Preventive Maintenance(PM) 3 QTR 270.00 5 610.00 Fire Station•8 1612 Rea Bud SGM32G5ZC 601W/Phase 3(12MMY Tr n I r 'wt h-Make:Kohler/Md].KSS•ACTC-0200S/Serial ANNUAL MAINTENANCE 10 include 4111 1 YR Lane No.SGM32GKVL quavery maintenance AM) 574.00 S 574.00 10 LOAD TEST AM 1 YR 672.00 S 672.00 Genemmr:Make:CAT/Mdl-D30.8S S/Serial No.CAT00000TGBE00493 23.3kw/ QUARTERLY Preventive Maintenance(PM) 3 OTR 260'r S 780.00 Phase 2401120V 2721 SAM BASSyRO. Transfer Switch Make EATON/Mol.6D3236OG12/Ser.85337 ANNUAL MAINTENANCE to include 4m 1 YR 491.00 $ 491.00 quarterly maintenance(AM) 11 LOAD TEST AM 1 YR 672.00 5 672.00 Generator:Make:Kohler/MO.20REQZK Serol NO.SGM32MGBN QUARTERLY-Preventive Maintenance(PM) 3 QTR 270.00 S 810.00 22kw/Phase 1/240" FireLogistics Transfer Switch-Make Kohler/MOL KSS AFNA 0tOOS I$er.SGM32M96L ANNUAL MAINTENANCE to include 4th quarterly I YR 330 OGa"rs Sena Road maintenance(AM) 501.00 $ 501.00 12 LOAD TEST-AM 1 YR 672.00 f 672.00 n al r-Make:KOHLFR/MOL 40RECZK/Serial No. QUARTERLY-Preventive Maintenance(PM) 3 QTH 276.00 f 828,00 Forest Creek-Bay Hill 3224 33FYGMGG0071 40kW/Phase 1/Z40v Transfer Switch-Make'Kohler/MCIL KSS -02005/Serial ANNUAL MAINTENANCE t0 Include 4m 1 YR Bay Hill Lane N0.A333GMGDO518 quarterly maintenance(AM) 560.00 $ 580.00 13 LOAD TEST(AM) I YR 672.00 S 672.00 n i Make:KOHLER/Mdl.ISOFkEOZJF/Ser.ai No. QUARTERLY-Preventive Maintenance(PM) 3 OTR 3379GM000Ot2 15"/Phase 3/480V 343.00 $ 1,029.00 Forest Creek-Hilton Head Transfer Sw11cn-Make:Kohler/MAI.KSS-AMTC-02255/Serial ANNUAL MAINTENANCE to Include 41n I YR 2119 Hilton Head Dr. No.A333GMGD0521 quarterly maintenance(AM) 736.00 S 736.00 14 LOAD TEST AM 1 YR 803.00 f 803.00 Forest Creek-Trevino 387.0 Generator-MakeKohier/M01.60REOZK/Serial No. QUARTERLY PreveriMe Mamlenence(PM) 3 OTR 276.00 $ 028.00 TrevmO D, 33HMGMGN0022 80kW/Phase 3/480V Transfer Switch-Make:Kohler/Mdl.KSS-ACTC-01005/Serial ANNUAL MAINTENANCE 10 Include 41h 1 YR 580,00 f 580 00 No.A333GMGDO519 quarterly maintenance(AM) 15 LOAD TEST AM 1 YR 67200 f 672.(x: Lake Georgetown Generator-Make:Cummins-Dnan J MOI.9WDFFIC.13331 Serial QUARTERLY Preventive Maintenance(PM) 3 OTR 436.:1:: $ 1.308.00 2040 Cedar Bend(OB Woods No.11000135813 900kW/Prise 3 J 2400" 6 Cedar Breaks Transfer Swncn-New Inloralron Pending ANNUAL MAINTENANCE t.rntlude 4th 1 YR 2,D65 +. S 2,065.00 Rd.) quarierly mainienance(AM 16 LOAD TEST;AMS 1 YR 7,452:1: S 7.452.00 New Fite Station 3 Generator.-Make Kohler/M4 NREOZK/Serial N0. QUARTERLY Preventive Maintenance-PM. 3 OTH 249.00 S 747,00 La Fromere 33HMGMR00041 Phil 3/120208V 221 Sundance Parkway TranSler Switch-klake�Kohler JMQL 5M42541-161 Serial Numoer ANNUAL MAINTENANCE to include 41h 1 YR 553.00 f 553.00 75 t 656336-10 t quarterly maintenance(AM) 17 LOAD TEST(AM) 1 YR 672.00 $ 672.00 McNutt Generator-Make:Generac/Mdl.78013900400/Serial No1093492 QUARTERLY Preventive Maintenance QPM) 3 OTR 328.00 $ 984.00 3939 E.Palm Valley 300KW/Phase 3/4BOV TranSler SwnCn-Make:Generac/MOI.78089002001 Serial No. ANNUAL MAINTENANCE 1.include 4th 1 YR 93627 quarterly maintenance AM 874.00 5 874.00 78 LOAD TEST:AM, 1 YR 1,00300 $ 1,003.00 OetherAlOr-Make:Konler/Mdl.95REOZVB/Serial No.2160408 QUARTERLY Preventive Maintenance(PM' 3 QTR 475XW/Phase 31480V 318.00 954.00 S POlce Department t tansler Swrrch-Make:Konler/MCI.KCT AMVA-0800S/Serial No.K216W36 ANNUAL MAINTENANCE 10 Include 4th quarterly 1 YR 2701 N.Mays St. maintenance(AM) 1.0117.00 S 1,077.0) 19 LOAD TEST(AM) 1 YR 1,280.00 f 1.280.00 n r r-Make-Cummins/Mdl.C t DODGC-1734267/Serial N0, QUARTERLY Preventive Mamlenance(PM) 3 QTR 265.00 $ 795.x'+. A 180297076 1001(00(Phase 3(480" Forest Creek 1 tansler$vn(Ch-Make.Cummins/Mdl-OT PC8-1734266 J Serial ANNUAL MAINTENANCE IO include 4Ih 1 YR 3839 Forest Creek BNo No.L 17WBW66 quavery mainlenance-AM 569.00 S 569.:1 20 LOAD T AM 1 YR 672 DO $ 672.00 rat r Make:Olympian I MOL D50P3/Serial No. QUARTERLY-Prevem"Maintenance(PM. 3 OTR OLYOOOOOTNPF0186()SOkW/PhdSO 3/480" 260-C S 78 J.ci Stone Oak Transfer Switch-Maka:ASCO I Mdt.03D0370NI C/Serial N0, ANNUAL MAINTENANCE tO Include 4m 1 YR 10999 Wyoming Springs 213237-2 RE quavery maintenance(AM) 564.00 f 564.00 21 LOAD TEST(AM 1 YR 67200 S 672-00 5eneratof-Make:KOHLER/MdI.50REOZK J Serial No. QUARTERLY Preventive Maintenance(PM) 3 OTR 2+0 YJ $ 810.00 Water Treatment Pram 5200 93H3GMGG0017 W k 1 Ph8 / V N.IH t TranSler Switch Make:GE/M01.0816X03921-02 ANNUAL MAIN I ENANCE 10 ioclude 4m quarterly 1 YR maintenance(AMI 574:/3 $ 574.00 22 LOAD TEST(AM) 1 Y 672 i3 $ 672.00 (�enji,raiQr-Make:Olymplan/MOL D30PIS/Serial No. QUARTERLY Preventive Marmenance PM 3 OTR 270.00 $ 810.00 Water Treatment Pfant(2) D4080A/004 30X00/Phasa 1/2a0V Trans I r Switch-Make:Asco I MOI.D00300020104F1 OC/Senal ANNUAL MAINTENANCE to Include 4th 1 YR 5200 N.IH35 501'00 $ 50100 No.789241.006 RE quarlery maintenance(AM) 23 LOAD TEST AM 1 YR 672.00 S 672.00 Qilneralor-Make:Cummins/MOL COO D6C/Serial No. QUARTERLY-Preventive Maintenance(PM) 3 QTR 265 795.00 Bob Benne"Building Luther 0190500977/80KW/Phase 31 480V Peterson Service Center 3400 transfer SwilOh-Make:Cummins/MAI.OTECB-1819660 J Set. ANNUAL MAINTENANCE 10 include 41h 1 YR Sunrise Rd A19M480580 quarterly maintenance SAM 569 + $ 569'00 24 LOAD TEST Ala 1 YR 1672!X 672.00 Geralretor•Make:Kohler/Mdl.182DRE07M 7 Serial No-2064745 QUARTERLY-Prevantive Maintenance(PM) 3 OTR 426.00 $ 1,278.00 1820kW/Phago 3/480V Water Treatment Plant High Transtw 5-dc .New information Pending ANNUAL MAINTENANCE to Include 4th quarterly 1 YR Service 5200 N.IH 35 maintenance(AM) 2.748.00 S 2,748.00 25 LOAD TEST(AM) 1 YR 2.748.00 S 2,748.00 Generator-Make.STEWART 8 STEVE NS/MGI.16V92G DTAB HO-750SB/ QUARTERLY Preventive Maintenance(PM) 3 OTR Serial No.SAO 1190 75OKW/Phase 3/480V 373.00 S 1.119.00 Old WWTP 1199 E.Austin Ave TranSler Sm -Make:Siemens 7 Md!.95101 Serial No. ANNUAL MAINTENANCE to include 41h 1 YR quarterly maintenance(AM) 1.563.00 5 1,563.1)[1 26 LOAD TEST(AM) 1 YR 1.344.00 5 1.344.00 Generalot-Make:Generac/MGI.6735980100/Servat No.2089218 25OKW/ OUARTEHLY Prevenlrve Maintenance(PM) 3 OTR 328,00 5 9B4 00 Phase 3/480V McNutt e2 Transfer Switch-Make ASCO/MGI.E00300030400NIXH/Ser.350351 RE ANNUAL MAINTENANCE to include 41h quarterly 1 YR 3939 E.Palm Valley maintenance(AMV 874.00 5 874.00 27 LOAD TEST(AM) 1 YR 1.003.00 $ 1,003.00 Generator-Make:Caterpillar/Mdl.C1 B/Serwl No CATOOC 18PT3402513600KW QUARTERLY Prevenlrve Maintenance(PM) 3 OTR 373.00 S 1.119.00 /Phase N 208V EE Ground Svc Trensler Switch-Make ASCO/Mdl.15016031 SeL2510304.001 WE ANNUAL MAINTENANCE to include 41h quarterly 1 YR 2399 sycamore trail maintenance(AM) 1.803.00 S 1,803.00 28 LOAD TEST(AM) 1 YR 1.344.00 $ 1.344.00 Generator-Make.Caterpillar/MGI.1)2000C/Serial No CATOD20OPT9WD0659 QUARTERLY Preventive Maintenance(PM) 3 QTR 31200 S 936 00 200KW/Phaso3 208V . SE.ELEVATED S 1 double seek Transfer Switch-Make ASCO/Met.1501604/Ser. RE 2510305-001 RE ANNUAL MAINTENANCE ill inClude 4th quarterly I YR 705.00 5 705.00 maintenance,(AM) 29 LOAD TEST(AM) 1 YR 803.DO S 80300 Generator-Make:Caterpillar/MGI.0250GC/Serial No CAI OD25OHRG300465 QUARTERLY•Preventive Maintenance(PM) 3 QTR 297.00 $ 891.00 25OKW/Pha5e3 208V $81 Transfer Switch-Make ASCO/MGI.1501605/Ser. 2510306-OORE ANNUAL MAINTENANCE to lncludo 41h quarterry 1 YR 2301 s.mays maintenance(AM) 843.00 $ Ba3.00 30 LOAD TEST(AM) 1 YR 1.003.00 S 1,003.00 Generator-Make:Kohler/Mdr boREOZ10Sanal No 33HMGMMMOM10 60KW I QUARTERLY•Preventive Maintenance(PM) 3 OTR 260.00 $ 78000 Pnase 3 120V FD-I Old Settler's Bbd. Transfer Switch-Make KOHLER/MOL KAS-DCVO-02255/Ser. A4DJGMLLOD03 ANNUAL MAINTENANCE to include 4th quanerty 1 YR 1730 E 01d Settler's Blvd. maintenance(AM) I 564.00 S 564.00 31 1 LOAD TEST(AM) 1 YR 672.00 S 672.00 CO RO 107 Generator-Make.Kohler/MGI.BOREOZJF/Serial No 33JVGMKPODOI 8OKW/ QUARTERLY-Preventive Mamlenance(PMI 3 QTR 30700 S 921.00 780 CO RD 107, Phase 173 20&240/480/600v . GEORGETOWN Transler Swdch-Make ASCO/Mal.2874197/Ser. 2386321.001RE ANNUAL MAINTENANCE to ircluele 41h quarterly 1 YR 611.00 5 611.00 maintenance(AM) 32 LOAD TEST(AM) 1 YR 672.00 $ 672.00 Toil s 87,770.00 Saatlon 11:tabor Ratan E3435 DESCRIPTION CITY UNIT UNIT EXTENSION PRICE Labor Rale-Regular Hours Hate 60 HR 190 $11400.00 Minimum Charge d a of Hows LaM Rate-Afterhours Rale 10 HR 2170 $2700.00 Minimum Charge Df arty)of_Hours Emergency-Regular Hours Hate 5 HR 190 $950.00 Minimum Charge(If any)of_Hours 36 Emergency After Hours Rare 5 HR 270 $1350.00 Minimum Cnarge fit any)of_Hours 37 Trip Charger!any 60 TRIP $0.00 Note,if Is understood Dy bout parties that a single trip and not mtteage may De iinvoiced by supplier per service trip for the life of this contract.(e g. 1 generator serviced 1 tnp charge:3 generators serviced- 1 trip charge) TOTAL $16000.00 Sactlan a: M19t1ond Infornmatlon This aat110n M9 not be evake MA UrrMr Coat but MMI tuparaa part of the raaultin contract. - 3g Percent Discount(%)on MSHP Catalog for repair parts 10 Percent ON Catalog 39 Generator rental shalt bo on a cost-plus oasis. 20 Percent.I we deplete our own rental Inventory. The Percentage(% I any of markup for generator rentals writ be COMPANY NAME Clifford Power SIGNATURE OF AUTHORIZED REPRESENTATIVE: U``_„2P PRINTED NAME Patnck Ryan PHONE NUMBER: 817-9"-9072 EMAIL ADDRESS prtijvi(8lcliffordp-.wcr Com Scoring Summary Active Submissions Respondent's Company Work Program Approach, Experience and Cost Proposal Total Responsiveness &Timeline(Segment Personnel(Segment (Segment 3) 1) 2) Supplier ! 100 pts Pass/Fail 1 35 pts 135 pts !30 pts R&S Overhead Door 76.9 pts Pass 28 pts 30 33 pts 18.57 pts($83,525.00) of Texas Miner, Ltd. 76.67 pts Pass 18.67 pts 28 pts 30 pts ($51 700.00) Steele's Garage Door 56.47 pts Pass 18.67 pts 16.33 pts 21.47 pts($72,250.00) Solutions Attachment C- Cost Proposal Sheet RFP 26-001 Overhead Door Installation, Maintenance, and Repair The Respondent represents that they are submitting a binding offer and are authorized to bind the respondent company to fully comply with the solicitation documents contained in RFP 26-001 Overhead Door Installation.Maintenance,and Repair 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. The total contract value for all Contractors shall not exceed$300,000 per fiscal year for the term of the contract. Special Instructions: All prices must be quoted in order to be considered responsive. The City reserves the right to purchase more or less than the quantities indicated below. No. Description Estimated Unit Unit Cost Extended Total Quantity Section 1:Labor 1 Labor Rate-Repair 320 Hour $195.00 $62,400.00 2 Overtime Labor Rate-Repair 40 Hour $325.00 $13,000.00 3 Emergency Repair Rate 25 Hour $325.00 $8,125.00 Total $83,525.00 Section 11:Material and Equipment Cost-This Information will not be evaluated but will become part of the resulting contract. Percent Markup is limited to 10%. No. Brand Percent Mark-up 4 LiflMasier 35 1 ,� 1