CM-14-03-345City of Round Rock
Agenda Item Summary
Agenda Number:
Title: Consider authorizing an Agreement with Walbridge Construction for a
Security Vehicle Entrance Gate.
Type: City Manager Item
Governing Body: City Manager Approval
Agenda Date: 3/7/2014
Dept Director: Chad McDowell, General Services Director
Cost: $34,750.00
Indexes: Law Enforcement Fund
Attachments: Agreement, Bid Backup, LAF
Department: General Services Department
Text of Legislative File CM -14-03-345
Phase two of the police department security enhancements was the installation of a new
brick wall and new security gate. The wall has been installed and with the approval of this
item the security enhancements to the facility will be complete.
This agreement is for a purchase and installation of one (1) 30 -foot, 6 - inch vehicle
entrance security gate system to be installed at the Police Facility.
Staff Recommends Approval
Cost: $34,750.00
City of Round Rock Page 1 Printed on 3/6/2014
LEGAL DEPARTMENT APPROVAL FOR CITY COUNCIL/CITY MANAGER ACTION
Required for Submission of ALL City Council and City Manager Items
Department Name: Police
Project Mgr/Resource: Rick White
Council Action:
ORDINANCE
Agenda Wording
Project Name: Security Vehicle Entrance Gate
ContractorNendor: Walbridge Construction
)175-1(RESOLUTION
Consider authorizing an Agreement with Walbridge Construction for a Security Vehicle Entrance Gate.
[City Manager Approval
CMA Wording
'TD'S IS k CIT/ MAt4PaGa p11 t-`•
Attorney Approval
QAttorney
Notes/Comments
Date
O:\wdox\SCCInts\0121\14021MUN ICI PAL\00293095.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 t herein as the
"Agreement"), is made and entered into on this the `jam -day of the month of Ee 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) 30 -foot, 6 -inch 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) twenty-two foot (22') 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) twenty-two foot (22') vehicle entrance security gate system and the
City accepted the revised bid; and
WHEREAS, subsequent to the City's selection of the Services. Provider, the City decided
to proceed with the purchase and installation of one (1) thirty foot, six-inch (30'6") vehicle
entrance security gate system at the South entrance of the Police Department; and
00291804/ss2
CM -t'4 -c 3-3L
WHEREAS, the Selected Services Provider was notified and submitted a revised bid on
January 23, 2014 for one (1) thirty-foot, six-inch (30'6") vehicle entrance security gate system
and the City has accepted Service Provider's revised bid; and
WHEREAS, although the amount of the services for one (1) thirty-foot, six-inch (30'6")
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 Services Provider's
revised bid dated October 8, 2013 is attached as Exhibit "B" for reference; and Services
Provider's Rebid dated January 24, 2014 is attached as Exhibit "C;" and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations.
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the 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; (e)
Service Provider's Supplemental Letter with further revised bid dated January 23, 2014; and (0
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
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 upon expiration of the one (1) year labor warranty set forth in Exhibit "C."
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) twenty-two foot (22') 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."
Proceeding selection of the Service Provider's bid for one (1) twenty-two foot (22')
vehicle security entrance gate system, the City requested the Services Provider resubmit a bid for
one (1) thirty-foot, six inch (30'6") vehicle security entrance gate. The Services Provider revised
its bid accordingly as set forth in the Service Provider's Supplemental Letter dated January 23,
2014, a part of Exhibit "C."
The services which are the subject matter of this Agreement consist of one (1) 30 foot,
six-inch (30'6") vehicle entrance security gate at the South gate of the Police Department for the
amount set forth in the attached Supplemental Bid Letter dated January 23, 2014, Exhibit "C,"
from the Services Provider.
4.01 ITEMS AWARDED; AND SCOPE OF WORK
Items Awarded. The provision of one (1) thirty-foot, six-inch (30'6") vehicle entrance security
gate system for the City's Police Department is awarded to Services Provider.
3
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. Subsequent to the acceptance of Service Provider's revised bid, the City further amended
its requested services and the Services Provider's revised its bid as set forth in Exhibit "C"
attached hereto and made a part hereof for all purposes.
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.
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 January 23, 2014 (Exhibit "C"), in the amount
of $34,750.00, 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
4
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
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
5
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.
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 ingueznroundrocktexas.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
6
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
following:
A. Fails to make any payment in full when due;
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
7
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
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.
8
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.
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
9
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.
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.
[Signatures appear on the following page.]
10
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of Round Rock, Texas
B
Prine: 3-t--e,>rt N\ory xc
Title: (�*e: 43 -at
Date Signed: 043/C)
Attest:
By:
Sara L. White, City Clerk
For City,
By.
roved as to orm:
Stephan
. Sheets, City Attorney
11
Walbridge Construction LLC
By:
Prin ed Name: "r`�'ler tAin ( I6f 'org
Title: b{Y
Date Signed: a / 1 Vs../
SOLICITATION NUMBER
13.052
SPECIFICATION NUMBER
13-285-36; 13-330-13
JUNE 2013
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.gov/home/index.asp?page=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.gov/homefindex.asp?parte=463.
4. ATTACHMENTS: Attachments A through B are herein made a part of this solicitation:
4.1. Attachment A:
4.2. Attachment B:
Reference Sheet
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 9
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:!/www.roundrocktexas.govthometindex.asp?page=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"
2 of 9
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/home/tndex.asp?paage=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"
3 of 9
SOLICITATION NUMBER
13-052
SPECIFICATION NUMBER
13-285-36; 13-330-13
JUNE 2013
2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
http://www.roundrocktexas.govlhomerndex.asp?page=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
4A. 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"
4 of 9
SOLICITATION NUMBER
13-052
SPECIFICATION NUMBER
13-285-36; 13-330-13
JUNE 2013
PART III
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 I: 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
13-052
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 t 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"
6 of 9
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://www.roundrocktexas.qovIhome/index.asp?paqe=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
Govemment 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
( ) Fax Number: ( )
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
ROUND ROCK. (CMS
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:
Opening Time:
Opening Location:
July 23, 2013
On or Before 3:00 PM CST
City of Round Rock
City I lali
221 E. Main Street
Round Rock, TX 78664
HOW DID YOU
HEAR ABOUT THIS
SOLICITATION?
15 THIS THE FIRST
TIME RESPONDING
TO THE CITY?
RESPONDENT INFORMATION
Tax ID Number:
Business Name:
Address:
Address:
Contact:
Telephone:
E-mail:
Website:
Newspaper n City's Website
E-mail Announcement ( ESBD n Other
Yes ( No
IS YOUR BUSINESS
REGISTERED WITH
VENDOR CENTRAL?
piYesn No Register at: roundrocktexas.govfVendorCentral
ITEM #
DESCRIPTION
QUANTITY
UNIT OF MEASURE
PRICE
1
Vehicle Entrance Security Gate System:
1
System
2
Service Call (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 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 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?
Yes
No Response shall include one (1) signed original and five (5) copies of response.
Printed Name
Failure to sign response will disqualify response.
Exhibit "A"
Authorized Signature Date
Walbridge Construction LLC
Building on Trust
Tel: (512)767-2478
Fax: (512) 428-8193
Email: tylerw@wbIle.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"
4-4
A
Walbridue Con&truation LLC.
August 13, 2013
Building on Trust
City of Round Rock
221 East Main st.
Round Rock, TX 78664
Tel: (512)767-2478
Fax: (512) 428-8193
Email: tylerw(dwbllc.bix
Website: www.wbIlc.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 13th 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"
SOLICITATION INFORMATION
/ROUND RUCK TE%AS
iar��w>..ii •ir,—iwi�:riaux
BID FORM
PURCHASING DEPARTMENT
221 E. Main Street • Round Rock, Texas 78664-5299
Solicitation Number: 1t13-052
Solicitation Name: Vehicle Entrance
Security Gate Systems
Opening Date:
Opening Time:
Opening Location:
July 23, 2013
On or Before 3:00 PM CST
City of Round Rock
City Hall
221 E. Main Street
Round Rock, TX 78664
HOW DID YOU
HEAR ABOUT THIS
SOUCITATION?
I5 THIS THE FIRST
TIME RESPONDING
TO THE CITY?
RESPONDENT INFORMATION
Tax ID Number:
Business Name:
Address:
Address:
Contact:
Telephone:
E-mail:
Website:
45-2910724
Walbridge Construction LLC
3712 Capistano Trl
Austin, TX 78739
Tyler Walbridge
512-767-2478
tylerw@wbllc.biz
www.wbllc.biz
Newspaper
City's Website n E-mail Announcement n ESBD Other
nYes No
IS YOUR BUSINESS
REGISTERED WITH
VENDOR CENTRAL?
�X Yes n No Register at: roundrocktexas.gov/VendorCentral
ITEM #
DESCRIPTION
QUANTITY
UNIT OF MEASURE
PRICE
1
Vehicle Entrance Security Gate System:
1
System
5 C' y 0 C
2
Service Call (price per hour):
1
Hour
Li tN` Id
3
Length of Manufacturer's Warranty:}
3 t�Ca.r ,'s4a4-0 a" oaeti %ole 1 i;tr•xr et eC
�c,�
4
Length of Labor Warranty:
1 e j—
5
Are
Are there extended warranties available, if so,
what are the costs and length of warranties?
f v
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 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 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 agendas?
nYes r---) No Response shall include one (1) signed original and five (5) copies of response.
Tyler Walbridge
Printed Name
Failure to sign response will disqualify response.
E
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 shall 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
,i
with the Facilitie ib it "A" 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 1 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 bond requirements.
18. Q: 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 finish/coating of the new gates? (Galvanized,
painted, powder coated, etc.?)
A: The City prefers a galvanized finish on the gates
Approved by
Deborah Knutson, Purchaser
13y 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 CONSIDERQXtXN QRRlI A"
{
SOLICITATION NUMBER
13.062
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: 13-052
RESPONDENT'S NAME Walbridge Construction LLC DATE: 07/18/2013
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.
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
Ialvarado@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
Ronnie.richter@dps.texas.gov
5805 N Lamar Blvd
Austin, TX 78752
(512) 424-5737
Fax Number: ( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Exhibit "A"
90f9
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: tylerw@.wbllc.biz
Website: www.wbIlc.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:
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 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(u austintexas.gov
Exhibit "A"
1
er: Walbridge ConsL•ructiori LLC
Building on Trust
CARTS contact:
Adrian Elliott 512-801-7522 adrian@ridecarts.com
M&C Electric will provide all electrical services for this project.
have worked with this company for years. I also know that they
of Round Rock.
Walbridge Construction LLC will provide all the concrete demo
site back to the original conditions.
Estimate
Tel: (512)767-2478
Fax: (512) 428-8193
Email: tylerw@wbllc.biz
Website: www.wbllc.biz
3712 Capistrano TrI, Austin, TX 78739
I did not ask for references as I
are the Electricians for the City
and all the prep work to get the
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 CEN PERS, 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 - PUSI-1 BUTTON, REQUEST TO EXIT, VANDAL RESISTANT, SATIN CHROME
(ENG/SPAN)
1 - LOCKABLE BACK BOX
1 - KNOX, KEYSWITCH 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 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
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
_," CTalbridge Construati.on LLC
Building on Trust
Tel: (512)767-2478
Fax: (512) 428-8193
Email: tylerw@wbllc.biz
Website: www.wbllc.biz
3712 Capistrano Tri, Austin, TX 78739
1 - KNOX, KEYSWITCH W/ DUST COVER, ON MOUNTING PLATE
Total Cost of above installation $55,800.00
Recommended Additions
Photo eye or omron 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.
■ 1 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 trucks)
making them more cost effective over the long haul. We have installed Elites in almost
all APD locations. We IIGHLY 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
■ 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. 1) 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
Walbridge Construction LLC
Building on Trust
Tel: (512)767-2478
Fax: (512) 428-8193
Email: tylerw@wbilc.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
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 install omrons quite frequently especially in residential applications.
Exhibit "A"
Task Name Duration
ID # 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"
51 Duration
a
contract start
1 T
o o � H
N 00 3 •0
-a 0 2 aaiat c
S-
44 �— = :. a
L �L �L w
E Hilt 'k -A"
o
Tyler Walbridge
(512) 767-2478 • tylerw@wbIlc.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
Bachelor in Business Administration
EXPERIENCE Lamar Middle School, AISD
• 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
Lubbock, TX
2000 -2005
June — Aug 2008
Govalle Elementary, AISD June — Aug 2008
• Interior 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 June — Aug 2008
• 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, Tight pole)
o HVAC (exhaust fans)
o Value of project 416,174
Salvation Army
• Bathroom Renovations:
o Doors and hardware
o CMU Walls, Painting
o Concrete counter tops and tile
o Drain pipe cleaning
o New Bathroom Fixtures
Exhibit "A"
2008-2009
o Waterproofing
o Partitions
o Electrical
o HVAC
o Estimated Value of project 265,000
Blanco County Court House (Historical building) April 2009
• 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 June - Aug 2009
• Interior & Exterior remodel included
o Built Kivas
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
• WHA office Tile installation
o Sonie sheet rock, and painting
o Remove flooring / install new Ceramic Tile
o Value of project 41,350
Waco Housing Authority
• Stella Maxey / South Terrace Senior Center Flooring
o install New tile at both locations
o Value of project 56,918
AISD
• 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
• 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"
February 2010
March 2010
June - Aug 2010
June - Aug 2010
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
• Highland Park E.S. Window replacement
o Prefabricated engineered windows
o Value of project 180,000
Round Rock ISD
• 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
June -July 2011
June -July 2011
Jan - Aug 2012
AISD June - July 2011
• 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
• 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 20ll
Specialists
A Division of Auto Gate Bp
SECURITY CAMERAS
ACCESS CONTROLS
AUTOMATIC GATES
IP CAMERAS
MEGAPIXEL & HDTV
DIGITAL & ANALOG
DVR SYSTEMS
"CLOUD VIDEO STORAGE"
CARD READERS
KEYPADS
TELEPHONE ENTRY
REMOTES & FOBS
BIOMETRIC READERS
SWING & SLIDE
BARRIER & LIFT
HYDRAULIC
PARKING CONTROLS
ANTI-TERRORIST DEVICES
Dwayne Drury
512-203-6764 mobile
ddnuyRcompoundsecu re. com
Compound Security Specialists 435 Industrial Blvd, Austin, TX 78745
512-444-4283 (office), 512-447-3838 (fax)
Visit us at www.compoundsecure.com
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 misc. 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.
IllhIIIllhIllhII
•
n y usrsy'vite.
• Cn'ir.e::
• Security Cameras
CSS offers both IP and analog camera systems. HDTV and megapixel cameras are
available for top image quality. Analog camera systems are offered for cost-
effective installations. Both types of systems can be viewed from anywhere in the
world on the Internet, including Android and I -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 are 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 staff up-to-date on using your access control
database. Linear, Continental, DoorKing, Elite, and PTI 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 dreatn.
• 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 gates, handrails, stairwells, fences, or
anything that 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-hour 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. If 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 gel 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 (011877) and regulated by the Texas DPS Private Security Bureau; Complaints may be directed to P.O. Box 4087
Austin, TX 78773, (512) 424-7710, or via emall at psb@txdpsstate.tx.us.
Compound Security Specialists 435 Industrial Blvd, Austin, TX 78745
512-444-4283 (office), 512-447-3838 (fax)
Visit us at www.compoundsecure.com
Exhibit "A"
"Helping Central'Tems slay.secure-for orcr 25yrs"
Compound '!' - rity Spedallsts
A Division o6Auto Gate331
435 Industrial Blvd. Austin, TX 78745
Office (512) 444-4283 / Fax (512) 447-3838
www.compoundsecure.com
Estimate
10723
7/22/2013
Customer Name / Address / Ph#
Job Site Address
Walbridge Co
Tyler Walbridge 512-767-2478
tylerw@wbllc.biz
ROUND ROCK POLICE STATION
2701 North Mays Street
Round Rock Texas 78665
Ph
Fax
Account #
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 1/8TH" 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) 4 FOR SAFETY AT GATE 1 ARMING LOOP FOR EXIT BUTTON
3
DETECTOR, VEHICLE LOOP 9-30VDC, EMX DTEK ULTRA PLUG -1N
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 1/8TH" 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
NOTE: ALL WIRING AND CONDUIT AND SAW CUTS FOR ACCESS CONTROL AND ELECTRICAL BY OTHERS
HUB
Dwayne Drury, Commercial Construction Sales
512444-4283 office, sales@compoundsecure.com
TX HUB Certification 1f 1742519299800 Exp. 08/28/2013
TX Private Security License 8 BI 1877 Exp. 06/30/2014
Accepted Date
Subtotal
Sales Tax (0.0%)
Total
Estimate is valid for 30 days from date of estimate. CSS is not responsible for damage or costs incurred to underground utilities not dearly marked. Sales Tac will be
charged to the acstomcr unless proper documentation is prosi d h�d a urtariMrd telephone company wiring if you have Time Warner or
AT&T interne telephone service, or anything other than sl ddiuonal es hay be necessary to complete the installation. Tents: \1i e
accept MasterCard, visa and American Egress credit cards, s $1,000. a 396 additio»al charge. CSS is licensed and regulated by the
Texas DPS Private Security Bureau; Complaints may be directed to P.O. Box 4087 Austin, TX 78773, (512) 424-7710, or via email at psb@txdpsstatc.a.us.
CC{
1 1 I
•
fafr trxas
4114
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 in 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.
CertificateNlD Number: 1742519299800
FileNendor Number: 64225
Approval Date: 28 -AUG -2009
Expiration Date: 28 -AUG -2013
Paul A. Gibson
Statewide HUB Program Manager
Texas Comptroller of Public Accounts
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 CertificateNID 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/procurement!/cmbl/hubonly.html) or by contacting the HUB Program at
(888) 863-5881 or (512) 463-5872.
Exhibit "A"
4.4
ed
a��▪ -) GO
o
cd l'4e3
• (i)
g
LE- ooZ
Ea)
0
(13
F`swi
Security Contractor
Alarm Systems Company
Electronic Access Company
xhibit "A"
a)
N
cti
�-i
0)
0
(1)
u
0
as
X
crl
U
0
0
0
0)
cu
0)
c1
CO
U)
X
w
r,;;f raR
06.21
t' R
'17 CCM r
N4' SAW
`�' '�SICY CL
c
zIgi
e....:111.1t.
.Egt.(1
1 'IL • Cal
c a
8 litA
1 1 Old
1.1 Ili!
mitt Bk.! .
hi 11
LH
Mitt
Pt/
a t Exhibit A"
ifial
44
Walbridge Construction LLC
Building on Trust
Tel: (512)767-2478
Fax: (512) 428-8193
Email: tyler vi wbllc.biz
Website: www.wblle.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 rm or differences is that this
gate has larger holes and so we can see through it, where as the ;et we 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"
IM".—l—, y.. ,1.r �'t. 5�r s y .✓.. y �a4 L. r '•'� ,.r_�,4�a° e "s�
�,
t S t x 'ty f- �' -
n Al": 7 y 1� t 1 J
,1. j -, _ T
i -< \ 1v;4
O.
� ,1 t r R r_ J
J ''' s } T _ 5+a y, / "'''a o- a F �s > 1 r o- x
r'St -w ?r `yx -
C ti ) Z r' < � 1.>{ T 5� ,J zsa .r 1`r - -
Iv. i -: f f Y .."I ''ll 1fi -f L 44 f 3. S ti 4
c' ,' � t 7 ,i r�
R tr '' � ,, rr ° ar � i 5 .. rl } f
tli lm - r/� - >S .i r ti�JTy,Y �i..r R `t y -S fi fix," , r 1 T
iw F `1 C t y-.y�. Z } A NS. Z _ l
t✓,. l r 1 1,, ,' t3, t r T ,�{ i� . at �.--
S '1 4 l' Vl fi "f L 1'�i t J 4 -
lA C,, - t 7. ,.Si �' �"r� Y i.��r is a�y° t, 'S RS, -Y' �'j t
x - ` - r i S t'.i} t h JF4�I r' sy�3 ':4 ' {l• 4 S y-L. t r 35:_
u s 'r t l 1 .A 4
k tf^z J „j, t t rot f 5* �' 1 '7,3�� :,i-x. " f f 1 a % l y. ,i, S..'�4�,rr�''� I,Y?.
i-asi�++t1T 7,F+
t i,r ^t^ ) "t z, ( � t n yr v ":
-� *i` �i:er -^�""-' s
— k',, -*J f� �Yy ;- ^ttic" ..r�,� ,� , r s.,.>h e�� - -rR s
r rz .'-
. 111 +T �--,. ''�,s '�-- C 'o't � z u a h 4 o q ,x
-n � 11+ a mq : r c' 9-
"� 'lo w - ff yP. a o I'
1� t,, r' 2 Jiy -
1'.. .t 1 Y Y I / 4 yet
.� t5 W f i.i.
Y
{ ? J 1 v ) -_ti r�,5._. ` a<.YN J`r` yah ;_��,..•!�` ^�' s �' t Oc`, 1, 1�'Sl�d7�`"'IJ„'. _
'. - 1. iJ
s P^..r<d r�,�
rS;fiSe",rA.S { r .b ♦ 1� T
+ 1 n ,sem'- c ��,.t . t %- ° a r -
,, ,, t s _ r 111 I t - {
X s `5 Y. J 4 fi tC} "� �Y.,1( a p } ! Y !U } - y(4 4-,, 1 tJ i f Sw �., - _
'SS
'R�Y ✓.�'� '., a. r ? .S FF .tom Yz h '_>r = n'X I i R :1
s. a x ti
'y �'- <z- f I.t $ r y v, R� ♦�' 3 �.a'y; R t 4 fix" - 1'.
4 r: R -
n, �. z > � < c y <.
" ..r.. r 1 t r r y,n tet`
t _ S
.� Ff .
1.
^' ; 1�
x ;
1
h� I I
`,
,:
Y
Walbridge Construction LLC
Building on Trust
Tel: (512)767-2478
Fax: (512) 428-8193
Email: tylerwQwbllc.biz
Website: www.wblle.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
DM 2 3 2013
Bid Date July 22, 2013 @ 3:00
Exhibit "A"
Bid Info:
City of Round Rock WB Evaluation Form - Vehicle Entrance Security Gate
Systems
Solicitation No: 13-052
•
L
l/pel11119. ((LJILU IJ
% .0 ;.....
EVALUATION CRITERIA
Max Walbridge Construction,
Pointe LLC
Construction Renfi-A
Fence
System Price Score:
60
60
48
Vehicle Entrance Security Gate Systems
Price:
$ 60,162.00
$ 75,500.00
Service CaII Score:
5
5
4
Service Cali (Price per hour):
$ 140.00 / $ 120.00
$ 135.00
Welding 1 Electrician
($ 200 trip charge included
in price above)
Manufacturer's Warranty Score:
5
5
5
Manufacturer's Warranty:
3 yr Motor & Gear
5 yr on Gate Operator
1 yr Electroncis
Labor Warranty Score:
5
5
5
Labor Warranty:
1 Year
1 Year
Meets .City's Needs
25
25
25
Meets Minimum Specifications
Meets Specifications
Meets Specifications
Extended Warranty available?
No
No
Certified Gate Insataller?
100
Subcontracting purchase /
installation of gate through
Compound Security Specialists
Yes
Exhibit "A"
VENDOR
Walbridge Construction, LLC
Extended Price
0
0
0
0
1.
of
LA
1$ 140.00 (Welding) $
120.00 (Electrician)
3 years (motor & box)
1 year (Electronics)
1year
0
Z
UOM
E
w
>.
vi
0
x
Quantity
VENDOR
Construction Rent -A -Fence, Inc.
Extended Price
0
0
0
0
0
111
N
$ 135.00 ($ 200.00 trip charge)
5 years (gate operator)
i
(5
11)
>'
d
Z
UOM
System
a
a
x
Quantity
131D TABULATION
IBID NUMBER: 13-052
E
0.
a
0
ivi
6
M
a-1
M
N
n
Z
Z
w
a
0E
0
FO"
!Vehicle Entrance Security Gate
Systems
'Bid Item(s)
Vehicle Entrance Security Gate
Systems:
Service Cali (price per hour):
Leof Manufacturer's
WaAnty:
�+•
Lei of Labor Warranty:
-•
Are tibsre extended warranties
a i thele, if so, what are the costs
an gth of warranties:
it
cu
~
rel
Nm
e►
Lt)
II
13-052: Vehicle Entrance Security Gate Systems
Bid Opened 7/23/13
Vendor
Gate System Cost:
Service Cali (price per Manufacturer's
hour)
Warranty
Walbridge Construction,
LLC
$ 60,162.00
$ 140.00 (Welding) / $
120.00 (Electrician)
3 year Motor &
Gear 1 1 year on
Electronics
Construction Rent -A -Fence
$ 75,500.00
$ 135.00 (Plus $
200.00 trip charge)
5 year on Gate
Operator
Exhibit "A"
Labor Warranty
Notes:
1 Year
Recommendation - Award
Meets Specifications
1 Year
Meets Specifications
Exhibit "A"
Walbridge Construction LLC
Building oh Trust
October 8, 2013
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: ttylerw@wbllc.biz
Website: www.wbllc,biz
3712 Capistrano Trl, Austin, TX 78739
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 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 migueLgalindo(cr7,ci.austin.tx.us
ABIA contact:
Gregory Frederick 512-530-6317 gregory.frederick@austintexas.gov
CARTS contact:
Exhibit "B" 1
Walbridge Construction LLC
:ter*,T. .,ytay.:- ...,_ .....-
Building on Trust
Adrian Elliott 512-801-7522 adrian@ridecarts.com
Tel: (512)767-2478
Fax: (512) 428-8193
Email: tylerw@wbIlc.biz
Website: www.wbllc.bir
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" 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
5 MATERIAL FOR VEHICLE LOOP IN ASPHALT (LG)
3 DE'T'ECTOR, 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 PUSI-I 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 — $30,865.00
Thanks again for your consideration please feel free to contact Tyler Walbridge with any
questions or concerns.
Exhibit "B" 2
Walbridge Construatlon LLC
Building on Trust
Tyler Walbridge
Walbridge Construction LLC
Managing Member
512-767-2478
tylerw@1wbllc.biz
Tel: (512)767-2478
Fax: (512)428-8193
Email: tylerw@wbIlc.biz
Website: www.wbllc.biz
3712 Capistrano Trl, Austin, TX 78739
Exhibit "B" 3
Walbridge Construction LLC
.._-.,.-.'..t.<.e
Building on Trust
Tel: (512)767-2478
Fax: (512) 428-8193
Email: tylenvr@wbllc.biz
Website: www.wbllc.biz
3712 Capistrano Trl, Austin, TX 78739
Cod y
City of Round Rock
Round Rock PD South Gate Bid
Original Solicitation #13-052
Rebid 1/24/2014
City Hall 221 E Main St
Round Rock TX 78664
Exhibit "C"
SOLICITATION INFORMATION
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:
Opening Time:
Opening Location:
July 23, 2013
On or Before 3:00 PM CST
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:
45-2910724
Walbridge Construction LLC
3712 Capistano Trl
Austin, TX 78739
Tyler Walbridge
512-767-2478
tylerw@wblic.biz
www.wbllc.biz
n Newspaper pciCity's Website
E-mail Announcement ES80 n Other
n Yes [xi No
IS YOUR BUSINESS
REGISTERED WITH
VENDOR CENTRAL?
[]X Yes n No Register at: roundrocktexas.gov/VendorCentral
ITEM #
DESCRIPTION
QUANTITY
UNIT OF MEASURE
PRICE
1
Vehicle Entrance Security Gate System:
1
System
3 '17 7Q6). O a
2
Service Call (price per hour):
1
Hour
,"i V, 00
3
Length of Manufacturer's Warranty:
ij- , t a r
4
Length of Labor Warranty:
\ t., t n r
6
Are there extended warranties available, if so,
what are the costs and length of warranties?
(`-/0
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
tine of business. Further, by signing and submitting This response the Respondent acknowledges:
• That they have read and fully understand the solicitation and accept all terns 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 ( t No Response shall include one (1) signed original and five (6) copies of response.
Tyler Walbridge
Printed Name
Failure to sign response will disqualify response.
Au zed Signature Date
xnibi` "
11
January 23, 2014
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: tylenv n_wblIc.biz
Website: www.wbllc.biz
3712 Capistrano Trl, Austin, TX 78739
First I want to thank you for taking the time to review my estitnate and niy 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. Tliey 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 "C"
1
Walbridge Construction LLC
Building on Trust
Adrian Elliott 512-801-7522 adrian@ridecarts.com
Tel: (512)767-2478
Fax: (512) 428-8193
Email: tylerw(wbilc,biz
Website: www.wbilc.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 the entire 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. 30 ft gate, with 2 pedestals to have a card reader installed by others, track
system, with photo eye beam to protect bystanders, 4 vehicle loops to protect from cars crashing
in to the gate. I have estimated this project according to what was agreed upon after the first
award.
SOUTH GATE (GATE IS 30' SINGLE SLIDE)
30 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
30 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 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
2 BADGE READER PROVIDED BY OTHERS
1 LOCKABLE BACK BOX
1 KNOX, KEYSWITCH W/ DUST COVER, ON MOUNTING PLATE
1 INSTALL GATE SYSTEM
Total Cost Turn Key.
Total Cost -- 534,750.00
Service Call per hour. $140.00
Labor Warranty. 1 year
Manufacturer Warranty. 5 years
Add Alt
Add Alt 1 - 2 - 15' gates opening opposite direction with 2 operators. $7,000.00
Exhibit "C"
2
Tel: (512)767-2478
Fax: (512) 428-8193
Email: tylerwOwbIle.biz
Website: www.wbllc.biz
3712 Capistrano Trl, Austin, TX 78739
Add Alt 2 - permanent panels to match gate construction. $350.00
Add Alt 3 - for galvanizing (not recommended) $3,000.00
Add Alt 4 - for o ee.
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. Tlie exit solution we have
proposed includes an arming loop with a badge reader to exit (reader provided by
others).
• I have included a spec sheet on the operator chosen. Lifltnaster is an incredible brand.
The Liflmaster 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 trucks)
making thein 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 at the entrance and exit.
■ We have picked up the ibeam track and back track
11 GATE TO BE COVERED WITH PERFORATED 20 GUAGE MESH 1/8TH" HOLES
ON 1/4" STAGGERED CENTERS, MESH IS 23% OPEN.
■ Includes Photo eye beam to protect bystanders from the gate closing on them.
• Important Note — The gate quoted is a steel gate that is not hot dipped galvanized.
There are two issues with hot dipped galvanized gates. 1) time frame to be completed
takes 2 weeks longer because of the titne 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.
Thanks again for your consideration please feel free to contact Tyler Walbridge with any
questions or concerns.
Regards,
Tyler Walbridge
Walbridge Construction LLC
Managing Member
512-767-2478
tylerw@wbllc.biz
Exhibit "C"
3
Task Name Duration
ID # Task Name Start Duration Finish
1 contract start 2/3/2014 30 3/4/2014
2 concrete demo 2/3/2014 5 2/7/2014
3 Electrical Demo 2/18/2014 1 2/18/2014
4 electrical rough 2/11/2014 5 2/15/2014
5 Concrete repairs 2/15/2014 6 2/20/2014
6 Gate install 2/21/2014 5 2/25/2014
Exhibit "C"
No Text
Slide Gate Operator
Ultra Reliable/Low maintenance • Variable speed • Easy, inexpensive installation • Solar
Unmatchei
gate travel after AC power
losson standard batteries.
Exceptional. 25,000 ft (7,620 m)
gate travel after AC power Toss
on extended batteries
Moves 40 ft/1,500 Ib
(12 m/680 kg) gates with ease
Independent, field -adjustable
open and close speeds. 1 ft/s
(30 cm) and 2 ft/s (61 cm)
Intelligent charging system,
monitors battery condition to
maximize battery life
Fast and easy installation
reduces costs
CHASSIS: Heavy
duty, low flex and
corrosion resistant.
SMART DC
CONTROLLER: The
ultimate in reliability,
configurability and
system troubleshooting.
Configure gate to exact
user needs with 70+
field adjustable settings.
Powerful protection
against lightning strikes
and power surges.
PROTECTION PLATE:
Protects user from
drive train.
— LCD SCREEN:
Configuration and
troubleshooting
made easy using 32
character display and
5 tact buttons.
UPS BACKUP &
SOLAR READY: Two 12V
8Ah batteries handle gate
operation when AC power is
unavailable.*
Four user -selectable UPS
configurations available.
Optional 50 Ah batteries
quadruple DC cycles after
power failure.
`To lower battery power
consumption, accessory
selection is important.
Smart DC Benefits
Adaptive IES provides optimum
sensitivity and eliminates false trips
Ice breaker mode powers through
morning ice/snow buildup
Heater? Not unless temperatures
plunge below -13°F (-25°C)
Configure gate to exact user needs
with 70+ field configurable settings
Intelligent HY 5A vehicle detectors
monitor and report loop conditions
and more
Graceful, smooth open and close
acceleration causes less gate
component wear
;'.11111911
For specifications, tech support,
pictures and email subscriptions
BASE PLATE:
Anti -corrosion
polyethelene pad
protects chassis
against rust and
corrosion.
SlideSmart DC 15
SlideSmart DCS 15F (solar)
1,500 Ib (680 kg) gates
0.75 to 1.25 ft/s (23 to 38 cm/s)
SlideSmart DC 10F
SlideSmart DCS 10F (solar)
1,000 Ib (453 kg) gates
1.75 to 2.25 ft/s (53 to 69 cm/s)
HySecurity
1-800-321-9947 • www.hysecurity.com
See the latest from HySecurity at www.hysecurity.com
HySecurity operators secure the world's critical
infrastructure and key assets where ultimate reliability
is vital. SlideSmart delivers that same uncompromising
quality to commercial customers, where ease of use,
consistent operation, low maintenance, long life and
high reliability is expected.
SIMPLE. HySecurity strives for simplicity. Easy to
install. Easy to configure. Easy to maintain. Easy to
troubleshoot and repair.
RELIABLE. HySecurity operators last decades under
the harshest climates and user conditions.
SECURE. HySecurity is the most used operator on
critical infrastructure sites such as nuclear power plants,
high security government agencies, embassies, ports,
airports, and much more.
SlideSmart DC"" Models
OUBLESHOOT AND PROGRAM USING
AART DC CONTROLLER AND S.T.A.R.T.
(Smart Touch Analyze & Retrieve Tool)
• Simplifies installation
• 'Configures gate operation to exact
user needs quickly and easily
• Communicates in real time and
stores faults in a date and time
stamped log
• Simple quick and inexpensive
troubleshooting
It
Easily Configure the operator with 5 tact buttons and a 32 character
display.; Faults flash on the display accompanied by an audio sequence
which alerts owner. Faults can also be communicated in real time to the
command and control network system for the ultimate in security. The
300 event fault iog can be downloaded to a laptop computer to easily
troubleshoot random events that appeared days in the past.
FAST O • erators
Standard
SBdeSmart=DC15
SlideSmart DC 10F
Solar 0
SlideSmart DCS 15
SlideSmart DCS 10F
Gate Weight Max.
1,5061b (680 kg) ,
1,00016 (453 kg)
Gate Length Max.
40 ft (12 m)
Rate of Trawl
0.75 to 1.25 ft/s (23 to 38, cm/s)**
Open/Close speed set independently
1.75 to 2.25 ft/s (53 to 69 cm/s)
Open/Close speed set independently
Duty Cyde
Continuous
Horsepower
1/2 hp
Drive
Electromechanical
Unlnterruptibl
Povwr Supplyt
Standard battery backup gate travel: Two 8Ah batteries. Up to 4,000 ft (1,219 m) after
AC power loss. Fieldconfgurable to fail open or secure when batteries deplete.
Extended battery backuFt gate travel: Two 50Ah batteries. Up to 25,000 ft (7,620 m)
' after' AC power loss. Feld° configurable to fail open or secure when batteries deplete.
Temperature Rating
-13°F to 158°F (-25°C to 70°C) No heater necessary.
V • In ut
oltay �, P
115V or,230V, 50/60 Hz, Call for 208V 50/60 Hz
. Solar 24VDC solar panels
Accessory Power
24VAC, 12VDC and 24VDC 1A each
Solar: 12VDC and 24VDC, 1A each
Communication
USB, RS -232, RS -485
User Controls
Smart DC Controller with 70+ configurable settings. 32 character
LCD display and 5 tact buttons or a PC using 5 T.A.R.T. software.
Relays .
Twp configurable user relays: 30VDC, 3A solid state
and 250VAC, 10A electromechanical
ETL Listed (UL 325)
Usage Class 1, 11, 111, IV**
Usage Class 111, IV***
Cycle Tested ° ';
,250,000 cycles
Warranty
5 year
(7 year single-family residential)
5 year
tSlideSmart DC is exceptionally energy efficient, however actual battery backed up gate travel will depend on gate
resistance to travel, cycle length, battery health, ambient temperature, accessories drawing battery power and
frequency of gate cycles during power outage.
**Speed setting cannot be configured to exceed 1 ft/s for Class I and II usage.
***Not for residential use or applications intended to serve the general public.
Willi!' i);illl;
'111111!
OPTIONAL ACCESSORIES:
• HY-5A intelligent vehicle detectors
• Photo eye
• Extended backup batteries
• Base extension, 12.5" (32 cm), for extended
batteries or more conduit space
• Bolt -on gate brackets
• Stainless steel chain
Compatible with most access control, safety,
vehicle detection and other accessories.
SYSTEM DESIGN SUPPORT: Contact
HySecurity for CAD drawings, installation
information, technical manuals, help with
custom site requirements or other support.
Visit www.hysecurity.com or call to speak with
a HySecurity representative today.
Securi
Contact HySecurity for an operator/parts distributor near you.
phone 800-321-9947 fax 888-321-9946
srntptg lzflrftble Secwww.hysecurity.com • info@hysecunty com ,
[ tertek,
Tyler Walbridge Member
(512) 748-5748 • tvlerw@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
Bachelor in Business Administration
EXPERIENCE Lamar Middle School, AISD
• Interior remodel of Lamar MS. Included:
o HVAC, 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 Roofing
o Acoustical Ceiling
o Doors, Frames, Hardware
o Dry wall, paint
o Value of project 1,197,000
Lubbock, TX
2000 - 2005
June — Aug 2008
Govalle Elementary, AISD
• Interior 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
June — Aug 2008
Ortega Elementary June — Aug 2008
• 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
Blanco County Court House (Historical building)
• 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
Exhibit "C"
April 2009
Allison & Brook Elementary Schools June - Aug 2009
• Interior & Exterior remodel included
o Built Rivas
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
• WHA office Tile installation
o Some sheet rock, and painting
o Remove flooring / install new Ceramic Tile
o Value of project 41,350
Waco Housing Authority
• Stella Maxey / South Terrace Senior Center Flooring
o Install New tile at both locations
o Value of project 56,918
AISD
• 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
• 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
AISD
• HVAC Replacement at Multiple Schools
o 24 new RTUs and one 30X8 unit
o Structural Steel
o New Roof Ctirb
o Electrical
o Acoustical Ceiling
o Fire Detection
o Flooring
o Value of project 850,000
Exhibit "C"
February 2010
March 2010
June - Aug 2010
June - Aug 2010
June - July 2011
RRISD
School Addition
o Ground Up
o Stab on Grade
o Mill work
o Steel Frame
o Brick Facade
o Electrical
o Acoustical Ceiling
o Fire Detection
o Flooring
o Value of project 1,500,000
This is a summary of some of the work Tyler has preformed
Exhibit "C"
Jan - Aug 2012
SOLICITATION NUMBER
13-052
SPECIFICATION NUMBER
13.28536;13-330-13
JUNE 2013
ATTACHMENT A
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 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.
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.satvationarmy.org
501 E 8th St
Austin, TX 78701
(512) 229-8248 Fax Number: ( )
Texas Department of Public Safety
Ronnie Richter
Project Manager
Ronnie.richter@dps.texas.gov
5805 N Lamar Blvd
Austin, TX 78752
(512 ) 424-5737 Fax Number: ( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Exhibit "C"
Walbridge Construction LLC
Building on Trust,
Tel: (512)767-2478
Fax: (512) 428-8193
Email: tylerw@wbilc.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 the get we 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 "C"
f
-.,Ei'±-,,,',',7,=:;tti;47;.;7.i_ii:'Z;.;',.'',:.,7'.:;2'..!..1.,!,.