Loading...
CM-13-11-214ROUND ROCK TEXAS MVO. 11R1011.PIMMPFAITY City of Round Rock Agenda Item Summary Agenda Number: Title: Consider executing an Agreement for one Vehicle Entrance Security Gate System at the Police Department with Walbridge Construction, LLC Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 11/15/2013 Dept Director: Chad McDowell, General Services Director Cost: $30,865.00 Indexes: Law Enforcement Fund Attachments: LAF, Agreement Department: General Services Department Text of Legislative File CM -13-11-214 With this agreement Walbridge Construction will provide and install a vehicle entrance security gate system located on the South side of the building. This agreement will be for the South Gate only at this time. Staff Recommends Approval City of Round Rock Page 1 Printed on 11/14/2013 LEGAL DEPARTMENT APPROVAL FOR CITY COUNCIUCITY MANAGER ACTION Required for Submission of ALL City Council and City Manager Items Department Name: Police Project Mgr/Resource: Jennifer Soto Council Action: Agreement for one Vehicle Entrance Security Project Name: Gate System. ContractorNendor: Walbridge Construction, LLC ORDINANCE Agenda Wording n RESOLUTION [jCity Manager Approval CMA Wording Consider executing an Agreement for one Vehicle Entrance Security Gate System at the Police Department with Walbridge Construction, LLC. Attorney Approval JAttorney Notes/Comments Date 2t4 13 O:\wdox\SCCInts\0121\1302\MISC100282082.XLS Updated 6/3/08 CITY OF ROUND ROCK AGREEMENT FOR A VEHICLE ENTRANCE SECURITY GATE SYSTEM WITH WALBRIDGE CONSTRUCTION LLC THE STATE OF TEXAS CITY OF ROUND ROCK COUNTY OF WILLIAMSON COUNTY OF TRAVIS KNOW ALL BY THESE PRESENTS: THAT THIS AGREEMENT for on-site services in the nature of general building construction trades services (a vehicle entrance security gate system) to be performed at the City's Police Department, and for related goods and services (referred to herein as the "Agreement"), is made and entered into on this the (c3day of the month of , 2013 by and between the CITY OF ROUND ROCK, a Texas home -rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and WALBRIDGE CONSTRUCTION LLC, a Texas Corporation whose address is 3712 Capistrano Trail, Austin, Texas 78739 (referred to herein as the "Services Provider"). RECITALS: WHEREAS, City desires to purchase certain on-site services in the nature of general building construction trades services (purchase and installation of one (1) vehicle entrance security gate system) to be performed on a City -owned and City -occupied building, and to purchase goods and services related to the vehicle entrance security gate system, and City desires to procure same from Services Provider; and, WHEREAS, City originally issued its "Invitation for Bid" (hereinafter "IFB") for the provision of two (2) vehicle entrance security gate systems, and City selected the bid submitted by Services Provider; and, WHEREAS, subsequent to the City's selection of the Services Provider, the City decided to proceed with the purchase and installation of only one (1) vehicle entrance security gate system at the South entrance of the Police Department; and, WHEREAS, the selected Services Provider was notified and submitted a revised bid on October 8, 2013 for one (1) vehicle entrance security gate system and the City has accepted the revised bid for one (1) vehicle entrance security gate system; and, WHEREAS, although the amount of the services for one (1) vehicle entrance security gate system does not require an IFB, said original IFB and Service's Provider response to IFB are attached as Exhibit "A" for reference, and the Services Provider's revised bid dated October 8, 00285074/ss2 2013 is attached as Exhibit "B"; WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Services Provider whereby City is obligated to buy specified services and Services Provider is obligated to sell the same. The Agreement includes the following: (a) City's Invitation for Bid designated Solicitation Number 13-052, Specification Number 13-285-36 and 13-330-13; and Addendum No. 1 dated July 10, 2013 ("IFB"); (b) Services Provider's Response to IFB; (c) original contract award; (d) Service Provider's Supplemental Letter with revised bid dated October 8, 2013; and (e) any exhibits, addenda, and/or amendments thereto. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. 2.01 EFFECTIVE DATE, TERM, ALLOWABLE RENEWALS, PRICES FIRM A. This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect unless and until it expires by operation of the term indicated herein, or is terminated or extended as provided herein. B. This Agreement shall terminate upon the successful completion of all services as set forth herein and the termination of the three (3) year warranty described in Exhibit "A." 2 C. Prices shall be firm for the duration of this Agreement. No separate line item charges shall be permitted for invoicing purposes, including but not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other extraneous charges. D. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City originally selected Services Provider to supply the services as outlined in the IFB Solicitation Number 13-052, Specification Number 13-285-36 and 13-330-13; Addendum No. 1 dated July 10, 2013; Response to IFB submitted by Services Provider as specified in Exhibit "A." Proceeding selection of the Services Provider's bid for two (2) gate systems, the City requested the Services Provider supply services for only one (1) vehicle security entrance gate. The Services Provider revised its bid accordingly as set forth in the Services Provider's Supplemental Letter dated October 8, 2013, a part of Exhibit "B." The services which are the subject matter of this Agreement consist of one (1) vehicle entrance security gate at the South gate of the Police Department for the amount set forth in the attached Supplemental Bid Letter dated October 8, 2013, Exhibit "B," from the Services Provider. 4.01 ITEMS AWARDED; AND SCOPE OF WORK Items Awarded. The provision of one (1) vehicle entrance security gate system for the City's Police Department is awarded to Services Provider. Scope of Work: The City originally issued documents delineating the required services (specifically IFB 13-052, Specification No. 13-285-36 and 13-330-13 dated June 2013; and Addendum No. 1 dated July 10, 2013). Services Provider issued its response agreeing to provide all such required services in all specified particulars. All such referenced documents are included in Exhibit "A" attached hereto and made a part hereof for all purposes. Subsequent to the acceptance of Services Provider's bid, the City amended its requested services and the Services Provider's revised its bid as set forth in Exhibit "B" attached hereto and made a part hereof for all purposes. The City accepted the Service Provider's revised bid for the amended Scope of Work. When taken together with the appended exhibits, this Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. 3 Services Provider shall satisfactorily provide all services described herein within the contract term specified in Section 2.01. Services Provider's undertakings shall be limited to performing services for City and/or advising City concerning those matters on which Services Provider has been specifically engaged. Services Provider shall perform its services in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 5.01 COSTS Bid costs listed in the Supplemental Letter dated October 8, 2013 (Exhibit "B"), in the amount of $30,865.00, shall be the basis of any charges collected by Services Provider. 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Services Provider; B. Purchase Order Number; C. Description and quantity of items received or services provided; and D. Delivery or performance dates. 7.01 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 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's bid, with the consent and agreement of the successful Services provider(s) and the City. Such agreement shall be conclusively inferred for Services Provider from lack of exception to this clause in Services 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. 8.01 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 4 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 effect such termination by giving Services Provider a written notice of termination at the end of its then current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Services Provider will be made within thirty (30) days of the day on which City receives the performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Services Provider 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); however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Services Provider, a contractor, subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Services Provider and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 10.01 GRATUITIES AND BRIBES City may, by written notice to Services Provider, cancel this Agreement without liability to Services Provider if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Services Provider may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Services Provider's charges. 5 12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Services Provider cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Services Provider shall meet all insurance requirements as stated in the attached IFB, including all attachments and exhibits thereto, and Services Provider's bid response. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Pete Dominguez, Facilities Manager City of Round Rock 212 Commerce Cove Round Rock, Texas 78664 512-341-3144 pdom inguez(a�roundrocktexas.gov 15.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.01 DEFAULT If Services Provider abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re -advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Services Provider shall be declared in default of this Agreement if it does any of the fol lowing: A. Fails to make any payment in full when due; 6 B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 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 Services Provider. B. In the event of any default by Services Provider, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Services Provider. C. Services Provider 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 Services Provider, Services Provider 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, Services Provider 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 Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION Services Provider 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 Services Provider, or Services Provider's agents, employees or subcontractors, in the performance of Services Provider's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or 7 Services Provider (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES Services Provider, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. 20.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Services Provider: Walbridge Construction, LLC Attn: Tyler Walbridge 3712 Campistrano Trail Austin, Texas 78739 Notice to City: Steve Norwood, City Manager 221 East Main Street AND TO: Round Rock, TX 78664 Stephan L. Sheets, City Attorney 309 East Main Street Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Services Provider. 8 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Services Provider and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 24.01 DISPUTE RESOLUTION City and Services Provider hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 25.01 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. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Services Provider represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Services Provider understands and agrees that time is of the essence and that any failure of Services Provider to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. 9 Services Provider shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Services Provider's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Services Provider shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City of Round Rock, Texas By: Printed Name: .5..\)-e_ Title: /g/.3� � Date Signed: // Attest: '/,,�� / By: i'1ti t/L_. Sara L. White, City Clerk For City By: Stepha proved as to Form: . Sheets, City Attorney 10 Walbridge Construction LLC By: Printed Name: "1—...s1 cr I J 416 r, c(yv Title: eiet Date Signed: to/ a 2- / 13 SOLICITATION NUMBER 13-052 SPECIFICATION NUMBER 13-285-36; 13-330-13 JUNE2013 CITY OF ROUND ROCK INVITATION FOR BID VEHICLE ENTRANCE SECURITY GATE SYSTEMS PART I GENERAL 1. PURPOSE: The City of Round Rock, herein after "City", seeks to enter into an agreement with a qualified Individual, Firm or Corporation, (Respondent), to provide two (2) vehicle entrance security gate systems for the City's Police Department located at 2701 North Mays Street, Round Rock Texas 78665. 2. DEFINITIONS, TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's standard Definitions, 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. Said Definitions, Terms and Conditions are subject to change without notice. It is the sole responsibility of respondents to stay apprised of changes. The City's Definitions, Terms and Conditions can be obtained from the City's website. http://www.roundrocktexas.qov/homefindex.asp?paqe=463. 2.1. Any exception to or additional terms and conditions attached to the response will not be considered unless respondent specifically references them on the front of the Solicitation Document. WARNING: Exception to or additional terms and conditions may result in disqualification of the response. 2.2. Respondent — an individual or business enterprise that submits a response to a solicitation for goods, equipment, labor and/or services to the City. 2.3. Contractor — an individual or business enterprise under contractual obligation arising from an agreement or purchase order, which furnishes goods, equipment, labor and/or services to the City. Also known as Vendor, Awarded Vendor or Successful Respondent 3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance Requirements as identified on the City's website at http://www.roundrocktexas.clov/homefindex.asp?page=463. 4 ATTACHMENTS: Attachments A through B are herein made a part of this solicitation: 4.1. Attachment A: Reference Sheet 4.2. Attachment B: Price / Bid Sheet 5. CLARIFICATION: For questions or clarifications of specifications, you may contact: Deborah Knutson, CPPB Purchasing Department City of Round Rock Telephone: 512-218-5456 dknutson@roundrocktexas.gov The Individual listed above may be contacted by telephone or e-mail for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Department. EXHIBIT "A" 1 of SOLICITATION NUMBER 13-052 SPECIFICATION NUMBER 13-285-36;13-330-13 JUNE 2013 6. RESPONDENT REQUIREMENTS: The opening of a solicitation shall not be construed as the City's acceptance of such as qualified and responsive. 6.1. Respondents shall be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity specified herein. 6.2. In order to assure the City does not encounter shipping delays, service delays or other unforeseen problems that can occur with out -of -area or foreign vendors Respondent shall be located within the United States. 6.3. Respondent warrants and agrees that all materials supplied herein shall be manufactured and produced in compliance with the laws, regulations, codes, terms, standards, and requirements of Underwriters Laboratories Incorporated, all Federal, State, and local authorities, and all other authorities having jurisdiction, and that performance of goods shall be in accordance with the above laws, regulations, codes, terms, standards, and requirements, and agrees upon request, to furnish the City a certificate of compliance upon request. 7. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to accept any response deemed most advantageous, or to waive any irregularities or informalities in the response received that best serves the interest and at the sole discretion of the City. All solicitations received may be evaluated based on the best value for the City. In determining best value, the City may consider: 1.1. Purchase price; 1.2. Reputation of Respondent and of Respondent's goods and services; 1.3. Quality of the Respondent's goods and services; 1.4. The extent to which the goods and services meet the City's needs; 1.5. Respondent's past performance with the City; 1.6. The total long-term cost to the City to acquire the Respondent's goods or services; 1.7. Any relevant criteria specifically listed in the solicitation. 8. PRICE INCREASE OR DECREASE: Respondent is responsible for maintaining firm pricing until the final delivery and acceptance of the product purchased. No retroactive price increases will be accepted. 9. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split awards, non -award, or use any combination that best serves the interest and at the sole discretion of the City. Award announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at http:llwww.roundrocktexas.govlhomelindex.asp?paste=463. 10. DELIVERY AND ACCEPTANCE: Acceptance inspection and tests should not take more than five (5) working days. The vendor will be notified within this time frame if the goods delivered is not in full compliance with the specifications. If any agreement or purchase order is canceled for non- acceptance, the needed good may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 10.1. FOB language or acceptance terms may apply. EXHIBIT "A" 241 SOLICITATION NUMBER 13.052 SPECIFICATION NUMBER 13-285-36; 13-330-13 JUNE 2013 11. QUANTITIES: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum volume is made or implied. The City shall only order the goods needed to satisfy operating requirements within budgetary constraints, which may be more or less than indicated. 12. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after the acceptance of the supplies, materials, equipment, or the day on which the performance of services was completed or the day, on which the City receives a correct invoice for the supplies, materials, equipment or services, whichever is later. The Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply to payments made by the City in the event: 12.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, services or equipment delivered or the services performed that causes the payment to be late; or 12.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 12.3. The is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material, or equipment delivered or the. services performed which caused the payment to be late; or 12.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released JUNE 22, 2013 1.2. Pre -Solicitation Meeting and Site Visit (Mandatory) JULY 10, 2013 JULY 10, 2013, 10:00 AM City of Round Rock Police Department Front Lobby 2701 North Mays Street Round Rock, Texas 78665 1.3. Deadline for questions JULY 15, 2013 1.4. City responses to all questions or addendums JULY 18, 2013 1.5. Responses for solicitation due at or before 3:00 PM JULY 23, 2013 All questions regarding the solicitation shall be submitted in writing at or before 5:00 PM on the due date noted above. A copy of all the questions submitted and the City's response to the questions shall be posted on our webpage, http://www.roundrocktexas.gov/homelindex.asp?page=463. Questions shall be submitted to the City contact named herein. The City reserves the right to modify these dates. Notice of date change will be posted to the City's website. EXHIBIT "A" 3of9 SOLICITATION NUMBER 13-052 SPECIFICATION NUMBER 13-285-38;13-330-13 JUNE 2013 2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http:I/www.roundrocktexas.qov/home!index.asplpage=463 for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancelations, 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. 3. PRE SOLICITATION MEETING AND SITE VISIT: A mandatory pre -solicitation meeting and site visit will be conducted to fully acquaint Respondents with the facilities, difficulties and/or restrictions inherent in the goods and services specified. The pre -solicitation meeting and site visit will be conducted on: JULY 10, 2013, 10:00 AM City of Round Rock Police Department Front Lobby 2701 North Mays Street Round Rock, Texas 78665 NOTE: Respondents are permitted to drive by the facility to view the property, but it is strongly discouraged for contractors to walk the site, or seek an appointment with the Police Department for viewing. 3.1. The City considers this pre -solicitation meeting and site visit mandatory. The City reserves the right to determine a response "not available for award" if the Respondent fails to attend this pre -solicitation meeting. Respondents shall sign -in at the pre -solicitation meeting to document their attendance. 3.2. Respondents are encouraged to bring a copy of the solicitation document with them to the meeting. 3.3. Respondents are required to provide their own transportation for the pre -solicitation meeting and site visit. 3.4. It is the responsibility of the Respondent to examine the installation site and determine material requirements, quantities, amounts, take accurate measurements, and other solicitation related details during the site visit. 4. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department 221 E. Main Street Round Rock, Texas 78664-5299 4.1. Responses received after this time and date shall not be considered. 4.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 4.3. Facsimile or electronically transmitted responses are not acceptable. 4.4. Late responses will be returned to Respondent unopened if return address is provided. 4.5. Responses cannot be altered or amended after opening. 4.6. No response can be withdrawn after opening without written approval from the City for an acceptable reason. 4.7. The City will not be bound by any oral statement or offer made contrary to the written specifications. EXHIBIT "A" 4of9 SOLICITATION NUMBER 13-052 SPECIFICATION NUMBER 13-285-36; 13-330-13 JUNE 2013 PART 111 SPECIFICATIONS 1. HISTORY: The City's Police Department facility was constructed in 1982, with an addition built in 1995. The facility is approximately 125,000 square feet, and has a front public parking area, as well as one (1) gated parking area. The facility has one (1) vehicle entrance security gate system with a badge controlled pedestal at the entrance on the south side of the facility. Enhancements are currently scheduled for construction to fabricate a stone wall surrounding the front side of the facility and to add a secondary entrance on the north side of the facility within approximately three (3) months of the completion of the south gate installation. 2. SCOPE OF WORK: The City seeks a Contractor to provide and install two (2) vehicle entrance security gate systems at the Round Rock Police Department, herein after "RRPD", located at 2701 North Mays Street, Round Rock Texas 78665. The installation will take place in two phases and the contractor shall provide all labor, parts, materials, equipment, tools, construction aids, transportation and insurance. 2.1. Phase 1: Provide and install a vehicle entrance security gate system at the Police Department, located on the South side of the building. 2.2. Phase 2: Provide and install a vehicle entrance security gate system at the Police Department, located on the North side of the building. 2.3. The gate systems shall be identical in appearance with identical features. 2.4. All work including testing shall be completed by August 30, 2013. 3. CONTRACT MANAGER: This project will be under the direct supervision of the City's authorized and designated representative herein after, "Facility Manager". Pete Dominguez, Facility Manager Phone #: 512-341-3144 4. CONTRACTOR REQUIREMENTS: The Contractor shall: 4.1. Maintain the applicable Contractor's and other licenses required to perform the type of work stipulated by this specification and be able to provide said licenses upon request by the City; 4.2. Be a certified automated gate installer of the specified equipment with proven experience in comparable installations of this size, type, and scope within the last five (5) years and be able to provide said certification upon request by the City; 4.3. Assign qualified, capable and manufacturer -certified technicians in the installation and maintenance of the system. At least one (1) member of the installation team shall have a minimum of one (1) years' experience in the installation and maintenance of the system to be provided; 4.4. Provide a full-time Project Manager who shall be present while the work is actively in progress, and who shall be the same individual throughout the course of the project. This Project Manager shall be responsible for system programming, preparation of Operation and Maintenance Manuals, test protocols, documentation of system testing and training; 4.5. Own or acquire at no cost to the City all construction aids to include but are not limited to: scaffolds, staging, ladders, platforms, hoists, cranes, lifts, trenchers, core drillers, and protective equipment; 4.6. Provide copies of required licenses and certifications upon request by the City; 4.7. Submit a preliminary construction schedule based on installation events. EXHIBIT "A" 5 of 9 SOLICITATION NUMBER 13052 SPECIFICATION NUMBER 13-285-36; 13-330-13 JUNE 2013 In the event the Contractor becomes unable to complete the work in accordance with the agreement, or to the satisfaction of the City, due to a lack of understanding of equipment, systems or services required by the contract documents, it shall be the responsibility of the Contractor to retain the services of the applicable manufacturers' representatives to expeditiously complete the work in accordance with the construction schedule at no additional cost to the City; 5. 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 Contractor shall: 5.1. Ensure that all employees comply with all applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services, including by! not limited to those promulgated by the City and by the Occupational Safety and Health Administration (OSHA). In case of conflict, the most stringent safety requirement shall govern. 5.2. Be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. 6. EQUIPMENT / PRODUCT REQUIRMENTS: All components provided shall be of new, standard manufacture to ensure continuous availability of parts and trained technical support. 6.1. Gates: The Contractor shall provide an eight (8) foot tall, free standing, electrically operated, roller style, one piece gate that covers a twenty one (21) to twenty two (22) foot entrance/exit. The gate shall be constructed of perforated panels or of a material or construction so as to obstruct view, and eliminate climbing on or over. 6.2. Access Control System: The Contractor shall provide a vehicle gate access control system that will be compatible with the existing Police Department's access control system. The access control system shall consist of one (1) badge controlled pedestal to be placed on each entrance and one (1) at each exit. 6.3. Respondent shall: 6.3.1. Provide alternatives for an automatic entry gate as it is preferred that no magnetic loop exist; 6.3.2. Submit technical specifications with bid to include catalog cut -sheets, brochures, and a material list with manufacturers' names, model numbers and technical information on all equipment proposed for installation; 6.3.3. Submit a preliminary schedule based on installation events. 7. WARRANTIES: All equipment installed shall be free from defects in workmanship and materials and shall have a manufacturer's warranty beginning on the date of completion of the Installation. Manufacturer's labor warranties shall be provided on the bid / price sheet. 8. SERVICE REQUIREMENTS: Contractor Shall: 8.1. Provide twenty four (24) hour support services from an existing operations center within one hundred (100) driving miles of the City; 8.2. Respond to a service request within four (4) hours of notification; 8.3. Provide trained service personnel who are dedicated to the City's account. Any changes in personnel shall be approved by the City prior to any new service technician's work on the account; 8.4. Maintain an inventory of spare parts and other items critical to the system operation, as necessary, to meet emergency service requirements of this project within the local service center to allow for minimal downtime of critical elements; EXHIBIT "A" 6or9 SOLICITATION NUMBER 13-052 SPECIFICATION NUMBER 13.285-36;13-330-13 JUNE 2013 9. PRODUCT AVAILABILITY: Prior to submitting a proposal, Respondent shall verify product availability and delivery times shall be determined, and such considerations shall be provided on the Bid / Price Sheet (Attachment B). 10. INSPECTION, ACCEPTANCE TESTING AND EXAMINATION: The Contractor shall perform a complete system test and resolve any system deficiencies prior to the final acceptance at no additional cost to the City. This test shall be performed at the operational location and under normal operational environmental conditions and test result shall be provided In a written report. 10.1. Before the scheduled test and final acceptance of the work, the Contractor shall provide one (1) complete set of project drawings to include site / floor plan drawings indicating wire routing, device locations to include any existing equipment, wiring, conduits, and raceways that were reused. 11. CLEAN UP: At the completion of the system installation, the Contractor shall restore, to its former condition, all aspects of the project site. The Contractor shall remove any surplus and waste materials from the site resulting from operations upon completion of each work day, and shall leave involved work areas in neat, clean and acceptable condition. The Contractor shall comply with all local, state and federal regulations and laws for the proper disposal of waste materials. 12. OPERATION AND MAINTENANCE MANUALS: The Contractor shall provide factory -issued manuals containing all technical information on each piece of equipment installed. 13. DELIVERY: It shall be the responsibility of the Contractor to make all arrangements for delivery, unloading, receiving and storing of all materials. The City will not assume any responsibility for shipping or receiving equipment or materials. All shipping and/or freight costs shall be included in the bid price. PART IV RESPONSE REQUIREMENTS The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Respondents are encouraged to carefully read the entire solicitation. Respondent shall submit one (1) executed (signed) original and five (5) copies of each response. For your bid to be responsive, all required attachments identified below shall be submitted with your proposal. The Samples and/or copies shall be provided at the Respondent's expense, and shall . become the property of the City. 1. Attachment A: Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. NOTE: REFERENCE FORM (ATTACHMENT A) PROVIDED. E-MAIL ADDRESSES ARE REQUIRED. 2. Attachment B: Responses shall be submitted on itemized, signed Bid / Price Sheet provided herein. Failure to itemize or sign solicitation may result in disqualification. Submission of responses on forms other that the City's Bid / Price Sheet may result in disqualification of the response. 2.1. In the event of errors in extension pricing, unit prices shall govern. EXHIBIT "A" 7 of 9 SOLICITATION NUMBER 13-052 SPECIFICATION NUMBER 13-285-36; 13-330-13 JUNE 2013 2.2. Respondent shall verify product availability and delivery lead time, and such considerations shall be provided on the Bid / Price Sheet. 3. Submit technical specifications with bid to include catalog cut -sheets, brochures, and a material list with manufacturers' names, model numbers and technical information on all equipment proposed for installation. 4. Submit a preliminary construction schedule based on installation events. The following items shall be made available upon request by the City prior to award and the approval of any contract: 1. Certificates of Insurance and endorsements as described in the City of Round Rock Insurance Requirements and identified on the City's webpage at: http:I/www.roundrocktexas.govlhomelindex.asp?page=463. 2. A copy of any applicable Contractor's and other licenses (ex: Electrical contractor license) required to perform the type of work described in this specification. 3. A copy of any certification required to install, or provide maintenance for the specific equipment to be installed in this project. PART V CONFIDENTIALITY OF CONTENT All documents submitted in response to a solicitation shall be subject to the Texas Public Information Act. Following an award, responses are subject to release as public information unless the response or specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing is not considered to be confidential under any circumstances. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the document. The City will not be responsible for any public disclosure of confidential information if it is not clearly marked as such. If a request Is made under the Texas Public Information Act to inspect information designated as confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and information as to why the information should be protected from disclosure. The matter will then be presented to the Attorney General of Texas for final determination. EXHIBIT "A" 8of9 SOLICITATION NUMBER 13-052 SPECIFICATION NUMBER 13-285-36;13-330-13 JUNE 2013 ATTACHMENT A RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RESPONDENT'S NAME: DATE: Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are riot applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. NOTE: REFERENCE FORM (ATTACHMENT A) PROVIDED. E-MAIL ADDRESSES ARE REQUIRED. 1. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number ( ) Fax Number: ( ) 2. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number ( ) Fax Number: ( ) 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number ( ) Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" 9 of 9 SOLICITATION INFORMATION "...lN)UNp ROCK,'rt:xh_ti Il!Rltdf In�Y,(ti 1't(. Pt UV BiD FORM PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 Solicitation Number: #13-052 Solicitation Name: Vehicle Entrance Security Gate Systems Opening Date: July 23, 2013 Opening Time: On or Before 3:00 PM CST Opening Location: City of Round Rock City Hall 221 E. Main Street Round Rock, TX 78664 HOW DID YOU HEAR ABOUT THIS SOLICITATION? IS THIS THE FIRST TIME RESPONDING TO THE CITY? RESPONDENT INFORMATION Tax ID Number: Business Name: Address: Address: Contact: Telephone: E-mail: Website: Newspaper Q City's Website E-mail Announcement ESBD n Other 1 l Yes n No IS YOUR BUSINESS REGISTERED WITH VENDOR CENTRAL? nYes n No Register at: roundrocktexas.gov/VendorCentral ITEM 1f DESCRIPTION QUANTITY UNIT OF MEASURE PRICE 1 Vehicle Entrance Security Gate System: 1 System 2 Service CaII (price per hour): 1 Hour 3 Length of Manufacturer's Warranty: 4 Length of Labor Warranty: 5 Are there extended warranties available, if so, what are the costs and length of warranties? ACKNOWLEDGEMENTS By the signature hereon affixed, the Respondent hereby certifies that neither the respondent nor the entity represented by the respondent, or anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitor or any other person engaged In such line of business. Further, by signing and submitting this response the Respondent acknowledges: • That they have read and fully understand the solldtaflon and accept all terms and conditions set forth herein. • The respondent is not currently delinquent in the payment of any debt owed to the City: Sealed response envelope shall be clearly marked with solicitation name, solicitation number and name of responding entity. The agreement or purchase order resulting from this solicitation may qualify for inter -local or Cooperative Contracting (Piggybacking) per the terms outlined in Part I. #15 of this solicitation. If applicable, do you agree to "piggyback" purchasing from other governmental agencies? nYes n No Response shall include one (1) signed original and five (5) copies of response. EXHIBIT "A" Printed Name Failure to sign response will disqualify response. Authorized Signature Date `4Yalbridga Construction LLC Building an Trust. Tel: (512)767-2478 Fax: (512)428-8193 Email: tylerw@wblle.biz Website: www.wbllc.biz 3712 Capistrano Trl, Austin, TX 78739 Walbridge Construction LLC Sealed Bid for: City of Round Rock Vehicle Entrance Security Gate System Round Rock Police Department PROJECT NO. #13-052 221 East Main St Round Rock, Texas 78664 Bid Date July 22, 2013 @ 3:00 EXHIBIT "A" l July 22, 2013 Walbridge Construction LLC Building on Trust City of Round Rock 221 East Main st, Round Rock, TX 78664 Tel: (512)767-2478 Fax: (512) 428-8193 Email: t ( v_Owbllc.biz Website: www.wbilc_hiz 3712 Capistrano Trl, Austin, TX 78739 Re: 13052, Walbridge Construction LLC Invitation to Bid description of bid and Additional options Dear Debra Knutson.: First I want to thank you for taking the time to review my estimate and my team is more than capable to accommodate all of your needs. When estimating this project I took into consideration product longevity as well as operating cost over time. We have chosen a motor that is designed for constant use and is competitively priced against other models. We have attached submittals and pictures to show what to expect. Subcontracts Walbridge Construction LLC goes through a rigorous process in deciding what subs to use and we seek out subcontractors with a long proven track record and in doing so I have selected the following: Compound Security specialists Compound Security Specialists, formerly known as Auto Gate, does all of City of Austin Police Department gates, and all of the Austin Bergstrom International Airport gates. They also do Jonestown PD access controls. RRISD is a big customer of theirs including McNeil HS and some portables, etc. They have also worked at Round Rock Police Dept on 3001 TELLABS DR for FT Woods in 2008. 40% of new construction automatic gates in Austin/RR areas they build. BUT they also service over 85% of automatic gates. CSS has been in autotnatic gate business since 1988 and they are local. They have an excellent service department and extremely proactive project management group. Please see three notable references below, and they can provide many more: City of Austin Police Department Miguel 512-974-5044 miguel.galindo@ci.austin.tx.us ABIA contact: Gregory Frederick 512-530-6317 gregory.frederick@austintexas.gov EXHIBIT "A" 1 .�:-' Walbridge Construction LLC Building on Trust Tel: (512)767-2478 Fax: (512)428-8193 Email tylerw@wbllc.biz Website: www.whllc.biz 3712 Capistrano Trl, Austin, Tx78739 CARTS contact: Adrian Elliott 512-801-7522 adrian ct ridecarts.com - M&C Electric will provide all electrical services for this project. I did not ask for references as 1 have worked with this company for years. I also know that they are the Electricians for the City of Round Rock. Walbridge Construction LLC will provide all the concrete demo and all the prep work to get the site back to the original conditions. Estimate Walbridge Construction has provided an estimate to do all necessary demo and electrical work to complete the project. Below we will breakdown the gate system and what was included in our bid and what was not. There is a couple of things that was not included in our estimate that should be included because of Round Rock FD requirements or to make the gate operate according to what RRPD has requested. Below please NORTH GATE SYSTEM (GATE IS 22' SINGLE SLIDE) 22 FT STEEL SLIDE GATE, 3" SQ TUBING FRAME, VERTICAL 3" TUBING SUPORTS ON 4' CENTERS WITH 1 1/2" HORZ MEMBERS ON 2' CENTERS ON INSIDE OF GATE EXTERIOR OF GATE TO BE COVERED WITH PERFORATED 20 GUAGE MESH 1/8TH" HOLES ON 1/4" STAGGERED CENTERS, MESH IS 23% OPEN 22 FT I -BEAM V -TRACK SYSTEM WITH OPERATOR MOUNTING PAD - MATERIAL 1 - OPERATOR, ELITE CSL24V SLIDE GATE OPERATOR 3 - DETECTOR, VEHICLE LOOP 9-30VDC, EMX DTEK ULTRA PLUG-IN 2 - GOOSENECK STAND, RBW 2' SQ .120' WALL 1 - PUSH BUTTON, REQUEST TO EXIT, VANDAL RESISTANT, SATIN CHROME (ENG/SPAN) 1 - LOCKABLE BACK BOX 1 - KNOX, KEYSWITCI-I W/ DUST COVER, ON MOUNTING PLATE SOUTH GATE (GATE IS 22' SINGLE SLIDE) FT STEEL SLIDE GATE, 3" SQ TUBING FRAME, VERTICAL 3" TUBING SUPORTS ON 4' CENTERS WITH 1 1/2" HORZ MEMBERS ON 2' CENTERS ON INSIDE OF GATE EXTERIOR OF GATE TO BE COVERED WITFI PERFORATED 20 GUAGE MESH 1/8'1 H" HOLES ON 1/4" STAGGERED CENTERS, MESH IS 23% OPEN 22 FT I -)SEAM V -TRACK SYSTEM WITH OPERATOR MOUNTING PAD - MATERIAL 1- OPERATOR, ELITE CSL24V SLIDE GATE OPERATOR DETECTOR, VEHICLE LOOP 9-30VDC, EMX DTEK ULTRA PLUG-IN 2 - GOOSENECK STAND, RBW 2' SQ .120' WALL 1 - PUSH BUTTON, REQUEST TO EXIT, VANDAL RESISTANT, SATIN CHROME (ENG/SPAN) 1 - LOCKABLE BACK BOX EXHIBIT "A" 2 yr 400 'Walbridge Cousti:uation I.1C Building an Trust Tel: (512)767-2478 Fax: (512) 428.8193 Email: tylerw@wbIle.biz Website: www.wblIc.biz 3712 Capistrano Trl, Austin, TX 78739 1 - KNOX, KEYS WITCH W/ DUST COVER, ON MOUNTING PLATE Total Cost of above installation $55,800.00 Recommended Additions Photo eye or oinron beams (pedestrian sensors) $425.00 EA Strobe Switch, Tomar Dual Power Module (911 Fire Strobe) Typically required by RRFD. This would be a good investment for quicker fire department access. $850.00 EA facing outward. Strobe Switch, Tomar Dual Power Module, To face inward for emergency exit. $850.00 EA Basic Operation Included: • Exit Solution: We have proposed a very simple yet effective solution that does not utilize a "free exit" loop. It is possible with a free exit loop to slide a piece of rebar or trash can lid on top of the free exit loop and the gate will open. The exit solution we have proposed includes an arming loop with a push to exit button. As a vehicle is exiting, the vehicle will have to drive over the arming loop and press the push button at the same time for the gates to open. I have spoken with Art with Stanley Security and he really liked the arming loop idea, This exit solution will eliminate the need for costly card readers and intercoms on the interior (exit side) of each vehicle gate. • I have included a spec sheet on the operator chosen. Liftmaster is an incredible brand. The Liftmaster Elite operator is known for its continuous duty cycles. The HySecurity operators are not known for continuous duty. Elites are much more cost effective on the front end, easier to maintain (we stock all these parts on our 7 fulltime service tracks) making them more cost effective over the long haul. We have installed Elites in almost all APD locations. We HIGHLY recommend Elite over HySecurity even if Walbridge Construction LLC is not chosen as the Prime Contractor. CARTS has Liftmaster also. • Base Bid include the exit gooseneck stand and exit push button at each gate. ▪ We have picked up the ibeam track and back track ki GATE TO BE COVERED WITH PERFORATED 20 GUAGE MESH 1/8TH" HOLES ON 1/4" STAGGERED CENTERS, MESH IS 23% OPEN. • Important Note — The gate quoted is a steel gate that is not hot dipped galvanized. There are two issues with hot dipped galvanized gates. l) time frame to be completed by Aug 31 would not be an option because there is a 2 week lead time on the hot dip. 2) This would greatly increase the weight of the gate and could cause more strain on the motor than required. The Base Bid includes primer and paint. For galvanizing add $3,000.00 per gate. EXHIBIT "A" 3 ;y Walbridge Conetruotrion LLC Building on frust Tel: (512)767-2478 Fax: (5l2) 428-8193 Email: tylerw®iwbllc.biz Website: www.wbllc.biz 3712 Capistrano Trl, Austin, TX 78739 Thanks again for your consideration please feel free to contact Tyler Walbridge with any questions or concerns. Tyler Walbridge Walbridge Construction LLC Managing Member 512-767-2478 tylerw®wbllc.biz EXHIBIT "A" 4 ^.O' we1bridge ' Construction 11,C. Bui1ding on ',Cr us L' August 13, 2013 City of Round Rock 221 Last Main st. Round Rock, TX 78664 Tel: (512)767-2478 Fax: (512) 428-8193 Email: lylerwawbIle.biz Website: www.��bllc.biz 3712 Capistrano Trl, Austin, TX 78739 Re: 13-052, Walbridge Construction LLC Invitation to Bid description of bid and Additional options Dear Debra Knutson: Per our email exchange on the 13a' of August Walbridge Construction LLC will be amending the estimate price for the following changes. 1) Instead of a push button Round Rock Police Department will be using a badge reader to open the gate on both entrance and exits of the gate. Cost is a cost deduct of (44.00) per gate for removal of the push button from the contract. 2) Round Rock PD would also like to add a photo eye beam for the safety of bystanders that could be smashed in the gate. The cost of this addition is 425.00 per gate. This will provide a photo eye beam on the outside of the gate not on the inside of the gate. 3) Round Rock PD has requested safety loops at the badge control location. This is not an extra cost. Total new cost for this project will be. Description Qty Price Extended Cost Original Base Bid 1 $59,400.00 $59,400.00 Push Button Deduct 2 $(44.00) $(88.00) Photo Eye Beam 2 $425.00 $850.00 Safety loops at gate pedestal location (2 per pedestal) 8 $0.00 0.00 Total $60,162.00 Thanks, Tyler Walbridge Walbridge Construction LLC EXHIBIT "A" kOUND ROCK TEXAS • itTivo.itir•I•'vz4binoY BID FORM PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 SOLICITATION INFORMATION Solicitation Number: #13.052Tax RESPONDENT INFORMATION ID Number: 45-2910724 Solicitation Name: Vehicle Entrance Business Name: Walbridge Construction LLC Security Gate Systems Address: 3712 Caplstano Tri Opening Date: July 23, 2013 Address: Austin, TX 78739 Opening Time: On or Before 3:00 PM CST Contact: Tyler Walbridge Opening Location: City of Round stock Telephone: 512-767-2478 City Hall 221 E. Main Street E-mail: tylerw@wblIc.biz Round Rock, TX 78664 Website: Www.wbllc.biz HOWOIDYOU HEAR ABOUT THIS SOLICITATION? 111Newspaper i X1 City's Website r f""'l E-mail Announcement I I ESBD ❑ Other IS THIS THE FIRST TIME RESPONDING TO THE CITY? ❑ Yes tib No IS YOUR BUSINESS REGISTERED WITH VENDOR CENTRAL? X Yes • No Register at: roundrocktexas.gov/VendorCentral ITEM* DESCRIPTION QUANTITY UNIT OF MEASURE PRICE 1 Vehicle Entrance Security Gate System: 1 System S q`y b o 2 Service Call (price per hour): 1 Hour t Lip We (dJ, tap C- f t 3 Length of Manufacturer's Warranty: 3 r;4� 04 p 4. 4- 0 -lr (3 0 / 1 ui,‘ r et Cf.' r. 4 Length of Labor Warranty: t t/, ed, r• J 5 Are there extended warranties available, if so, what are the costs and length of warranties? J_ f (�{ ACKNOWLEDGEMENTS By the signature hereon affixed, the Respondent hereby certifies that neither the respondent nor tho entity represented by the respondent, or anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competRor or any other person engaged In such line of business. Further, by signing and submitting this response the Respondent acknowledges: • That they have read and fully understand the solicitation and accept all terms and conditions set forth herein. The respondent Is not currently delinquent in the payment of any debt owed to the City. Sealed response envelope shall be dearly marked with sofdtaUon name, solidlation number and name of responding entity. The agreement or purchase order resulting from this sotidlalion may qualify for Inter -local or Cooperative Contracting (Piggybaddng) per the terms *Wined In Part 1. *15 of this solicitation. if applicable, do you agree to "piggyback" purchasing from other governmental agendas? X Tyler Walbridge Yes ❑ No Response shall include one (1) signed original and five (5) copies of response. - 07/1812013 ,“.0,: , -a, ,' Printed Name �,.i 3• • ,nal. , Date Failure to sign response wilt disqualify response. IFB #: 13-052 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY CITY OF ROUND ROCK, TEXAS INVITATION FOR BID VEHICLE ENTRANCE SECURITY GATE SYSTEMS Addendum No. 1 Date: July 10, 2013 Please note the answers to questions, clarifications, revisions or additions to the solicitation referenced above. 1. Q: What kind of driver should be provided? A: The driver must be heavy duty, as the gate system will be used multiple times a day. 2_ Q: Should a safety bumper be used? - A: Yes, a safety bumper should be used, or an approved alternate method. 3. Q: What kind of exit command should be used'? A: Vendor should provide options for the exit command. Provide one traditional exit command method, and one emergency exit command method. 4. Q: What should be the speed of the gate? A: The current gate was installed with a four (4) second delay, and It had to be adjusted to allow for more time. The Vendor should provide a system with an adjustable speed. 5. Q: What height should the gate be? A: The gate shall be eight (8) foot high. 6. Q: Will there be an irrigation system to be considered upon installation? A: Yes, there will be an irrigation existing, or installed and the City shall be responsible for moving it if needed. 7. Q: How will power be accessed? A: In Phase 1: Contractor shalt have to trench from about one hundred (100) feet from the building, and there is space on the existing circuit box for electricity. In Phase 2: Contractor shall have to trench from existing areas. 8. Q: What will the security company require for electricity / conduits? A: They will require two (2) separate one (1) inch conduits for the security system. (One for the pedestal and one for the controller) The Contractor shall be responsible for Installing these conduits including wiring, in addition to what the Contractor shall require for the gate power. 9. Q: Will the City provide the line location? A: The Contractor shall be responsible for calling for line locations. 10. Q: How will the elevation change be handled in the Phase 1 location? A: There may be some elevation change, and the Contractor shall be responsible for planning and performing work that will be needed for installation upon approval with the Facilities Ma' IIBIT "A" 11. Q: When will the Contractor need to provide proof that they are a Certified Installer for the equipment they are bidding? A: The Contractor's certificate for Manufacturer Approved Installer / Operator 1 Maintenance shall be provided with the bid submitted. Any applicable Contractor's, Electrician's, or other licenses required to perform the type of work described in the specification shall be submitted with the Contractor's Proposal. 12. Q: Will the City require safety loops, and if so what type? A: The City prefers no safety loops to be used. Contractor shall provide an alternate if possible, or if a safety loop is required, Contractor shall provide the most technologically advanced type. 13. Q: Will the Contractor be responsible for the cost of permits? A: The City will waive the fees for all required permits. 14. Q: Will battery backup be required? A: No, all power will be on the emergency generator's circuit. 15. Q: Will a cantilever gate be required? A: No, the City prefers a roller style gate. 16. Q: Will the City require a maintenance plan? A: The Contractor shall provide an optional service plan to include coverage and pricing if one Is available. 17. Q: Are there bid bond requirements? Performance and payment bond requirements? A: No, there are no pond requirements. 18. 0: What is the projected budget for this project? A: The city has not established a projected budget; the budget will be determined by the bids submitted. 19. 0: is there a preference/requirement on finlshkoating of the new gates? (Galvanized, painted, powder coated, etc.?) A: The City prefers a galvanized finish on the gates Approved by Deborah Knutson, Purchaser By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Walbridge Construction LLC Vendor 07)22/2013 /uthorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" SOLICITATION NUMBER 13-052 SPECIFICATION NUMBER 13.285-36;13-330-13 JUNE 2013 ATTACHMENT RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 13-052 RESPONDENT'S NAME: Walbridge Construction LLC DATE: 07/18/2013 Provide the name, address, telephone number and E-MAIL of at feast three (3) Municipal andlor Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. NOTE: REFERENCE FORM (ATTACHMENT A) PROVIDED- E-MAIL ADDRESSES ARE REQUIRED. 1. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 2, Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 3, Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number City of Round Rock Elizabeth Alvarado CD Coordinator lalvarado@round-rock.tx.us 221 East Main st, Round Rock, TX 78664 (512) 341-3328 Fax Number: (512) 341-3301 Salvation Army Godfrey Williams Project Manager Godfrey_Williams@uss.salvationarmy.org 501 E 8th St Austin, TX 78701 (512) 229-8248 Fax Number: ( ) Texas Department of Public Safety Ronnie Richter Project Manager Ron nle. ri chte r@dps.texes.g ov 5605 N Lamar Blvd Austin, TX 78752 (512) 424-5737 Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MM' AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" 9cf9 E Duration contract start r 00 .5 1. =,,, E g 'hi .... '13 13 13. O. .... 2 .: Lu 4. w ,.. Ts-- la ...„: .s2 (.., ri, c t 0 b C.) 4.. 3 EXHIFT "ti," Oe. Safety loops in roadway. There will be 3 Targe loops saw cut in asphalt per gate. 2 loops directly on each side (approx 4 ft from each side of gate) so that vehicles are detected but not the gate itself. Third loop Is arming loop, vehicle is detected but push button must also be depressed to open. This is what they have now except The arming loop is the an exit loop only. And they have yellow safety omron beams with reflectors located inside each gate for pedestrians. We never recommend foot traffic in a roadway but we Instals omrons quite frequently especially in residential applications. EXHIBIT "A" Task Name Duration ID it Task Name Start Duration Finish { 1 contract start 8/1/2013 30 8/30/2013 2 concrete demo 8/5/2013 4 8/8/2013 3 Electrical Demo 8/2/2013 1 8/2/2013 4 electrical rough 8/8/2013 5 8/12/2013 5 Concrete repairs 8/12/2013 6 8/17/2013 6 Gate install 8/18/2013 5 8/22/2013 EXHIBIT "A" Tyler Walbridge (512) 767-2478 tylerw@wblic.biz wbllc.biz SUMMARY OF QUALIFICATIONS Tyler has been in the construction business for 5 years and he has run many projects ranging from 20,000 to 1.2 million dollars, All the projects that Tyler has overseen have all been completed on time and on budget. EDUCATION Texas Tech, Rawls College of Business Lubbock, TX Bachelor in Business Administration 2000 -2005 EXPERIENCE Lamar Middle School, AISD June— Aug 2008 • Interior remodel of Lamar MS. Included: o 1-IVAC, Controls (new AHU units, Boiler) o Plumbing— gas pipe, faucet replacement o Electrical — new duplex, power to fire detectors and AHU, New electrical panel o Bathroom Partitions o New Store Front Windows o Roofing o Acoustical Ceiling o Doors, Frames, Hardware o Dry wall, paint o Value of project 1,197,000 Govalle Elementary, MSD June Aug 2008 o arterior remodel, foundation renovation this project included o HVAC, Controls (new AHU unit, Exhaust fans) o Electrical (Light pole and electrical to AHU o Case Work o Flooring (carpet) o Plumbing-- Grease Trap, bathroom remodel (new fixtures) o Store front windows o Doors (wood & Metal), frames and hardware o Permanent roof ladder. o Value of project 427,000 Ortega Elementary O Interior and Exterior Remodel included the following: o Doors and hardware o Drywall, Painting o Casework o Excavating for drainage of court yards o Concrete drainage o Trench drains o Electrical (exit lighting, light pole) o HVAC (exhaust fans) o Value of project 416,174 Salvation Arrny ti Bathroom Renovations: o Doors and hardware o CMU Wails, Painting o Concrete counter tops and tile o Drain pipe cleaning o New Bathroom Fixtures EXHIBIT "A" June — Aug 2008 2008-2009 ) o Waterproofing o Partitions o Electrical o HVAC o Estimated Value of project 265,000 Blanco County Court House (Historical building) O Interior remodel included o Cut concrete floor between second and first floor o Install Steel stair case o New carpet o New doors and hardware o Paint o Value of project 36,750 Allison & Brook Elementary Schools ▪ Interior & Exterior remodel included o Built Kions April 2009 June - Aug 2009 o Bathroom Remodel (ADA upgrades), Tile, Plumbing o Parking lot o Curbs, Sidewalks o Drainage o Dumpster Pads o Paint o CCTV o Fire Detection o Value of project 446,652 Waco Housing Authority February 2010 o WHA office Tile installation o Some sheet rock, and painting o Remove flooring / install new Cermnic Tile o Value of project 41,350 Waco Housing Authority March 2010 n Stella Maxey / South Terrace Senior Center Flooring o Install New tile at both locations o Value of project 56,918 MSD June - Aug 2010 • HVAC Remodel ©3 Schools o New RTUs and outside air units o New roof curbs o New duct work o Electrical o Fire Detection o Acoustical Ceilings o Structural Steel o Value of project 710,700 AISD June - Aug 2010 • Govalle HVAC Remodel o New RTUs and outside air units o New roof curbs o New duct work o Electrical o Fire Detection o Acoustical Ceilings o Structural Steel o Value of project 540,900 EXHIBIT "A" AISD • HVAC Replacement at Multiple Schools o 24 new RTUs and one 30X8 unit o Structural Steel o New Roof Curb o Electrical o Acoustical Ceiling o Fire Detection o Flooring o Value of project 850,000 AISD A Highland Park E.S. Window replacement o Prefabricated engineered windows o Value of project 180,000 Round Rock ISD U School Addition /'Interior remodel o Foundation o CMU construction o HVAC o Electrical o Acoustical Ceiling o Fire Detection o Flooring o Fire Sprinkler o Value of project 1.4 million AISD e Barton and Bailey Remodels o New Bathroom and computer room o Sheet rock and Framing o Electrical o Acoustical Ceiling o Fire Detection o Flooring o Plumbing o Value of project 139,000 Round Rock ISD 9 Playground drainage and retaining walls o excavation o crushed granite o lime stone retaining walls o Value of project 195,698 This is a summary of some of the work Tyler has preformed EXHIBIT "A" June -July 2011 June - July 2011 Jan - Aug 2012 June - July 2011 June - July 2011 itc ...ITS,.,R�` .� <511 r osA s Rotund Sects Securty SpedllHS A Division of Auto Gate AM '444- SECURITY CAMERAS ACCESS CONTROLS AUTOMATIC GATES SWING & SLIDE BARRIER & LIFT HYDRAULIC PARKING CONTROLS ANTI-TERRORIST DEVICES IP CAMERAS MEGAPIXEL & HDTV DIGITAL & ANALOG DVR SYSTEMS "CLOUD VIDEO STORAGE" CARD READERS KEYPADS TELEPHONE ENTRY REMOTES & FOBS BIOMETRIC READERS Dwayne Drury 512-203-6764 mobile ddruiy(Ci�. coInpoundsecUCC.00,11 Compound Security Specialists 435 Industrial Blvd, Austin, TX 78745 512-444-4283 (office), 512-447-3838 (fax) Visit us at www.comnoulldsecure,caln EXHIBIT "A" Turnkey Security Services Utilize Compound Security Specialists (CSS) as a single subcontractor for access control, security cameras, gates, fire alarm, fencing, burglar alarm, and even mise. metals and handrails. Reducing the number of subcontractors onsite saves you time and money while giving you a single point of contact to simplify your project. iitllilll�i� • Security Cameras CSS offers both IP and analog camera systems. HDTV and megapixel cameras are available for top image qualify. Analog camera systems are offered for cost- effective installations. Both types of systems can be viewed from anywhere in the world on the internct, including Android and 1 -phones. We also offer "cloud storage" to save money on the installation. Analytics are available that can even send mails, video clips, and/or text messages if unwanted visitors arc on your property during unauthorized hours, • Access Controls Proximity fobs, card readers, reporting and tracking systems, biometrics, are some tools to help keep you property safe from intruders. CSS offers full installation and post installation training to keep your stuff up-to-date on using your access control database. Linear, Continental, DoorKing, Elite, and P'17 Access are a few of the many brands our technicians are trained to install and service. • Fencing Ornamental iron, chain link, Design Master, or even custom fencing is offered. Our fabrication department can build to order anything you can dream. n Industries and Markets We specialize in multi -family, self -storage, transportation, public facilities and utilities, hospitality, law enforcement, and community pools projects. Just ask Austin Energy, Austin Police Department, ARIA Airport, and LCRA about the quality of our services. • Welding Service and Metal Fabrication (Onsite or In -Shop) CSS also offers welding service for your gutes, handrails, stairwells, fences, or anything tlutt you need. Our multiple services departments offer a fleet of welders and technicians to provide you with the security and repairs after the initial installation. We also have a steel yard located in the heart of Austin, Texas. 24 -Lour Electronic Service & Repair It's comforting to know someone is always here for you. With CSS, you can rest easy knowing we're always just a phone call away. lf you ever have a problem with your compound security system, entry gate, or cameras our 24-hour service department is here to help. We understand that a malfunctioning system can cost you time and money, that's why we work hard to get your system operating as quickly as possible. Compound Security Specialists is Private Security Bureau Licensed, BBB Member, State of Texas HUB Vendor, and OSHA Certified. CSS is licensed (BI 1877) and regulated by the Texas UPS Private Security Bureau; Complaints may be directed to P.O. Box 4087 Austin, TX 78773, (512) 424-7710, or Via email at psb@txdps.s[ate.le.as. Compound Security Specialists 435 Industrial Blvd, Austin, TX 78745 512444-4283 (office), 512-447-3838 (fax) Visit us at www.compoundsecure.com EXHIBIT "A" "Helping Central Teras stay se.ceredor over 2Syrs" ribiS and A D1vlsion of Auto Gate 435 Industrial Blvd. Austin, TX 78745 Office (512) 444-4283 / Fax (512) 947-3838 www.eompouudsecure.com I�, Estimate 10723 7/22/2013 Customer Name /Address / Ph# • Job Site Address Walbridge Co Tyler Walbridge 512-767-2478 tyierw@wbllc.biz ROUND ROCK POLICE STATION 2701 North Mays Street Round Rock Texas 78665 Ph I- Fax Account# I Qty Description NORTH GATE SYSTEM (GATE IS 22' SINGLE SLIDE) 22 FT STEEL SLIDE GATE, 3" SQ TUBING FRAME, VERTICAL 3" TUBING SUPORTS ON 4' CENTERS WITH 1 1/2" HORZ MEMBERS ON 2' CENTERS ON INSIDE OF GATE EXTERIOR OF GATE TO BE COVERED WITH PERFORATED 20 GUAGE MESH 1/8T11" HOLES ON 1/4" STAGGERED CENTERS, MESH IS 23% OPEN 22 FT I -BEAM V -TRACK SYSTEM WITH OPERATOR MOUNTING PAD - MATERIAL 1 OPERATOR, ELITE CSL24V SLIDE GATE OPERATOR 5 MATERIAL FOR VEHICLE LOOP IN ASPHALT (LG) 4 FOR SAFETY AT GATE 1 ARMING LOOP FOR EXIT BUTTON 3 DETECTOR, VEHICLE LOOP 9-30VDC, EMX DTEK ULTRA PLUG-IN 1 ROLLER POST ASSEMBLY 1 CATCH POST ASSEMBLY 1 LIFT RENTAL 2 GOOSENECK STAND, RBW 2' SQ .120' WALL 1 PUSH BUTTON, REQUEST TO EXIT, VANDAL RESISTANT, SATIN CHROME (ENG/SPAN) 1 LOCKABLE BACK BOX 1 KNOX, KEYSWITCH W/ DUST COVER, ON MOUNTING PLATE 1 INSTALL GATE SYSTEM SOUTH GATE (GATE IS 22' SINGLE SLIDE) 22 FT STEEL SLIDE GATE, 3" SQ TUBING FRAME, VERTICAL 3" TUBING SUPORTS ON 4' CENTERS WITH 1 1/2" HORZ MEMBERS ON 2' CENTERS ON INSIDE OF GATE EXTERIOR OF GATE TO BE COVERED WITH PERFORATED 20 GUAGE MESH 1/3TH" HOLES ON 1/4" STAGGERED CENTERS, MESH IS 23% OPEN 22 FT I -BEAM V -TRACK SYSTEM WITH OPERATOR MOUNTING PAD -- MATERIAL 1 OPERATOR, ELITE CSL24V SLIDE GATE OPERATOR 5 MATERIAL FOR VEHICLE LOOP IN ASPFIALT (10) 3 DETECTOR, VEHICLE LOOP 9-30VDC, EMX DTEK ULTRA PLUG-IN 1 ROLLER POST ASSEMBLY 1 CATCH POST ASSEMBLY 1 LIFT RENTAL 2 GOOSENECK STAND, RBW 2' SO .120' WALL 1 PUSH BUTTON, REQUEST TO EXIT, VANDAL RESISTANT, SATIN CHROME (ENG/SPAN) 1 LOCKABLE BAGI< 130X 1 KNOX, KEYSWITCH W/ DUST COVER, ON MOUNTING PLATE 1 INSTALL GATE SYSTEM NOTE: ALL WIRING AND CONDUIT AND SAW CUTS FOR ACCESS CONTROL AND ELECTRICAL BY OTHERS Accepted Fstivaie is valid for 80 days from date of cstiutaIc. CSS is Hot responsible for damage or costs incurred to underground uolioes not clearly ttrvked. Safes Tax will he charged lo the ctrstonter unless proper deal niraiaiiion is provided by ansom r Moate its based o n standard Idcphoue company wiring: If you have Title Warner or AT&T nterne'tctcphonc senior:, or anything, ather Ilan standard s�4�]vdt}It tdarges may be necessary to complete the installation. Terms: \Vc accept MasterCard, Visa and American Express credit cards; Credit card payments over $1,000.00 Incur a 890 additional charge. CSS is licensedand rcg,ilated by tl,c Trxas DPS Private Security Bureau; Complaints may be directed to P.O. Box 4087 Audio, TX 78779, (512) 424-7710, or via email atpsb�sxdpsslate,u.us. DwayneUniry, Commercial Consmuctlon Sates 517-444-4283 office, salesr?Jcompoundsccurc.com TX HUB Certification01742519299800 Exp. 08/28/2013 TX Private Security License iM Bi 1877 Exp. 06/3012014 Date uutota Sales Tax (0.0%) Total Pei faft irras Historically Underutilized Business Certification and Compliance Program 12, The Texas Comptroller of Public Accounts (CPA), hereby certifies that FUSION SERVICES LTD. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate, printed 29 -AUG -2009, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (i.e., business structure, ownership, day-to-day management, operational control, addresses, phone and fax numbers or authorized signatures) provided in the submission of the business' application for registration/certification as a HUB, you must immediately (within 30 days of such changes) notify the HUB Program fn writing_ The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibility. (1P- auP c,6,ry-, CertificateNtD Number; 1742519299800 Paul A. Gibson FiteNendor Number: 64225 Statewide HUB Program Manager Approval Date: 28 -AUG -2009 Texas Comptroller of Public Accounts Expiration Rate: 28-AUG.2013 Texas Procurement and Support Services Division Note: in order for State agencies and institutions of higher education (universities) to be credited for utilizing this business as a HUB, they must award payment under the CertiflcateNlD Number identified above. Agencies and universities are encouraged to validate HUB certification prior to Issuing a notice of award by accessing the Internet (http://www.window.state.tx.us/procuremenUicmbt/hubonty.htmt) or by contacting the HUB Program at (888) 863-5881 or (512) 463-5872. EXHIBIT "A" 14. cow Security Contract.r Alarm Systems Company Electronic Access Company - : I e, : EXHIBIT "A" 1 1 ( -1 v .■ G_.,- kst stn�_t'�f' 4. iS��O: r c Q�. � t7 ;f 2� •;4� k$��Z� �-`� - �i ,� S'�L � ? �,`�-� r` $'.� ✓ �.@ F J §�� his +T✓Gt{t� � j��`II .�,`: 58 j�5{}[3( "+ ,, �4ti.1����� �',� �s ;�"s E�z��� ':��a���cn[Pe �z-}e a�� � 9� +�,q�J� -s.�'�` (■ '. J i { r - 1 w. :111 RAI �w2 lc x s,�ri r al �u Sl r s Vt r s i tf tE t ) f•s" yv: f - + 'i f - n a _ - w Walbridge Construction LLC ... _..._. ,...„n»....,a»•ra�T1t"�.-rad:+"« Building on Trust Tel: (512)767-2478 Fax: (5 12) 428-8193 Email: tylerw@wbile.biz wbllc.biz Website: www.wbllc.biz 3712 Capistrano Trl, Austin, TX 78739 The two pictures following this letter are a gate that was completed by Compound Security Specialists and it is very similar to what we are submitting. The ._,major differences is that this gate has larger holes and so we can see through it, where as thewe propose would have much smaller holes and would not be visible through the gate. The other difference is that this gate was not painted and so it is not as visibly appealing as the gate we are submitting. Thanks, Tyler Walbridge Walbridge Construction LLC EXHIBIT "A" 2 }:'?�F:zi lJ r11�5 l z /✓ a�Y ti t z i f l �o at �r �� ei3 ! lirxe�t t i t t [},�.�'}d� J�f•r it `�Iyt 'rYc;t 4f c ANT-1, 1-11,it �P "i }mr-� r - 1SS�Y12+ ie �)GiS ' t+d SI r, t<yrcC � ^41y�1"�� E`�LZ vJ>5sem, rw 3 t h' . bst3{� �;��risat�a �sYYtT rre t un1} Y �a' v �i �� ti � f7tscic . z �4i2�+O rkY �.:I .1 d rfi+d r 4 S 3r SiG S 4 SAn • n F hT 4rfi 5 �' 'd � � �L, c t r :_ �•J �-��"1. �, _ Y v"7- t�r`��,�"ti'' l '2.�� ra 2 .:b p Fa ti f�•.I' ' H✓ ���\yT.y.� .t��, t1trjkt�,,4��� y.Zi �ct�s v'� � n,, i ✓y,t 1��r�ia`��.rt"xf+ ' {p ar3 �y l'a s�atis'.v�+��Py,�Jat7��C F7 r yi1� Zr���c 6 •�?r � � .p ate"I�j,.Z3.,5;`-a' al�:y�s. 3 -¢•'.7 �s'r" ; p,5 �.yc t sa+��;�� vzf eyX.,�i firms\�c�`an i��y - .�2 �. ,s'ri' �i r$'F ��. � .cn: � t J '•r,'"ru2 v�')GT✓i '1- .. int' iY� t � •s;:��.�",�, ° ;,4('etz- r•Yi'�rysr 7`.',Y� ° - �wV � F+y Y St_ F� a'�r"� ✓24� Y.�rs: Fstzy i �S ..�" '���.3,��S r � s - e7'R t`S`` } � i' l 'u Cly } 5,f�•rY � �� + �� e if it , Ti 6y � n s pCkr t � ,t14 �etillst }O�� f• a 'e�VIbv �o- �1fz}�xa°[ Z r 2Lr\c i S i %a ",n3a1 �s��e`��i ��S�4�tL���T �`5V����s ,:.-2,.� t�� ti,� `S r�T'•4)a�<, �� r iT � ':l ti ^P4 j S��' �4•�, ���lt '�� yf.'''t"'(�._ .r3.£��`�"��$ ��''�� ri. {} �' 3 ..'J }Z��5 - °` 3 "Y a 1 i atiJ� pal, >:x�LYn •��1ji..: �t ��`�}tt L`I�d-� —t-.:�y ��"�`, s �t r•�"`3 n �"�'�f.r�`so�.Y-.� '��.f r`t �.-�����o� 'I AF�'r't ir�a P afha' Cs6 �d1 p Ml NA11"; �r'S.u� 11 r aV'aba d� � NORM, I 4 `L •'}Man r 2 C! it 1 !P^a f EL xl� �� p LhYf5 l�s�� ?fSt�t Z e $r l �x� ' "y 53 x r zvra' !S.>� t',A c�i�<7.15}'^L rks'ti3�s S?' s'�rh ttt2r--L,�t i'.+�.a. tjt 1 - tts Fit �th4 fa:FoWV ' terx i fir' ,lir f S3� 11 a g.y,i,(�1) s 4s 4 b F� �4ti r ttr � t x F � its b n� .R, t{,t✓'t.. .*-+rti. aL7 e ,F-1J t t '< y '1-}C 5_) 7 - lKy ti,X ( t r z k �firy}�,;rr.� ;� Qa r to?ft t &�� h Y - I � �-r vt> '.` t0 st + k, ,,. =�»v mr1r� „'_,s > ,� r ti. 4. r .%G' tTi= s Yytft #f9 .t°J`< ���, x tTrr s.r�Ls t ha t ��hrrF r 4 xgtr� }-1 "'� - - ^r�?�t1-"`T Yt7 x''� s �'c� a r i,. �`� [a w.r#'� �\!i n t.`6� �• c = /?1.. j . �'FS"'�7�.-� yU. s b .;z- k Sti�}'�",'y 1 v Sr-T N e <l. r• r-� r \r ..F� j 5 +St-L1 IYF Li'l\�`-' y1f 4�h�-'rs+� �+,t��.�ra`'r� `• �x.�i��'`'�`i��h'��i`� t��r�..���At-�r,b 1�-`7 s+�-ya r � i ,u ? 5 +r I Taoist: r S.�I� {� ' l., Xf f _fid t j) `a"i� - ,�Y)1{��'"�♦���T f y lf- 2 t _ 3 rY •tr{ rt t 14- "f” �'tY is tpc ,r •C { r -P. S Y1 t �I AT 051 T � 1;� t r 1. 1 t� s'tf \ s. •w + t � a :-, \; .:S 'r t r t y r _ l 2 - c rlt .4VonBosco - - I I _ I _ I �tRi _,'r<">._a 'T Ys'"•K pr: i.:• A s- pfi t:., a •r "�3.1�••y;FYp4--." �r. �•;9s- -.ria.. y �-Qa�y ='P 1 -2 l ff ,yt 't'.:i1a Tv[ {#Z 'Ea3x a� ..�L "• -'1 !( S i sy• place 'af#tl{- 3�r Y'[+i '- A•• ds� ({F�''' JutJ L K31tis ?k'tx`'i y +` { ? '.'x; i'1'.'r1"f'F�, a+7� 1r�• � 't, 4'a ri3taf ■ X6 .tk# u• d y r{aY• t'"Y.A»r:moi Ort d -r'fa f U `n'y""'t'S. ' £3 � 1 M �[•1'' ��p�t �y+4��"'YY+O.k-+V�iYa 2�'f' 'J`'S`•Y�Y .r s[if aS 3� as 'tt »r �^F,�� ,F p3s" ra �'u d,YJe- Fes' y�•Pr v.r t-ir. 9f` bl di•sa #NH a'Aat< 3J F�t. ..alar( 2t•��w kvr 4ts�-5L i ( roy FldP r SYg �. 3N it s 'a-e r`ar - A. »n r.Ft I Q� 4^rv {aiti:['iicfitakr.9r`. £e`y } y�ra 4•PM P.Y�✓•aLrx. t'� 2r�6 a a 7 ? 3 R .4 3Rd YP i- 1+. r�'`.a S.� {4 ,SRds*. 4sy 4 s :iii$-aft ed�+.f,Pya, ' �e.s� g x t i t d44 a fiYha,T3Fa$is of sYt gr4»x ; a r < watimpb� +'A l�'q'gi,;, stk�3 ,i't�aa max F i Nx Src`s +lx as * `• 9R YT�Yv s r�aefra tet• ��•+�,eV�-i ae�3����`*��tf� h - ar s j'r>1�4f r4fF YY §vkk-aso va.,.eY[.2'F Pf'[ b d7s c ft - A t ati 3r 7�Ys -0Yir 6 alrypy n2of"1361,'kt,.�Y;•sv-rr�;fsj(-'?C�r`"lsLi,�atr�vsrd-�•i#- .• ��[[. ��} t746ag3}�9t�j�ryif• Nf 6b PP T4A4f 13�i� �,-AyL li`-ktle(� -b I•�f r'iSse4 ti; xgvA av +ice n.o P�' , ,--o•,x iro{� 4. A1tt�i�R9t{Y.pft� v.ur;o-�u �.�• �-FaY+ a�. �> �,. YµttRir•uP•d�!1 t t A- Y n b jri<•aa r4; a A c-w t sv�'�a�l'� ,.K cx-J1}S'�as. t8 jj-��G 1P91"<g�y asy».�d�t¢t pa�ip a�evurtt �14z�, k YP�i�� fy't�-( - - tf1-y,.fci MINN. j�p•rtCn g6a(saa(Sa �»faaty'tt"�at sr4 J5 esra*i+VfaLysaY�asi' fsild r4 - 'S s R i.a� O A um ii sF• 4iy 1FA t +a'4 FSJ`e .t-9!�v q v8•C +.' •r1 z s tr.s slip •b�d i�v Ttt�aaEw'ti�u s� 'r•� ?�-'�"•ri' t 2 fir' C� d'fii 43-P�}r•y �s i vN ssnrt44krti 3•A}ij• ><t nitt tie3�or�%`�4'�9 aT.i AY��ig1[i��$J� Qa F�j�V.S,�ki3.s�Ry �`a�k2� i C Vtnr ¢VRlr� a,�le 'sFF11�I» T»3+FRrP '. a Lr. t�" sy r' y� P-L:tl►trr�t9f��'r's:5i$ y,�P p3r4P �¢"E:.+v>a }at >. ��V lR�•"3 : { rY ♦♦syY' PfP'7'R i-,lN�a i9r.•bxa2'/1+ }q ae'l ,y n s�.apr'�. Milt'il+t MOO at�y pep°pv9eay.R7a,P'# tiRr�4�a+f`�sr.i'�a:)d-��'v3 9{v t � n�te aped.sr as ti�3:rap a sa alfgl rrq�1Frlgal6�W ¢A»3{ �> i iraiii� c9t hafii�wrpP�� .,c %d•,n#, .t , D�`Y , F�LIL, 3[d it1pWTY7t£'•3t481S�1 x$ '1�" i ,ge' 'd a.,Y.! M:s .► s T'F4 Uri�FYvA Y. '�s � .•4tt�Y� 1 + r{ may, dg `�-.. �rryl�Jy+c���v'aPs ��s e 4•-p xhre Jed i IJ P '.9� P9 • • 1,e 1t ���tlSr'}jti��:wt��3s�'o1.Y t4r �a'�"iP " • aw pFSM v t. ba aw',•,fix 4� 3:�a� c•�r i+. r+� ��Pi�t � �P� ,,'Rxv� r 'ka�$�nx� stz*ct#�}1`p7•t\-sF�-k �� s l •:s 7 ��iC �s�1M 1 4?� n•S4�wT�°�"�+'F� �r t,-�,-'moi. •'f a �l.�if +4Alif2tz'P',r•�f i3Y i'R�J 'fi1j -F M*a.°��/•i3 •Y'i+sikV �1 l t��. 9Y i 9G+ 3Q ,grcyt2, {�YA L-`'9'F,yy fY; �1�s8• Lrr'�i ?`ssl Ji3Jf�> >-b� dii..ppY#�.t�X'iL4 4`•Ya�`�"�y 3' J�`f;i�'N,�.C}'f•-d 'J' -f i i�.y,aegba ,sk Y6.�13i mak.�. R•Pb.Dfd.�'� �Pq�`l 4'�t-L �A . 8-.�tJ 1-r f �.sal9 L•Pgs� '3'va•1��0�{!P�A.z?9 y1j�laf '¢���ijy� Q�ry[3�5 R�n �•+��s .i't P'p.6G-a� dx �r],i-. �Av9a�� 3 2?Yl+APP pA -%WV ad tt-Yt�t�rbS ATt Mi '!ivt 'q' b� y:ylY < tf(a y ri..p�F9ei P !••r��tnt.� ifSt in p y s e_' ➢��r •. Yet tY Yri �lcP,wh Bfi'3i� � 'O r �=►����•wr��.efi #: I� �V ?i L�T'e Its ?��'tY.�r�;n���f�C! ��• � �tIANN�e int b it'd ' ..1 MJF ..�.r�'A�•[' •t`{' i t..'�+�l�'�"'N4��'�.'��K .' - - - �''' Iti'•�}�e"ia a'+�YYav'Y• -. 4.riF Y- Arn �® SVR CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 08/29/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER FARM BUREAU INSURANCE COMPANY 308 E RUNDBERG LANE CONT ANDREW SCHNEIDER PHONE FAX Ext): 512.291.9191 (ac, No): E-MAIL ADDRESS: ASCHNEIDER@TXFB-INS.COM AUSTIN, TX 78753 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : TEXAS FARM BUREAU INSURANCE COMPANY INSURED WALBRIDGE CONSTRUCTION, LLC 3200 CHINA GRV AUSTIN TX 78745 INSURER B : INSURER C : EACH OCCURRENCE INSURER D : DAMAGE PREMISES (Ea occurrence) INSURER E : MED EXP (Any one person) INSURER F : CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MMIDD/YYYY) LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE PREMISES (Ea occurrence) $ MED EXP (Any one person) $ CLAIMS -MADE X OCCUR PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ GEN'L AGGREGATE 7 POLICY LIMIT APPLIES PER: JECT RO- 11 LOC $ A AUTOMOBILE X XALL LIABILITY ANY AUTO OWNED AUTOS HIRED AUTOS SCHEDULED NAUTOS ON OWNED AUTOS y ' F. ' ' y 21837021 05/31/2013 11/31/2013 (Ea MacccidentINED ) SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE [ [ EACH OCCURRENCE $ AGGREGATE $ $ DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICE/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPFRATIONS below Y / N N / A WC STATU- TORY LIMITS OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) THE CITY OF ROUND ROCK IS LISTED AS AN ADDITIONAL INSURED IN RESPECT TO AUTOMOBILE INSURANCE LIABILITY 30 -Day notice of cancelation will be given to all additional insureds. ANCELLATION t CITY OF ROUNDROCK 221 EAST MAIN ST ROUND ROCK, TX 78664-5299 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ANDREW SCHNEIDER ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A� o® CERTIFICATE OF LIABILITY INSURANCE a%29/Zolrc3 ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Dexter & Company 3601 Cedar Springs Rd. Dallas, TX 75219 CONTACT Karla Harper NAME: /aCNN .Erte (214)526-5646 FAX IA/C.No): (214)526-6926 AIL AUDREss:kharper@dexterinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :Certain Underwriters @ Lloyds LIABILITY COMMERCIAL GENERAL LIABILITY INSURED Walbridge Construction LLC 3712 Capistrano Austin, TX 78739 INSURER B:TeXa3 Mutual Insurance Company 22945 INSURERC: 8/28/2014 INSURERD: $ 1,000,000 INSURERE: $ 100 000 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF IMM/DD/YYYY) POLICY EXP IMM/DD/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY ARKGC41518 8/28/2013 8/28/2014 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100 000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY n JE n LOC PRODUCTS - COMP/OP AGG $ 2,000,000 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOSAUTOS HIRED AUTOS — _ SCHEDULED NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ B WORKERS COMPENSATION.,WC AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A TSP -0001228049 9/1/2013 9/1/2014 STATU- TORY LIMITS • OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) CERTIFICATE HOLDER CANCELLATION rbowden@roundrocktexas.gov Assistant City Manager City of Round Rock 221 East Main Round Rock, TX 78664-5299 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Bob Carter/BONNIE ACORD 25 (2010/05) INS025 mmnnss m © 1988-2010 ACORD CORPORATION. All rights reserved. Tha Af:f1Rr1 namo and Innn aro ranictorad marlrc of ACf1Rr1 '°' " CERTIFICATE OF LIABILITY INSURANCE 8DATE A29/2013 ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Dexter & Company 3601 Cedar Springs Rd. Dallas, TX 75219 CONTACT Karla Harper IPHC N Ext(: (214)526-5646 FAX N tam. No: (214)526-6926 E-MAIL kha ADDRESS: rper @dexterinsurance.com INSURER(S) AFFORDING COVERAGE NAIC 0 INsuRERA:Certain Underwriters @ Lloyds LIABILITY COMMERCIAL GENERAL LIABILITY INSURED Walbridge Construction LLC 3712 Capistrano Austin, TX 78739 INSURERB:TeXas Mutual Insurance Company 22945 INSURERC: 8/28/2014 INSURERD: $ 1,000,000 INSURER E: $ 100,000 INSURER F : ATE NUMBER: • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY ARKGC41518 8/28/2013 8/28/2014 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY n JE n LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS _ SCHEDULED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident ) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAB EXCESS LIAB - OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENT ON $ $ B WORKERS COMPENSATION,,,WC AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A TSP -0001228049 9/1/2013 9/1/2014 STATU- TORY LIMITS OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedu e, if more space is required) The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. Waiver of Subrogation provided only when there is a written contract between the named insured and the certificate holder that requires such status. CERTIFICATE HOLDER rbowden@roundrocktexas.gov City Attorney City of Round Rock 309 East Main Round Rock, TX 78664 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Bob Carter/BONNIE 9-- 'm`# ......-ale...____ 7,1r,c RD 25.(2010/05) INS025 (7mnns m © 1988-2010 ACORD CORPORATION. All rights reserved. The. t.lf1Rfl name. and Innn are. ronicfnrufi markc of Af•fRrl October 8, 2013 Walbridge Construction LLC Building on Trust City of Round Rock 221 East Main st. Round Rock, TX 78664 Re: 13-052, Walbridge Construction LLC South Gate Estimate Dear Debra Knutson: Tel: (512)767-2478 Fax: (512) 428-8193 Email: tylerw@wblIc.biz Website: wa'w.wbIlc,biz 3712 Capistrano TrI, Austin, TX 78739 First 1 want to thank you for taking the time to review my estimate and my team is more than capable to accommodate all of your needs. When estimating this project 1 took into consideration product longevity as well as operating cost over time. We have chosen a motor that is designed for constant use and is competitively priced against other models. We have attached submittals and pictures to show what to expect. • Subcontracts Walbridge Construction LLC goes through a rigorous process in deciding what subs to use and we seek out subcontractors with a long proven track record and in doing so I have selected the following: Compound Security specialists Compound Security Specialists, formerly known as Auto Gate, does all of City of Austin Police Department gates, and all of the Austin Bergstrom International Airport gates. They also do Jonestown PD access controls. RRISD is a big customer of theirs including McNeil HS and some portables, etc, They have also worked at Round Rock Police Dept on 3001 TELLABS DR for FT Woods in 2008. 40% of new construction automatic gates in Austin/RR areas they build. BUT they also service over 85% of automatic gates. CSS has been in automatic gate business since 1988 and they are local. They have an excellent service department and extremely proactive project management group. Please see three notable references below, and they can provide many more: City of Austin Police Department Miguel 512-974-5044 miguel.galindo@ci.austin.tx.us ABIA contact: Gregory Frederick 512-530-6317 gregory.frederick@austintexas.gov CARTS contact: EXHIBIT "B" 1 Walbridge Construction LLC Building on Trust Adrian Elliott 512-801-7522 adrian(a,.ridecarts.com Tel: (512)767-2478 Fax: (512) 428-8193 pmail: tylerw@wbIle.biz Website: www.wbllc.biz 3712 Capistrano Trl, Austin, TX 78739 M&C Electric will provide all electrical services for this project. I did not ask for references as I have worked with this company for years. I also know that they are the Electricians for the City of Round Rock. Walbridge Construction LLC will provide all the concrete demo and all the prep work to get the site back to the original conditions. Estimate Walbridge Construction has provided an estimate to do all necessary demo and electrical work to complete the project. Below we will breakdown the gate system and what was included in our bid and what was not. There is a couple of things that was not included in our estimate that should be included because of Round Rock FD requirements or to make the gate operate according to what RRPD has requested. Below please SOUTH GATE (GATE IS 22' SINGLE SLIDE) 22 FT STEEL SLIDE GATE, 3" SQ TUBING FRAME, VERTICAL 3" TUBING SUPORTS ON 4' CENTERS WITH 1 1/2" 1IORZ MEMBERS ON 2' CENTERS ON INSIDE OF GATE EXTERIOR OF GATE TO BE COVERED WITH PERFORATED 20 GUAGE MESH 1/8TH" HOLES ON 1/4" STAGGERED CENTERS, MESH IS 23% OPEN 22 FT I -BEAM V -TRACK SYSTEM WITH OPERATOR MOUNTING PAD - MATERIAL 1 OPERATOR, ELITE CSL24V SLIDE GATE OPERATOR 5 MATERIAL FOR VEHICLE LOOP IN ASPHALT (LG) 3 DETECTOR, VEHICLE LOOP 9-30VDC, EMX DTEK ULTRA PLUG-IN 1 ROLLER POST ASSEMBLY 1 CATCH POST ASSEMBLY 1 LIFT RENTAL 2 GOOSENECK STAND, RBW 2' SQ .120' WALL 1 PUSH BUTTON, REQUEST TO EXIT, VANDAL RESISTANT, SATIN CHROME (ENG/SPAN) 1 LOCKABLE BACK BOX 1 KNOX, KEYSWITCH W/ DUST COVER, ON MOUNTING PLATE 1 INSTALL GATE SYSTEM Total Cost Turn Key. Labor — $17,198.00 Material — $13,667.00 Total Cost — $30,865.09 Thanks again for your consideration please feel free to contact Tyler Walbridge with any questions or concerns. EXHIBIT "B" 2 Walbridge Construction LLC Building on Trust Tyler Walbridge Walbridge Construction LLC Managing Member 512-767-2478 tylerwqp,vvbllc.biz EXHIBIT "B" Tel: (512)767-2478 Fax: (512)428-8193 Email: tylerw(7wb11c.biz Website: www.wbllc.biz 3712 Capistrano Trl, Austin, TX 78739 3